Wood Tenders

Wood Tenders

Municipality Of Carmen , Surigao Del Sur Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 4 Million (USD 69.1 K)
Details: Description Philippine Bidding Documents Completion Of Concrete Perimeter Fence At Evacuation Center Barangay Poblacion Municipality Of Carmen Province Of Surigao Del Sur Table Of Contents Part I Section I. Invitation To Bid 3 Section Ii. Eligibility Documents 5 Section Iii. Eligibility Data Sheet 15 Part Ii Section I. Instructions To Bidders 17 Section Ii. Bid Data Sheet 37 Section Iii. General Conditions Of Contract 40 Section Iv. Special Conditions Of Contract 72 Section V. Specifications 75 Section Vi. Drawings 76 Section Vii. Bill Of Quantities 77 Section Viii. Forms And Qualification Information 79 Part I. Section I. Invitation To Apply For Eligibility And To Bid Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Invitation For Bids Completion Of Concrete Perimeter Fence At Evacuation Center Poblacion, Carmen, Surigao Del Sur 1. The Municipal Government Of Carmen, Surigao Del Sur Allocated Funds Under 20% Ldf 2025 Intends To Apply The Sum Of P 4,000,000.00 Being The Approved Budget For Contract (abc) To Payment Under The Contract For The Completion Of Concrete Perimeter Fence At Evacuation Center At Brgy. Poblacion, Carmen, Surigao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Bid Opening. 2. The Municipal Government Of Carmen, Surigao Del Sur Now Invites Sealed Bids From Eligible Bidders For The Completion Of Concrete Perimeter Fence At Evacuation Center. Completion Of The Works Required By 105 Calendar Days. 3. Eligibility Screening And Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “ Government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays Thru Fridays, Except Holidays. 5. A Complete Set Of Bidding Documents In English May Be Purchased By Eligible Bidders On January 30, 2025 To February 18, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee Of Five Thousand Pesos (p 5,000.00). The Bidding Documents Shall Be Received Personally By The Eligible Bidder Or His Authorized Representative During Office Hours. 6. The Municipal Government Of Carmen, Surigao Del Sur Will Hold A Pre-bid Conference Open To All Eligible Bidders On February 6, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. 7. Bids Together With The Eligibility Documents Must Be Delivered To The Address Below On Or Before February 19, 2025 At 10:00 A.m. And In 3 Copies Each And In Two Separate Envelopes. And Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Prescribed Amount. Late Bids Shall Not Be Accepted. 8. Bid Opening Shall Be On February 19, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. To Be Considered Eligible And Qualified, A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years ( To Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of Value Of Estimated Contract Cost Of Works Under Bid), Such Being Verifiable From Completion Certificates; Have An Annual Turnover From All Works Average Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Estimated Value Of The Contract To Be Bid. 10. The Municipal Government Of Carmen, Surigao Del Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Office Of The Bids & Awards Committee For. Alain P. Cabanilla Carmen Municipal Hall Poblacion, Carmen, Surigao Del Sur Cellphone Number: 09304926186 Bac Chairperson (sgd) For. Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Surigao Del Sur Part I. Section Ii. Eligibility Documents 1. Eligibility Criteria 1.1 A Bidder, And All Parties Constituting The Bidder, Shall Be Considered Eligible If It Has Satisfied The Requirement Provided In The Eligibility Data Sheet (eds) As Defined By The Funding Source Indicated In The Invitation To Apply For Eligibility And To Bid (iaeb). 1.2 A Bidder Shall Be Deemed To Have The Nationality Of A Country If The Bidder Is A Citizen Or Is Constituted, Or Incorporated, And Operates In Conformity With The Provisions Of The Laws Of That Country. This Criterion Shall Also Apply To The Determination Of The Nationality Of Proposed Subcontractors Or Suppliers For Any Part Of The Contract, Including All Related Services. 1.3 Bids Submitted By A Joint Venture (jv) Of Two Or More Entities As Partners, Shall Comply With The Following Requirements: (a) The Bid, And In Case Of A Successful Bid, The Contract Agreement, Shall Be Signed So As To Be Legally Binding On All Partners; (b) One Of The Parties To The Jv Shall Be Authorized To Be The Lead Partner; And This Authorization Shall Be Evidenced By Submitting A Special Power Of Attorney Signed By Legally Authorized Signatories Of All The Partners; (c) The Lead Partner Shall Be Authorized To Incur Liabilities, Receive Payments And Receive Instructions For And On Behalf Of All Partners To The Jv; (d) All Partners Of The Jv Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms, And A Relevant Statement To This Effect Shall Be Included In The Authorization Mentioned In Item (b) Above As Well As In The Bid Form And The Contract Agreement (in Case Of A Successful Bid); And (e) A Copy Of The Notarized Joint Venture Agreement (jva) To Be Entered Into By The Jv Partners Shall Be Submitted With The Bid. 1.4 Subject To The Provisions In The Eds, A Bidder (including All Members Of A Jv And Subcontractors) Shall Not Be Presently Associated, Or Shall Not Have Been Associated In The Past, Directly Or Indirectly, With The Consultant Or Any Other Entity That Has Prepared The Design, Specifications, And Other Documents For The Project; Neither To Those Being Proposed As The Representative Of The Procuring Entity For The Contract. 1.5 A Bidder Shall Not Have A Conflict Of Interest. All Bidders Found To Have A Conflict Of Interest Shall Be Disqualified. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) Have Common Controlling Shareholders; (b) Receive Or Have Received Any Direct Or Indirect Subsidy From Any Of The Bidders; (c) Have The Same Legal Representative For Purposes Of This Bid; (d) Have A Relationship With Each Other, Directly Or Through Common Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder, Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process; (e) Submit More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors (if Indicated In The Eds) In More Than One Bid, Or As Bidders And Subcontractors Simultaneously; (f) Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 1.6 Bidders Shall Not Be Under A Declaration Of Ineligibility For Corrupt, Fraudulent, Or Coercive Practices. For Purposes Of This Clause, Corrupt, Fraudulent, And Coercive Practices Are Defined As Follows: (a) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby; And Similar Acts As Provided In Republic Act 3019; (b) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (c) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (d) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract. 1.7 All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Jv, The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With The Provisions Of This Clause Will Result In The Rejection Of A Bidder’s Bid. 1.8 Unless Otherwise Indicated In The Eds, Government-owned And/or –controlled Corporations Shall Be Eligible Only If, In Addition To Conformance With All Of The Above Requirements, They Are Also: (a) Commercially-oriented Legal Entities Distinct From The Procuring Entity, And Not A National Government Department; (b) Financially Autonomous, As Demonstrated By Requirements In Their Statutes Or By-laws To Provide Separate Audited Accounts And Return On Capital, Powers To Raise Loans And Obtain Revenues Through The Sale Of Goods Or Services; (c) Managerially Autonomous; And (d) Possess Additional Eligibility Requirements Indicated In The Eds. 2. Eligibility Requirements 2.1 Unless Otherwise Indicated In The Eds, The Eligibility Requirements Listed In The Following Clause Shall Be Submitted To The Bac In Advance Of The Pre-bid Conference In A Sealed Eligibility Envelope Duly Marked As Such. These Eligibility Envelopes Of Prospective Bidders Shall Be Submitted On Or Before The Date Of The Eligibility Check Specified In The Invitation To Apply For Eligibility And To Bid For Purposes Of Determining Eligibility Of Prospective Bidders. 2.2 Prospective Bidders Shall Submit The Following Eligibility Requirements, Unless Otherwise Stated In The Eds: (a) Class "a" Documents – Legal Documents (a.1) Department Of Trade And Industry (dti) Business Name Registration Or Securities And Exchange Commission (sec) Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines; (a.2) Valid And Current Mayor’s Permit/municipal License; (a.3) Taxpayer’s Identification Number; (a.4) Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gop; Technical Documents (a.5) Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Relevant Period Pursuant To Clause 2.6, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether It Is Ongoing, Completed Or Awarded But Not Yet Started; And Identify Whether Such Contracts Are Similar Or Not Similar In Nature And Complexity To The Project. The Statement Shall Include, For Each Contract, The Following: (i) The Name Of The Contract; (ii) Date Of Award Of The Contract; (iii) Contract Duration; (iv) Owner’s Name And Address; (v) Nature Of Work; (vi) Contractor’s Role (whether Sole Contractor, Sub-contractor, Or Partner In A Jv); (vii) Total Contract Value At Award; (viii) Date Of Completion Or Estimated Completion Time; (ix) Total Contract Value At Completion, If Applicable; (x) Percentages Of Planned And Actual Accomplishments, If Applicable; (xi) Value Of Outstanding Works, If Applicable; (xii) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (xiii) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable. (a.6) A Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract To Be Bid; (a.7) Other Appropriate Licenses Stated In The Eds; (a.8) The Bidder’s Statement Of: Availability Of The Prospective Bidder’s Key Personnel, Such As Project Engineers, Materials Engineers And Foremen, That May Be Used For Construction Contracts; (a.9) The Bidder’s Statement Of: Availability Of Equipment That He Owns, Has Under Lease, And/or Has Under Purchase Agreements, That May Be Used For Construction Contracts, Provided That Ownership Of Equipment Is Not A Requisite For Eligibility; Financial Documents (a.10) The Prospective Bidder’s Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities; (a.11) Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) As Described In The Eds, Or At The Bidder’s Option A Commitment From A Licensed Bank To Extend A Credit Line, In The Event Of An Award In The Bidder’s Favor, Or At The Bidder’s Option A Cash Deposit Certificate, Of Not Less Than The Amount Shown In The Eds; (b) Class "b" Documents – (b.1) A Valid Jva; (b.2) A Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify All Of The Documents Submitted; And (b.3) Any Other Document Described In The Eds. 2.3 A Bidder Portions Of The Works, Subject To The Maximum Allowable Limit For Subcontracting Of Works As Specified In Eds Clause 1.5(e). Subcontracting Of Any Portion Of The Works Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From Its Performance. The Bidder Shall Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Bidder’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 2.4 Subcontractors Must Comply With The Provisions Of Clause 1 Herein. For This Purpose, The Bidder Shall Include In Technical Proposal Of Its Bid All The Documents Required Under Clause 2.2 Herein. If The Procuring Entity Determines During Post-qualification That A Subcontractor Is Ineligible, The Subcontracting Of Such Portion Of The Works Assigned To The Ineligible Subcontractor Shall Be Disallowed. 2.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Clauses 2.2(a.1) To 2.2(a.11). 2.6 In Case Of A Prospective Foreign Bidder, If Allowed, The Eligibility Requirements Described In Clause 2.1 Herein May Be Substituted With The Appropriate Equivalent Documents Issued By The Prospective Bidder’s Home Country; Such Documents Must Be Duly Acknowledged Or Authenticated By The Appropriate Philippine Consulate Therein. 2.7 To Be Considered Eligible And Qualified For Contract Award, A Bidder Must Meet The Minimum Qualifying Criteria Stated In The Eds. The Use Of Specialist Subcontractors Shall Also Be Stated In The Eds. 2.8 The Bidder’s Authorized Signatory Must Certify All Copy Documents As True And Correct Copies Of The Original Document(s). Bidders Must Follow The Format And Sequence Set Out Above. Should A Bidder Fail To Do So The Procuring Entity Will Accept No Liability For The Rejection Of A Bidder’s Bid In Accordance With The Corresponding Clause In The Instructions To Bidders. 2.9 Eligible Bidders Shall Be Notified Of Such Eligibility Through A Notice Of Eligibility Issued By The Bac Of The Procuring Entity Immediately After The Opening Of Eligibility Documents Pursuant To Section 23.3 Of The Irr-a Of R.a. 9184. Only Bids From Eligible Bidders Shall Be Opened And Considered For Award Of Contract. These Eligible Bidders, Whether Single Entities Or Jvs, Should Confirm In Their Bids That The Originally-submitted Information Remains Correct As Of The Date Of Bid Submission. 3. Format And Signing Of Eligibility Documents 3.1 Prospective Bidders Shall Prepare An Original Of The Eligibility Documents As Described In Clause 2, And Clearly Mark Each “original – Eligibility Documents”. In Addition, Each Prospective Bidder Shall Submit Copies Of The Eligibility Documents, And Clearly Mark Them “copy No. ___ - Eligibility Documents”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 3.2 The Original And The Number Of Copies Of The Bid As Indicated In The Eds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Prospective Bidder Or A Person Or Persons Duly Authorized To Bind The Prospective Bidder To The Contract. All Pages Of The Eligibility Documents Shall Be Initialed By The Person Or Persons Signing The Eligibility Documents. 3.3 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Eligibility Documents. 4. Sealing And Marking Of Eligibility Documents 4.1 Prospective Bidders Shall Enclose The Original Documents Described In Clause 2 Sealed In An Envelope Marked “original - Eligibility Documents”. Each Copy Of The Eligibility Documents Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Eligibility Documents”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 4.2 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Prospective Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac; (d) Bear The Specific Identification Of This Project Indicated In The Iaeb; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Eligibility Documents Indicated In The Iaeb, In Accordance With Clause 5. 4.3 The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Eligibility Documents Not Sealed And Marked As Required. 5. Deadline For Submission Of Eligibility Documents 5.1 Eligibility Documents Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Iaeb And The Eds. 6. Late Submission Of Eligibility Documents 6.1 Any Eligibility Documents Submitted After The Deadline For Submission And Receipt Of Eligibility Documents Prescribed By The Procuring Entity, Pursuant To Clause 5, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 7. Modification And Withdrawal Of Eligibility Documents 7.1 The Prospective Bidder May Modify Its Eligibility Documents After It Has Been Submitted, Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. The Prospective Bidder Shall Not Be Allowed To Retrieve Its Original Eligibility Documents, But Shall Be Allowed To Submit Another Set Equally Sealed, Properly Identified, Linked To Its Original Eligibility Documents Marked As “modification” And Stamped “received” By The Bac. Eligibility Documents Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Prospective Bidder Unopened. 7.2 A Prospective Bidder May, Through A Letter Of Withdrawal, Withdraw Its Eligibility Documents After It Has Been Submitted, For Valid And Justifiable Reason, Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. Eligibility Documents Requested To Be Withdrawn Shall Be Returned Unopened To The Prospective Bidders. A Prospective Bidder That Withdraws Its Eligibility Documents Shall Not Be Permitted To Submit Another Set Of Eligibility Documents, Directly Or Indirectly, For The Same Contract. 8. Opening And Preliminary Examination Of Eligibility Documents 8.1 The Procuring Entity’s Bac Will Open The Envelopes Containing The Eligibility Documents In The Presence Of The Prospective Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Iaeb. The Prospective Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 8.2 Letters Of Withdrawal Shall Be Read Out And Recorded During The Opening Of Eligibility Documents And The Envelope Containing The Corresponding Withdrawn Eligibility Documents Shall Be Returned To The Withdrawing Prospective Bidder Unopened. If The Withdrawing Prospective Bidder’s Representative Is Present During The Opening, The Original Eligibility Documents And All Copies Thereof Shall Be Returned To The Representative During The Opening Of Eligibility Documents. If No Representative Is Present, The Eligibility Documents Shall Be Returned Unopened By Registered Mail. 8.3 A Prospective Bidder Determined As “ineligible” Has Seven (7) Calendar Days Upon Written Notice Or, If Present At The Time Of The Opening Of Eligibility Documents, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Prospective Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Prospective Bidder Signifies His Intent To File A Motion For Reconsideration, In The Case Of A Prospective Bidder Who Is Declared Ineligible, The Bac Shall Hold The Eligibility Documents Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 8.4 The Eligibility Documents Envelopes And Modifications, If Any, Shall Be Opened One At A Time, And The Following Read Out And Recorded: (a) The Name Of The Prospective Bidder; (b) Whether There Is A Modification Or Substitution; And (c) The Presence Or Absence Of Each Document Comprising The Eligibility Documents Vis-à-vis A Checklist Of The Required Documents. 8.5 The Eligibility Of Each Prospective Bidder Shall Be Determined By Examining Each Bidder’s Eligibility Requirements Or Statements Against A Checklist Of Requirements, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, And Shall Be Determined As Either “eligible” Or “ineligible.” If A Prospective Bidder Submits The Specific Eligibility Document Required, He Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Eligibility Requirement Concerned. If A Prospective Bidder Is Rated “passed” For All The Eligibility Requirements, He Shall Be Considered Eligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “eligible.” If A Prospective Bidder Is Rated “failed” In Any Of The Eligibility Requirements, He Shall Be Considered Ineligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “ineligible.” In Either Case, The Bac Chairperson Or His Duly Designated Authority Shall Countersign The Markings. 8.6 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Opening Of Eligibility Documents That Shall Include, As A Minimum: (a) Names Of Prospective Bidders And Findings Of Eligibility; And (b) Attendance Sheet. The Minutes Of The Proceedings Of The Opening Of Eligibility Documents Shall Be Available To The Public Upon Written Request And Payment Of A Specified Fee To Recover Cost Of Materials And Production. Part I. Section Iii. Eligibility Data Sheet 1.1 Eligible Bidders Are As Defined In Guide¬lines: 1.4 All Bidders Shall Submit A Written Statement Of Compliance With This Provision. 1.5(e) There Is No Restriction On The Involvement Of General Sub-contractors In The Areas Of Manual And Semi-skilled Labor Or Construction Materials Provided That The Contractor Undertakes Not Less Than Fifty Percent (50%) Of The Contracted Works With Its Own Resources. 1.8 There Are No Additional Eligibility Requirements 1.8(d) There Are No Additional Eligibility Requirements. 2.1 All Documents Described In Clause 2.2 Shall Be Included In The Technical Proposal. Documents Do Not Need To Be Acknowledged Or Authenticated By The Appropriate Philippine Consulate. 2.2 In Lieu Of The Following Documents Required In Clause 2.2(a), The Equivalent Document In The Prospective Bidder’s Country/place Of Origin Shall Be Submitted: (a) Dti/sec/cda Registration; (b) Valid And Current Mayor’s Permit Issued By The City Or Municipality Where The Place Of Business Of The Prospective Bidder Is Located; (c) Tax Clearance, As Finally Reviewed And Approved By The Bir (d) Philippines Contractors Accreditation Board (pcab) License And Registration; And (e) Audited Financial Statements. 2.2(a.7) There Are No Other Additional License Required 2.2(a.11) In The Event That A Bidder, At Its Own Option, Does Not Provide Either A Credit Line Or Cash Deposit Certificate In The Amount At Least Equal To Ten Percent (10%) Of The Bid, The Bidder Must Provide A Statement Of Its Nfcc. The Nfcc Is As Follows: [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Contracts Including Those Awarded But Not Yet Started.” Where: K = 15 (regardless Of Contract Duration) 2.2(b.3) None. 2.7 To Be Considered Eligible And Qualified A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years (to Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of The Value Of Bid Under Consideration For Award), Such Being Verifiable From Completion Certificates, And Have An Annual Turnover From All Works Averaged Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 2.7 Not Applicable. 3.2 Each Prospective Bidder Shall Submit One (1) Original And Two (2) Copies Of Its Eligibility Documents. 5.1 The Address For Submission Of Eligibility Documents Is The Chairman, Bids And Awards Committee, Municipal Hall, Carmen, Surigao Del Sur The Deadline For Submission Of Eligibility Documents Is 10:00 A.m., February 19, 2025 (same As Submission Of Technical And Financial Envelope). Part Ii. Section I. Instructions To Bidders Table Of Contents 1. Scope Of Bid 19 2. Corrupt, Fraudulent, And Coercive Practices 19 3. Conflict Of Interest 20 4. One Bid Per Bidder 22 5. Pre-bid Conference 22 6. Content Of The Bidding Documents 22 7. Clarification And Amendment Of Bidding Documents 23 8. Cost Of Bidding 23 9. Language Of Bid 23 10. Documents Comprising The Bid 23 11. Bid Prices 25 12. Currencies Of Bid And Payment 25 13. Bid Validity 26 14. Bid Security 26 15. Alternative Proposals By Bidders 27 16. Format And Signing Of Bid 27 17. Sealing And Marking Of Bids 28 18. Deadline For Submission Of Bids 28 19. Late Bids 29 20. Modification And Withdrawal Of Bids 29 21. Opening And Preliminary Examination Of Bids 29 22. Process To Be Confidential 31 23. Detailed Evaluation And Comparison Of Bids 31 24. Preference For Provincial Bidders 32 25. Post Qualification Of The Lowest Calculated Bid 33 26. Right Of The Procuring Entity To Reject Any Or All Bids 33 27. Award Criteria 34 28. Notice Of Award 34 29. Signing Of The Contract 34 30. Performance Security 34 31. Notice To Proceed 35 32. Advance Payment 36 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In The Bds. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In The Scc Clause 1.17. 1.3. The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 2. Corrupt, Fraudulent, And Coercive Practices 2.1. The Funding Source Requires That The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics Sduring The Procurement And Execution Of Such Contracts. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (a.1) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (a.2) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (a.3) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (a.4) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 2.2. Further, The Gop Will Seek To Impose The Maximum Penalties For Civil And Criminal Liability Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Practices. 2.3. Furthermore, The Funding Source Reserves The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 33. 3. Conflict Of Interest 3.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 3.2. In Accordance With Section 47 Of The Irr-a Of R.a. 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bac, The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 4. One Bid Per Bidder 4.1. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 5. Pre-bid Conference 5.1. The Bidder By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site And Determined The General Characteristics Of The Contract Works And The Conditions Of The Contract To Bid. The Bac Shall Require An Affidavit Of Such Site Inspection From Eligible Bidder. 5.2. The Procuring Entity May Organize A Site Visit Concurrently With The Pre-bid Conference. 5.3. The Bidder Or His Official Is Invited By The Procuring Entity To A Pre-bid Conference, The Venue, Time And Date Of Which Shall Be Indicated In The Bds. Non-attendance At The Pre-bid Conference Shall Not Be A Ground For Disqualification Of A Bidder. 5.4. The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. However, Attendance Of The Bidders Shall Not Be Mandatory. 5.5. The Pre-bid Conference Shall Discuss Among Other Things, The Technical And Financial Components Of The Contract To Be Bid. The Minutes Of The Pre-bid Conference Shall Be Recorded And Made Available To All Participants Not Later Than Three (3) Calendar Days After The Pre-bid Conference. 6. Content Of The Bidding Documents 6.1. The Set Of Bidding Documents Comprises The Documents Listed In The Table Below And Addenda Issued In Accordance With Itb Clause 7: Partii Section V. Specifications Partii. Section Vi. Drawings Partii. Section Vii. Bill Of Quantities Partii Section Viii. Forms And Qualification Information 6.2. Bidders Should Note That The Procuring Entity Will Only Accept Bids From Bidders That Have Purchased The Bidding Documents From The Office Indicated In The Iaeb. 7. Clarification And Amendment Of Bidding Documents 7.1. Bidders May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. The Procuring Entity Shall Respond To The Said Request By Issuing A Supplemental/bid Bulletin, To Be Made Available To All Those Who Have Properly Secured The Bidding Documents From The Procuring Entity, At Least Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Shall Be The Responsibility Of All Those Who Have Properly Secured The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Procuring Entity. 7.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Is The Responsibility Of The Procuring Entity To Notify In Writing And Through Posting In The Website Of The Procuring Entity And The Government Electronic Procurement System (g-eps) The Said Documents To All Those Who Have Properly Secured The Bidding Documents. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids. 8. Cost Of Bidding 8.1. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs. 9. Language Of Bid 9.1. The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation Of The Relevant Passages In English, In Which Case, For Purposes Of Interpretation Of The Bid, The English Translation Shall Govern. 10. Documents Comprising The Bid 10.1. Unless Otherwise Indicated In The Bds, Bids Shall Include The Following: (a) Technical Proposal – (a.1) Bid Security As To Form, Amount, And Validity Period; (a.2) Authority Of The Signing Official; (a.3) Construction Schedule And S-curve; (a.4) Manpower Schedule; (a.5) Construction Methods; (a.6) Organizational Chart For The Contract To Be Bid; (a.7) List Of Contractor’s Personnel (viz., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; (a.8) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; (a.9) Equipment Utilization Schedule; (a.10) Affidavit Of Site Inspection; (a.11) Written Commitment From The Contractor’s Bank To Extend To It A Credit Line If Awarded The Contract To Be Bid, Or A Cash Deposit Certificate Specifically Committed To The Contract Or Project, If Awarded, In An Amount Not Lower Than That Set In The Bds; (a.12) Construction Safety And Health Program Of The Contractor; (a.13) Certificate From The Bidder Under Oath Of Its Compliance With Existing Labor Laws And Standards; (a.14) A Sworn Affidavit In Accordance With Itb Clause 3.2; And (a.15) Any Other Documents Described In The Bds. (b) Financial Proposal – (b.1) Bid Prices In Bill Of Quantities In The Prescribed Bid Form; (b.2) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; (b.3) Cash Flow By The Quarter And Payments Schedule; And (b.4) Any Other Document Described In The Bds. 10.2. If Indicated In The Bds, All Financial Proposals That Exceed The Abc As Indicated In The Bds, Shall Be Rejected. 11. Bid Prices 11.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 11.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 11.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 11.4. For The Given Scope Of Work In The Contract As Awarded, All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47 And Its Corresponding Scc Provision. 12. Currencies Of Bid And Payment 12.1. Subject To Applicable Laws And Unless Otherwise Specified In The Bds, All Bid Prices Shall Be Quoted In Philippine Pesos. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 12.2. All Contracts Shall Be Denominated And Payable In Philippine Pesos. 13. Bid Validity 13.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Days From The Date Of The Opening Of Bids. 13.2. In Exceptional Circumstances, The Procuring Entity May Request That The Bidders Extend The Period Of Validity For A Specified Additional Period. The Request And The Bidders’ Responses Shall Be Made In Writing. A Bidder May Refuse The Request Without Forfeiting The Bid Security. A Bidder Agreeing To The Request Will Not Be Required Or Permitted To Otherwise Modify The Bid, But Will Be Required To Extend The Validity Of Bid Security For The Period Of The Extension, And In Compliance With Itb Clause 14 In All Respects. 13.3. Unless Otherwise Indicated In The Bds, If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period, The Bid Prices Shall Remain Fixed And Therefore Not Subject To Any Adjustment. 14. Bid Security 14.1. The Bidder Shall Furnish, As Part Of The Bid, A Bid Security In Local Currency Or In A Freely Convertible Currency, In The Forms And Amount Specified In The Bds. 14.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Bid Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier's Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 14.3. In Case Of Bank Guarantee, The Bid Security Shall Be Submitted Using The Form Included In Part Ii, Section Viii, Forms And Qualifications Information, Or Another Form Acceptable To The Procuring Entity. The Form Must Include The Complete Name Of The Bidder. The Bid Security Should Be Valid For The Period Specified In The Bds. 14.4. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity. The Bid Security Of A Jv, If In The Form Of A Bank Guarantee Must Define As “bidder” All Jv Partners And List Them In The Following Manner: A Jv Consisting Of “______,” “______,” And “______”. 14.5. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed To Comply With Any Of The Requirements To Be Submitted In The First Bid Envelope Of The Bid, As Provided In This Irr-a. Without Prejudice To The Forfeiture Of Bid Securities, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 14.6. The Bid Security May Be Forfeited: (a) If The Bidder Withdraws The Bid After Bid Opening During The Period Of Bid Validity; (b) If The Bidder Does Not Accept The Correction Of The Bid Price, Pursuant To Itb Clause 23; Or (c) In The Case Of A Successful Bidder, If The Bidder Fails Within The Specified Time Limit To: (c.1) Sign The Agreement; (c.2) Furnish The Required Performance Security; Or (c.3) Enter Into A Jv Agreement If It Has Undertaken To Do So. (d) Any Other Reasons Stated In The Bds. 15. Alternative Proposals By Bidders 15.1. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 16. Format And Signing Of Bid 16.1. The Bidder Shall Submit One Original Of The Technical Proposal And One Original Of The Financial Proposal As Described In Itb Clause 17 And Clearly Mark Each As “original - Technical Proposal” And “original – Financial Proposal”. In Addition, The Bidder Shall Submit Two (2) Copies Of The Technical Proposal And The Financial Proposal, And Clearly Mark Them “copy No… - Technical Proposal” And “copy No…. – Financial Proposal”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.2. The Original And The Two (2) Copies Of The Bid Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or A Person Or Persons Duly Authorized To Bind The Bidder To The Contract. All Pages Of The Bid Where Entries Or Amendments Have Been Made Shall Be Initialed By The Person Or Persons Signing The Bid. 16.3. Any Interlineations, Erasures, Alterations Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Bid. 16.4. Unless Otherwise Provided In The Bds, Commissions Or Gratuities Are Not Allowed. 17. Sealing And Marking Of Bids 17.1. The Bidder Shall Enclose The Original Of The Technical Proposal In One Sealed Envelope Marked As “original - Technical Proposal”; Whereas, The Original Of The Financial Proposal Shall Be Enclosed In Another Sealed Envelope Marked As “original - Financial Proposal”. Both Envelopes Shall Then Be Placed In Another Single Envelope Marked As “original Bid”. 17.2. Each Copy Of The Technical Proposal And Financial Proposal, Shall Be Similarly Sealed Duly Marked As “copy No… - Technical Proposal” And “copy No… – Financial Proposal” Respectively And The Outer Envelope As “copy No”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope That Shall: (a) Name Of The Contract To Be Bid; (b) Bear The Name And Address Of The Bidder; (c) Be Addressed To The Procuring Entity In Accordance With Itb Clause 18.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Bds; And (e) Bear A Warning “do Not Open Before…” The Time And Date For The Opening Of Bids , In Accordance With Itb Clause 18.1. 17.3. If All Envelopes Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. 18. Deadline For Submission Of Bids 18.1. Bids Must Be Received By The Bac Of The Procuring Entity At The Address And On Or Before The Date And Time Indicated In The Bds. 19. Late Bids 19.1. Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 18.1, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 20. Modification And Withdrawal Of Bids 20.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 20.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 20.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 20.2 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 20.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Bid Form. Withdrawal Of A Bid During This Interval May Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To The Itb Clause 14.6, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By R.a. 9184 And Its Irr-a. 21. Opening And Preliminary Examination Of Bids 21.1. The Bac Of The Procuring Entity Shall Open Bid Envelopes In The Presence Of Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Bds. Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 21.2. Letters Of Withdrawal Shall Be Read Out And Recorded, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Justification Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 21.3. If The Bidding Is Subject To An Eligibility Check As Described In Itb Clause 21.6, The Procuring Entity Shall Not Accept The Bids Of Ineligible Bidders. The Procuring Entity Shall Open Bids Of Eligible Bidders Only, In Accordance With The Following Paragraph. 21.4. Outer Envelopes Marked “technical Modification” Or “financial Modification” Will Be Identified But Not Opened. The Procuring Entity Will Announce The Presence And Type Of Modification From The Information Contained On The Outer Envelope. 21.5. The Procuring Entity Shall First Open The Envelopes Holding The Technical Proposals And Modification, If Any, One At A Time, And Read Out And Record The Following: (a) The Name Of The Bidder; (b) Whether There Is A Technical Modification Or Substitution; (c) The Presence, Amount And Validity Of The Bid Security; And (d) The Presence Or Absence Of Each Document Comprising The Technical Proposal Vis-à-vis A Checklist Of The Required Documents. 21.6. The Bac Of The Procuring Entity Shall Determine Each Bidder’s Compliance With The Documents Required To Be Submitted For The Technical Proposal Of The Bid, As Prescribed In Itb Clause 10. For This Purpose, The Bac Of The Procuring Entity Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present In The First (technical) Envelope, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb And Itb Clause 10. If A Bidder Submits All Required Documents, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Requirement Concerned. In Case One Or More Of The Above Required Documents In The First Envelope Of A Particular Bid Is Missing, Incomplete, Or Patently Insufficient, The Bac Of The Procuring Entity Shall Rate The Bid Concerned As “failed” And Immediately Return To The Bidder Concerned Its Second (financial) Envelope Unopened. 21.7. Immediately After Determining Compliance With The Requirements In The First Bid Envelope (technical Proposal), The Bac Shall Forthwith Open The Second Bid Envelope (financial Proposal) Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed.” The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc, The Bac Shall Rate The Bid Concerned As “failed.” Bids That Are Determined To Contain All The Requirements For The Second (financial) Envelope Shall Be Rated “passed” And Shall Immediately Be Considered For Detailed Evaluation Of The Bids. 21.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Abstract Of Bids As Read Including Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read And The Observers May Witness The Same. A Copy Of The Abstract Of Bids As Read Shall Be Made Available To All Interested Bidders. The Minutes Of The Proceedings Of The Bid Opening Shall Be Available To The Public Upon Written Request And Payment At A Specified Fee To Cover The Cost Of Materials. 22. Process To Be Confidential 22.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award. 23. Detailed Evaluation And Comparison Of Bids 23.1. The Procuring Entity Will Evaluate And Compare, In Detail, Only The Bids That Are Rated “passed” For Both Technical And Financial Proposals. 23.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 23.3. To Determine The Lowest Calculated Bid, The Bac Shall Use A Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, Which Shall Include A Consideration Of The Following: (a) The Bid Must Be Complete. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A “0” (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government; And (b) Minor Arithmetical Corrections To Consider Computational Errors, Omissions And Discounts If Allowed, In The Bidding Documents To Enable Proper Comparison Of All Eligible Bids. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 23.4. The Bac Shall Evaluate All Bids On An Equal Footing To Ensure Fair And Competitive Bid Evaluation. For This Purpose, All Bidders Shall Be Required To Include The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 23.5. In Case Of Discrepancies Between: (a) Bid Prices In Figures And In Words, The Latter Shall Prevail; (b) The Total Bid Amount And The Sum Of Total Costs Per Item, The Sum Of The Total Costs Per Item Shall Prevail And The Total Bid Amount Will Be Corrected; And (c) Unit Cost In The Detailed Estimate And Unit Cost In The Bill Of Quantities, The Latter Shall Prevail. 23.6. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 23.7. The Estimated Effect Of Any Price Adjustment Conditions Under Gcc Clause 47, During The Period Of Implementation Of The Contract, Will Not Be Taken Into Account In Bid Evaluation. 24. Preference For Provincial Bidders 24.1. If So Indicated In The Bds, Bidders Whose Principal Office Is Within The Same Province Where The Project Is To Be Implemented Shall Be Given Preference By Allowing A Right To Match The Lowest Calculated Bid Subject To Applicable Laws And Following The Mechanism Shown In The Bds. 25. Post Qualification Of The Lowest Calculated Bid The Procuring Entity Shall Conduct Post Qualification To Determine Whether The Bidder That Is Evaluated To Have The Lowest Calculated Bid Complies With And Is Responsive To All Requirements And Conditions For Eligibility And Of The Bidding For The Contract. The Determination Shall Use Non-discretionary “pass/fail” Criteria And Be Based Upon Examination, Verification And Validation Of The Documentary Evidence Of The Bidder’s Eligibility/qualifications Submitted By The Bidder Pursuant To 25.1. Part I. Section Ii. Eligibility Documents And The Technical And Financial Proposals For Itb Clause 10. If The Said Bidder Passes The Post-qualification, His Bid Shall Be Declared As The Lowest Calculated And Responsive Bid (lcrb). 26. Right Of The Procuring Entity To Reject Any Or All Bids 26.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 26.2. The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract In The Following Situations: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 27. Award Criteria 27.1. Subject To Itb Clause 25, The Procuring Entity Shall Award The Contract To The Successful Bidder Whose Bid Has Been Determined To Be The Lcrb. 28. Notice Of Award 28.1. The Procuring Entity Shall Issue A Written Notice Of Award/letter Of Acceptance To The Bidder With The Lcrb Prior To The Expiration Of The Bid Validity Period, By Registered Mail, By Hand Or By Facsimile. This Notice Of Award/letter Of Acceptance Shall State The Proposed Contract Price Equivalent To The Lcrb, Together With The Documentary Requirements For The Contract. 29. Signing Of The Contract 29.1. Within Ten (10) Calendar Days Upon Receipt Of The Award, The Successful Bidder Shall Submit To The Procuring Entity: (a) Its Written Confirmation To The Award; (b) The Contract Form Signed By The Bidder; (c) The Required Performance Security; And (d) All Other Documentary Requirements For The Contract. 29.2. Within Twenty (20) Calendar Days Upon Receipt From The Successful Bidder Of The Signed Confirmation Of The Award, The Signed Contract, The Required Performance Security And All Other Documentary Requirements, The Procuring Entity Shall Sign And Approve The Contract. 30. Performance Security 30.1. Within A Maximum Period Of Ten (10) Calendar Days Upon Receipt Of The Notification Of Award From The Procuring Entity, And In No Case Later Than The Signing Of The Contract By The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity, The Performance Security In Accordance With The Conditions Of Contract, In The Performance Security Form Provided In The Bidding Documents, Or In Another Form Acceptable To The Procuring Entity. 30.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Performance Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier’s Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 30.3. If The Acceptable Performance Security Is Provided By The Successful Bidder In The Form Of A Bank Guarantee, Or Other Form If Indicated In Scc Clause 7.1, It Shall Be Issued Either (a) At The Bidder’s Option, By A Bank Located In The Country Of The Procuring Entity Or A Foreign Bank Through A Correspondent Bank Located In The Country Of The Procuring Entity, Or (b) With The Agreement Of The Procuring Entity Directly By A Foreign Bank Acceptable To The Procuring Entity. 30.4. Failure Of The Successful Bidder To Comply With The Requirements Of Itb Clause 30.1 Shall Constitute Sufficient Grounds For Cancellation Of The Award And Forfeiture Of The Bid Security. In Which Event, The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 30.5. Upon The Furnishing By The Successful Bidder Of The Performance Security, The Procuring Entity Will Promptly Notify The Other Bidders That Their Bids Have Been Unsuccessful. 31. Notice To Proceed 31.1. Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed. 32. Advance Payment 32.1. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 38.1. Part Ii. Section Ii. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Carmen, Surigao Del Sur The Name Of The Contract Is Completion Of Concrete Perimeter Fence At Evacuation Center 5.3 The Procuring Entity’s Address Is: Local Government Unit Carmen, Surigao Del Sur Hon. Jane V. Plaza - Municipal Mayor 7.1 All Bids Submitted Will Be Opened At The Bid Opening Ceremony. Determination Of A Bidder’s Qualifications And Eligibility Will Form Part Of The Procuring Entity’s Evaluation Process And Post-qualification. During Bid Opening Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: A) Evidence Of Financial, Technical And Production Capability; (minimum Equipment Required) B) Audited Financial Statements; C) Nfcc Or Credit Line Certificate Or Cash Deposit Certificate; D) Bid Security; And E) Authority Of The Signatory. 10.1 F) 10.1(a.11) Minimum Required Equipment 10.1(a.11) Ten Percent (10%) Of The Bid Amount. Note: If The Bidder, At Its Own Option Provides A Cash Deposit Certificate It Must Be At Least Ten Percent (10%) Of The Bid Amount 10.1(a.15) None. 10.1(b.4) None. 10.2 There Is No Ceiling For Financial Proposals. 11.4 Bid Prices Shall Be Fixed; Adjustable Financial Proposals Will Be Rejected. 12.1 For Goods And Services That Will Be Supplied From Outside Of The Philippines. Bid Prices Therefore Shall Be Quoted In United States Dollars. 13.1 Bids Will Be Valid Until 120 Calendar Days From The Date Of Bid Opening. 13.3 If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period; Or In The Request For Extension, For The Period Of Delay Beyond Sixty (60) Days After The Expiry Of The Initial Bid Validity, Up To The Notification Of Award, Bid Prices Shall Be Increased On The Local Component By 3% Per Annum. Bid Evaluation Will Be Based On The Bid Prices Without Taking The Above Correction Into Consideration. 14.1 And 14.2 The Bid Security Shall Be In The Following Forms And Amount: (a) Cash, Certified (cashier’s Or Manager’s) Check At One Percent (1%) Of The Bid; And (b) Bank Guarantee At One And A Half Percent (1.5%) Of The Bid; (c) Bid Securing Declaration 14.3 And 14.5 One Hundred Twenty (120) Days From The Date Set For Bid Opening. 14.6(d) The Following Shall Be The Additional Grounds For Forfeiture Of The Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After He Had Been Adjudged As Having Submitted The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid. 5. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 6. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 7. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As An Eligible Contractor Not Buying Bid Documents, And Contractors Habitually Withdrawing From Bidding Or Submitting Letters Of Non-participation For At Least Three (3) Times Within A Year, Except For Valid Reasons. 15.1 None 16.4 No Further Instructions. 17.2(d) The Specific Identification Of This Bidding Process Is 18.1 The Address For Submission Of Bids Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Deadline For Submission Of Bids Is February 19, 2025 At 10:00 Am 21.1 The Place Of Bid Opening Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Date And Time Of Bid Opening Is February 19, 2025 At 10:00 Am 24.1 Not Applicable. Part Ii. Section Iii. General Conditions Of Contract Table Of Contents 1. Definitions 42 2. Interpretation 44 3. Governing Language And Law 45 4. Communications 45 5. Possession Of Site 45 6. The Contractor’s Obligations 46 7. Performance Security 47 8. Sub-contracting 47 9. Liquidated Damages 48 10. Site Investigation Reports 48 11. The Procuring Entity, Licenses And Permits 48 12. Contractor’s Risk And Warranty Security 48 13. Procuring Entity’s Risk 50 14. Insurance 51 15. Termination For Default Of Contractor 52 16. Termination For Default Of Procuring Entity 53 17. Termination For Other Causes 53 18. Procedures For Termination Of Contracts 55 19. Force Majeure, Release From Performance 56 20. Resolution Of Disputes 57 21. Suspension Of Loan, Credit, Grant, Or Appropriation 58 22. Procuring Entity’s Representative’s Decisions 58 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 58 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 25. Extension Of The Intended Completion Date 59 26. Right To Vary 59 27. Contractors Right To Claim 60 28. Dayworks 60 29. Early Warning 60 30. Program Of Work 60 31. Management Conferences 61 32. Bill Of Quantities 61 33. Instructions, Inspections And Audits 62 34. Identifying Defects 62 35. Cost Of Repairs 62 36. Correction Of Defects 63 37. Uncorrected Defects 63 38. Advance Payment 63 39. Progress Payments 64 40. Payment Certificates 64 41. Retention 65 42. Variation Orders 65 43. Contract Completion 67 44. Suspension Of Work 67 45. Payment On Termination 68 46. Extension Of Contract Time 69 47. Price Adjustment 70 48. Completion 70 49. Taking Over 70 50. Operating And Maintenance Manuals 71 1. Definitions 1.1. For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.2. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 20. 1.3. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.4. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 48. 1.5. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. It Consists Of The Documents Listed In Gcc Clause 2.3. 1.6. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.7. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.8. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.9. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.10. Days Are Calendar Days; Months Are Calendar Months. 1.11. Day Works Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.12. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.13. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.14. The Defects Liability Period Is The One Year Period Between Project Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.15. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.16. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.17. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.18. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.19. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.20. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.21. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.22. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.23. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.24. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.25. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.26. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.27. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.28. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.29. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.30. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.31. Work(s) Refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 2.3. The Documents Forming This Contract Shall Be Interpreted In The Following Order Of Priority: (a) Contract Agreement; (b) Instructions To Bidders; (c) Addenda To The Bidding Documents; (d) Specifications; (e) Drawings; (f) Special Conditions Of Contract; (g) General Conditions Of Contract; And (h) Any Other Document Listed In The Scc As Forming Part Of This Contract. 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications 4.1. Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 46. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. The Performance Security Shall Be Submitted To The Procuring Entity Not Later Than The Date Specified In The Letter Of Acceptance And Shall Be Issued In An Amount And Form As Specified In The Scc, And Denominated In The Currency In Which The Contract Price Is Payable. The Performance Security Shall Be Valid For The Period Specified In The Scc. 7.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Sub-contracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract More Than Fifty Percent (50%) Of The Value Of The Works,. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.2. All Subcontracting Arrangements As Disclosed And Identified During The Eligibility Check Shall Not Be Changed During The Implementation Of This Contract. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity At The Rate Per Day Stated In The Scc For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Total Amount Of Liquidated Damages Shall Not Exceed The Amount Defined In The Scc. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 39.1 10. Site Investigation Reports 10.1. The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits 11.1. The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Project Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. In Case The Contractor Fails To Comply With The Preceding Paragraph, It Shall Suffer Perpetual Disqualification From Participating In Any Public Bidding And Its Property Or Properties Shall Be Subject To Attachment Or Garnishment Proceedings To Recover The Costs. All Payables Of The Procuring Entity In The Contractor’s Favor Shall Be Offset To Recover The Costs. 12.3. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For Structural Defects And/or Failure Of The Completed Project Within The Following Warranty Periods From Final Acceptance, Except Those Occasioned By Force Majeure And Those Caused By Other Parties: (a) Permanent Structures: Fifteen (15) Years Buildings Of Types 4 (steel, Iron, Concrete, Or Masonry Construction With Walls, Ceilings, And Permanent Partitions Of Incombustible Fire Resistance) And 5 (steel, Iron, Concrete, Or Masonry Construction), Steel And Concrete Bridges, Flyovers, Concrete Aircraft Movement Areas, Ports, Dams, Diversion Tunnels, Causeways, Wharves, Piers, Dikes, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Structures; (b) Semi-permanent Structures: Five (5) Years Buildings Of Types 1 (wooden), 2 (wood With 1 Hour Fire Resistance), And 3 (masonry And Wood Construction), Concrete Roads, Asphalt Roads, River Control, Drainage, Irrigation And Drainage Canals, Municipal Ports And River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Structures; And (c) Other Structures: Two (2) Years Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures. 12.4. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price 1. Cash Deposit, Cash Bond Or Letter Of Credit Five Percent (5%) 2. Bank Guarantee Ten Percent (10%) 3. Surety Bond Thirty Percent (30%) 12.5. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective During The Applicable Warranty Period Provided In Gcc Clause 12.3. 12.6. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.3, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable, Of Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. For Purposes Of This Clause, The Term “structural Defects” Shall Mean Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Works Which May Lead To Structural Failure Of The Completed Elements Or Structure. The Term “structural Failures” Is Defined As An Occurrence Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public. 13. Procuring Entity’s Risk 13.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (a.1) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (a.2) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 14. Insurance 14.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 14.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity Through The Procuring Entity’s Representative. 14.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 14.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 14.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 39 Until The Contractor Complies With This Clause. 14.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (a.1) Become Bankrupt; (a.2) Been Placed Under Receivership Or Under A Management Committee; (a.3) Been Sued For Suspension Of Payment; Or (a.4) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (b) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 15. Termination For Default Of Contractor 15.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 15.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 15.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 15.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 15.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 16. Termination For Default Of Procuring Entity 16.1. The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 17. Termination For Other Causes 17.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 17.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 17.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (h.1) Corrupt, Fraudulent, Collusive And Coercive Practices As Defined In Itb Clause 2.1(a); (h.2) Drawing Up Or Using Forged Documents; (h.3) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (h.4) Any Other Act Analogous To The Foregoing. 17.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 17.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 17.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 17.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 18. Procedures For Termination Of Contracts 18.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (b.1) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (b.2) The Extent Of Termination, Whether In Whole Or In Part; (b.3) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (b.4) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19. Force Majeure, Release From Performance 19.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 19.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 19.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 19.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 27.1; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 19.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 20. Resolution Of Disputes 20.1. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 20.2. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr-a Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr-a: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. Additional Instructions On Resolution Of Disputes, If Any, Shall Be Indicated In The Scc. 21. Suspension Of Loan, Credit, Grant, Or Appropriation 21.1. In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Scc Clause 44.2. 22. Procuring Entity’s Representative’s Decisions 22.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 22.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 23.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 23.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 23.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 23.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 24.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 24.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 25. Extension Of The Intended Completion Date 25.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. Unless Specified In The Scc, No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 25.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 26. Right To Vary 26.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 26.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 27. Contractors Right To Claim 27.1. If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 28. Dayworks 28.1. Subject To Gcc Clause 42 On Variation Order, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 28.2. All Work To Be Paid For As Dayworks Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 28.3. The Contractor Shall Be Paid For Dayworks Subject To Obtaining Signed Dayworks Forms. 29. Early Warning 29.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 29.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 30. Program Of Work 30.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 30.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 30.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 30.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations; And If Allowed, Any Compensation Event. 30.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 30.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 31. Management Conferences 31.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 31.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity. The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 32. Bill Of Quantities 32.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 32.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 32.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 32.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 33. Instructions, Inspections And Audits 33.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 33.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 33.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 34. Identifying Defects 34.1. The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 35. Cost Of Repairs 35.1. Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 36. Correction Of Defects 36.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Begins At Completion Date Up To Final Acceptance By The Procuring Entity, Unless Otherwise Specified In The Scc. The Defects Liability Period Shall Be Extended For As Long As Defects Remain To Be Corrected. 36.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 36.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 36.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 37. Uncorrected Defects 37.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 37.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 38. Advance Payment 38.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not To Exceed Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 38.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 38.3. The Advance Payment Shall Be Repaid By The Contractor By Deducting A Percentage Equal To That Used For The Advance Payment From Periodic Progress Payments To Be Made To The Contractor. 38.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39. Progress Payments 39.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 39.2. The Procuring Entity Shall Have The Right To Deduct From The Contractor’s Progress Billing Such Amount As May Be Necessary To Cover Third Party Liabilities, As Well As Uncorrected Discovered Defects In The Project. 39.3. Payments Shall Be Adjusted By Deducting Therefrom The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. Unless Otherwise Indicated In The Scc, No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 39.4. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 40. Payment Certificates 40.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 40.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 40.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 40.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 41. Retention 41.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Scc Clause 41.2. 41.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Unless Otherwise Specified In The Scc, Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefor. 41.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Percentage Retained Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Procuring Entity Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 41.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 42. Variation Orders 42.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 42.2. A Change Order May Be Issued By The Implementing Official To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 42.3. An Extra Work Order May Be Issued By The Implementing Official To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 42.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize The Variation Order Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 42.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Head Of The Procuring Entity Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Procuring Entity’s Representative. (b) The Procuring Entity’s Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Procuring Entity’s Representative. (c) The Procuring Entity’s Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, The Procuring Entity’s Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 43. Contract Completion 43.1. Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 44. Suspension Of Work 44.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 44.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 44.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 45. Payment On Termination 45.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 45.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 45.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 45.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 16 Or 17, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 46. Extension Of Contract Time 46.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 46.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 46.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 46.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 46.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods, Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 47. Price Adjustment 47.1. Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed Unless Otherwise Specified In The Scc. 48. Completion 48.1. The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 49. Taking Over 49.1. The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 50. Operating And Maintenance Manuals 50.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 50.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Part Ii. Section Iv. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is 105 Calendar Days. 1.22 The Procuring Entity Is Municipality Of Carmen. 1.23 The Procuring Entity’s Representative Is Hon. Jane V. Plaza - Municipal Mayor. 1.24 The Site Is Located At Barangay Poblacion, Carmen, Surigao Del Sur And Is Defined In Drawings No. Sheet No. 01 Vicinity Map See Part Ii Section Vi. 1.28 The Start Date Is Within 10 Calendar Days Upon Receipt Of Ntp. 1.31 The Works Consist Of I. Construction Of Additional 75 Meters Perimeter Fence Ii. Finishing Works Of Existing Fence Iii. Construction/welding Of Steel Fence With Steel Matting As Main Fence Iv. Painting Works Of Inner Wall And Concrete Post Structures And All Steel Materials V. Installation Of Electrical Materials Vi. Construction Of 368m Drainage Canal 2.2 Not Applicable (h) The Other Documents Forming Part Of The Contract Are: None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Issuance Of Ntp 6.5 The Contractor Shall Employ The Following Key Personnel: 1. Civil Engineer 2. Construction Foreman 3. Carpenter/mason/paintor 4. Equipment Operator 5. Laborers 6. Welders Equipment Needed: 1 Concrete Mixer, Welding Machine 1 Bar Cutter, Grinder 1 Concrete Vibrator 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Certified (cashier’s Or Manager’s) Check, In The Amount Of Five Percent (5%) Of The Contract Price; And (b) Bank Guarantee In The Amount Of Ten Percent (10%) Of The Contract Price. The Performance Security Shall Be Discharged By The Procuring Entity And Returned To The Contractor Not Later Than Thirty (30) Days Following The Date Of The Expiration Of This Contract. 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 The Site Investigation Reports Are: None 20.1 The Arbiter Is: Construction Industry Arbitration Commission Manila 20.2 No Further Instructions. 25.1 No Further Instructions. 28.1 No Day Works Are Applicable To The Contract. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [10] Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is [30] Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Progress Billing. 33.3 The Funding Source: 20% Ldf 2025 36.1 The Defects Liability Period Is One Year. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price And To Be Recouped Every Progress Billing. 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 The Amount Of Retention Is Ten Percent (10%) Of The Contract Value. 47.1 No Further Instructions. 50.1 The Date By Which Operating And Maintenance Manuals Are Required Is : Not Applicable The Date By Which “as Built” Drawings Are Required Is : [within Fifteen (15) Days After Completion] 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings By The Date Required Is : [1% Of The Final Contract Amount] Part Ii. Section V. Specifications I. Site Clearing Site Clearing (before And After) 1 Lot Including Vegetation Controls And Alike Ii. Excavation And Filling Works Footing, Wall Footing Excavation 190 Cu.m Filling And Grading Of Soil Near The Fence Iii. Carpentry Works (forms, Scafolding) 100-2”x3”x16’ Lawaan 800 Bd.ft 100-2”x2”x16’ Lawaan 534 Bd.ft #cwn Assorted 80 Kls Marine Plywood 120 Pcs Iv. Concrete Works Portland Cement Type 1 280 Bags Washed Sand 22 Cu.m ¾” Screened Gravel 30 Cu.m V. Reinforcement Works 10mm Dsb 295 Le Of 6m 1079.7 Lg 12mm Dsb 740 Le Of 6m 3944.2 Kg #16 Tie Wire 100 Kg Vi. Masonry Works (walls And Finishing Works) 6” Chb 1100 Pcs Portland Cement 160 Bags Washed Sand 17 Cu.m Vii. Welding Works Steel Matting Wire Mesh 4”x8”, 4.5mm Thick Rod 137 Sheet G.i. Steel Tubular Type 2”x3”x6m Length, 1.5mm Thick 274 Pcs 12mm Steel Bars 504 Pcs 2”x1” Angle Bar 5mm Thick 6m Length 125 Pcs Grinding Disk 150 Pcs Bolts (connection For Steel To Concrete) 1500 Pcs Cutting Disk 100 Pcs Welding Rod 700 Pcs Viii. Painting Works Painting Of Walls (two Coats) 632.2 Sq.m Painting Of Steels (use Zinc Chromate For Tubular And Red Oxide For Steel Matting For First Coat) Used Epoxy Enamel For Top Coat. Black Use Color Black 675 Sq.m Ix. Electrical Works Thhn – Thwn Paciflex #10 10 Mts Thhn – Thwn Paciflex #12 9 Boxes Electrical Pvc Pipe #3/4 160 Le Heavy Duty Metal Conduit Clamp Gi Clamps Single #3/4 40 Pcs Electrical Pvc Elbow #3/4 30 Pcs Electrical Square Box Poly 70 Pcs Enclosure Boxn Surface Type 9 Way 161 Mm-w/ 255mm-i 1 Pc Mcb Circuit Breaker 20 Amps Ac 4 Pcs Mcb Circuit Breaker 40 Amps Ac 1 Pc Electrical Conduit Pipe Connector, Male Adapter W/ Lock Nut #3/4 6 Pcs Electrical Tape Big 20 Pcs 30 Watts Outdoor Street Light As Showed In Plan. With Holder (clamps) With Steel As Shown 65 Sets G.i. Pipe 2” Dia. X 6m Sched. 20 33 Pcs Welding Rod #6013 15 Boxes Anchor Bolt 5/8 X 8” With Nut And Washer 4 Pcs With 5mm 8” X 8” Steel Plate 65 Sets Steel Plate 5mm Thick 1 Sheet Cutting Disk For Steel 15 Pcs X. Billboard Project Billboard 1 Lot Xi. Temporary Facility 1 Lot Provision Of Bunk House Temporary Electrical Connection Temporary Water Supply Connection Part Ii. Section Vi. Drawings Part Ii. Section Vii. Bill Of Quantities Item Scope Of Works Unit Qty Unit Price Total Amount I Site Clearing Lot 1.00 Ii Excavation & Filling Works Lot 1.00 Iii Carpentry Works (forms, Scafolding) Lot 1.00 Iv Concrete Works Lot 1.00 V Reinforcement Works Kgs 5023.90 Vi Masonry Works (walls & Finishing Works) Lot 1.00 Vii Welding Works Lot 1.00 Viii Painting Works Sq.m 1307.20 Ix Electrical Works Lot 1.00 X Billboard Lot 1.00 Xi Temporary Facility Lot 1.00 Part Ii. Section Viii. Forms And Qualification Information Table Of Contents Bid Form 129 Form Of Bid Security (bank Guarantee) 131 Qualification Information 133 Letter Of Acceptance 136 Form Of Contract Agreement 137 Form Of Performance Security (bank Guarantee) 140 Bank Guarantee For Advance Payment 141 Affidavit Of Disclosure Of No Relationship 142 Bid Form Date: Iaeb No.: To: Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Municipal Hall Poblacion, Carmen, Surigao Del Sur We, The Undersigned, Declare That: We Have Examined And Have No Reservation On The Bidding Documents Including Addenda, For The Contract Completion Of Concrete Perimeter Fence At Evacuation Center, At Brgy. Poblacion, Carmen, Surigao Del Sur. A) We Offer To Execute The Works For This Contract In Accordance With The Bid, And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________ The Discounts Offered And The Methodology For Their Application Are: _______________ B) Our Bid Shall Be Valid For A Period Of [insert Number] Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; C) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of __________ Percent Of The Contract Price For The Due Performance Of The Contract; D) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: Philippines E) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; F) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; G) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And H) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: ___________________ In The Capacity Of: _______________ Signed: _______________ Duly Authorized To Sign The Bid For And On Behalf Of: ___________________ Date: ______________________ (with Bank’s Letter Head) Form Of Bid Security (bank Guarantee) Whereas, [insert Name Of Bidder] (hereinafter Called The “bidder”) Has Submitted His Bid Dated [insert Date] For The [insert Name Of Contract] (hereinafter Called The “bid”). Know All Men By These Presents That We [insert Name Of Bank] Of [insert Name Of Country] Having Our Registered Office At [insert Address] (hereinafter Called The “bank” Are Bound Unto [insert Name Of Procuring Entity] (hereinafter Called The “entity”) In The Sum Of [insert Amount] For Which Payment Well And Truly To Be Made To The Said Entity The Bank Binds Himself, His Successors And Assigns By These Presents. Sealed With The Common Seal Of The Said Bank This _____ Day Of _________ 20___. The Conditions Of This Obligation Are: 1. If The Bidder: (a) Withdraws His Bid During The Period Of Bid Validity Specified In The Form Of Bid; Or (b) Does Not Accept The Correction Of Arithmetical Errors Of His Bid Price In Accordance With The Instructions To Bidder; Or 2. If The Bidder Having Been Notified Of The Acceptance Of His Bid By The Employer During The Period Of Bid Validity: (a) Fails Or Refuses To Execute The Form Of Agreement In Accordance With The Instructions To Bidders, If Required; Or (b) Fails Or Refuses To Furnish The Performance Security In Accordance With The Instructions To Bidders. We Undertake To Pay To The Entity Up To The Above Amount Upon Receipt Of His First Written Demand, Without The Entity Having To Substantiate His Demand, Provided That In His Demand The Entity Will Note That The Amount Claimed By Him Is Due To Him Owing To The Occurrence Of One Or Both Of The Two (2) Conditions, Specifying The Occurred Condition Or Conditions. The Guarantee Will Remain In Force Up To And Including The Date 120 Days After The Deadline For Submission Of Bids As Such Deadline Is Stated In The Instructions To Bidders Or As It May Be Extended By The Entity, Notice Of Which Extension(s) To The Bank Is Hereby Waived. Any Demand In Respect Of This Guarantee Should Reach The Bank Not Later Than The Above Date. Date Signature Of The Bank Witness Seal (signature, Name And Address) Qualification Information Notes: The Information To Be Filled In By Bidders In The Following Pages Will Be Used For Purposes Of Qualification As Provided For In Part I, Part I. Section Ii. Eligibility Documents. This Information Will Not Be Incorporated In The Contract. Attach Additional Pages As Necessary. 1. Individual Bidders Or Individual Members Of Joint Ventures 1.1 Constitution Or Legal Status Of Bidder: [attach Copy] Place Of Registration: [insert] Principal Place Of Business: [insert] Power Of Attorney Of Signatory Of Bid: [attach] 1.2* Total Annual Volume Of Construction Work Performed In The Past Five Years As Listed In The Eligibility Data Sheet, Reflected Using The Currency Specified For The Bid. Annual Turnover Data (construction Only) Year Turnover In (specified Currency) 1. 2. 3. 4. 5. 1.3 Work Performed As Prime Contractor On Works Of A Similar Nature And Volume Over The Last Ten Years. Proof Of Completion, E.g. Certificate Of Completion Signed By The Employer Or Owner, Shall Be Submitted. Also List Details Of Work Under Way Or Committed, Including Expected Completion Date. Project Name And Country Name Of Employer And Contact Person Type Of Work Performed And Year Of Completion Total Value Of Contract (in Specified Currency) 1. 2. 1.4 Major Items Of Contractor’s Equipment Proposed For Carrying Out The Works. List All Information Requested Below. Item Of Equipment Description, Make, And Age (years) Owned, Leased (from Whom?), Or To Be Purchased (from Whom?) 1. [employer To Specify] 2. 3. 1.5* Qualifications And Experience Of Contract Manager Proposed For Administration And Execution Of The Contract. Attach Bio-data. Name (primary Candidate And Alternate) Years Of Experience In Similar Works Years Of Experience As Contract Manager 1. 2. 1.6* Financial Statements For The Last Five (5) Years. Attach Audited Financial Statements. 1.7 Evidence Of Access To Financial Resources To Meet The Qualification Requirements: Cash In Hand, Lines Of Credit, Etc. List Below And Attaché Copies Of Support Documents. Source Of Financing Amount In (specified Currency) 1. 2. 3. 1.8 Name, Address, And Telephone And Facsimile Numbers Of Banks That May Provide References If Contacted By The Entity. 1.9 Proposed Program Of Work (work Method And Schedule). Attach Descriptions, Drawings And Charts, As Necessary, To Comply With The Requirements Of The Bidding Documents. 1.10* Proposed Subcontracts And Firms Involved. Refer To Gcc Clause 8. Section Of The Works Value Of Subcontract Subcontractor (name And Address) Experience In Similar Work 2. Joint Ventures* 2.1 The Information Listed In 1.1 - 1.9 Above Shall Be Provided For Each Partner Of The Joint Venture. 2.2 Attach The Power Of Attorney Of The Signatory(ies) Of The Bid Authorizing Signature Of The Bid On Behalf Of The Joint Venture. 2.3 Attach The Agreement Among All Partners Of The Joint Venture (and Which Is Legally Binding On All Partners), Which Shows That: (a) All Partners Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms; (b) One Of The Partners Will Be Nominated As Being In Charge, Authorized To Incur Liabilities, And Receive Instructions For And On Behalf Of Any And All Partners Of The Joint Venture; And (c) The Execution Of The Entire Contract, Including Payment, Shall Be Done Exclusively With The Partner In Charge. Letter Of Acceptance [letterhead Of The Entity] Date: [insert Date] To: [name And Address Of Contractor] This Is To Notify You That Your Bid Dated [insert Date] For Execution Of The [insert Name Of Contract And Identification Number As Given In The Itb] For The Contract Price Of [insert Amount In Specified Currency] , As Corrected And Or Modified If Applicable, In Accordance With The Instructions To Bidders Is Hereby Accepted By Our Agency. You Are Hereby Instructed To Come To Our Office Located At [insert Address] To Sign The Formal Agreement On [date] At [time]. Authorized Signature: Name: Designation: Form Of Contract Agreement This Agreement, Made This ____th Day Of _______ Between Hon. Jane V. Plaza, Municipal Mayor Of Carmen, Surigao Del Sur (hereinafter Called The“entity”) And ________________________________________, Represented By _________________________ (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute The Completion Of Concrete Perimeter Fence At Evacuation Center, Brgy. Poblacion, Carmen, Surigao Del Sur (hereinafter Called “the Works”) And The Entity Has Accepted The Bid In The Amount Of ___________________________________ (php . __________) By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Section Scope Of Works Unit Qty Unit Price Total Amount Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. I. Environmental Management Plan (emp) Ii. Environmental Compliance Certificate (ecc),if Any 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works Within 30 Calendars Days Inclusive Of 20 Days Allowance For Unworkable Conditions And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Municipality Of Carmen By : Contractor By : Jane V. Plaza _____________________________ First Party Second Party Signed In The Presence Of : ____________________________ _____________________ Witness Witness Notarial Acknowledgment Republic Of The Philippines) Before Me, This ______ Day Of _________________, Personally Appeared: Name Ctc No. Date Of Issue Place Of Issue 1. Jane V. Plaza __________ _____________ Carmen, Sds. 2. ____________________ __________ ______________ _____________ All Known To Me To Be Same Persons Who Executed The Foregoing Agreement And Acknowledge That The Same Are Their Free Act And Voluntary Deed. This Instrument Consisting Of _____ Pages, Including This Page Whereon The Acknowledgment Is Written, Has Been Signed By The Parties And Their Witnesses On Each And Every Page Thereof, Sealed With Notarial Seal. Notary Public Doc. No.______; Page No.______; Book No.______; Series Of 2025 (with Bank’s Letter Head) Form Of Performance Security (bank Guarantee) To : [name Of Procuring Entity] [address Of Procuring Entity] Whereas, [name And Address Of Contractor] (hereinafter Called The “contractor”) Has Undertaken, In Pursuance Of Contract No. [insert Number] Dated [insert Date] To Execute [name Of Contract And Brief Description Of Works] (hereinafter Called The “contract”); And Whereas, It Has Been Stipulated By You In The Said Contract That The Contractor Shall Furnish You With A Bank Guarantee By A Recognized Bank For The Sum Specified Therein As Security For Compliance With His Obligations In Accordance With The Contract; And Whereas, We Have Agreed To Give The Contractor Such A Bank Guarantee; Now Therefore, We Hereby Affirm That We Are The Guarantor And Responsible To You, On Behalf Of The Contractor, Up To A Total Of [insert Amount Of Guarantee In Numbers And In Words] Such Sum Being Payable In The Types And Proportions Of Currencies In Which The Contract Price Is Payable, And We Undertake To Pay You, Upon Your First Written Demand And Without Cavil Or Argument, Any Sum Or Sums Within The Limits Of [amount Of Guarantee] As Aforesaid Without Your Needing To Prove Or To Show Grounds Or Reasons For Your Demand For The Sum Specified Therein. We Hereby Waive The Necessity Of Demand Of The Said Debt From The Contractor Before Presenting Us With The Demand. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of The Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between You And The Contractor Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Be Valid Until A Date Twenty Eight (28) Days From The Date Of Issue Of The Certificate Of Completion. Signature And Seal Of The Guarantor Name Of Bank Address Date (with Bank’s Letter Head) Bank Guarantee For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen: In Accordance With The Provisions Of The Gcc Clause 32 Of The Above-mentioned Contract, [name And Address Of Contractor] (hereinafter Called “the Contractor”) Shall Deposit With [name Of Procuring Entity] A Bank Guarantee To Guarantee His Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee] [amount In Words] We, The [bank Or Financial Institution], As Instructed By The Contractor, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To [name Of Procuring Entity] On His First Demand Without Whatsoever Right Of Objection On Our Part And Without His First Claim To The Contractor, In The Amount Not Exceeding [amount Of Guarantee] [amount In Words] We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between [name Of Procuring Entity] And The Contractor, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Under The Contract Until [name Of Procuring Entity] Receives Full Repayment Of The Same Amount From The Contractor. Yours Truly, Signature And Seal: Name Of Bank/financial Institution: Address: Date: Affidavit Of Disclosure Of No Relationship [see Itb Clause 3.2 Of The Bidding Documents] I, [name Of The Affiant], [state Nationality], Of Legal Age, [state Status], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Authorized Representative Of [insert Name Of Bidder] With Office Address At [insert Address] An Established And Reputable Constructor Of [insert Name And/or Description Of The Works] For The Bidding Of [insert Name Of The Project] By The [insert Name Of Procuring Entity] (hereinafter Referred To As The “procuring Entity”); 2. None Of The [officers / Directors / Controlling Stockholders / Members / Owners] Of The [name Of The Bidder] Are Related By Consanguinity Or Affinity Up To The Third Civil Degree To The Head Of The Procuring Entity Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. 3. I Am Making This Statement In Compliance With Section 47 Of The Implementing Rules And Regulations Part A Of Republic Act 9184, And In Accordance With The Requirements Of The Procuring Entity 4. I Understand And Accept That Any False Statement In This Respect Will Render [name Of The Bidder], And Its Authorized Officers Liable For Prosecution To The Full Extent Of The Law. In Witness Whereof, I Have Hereunto Set My Hand This _________________ Day Of __________________, 20__, In The City Of __________________, Philippines. ______________________ Affiant Subscribed And Sworn To Before Me This ___________________________ Day Of _____________________, Philippines. ______________________ Notary Public Doc. No. __________; Page No. __________; Book No. __________; Series Of 20____ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Checklist Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Bids And Awards Committee Bid Opening Checklist Name Of Contractor : _______________________________________________________ Name Of Project : _______________________________________________________ Bid Amount : _______________________________________________________ 1. Eligibility Documents A) Class A Documents A.) Dti ____ B.) Mayor’s Permit ____ C.) Pcab License ____ D.) Tax Clearance ____ E.) Audited Financial Statement/bir Income Tax ____ F.) Certificate Of Philgeps Registration (platinum) ____ B) - Class B Documents A.) Minimum Experience To Be Eligible And Qualified - One Project Of 80% Value For The Last 5-years ____ Same Nature - Average 3-years Total Project > 100% ____ 2. Technical Proposal A) Bid Security ____ B) Construction Schedule And S-curve ____ C) Pert-cpm ____ D) Manpower Schedule ____ E) Construction Method ____ F) Organization Chart For The Contract To Be Bid ____ G) Duly Signed Contractor’s Certification Of Key Personnel For The Contract, With Key Personnel’s Affidavits Of Commitment To Work On The Contract With Complete Qualification And Experience Data ____ H) Duly Signed List Of Contractor’s Equipment Pledge For The Contract Supported With Proof Of Ownership. ____ I) Equipment Utilization Schedule ____ J) Affidavit Of Site Inspection ____ K) Prospective Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) ____ L) Construction Safety And Health Program ____ M) Statement Of Ongoing Government And Private Construction Contracts, Including Contracts Awarded But Not Yet Started ____ N.) Statement Of All Completed Government And Private Construction Contracts Which Are Similar In Nature ____ O.) Evidence Of Financial, Technical & Prod’n. Capabilities/list Of Completed Projects ____ P.) Omnibus Sworn Statements In Accordance With Section 25.3 Of The Ra 9184 ____ Q.) Statement Of The Bidders Slcc Similar To The Contract To Be Bid ____ 3. Financial Proposal A. Duly Signed Bid Price In Approved Bid Form ____ B. Duly Signed Bill Of Quantities ____ C. Duly Signed Detailed Estimate ____ D. Duly Signed Cash Flow By Quarter And Payment Schedule ____ Documents To Be Submitted A) One (1) – Original; B) Two(2) Copies – Xerox ____

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations: 1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number 70z04025qag129 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. 3. This Acquisition Will Be Issued Under Naics 811210. 4. Nsn: 2925-01-603-2033 oem: Electronic Control Arc 3000 M pn: Qcarc3002-aa03 qty: 4 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. 5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Quantum Marine Engineering, Inc. And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts. 6. Packing And Marking: each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information. national Stock Number 2925-01-603-2033 item Name Electronic Control Arc 3000 M part Number Qcarc3002-aa03 gov’t Order Number 70z08025p29****** coast Guard Sflc Material, Condition Code “a” 7. Delivery: delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ 8. Inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: 9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. 10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. 11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. 12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. 13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). __(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693). __(49)52.223-20, Aerosols(may 2024)(e.o. 13693). __(50)52.223-21, Foams (may 2024) (e.o. 13693). __(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (a)definitions. As Used In This Clause— kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That– (1)is Developed Or Provided By Akaspersky Lab Covered Entity; (2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entitymeans– (1)kaspersky Lab; (2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”; (3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4)any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From— (1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And (2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c)reporting Requirement. (1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles. (d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232. definitions. As Used In This Clause- backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Countrymeans The People’s Republic Of China. covered Telecommunications Equipment Or Servicesmeans– (1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. critical Technologymeans– (1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii)for Reasons Relating To Regional Stability Or Surreptitious Listening; (3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. (2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c)exceptions.this Clause Does Not Prohibit Contractors From Providing— (1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause (i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services. (e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations: 1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number 70z04025qzb018 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. 3. This Acquisition Will Be Issued Under Naics 811210. 4. Nsn: 5895-12-395-9484 Control Monitor oem: Rolls-royce Solutions Gmbh pn: B00e50207391/s0002 qty: 3 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. 5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Rolls-royce Solutions Gmbh And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts. 6. Packing And Marking: each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information. national Stock Number 5895-12-395-9484 item Name Control-monitor part Number X00e50204217/s0002 gov’t Order Number 70z08025p29****** coast Guard Sflc Material, Condition Code “a” 7. Delivery: delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ 8. Inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: 9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. 10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. 11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. 12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. 13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). __(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693). __(49)52.223-20, Aerosols(may 2024)(e.o. 13693). __(50)52.223-21, Foams (may 2024) (e.o. 13693). __(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (a)definitions. As Used In This Clause— kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That– (1)is Developed Or Provided By Akaspersky Lab Covered Entity; (2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entitymeans– (1)kaspersky Lab; (2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”; (3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4)any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From— (1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And (2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c)reporting Requirement. (1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles. (d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232. definitions. As Used In This Clause- backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Countrymeans The People’s Republic Of China. covered Telecommunications Equipment Or Servicesmeans– (1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. critical Technologymeans– (1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii)for Reasons Relating To Regional Stability Or Surreptitious Listening; (3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. (2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c)exceptions.this Clause Does Not Prohibit Contractors From Providing— (1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause (i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services. (e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.

National Farming Promotion Tender

Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
Poland
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Ag.b.0162.1.2024.159.rk Krakow, Dn.26/08/2024 Price Request entitled: "service consisting in repair of the sheathing and roof covering of the Police Station building in Maków Podhalański at ul. Kolejowa 8, 34–220 Maków Podhalański" The proceeding is conducted on the basis of Art.2 Section 1, Item 1 of the Act of 11 September 2019 - Public Procurement Law - hereinafter referred to as the Act, and in accordance with Decision No. 58/2021 of the Provincial Police Commander in Krakow of 4 November 2021. I. General Information: 1. The offer should be sent by: 9 September 2024, by 12:00. In the manner: Please submit offers and any inquiries by 9/09/2024, 12:00 PM. via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab À "list of open proceedings". In the event of problems with submitting the offer, please contact the Eb2b Helpdesk Department – Contact In the footer of the website. 2. The offer should be prepared in accordance with this inquiry. Ii. Description of the subject of the order: 1. The subject of the order is the performance of a service consisting in the repair of the sheathing and roof covering of the police station building in Maków Podhalański at ul. Kolejowa 8, 34–220 Maków Podhalański. The Scope of Repair Work Include: I. Repair of Partially Collapsed Roof Sheathing Made of Planks, Repair of Part of the Roof Covering Made of Asphalt Felt, Together with Repair of the Bituminous Flashings of the Firewalls. The Scope of Work That Needs to Be Performed in Connection with the Repair of the Partially Collapsed Roof Sheathing, Together with Repair of Part of the Roof Covering and Firewall Flashings Include, at Least: 1. Removal of Damaged Asphalt Felt (roofing felt laid in multi-layers) On the Roof Surface of Approx. 20.0 M2, And from the Firewalls Over a Length of Approx. 16.0 M. 2. Dismantling of Damaged Board Sheathing (on a Surface of Approx. 20 M2), Together with Reinforcement of the Repaired Sheathing by Installing Wooden Beams With a Cross-Section of 10x10 Cm – Impregnated Wood – 0.3 M3 3. Installation of Dismantled Board Sheathing, Replacing the Sheathing Boards with New Impregnated Boards on a Surface of Approx. 8 M2. 4. Execution of Roofing Made of Underlay Thermo-Weldable Roofing Paper and Surface Roofing Paper. 5. Execution of Bituminous Flashings (two layers of turned-up Thermo-Weldable Roofing Paper) Reinforced with Metal Strips On a Length of Approx. 16.0 M. Ii. Repair of the Chimney Shaft, Together with Supplementing and Siliconizing the Grilles Protecting the Channels Against Birds. The Scope of Work That Needs to Be Performed in Connection with the Repair of the Chimney Shaft Together with Supplementing and Siliconizing the Grilles Protecting the Channels Against Birds Include: 1. Removing the scalded plaster on the chimney shaft above the roof slope. 2. Supplementing the cement-lime plaster on a chimney shaft measuring 50x90 cm and 1.0 M high. 3. Painting the repaired chimney shaft in the color of the existing chimney shafts. 4. Supplementing the grilles protecting the channels against birds – 4 pcs., Together with Siliconizing the existing grilles – 60 pcs. 2. The Work Will Be Carried Out in an Active Facility. In connection with this, the Ordering Party requires that the Contractor, before starting the construction works, submits to the Ordering Party a list of persons who will perform the works as part of the Contractor's activities, providing the following data (name and surname, PESEL) and a list of vehicles necessary to perform the works (make and type together with registration numbers). The above requirement results from the fact that the works are to be performed in an active police facility, to which only previously established persons may have access. In the event of the need to perform the works by new (additional) persons, the Contractor is obliged to inform the Ordering Party of this fact in advance, making an appropriate update of the list of persons. In the case of countries other than Poland, please provide the date of birth, father's name and passport series and number. The Ordering Party reserves the right to refuse to allow the persons indicated by the Contractor to perform the work. Iii. Conditions concerning the Offer and Execution of the Order: 1. The price for the execution of the service will be a lump sum and will be payable once after the completion of the order. 2. Payment for the execution of the order will be made within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 3. It is possible (optional) to conduct an on-site inspection of the facility in order for the Contractor to precisely determine the lump sum price for the execution of the service. Failure to conduct an on-site inspection of the facility will not be a basis for rejecting the Offer. Conducting an on-site inspection will take place after prior arrangement with the Ordering Party. Deadline for execution of the order: The deadline for execution of the order is 30 business days from the date of receipt of the order. The Commencement Date of Works Is to Be Agreed With the User of the Facility. In the Event of Untimely Completion of the Task by the Contractor, the Contractor Will Pay the Ordering Party a Penalty of 0.5% of the Gross Order Value for Each Day of Delay, However, Not More Than 15% of the Gross Order Remuneration. Place of Order Fulfillment: Police Station in Maków Podhalański, Kolejowa Street 8, 34 – 220 Maków Podhalański. Contact Telephone Numbers in the Matter: Provincial Police Headquarters in Kraków: 47–83–54–917 District Police Headquarters in Sucha Beskidzka: 47–83–28–205 Iv. Criteria for Examination, Evaluation and Selection of Offers: Lowest Price. V. Attachments: Offer Template: Attachment No. 1

BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.

Provincial Police Headquarters In Krakow Tender

Others
Poland
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Provincial Police Headquarters in Krakow Materials and Technical Management Department Tel. (47) 835-46-00 Fax (47) 835-46-18 ∙ Email: Sekretariat.gmt@malopolska.policja.gov.pl Krakow, 13 February 2025 Price Inquiry For Supply of Sofa Beds/Folding Sofas With Sleeping Function For The District Police Headquarters In Zakopane. Case No.: 2025/gmt/23 The Proceeding Is Conducted In The Price Inquiry Mode On The Basis Of §3 Para. 2 Point 1 (Basic procedure) of the Regulations on Awarding Procurements at the Provincial Police Headquarters in Kraków, The Value of which Does Not Exceed PLN 130,000.00 Net, which is Annex No. 1 to Decision No. 58/2021 of 4 November 2021. The Proceedings Are Conducted in Polish on the Ordering Party's Electronic Purchasing Platform Eb2b Under the Name and Case Number of the Proceedings Indicated in the Title. I General Information: 1. Ordering Party: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Nip: 675-000-55-94 Regon: 351081570 2. Definition of the Subject of the Order: The Subject of the Order Is the delivery, along with bringing in and setting up of sofa beds/folding sofas with sleeping function for the District Police Headquarters in Zakopane. The offer should be submitted in accordance with the Offer Form. Through the Eb2b.com.pl Shopping Platform Assortment Unit Quantity 1. Sofa bed/folding sofa with sleeping function with backrest and armrest cushions, e.g. Casey sofa bed Dimensions: Height - 87 cm Width - 198 cm Depth - 97 cm Dimensions of the sleeping surface 148x195 cm Backrest and armrest cushions made of foam. Loose cushions. Loose Armrests Seat And Backrest Made Of Foam And Bonell Springs, Bedding Container. Legs/feet: Metal Unfolding Method: Automatic Length Construction: Wood Plus Board. On the backrest, two cushions adapted to the width of the bed, matching the two cushions constituting the armrests. Upholstery fabric is resistant to abrasion and light. Colour: Grey Dimension tolerance +/- 2% Pcs. 6 The Ordering Party Specifies the Delivery Date Of The Order Within 21 Days From the Date Of Sending The Order, Execution Will Take Place On The Basis Of The Order (the approved Scan of the Order Will Be Sent To The Contractor's E-mail Address In The Offer). 3. Place of Order Execution: The Subject Of The Order Will Be Executed At The Place Indicated By The Ordering Party, I.e. District Police Headquarters In Zakopane 34-500 Zakopane, Ul. Jagiellońska 32 4. Contact Person for Contractors in the Substantive Scope: Magdalena Nawratil Tel. 47 83 54 618 E-mail: Magdalena.nawratil@malopolska.policja.gov.pl Department of Materials and Technical Management of the Provincial Police Headquarters in Krakow. 5. Deadline and place of submission of offers: The offer should be submitted by February 18, 2025, 10:00 AM Please submit offers via the Purchasing Platform: https://platforma.eb2b.com.pl/ Communication Between the Ordering Party and Contractors, Including All Questions, Declarations, Requests, Offers, Notices and Information, Please Submit in Electronic Form via the Purchasing Platform. Offer Validity Period 30 Days. Ii Material Conditions of the Order: 1. Payment Terms: The Contractor shall issue a VAT invoice indicating the Payer as: Provincial Police Headquarters in Krakow 31-571 Krakow, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 The invoice should be sent to the following address: Provincial Police Headquarters in Krakow 31-571 Krakow, Ul. Mogilska 109 Materials and Technical Management Department Payment for the Order will be made by bank transfer to the account indicated by the Contractor and will be made within 30 Calendar Days from the date of receipt of a correctly issued invoice. 2. Warranty Conditions: The Contractor Must Guarantee That The Offered Assortment Must Be An Original, Technically Efficient, Brand New Product, Covered By A Warranty For A Minimum Period Of 24 Months, But Not Shorter Than The Manufacturer's Warranty. 3. Method Of Offer Preparation: The offer must be prepared according to the template specified in Appendix No. 1 to this Request for Offers. The form must be signed by a person authorized to represent the company in the submission of commercial offers and placed in electronic form (attached File) on the Purchasing Platform. Iii Additional Information Information Regarding Personal Data Protection: In accordance with Art. 13 Sec. 1 and 2 of Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data and repealing Directive 95/46/EC (General Data Protection Regulation) (OJ EU L 119, 4.5.2016, p. 1), hereinafter referred to as "GDPR", I hereby inform you that: The administrator of your personal data is the Provincial Police Commander in Kraków, Ul. Mogilska 109, 31-571 Kraków, Tel: 47/ 83-54-618 The contact details of the Data Protection Supervisor are as follows: Iod.kwp@malopolska.policja.gov.pl; Your Personal Data Will Be Processed On The Basis Of Art. 6 Section 1 Letter C of the GDPR For The Purpose Of The Public Procurement Proceedings Conducted In The Price And Market Inquiry Mode Named Service Of Creating An Information Board With A Logo For The Police Station In Wojnicz Case No.: 2025/gmt/23 § The recipients of your Personal Data will be persons or entities to whom the Proceedings Documentation Will Be Made Available On The Basis Of The Provisions Of The Act Of 6 September 2001 On Access To Public Information (i.e. Journal of Laws Of 2016, item 1764); § Your Personal Data Will Be Stored For A Period Compliant With The Archiving Regulations; § With Respect to Your Personal Data, Decisions Will Not Be Made in an Automated Manner, Pursuant to Art. 22 of the GDPR; § You have: Under Art. 15 of the GDPR, the right to access your personal data; Under Art. 16 of the GDPR, the right to rectify your personal data; Under Art. 18 of the GDPR, the right to request that the controller restrict the processing of personal data, subject to the cases referred to in Art. 18 Sec. 2 of the GDPR; the right to lodge a complaint with the President of the Personal Data Protection Office if you consider that the processing of your personal data violates the provisions of the GDPR; § You are not entitled to: In connection with Art. 17 Sec. 3 Letters B, D or E of the GDPR, the right to have personal data deleted; The Right to Transfer Personal Data, as Referred to in Art. 20 of the GDPR; Under Art. 21 of the GDPR, the Right to Object to the Processing of Personal Data, Since the Legal Basis for the Processing of Your Personal Data Is Art. 6 Section 1 Letter CIE (ic) of the GDPR. The Ordering Party reserves the right to change the scope of the order in relation to the quantity of the order given in the offer in the event that these quantities are not fully covered by the current expenses of the Police in this respect, and to withdraw from the order at any stage of the proceedings without giving a reason. Note! The Ordering Party reserves the right to choose an offer that will guarantee the expenditure of funds in a purposeful, economical manner, while maintaining the principle of obtaining the best effects from the given expenditure. Enclosures to the Inquiry: No. 1 - Form - Offer No. 2 - Order Template with a Detailed Description of the Subject of the Order Enclosure No. 1 ………..……………………..…………………………………….. ………..……………………..…………………………………….. (Company stamp of the Contractor) (place, date) Provincial Police Headquarters in Kraków Ul. Mogilska 109 31 -571 Kraków Offer Form Concerns Request for Offer No. 2025/gmt/23 …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………… (full name of the Contractor) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………… (detailed address of the Contractor) Regon: ………………………………… Tax Identification Number: ………………………………… E-mail: ………………………………… Tel. Number: ………………………………… Fax: ………………………………… In Response to the Request for Offer: § We declare that we have become familiar with the requirements contained in the Request for Offer and do not have any reservations thereto, and that the Order will be carried out in accordance with all the requirements of the Ordering Party specified in the Request for Offer. § We declare that we accept the Payment Terms § If Our Offer is selected, we undertake to execute the Order on the terms contained in the Price Inquiry and at the place and time specified by the Ordering Party. Referring to the Announcement for the Supply of Assortment for Kwp in Krakow, we offer delivery of the Subject of the Order in accordance with the Requirements Specified in the Price Inquiry: Assortment Name Quantity Unit Price Gross Gross Value 1. Sofa bed / sofa bed with sleeping function with backrest and armrest cushions, e.g. ……………………………. Dimensions: Height - 87 cm Width - 198 cm Depth - 97 cm Dimensions of the sleeping surface 148x195 cm Backrest and armrest cushions made of foam. Loose cushions. Loose Armrests Seat And Backrest Made Of Foam And Bonell Springs, Bedding Container. Legs/feet: Metal Unfolding Method: Automatic Length Construction: Wood Plus Board. On the backrest, two cushions adapted to the width of the bed, matching the two cushions constituting the armrests. Upholstery fabric resistant to abrasion and light. Colour: Grey Dimension tolerance +/- 2% 6 pcs. Transport: Total: In words: ………………………………………………………………………………………………………… 1. We Offer A Warranty For The Offered Assortment: ……………………. Months (min. 24 Months) 2. The Offer Price Includes All Parts of Remuneration Due To Us Arising From the Preparation, Execution And Settlement of the Subject Of The Order. 3. We have obtained all the necessary information required to reliably calculate our offer. 4. We authorize the following persons to contact the Ordering Party within the scope related to this order: ......................................................................... Tel. …………………………… E-mail: ……………………. ......................................................................... Tel. ……………………………e-mail: …………………….. 5. I declare that I have fulfilled the information obligations provided for in Art. 13 or Art. 14 of the GDPR1) with regard to the natural persons from whom I directly or indirectly obtained personal data in order to apply for the award of a public contract in this procedure. The Following Documents Constitute an Integral Part of the Submitted Offer: ……………………………………………….…………….… …………………………………………….…………….… ……………………………….……………………… (signature and stamp of the person authorised to make declarations of intent on behalf of the contractor) Order Form Provincial Police Headquarters in Krakow Materials and Technical Management Department ∙ Ul. Mogilska 109 ∙ 31-571 Krakow ∙ Tel. ( 012)47 835-46-00 ∙ Fax (012) 47 835-46- 06∙ ∙ Email: Sekretariat.gmt@malopolska.policja.gov.pl∙ Date of Receipt Symb. Doc. Registration No. Shipping Address (recipient): Accommodation and Office Warehouse Provincial Police Headquarters in Krakow Ul. Mogilska 109 31-571 Krakow 8.00 – 14.00 Ordering Party: Provincial Police Headquarters in Krakow Ul. Mogilska 109 31-571 Krakow Addressee: Payment Terms: Transfer - 30 Days Payer, Bank Account: District Branch of NBP 29101012700055842230000000 Nip: 675-000-55-94 General Order With Boxes Statistical Number of the Ordering Party Gus (stamp): 351081570 Doc. Symb. Dated No. 13.06.2018 /2025 Ordering Party ID Recipient ID Payer ID Agreement No./assignment Regon Regon Regon In Connection with the Proceedings Conducted in the Price and Market Inquiry Mode, I am asking you to fulfill the subject order for the equipment listed in the table below in accordance with the submitted offer …………………………………………….of ………………………… Name of Assortment Quantity Gross Unit Price Gross Value 1. 6pcs. Transport: Total: In words: ………………………………………………………………………………………………….. Agreed Terms: Invoice Issued to: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number (NIP) 675-000-55-94 Warranty - …………………………………. Form of Payment: 30 Days From the Date of Receipt of a Correctly Issued Invoice Deadline for Order Completion: ………………………… Place of Delivery: Kwp In Kraków Ul. Mogilska 109 The Contractor Declares That It Has Fulfilled the Information Obligations Provided for in Art. 13 or Art. 14 of the GDPR Towards the Natural Persons from Whom It Directly or Indirectly Obtained Personal Data for the Purpose of Fulfilling This Order and Which It Has Made Available to the Ordering Party. The Ordering Party Declares That It Has Fulfilled the Information Obligations Provided for in Art. 13 or Art. 14 of the GDPR Towards the Natural Persons from Whom It Directly or Indirectly Obtained Personal Data for the Purpose of Fulfilling This Order and Which It Has Made Available to the Contractor.

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon 1. The Local Government Unit Of Irosin, Through The Lgsf-fabdp(ntf-elcac-fy 2024) Intends To Apply The Sum Of Five Million Pesos (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Municipal Building Brgy. Cawayan, Irosin, Sorsogon, Infr-03-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Construction Of Municipal Building Brgy. Cawayan, Irosin, Sorsogon Brief Description: Construction Of 1 Unit,2-classroom School Building With A Total Of 162.00 Sq.m. Floor Area With Amenities And Grouted Rip-rap/slope Protection Approved Budget For The Contract : P 5,000,000.00 Source Of Fund : Lsgf_fabdp(ntf-elcac-fy 2024) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Two Hundred Ten (210) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 Until February 10, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 24, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 17, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon, With Project Identification Number Infr-03-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Lgsf-fabdp(ntf-elcac-fy 2024) In The Amount Of Five Million Pesos ( P 5,000,000.00). 2.2. The Source Of Funding Is: Lgsf-fabdp(ntf-elcac-fy 2024) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 17 , 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon I.earthworks Ii. Rebar Works Iii. Formworks Iv. Concrete Works V. Masonry Works Vi. Trusses & Roofing Works Vii. Ceiling Works Viii. Plumbing Works Ix. Electrical Works X. Painting Works Xi. Doors And Windows Xii. Tile Works Xiii. Steel Works Spl-1 Grouted Rip-rap/slope Protection Spl-2 Amenities Spl-3 Hauling Of Materials To Jobsite Spl-4 Ppe’s Spl-5 Temporary Facilities Spl-6 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Key Personnel General Experience Relevant Experience 1. Foreman 2. Le Operator 3. Skilled Worker 4.laborer 10.5 Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.tampering Machine 2. Water Truck 3. Concrete Mixer 4. Bar Cutter 5. Welding Machine 6. Enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 210 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Construction Of Two Classroom Building For Cawayan Elementary School. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 210 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 210 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Earthworks 1.00 Lot Ii Rebar Works 4,789.81 Kls Iii Formworks 1.00 Lot Iv Concrete Works 53.14 Cu.m. V Masonry Works 214.96 Sq.m. Vi Trusses & Roofing Works 172.00 Sq.m. Vii Ceiling Works 166.50 Sq.m. Viii Plumbing Works 1.00 Lot Ix Electrical Works 1.00 Lot X Painting Works 1.00 Lot Xi Doors And Windows 1.00 Lot Xii Tile Works 25.64 Sq.m. Xiii Steel Works 1.00 Lot Spl-1 Grouted Rip-rap/slope Protection 61.40 Cu.m. Spl-2 Amenities 1.00 Lot Spl-3 Hauling Of Materials To Jobsite 1.00 Lot Spl-4 Ppe’s 1.00 Lot Spl-5 Temporary Facilities 1.00 Lot Spl-6 Project Signage 1.00 Lot 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-03-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon; (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon. (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-03-2025 Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon; 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-03-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Irosin Memorial Park Improvement(phase Iii) 1. The Local Government Unit Of Irosin, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Pesos (p 3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Irosin Memorial Park Improvement, Infr-04-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Irosin Memorial Park Improvement(phase Iii) Brief Description: Excavation/backfilling/construction Of 0.15m X 460.00 Square Meters Pccp And 30.00 Linear Meters Canal/construction Of Additional Burial Apartments And Laying Of 1,400 Linear Meters Distribution Pipes Contract : P 3,000,000.00 Source Of Fund : 20% Edf 2025 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Ninety (90) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Until February 18, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On February 5, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 28, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Improvement/upgrading Of Super Health Center, With Project Identification Number Infr-04-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 20% Edf 2025 In The Amount Of Three Million Pesos ( P 3,000,000.00). 2.2. The Source Of Funding Is: 20% Edf 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 5, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Irosin Memorial Park Improvement(phase Iii) I.excavation/backfilling Ii. Sub-grade Preparation Iii. Aggregate Base-course Iv. Portland Cement Concrete Pavement V. Line Canal Vi. Covered Line Canal W/ Box Culvert Vii. Burial Apartment Viii. Plumbing Works Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 Irosin Memorial Park Improvement(phase Iii) The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1. Foreman 2. He And Le Operator 3. Skilled Worker 4.laborer 10.5 Irosin Memorial Park Improvement(phase Iii) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.road Grader 2. Road Roller 3. Water Truck 4. Concrete Mixer 5. Concrete Cutter 6. Bar Cutter 7. Concrete Vibrator 6. Enough Handtools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Irosin Memorial Park Improvement Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 90 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Additional Improvement Of Memorial Park. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 90 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 90 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Improvement Of Irosin Memorial Park(phase Iii) Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Excavation/backfilling 5,256.20 Cu.m. Ii Sub-grade Preparation 456.83 Sq.m. Iii Aggregate Base Course 46.00 Cu.m. Iv Portland Cement Concrete Pavement 69.00 Cu.m. V Line Canal 30.00 L.m. Vi Covered Line Canal W/ Box Culvert 18.88 L.m. Vii Burial Apartment 1.00 Lot Viii Plumbing Works 1.400.00 L.m. Spl-1 Ppe’s 1.00 Lot Spl-2 Temporary Facilities 1.00 Lot Spl-3 Project Signage 1.00 Lot 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-04-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Irosin Memorial Park Improvement(phase Iii); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Irosin Memorial Park Improvement(phase Iii). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-04-2025 Irosin Memorial Park Improvement(phase Iii) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Irosin Memorial Park Improvement(phase Iii); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-04-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
6231-6240 of 6245 archived Tenders