You are on page 1of 29

BID FORM A (TECHNICAL PROPOSAL)

SPECIFICATION FOR HYDRAULIC EXCAVATOR, WHEEL MOUNTED


DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make/Model: 1.
2. Year Model: Manufacturer’s current model 2.
3. Country of Origin: 3.

4. SPECIFIC REQUIREMENTS 4. SPECIFIC REQUIREMENTS


a. Operating W eight, kg - 13,000 – 16,000 a.
b. Minimum Bucket Capacity (heaped), m³ - 0.50 b.
c. Emission Compliant [min.] – EURO III c.

5. ENGINE 5. ENGINE
a. Make and Model a.
b. Minimum Rated Power, HP (KW ) - 100 (74.6) b.
c. Diesel-fed, turbo-charged, direct injection c.

6. DRIVE SYSTEM 6. DRIVE SYSTEM


a. Four wheel drive a.
b. Minimum Gradeability, percent (%) - 30 b.

7. SW ING SYSTEM 7. SW ING SYSTEM


b. Minimum swing speed - 11 rpm b.

8. TIRES 8. TIRES
a. Front and rear tires size : 9:00 x 20 – 14PR or a. ____________________
Manufacturer’s Standard Size
b. Include one (1) spare tire with rim b.

9. W ORKING RANGES 9. W ORKING RANGES


a. Minimum digging reach, mm - 7,600 a.
b. Minimum digging depth, mm - 4,500 b.

10. BACKHOE/BUCKET/ATTACHMENTS 10. BACKHOE/BUCKET/ATTACHMENTS


a. Minimum Boom Length, m - 4.0 a.
b. Minimum Short Arm Length, m - 2.0 b.
c. Equipped w/ outriggers or dozer blade c.
e. All features or standard accessories/attachments not e. ____________________
mentioned in the specifications which are standard with the
unit offered shall be supplied

12. CAB and INTERIOR 12. CAB and INTERIOR


a. All-weather steel cab with safety glass window a.
b. W ith air-conditioning, radio and complete standard b. ____________________
accessories and attachments
c. Supplied with 2 kgs. minimum content capacity fire extinguisher c.
mounted inside the cab
d. Fitted with beacon warning light d.

13. MATERIAL QUALITY 13. MATERIAL QUALITY


a. Material quality of the underchassis, boom, arm and bucket a. ____________________
shall be not less than Q345B, ASTM A36 or equivalent with
Yield strength[min] – 346MPa and Tensile Strength[min] –
512MPa

B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPW H Logo a.
2. TOOLS and MANUALS 2. TOOLS and MANUALS
a. Standard tools with tool box for minor repair/ maintenance (Signature
a. Over Printed Name of Bidder)
____________________
and for operations shall be suppplied with the unit
b. One (1) set of operation, parts and service manuals shall be b. ____________________
Designation
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a. ___________________
delivered, and shall be in conformity with International
Safety Standards
i. One (1) set of PPE consists of 1) Hard Hat; 2) Eye
Googles; 3) Reflectorized Vest

3. W ARRANTY 3. W ARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

4. TRAINING 4. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than three (3) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment ___

5. Proposed 3-year annual maintenance plan with corresponding 5. ____________________


cost for the equipment shall be submitted.

6 CERTIFICATION 6. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, a. ____________________
certified locally by DOST, MIRDC, DTI, UP Mining, UP
Department of Metallurgical Material Science Eng'g (DMMSE)
or any other accredited testing organization shall be
submitted
b. Emission Compliance Certificate with reference to ISO 1585 b. ____________________
Road Vehicle Engine Test Code - Net Power or equivalent
standard, SAE J1309 Travel Performance and Rating
Procedure, Crawler Mounted Hydraulic Excavators, Material
handlers, Knockled Boom Load Loaders and certain forestry
equipment.
c. Engine Performance Test Certificate with reference to SAE c. ____________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.
d. A duly notarized certification issued by at least two (2) d. ____________________
clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, however, verification and validation
thereof shall be conducted during post-qualification.
e. Duly notarized certification issued by the bidder that the e. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.
f. For certificates with origin outside the Philippines, these f. ____________________
must be embassy or consulate certified, including their
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR DUMP TRUCK, 4 x 2, 5.5 cu.m.

DPW H SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS
1. a. Make/Model: 1. a.
b. Country of Origin: b.
c Year Model: Manufacturer’s current model c

2. SPECIFIC REQUIREMENTS 2. SPECIFIC REQUIREMENTS


a. Gross Vehicle W eight, kg. [min] - 14,000 a.
b. Payload Capacity, kg. [min] - 8,500 b.
c. Dump Body Capacity, m³ [min.] = 5.5 c.
d. Rear type dump body, Left Hand Drive d.

3. ENGINE 3. ENGINE
a. Make and Model a.
b. Diesel fed, 6-cylinder, in-line direct injection type, turbo- b.
charged
c. Minimum Output, KW . (HP) – 157 (210) c.
d. Emission Compliant [min.] - EURO III d.

4. TRANSMISSION/BRAKE/STEERING 4. TRANSMISSION/BRAKE/STEERING
a. Minimum Speed – 6-Forward, 1-Reverse a.
(Manually operated)
b. Gradeability, percent (%) [min] - 60 b.
c. Air-over hydraulic, dual circuit service brake or full air brake c.
d. Power steering d.

5. AXLE / SUSPENSION 5. AXLE / SUSPENSION


a. Front - I-beam minimum axle capacity, kg. – 4,000 a.
b. Rear - Full floating minimum axle capacity, kg. - 10,000 b.
c. Semi-elliptical leaf spring with double acting heavy duty c.
telescopic shock absorber at front
d. Semi-elliptical main leaf spring with auxiliary leaf spring d.

6. W HEEL and TIRE 6. W HEEL and TIRE


a. Size: 11R22.5 - 16PR, All terrain tubeless a.
b. Spare tire with rim, carrier w/ padlock b.

7. DUMP BODY 7. DUMP BODY


a. Floor plate thickness, mm [min] = 2.0 Mild Steel a.
b. Side and tail plate thickness, mm [min] = 3.0 Mild Steel b.
c. Automatic control tailgate release c.

8. CAB and INTERIOR 8. CAB and INTERIOR


a. All weather cab, dual entry w/ safety glass window a.
b. AM / FM radio, Sun Visor, Side Mirror (L & R) b.
c. Driver and co-driver's seat belt c.
d. Air conditioning system d.
e. Fitted with beacon warning light e.
f. Supplied with 2 kgs. minimum content capacity fire f. ____________________
extinguisher mounted inside the cab

9. Support cover for the air tank and air piping. 9.

10. MATERIAL QUALITY 10. MATERIAL QUALITY


a. Material quality of the trucks underchassis shall Be not less a. ____________________
than SAE J2340 490 XF, JIS G3134 SPFH540 or equivalent
with Yield strength[min] – 355MPa and Tensile
strength[min] – 540MPa

(Signature Over Printed Name of Bidder)

Designation
B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPWH Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools with tool box for minor repair/ maintenance a. ____________________
and for operations shall be suppplied with the unit
b. One (1) set of operation, parts and service manuals shall be b. ____________________
supplied per unit ordered plus extra three (3) sets
c. One (1) pc. each of tire wrench, grease gun and 5-ton
hydraulic jack shall be supplied with the unit

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a.
delivered and shall be in conformity with International
Safety Standards.
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. WARRANTY 4. WARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than three (3) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment ___

6. The unit shall be registered with LTO in favor of DPWH. 6.

7. Proposed 3-year annual maintenance plan with corresponding 7. _______________________


cost for the equipment shall be submitted.

8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, a. ____________________
certified locally by DOST, MIRDC, DTI, UP Mining, UP
Department of Metallurgical Material Science Eng'g (DMMSE)
or any other accredited testing organization shall be
submitted.
b. Engine Performance Test Certificate with reference to SAE b. ____________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.
c. Certificate of Conformity issued by the Department of c. ___________________
Environment and Natural Resources [DENR] with reference
to the required emission compliance shall be submitted.

(Signature Over Printed Name of Bidder)

Designation
d. A duly notarized certification issued by at least two (2) d. ____________________
clients other than DPWH as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, however, verification and validation
thereof shall be conducted during post-qualification.

e. Duly notarized certification issued by the bidder that the e. ___________________


offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.

f. For certificates with origin outside the Philippines, these f. ____________________


must be embassy or consulate certified, including their
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR 3-WAY DUMP TRUCK, 4 x 2, 3.0 cu.m.

DPW H SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS
1. a. Make/Model: 1. a.
b. Country of Origin: b.
c Y ear Model: Manufacturer’s current model c

2. SPECIFIC REQUIREMENTS 2. SPECIFIC REQUIREMENTS


a. Gross Vehicle W eight, kg. [min] - 8,500 a.
b. Payload Capacity, kg. [min] - 4,250 b.
c. Dump Body Capacity, m³ [min.] = 3.0 c.

3. ENGINE 3. ENGINE
a. Make and Model a.
b. Diesel fed, 4-cylinder, in-line direct injection type, turbo- b.
charged
c. Rated Pow er, HP [min] = 145 c.
d. Emission Compliant [min.] - EURO III d.

4. TRANSMISSION/BRAKE/STEERING 4. TRANSMISSION/BRAKE/STEERING
a. Minimum Speed – 6-Forw ard, 1-Reverse a.
(Manually operated)
b. Gradeability, percent (%) [min] - 45 b.
c. Vacuum assist, dual circuit, hydraulic brake system c.
d. Pow er steering d.

5. AXLE / SUSPENSION 5. AXLE / SUSPENSION


a. Front - Ireversed Elliot "I"-section beam, Axle capacity, kg. a. ____________________
[min] = 3,000
b. Rear - Full floating, single reduction, Axle capacity, kg. b. ____________________
[min] = 6,000
c. Front - Semi-elliptical leaf spring w ith double actingshock c. ____________________
absorber
d. Rear - Semi-elliptical main and auxiliary leaf spring w ith d. ____________________
double acting shock absorber

6. W HEEL and TIRE 6. W HEEL and TIRE


a. Size: 7.50 X 16 - 14PR a.
b. Spare tire w ith rim, carrier w / padlock b.

7. DUMP BODY 7. DUMP BODY


a. 3-w ay dump body type [Left, Right, Rear]
a. Floor plate thickness, mm [min] = 2.0 Mild Steel a.
b. Side and tail plate thickness, mm [min] = 3.0 Mild Steel b.
c. Automatic control tailgate release c.

8. CAB and INTERIOR 8. CAB and INTERIOR


a. All w eather cab, dual entry w / safety glass w indow a.
b. AM / FM radio, Sun Visor, Side Mirror (L & R) b.
c. Driver and co-driver's seat belt c.
d. Air conditioning system d.
e. Fitted w ith beacon w arning light e.
f. Side Mirror, L & R f.
g. Supplied w ith 2 kgs. minimum content capacity fire g. ____________________
extinguisher mounted inside the cab

9. Support cover for the air tank and air piping. 9.

10. MATERIAL QUALITY 10. MATERIAL QUALITY


a. Material quality of the trucks underchassis shall be not less a. ____________________
than SAE J2340 490 XF, JIS G3134 SPFH540 or equivalent
w ith Y ield strength[min] – 355MPa and Tensile
strength[min] – 540MPa

(Signature Over Printed Name of Bidder)

Designation
B. OTHER REQUIREMENTS B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPW H Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools with tool box for minor repair/ maintenance a. ____________________
and for operations shall be suppplied with the unit
b. One (1) piece each of 3-ton Hydraulic Jack, Tire W rernch, b. ____________________
Grease Gun
c. One (1) set of operation, parts and service manuals shall be c. ____________________
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a. ____________________
delivered and shall be in conformity with International
Safety Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than three (3) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment ___

6. The unit shall be registered with LTO in favor of DPW H. 6. ________________________

7. Proposed 3-year annual maintenance plan with corresponding 7. ________________________


cost for the equipment shall be submitted.

8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, a. ____________________
certified locally by DOST, MIRDC, DTI, UP Mining, UP
Department of Metallurgical Material Science Eng'g (DMMSE)
or any other accredited testing organization shall be
submitted.
b. Engine Performance Test Certificate with reference to SAE b. ____________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.
c. Certificate of Conformity issued by the Department of c. ___________________
Environment and Natural Resources [DENR] with reference
to the required emission compliance shall be submitted.
d. Duly notarized certification issued by the bidder that the d. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.

(Signature Over Printed Name of Bidder)

Designation
e. A duly notarized certification issued by at least two (2) e. ____________________
clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, however, verification and validation
thereof shall be conducted during post-qualification.

f. For certificates with origin outside the Philippines, these f. ____________________


must be embassy or consulate certified, including their
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR WHEEL LOADER
DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make and Model: 1.
2. Year Model: Manufacturer’s current model 2.
3. Country of Origin: 3.

4. SPECIFIC REQUIREMENTS 4. SPECIFIC REQUIREMENTS


a. Operating W eight, kg - 9,200 – 12,000 a.
b. Min. Flyw heel Horsepow er, Net (SAE) HP - 110 b.
c. Bucket Capacity (heaped), m³ – 1.7 – 2.0 c.
d. Emission Compliant [min.] – EURO III d.

5. ENGINE 5. ENGINE
a. Make and Model a.
b. Diesel fed, turbocharged, direct injection b.

6. TRANSMISSION and STEERING 6. TRANSMISSION and STEERING


a. Minimum Speed : 4F and 2R a.
b. Hydrostatic/full-hydraulic pow er steering b.

7. TIRES 7. TIRES
a. Size : 17.5 x 25 - 12PR (L2) to 16PR (L2) a.

8. ELECTRICAL SYSTEM 8. ELECTRICAL SYSTEM


a. Complete w ith all standard lights/w orking lights a.
b. Fitted w ith beacon w arning light b.

9. CAB/ATTACHMENTS/ACCESSORIES 9. CAB/ATTACHMENTS/ACCESSORIES
a. All w eather steel cab w / safety glass, dual entry a.
b. W ith aircon, radio and complete w ith all its standard b. ___________________
accessories and attachments
c. Equipped w ith Equipment Management Monitoring System c. ___________________
or equivalent
d. All features or standard accessories/attachments not d. ___________________
mentioned in the specification w hich are standard w ith the
unit offered shall be supplied
e. Supplied w ith 2 kgs. minimum content capacity fire e. ___________________
extinguisher mounted inside the cab

10. BUCKET CONTROL 10. BUCKET CONTROL


a. Loader control mono-lever (Joystick) a.

11. MATERIAL QUALITY 11. MATERIAL QUALITY


a. Material quality for the underchassis and the bucket shall be a. ___________________
not less than Grade B of ASTM A514 or equivalent w ith
Yield Strength[min.] – 690Mpa and Tensile Strength[min.]
– 760-895Mpa

B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent w ith DPW H Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools w ith tool box for minor repair/ maintenance a. ___________________
and for operations shall be suppplied w ith the unit

b. One (1) set of operation, parts and service manuals shall be b. ___________________
supplied per unit ordered plus extra three (3) sets

(Signature Over Printed Name of Bidder)

Designation
3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)
a. One (1) set of PPE shall be supplied per equipment a. ___________________
delivered and shall be in conformity with International
Safety Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than three (3) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment ___

6. Proposed 3-year annual maintenance plan with corresponding 6. c. ____________________


cost for the equipment shall be submitted.

7. CERTIFICATION 7. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, a. ____________________
certified locally by DOST, MIRDC, DTI, UP Mining, UP
Department of Metallurgical Material Science Eng'g (DMMSE)
or any other accredited testing organization shall be
submitted.
b. Emission Compliance Certificate with reference to ISO 1585 b. ____________________
Road Vehicle Engine Test Code - Net Power or equivalent
standard, SAE J1309 Travel Performance and Rating
Procedure, Crawler Mounted Hydraulic Excavators, Material
handlers, Knockled Boom Load Loaders and certain forestry
equipment.
c. Engine Performance Test Certificate with reference to SAE c. ____________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.
d. Duly notarized certification issued by the bidder that the d. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years prior to submission of
bids. Attached proof of compliance.
e. A duly notarized certification issued by at least two (2) e. ____________________
clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, however, verification and validation
thereof shall be conducted during post-qualification.
f. For certificates with origin outside the Philippines, these f. ____________________
must be embassy or consulate certified, including their
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR BACKHOE LOADER

DPWH SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make and Model: 1.
2. Country of Origin: 2.
3. Year Model: Manufacturer's current model 3.
4. Operating Weight [min.], kgs. - 7,300 4.

5. ENGINE 5. ENGINE
a. Make and Model: a.
b. Diesel-fed, turbo-charged b.
c. Rated Power, HP [min] = 92 c.
d. Emision Compliant [min.] - Tier III d.

6. DRIVE SYSTEM 6. DRIVE SYSTEM


a. Four (4) wheel drive a.
b. Minimum Speed, 4-Forward and 4-Reverse b.
c. Front Wheel Power Steering c.

7. ELECTRICAL/INSTRUMENTATION 7. ELECTRICAL/INSTRUMENTATION
a. Front Working Lights - 2 Fixed a.
b. Rear Working Lights - 2 Fixed and 2 Adjustable b.
c. Fitted with warning beacon and working gauges c.
d. Instrumentation panel include engine speed, engine hours d. ____________________
operation, fuel level,water temperature gauge, warning system
for alternator charge, coolant temperature, temperature and oil
pressure for engine/transmission, and hand brake

8. CAB and INTERIOR 8. CAB and INTERIOR


a. ROPS/FOPS cab with dual entry and safety glass window a.
b. Adjustable seat b.
c. Complete with standard attachment and accessories c.
d. Equipped with airconditioning system d.
e. GPS, Factory built-in e.

9. WORKING RANGES 9. WORKING RANGES


A. LOADER PERFORMANCE A. LOADER PERFORMANCE
1. The bucket shall be for multi-purpose use 1.
2. Bucket Capacity [min.], cu.m. - 1.0 2.
3. Dump Height [min.], m. - 2.7 3.

B. EXCAVATOR PERFORMANCE B. EXCAVATOR PERFORMANCE


1. Side shifting of excavator carriage shall be hydraulically powered 1. ____________________
2. Equipped with stabilizer feet 2.
3. King Post Travel [min.], m. - 1.0 3.
4. Reach at ground level to slew center [min.] - 5.4 4.
5. Digging Depth [min.], m. - 4.2 5.
6. Bucket capacity [min.], cu.m. - 0.18 6.

10 MATERIAL QUALITY 10 MATERIAL QUALITY


a. Material quality of the Underchassis, Boom, Arm and Bucket shall a. ____________________
be not less than Q345B, ASTM A36, ASTM A572-50, DIN/WNr
St52-3, EN Fe510B or equivalent with Yield Strength[min] =
345MPa and Tensile Strength[min] = 512 Mpa

B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPWH Logo a.

(Signature Over Printed Name of Bidder)

Designation
2. TOOLS and MANUALS 2. TOOLS and MANUALS
a. Standard tools with tool box for minor repair/ maintenance and for a. ____________________
operations shall be suppplied with the unit
b. One (1) set of operation, parts and service manuals shall be b. ____________________
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment delivered and a. ___________________
shall be in conformity with International Safety Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 4) Reflectorized Vest

4. WARRANTY 4. WARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) for 7- b. ____________________
Year Market Availability of Supply of Critical Spare Parts and
Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less than a. ____________________
three (3) days on the proper operation and maintenance of the
equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation of the b. ____________________
equipment ___

6 Proposed 3-year annual maintenance plan with corresponding cost for 6. ____________________
the equipment shall be submitted.

7. CERTIFICATION 7. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, certified a. ____________________
locally by DOST, MIRDC, DTI, UP Mining, UP Department of
Metallurgical Material Science Eng'g (DMMSE) or any other
accredited testing organization shall be submitted.
b. Emission Compliance Certificate with reference to ISO 1585 Road b. ____________________
Vehicle Engine Test Code - Net Power or equivalent standard,
SAE J1309 Travel Performance and Rating Procedure, Crawler
Mounted Hydraulic Excavators, Material handlers, Knockled Boom
Load Loaders and certain forestry equipment.
c. Engine Performance Test Certificate with reference to SAE J1349 c. ____________________
Engine Power Test Code - Spark Ignition and Compression Ignition
net power rating.
d. Duly notarized certification issued by the bidder that the offered d. ___________________
brand of equipment has been in the Philippine market for at least
ten (10) years. Attached proof of compliance.
e. A duly notarized certification issued by at least two (2) clients e. ____________________
other than DPWH as reflected in the list of completed contracts,
that the company have a good track record of after sales service
within the last five (5) years prior to the submission and opening
of bids shall not be anymore required, however, verification and
validation thereof shall be conducted during post-qualification.

f. For certificates with origin outside the Philippines, these must be f. ____________________
embassy or consulate certified, including their translation to
English, if written in the language of the particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR VIBRATORY ROLLER, DOUBLE DRUM
DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1 a. Make and Model: 1 a.
b. Country of Origin: b.
c. Year Model: Manufacturer's current model c.

2 SPECIFIC REQUIREMENT 2 SPECIFIC REQUIREMENT


a. Minimum Operating W eight, tons - 1.5 a.
b. Minimum Static Linear Load b.
Front / Rear, kg/cm - 8.3
c. Minimum Centrifugal Force, KN - 15 c.
d. Minimum Rated Output, HP - 15 d.
e. Emission Compliant - EURO III or equivalent e.

3 ENGINE 3 ENGINE
a. Make/Model a.
b. Diesel-fed, water-cooled/air-cooled b.

4 DRIVE 4 DRIVE
a. Hydrostatic drive, front and rear a.
b. Minimum Gradeability with vibration, percent (%) – 30 b.

5 VIBRATING SYSTEM 5 VIBRATING SYSTEM


a. Hydrostatic drive on both drums a.
b. Vibration switched manually and automatically b.
c. Amplitude, front and rear, mm. - 0. 30 c.

6 STEERING 6 STEERING
a. Articulated steering a.
b. Hydrostatic steering b.

7 DRUMS 7 DRUMS
a. Drum dimension : W idth x Diameter, mm. a.
Front (min) - 900 x 450
Rear (min) - 900 x 450

8 ATTACHMENTS/ACCESSORIES 8 ATTACHMENTS/ACCESSORIES
a. Fitted with pressurized water sprinkler system a.
b. Equipped with headlights, rear working lights, turning signal, b. __________________
mirrors
c. Rotating beacon c.
d. Complete with all its standard attachments and accessories d.

9 MATERIAL QUALITY 9 MATERIAL QUALITY


a. Material quality or steel grade of the underchassis shall be a.
not less than Q345B, ASTM A572-50, DIN/W Nr St52-3, EN
Fe510B or equivalent with Yield Strength [min] = 345Mpa
and Tensile Strength[min] = 450Mpa.

B. OTHER REQUIREMENTS
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPW H Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools with tool box for minor repair/ maintenance a. __________________
and for operations shall be suppplied with the unit

(Signature Over Printed Name of Bidder)

Designation
3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)
a. One (1) set of PPE shall be supplied per equipment a. __________________
delivered and shall be in conformity with International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. __________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. __________________
than two (2) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ___________________
of the equipment

6 Proposed 3-year annual maintenance plan with corresponding 6. c. __________________


cost for the equipment shall be submitted.

7. CERTIFICATION 7. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, certified a. __________________
locally by DOST, MIRDC, DTI, UP Mining, UP Department of
Metallurgical Material Science Eng'g (DMMSE) or any other
accredited testing organization shall be submitted.
b. Emission Compliance Certificate with reference to ISO 1585 b. __________________
Road Vehicle Engine Test Code - Net Power or equivalent
standard, SAE J1309 Travel Performance and Rating
Procedure, Crawler Mounted Hydraulic Excavators, Material
handlers, Knockled Boom Load Loaders and certain forestry
equipment.
c. Engine Performance Test Certificate with reference to SAE c. __________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.
d. Duly notarized certification issued by the bidder that the d. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.
e. A duly notarized certification issued by at least two (2) e. __________________
clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, however, verification and validation
thereof shall be conducted during post-qualification.

f. For certificates with origin outside the Philippines, these f. ___________________


must be embassy or consulate certified, including their _
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR PRIME MOVER
DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1. a. Make and Model: 1. a.
b. Country of Origin: b.
c. Year Model: Manufacturer's current model c.

2. SPECIFIC REQUIREMENTS 2. SPECIFIC REQUIREMENTS


a. 10-W heeler, 6 X 4 Tractor Head a.
b. Minimum Gross Vehicle W eight, kg. - 8,500 b.
c. Cab-over type, Left-hand drive c.

3. ENGINE 3. ENGINE
a. Make and Model a.
b. Diesel fed, turbo-charged, direct injection engine b.
c. Minimum no. of cylinder - 6 c.
d. Minimum Flywheel Horsepower, HP - 375 d.
e. Emission Compliant [min.] - Euro III e.

4. TRANSMISSION/CLUTCH/BRAKE/STEERING 4. TRA NSM ISSION/CLUTCH/B RA KE/STEERING


a. Minimum Speed – 9-Forward, 1-Reverse [Manually operated] a.
b. Minimum Gradeability, percent (%) - 35 b.
c. Air-over hydraulic, dual circuit service brake or full air brake c.
d. Power steering d.

5. AXLE / SUSPENSION 5. AXLE / SUSPENSION


a. Front - I-beam a.
b. Rear - Full floating b.
c. Semi-elliptical leaf spring with double acting heavy duty c.
telescopic shock absorber at front
d. Semi-elliptical main leaf spring with auxiliary leaf spring or d.
equivalent

6. W HEEL and TIRE 6. W HEEL and TIRE


a. Size: 11:00 X 22.50 x 14PR, All terrain a.
b. Spare tire with rim, carrier w/ padlock b.

7. CAB and INTERIOR 7. CAB and INTERIOR


a. AM / FM radio a.
b. Driver and co-driver's seat belt b.
c. Air conditioning system c.
d. Sun visor, Side Mirror (L & R) d.
e. Beacon warning light e.
f. Inside Rear View Mirror f.
g. Close View Front Mirror g.
h. Supplied with 2 kgs. fire extinguisher with holder mounted h.
inside the cab

8. MATERIAL QUALITY 8. MATERIAL QUALITY


a. Material quality of the trucks underchassis and trailer shall be a. ___________________
not less than SAE J2340 490 XF, JIS G3134 SPFH540 or
equivalent with Yield Strength [minimum] - 355MPa and
Tensile Strength [minimum] - 540Mpa.

B. OTHER REQUIREMENTS B. OTHER REQUIREMENTS


1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPW H Logo a.

(Signature Over Printed Name of Bidder)

Designation
2. TOOLS and MANUALS 2. TOOLS and MANUALS
a. Standard tools with tool box for minor repair/ maintenance a. __________________
and for operations shall be suppplied with the unit
b. One (1) set of operation, parts and service manuals shall be b. __________________
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a. ____________________
delivered & shall be in conformity with International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. One (1) year warranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. __________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. __________________
than three (3) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. __________________
of the equipment

6. The unit shall be registered with LTO in favor of DPW H. 6.

7. Proposed 3-year annual maintenance plan with corresponding 7. __________________


cost for the equipment shall be submitted.

8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, certified a. __________________
locally by DOST, MIRDC, DTI, UP Mining, UP Department of
Metallurgical Material Science Eng'g (DMMSE) or any other
accredited testing organization shall be submitted.
b. Emission Compliance Certificate with reference to ISO 1585 b. __________________
Road Vehicle Engine Test Code - Net Power or equivalent
standard, SAE J1309 Travel Performance and Rating
Procedure, Crawler Mounted Hydraulic Excavators, Material
handlers, Knockled Boom Load Loaders and certain forestry
equipment.
c. Engine Performance Test Certificate with reference to SAE c. __________________
J1349 Engine Power Test Code - Spark Ignition and
Compression Ignition net power rating.

d. Certificate of Conformity issued by the Department of d. __________________


Environment and Natural Resources [DENR] with reference
to the required emission compliance shall be submitted.
e. Duly notarized certification issued by the bidder that the e. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.
f. A duly notarized certification issued by at least two (2) f. __________________
clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service within the last five (years) prior
to the submission and opening of bids shall not be anymore
required, however, verification and validation thereof shall
be conducted during post-qualification.

(Signature Over Printed Name of Bidder)

Designation
g. For certificates with origin outside the Philippines, these g. ____________________
must be embassy or consulate certified, including their
translation to English, if written in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR STAKE TRUCK [CARGO], 210 HP

DPW H SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS
1. a. Make/Model: 1. a.
b. Country of Origin: b.
c Y ear Model: Manufacturer’s current model c

2. SPECIFIC REQUIREMENTS 2. SPECIFIC REQUIREMENTS


a. Gross Vehicle W eight, kg. [min] - 14,000 a.
d. Dropside, Left Hand Drive d.

3. ENGINE 3. ENGINE
a. Make and Model a.
b. Diesel fed, 6-cylinder, in-line direct injection type, turbo- b.
charged
c. Minimum Output, KW . (HP) – 157 (210) c.
d. Emission Compliant [min.] - EURO III d.

4. TRANSMISSION/BRAKE/STEERING 4. TRANSMISSION/BRAKE/STEERING
a. Minimum Speed – 6-Forw ard, 1-Reverse a.
(Manually operated)
b. Gradeability, percent (%) [min] = 35 b.
c. Air-over hydraulic, dual circuit service brake or full air brake c.
d. Pow er steering d.

5. AXLE/SUSPENSION 5. AXLE / SUSPENSION


a. Front axle - Reversed Elliot, "I" Section beam a.
b. Rear axle - Full floating, single reduction b.
c. Front - Semi-elliptic leaf spring w ith shock absorber c.
d. Rear - Semi-elliptic main and auxiliary leaf spring d.

6. W HEEL and TIRE 6. W HEEL and TIRE


a. Size [min.]: 10.00 X 20 - 16PR, All terrain a.
b. Spare tire w ith rim, carrier w / padlock b.

7. BED DIMENSION [L x W x H], Meters 7. DUMP BODY


a. L x W x H, meters [min] = 7.0 x 2.1 x 0.75 a.

8. CAB and INTERIOR 8. CAB and INTERIOR


a. All w eather cab, dual entry w / safety glass w indow a.
b. AM / FM radio, Sun Visor, Side Mirror (L & R) b.
c. Driver and co-driver's seat belt c.
d. Air conditioning system d.
e. Fitted w ith beacon w arning light e.
f. Supplied w ith 2 kgs. fire extinguisher w ith holder mounted f.
inside the cab

9. MATERIAL QUALITY 9. MATERIAL QUALITY


a. Material quality of the trucks underchassis shall be not less a. ____________________
than SAE J2340 490 XF, JIS G3134 SPFH540 or equivalent
w ith Y ield strength[min] – 355MPa and Tensile
strength[min] – 540MPa

B. OTHER REQUIREMENTS B. OTHER REQUIREMENTS


1. PAINT 1. PAINT
a. Ditzler Orange or equivalent w ith DPW H Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools w ith tool box for minor repair/ maintenance a. ____________________
and for operations shall be suppplied w ith the unit
b. One (1) set of operation, parts and service manuals shall be b. ____________________
supplied per unit ordered plus extra three (3) sets
c. One (1) piece each of grease gun, tire w rench and 5-ton c. ____________________
hydraulic jack
(Signature Over Printed Name of Bidder)

Designation
3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)
a. One (1) set of PPE shall be supplied per equipment a.
delivered and shall be in conformity w ith International
Safety Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. One (1) year w arranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than tw o (2) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment ___

6. The unit shall be registered w ith LTO in favor of DPW H. 6.

7. Proposed 3-year annual maintenance plan w ith corrsponding 7. ____________________


cost for the equipment shall be submitted.

8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, a. ____________________
certified locally by DOST, MIRDC, DTI, UP Mining, UP
Department of Metallurgical Material Science Eng'g (DMMSE)
or any other accredited testing organization shall be
submitted.
b. Engine Performance Test Certificate w ith reference to SAE b. ____________________
J1349 Engine Pow er Test Code - Spark Ignition and
Compression Ignition net pow er rating.
c. Certificate of Conformity issued by the Department of c. ___________________
Environment and Natural Resources [DENR] w ith reference
to the required emission compliance shall be submitted.
d. Duly notarized certification issued by the bidder that the d. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years prior to submission of
bids. Attached proof of compliance.

e. A duly notarized certification issued by at least tw o (2) e. ____________________


clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service w ithin the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, how ever, verification and validation
thereof shall be conducted during post-qualification.

f. For certificates w ith origin outside the Philippines, these f. ____________________


must be embassy or consulate certified, including their
translation to English, if w ritten in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR SERVICE VEHICLE, HIGH SIDE PICK-UP WITH ROOF

DPW H SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS A.
1. a. Make/Model: 1. a.
b. Country of Origin: b.
c Local Body Builder: c

2. ENGINE 2. ENGINE
a. Make and Model a.
b. 4-cylinder, Diesel-fed, turbocharged, direct injection, engine b.
c. Rated Output, PS [min] = 70 c.
d. Piston Displacement, cc [maximum] = 2500 d.
e. Emission compliant - EURO IV e.

3. TRANSMISSION 3. TRANSMISSION
a. Speed: 5 Forw ard, 1-Reverse a.
b. Manual transmission b.

4. SUSPENSION 4. SUSPENSION
a. Front - independent w ishbone and coil spring w ith stabilizer a.
b. Rear - Semi elliptic leaf spring w ith shock absorber b.

5. CLUTCH/STEERING 5. CLUTCH/STEERING
a. Hydraulically operated a.
b. Pow er Steering b.

6. BRAKES 6. BRAKES
a. Front - ventilated discs a.
b. Rear - drums b.
c. Equipped w ith brake booster c.

7. TIRES 7. TIRES
a. Tire size [min] - 185R14C - 8PR a.
b. One (1) spare w heel/tire w ith w ind-up b.
carrier shall be included

8. ELECTRICAL, INSTRUMENT, GAUGES 8. ELECTRICA L, INSTRUM ENT, GA UGES


a. One (1) - 12 Volts Heavy Duty Battery a.
b. Head Lamps - tw o (2) pieces b.
c. Tail Lamp, Stop Lamp, License Plate Lamp, Turn Signal c.
d. Fuel and W ater Temperature Gauges d.
e. Speedometer w ith Odometer e.
f. Audio System, Single in-Dash CD/Tuner w ith 2-Speaker f.
h. Indicating lamps for parking brake, head h.
light high beam, turn signal w arning

9. CAB and BODY 9. CAB and BODY


a. Airconditioning system [front and rear] a.
b. Equipped w ith Emergency top light Red/Blue Color, b. ___________________
complete w ith siren accessories, public address system and
handheld microphone
c. Flooring : Corrugated G.I. sheet c.
d. Sidings and front panel : Machine corrugated G.I. sheet d.
e. Roofing: Machine corrugated G.I. sheet w ith left and right e. ___________________
rain gutters
f. Grab rail/handle : tw o (2) pcs. 3/4" Stailess pipe on ceiling f. ___________________
g. Minimum of tw o (2) panel sliding w indow s on each side h.
h. Single leaf tailgate type rear door i.

(Signature Over Printed Name of Bidder)

Designation
i. Equipped w ith stepboard and rear bumper and shall be j. ___________________
machine bended
j. Rear Cab : 1-set each of steel tool box situated underneath the k. ___________________
3" thick cushion folding seat [Folding seat shall serve as cover of
the toolbox, Minimum toolbox dimension (W x H), inch = 12" x
8"]
k. Single leaf tailgate type w ith heavy duty chain support and l. ___________________
spring type tailgate type

11. SEATING CAPACITY 11. SEATING CAPACITY


a. Front cab = 3 seater a.
b. Rear cab = 14 seater [min] b.
c. Upholstery seat w / velvet leatherette combination c.

12. INTERIOR AND EXTERIOR 12. INTERIOR AND EXTERIOR


a. Side Mirror, Left and Right a.
b. Inside Rear View Mirror b.

13. ACCESSORIE/ATTACHMENTS 13. ACCESSORIES/ATTACHMENTS


a. AM/FM stereo radio, complete w ith speaker a.
four (4) speakers
b. One (1) 2.5-lbs fire extinguisher b.

14. RUST PREVENTION TREATMENT (Cab & Body) 14. RUST PREVENTION TREATMENT
a. Specify a.

15. The unit shall be registered w ith LTO in favor of DPW H. 15.

B. OTHER REQUIREMENTS B.
1. PAINT 1. PAINT
a. Ditzler Orange or equivalent w ith DPW H Logo a.
b. Black stripes on front and rear portiion of the cab and body b.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools w ith tool box for minor repair/ maintenance a. ____________________
and for operations shall be suppplied w ith the unit
b. One (1) set of operation, parts and service manuals shall be b. ____________________
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a.
delivered and shall be in conformity w ith International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

4. W ARRANTY 4. W ARRANTY
a. Three (3) year w arranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Y ear Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

5. TRAINING 5. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than tw o (2) days on the proper operation and
maintenance of the equipment shall be conducted

6. Supplied w ith 2 kgs. content capacity fir extinguisher. 6.

7. Proposed 3-year annual maintenance plan w ith corrresponding 7. ____________________


cost for the equipment shall be submitted.

(Signature Over Printed Name of Bidder)

Designation
8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Engine Performance Test Certificate w ith reference to SAE a. ____________________
J1349 Engine Pow er Test Code - Spark Ignition and
Compression Ignition net pow er rating.
b. Certificate of Conformity issued by the Department of b. ___________________
Environment and Natural Resources [DENR] w ith reference
to the required emission compliance shall be submitted.
c. Duly notarized certification issued by the bidder that the c. ___________________
offered brand of equipment has been in the Philippine
market for at least ten (10) yesrs prior to submission of bid.
Attached proof of compliance.

d. A duly notarized certification issued by at least tw o (2) d. ____________________


clients other than DPW H as reflected in the list of
completed contracts, that the company have a good track
record of after sales service w ithin the last five (5) years
prior to the submission and opening of bids shall not be
anymore required, how ever, verification and validation
thereof shall be conducted during post-qualification.
e. For certificates w ith origin outside the Philippines, these e. ____________________
must be embassy or consulate certified, including their
translation to English, if w ritten in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR ROAD PATCHER, SPRAY TYPE, TRAILER MOUNTED

DPWH SPECIFICATION BIDDER'S SPECIFICATION

A. TECHNICAL SPECIFICATION REQUIREMENTS


1. a. Make/Model: 1. a.
b. Country of Origin: b.

2. AUXILLIARY ENGINE 2. AUXILLIARY ENGINE


a. Make and Model a.
b. Diesel fed, 4-cylinder, in-line direct injection type b.
c. Rated Power, HP [min] =40 c.
d. Emission Compliant [min.] - EURO III d.

3. BLOWER SYSTEM 3. BLOWER SYSTEM


a. Lobe type air blower, direct drive a.
b. Blower capacity,cfm [min] = 425 b.

4. AGGREGATE DELIVERY HOSE 4. AGGREGATE DELIVERY HOSE


a. Hose inner diameter, inch [min] = 2.5 a.
b. Hose length, feet [min] = 19 b.
c. Hose shall be rubber lined abrasion resistant, non kinking c. ______________________
with spiral reinforcement

5. The equipment shall be Equipped with Crack Seal Attachment 5.

6. AGGREGATE HANDLING AND TRANSPORT (any of the two shall


be acceptable)
I] TOWED BY DUMP TRUCK [8 to 10 cu.yd. dump box capacity] I]

OR

II] WITH HOPPER BODY II]


a. Aggregate size, inch (min) = 1/4 a.
b. Aggregate feeder b.

7. BOOM ASSEMBLY 7. BOOM ASSEMBLY


a. Bumper mounting a

8. EMULSION STORAGE & CAPACITY 8. EMULSION STORAGE & CAPACITY


a. Emulsion capacity, gallon [min] = 100 a.
b. Delivery system pressure, psi [min] = 70 b.
c. Heating element = 220v, 1500 watt thermostatically controlled c.
d. Flush Tank Capacity, gallons [min] = 13 e.
e. Storage Insulation = Polyurethane Foam f.

9. TRAILER 9. TRAILER
a. Trailer shall be equipped with tandem torsion bar axles a.
mounted on four (4) tires
b. Tire size [min] = 235/80 [min] x 16 14PR b.
c. Lights - Brake and Tail, Multi directional arrow board with high c.
intensity LED, rear mounted strobe

B. OTHER REQUIREMENTS B. OTHER REQUIREMENTS


1. PAINT 1. PAINT
a. Ditzler Orange or equivalent with DPWH Logo a.

2. TOOLS and MANUALS 2. TOOLS and MANUALS


a. Standard tools with tool box for minor repair/ maintenance a. ____________________
and for operations shall be suppplied with the unit

(Signature Over Printed Name of Bidder)

Designation
b. One (1) piece each of 3-ton Hydraulic Jack, Tire W rernch, b. ____________________
Grease Gun
c. One (1) set of operation, parts and service manuals shall be c. ____________________
supplied per unit ordered plus extra three (3) sets

3. PERSONAL PROTECTIVE EQUIPMENT (PPE) 3. PPE


a. One set of PPE shall be supplied per equipment delivered a. ___________________
and shall be in conformity w ith International Safety
Standards.
i. One (1) set of PPE consists of 1) Hard Hat; 2) Eye i. __________________
Googles; 3) Reflectorized Vest

4. SAFETY EQUIPMENT 4. SAFETY EQUIPMENT


a. Equipped w ith beacon w arning light a.
b. Five (5) lbs fire extinguisher b.
c. Early w arning device [w arniing triangle] c.

5. W ARRANTY 5. W ARRANTY
a. One (1) year w arranty certificate shall be submitted. a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Y ear Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

6. TRAINING 6. TRAINING
a. A formal training for operators and technicians of not less a. ____________________
than tw o (2) days on the proper operation and
maintenance of the equipment shall be conducted
b. Proposed Training Plan for the Maintenance and Operation b. ____________________
of the equipment

7. Proposed 3-year annual maintenance plan w ith corresponding 7. c. ____________________


cost for the equipment shall be submitted.

8. CERTIFICATION 8. CERTIFICATION
Submit the below certificates.
a. Certification relative to the required material quality, certified a. ____________________
locally by DOST, MIRDC, DTI, UP Mining, UP Department of
Metallurgical Material Science Eng'g (DMMSE) or any other
accredited testing organization shall be submitted.
b. Emission Compliance Certificate w ith reference to ISO 1585 b. ____________________
Road Vehicle Engine Test Code - Net Pow er or equivalent
standard, SAE J1309 Travel Performance and Rating
Procedure, Craw ler Mounted Hydraulic Excavators, Material
handlers, Knockled Boom Load Loaders and certain forestry
equipment.
c. Engine Performance Test Certificate w ith reference to SAE c. ____________________
J1349 Engine Pow er Test Code - Spark Ignition and
Compression Ignition net pow er rating.
d. Verification and validation to at least tw o [2] clients other d. ____________________
than DPW H as reflected in the list of completed contracts,
that the company have a good track record of after sales
service w ithin the last five (5) years prior to submission and
opening of bids, shall be conducted during post-qualification
e. Duly notarized certification issued by the bidder that the e. ____________________
offered brand of equipment has been in the Philippine
market for at least ten (10) years. Attached proof of
compliance.
f. For certificates w ith origin outside the Philippines, these f. ____________________
must be embassy or consulate certified, including their
translation to English, if w ritten in the language of the
particular country.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR CRACK SEALING APPLICATOR, WALK-BEHIND [ROAD PATCHER]

DPW H SPECIFICATION BIDDER'S SPECIFICATION


A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make and Model: 1.
2. Country of Origin: 2.
3. Year Model: Manufacturer's current model 3.

4. SPECIFIC REQUIREMENTS 4. SPECIFIC REQUIREMENTS


I) CRACK SEALING MELTER APPLICATOR
a. The machine shall be a walk-behind crack filler melter a. ____________________
applicator
b. Propane fired burner with hose, regulator and temperature b. ____________________
gauge.
c. Steel finish plate for striking off the sealant in uniform width c.
d. Equipped with hand agitation and handle control release d. ____________________
valve
e. Minimum pot capacity, gallons [min] = 10 e.
f. Sidewalls Plate thickness, gauge [min] = 14 f.
g. Heat source - 11 kgs L.P.G. g.
h. Complete with all its standard attachments and h.
accessories for ready operation

II. CRACK PREPARATION MACHINE II. CRACK PREPARATION MACHINE


a. The machine shall be walk-behind, mounted along with a. ____________________
three pneuamtic air-filled tires for easy maneuver
b. Cleans and dries cracks in one motion b.
c. Engine, Rated Capacity, HP (min) = 5.5 c.
d. Air Pump output, cfm (min) = 14 d.
e. Jet W and Length, inch (min) = 54" e.
f. Heat Source -11 kgs. L.P.G. f.
g. Complete with all its standard attachment and accessories g. ____________________
for ready operation.

5. TOOLS AND MANUALS 5. TOOLS AND MANUALS


a. Standard tools with tool box for minor repair/ maintenance a. ____________________
and for operations of the unit to be supplied per unit
ordered
b. One (1) set of operation, parts and service manuals to be b. ____________________
supplied per unit ordered plus additional three (3) sets
6. PAINT 6. PAINT
a. Ditzler orange or equivalent with DPW H Logo a.

7. W ARRANTY 7. W ARRANTY
a. One (1) year warranty certificate shall be submitted a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

8. TRAINING 8. TRAINING
A formal training session of not less than two (2) days on the ____________________
operation and maintenance of the unit shall be conducted and
the actual demonstration of the operation unit to be
conducted within the National Capital Region

9. PERSONAL PROTECTIVE EQUIPMENT (PPE) 9. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. Two (2) sets of PPE shall be supplied per equipment a. ____________________
delivered and shall be in conformity with International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

(Signature Over Printed Name of Bidder)

Designation
10. Duly notarized certification issued by the bidder that the 10. ___________________
offered brand of equipment has been in the Philippine market
for at least three (3) years prior to submission of bid. Attached
proof of compliance.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR KNEADING MACHINE WITH APPLICATOR
DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make and Model: 1.
2. Country of Origin: 2.
3. Year Model: Manufacturer's current model 3.

4. SPECIFIC REQUIREMENTS 4. SPECIFIC REQUIREMENTS


a. Marking method - shoe type a.
b. Shoe line w idth - 10., 15 cm., 30 cm. b.
c. Minimum kettle capacity - 100 kg. c.
d. Heat source - 10 kg. d.
e. Melting kneader for thermoplastic marking materials e.
pow ered by 9 hp [gasoline] or 10 hp [diesel-fed] engine
f. Minimum pot capacity - 150 kg. f.
g. Drive system - mechanical/hydraulic g.
h. Heat source - L.P.G. h.
i. Tank capacity - at least 50 kg. i.
j. Complete w ith all its standard attachments and j.
accessories to include early w arning device

5. TOOLS AND MANUALS 5. TOOLS AND MANUALS


a. Standard tools w ith tool box for minor repair/ maintenance a. ____________________
and for operations of the unit to be supplied per unit
ordered
b. One (1) set of operation, parts and service manuals to be b. ____________________
supplied per unit ordered plus additional three (3) sets

6. PAINT 6. PAINT
a. Ditzler orange or equivalent w ith DPW H Logo a.

7. W ARRANTY 7. W ARRANTY
a. One (1) year w arranty certificate shall be submitted a.
b. Joint Certification (from the manufacturer and the bidder) b. ____________________
for 7-Year Market Availability of Supply of Critical Spare Parts
and Components shall be submitted

8. TRAINING 8. TRAINING
A formal training session of not less than tw o (2) days on the ____________________
operation and maintenance of the unit shall be conducted and
the actual demonstration of the operation unit to be
conducted w ithin the National Capital Region

9. PERSONAL PROTECTIVE EQUIPMENT (PPE) 9. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a. ____________________
delivered and shall be in conformity w ith International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest
10. Duly notarized certification issued by the bidder that the 10. ___________________
offered brand of equipment has been in the Philippine market
for at least three (3) years prior to submission of bid. Attached
proof of compliance.

(Signature Over Printed Name of Bidder)

Designation
BID FORM A (TECHNICAL PROPOSAL)
SPECIFICATION FOR PAVEMENT MARKING MACHINE REMOVER
DPW H SPECIFICATION BIDDER'S SPECIFICATION
A. TECHNICAL SPECIFICATION REQUIREMENTS
1. Make and Model 1.
2. Country of Origin 2.
3. Year Model 3.
4. SPECIFIC REQUIREMENTS 4. SPECIFIC REQUIREMENTS
a. Front Mounted Caster along w ith dual rear pneuamtic air- a. _____________________
filled tires for easy maneuver
b. Minimum Cut W idth, inch [min] = 10 b.
c. Tungsten Carbide Cutter c.
d. The equipment shall be heavy-duty w ith typical d.
applications as follow s:
1) Traffic Paint Removal 1) ___________________
2) Thermoplastic Removal 2) ___________________
3) Epoxy Coating Removal 3) ___________________
4) Smoothing Uneven Surfaces 4) ___________________

5. ATTACHMENTS/ACCESSORIES 5. ATTACHMENTS/ACCESSORIES
a. Depth Control System a.
b. All features or standard accessories/attachments b.
not mentioned in the specification w hich are
standard w ith the unit offered shall be supplied

6. TOOLS AND MANUALS 6. TOOLS AND MANUALS


a. Standard tools w ith tool box for minor repair/ a.
maintenance and for operations of the unit to be
supplied per unit ordered
b. One (1) set of operation, parts and service b.
manuals to be supplied per unit ordered
plus additional three (3) sets

7. PAINT 7. PAINT
a. Ditzler orange or equivalent w ith DPW H Logo a.

8. W ARRANTY 8. W ARRANTY
a. One (1) year w arranty certificate shall be submitted a.
b. Joint Certification (from the manufacturer b.
and the bidder) for 7-Year Market Availability of Supply of
Critical Spare Parts and Components shall be submitted

9. TRAINING 9. TRAINING
A formal training session of not less than tw o (2) a.
days on the operation and maintenance of the unit
shall be conducted.

9. PERSONAL PROTECTIVE EQUIPMENT (PPE) 9. PERSONAL PROTECTIVE EQUIPMENT (PPE)


a. One (1) set of PPE shall be supplied per equipment a. ____________________
delivered and shall be in conformity w ith International Safety
Standards
i. One (1) set of PPE consists of 1) Hard Hat;
2) Eye Googles; 3) Reflectorized Vest

10. Duly notarized certification issued by the bidder that the 10. ___________________
offered brand of equipment has been in the Philippine market
for at least three (3) years prior to submission of bid. Attached
proof of compliance.

(Signature Over Printed Name of Bidder)

Designation

You might also like