You are on page 1of 34

Republic of the Philippines

NATIONAL POLICE COMMISSION


PHILIPPINE NATIONAL POLICE
NATIONAL CAPITAL REGION POLICE OFFICE
Camp Bagong Diwa, Bicutan, Taguig City

PROPOSED TERMS OF REFERENCE

STANDARDIZATION OF COMMAND CENTERS FOR


NATIONAL CAPITAL REGION POLICE OFFICE
TABLE OF CONTENTS

I. INTRODUCTION 2
11. OBJECTIVE 2
BACKGROUND 2
FUND SOURCE 3
DEFINITION OF TERMS 3
SCOPE OF WORK 4
CONCEPT OF IMPLEMENTATION 6
1. Electrical and Heating Ventilation and Air Conditioning (HVAC) 7
2. Video Wall System 9
3. Physical Security (Door Access and Command Center CCTV) 11
4. Video Conferencing System (Hardware) 13
5. Workstation and TV Monitoring 15
6. Structured Cabling System 18
VIII. REQUIREMENTS FOR BIDDERS 27
IX. TERMS AND CONDITION 29
X. GENERAL NOTES 30
XI. OTHER SERVICES 31
XII. TESTING AND COMMISSIONING 31
XIII. INSPECTION 31
XIV. TRAINING 31
XV. DELIVERY AND COMPLETION PERIOD 31
XVI. WARRANTY/GUARANTEE 32
XVII. ANNEXES
1. Annex A: Command Center Types
2. Annex B: Structured Cabling System Layout
3. Annex C: References
I. INTRODUCTION

Monitoring the day to day activities of the National Capital Region Police
Office (NCRPO) has improved through the years. With the advent of technological
innovations, the NCRPO has been employing the Internet, telephone system and
facsimile service, Digital Mobile Radio (DMR), High Frequency (HF) Radio
Communication, Short Messaging System (SMS), Cellular Network and Close Circuit
Television (CCTV) Cameras to monitor the day to day security coverage and
operational activities of the PNP. These in general assists the organization in
continuously improving police service to effectively and efficiently serve the public.

The NCRPO Command Center located near the Regional Medical and Dental
Unit Building serves as the central monitoring center of all police operations in
National Capital Region to ensure that NCRPO accomplish its mandated task. The
NCRPO Command Center is enabling itself to adopt with the trend of technological
innovations that may leave behind the Tactical Operations Center of the Five
Districts.

Though some of these technical innovations are readily available at some


District Tactical Operations Centers (DTOCs), there is a need to improve and
upgrade these centers to be at par with the PNP Command Center and enable to
provide seamless and real-time communications and interoperable systems, with
each other and eventually to the operation centers of other government agencies.

The PNP came up with the project to standardize different TOCs to emulate
the PCC and serve as command center for all Police Regional Offices (PROs).
NCRPO District Police Offices, Police Provincial Offices (PPOs), and City Police
Offices (CPOs).

The implementation of this project will focus on standardizing the different


types of command centers (Type A, Type B, and Type C) purposely for the real-time
monitoring and recording of significant incidents, 24/7 police operational
accomplishments, and events (local, national and international) in order to guide the
PNP Commanders on decision making especially in times of crisis, and must be
readily shareable to Chief, PNP, PNP Command Group, PNP Quad Staff, SILG and
Presidential Situation Room.

II. OBJECTIVE

The objective of this TOR is to define the components of Standard Command


Centers of NCRPO, regardless of the Type, in terms of physical layout (aesthetics)
and functionality.

III. BACKGROUND

The establishment of NCRPO Command Center emanated from the approved


Information System Strategic Plan (ISSP) submitted by the PNP Command Center-
Directorate for Operations (PCC-DO) to the Directorate for Information and
Communications Technology Management (DICTM), PNP to DICT. Likewise this
project is one of the vital projects in the SMART policing Program of the PNP. Due to
limited funding, the PNP Command Center through the support of the Directorate for
Operations (DO) conducted a nationwide screening and survey of the different
Tactical Operations Centers (TOCs) in order to assess their present state and to
come up with a shortlist of police offices viable for this project using the following
criteria:
 Crime Rate
 Availability of Area/Space
 Status of Internet Connectivity and electricity in their area; and
 Existing System of Local Government Units (LGUs) in the AOR such as
CCTV and other public safety platforms.

After evaluation and assessment, the NCRPO TOC, Eastern Police District
TOC, Southern Police District TOC, and Quezon City Police District TOC were
among the shortlisted units included in the project for the establishment of command
centers in their area.

To further fast track the project, the NCRPO Bids and Awards Committee
created a Technical Working Group (TWG), composed of highly technical PNP
personnel from Regional Engineering Unit (REU), Regional Information Technology
Office (RITO), and Regional Communications and Electronics Unit (RCEU), to
formulate this TOR which will serve as standard in the establishment NCRPO
Command Center and at various levels.

IV. FUND SOURCE

General Appropriations Act (GAA) FY 2022 dated 03 January 2022, RA


No.11639 with an Approved Budget for Contract (ABC) of Php39,187,720.00.

V. DEFINITION OF TERMS

For the purpose of this Terms of Reference, the following terms shall be used
as herein defined:

1. Type A — Command centers with floor area ranging from 80 sqm to 100sqm.

2. Type B — Command centers with floor area ranging from 40 sqm to 79 sqm.

3. Type C — Command centers with floor area ranging from 10 sqm to 39 sqm.

4. Heating, Ventilation and Air-Conditioning (HVAC) — are equipment


responsible for regulating the temperature inside the command center.

5. Physical Security- (for the purpose of this TOR) the physical protection of
information, hardware and software inside the command centers against
any intrusion and intervention.

6. Structured Cabling System (SCS) - a complete system of cabling and


associated hardware, which provides a comprehensive
telecommunications infrastructure.

7. TV Monitoring — installation of TV system subscribed to news channel to


keep the command centers abreast of the local and international news and
events.

8. Video Wall System — a system of electronic display to show available


information.

9. Video Conferencing — is an online technology that allows users in


different locations to hold face to face meetings without having to move to
a single location together.

10. Workstation — a high-performance computer system that is basically


designed for a single user and has advanced graphics capabilities, large
storage capacity, and a powerful central processing unit.

VI. SCOPE OF WORK

The winning bidder will deliver and perform the following:

1. Electrical Works and Heating, Ventilation, and Air Conditioning (HVAC)

a. Mobilization, demobilization and power interruption;


b. Supply and installation/laying of electrical roughing-ins;
c. Supply and installation of conduit, pipes and cable trays;
d. Supply and installation of electrical lightings, fixtures and accessories;
e. Supply and installation of electrical switches and its accessories;
f. Supply and installation of receptacle outlets and its accessories;
g. Supply and installation of enclosures, panel boards and circuit breakers;
h. Supply and installation of electrical wires/cables, connectors, insulators
and groundings;
Supply and installation of outside electrical system including distribution
transformer, wires/cables, concrete pole and accessories (if needed);
j. Supply and installation of generator set and automatic transfer switch
including wires/cables, groundings, rough-ins, connectors, insulators,
enclosures, panel boards, circuit breakers, fittings and accessories;
k. Supply and installation of air conditioner unit, cables/wires, groundings,
rough-ins, insulator, connectors, fittings, Nema 3R Enclosures and
accessories; and
I. Testing and commissioning.

2. Workstations and TV Monitoring, Structured Cabling System (SCS),


Videowall, CCTV System and Door Access Control System.

a. Supply, delivery and installation of the following based on the


requirements for each type of command center:
• Workstations and accessories;
• Network equipment;
• TV monitors with appropriate subscription;
• Videowall system;
• CCTV system; and
• Door access control system; and
• Transient Voltage Surge Suppressor (TVSS).
b. Supply and installation of the following based on the requirements for
each type of command center:
• CAT6 UTP Cable from data cabinet to respective end terminals/
nodes;
• 42U data cabinet with vertical PDU;
• Required patch panel and horizontal cable manager;
• Supply and installation of conduit, pipes and cable trays;
• Civil works and restoration for SCS:
o Demolition of affected existing walls and ceilings, doors and
windows;
o Fabrication and installation of steel raised floor framing;
o Supply and Installation of 18mm phenolic board floor panel;
o Fabrication and installation of dry wall partition;
a Supply and Installation of dry wall cladding for existing windows;
o Supply and installation of tinted tempered glass door and wall;
o Painting and repainting works;
o Supply and Installation of metal frame and ceiling board;
o Supply and Installation of floor carpet;
o Supply and Installation of padded wall fabric;
o Hauling and disposal of construction debris;
o Testing and commissioning; and
o Clearing and cleaning.
c. Standard grounding system;
d. Provision for entrance facility (communications, cable television and
others);
e Permanent Link Testing, Tagging and harnessing of Cables;
f.
Submission of as-built plan and documentation;
g.
All components of the SCS should be installed and mounted by an
Authorized Installer verified by the manufacturer of the structured
cabling system components; and
h.
All cables must have permanent link testing result.

VII. CONCEPT OF IMPLEMENTATION

Command centers will be categorized into three types, Type “A” for command
centers with a floor area of 80 to 100 sq. meters, Type “B” for command centers with
floor area of 40 to 79 sq. meters and Type “C” for command centers with floor areas
of 10-39 sq. meters.

The classification of the short-listed command center types for NCRPO is the
following:

OFFICE/DISTRICT ADDRESS AREA TYPE


NCRPO/RHQ Camp Bagong Diwa, Bicutan, Taguig 148 Sqm A
City
EPD Caruncho Ave. Brgy Malinao, Pasig 42 Sqm B
City
SPD Lawton Ave. Fort Andres Bonifacio, 23 Sqm C
Taguig City
QCPD Camp BGen Tomas Karingal, 168 Sqm A
Sikatuna Village, Diliman, Quezon
City

The winning bidder/supplier shall provide the necessary installation, setup and
configuration services of all deliverables, to include but not limited to hardware,
software, network, electrical, renovation and other components.
1. Electrical and Heating Ventilation and Air Conditioning (HVAC)

a. Functional Requirements
• All electrical equipment and electrical accessories furnished under
this specification shall meet the design and testing requirements of
the latest applicable NEMA and/or ANSI or IEEE or IEC standards;
• Electrical equipment to be supplied in accordance with this
specification shall be suitable for satisfactory continuous operation
under the Philippine tropical conditions like temperature, rain and
wind; and
• All electrical pipes and cables shall have a complete fittings and
accessories and shall be embedded on walls, ceilings and flooring.

b. Technical Requirements

Quantity
Specifications Type A | Ty pe B Type C
Distribution Transformer
• 3-37.5KVA (In accordance as specified As per plan
with Napolcom Resolution No. 2016-
341)
Generator Set
• 100KVA Genset with ATS (Amended
Napolcom Resolution No. 2015-587
Amendment and/or Addenda to As per plan
Napolcom Resolution No. 97-015: The
Minimum Standard Specification for
100KVA Generator Set)
Panel Boards
• 24 Branches Distribution Board,
3O0AF, 225AT Main CB, Bolt-On
As per plan
Center Main, 25KAIC, 3 Pole, 240
Volts, 60Hz with
Grounding Lugs Branches: (2-60AT, 12-
20AT, 10-30AT, 2 Pole, 60Hz, 240Volts)
Lightings
• 2300 Lumens, LED Panel Light, 4OW Max As per plan
Receptacles
• Duplex convenience outlet with As per plan
ground, 240 volts, 60HZ, universal
ACUs Circuit Breaker Enclosure
• 30AT, 100AF, 2Pole, 240Volts, 60Hz in As per plan
NEMA 3R Enclosure
Conduit Pipe
Polyvinyl chloride (PVC} As per plan
Switches
240Volts, 60HZ As per plan
Cables/Wires
• 100mm², 22 mm² (Gnd), 5.5 mm², 3.5 As per plan
mm², THHN/THWN, 90 degrees C
1.5HP ACU
• Aircon Unit 1.5HP Split Type, wall
mounted (MC No. 2020-071 Prescribing
the minimum Techincal Specifications
for
1.5 Horse Power (HP) Split Type Air
Conditioner}
2.0HP ACU 6 6 4
• Aircon Unit 2.0HP Split Type, wall (Alternate (Alternate
(Alternate 2
mounted (MC No. 2020-047 Prescribing 2 at a 2 at a
the minimum Techincal Specifications for time for time for at a time for
2.0 Horse Power (HP) Split Type Air 24hrs 24hrs 24hrs
Conditioner) operation) operation) operation)

2. Video Wall System

The video wall system is the primary visual display of the Command
Center. All the necessary information needed must be displayed at the Video Wall.
This system must be connected and at all times to the workstations. Further the
workstations must be able to project or display their monitor to the Video Wall.

a. Functional Requirements
• Must fit the existing design of the Monitoring Room of the
Command Center;
• The workstations are the primary video source;
• Other video source as a source of video input (cable tv, media
player etc..)
• Mirroring Functionality for the television at the conference room; and
• Appropriate software for integrating/spliting the images

b. Technical Requirements

Feature Specifications QUANTITY


Type A Type B Type C
LCD Video Wall Display (Indoor) 9 6 4
• Panel
o Screen Size: 55”
o Panel Technology: IPS
o Resolution: FHD (1920x1080)
o Brightness: 500 nit or
higher a Contrast Ratio:
1,400:1
o Brightness: 800 cd/m2
o Dynamic CR: 500,000:1
a Viewing Angle (HxV): 178x178 or better
o Color Depth: 10 bit or better
o Operation Hours: 24/7
o Orientation: Portrait/Landscape
• Connectivity
a Input: HDMI, DP, DVI-D, Audio, USB 2.0
Type A
o Output: DP, Audio
o External Control: RS232C In / Out, RJ45
o In / Out, IR In
• Mechanical Specification
o Bezel \/Vidth: 0.9mm or better
o Bezel Color: Manufacturer Standard
o Weight: Manufacturer Standard
o Handle: Yes
• Power
o Power Supply: AC 100 - 240 V -, 50 / 60 Hz
o Power Type: Built-In Power
• Accessories
o Cable: DP and HDMI cable as appropriate
o Wall Mount: Pop-out wall mount bracket
• At least two (2) years warranty on parts and
service
Video Wall Controller 1 1 1

• Slots: 4 input 4 output


• Input/Output Signal
o Input Type: DP, HDMI, DVI, VGA, CVBS,
SDI, IP-Video, Fiber
o Input/Output Channel: 1080 up to 320
channel , 4K up to 80 channel
• Image Processing
o Display Mode: Roaming, overlay, zoom
in/out, multi-windowing, scene switch, PIP,
full screen and combination screen
o Maximum Input: Up to 4K @ 60 Hz
o Hot Swappable: Support
o Power Supply Configuration: N+1
redundant power supply
• Control Function
o Control Structure: Software /Hardware
o Control Method: RS232/Network/Keypad
and compatible with third party control
system
• Stability
o Continuity: 365 days, 7x24 hours operation
• Working Environment
o Operating Temperature: -15oC to 60oC
o Operating Humidity: 10 to 90%
without condensation
• At least two (2) years warranty on parts and
service
3. Physical Security (Door Access and Command Center CCTV)

5.1. Door Access Control

a. Functional Requirements
• Must perform identification authentication and authorization
of users;
• Must be able to be temporarily unlocked during certain time
periods without an access card;
• Must be able to create several custom access levels;
• Must be able to run custom reports based on certain
parameters; and
• Must have a lock down mode which disables all users from
accessing one, few or all entrances
b. Technical Requirements

Quantity
Specifications
Type A Type B Type C
Door Access Control
• Electric Bolt for Fully Frameless Glass Door
• Resettable emergency door release that is 4 4 3
used with an access control system
• Emergency Key Switch (Main Door) 1 1 1
• Door Release Button w/ Back Box 4 4 3
• UPS Access Control Power Supply 12V, 3A 1 1 1
with Back-up Battery
• Multi-DlO design controllers with Web based
integrated, which are designed to connect
industrial equipment to be accessible and
manageable via intranet or Internet by an
integrating RTOS (Real Time Operating
System) and TCP/ IP protocol stack capability. 1 1 1
Both are a ready solution and may use a
media converter or widen the
• Capable of IP camera integration
• Application to home/bldg. automation
(integration of FACP and other
Alarm)
• Access Card Reader 3 3 3
• At least two (2) years warranty on parts and
service
• Access Card 50 50 50
Cabling
1 lot 1 lot 1 lot
• At least two (2) years warranty on workmanship
5.2 Command Center CCTV

c. Functional Requirements
• Must be able to operate in a 24-hour basis of the video
recording of all CCTV system; and
• Must adhere to the PNP Memorandum Circular Nr. 2015-005
“ Policies, Guidelines, and Procedures Prescribing the use
and utilization of CCTV System in all PNP office/units.

d. Technical Requirements

Quantity
Specifications
Type A Type B Type C
Command Center CCTV System
• Camera Type: 2MP Dome Type Network Camera
• Illumination
o Color: 0.005 Lux
o B/V\/: 0 Lux (IR LED on)
• Image frame rate: Support 6ofps @192O = 1080
• Image Compression: H.265+
• IR Visibility: Up to 30m
• Network Protocol: Support at least TCP/IP,
ICMP, HTTP, HTTPS, FTP, SNMP
• Protection Rating: lP67, IK1O
• Network Interface: 1x 1O/1O0Base-T RJ45
• Power Supply: 12 VDC PoE (IEEE
802.3af) Compliant
• WDR: 12Odb
• Application Programming Interface (API):
Support ONVIF Profile S/G
• Features: Face Detection and able to detect
motion and will alarm once tampered, alarm
when disconnected to network, IP address
conflict, unauthorized log in, error in HDD and
when Full.
• Accessory: with appropriate junction box
• At least two (2) years warranty on parts and
service
8CH Network Video Recorder (NVR) with Power
Over Ethernet (POE) interface
• Number of Channel: 8 Channels
• Video Compression: Support H.265+
• Supported Resolution: Up to 4K (3840 « 2160)
• HDD Capacity: Up to 8TB capacity of each HDD
• USB Port: At least 1x USB 2.0 and 1x USB 3.0
• Incoming Bandwidth: 160Mbps or better
• Network Interface: 1x RJ-45 10/100/1000 Mbps
• POE: 16Port, RJ-45 10/100 Mbps
Ethernet interface
• Protocol Support: Support HTTPS,
TCP/IP, DHCP, DNS, NTP, SMTP, UpnP
• Power Supply: 100 to 240 VAC, 50/60 Hz
• Weight: Manufacturer’s standard
• At least two (2) years warranty on parts and
service
8TB Hard Disk Drive (HDD}
• Interface: SATA 6Gbps
• Capacity: 8TB
• Camera Supported: Up to 64
• Transfer Rate: At least 210MB/s
• Cache: At least 256MB
• MTBF: At least 1,000,000hr
• At least two (2) years warranty on parts and
service
CCTV LED Monitor
Must conform with the NAPOLCOM Resolution No.
2018-587
• At least two (2) years warranty on parts
and service

4. Video Conferencing System (Hardware)

a. Functional Requirements
• To provide video conference capability in the Command Centers
for collaboration to the other conferences within the PNP
organization nationwide.

b. Technical Requirements

Quantity
Specifications Type A Type B Type C

Video Conferencing Camera


• Ultra-HD imaging system supports:
o 4K, 1440 p, 1080 p, 900 p, 720 p, and SD at 30fps
o 1080 p, 720 p at 30 lps and 60 lps
• Smooth motorized pan, tilt and zoom
o Pan: up to 490°
o Tilt: at least +45° / -45°
• At least 15x HD zoom
• Field of View:
o Diagonal: 90°
o I horizontal: at least 75°
o Vertical: at least 45°
• Autofocus
• At least 3 camera presets
• Video mute/unmute LED indicator
• Standard tripod thread
Microphone Pod with Mount
• Pickup range: at least 4 m diameter
• Four omnidirectional microphones forming
eight acoustic beams
• AEC (Acoustic Echo Cancellation)
• VAD (Voice Activity Detector)
• Background noise suppression
• Mute button with LED status indicator
• Captive 12-pin cable at least 2.5 m
• Daisy chain at least 5 Microphone Pods
• Frequency response: 90 Hz — 16 kHz
• Sensitivity: >-27 dB +/-1 dB @ 1 Pa
• Microphone data rate: 48 kHz
Speaker
• High-performance 76 mm driver
• Mini XLR cable connects to Display Hub for
both signal and power
• Speaker volume: at least 95 dB SPL @1 W, 100 dB
SPL @7.5 W, both +/-2 dB at ' meter
• Sensitivity: 95+/-2 dB SPL at ’/ meter
• Speaker sampling rate: 48 kHz
Display Hub
• \/Vith the following ports:
a Two (2) x HDMI Type A
a At least two (2) USB ports
a RJ45
o Two (2) x Mini XLR
o Power input
Audio Hub
• Active speaker detection: connects at least 5
Microphone Pods
• \/Vith the following ports:
a Two (2) x HDMI Type A
a At least two (2) USB ports
a RJ45
o Power input
Remote Control
• RF remote control (line of sight not required)
• Batteries (included)
Cables / Power
• Camera to Display Hub:
at least 2 m USB 3.0 or better
• Conference Room Computer to Display or Audio
Hub: at least 2 m USB 3.0 or better
• Display Hub to Audio
Hub: Manufacturer’s
Standard
• Display Hub to
Speaker: at least 2.5 m
Mini XLR
• Conference Room Computer to Displays:
at least 2 m HDMI
• Power Outlets to Power
Supplies: at least 1 m
• Power Supplies to Audio Hub / Display
Hub: at least 1.5 m
Accessories
• Mounting Kit
Mounting Kit with cable retainers and mounting
brackets for camera, speakers, and hubs
• Microphone Pod Hub
Connects at least three (3) Microphone Pods
• At least two (2) years warranty on parts and service
Other Accessories
Conference Table
• Materials: MDF Board
• Finish: High pressure laminate (walnut)
• \/Vith Cable management tray
• Outlet and USB port ready
• Customized Modular Table Size:
o 12-Seater
o 8-Seater
o 6-Seater
High-back Conference Chairs
• High-back Leatherette
• Executive Chair
• 360° swivel
• Chrome Black Base

5. Workstation and TV Monitoring

5.1. Workstations

a. Functional Requirement - workstations should be able to


connect to the videowall either all workstations and/or one at a
time.

b. Technical Requirements

Quantity
Specifications Type A Type B Typ
eC
Workstation 2 1 1
(PNP MC No. 2020-086)
• Branded and Brand New
• 6 cores, at least 3.0 GHz or higher Processor
• At least 16 GB or Higher Memory (RAM)
• At least 1TB HDD
• Video Card (4GB) or onboard Video Controller
(4GB) with at least two (2) display ports
• Sound card or onboard sound controller with speaker
• At least two (2) units 24" LED Monitor
• USB Keyboard and USB optical mouse
• DVD-RW or latest optical drive
• Networking
o Onboard Gigabit Ethernet Controller
a \/Vith \/Vi-Fi and Bluetooth connectivity
o Gigabit PCI Network Interface Card
• Standard I/O Ports
a At least 4 USB Ports
a VGA/DVI or HDMI
a Mic/Headphone combination or separate port
• Software
o Latest Licensed Operating System (Professional)
o Latest Antivirus with Internet Security
for Workstations (3 years)
a Latest Licensed Office Application
(Professional and Perpetual)
• Accessories
o CD Installer/Driver
a USB Headset with microphone
a Appropriate cables for monitors
• At least three (3) years warranty on parts and service
• Brand should be at least twenty (20) years on the
market
Uninterruptible Power Supply 2 1 1
(NAPOLCOM Res No. 2009-6531
• Branded and Brand New
• For protection against power surges of ICT
equipment
• At least 650VA voltage rating
• Transfer time: Typical 2-6ms, 10ms max
• Input
a Voltage range: 162 — 290VAC, Single
phase o Frequency range: 50Hz/60Hz
automatic
identification
• Output
a Voltage tolerance (Batt. Mode): Simulated sine
wave at nominal voltage I10%
a Frequency range (Batt. Mode):
50Hz/60Hz automatic identification
System Features
• Indicators:
a AC Mode: LED lighting
a Battery Mode: LED
lighting o Fault Solid: LED
lighting
• Protection:
a Discharge
a Overload
o Overcharge protection
• Fuse Protection: YES
• At least two (2) years warranty on parts and service
• Brand should be at least twenty (20) years on
the market
Web Camera 2 1 1
(NAPOLCOM Res No. 2009-650)
• Branded and Brand New
• One (1) Megapixel or higher Effective Resolution
• USB version 2. 0 or higher Interface
• At least 1280x720@ 30 lps or better Video Resolution
• Integrated microphone
• Compatible with latest licensed Operating System
• At least one (1) year warranty on parts and service
• Brand should be at least fifteen (15) years on the
market
Customized Workstation Table 2 1 1
• Materials: MDF Board
• Finish: High pressure laminate (walnut)
• With Cable management tray
• Outlet and USB port ready
Workstation Chairs 2 1 1
• High-back Mesh Office Chair
• 360° swivel
• Chrome plated star-base
• Headrest
Mobile Cabinet 2 1 1
• Mobile Pedestal with cushion top
• Dimension: 28”H x 15.5” W x 22” D
• 3 Drawers
• Centralized Lock Handle
• Steel bearing
• Bottom glider

5.2. TV Monitoring

a. Functional Requirements
• The primary function is to monitor news channel locally and
internationally; and
TV monitor can also serve as multi-function display.

b. Technical Requirements
Quantity
Specifications Type A Type B Type C
Smart Television (55")
2 2 1
NAPOLCOM Resolution No. 2018-587
• Connectivity: \/Vi-Fi and internet ,USB port,
HDMI ports
• Display: 55 inch, LED, 4K, 3840x216O
• l/O Ports: 3xHDMl, 3xUSB
• Ethernet Sockets: 1
• Compposite Input/Audio Video Cable Ports: 1
• Digital Audio Output Ports: 1
• At least two (2) years warranty on parts and
service
Cable Subscription 2 1 1
24-Month Subscription

6. Structured Cabling System (SCS)

a. Functional Requirements - SCS shall be able to provide


connectivity to the following:
• Workstations;
• CCTV System;
• Door Access Control;
• Video Wall;
• \/Vireless Access Points (WAPs); and
• Other network equipment.

b. Breakdown of Nodes

Quantity
Stems
Type A Type B Type C
Data 10 7 4
\/VireIess Access Point 2 2 2
Surveillance 8 8 8
Access Control 1 1 1
Digital Mobile Radio (DMR) 1 1 1
IP Phone 2 2 2
TOTAL 24 21 18


c. Structured Cabling System Layout (Annex B)

d. Technical Requirements

Quantity
Description Type A Type B Type C
Structured Cabling System (SCS) 1 lot 1 lot 1 lot
Cable Manager
The Horizontal Cable Management shall be mounted
above and below each patch panel:
• Have 1, 2 or 4 rack mount space (RMS) versions
available.
• Be available in both 4” or 6” Deep Versions
• Have a cover to conceal Equipment Patch Cords
• Have finger radius holes that allow for quick
opening and closing of doors at a single point

Copper Cable
All Category 6 (CAT6) UTP cable shall conform to the
following minimum performance standards:
• Provides significant headroom above all TIA and
ISO/IEC CAT6 transmission performance
specifications
• Have a round cable CMR jacket with a nominal
cable outside diameter (OD) up to 0.25inches
• Have a construction comprised of 4-pairs of 23
AWG solid bare copper conductors
• Utilize a center isolation member to maintain pair
geometry for optimal performance
• Have a rip cord installed under the jacket for jacket
removal
• Have reverse sequential measurement markings on
jacket
Patch Panel
All termination panels shall facilitate cross-connection
and inter-connection using modular patch cords and
shall conform to EIA standard, 19-inch relay rack
mounting requirements:
• Be made of flame retardant thermoplastic available
in 24-port configurations
• Exceed CAT6 connecting hardware specifications
for all pair combinations up to 250 MHz
• Allow termination with a standard termination tool
• Be backwards compatible to allow lower performing
categories of cables or connecting hardware to
operate to their full capacity
• Support industry standards for T568A or T568B
wiring options on each individual outlet
• Display category performance markings on front of
panel
Information Outlet (IO)
All CAT6 information outlets (IO) designed for
termination of 4-pair balanced twisted-pair CAT6
copper cables must possess the following
characteristics at the minimum:
• Exceed CAT6 connecting hardware performance
specifications
• Allow termination with a standard tool
• Be backwards compatible to allow lower performing
categories of cables or connecting hardware
• Support industry standards for T568A or T568B
wiring options on each individual outlet
• Can be installed from either front or rear of faceplate
• Have colored icons provided for port identification
• Be UL listed

Faceplate
• Offers pressure-release designation label covers
which eliminate the need for a probe-pic or
screwdriver when installing faceplate labels
• Includes pressure-release designation label covers
for quick, tool-less removal
• Flexible mounting tab on outlets allows installation
from front or rear of faceplate
• Horizontal faceplates include designation label(s),
clear label covers, and color-matching screw covers
• Must be available in 1,2,3,4 ports configuration

Patch Cords
All CAT6 patch cords shall conform to the flowing
minimum performance standards:
• High performance CAT6 cable for optimal flexibility
and transmission performance
• Be backwards compatible with lower performing
categories
• Be equipped with identical modular 8-position plugs
on both ends, wired straight through with standards
compliant wiring
• Utilize patented metallic isolator shields pairs inside
plug for optimum performance and a 360° crimp for
providing excellent plug-to-cable strain relief without
causing pair deformation
• Obtain the required performance without use of
printed circuit board components
• Incorporate internal stranded cordage isolator within
a round, flame-retardant jacket to provide extended
flex life and maintain ideal pair geometry
• Have a boot that features an ultra slim design for
high density applications and snag free operation.
• Use modular plugs which exceed FCC CFR 47 part
68 subpart F and IEC 60603-7 specifications, have
contact materials of copper alloy with contact
plating of 50 micro inches gold or equivalent
• Be available in standard lengths with custom
lengths available upon request
• Offer multiple cable colors (with ultra slim boots for
high density applications) in standard colors of for
proper circuit identification
Roughing-ins
• Includes all PVC conduits and all other necessary
accessories
42U Rack Cabinet 1 1 1
• W=800mm, D=1270mm, H=42U, High density
Network rack black color, capacity:1500kgs
• Locking removable side panels, front door: Curved
perforated, rear door: double perforated split doors
• The lock is long rotary lock
• 4 mounting profile with "U" marks printed
• Top cover with cable entry, easy installation &
uninstallation, closed bottom with cable entry
• Earth grounding /cage nuts included, caster wheel,
levelling feet
• 10-way Vertical PDU
o 220V and 10 ports universal socket and safety
switch 1U 1.5m power cord is 2 meter 19”, 15A
• Must have at least three (3) years warranty
10 KVA Uninterruptible Power Supply (UPS) 1 1 0

• Voltage Rating: 10KVA


• Input AC Parameters
a Operating Frequency, Nom: 50 or 60 Hz
o Factory Default Voltage: 230 VAC
o Operating Voltage Range \/Without Battery
Operation: 176 to 288 VAC (100 to 176 VAC
with power derating)
o Maximum Allowable Voltage: 288 VAC
a Input Frequency VVithout Battery Operation: 40
to 70 Hz
• Output AC Parameters
o AC-AC Efficiency: 90%
o User-configurable
Voltage:
200/208/220/230/240
VAC
|‘

Pce s
Factory Default Voltage: 230
o VAC
o Frequency: 50 Hz or 60 Hz,
Nominal a Waveform: Pure
Sinewave
o Output Power Connection: Output terminal block
o Main Mode Overload: >150% minimum 200 ms,
125 - 150% for 60 seconds; 105 — 125% for 5
minutes; s 105% continuous
• At least two (2) years warranty on parts and service
• Brand should be at least twenty (2O) years on the
market

System features:
• Unity Power Factor (PF=1.0) ensures the
connection of more loads and IT equipment
• Operates at full power up to 40°C (up to 50°C with
derating)
• Integrated solution that combines electronics and
batteries in a single part number
• Easy to read gravity sensing graphical color display
• Programmable sockets help to extend runtime for
the most critical loads and smart disconnection of
the less critical ones
• Efficiency in on-line double conversion mode up to
0
95 /o
5 KVA Uninterruptible Power Supply (UPS) 0 0 1

• Voltage Rating: SKVA


• Input AC Parameters
o Operating Frequency, Nom: 50 or 60 Hz
o Factory Default Voltage: 230 VAC
o Operating Voltage Range Without Battery
Operation: 176 to 288 VAC (100 to 176 VAC
with power derating)
o Maximum Allowable Voltage: 288 VAC
o Input Frequency \/Vithout Battery Operation: 40
to 70 Hz
• Output AC Parameters
a AC-AC Efficiency: 90%
o User-configurable
Voltage:
200/208/220/230/240
VAC
o Factory Default Voltage: 230 VAC
o Frequency: 50 Hz or 6O Hz, Nominal
o Waveform: Pure Sinewave
a Output Power Connection: Output terminal block
o Main Mode Overload: >150% minimum 200 ms,
125 — 150% for 60 seconds; 105 — 125% for 5
• Brand should be at least twenty (20) years on the
market
System features:
• Unity Power Factor (PF=1.0) ensures the
connection of more loads and IT equipment
• Operates at full power up to 40°C (up to 50°C with
derating)
• Integrated solution that combines electronics and
batteries in a single part number
• Easy to read gravity sensing graphical color display
• Programmable sockets help to extend runtime for
the most critical loads and smart disconnection of
the less critical ones
• Efficiency in on-line double conversion mode up to
95%
Active ICT Equipment
Layer 3 Managed Switch 1 1 1
(NAPOLCOM Res. No. 2013-320)

• Branded and Brand New


• Rack-mountable
• Layer 3
• Management Features: Manufacturer's Standard
• Software: Manufacturer’s Standard
• Memory: At least 1GB
• Storage: At least 1GB
• Supports the following
o IEEE 802.1ab Link Layer Discovery
Protocol (LLDP)
IEEE 802.1ae Media Access Control Security
(MACsec)
o IEEE 802.1d Spanning Tree Protocol (STP)
IEEE 802.1p Priority
o IEEE 802.1s Multiple Spanning Tree Protocol
(MSTP)
o IEEE 802.1q VLANs
o IEEE 802.3 1OBASE-T
IEEE 802.3u 100BASE-TX
IEEE 802.3ab 1000BASE-
T
o IEEE 802.3z 1000BASE-X
a IEEE 802.3x Flow Control
o IEEE 802.3af Power over Ethernet
o IEEE 802.3at PoE+
a IEEE 802.3ad Link Aggregation Control
Protocol (LACP)
o SNMPv1, v2, v3
o RMON I and II
o QoS
o ACL
a IPV6 Routing
o Stacking
o High Availability
o Redundant Power Supply
• Minimum of 24 x 10/100/100OBASE-T ports (full
PoE+)
• Uplink Ports: at least 4 x 1OG
• Switching Capacity: At least 128Gbps
• Forwarding Rate: At least 90Mpps
• VLANs Supported: At least 4000
• MAC Addresses: At least 10,000
• lPv4 routing entries: At least 2,000
• IPv6 routing entries: At least 1,000
• Installation set-up: Configuration and Setup if
necessary
• Accessories
o Software Driver (if
necessary) a Manual
o Power Cable
• At least three (3) years warranty on parts and
service
• Brand should be at least fifteen (15) years on the
market
Wireless Access Point 2 2 2
(NAPOLCOM Res. No. 2009-656)

• \/Vireless Technology
o IEEE 802.11 a b/g/n/ac/ax
• Frequency Spectrum: 2.4 GHz and 5GHz or as
defined by latest wireless technology
• Transmission Speed: At least 1 Gbps
• IEEE Supported: IEEE 802.3, IEEE 802.3ab, IEEE
802.3af/at
• Device Management: Web-based management
software with optional SNMP
• \/Wireless Security
o WIFi Protected Access 2 (WPA 2)
o WIFi Protected Access 3 (WPA 3)
o MAC Address Access Control (WPA-TKIP/WPA-
AES); and/or
o Other latest wireless security standards
• At least one (1) 10/100/1000 Base-T LAN
• Wireless Signal Range: Manufacturer’s Standard
• Modulation Technology
o Orthogonal Frequency-Division Multiple Access
(OFDMA) or
o Other latest wireless modulation standards
• Antenna Type: Manufacturer’s Standard
• LEDs: Manufacturer’s Standard
• Power Input: External Power Supply Direct Current
(DC) or Power over Ethernet (PoE)
• Accessories
o UTP Patch Cord
o CD Installer/Driver (if necessary)
o Manual
• At least three (3) years warranty on parts and
service
• Brand should be at least fifteen (15) years on the
market
Civil Works for SCS As per As per As per
plan plan plan
• All flooring shall be raised, framed with 2”x2”x6mm
thick steel angles spaced @ 60cm with 18mm thick
phenolic boards on 50cmx50cmx7mm thick carpet
finished for ease of access on maintenance.
• War room and Workstations shall be separated by a
12mm thick tempered glass wall and swing/sliding
glass door of double sided tint tempered glass for
quick viewing with complete fittings and
accessories
• Opposite sides of both rooms shall be cladded with
60cmx60cm pad cushioned with foam & fabric to
minimize reflection of sound and covered with 6mm
ficem drywall board with semi-gloss latex wall paint
finish.
• Ceiling shall be metal framed and clad with 9mm
thick gypsum board panel and finished with flat
latex ceiling paint.
• Existing windows shall be enclosed and clad with
padded wall fabric to reduce intrusion of noise from
outside.
• All cables and electrical pipes shall be on
falseworks or embedded on walls, ceilings and
flooring.
• The ceiling frame will be 0.6mm (6mm x 19mm x
50mm) for the double furring, 0.4mm (x 25.4mm x
25.4mm) for the wall angle and 0.8mm
(x11mmx37mm) for the carrying channel
• The drywall frame will be 0.6mm
(x33mmx75mm) for the metal track and 0.6mm
(x7mmx33mmx74mm) for the metal stud
• All civil works for improvement, modification and
restoration shall cover the basic components of
command center which includes the war room, the
workstations and the server room/equipment area.

e. Installation

1) Site Survey - prior to placing any cable pathways or cable, the


contractor shall survey the site to determine job conditions will not
impose any obstructions that would interfere with the safe and
satisfactory placement of the cables. The arrangements to remove
any obstructions with the Project Manager need to be determined at
that time.

2) Physical Installation - all components of the SCS should be


installed and mounted by an Authorized Installer verified by the
manufacturer of the structured cabling components.

3) Cable Pathways
• Pathways shall be designed and installed to meet applicable
local and national building and electrical codes or regulations;
• Pathways shall not have exposed sharp edges that may come
into contact with telecommunications cables; and
• Shall be properly grounded to the Telecoms Grounding.

4) Cable Tie Wraps


• Tie wraps shall be used at appropriate intervals to secure cable
and to provide strain relief at termination points. These wraps
shall not be over tightened to the point of deforming or crimping
the cable sheath; and
NOTE: Tie wraps shall not be used on patch/equipment cords.
• Hook and loop cable managers should be used in the closet
where configuration of cables and terminations may be
frequent.

5) Administration and Documentation


• Labeling
o Horizontal cables shall be labeled at each end; and
o Should adhere to the TIA/EIA-606 administrative standard for
the telecommunications infrastructure of buildings for the
labeling of all cables, termination hardware, splices,
pathways and spaces.
•Drawings - Three (3) copies of as-built drawings and soft copy
shall be supplied by the contractor showing the locations of
identifiers for all endpoints.
6) Grounding
• All telecoms grounding/earthing and bonding shall be done to
applicable codes and regulations;
• All telecoms grounding shall follow the new ANSI/TIA-607-C
telecoms grounding standard; and
• All telecoms grounding shall not be connected to any electrical
grounding and lightning arrester systems.

7) Fire Protection
• Properly installed building-approved firestop systems shall be
installed to prevent or retard the spread of fire, smoke, water,
and gases through the building. This requirement applies to
openings designed for telecommunications use that may or
may not be penetrated by cables, wires, or raceways; and
• Fire stops shall be done to applicable building code.

8) Workmanship
• All work shall be done in a workman-like fashion of the highest
standard in the telecommunications industry for 10 years and
installed by personnel who have been verified by the
manufacturer of SCS as authorized installers;
• All equipment and materials are to be installed in a neat and
secure manner, while cables are to be properly dressed; and
• Workers must clean any debris and trash at the end of
each workday.

VIII. REQUIREMENTS FOR BIDDERS

1. Supply and delivery of Command Center equipment initially to Police


Regional Offices (PROs) for inspection/accounting prior to delivery and
installation to different locations specified in the project.

2. Installation, configuration, programming and commissioning of the various


systems to be installed at the specified Command Centers.

3. The supplier shall issue a Certificate of Non-Disclosure for the


implementation of this project.

4. The bidder/supplier must provide a list of authorized service centers in the


Philippines capable of handling service request duly certified by the
manufacturer.

5. The bidder/supplier must submit a duly stamped and sealed certification


from the manufacturer stating that the availability of parts for the
equipment shall be for a period of at least ten years from the date of final
acceptance.
6. The bidder/supplier must do the appropriate civil works for the command
center according to the standard layout of Command Center Types
specified in this TOR.

7. The Bidder must have at least two (2) Certified Data Centre Professionals
(CDCP) and one (1) Certified Data Centre Specialist (CDCS) who have
relevant experience in the implementation of this Data/Command Centers
and must have been employed by the prospective bidder as full-time
regular employees for at least two (2) years.

8. The bidder must be duly established in the Philippines with at least twenty
(20) years’ experiences in the supply, delivery, and installation of ICT
equipment.

9. The bidder must submit a list of project deployment for Structured


Cabling, Network & Security, and Data/Command Center projects. The
bidder must attach proof of transaction such as copy of purchase order
and/or contract.

10. The bidder should have a dedicated project management office to assure
smooth implementation of the project: composed of at least two (2)
certified Project Management Professionals (PMP) with at least three (2)
years of experience in project management. All PMPs in the project
management office must be full time regular employees of the bidder with
a minimum tenure of three (3) years. Ouring the implementation of the
project a project manager shall be appointed as the single point of contact
by the bidder to oversee the project and shall be required to attend all site
meetings, project meetings and project status report meetings.

11. The bidder’s Project Managers shall submit a certificate of employment,


CVs and a copy of a valid PMP certificate and Proof of employment
indicating the year of tenure with the bidder such as but not limited to
SSS, PAG-IBIG or Income Tax Returns.

12. The bidder must submit detailed work plan specifying design, installation
detailed activities, connectivity diagram and implementation that must be
approved by PNP ITMS.

13. The Bidder must provide copy of ISO:9001 Certificate of their Cable
Manufacturer.

14. The bidder/supplier must be the authorized distributor/representative of


the manufacturer with local qualified and trained maintenance personnel
in the Philippines supported by a certification from the Original Equipment
Manufacturer (OEM).

15. The bidder/supplier must have at least three (3) local personnel qualified
and trained to install, repair and maintain the equipment and systems
supported by training certificate from the manufacturer.
16. Five (5) sets of service manuals per site for the procured Command
Center equipment and system consist of:
a. Detailed technical manual for each type of equipment containing
functional diagrams and description;
b. Installation Procedure;
c. Commissioning Procedures;
d. Operation Procedure; and
e. Troubleshooting and Maintenance Procedures.

17. Any other documents not specifically mentioned above but required for
satisfactory implementation, operation and maintenance of the system.

IX. TERMS AND CONDITIONS

Site-survey, system design, detailed engineering, manufacture/procurement


and supply of all related goods and providing all related services including delivery,
furnishing of materials, parts, labor, tool, equipment system, test instruments,
apparatus, all software permits/licenses, and provision of other engineering services,
assembly, installation, calibration, optimization, integration of equipment and
software, testing, commissioning, test run, documentation, warranty, training,
complete in all respect for implementation and completion of the project:

“Procurement of Equipment for the (Supply, Delivery, Design, Installation,


Programming, Testing, Commissioning and Training, for the Standard Command
Centers”.

1. The supplier shall be responsible in the Ordering, Shipping, Insurance,


Customs’ Clearance, release, transportation and delivery to site of all
equipmenVsystem necessary for the project.

2. The supplier is responsible for site survey, site preparation, cable routes,
coverage, engineering, electrical works, civil works, rough-in works,
grounding and lightning protection system and all other installation
necessary for the completion of the project in coordination with the
Philippine National Police.

3. The supplier shall undertake the supply and delivery, design, installation,
programming, testing and commissioning of all system components.

4. The supplier shall provide the results of network cable testing.

5. The supplier shall provide all installation tools, accessories, special tools,
parts, etc. as required for the successful completion of the project. Supplier
shall include all installation materials required for proper installation of the
equipment. These shall include, but not limited to, all connectors, inter-bay
and inter-equipment cables, power supply cables and provide all installation
tools, accessories, special connectors, power distribution boxes, anchoring
bolts, nuts, screws, washers, main distribution frames, junction boxes etc.
6. All other cables shall be routed through-wall openings, trenched etc. and
shall be properly sealed to prevent intrusion of rodents, insects and foreign
materials.

7. The supplier shall provide planning, set-up, installation and configuration of


the system.

8. The supplier does not in any way limit its work to the listed work but to the
extent of completion, commissioning and acceptance of the project.

9. The supplier shall perform other related work/s and provide other material,
equipment or systems not listed in the project but is necessary for the
completion and commissioning of the project.

10.The supplier shall submit the System Software License, Documentations,


System Maintenance Manuals, as-Built-Plans, detail drawings including
panel and cabinet layouts, equipment interconnection diagrams, equipment
and material list, manufacturers, descriptive and technical
literature/catalogue/brochures and installation instructions and warranties.

11.It shall be the responsibility of the winning bidder/supplier to incorporate any


incidental expenses deemed necessary during the conduct of functional test
and evaluation prior to final acceptance.

12.During the conduct of functional testing, 10% of the total number of


command centers per type (Type A, Type B and Type C) will be randomly
selected to undergo visual inspection, functionality and operational testing,
and other parameters listed in the procedures during the conduct of
functional test and evaluation.

13.For those sites that were not inspected by the testing team, the
corresponding end-users shall be responsible for the inspection of the
completeness of the installed system and functionality with the same
parameters used by the testing team from the NHQ PNP. A certification of
the inspection and test results must be provided by the corresponding end-
users for submission to PCC-DO.

X. GENERAL NOTES

The supplier must have full knowledge of the project, work and site condition,
and have reviewed the true intent of the project and bid documents, and thus the
availability of the labor, works, specialties of the system, systems, parts and other
materials need to complete and commission the requirements of this TOR.
XI. OTHER SERVICES:

The supplier shall perform such additional works as may be requested by the
PNP related to the Scope of Work under such terms and conditions to be mutually
agreed upon by both parties.

XII. TESTING AND COMMISSIONING

1. The test and evaluation shall be in accordance with PNP Memorandum


Circular 2016-079 (Guidelines in the Conduct of Test for PNP Various
Equipment/Devices).

2. Commissioning and functional testing of the system shall be undertaken


after all the equipment has been installed, tested and evaluated including
calibration, technical adjustment and alignment as may deemed
necessary.

XIII. INSPECTION

PNP Regional Committee on Inspection and Acceptance (CIA) shall inspect


all components due for implementation to validate the products offered as against the
delivered materials.

XIV. TRAINING

1. The winning bidder/supplier shall provide training to five (5) PNP


personnel assigned at each Command Center identified in this TOR on
operational procedure, troubleshooting, repair and maintenance of the
equipment;

2. Program of Instruction (POI) shall be provided by the winning


bidder/supplier;

3. All expenses related to the training shall be shouldered by the winning


bidder/supplier; and

4. Training certificate shall be issued to all participants.

XV. DELIVERY AND COMPLETION PERIOD

Project delivery and completion including testing and commissioning shall be


within one hundred eighty (180) calendar days after issuance of Notice to Proceed
(NTP).
XVI. WARRANTY/GUARANTEE

1. It is understood that all employee’s or labor claims shall be for the


exclusive account of the supplier.

2. The supplier guarantees that the supplies and services rendered shall turn
out properly in conformity with good engineering practices and in
accordance with the manufacturers manual procedures. The supplier
guarantees that the standard Command Centers equipment shall work in
conformity and adaptability to the present technological advancement and
must make available its technical expertise and support within the warranty
period at no cost to the PNP.

3. The supplier shall repair, correct, or replace any defect of any nature that
may occur for a period of three (3) years from the date of Acceptance.

4. During the warranty period, the supplier shall provide the following:

a Online/Telephone Technical Support Service - PNP technical personnel


to refer/consult through online platform/telephone call concerning
malfunction encountered on the system and provide immediate solution
to the problem.

b. On-Site Technical Support - The supplier upon receipt of


service/trouble call shall provide on-site technical support within 24
hours upon notification. While undergoing repair, a service unit must be
provided to ensure uninterrupted system operation.

c. Personnel capable of troubleshooting and maintaining the system


including the required tools, maintenance spares, hardware, software,
materials, etc. for the rectification of any problem.

5. The warranty period shall start upon the final inspection and acceptance of
the whole project.

6. Warranty Certificate from the Manufacturer ensuring that the equipment to


be supplied are all original and brand new.

7. The contractor shall configure the system in any case of system error and
repair or replace any defect of any nature that may occur for within the
warranty period from the date of certificate of acceptance.

8. All equipment shall be allowed to be repaired at a maximum of three (3)


times within the warranty period or it will be replaced by a brand new one.
Prepared by:

Technical Working Group for the Procurement of ICT System and


Equipment of NCRPO Command Centers

PLTCOL ROMEO S PANAL


ROD/Head,TWG

PLTCOL ROBIN D RIVERA PLTCOL CHRISTIAN B TARUN


RITMD/Asst. Head TWG RITO/Member TWG

PLTCOL NORMAN B ADRIANO PLTCOL LEE FRED PASCUAL


REU/Member TWG RCEU/Member TWG

PMAJ VICTOR ARVIN T OSCARES PMAJ ANA LOURENCE SIMBAJON


RTOIC/Member TWG RCD/Member TWG

PMAJ JOSEPH Y ARANDA PMAJ JOSEPH F ROBLES


EPD/Head TWG EPD/Asst. Head

PLTCOL JOSEPH LEJOE C CAMPOS PMAJ KRISTO JOHN L RAMIREZ


EPD/Member TWG EPD/Member TWG

PMAJ AARON R ELAGO PLT ERIBERTO F AVILA JR


SPD/Head TWG SPD/Asst. Head TWG

PLTCOL MINERVA C JUNDOS PLTCOL RICHARD E MEPANIA


SPD/Member TWG QCPD/ Head TWG

PLT ROBERTO S RAMIREZ PLTCOL CAROLINA I SAN PEDRO


QCPD/Asst. Head QCPD/Member TWG

PLTCOL MARK JULIO U ABONG


QCPD/Member TWG

You might also like