Post on 28-Oct-2019
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
BIDDING DOCUMENTS
FOR
JCPV PHASE 2 MARINE ENGINEERING UPGRADE
(PS-37) PROJECT
Republika ng Pilipinas Republic of the Philippines
Kagawaran ng Tanggulang Pambansa Department of National Defense
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN-
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
1
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
TABLE OF CONTENTS
Section I. Invitation to Bid .................................................................... 2
Section II. Instructions to Bidders ........................................................ 5
Section III. Bid Data Sheet .................................................................... 33
Section IV. General Conditions of Contract ........................................ 43
Section V. Special Conditions of Contract ......................................... 58
Section VI. Schedule of Requirements ................................................ 71
Section VII. Technical Specifications .................................................... 73
Section VIII. Bid Forms .......................................................................... 139
Section IX. Test and Acceptance Procedures…………………….......249
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section I. Invitation to Bid
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
2
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
C
APT
MA
C R
AU
L B
RA
CA
CH
O P
N(G
SC)
COM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Section I. Invitation to Bid
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section I. Invitation to Bid
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
3
C
DR
LEO
RA
MO
N B
MIA
DO
PN
(MN
SA)
CAPT
MA
C R
AU
L B
RA
CAC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
INVITATION TO BID FOR
JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT
1. The Department of National Defense and Armed Forces of the Philippines
(DND/AFP), through the AFP Modernization Act Trust Fund intends to apply the sum of TWO HUNDRED FORTY-NINE MILLION SIX HUNDRED SEVENTY-ONE THOUSAND PESOS (Php 249,671,000.00) being the Approved Budget for the Contract (ABC) to payment under the contract for the JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The DND and AFP now invites bids for the JCPV PHASE 2 MARINE
ENGINEERING UPGRADE (PS-37) PROJECT. Delivery of the Goods is required within Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed. Bidders should have a similar contract completed within five (5) years from the date of submission and opening of bid envelopes, whose value is at least 50% of the ABC or at least two (2) similar completed contracts whose aggregate contract amounts should be equivalent to at least 50% of the ABC. Provided, however, that the value of the largest of these similar completed contracts must be equivalent to at least 25% of the ABC. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Revised Implementing Rules and Regulations (Revised IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.
Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided in the Revised IRR of RA 9184.
4. Interested Bidders may obtain further information from DND-BAC Secretariat and inspect the Bidding Documents at the address given below from 8:00 a.m. to 5:00 p.m. Monday to Friday excluding holidays.
A complete set of Bidding Documents may be purchased by interested Bidders on _______________ from the address below and upon payment of a non-refundable fee for Bidding Documents in the amount of FIFTY THOUSAND PESOS (Php 50,000.00) in cash to the designated Collecting Officer of the DND BAC Secretariat.
Republika ng Pilipinas Republic of the Philippines
Kagawaran ng Tanggulang Pambansa Department of National Defense
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section I. Invitation to Bid
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
4
C
DR
LEO
RA
MO
N B
MIA
DO
PN
(MN
SA)
CAPT
MA
C R
AU
L B
RA
CAC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
The bidding documents may be downloaded free of charge from the website of
the Philippine Government Electronic Procurement System (PhilGEPS). However, only Bidders that have paid the non-refundable fee for the Bidding Documents not later than the submission of their bids are qualified to participate in the bidding.
5. The DND Bids and Awards Committee will hold a Pre-Bid Conference on
________________ 10:00 A.M. at the DND-BAC Conference Room, Basement Right Wing DND Building, Camp General Emilio Aguinaldo, Quezon City, which shall be opened to all interested parties.
6. Bids must be delivered to the address indicated below on or before 10:00 A. M.,
_____________. All Bids must be accompanied by a Bid Security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bid opening shall be on _______________________, 10:00 A. M., at the DND-BAC Conference Room, Basement Right Wing DND Building, Camp General Emilio Aguinaldo, Quezon City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address indicated below. Late Bids shall not be accepted.
7. The DND BAC reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award without thereby incurring any liability to the affected bidder or bidders.
8. For further information, please refer or address to:
Office of the DND Bids and Awards Committee Basement, Right Wing, DND Building Camp General Emilio Aguinaldo, Quezon City Tel Nr / Fax Nr: (632) 421-3531/982-5626 Website: www.dnd.gov.ph
(Sgd) USEC RICARDO A. DAVID, JR. Chairperson, DND BAC
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
5
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
Section II. Instructions to Bidders
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
6
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
TABLE OF CONTENTS A. GENERAL ...................................................................................................................... 8
1. Scope of Bid .......................................................................................................... 8
2. Source of Funds ..................................................................................................... 8
3. Corrupt, Fraudulent, Collusive, and Coercive Practices ......................................... 8
4. Conflict of Interest .................................................................................................. 9
5. Eligible Bidders .................................................................................................... 11
6. Bidder’s Responsibilities ...................................................................................... 12
7. Origin of Goods .................................................................................................... 14
8. Subcontracts ........................................................................................................ 14
B. CONTENTS OF BIDDING DOCUMENTS .................................................................... 14
9. Pre-Bid Conference.............................................................................................. 14
10. Clarification and Amendment of Bidding Documents ............................................ 15
C. PREPARATION OF BIDS ............................................................................................. 15
11. Language of Bid ................................................................................................... 15
12. Documents Comprising the Bid: Eligibility and Technical Components ................ 15
13. Documents Comprising the Bid: Financial Component ......................................... 17
14. Alternative Bids .................................................................................................... 18
15. Bid Prices ............................................................................................................. 18
16. Bid Currencies ..................................................................................................... 19
17. Bid Validity ........................................................................................................... 20
18. Bid Security .......................................................................................................... 20
19. Format and Signing of Bid .................................................................................... 22
20. Sealing and Marking of Bids ................................................................................. 23
D. SUBMISSION AND OPENING OF BIDS ...................................................................... 23
21. Deadline for Submission of Bids........................................................................... 23
22. Late Bids .............................................................................................................. 23
23. Modification and Withdrawal of Bids ..................................................................... 24
24. Opening and Preliminary Examination of Bids...................................................... 24
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
7
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
E. EVALUATION AND COMPARISON OF BIDS .............................................................. 25
25. Process to be Confidential ................................................................................... 25
26. Clarification of Bids .............................................................................................. 26
27. Domestic Preference ............................................................................................ 26
28. Detailed Evaluation and Comparison of Bids ....................................................... 27
29. Post-Qualification ................................................................................................. 28
30. Reservation Clause .............................................................................................. 29
F. AWARD OF CONTRACT .............................................................................................. 30
31. Contract Award .................................................................................................... 30
32. Signing of the Contract ......................................................................................... 30
33. Performance Security ........................................................................................... 31
34. Notice to Proceed ................................................................................................ 32
35. Protest Mechanism ............................................................................................. 33
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 8
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
A. General
1. Scope of Bid
1.1. The procuring entity named in the BDS (hereinafter referred to as the “Procuring Entity”) wishes to receive bids for supply and delivery of the goods as described in Section VII, Technical Specifications (hereinafter referred to as the “Goods”).
1.2. The name, identification, and number of lots specific to this bidding are provided in the BDS. The contracting strategy and basis of evaluation of lots is described in ITB Clause 28.
2. Source of Funds
The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the contract.
3. Corrupt, Fraudulent, Collusive, and Coercive Practices
3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the bidders and suppliers shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Procuring Entity:
(a) defines, for purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in RA 3019.
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.
(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 9
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or
(bb) acts intended to materially impede the exercise of
the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.
3.2. Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 3.
4. Conflict of Interest
4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) below and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (f) below:
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 10
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(a) A Bidder has controlling shareholders in common with another
Bidder;
(b) A Bidder receives or has received any direct or indirect subsidy from any other Bidder;
(c) A Bidder has the same legal representative as that of another Bidder for purposes of this bid;
(d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project;
(e) A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; or
(f) A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid.
4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. On the part of the Bidder, this Clause shall apply to the following persons:
(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;
(b) If the Bidder is a partnership, to all its officers and members;
(c) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders; and
(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate.
Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 11
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
5. Eligible Bidders
5.1. Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;
(c) Corporations duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;
(d) Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; and
(e) Unless otherwise provided in the BDS, persons/entities forming themselves into a JV, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent(60%).
5.2. Foreign bidders may be eligible to participate when any of the following circumstances exist, as specified in the BDS:
(a) When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate;
(b) Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines;
(c) When the Goods sought to be procured are not available from local suppliers; or
(d) When there is a need to prevent situations that defeat competition or restrain trade.
5.3. Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity.
5.4. Unless otherwise provided in the BDS, the Bidder must have completed at least one contract similar to the Project the value of which, adjusted to current prices using the National Statistics Office consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 12
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12.1(a)(v).
5.5. Unless otherwise provided in the BDS, the Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a committed Line of Credit (CLC) from a Universal or Commercial Bank extended in its favor, in lieu of NFCC computation.
The NFCC, computed using following formula, must at least equal to the ABC to be bid:
NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project.
The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR.
On the other hand, for purposes of computing foreign bidder’s NFCC, the value of the current assets and current liabilities shall be based on their Audited Financial Statements in accordance with International Financial Reporting Standards.
The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank.
6. Bidder’s Responsibilities
6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII. Bidding Forms as required in ITB Clause 12.1(b)(iii).
6.2. The Bidder is responsible for the following:
(a) Having taken steps to carefully examine all of the Bidding Documents;
(b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract;
(c) Having made an estimate of the facilities available and needed for the contract to be bid, if any;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 13
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(d) Having complied with its responsibility to inquire or secure
Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3.
(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;
(f) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
(g) Authorizing the Head of the Procuring Entity or its duly authorized representative/s to verify all the documents submitted;
(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;
(i) Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019; and
(j) Complying with existing labor laws and standards, in the case of procurement of services.
Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned.
6.3. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents.
6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project.
6.5. The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity.
6.6. The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 14
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
6.7. Before submitting their bids, the Bidder is deemed to have become
familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect this Project in any way.
6.8. The Bidder should note that the Procuring Entity will accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.
7. Origin of Goods
Unless otherwise indicated in the BDS, there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.
8. Subcontracts
8.1. The Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract of this Project.
8.2. Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS. In the event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of the Goods shall be disallowed.
8.3. The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.
B. Contents of Bidding Documents
9. Pre-Bid Conference
9.1. A pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidders’ questions on the technical and financial components of this Project.
9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents discussed during the pre-bid conference.
9.3. Any statement made at the pre-bid conference shall not modify the terms of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 15
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
10. Clarification and Amendment of Bidding Documents
10.1. Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation. Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of bids.
10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of bids. Any modification to the Bidding Documents shall be identified as an amendment.
10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23.
C. Preparation of Bids 11. Language of Bid
The bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the PROCURING ENTITY, shall be written in English. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Said certification of appropriate transaction must accompany the eligibility requirements under class “A” and “B” Documents if they are in foreign language in which case the English translation shall govern, for purposes of interpretation of the bid.
12. Documents Comprising the Bid: Eligibility and Technical Components
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents:
(a) Eligibility Documents –
Class “A” Documents:
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 16
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(i) Registration certificate from the Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI), or Cooperative Development Authority (CDA), or any proof of such registration as stated in the BDS;
(ii) Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;
(iii) Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.
(iv) PhilGEPS Certificate of Registration and Membership;
(v) Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following: 1) name of the contract; 2) date of the contract; 3) kinds of Goods; and 4) amount of contract and value of outstanding
contracts.
(vi) Statement of at least one (1) similar contract completed within the last five (5) years from the date of submission and opening of bid envelopes, whose value is at least50% of the ABC or at least two (2) similar completed contracts whose aggregate contract amounts should be equivalent to at least 50% of the ABC. Provided, however, that the value of the largest of these similar completed contracts must be equivalent to at least 25% of the ABC.
(vii) Audited financial statements, stamped “Received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission. For foreign bidders, the audited financial statements shall be in accordance with the International Financial Reporting Standards.
(viii) NFCC computation or committed Line of Credit in accordance with ITB Clause 5.5.
Class “B” Document:
(ix) If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. Each of the joint venture partners must ensure that the signatory to the JVA is the duly authorized representative of the JV
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 17
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
partner, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the same in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if it is a corporation, partnership, cooperative, or joint venture.
(b) Technical Documents –
(ix) Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of:
1) an affidavit of Bid Securing Declaration or;
2) cash or cashier’s check; or
3) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or
4) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments;
(x) Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents; and
(xi) Sworn statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.
13. Documents Comprising the Bid: Financial Component
13.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain the following:
(a) Financial Bid Form, which includes bid prices and the bill of quantities and the applicable Price Schedules, in accordance with ITB Clauses 15.1 and 15.4;
(b) If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification from the DTI, SEC, or CDA issued in accordance with ITB Clause 27, unless otherwise provided in the BDS; and
(c) Any other document related to the financial component of the bid as stated in the BDS.
13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall not be accepted.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 18
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(b) Bidding Documents are obtainable free of charge on a freely
accessible website. If payment of Bidding Documents is required by the procuring entity, payment could be made upon the submission of bids.
14. Alternative Bids
Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.
15. Bid Prices
15.1. The Bidder shall complete the appropriate Price Schedules included herein, stating the unit prices, total price per item, the total amount and the expected countries of origin of the Goods to be supplied under this Project.
15.2. The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Bill of Quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Government.
15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered at Place (DAP), and other trade terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris.
15.4. Prices indicated on the Price Schedule shall be entered separately in the following manner:
(a) For Goods offered from within the Procuring Entity’s country:
(i) The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable:
1) on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory; or
2) on the previously imported Goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf and any Procuring Entity country sales and
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 19
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
other taxes which will be payable on the Goods if the contract is awarded.
(ii) The price for inland transportation, insurance, and other local costs incidental to delivery of the Goods to their final destination.
(iii) The price of other (incidental) services, if any, listed in the BDS.
(b) For Goods offered from abroad:
(i) The price of the Goods shall be quoted DAP with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country.
(ii) The price of other (incidental) services, if any, listed in the BDS.
15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation or price escalation on any account. A bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 24.
15.6 All bid prices shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances. Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the Procuring Entity. Nevertheless, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances, regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.
16. Bid Currencies
16.1. Prices shall be quoted in the following currencies:
(a) For Goods that the Bidder will supply from within the Philippines, the prices shall be quoted in Philippine Pesos.
(b) For Goods that the Bidder will supply from outside the Philippines, the prices may be quoted in Philippine currency or other foreign currency(ies). However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 20
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates.
16.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.
17. Bid Validity
17.1. Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids.
17.2. In exceptional circumstances, prior to the expiration of the Bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.
18. Bid Security
18.1. The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:
Form of Bid Security
Amount of Bid Security (Equal to
Percentage of the ABC)
(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.
Two percent (2%)
(b) Irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.
(c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.
Five percent (5%)
(d) Any combination of the foregoing. Proportionate to share of form with respect to total amount of
security (e) Or an Affidavit of Bid Securing Declaration
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 21
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
18.2. In lieu of a bid security mentioned in Section 27.2 of the Revised IRR of
RA9184, the bidder may submit a Bid Securing Declaration that is an undertaking which states, among others, that the bidder shall enter into contract with the procuring entity and furnish the required performance security within ten (10) calendar days, or less, as indicated in the Bidding Documents, from receipt of the Notice of Award, and committing to pay the corresponding fine and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as required in the guidelines issued by the GPPB.(GPPB Resolution 25-2013, dated 30 August 2013)
18.3. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.
18.4. No bid securities shall be returned to bidders after the opening of bids and before contract signing, except to those that failed or declared as post-disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity period indicated in the BDS.
18.5. Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidder’s bid security will be discharged, but in no case later than the bid security validity period as indicated in the BDS.
18.6. The bid security may be forfeited:
(a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in ITB Clause 17;
(ii) does not accept the correction of errors pursuant to ITB Clause 28.3(b);
(iii) fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause 29.2;
(iv) submission of eligibility requirements containing false information or falsified documents;
(v) submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;
(vi) allowing the use of one’s name, or using the name of another for purposes of public bidding;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 22
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(vii) withdrawal of a bid, or refusal to accept an award, or enter
into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;
(viii) refusal or failure to post the required performance security within the prescribed time;
(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;
(x) any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;
(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or
(xii) all other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.
(xiii) any other reason stated in the BDS.
(b) if the successful Bidder:
(i) fails to sign the contract in accordance with ITB Clause 32; or
(ii) failsto furnish performance security in accordance with ITB Clause 33.
(iii) any other reason stated in the BDS.
19. Format and Signing of Bids
19.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VIII. Bidding Forms on or before the deadline specified in the ITB Clauses 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid, including the eligibility requirements under ITB Clause 12.1, and the second shall contain the financial component of the bid.
19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled-in with the information requested.
19.3. The Bidder shall prepare and submit a number of sets of the first and second envelopes as described in ITB Clauses 12 and 13. In the event of any discrepancy between the original and the copies, the original shall prevail.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 23
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
20. Sealing and Marking of Bids (For Committee appreciation)
20.1. Unless otherwise indicated in the BDS, Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.
20.2. Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ___”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.
20.3. The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative/s.
20.4. All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the Bidder in capital letters;
(c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause 1.1;
(d) bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 21.
20.5. If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.
D. Submission and Opening of Bids 21. Deadline for Submission of Bids
Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS.
22. Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not be accepted by the Procuring Entity.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 24
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
23. Modification and Withdrawal of Bids
23.1. The Bidder may modify its bid after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.
23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids.
23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.
23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.
24. Opening and Preliminary Examination of Bids
24.1. The BAC shall open the first bid envelopes of Bidders in public as specified in the BDS to determine each Bidder’s compliance with the documents prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.
24.2. Immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 25
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.
24.3. Letters of withdrawal shall be read out and recorded during bid opening, and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the bid shall be returned unopened by registered mail. The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids, provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal, subject to appropriate administrative sanctions.
24.4. In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class “A” Documents described in ITB Clause 12.1(a) may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned, and if there is no equivalent, a certificate of no equivalent would suffice.
24.5. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12.1(a)(i),12.1(a)(ii),and 12.1(a)(iii). Submission of other documents required under ITB Clauses by any of the joint venture partners constitutes compliance.
24.6. A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at the time of bid opening, upon verbal notification, within which to file a request or motion for reconsideration with the BAC: Provided, however, that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a motion for reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the motion for reconsideration or protest has been resolved.
24.7. The Procuring Entity shall prepare the minutes of the proceedings of the Bid opening that shall include, as a minimum: (a) names of Bidders, their bid price, bid security, findings of preliminary examination; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read and the observers may witness the same.
E. Evaluation and Comparison of Bids
25. Process to be Confidential
25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the BDS.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 26
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring
Entity’s decision in respect of bid evaluation, bid comparison or contract award will result in the rejection of the Bidder’s bid.
26. Clarification of Bids
To assist in the evaluation, comparison, and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.
27. Domestic Preference
27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following:
(a) The preference shall be applied when (i) the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder, or (ii) the lowest bid offered by a non-Philippine national is lower than the lowest bid offered by a Domestic Entity.
(b) For evaluation purposes, the lowest Foreign Bid or the bid offered by a non-Philippine national shall be increased by fifteen percent (15%).
(c) In the event that (i) the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid offered by a non-Philippine national as increased, then the Procuring Entity shall award the contract to the Domestic Bidder/Entity at the amount of the lowest Foreign Bid or the bid offered by a non-Philippine national, as the case may be.
(d) If the Domestic Entity/Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non-Philippine national within two (2) calendar days from receipt of written advice from the BAC, the Procuring Entity shall award to the bidder offering the Foreign Bid or the non-Philippine national, as the case may be, subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.
27.2. A Bidder may be granted preference as a Domestic Entity subject to the certification from the DTI (in case of sole proprietorships), SEC (in case of partnerships and corporations), or CDA (in case of cooperatives) that the (a) sole proprietor is a citizen of the Philippines or the partnership, corporation, cooperative, or association is duly organized under the laws of the Philippines with at least seventy five percent (75%) of its interest or outstanding capital stock belonging to citizens of the Philippines, (b) habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid, and (c) the business has been in existence for at least five (5) consecutive years prior to the advertisement and/or posting of the Invitation to Bid for this Project.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 27
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
27.3. A Bidder may be granted preference as a Domestic Bidder subject to the
certification from the DTI that the Bidder is offering unmanufactured articles, materials or supplies of the growth or production of the Philippines, or manufactured articles, materials, or supplies manufactured or to be manufactured in the Philippines substantially from articles, materials, or supplies of the growth, production, or manufacture, as the case may be, of the Philippines.
28. Detailed Evaluation and Comparison of Bids
28.1. The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids, pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.
28.2. The Lowest Calculated Bid shall be determined in two steps:
(a) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and
(b) The ranking of the total bid prices as so calculated from the lowest to the highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.
28.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criterion. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids:
(a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Procuring Entity; and
(b) Arithmetical corrections. Consider computational errors and omissions to enable proper comparison of all eligible bids. It may also consider bid modifications, if allowed in the BDS. Any adjustment shall be calculated in monetary terms to determine the calculated prices.
28.4. Based on the detailed evaluation of bids, those that comply with the above-mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 28
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
28.5. Unless otherwise indicated in the BDS, the Procuring Entity’s evaluation
of bids shall only be based on the bid price quoted in the Financial Bid Form.
28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.
29. Post-Qualification
29.1. The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.
29.2. Within a non-extendible period of five (5) calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB, the Bidder shall submit the following documentary requirements:
(a) Latest income and business tax returns filed through EFPS;
(b) Certificate of PhilGEPS Registration; and
(c) Other appropriate licenses and permits required by law and stated in the BDS.
Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award.
29.3. The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.
29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower.
29.5. A negative determination shall result in rejection of the Bidder’s Bid, in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated Responsive Bid is determined for contract award.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 29
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
29.6. Within a period not exceeding seven (7) calendar days from the date of
receipt of the recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the said recommendation.
30. Reservation Clause
30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder, or that there has been a change in the Bidder’s capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.
30.2. Based on the following grounds, the Procuring Entity reserves the right to reject any and all bids, declare a failure of bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding:
(a) If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity, or between the BAC and any of the Bidders, or if the collusion is between or among the bidders themselves, or between a Bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition;
(b) If the Procuring Entity’s BAC is found to have failed in following the prescribed bidding procedures; or
(c) For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the Government as follows:
(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the procuring entity;
(ii) If the project is no longer necessary as determined by the head of the procuring entity; and
(iii) If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.
30.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:
(a) No bids are received;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 30
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(b) All prospective Bidders are declared ineligible;
(c) All bids fail to comply with all the bid requirements or fail post-qualification; or
(d) The Bidder with the Lowest Calculated Responsive Bid (LCRB) refuses, without justifiable cause to accept the award of contract, and no award is made.
F. Award of Contract
31. ContractAward
31.1. Subject to ITB Clause 29, the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the Lowest Calculated Responsive Bid (LCRB).
31.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity.
31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions:
(a) Submission of the valid JVA, if applicable, within ten (10) calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB;
(b) Posting of the performance security in accordance with ITB Clause 33;
(c) Signing of the contract as provided in ITB Clause 32; and
(d) Approval by higher authority, if required.
31.4. At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirements.
32. Signing of the Contract
32.1. At the same time as the Procuring Entity notifies the successful Bidder that its bid has been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.
32.2. Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security and sign and date the contract and return it to the Procuring Entity.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 31
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
32.3. The Procuring Entity shall enter into contract with the successful Bidder
within the same ten (10) calendar day period provided that all the documentary requirements are complied with.
32.4. The following documents shall form part of the contract:
(a) Contract Agreement;
(b) Bidding Documents;
(c) Supplemental Bid Bulletins;
(d) BAC Resolutions;
(e) Abstract of Bids;
(f) Eligibility Requirements;
(g) Winning bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted;
(h) Performance Security;
(i) Notice of Award;
(j) Notice to Proceed; and
(k) Other contract documents that may be required by existing laws and/or specified in the BDS.
32.5 In case of conflict among the above-mentioned documents, the original bidding documents shall prevail.
33. Performance Security
33.1. To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract.
33.2. The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule:
Form of Performance Security Amount of Performance Security
(Equal to Percentage of the Total Contract Price)
(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank or
Five percent (5%)
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section II. Instructions to Bidders
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 32
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(b) Irrevocable letter of credit
issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank; or
(c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or
Thirty percent (30%)
(d) Any combination of the foregoing.
Proportionate to share of form with respect to total amount of
security
33.3. Failure of the successful Bidder to comply with the requirement of ITB Clauses 32.2 or 33.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the Lowest Calculated Responsive Bid is identified and selected for contract award. However, if no Bidder passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement.
34. Notice to Proceed
34.1 Within three (3) calendar days from the date of approval of the contract by the appropriate government approving authority, the Procuring Entity shall issue its Notice to Proceed to the Bidder.
34.2 Unless otherwise specified in the BDS, the contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity, which date shall not be later than seven (7) calendar days from the issuance of the Notice to Proceed.
34.3 Failure of the supplier/bidder to acknowledge receipt of the NTP within seven (7) calendar days from issuance shall be considered as implied acceptance or, at the option of the Procuring Entity, shall constitute sufficient ground for the rescission of the contract and forfeiture of the bid security. In addition, the defaulting supplier/bidder shall be blacklisted in accordance with Appendix 11 of the RIRR of RA 9184 (Uniform Guidelines for Blacklisting of Manufacturers, Suppliers, Distributors, Contractors and Consultants).
35. Protest Mechanism
Decision of the Procuring Entity at any stage of the procurement process may be questioned in accordance with Section 55 of the revised Implementing Rules and Regulations of Republic Act 9184.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 33
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
Section III. Bid Data Sheet
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 34
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is DEPARTMENT OF NATIONAL DEFENSE(DND)
1.2
The lot and reference is: Project Title: JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT.
2
The Funding Source is: The Government of the Philippines (GOP) through AFP Modernization Act Trust Fund in the amount of TWO HUNDRED FORTY- NINE MILLION SIX HUNDRED SEVENTY-ONE THOUSAND PESOS (Php 249,671,000.00), Philippine currency. The name of the Project is: JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT.
5.4
The Bidder must submit a statement of single similar contract completed within the last five (5) years from the date of submission and opening of bid envelopes, whose value is at least 50% of the ABC or at least two (2) similar completed contracts whose aggregate contract amounts should be equivalent to at least 50% of the ABC. Provided, however, that the value of the largest of these similar completed contracts must be equivalent to at least 25% of the ABC. For this purpose, similar contracts shall refer to either of the following activities applicable to Steel Hull Vessels: Drydocking and Structural Repair; Machinery, Propulsion and/or Electrical Repairs; and Shipbuilding.
8.1
Subcontract by the Supplier with the Original Equipment Manufacturer (OEM) authorized service providers for the overhauling, repair and maintenance of machineries and equipment outside the specialty and competence of the Supplier, particularly those specified in the Technical Specifications can only be allowed subject to certification of approval of the Procuring Entity. Prior the issuance certificate of approval, the supplier and subcontractor shall jointly submit the eligibility requirements of the subcontractor as stated in Clause 8.2 below, as one of the bases in the issuance of certificate of approval, to the Procuring Entity. The PN Authorized Representative (PMT for this project), through the designated AFP Contracting Office, may coordinate directly with the subcontractors in case of noticed defects of contracted works under warranty in order to expedite the repair. The subcontractor with or without coordination to the Supplier shall immediately correct the defects within fifteen (15) days upon receipt of notice from the PN Authorized Representative, through the designated AFP Contracting Office, without cost to the Procuring Entity in accordance to the warranty provisions of this contract.
Prior to the granting of the certification of approval by the Procuring Entity and subsequent conduct of works, the Supplier and the Subcontractor should submit to the Procuring Entity through the designated AFP Contracting Office, the following:
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 35
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
8.2
1. Department of Trade and Industry (DTI) business name certification for sole proprietorship and/or certification from the Security and Exchange Commission (SEC) for corporation;
2. Mayors Permit issued by the city/municipality where place of business of bidder is located;
3. Tax clearance per Executive Order 398 Series of 2005, as finally reviewed and approved by the BIR
4. Proof that the proposed subcontractor is an OEM authorized service provider;
For foreign subcontractors who are themselves OEM, the required documents are stipulated in Clause 12.1(a, b and c) below, and additional requirements under item 4 in clause 8.2 above for authorized service providers by the OEM.
9.1
The Procuring Entity will hold a Pre-Bid Conference for this Project on:
_____________________at 10:00 A.M. DND-BAC Conference Room Basement, Right Wing, DND Building Camp General Emilio Aguinaldo, Quezon City
10.1
The PROCURING ENTITY’s address is:
DND Bids and Awards Committee Basement, Right Wing, DND Building Camp General Emilio Aguinaldo, Quezon City Tel Nr: 982-5626 Fax Nr: (632)421-3531
Attention: Chairperson, DND Bids and Awards Committee
12
Eligibility Components Ten (10) copies of original, certified true copies/photocopies by the bidder shall be submitted.
Below is the complete list of Eligibility Proposal documents to be submitted properly tabbed as indicated. Please refer to Section VIII for the prescribed sample forms. For foreign bidders, they shall submit their documentary requirements in English. In cases where the documents are written in any other foreign language, an English translation with the certification from the appropriate embassy or consulate in the Philippines should accompany the same in accordance with section 23.2 of the Revised IRR of RA9184. In cases where the documentary requirements prescribed hereunder is not required in the foreign bidder’s country, an appropriate equivalent document shall be presented, or if none, bidder’s certificate of no equivalent’ would suffice. Dfjssfsdlklk Fdgg
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 36
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
12.1 TAB CLASS “A” DOCUMENTS Sample Form
LEGAL DOCUMENTS: (In case of a Joint Venture, each member of the JV shall submit the required Legal Documents (A, B and C as provided below)
A.
Registration Certificate from:
Securities and Exchange Commission, for Corporation/Partnership; or its equivalent. 1
Department of Trade and Industry (DTI), for sole proprietorship; or its equivalent. 2
Cooperative Development Authority, for cooperatives or its equivalent.
B.
Mayor’s Permit or its equivalent issued by the city or municipality where the principal place of business of the prospective bidder is located or the equivalent document for Exclusive Economic Zones or Areas in case of its absence a Certificate of Inexistence to be issued by the prospective bidder.
3
C. Tax clearance per Executive Order 398 Series of 2005, as finally reviewed and approved by the BIR.
D. PhilGEPS Certificate of Registration and Membership;
E. Statement of all ongoing government and private contracts, including contracts awarded but not yet started, if any.
4
F.
Statement of at least one (1) similar contract completed within the last five (5) years from the date of submission and opening of bid envelopes, whose value is at least 50% of the ABC or at least two (2) similar completed contracts whose aggregate contract amounts should be equivalent to at least 50% of the ABC. Provided, however, that the value of the largest of these similar completed contracts must be equivalent to at least 25% of the ABC. In case of Joint Venture Agreement (JVA), either of the partners may submit their Statement of Ongoing Contracts; Provided that, the NFCC computation shall be based on the said statements and the Audited Financial Statements of said partner.
G. Audited financial statements, stamped “Received” by the Bureau of Internal Revenue (BIR) or its duly
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 37
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
TAB CLASS “B” ELIGIBILITY DOCUMENTS Sample Form
I. Valid Joint Venture Agreement (JVA), in case the joint venture is already in existence, or duly notarized statements from all potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful; Failure to enter into a JVA in the event of contract award shall be a ground for the forfeiture of the bid and/or performance security, whichever is applicable. Each of the joint venture partners must ensure that the signatory to the JVA is the duly authorized representative of the JV partner, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the same in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if it is a corporation, partnership, cooperative, or joint venture.
If JVA is not applicable, submit a Statement that JVA is
6
accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission. For foreign bidders, the audited financial statements shall be in accordance with the International Financial Reporting Standards.
H.
Net Financial Contracting Capacity (NFCC) certified by the Corporate Accountant or committed Line of Credit (CLC) issued by a Universal or Commercial Bank in its favor.
NOTE: For purposes of computing domestic bidder’s NFCC, the values of the bidder’s current assets and current liabilities shall be based on the data in the Annual Income Tax Return and accompanying Audited Financial Statements submitted to the Bureau of Internal Revenue (BIR).
On the other hand, for purposes of computing foreign bidder’s NFCC, the value of the current assets and current liabilities shall be based on their submitted Audited Financial Statements in accordance with International Financial Reporting Standards.
The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank.
5
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 38
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
not applicable in lieu of the foregoing.
TAB TECHNICAL PROPOSAL DOCUMENTS Sample Form
J.
Bid Security as to form, amount and validity period stated in ITB Clause 18 of the BDS, using any of the following forms:
• Cash, cashier’s check /manager’s check, bank draft/guarantee confirmed by a Universal or Commercial bank; or
9
• Irrevocable letter of credit issued by a Universal or Commercial Bank confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank; or
9
• Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; or
9
• Affidavit of Bid Securing Declaration 9
K.
1. Statement of Compliance to Technical Specifications.
2. List and brochure of new items of equipment or system indicated under Section 7(Technical Specification) to be supplied as follows: Project Phase 1 - Item 9 (Impressed Current Cathodic Protection-ICCP)
Project Phase2 a. Item 7 FO Purifiers at fwd and aft engine
rooms b. Item 8 Desalinating unit (reverse osmosis) c. Item 10 LO Purifiers d. Item 11 High pressure air compressor with
motor and controller at fwd engine room e. Item 12 High pressure salt water pump with
motor and controller at fwd and aft engine room
f. Item 15 High pressure salt water pump with motor and controller at sewage compartment
g. Item 19 Low pressure air compressor at aft engine room
h. Item 20Calorifier i. Item 26 High pressure air compressor for
divers (COBA charger) j. Item 41 Fire alarm system assembly with
detectors and sensors at all compartments k. Item 43 Flooding alarm system assembly
with float sensors at aft and fwd engine room l. Item 51 Marine type electric range assembly
with oven at galley
7
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 39
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
m. Item 52 Circuit breaker of group starter panel at main switchboard
n. Item 53 Circuit breaker of primary transformer panel at main switchboard
o. Item 54 Galley waste pump and motor assemblies Nr. 1 and 2 with controllers
p. Item 59 Fresh water pump and motors assembly Nr.1 and 2 with controller
q. Item 63 Main engine Pre-lubrication pump and motor assemblies with controllers at fwd and aft engine room
r. Item 65 Main engine pre-heating pump and motor assemblies with controllers at fwd and aft engine rooms
s. Item 67 Port and starboard search light assemblies
t. Item 68 Non-signaling search light assembly u. Item 69 Emergency light assemblies v. Item 71 FO transfer pump assembly with
controller at fwd engine room w. Item 106 RHIB
L.
Project Specific Requirements: 1. Submit any of the following documents:
a. Proof of ownership of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT;
b. Agreement with a shipyard owner that the latter will be the subcontractor for Phase I accompanied by the requirements in ITB Clause 8.2 of the Bid Data Sheet;
c. Undertaking that the supplier will request the Philippine Navy to use the drydocking facility and equipment of Naval Shipyard, Naval Sea Systems Command, Philippine Navy subject to restrictions and payment pursuant to existing policy.
2. Pictures of the Drydocking Facilities.
3. Organizational Chart and list of key personnel and contact numbers. In case of Joint Venture, both parties must submit said requirements.
4. Gantt Chart for the project implementation. This chart should contain the required data and information as per attached form (Section VIII – Bidding Forms)
5. Manpower Deployment Chart. This chart should contain the required data and information as per attached form (Section VIII – Bidding Forms)
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 40
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
6. Certification that the Supplier is capable of
providing tug services to tow the vessel from present position to repair facility.
7. Certificate of shipboard inspection to be issued either only by the Commanding Officer or Engineering Officer of PS37.
8. Joint certification by the Planning Officer of Naval Shipyard and Engineering Officer of PS37 regarding the sample item verification by the prospective bidder on items listed in Tab J above.
M. Omnibus Sworn Statement (Notarized) with corporate Secretary’s Certificate or other appropriate proof of authority.
10
12.1(a)(iv) No further instructions.
13.1
The Financial Proposal Envelope shall contain the following documents.
TAB FINANCIAL PROPOSAL DOCUMENTS Sample Form Nr
A. Price Proposal and Bid Offer; 11
B. Breakdown of Bid Price. 11B
13.2
The ABC isTWO HUNDRED FORTY-NINE MILLION SIX HUNDRED SEVENTY-ONE THOUSAND PESOS (Php 249,671,000.00).Any bid with a financial component exceeding this amount shall not be accepted.
15.4(a)(iii)
Incidental services are those which were provided under Clause 6.2 of Section V (Special Conditions of Contract)
15.4(b)
The price of the goods shall be quoted Delivered At Place (DAP) Naval Sea Systems Command, Fort San Felipe, Cavite City. Customs duties shall be borne by the DND/AFP thru deferred payment. Incidental services are those which were provided under Clause 6.2 of Section V (Special Conditions of Contract)
15.5 Bid Prices shall be fixed. Adjustable price proposal shall be treated as non-responsive and shall be rejected.
16.1(b) All bids and its components shall be quoted in Philippine Pesos.
16.3 Payment shall be made in Philippine Pesos.
17.1
Bids will be valid for one hundred twenty (120) calendar days from the date of the opening of bids.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 41
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
18.1
The bid security shall be in any of the following amount:
Form of Bid Security
Amount of Bid Security (Equal to
Percentage of the ABC)
(a) Cash, or cashier’s/manager’s check issued by a Universal or Commercial Bank; or
(2%) (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank; or (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Philippine Government Insurance Commission as authorized to issue such security; or
(5%)
(d) Any combination of the foregoing. Proportionate to share of form with
respect to total amount of security
(e) Duly notarized Bid Securing Declaration in accordance with Para 27.5 of the Revised IRR of RA9184.
18.2
The bid security shall be valid for a period of one hundred twenty (120) calendar days after the Bid Opening date.
18.6
The following are additional grounds for forfeiture of bid security: 1. Submission of eligibility requirements containing false information or
falsified documents. 2. Submission of bids that contain false information or falsified documents,
or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding.
3. Allowing the use of one’s name, or using the name of another for purposes of public bidding.
4. Withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid.
5. Refusal or failure to post the required performance security within the prescribed time.
6. Refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification.
7. Any documented unsolicited attempt by a bidder to unduly influence the
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Nr: AFPMP-PN- Section III. Bid Data Sheet
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 42
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
outcome of the bidding in his favor.
8. Failure of the potential joint venture partners to enter into the joint venture after the bid is declared as successful.
9. All other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.
20.3 Each Bidder shall submit ten (10) copies each of the First and Second Envelopes.
21
The address for submission of bids is:
Department of National Defense Bids and Awards Committee Basement, Right Wing DND Building Camp General Emilio Aguinaldo, Quezon City Philippines 1110 Contact Person: Head, DND-BAC Secretariat Telefax Number: (632) 421-3531 Website: www.dnd-gov.ph
The deadline for submission of bids is____________________(10:00 AM).
24.1
The place of bid opening is: DND-BAC Conference Room Basement, Right Wing, DND Building Camp General Emilio Aguinaldo, Quezon City The date and time of bid opening is: __________________ (10:00 AM).
25.1 No further instructions.
27.1 No further instructions.
28.3 Grouping and Evaluation of Lots- This project is grouped into three (3) project’s phases with corresponding specific deliverables. Bidders shall submit bids for all project phases for the purpose of bidding, evaluation and contract award. Incomplete bids shall be rejected. There shall be only one contract to be awarded to a bidder whose aggregate bids for three (3) project phases is evaluated as the Lowest Calculated Responsive Bid.
28.3(b) Bid modification is allowed, provided it is confined to arithmetical corrections and omission to enable proper comparison of all eligible bids.
29.2(a) Bidders shall submit Latest income and business tax returns filed thru EFPS within the last six (6) months preceding the date of bid submission.
34.2 The effective date of the Contract shall be upon approval of the Head of Procuring Entity.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
43
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
Section IV. General Conditions of the Contract
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
44
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
TABLE OF CONTENTS 1. DEFINITIONS... 45 2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES 46 3. INSPECTION AND AUDIT BY THE FUNDING SOURCE 47 4. GOVERNING LAW AND LANGUAGE 47 5. NOTICES 47 6. SCOPE OF CONTRACT 48 7. SUBCONTRACTING 48 8. PROCURING ENTITY’S RESPONSIBILITIES 48 9. PRICES 48 10. PAYMENT 49 11. ADVANCE PAYMENT 49 12. TAXES AND DUTIES 49 13. PERFORMANCE SECURITY 49 14. USE OF CONTRACT DOCUMENTS AND INFORMATION 50 15. STANDARDS 50 16. INSPECTION AND TESTS 50 17. WARRANTY 51 18. DELAYS IN THE SUPPLIER’S PERFORMANCE 52 19. LIQUIDATED DAMAGES 52 20. SETTLEMENT OF DISPUTES 53 21. LIABILITY OF THE SUPPLIER 53 22. FORCE MAJEURE 53 23. TERMINATION FOR DEFAULT 54 24. TERMINATION FOR INSOLVENCY 55 25. TERMINATION FOR CONVENIENCE 55 26. TERMINATION FOR UNLAWFUL ACTS 55 27. PROCEDURES FOR TERMINATION OF CONTRACTS 56 28. ASSIGNMENT OF RIGHTS 57 29. CONTRACT AMENDMENT 57 30. APPLICATION 57
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 45
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated:
(a) “The Contract” means the agreement entered into between the Procuring Entity and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
(c) “The Goods” means all of the supplies, equipment, machinery, spare parts, other materials and/or general support services which the Supplier is required to provide to the Procuring Entity under the Contract.
(d) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.
(e) “GCC” means the General Conditions of Contract contained in this Section.
(f) “SCC” means the Special Conditions of Contract.
(g) “The Procuring Entity” means the organization purchasing the Goods, as named in the SCC.
(h) “The Procuring Entity’s country” is the Philippines.
(i) “The Supplier” means the individual contractor, manufacturer distributor, or firm supplying/manufacturing the Goods and Services under this Contract and named in the SCC.
(j) The “Funding Source” means the organization named in the SCC.
(k) “The Project Site,” where applicable, means the place or places named in the SCC.
(l) “Day” means calendar day.
(m) The “Effective Date” of the contract will be the date of opening of the Letter of Credit. Performance of all obligations shall be reckoned from the Effective Date of the Contract.
(n) “Verified Report” refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the existence of grounds or causes for
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 46
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.
2. Corrupt, Fraudulent, Collusive, and Coercive Practices
2.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the bidders, contractors, or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract. In pursuance of this policy, the Procuring Entity:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) "corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.
(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.
(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening,
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 47
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or
(bb) acts intended to materially impede the exercise of
the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.
(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.
2.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2.1(a).
3. Inspection and Audit by the Funding Source
The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source.
4. Governing Law and Language
4.1. This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines particularly the provisions of Republic Act 9184 and AFP Modernization Act, as amended by Republic Act 10349 and the Revised Implementing Rules and Regulations of these Laws.
4.2. This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English.
5. Notices
5.1. Any notice, request, or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request, or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC, which shall be effective when delivered and duly received or on the notice’s effective date, whichever is later.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 48
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
5.2. A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5.1.
6. Scope of Contract
6.1. The GOODS and Related Services to be provided shall be as specified in Section VI. Schedule of Requirements.
6.2. This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. Any additional requirements for the completion of this Contract shall be provided in the SCC.
7. Subcontracting
7.1. Subcontracting of any portion of the Goods does not relieve the Supplier of any liability or obligation under this Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Supplier’s own acts, defaults, or negligence, or those of its agents, servants or workmen.
7.2. Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract, subject to compliance with the required qualifications and the approval of the Procuring Entity.
8. Procuring Entity’s Responsibilities
8.1. Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals, import, and other licenses from local public authorities, the Procuring Entity shall, if so needed by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.
8.2. The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6.
9. Prices
9.1. For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its IRR or except as provided in this Clause.
9.2. Prices charged by the Supplier for Goods delivered and/or services performed under this Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 49
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
10. Payment
10.1. Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this contract. Ten percent (10%) of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier’s warranty obligations under this Contract as described in GCC Clause 17.
10.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the SCC provision for GCC Clause 6.2, and upon fulfillment of other obligations stipulated in this Contract.
10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the Procuring Entity, but in no case later than sixty (60) days after submission of an invoice or claim by the Supplier.
10.4. Unless otherwise specified in the SCC, the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos.
11. Advance Payment and Terms of Payment
11.1. Advance payment is allowed under Memorandum Order Number 15 dated May 9, 2011.
11.2. Partial payment is allowed per partial delivery and acceptance as per any of the project’s phases with corresponding deliverables.
11.3. All progress payments shall first be charged against the advance payment until the latter has been fully exhausted.
11.4. Partial payment of the contract price will only be allowed if the contract provides/allows for partial or staggered delivery of goods procured, and such partial payment must correspond to the value of goods delivered and accepted.
12. Taxes and Duties
12.1 Unless otherwise specified in the SCC, a foreign Supplier shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.
12.2 Unless otherwise specified in the SCC, a local Supplier shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 50
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
13. Performance Security
13.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33.2.
13.2. The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract.
13.3. The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance.
13.4. The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions:
(a) There are no pending claims against the Supplier or the surety company filed by the Procuring Entity;
(b) The Supplier has no pending claims for labor and materials filed against it; and
(c) Other terms specified in the SCC.
13.5. In case of a reduction of the contract value, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.
14. Use of Contract Documents and Information
14.1. The Supplier shall not, except for purposes of performing the obligations in this Contract, without the Procuring Entity’s prior written consent, disclose this Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Entity. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.
14.2. Any document, other than this Contract itself, enumerated in GCC Clause 14.1 shall remain the property of the Procuring Entity and shall be returned (all copies) to the Procuring Entity on completion of the Supplier’s performance under this Contract if so required by the Procuring Entity.
15. Standards
The Goods provided under this Contract shall conform to the standards mentioned in the Section VII. Technical Specifications; and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 51
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
country of origin. Such standards shall be the latest issued by the institution concerned.
16. Inspection and Tests
16.1. The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity. The SCC and Section VII. Technical Specifications shall specify what inspections and/or tests the Procuring Entity requires and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.
16.2. If applicable, the inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring Entity. The Supplier shall provide the Procuring Entity with results of such inspections and tests.
16.3. The Procuring Entity or its designated representative shall be entitled to attend the tests and/or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.
16.4. The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity, and shall repeat the test and/or inspection, at no cost to the Procuring Entity, upon giving a notice pursuant to GCC Clause 5.
16.5. The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Procuring Entity or its representative, shall release the Supplier from any warranties or other obligations under this Contract.
17. Warranty
17.1. The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the Procuring Entity provides otherwise.
17.2. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 52
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
17.3. In order to assure that manufacturing defects shall be corrected by the Supplier, manufacturer, or distributor, as the case may be, a warranty shall be required from the Supplier for a minimum period of three (3) months, in the case of Expendable Supplies, and one (1) year, in the case of Non-expendable Supplies, after acceptance by the Procuring Entity of the delivered supplies or other such period as may be specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least ten percent (10%) of every progress payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty period or in the case of Expendable Supplies, after consumption thereof: Provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under the Contract have been fully met.
17.4. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, within the period specified in the SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Procuring Entity.
17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.
18. Delays in the Supplier’s Performance
18.1. Delivery of the Goods and/or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI. Schedule of Requirements.
18.2. If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, and upon causes provided for under GCC Clause 22, the Procuring Entity shall evaluate the situation and may extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.
18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 53
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
19. Liquidated Damages
Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, the Procuring Entity may rescind the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.
20. Settlement of Disputes
20.1. If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.
20.2. If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.
20.3. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract.
20.4. In the case of a dispute between the Procuring Entity and the Supplier, the dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”
20.5. Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the Procuring Entity shall pay the Supplier any monies due the Supplier.
21. Liability of the Supplier
21.1. The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines, subject to additional provisions, if any, set forth in the SCC.
21.2. Except in cases of criminal negligence or willful misconduct, and in the case of infringement of patent rights, if applicable, the aggregate liability of the Supplier to the Procuring Entity shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 54
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
22. Force Majeure
22.1. The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Supplier’s delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure.
22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor. Such events may include, but not limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.
22.3. If a force majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof. Unless otherwise directed by the Procuring Entity in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure.
23. Termination for Default
23.1. The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation:
(a) Outside of force majeure, the Supplier fails to deliver or perform any or all of the Goods within the period(s) specified in the contract, or within any extension thereof granted by the Procuring Entity pursuant to a request made by the Supplier prior to the delay, and such failure amounts to at least ten percent (10%) of the contact price;
(b) As a result of force majeure, the Supplier is unable to deliver or perform any or all of the Goods, amounting to at least ten percent (10%) of the contract price, for a period of not less than sixty (60) calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased; or
(c) The Supplier fails to perform any other obligation under the Contract.
23.2. In the event the Procuring Entity terminates this Contract in whole or in part, for any of the reasons provided under GCC Clauses 23 to 26, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of this Contract to the extent not terminated.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 55
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
23.3. In case the delay in the delivery of the Goods and/or performance of the Services exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Supplier, the Procuring Entity may terminate this Contract, forfeit the Supplier's performance security and award the same to a qualified Supplier.
24. Termination for Insolvency
The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Supplier.
25. Termination for Convenience
25.1. The Procuring Entity may terminate this Contract, in whole or in part, at any time for its convenience. The Head of the Procuring Entity may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and national government policies.
25.2. The Goods that have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier’s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices. For Goods not yet performed and/or ready for delivery, the Procuring Entity may elect:
(a) to have any portion delivered and/or performed and paid at the contract terms and prices; and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed and/or performed goods and for materials and parts previously procured by the Supplier.
25.3. If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market, it shall be allowed to recover partially from this Contract, on a quantum meruit basis. Before recovery may be made, the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made.
26. Termination for Unlawful Acts
26.1. The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged, before or during the implementation of this Contract, in unlawful deeds and behaviors relative
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 56
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
to contract acquisition and implementation. Unlawful acts include, but are not limited to, the following:
(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause 3.1(a);
(b) Drawing up or using forged documents;
(c) Using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade; and
(d) Any other act analogous to the foregoing.
27. Procedures for Termination of Contracts
27.1. The following provisions shall govern the procedures for termination of this Contract:
(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Implementing Unit shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;
(b) Upon recommendation by the Implementing Unit, the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract. The notice shall state:
(i) that this Contract is being terminated for any of the ground(s) afore-mentioned, and a statement of the acts that constitute the ground(s) constituting the same;
(ii) the extent of termination, whether in whole or in part;
(iii) an instruction to the Supplier to show cause as to why this Contract should not be terminated; and
(iv) special instructions of the Procuring Entity, if any.
(c) The Notice to Terminate shall be accompanied by a copy of the Verified Report;
(d) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated. If the Supplier fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Procuring Entity shall issue an order terminating this Contract;
(e) The Procuring Entity may, at any time before receipt of the Supplier’s verified position paper described in item (d) above
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IV: General Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 57
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Supplier’s receipt of the notice;
(f) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the Procuring Entity shall decide whether or not to terminate this Contract. It shall serve a written notice to the Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate;
(g) The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity; and
(h) The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty (30) calendar days before its intended termination. The Contract is deemed terminated if it is not resumed in thirty (30) calendar days after the receipt of such notice by the Procuring Entity.
28. Assignment of Rights
The Supplier shall not assign his rights or obligations under this Contract, in whole or in part, except with the Procuring Entity’s prior written consent.
29. Contract Amendment
Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties and approved by the Secretary of National Defense.
30. Application
These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 58
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
Section V. Special Conditions of the Contract
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 59
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
Special Conditions of Contract
GCC Clause
1.1(g) The PROCURING ENTITY isDepartment of National Defense/Armed Forces of the Philippines.
1.1(i) The Supplier is _____________________________
1.1(j) The Funding Source is:
The Government of the Philippines (GOP) through the AFP Modernization Act Trust Fund in the amount of TWO HUNDRED FORTY NINE MILLION SIX HUNDRED SEVENTY ONE THOUSAND PESOS (Php 249,671,000.00)
The name of the Project is:
JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT
1.1(k) The Project Site is at the Contractor’s facility
5.1 The Procuring Entity’s address for Notices is:
DND Bids and Awards Committee Camp General Emilio Aguinaldo Quezon City, Philippines, 1110
Tel No/ Fax: 913-9487; 911-6001 loc 4456
copy furnished:
a. C, DAO, DND b. Office of the Deputy Chief of Staff for Logistics, J4 c. Chairman, PMT for JCPV Phase 2 MEU Project (PS37)
The Supplier’s address for Notices is:
____________________________
____________________________
6.1 6.2
Delivery and Documents –
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DAP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows:
For foreign Suppliers: The delivery terms applicable to the Contract are DAP deliveredto Department of National Defense/Armed Forces ofthe
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 60
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
Philippines. In accordance with INCOTERMS.”
For domestic Suppliers: The delivery terms applicable to the Contract are delivered to Department of National Defense/Armed Forces of the Philippines. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI. Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier are as follows:
For Goods supplied from within the Philippines or by domestic Suppliers:
Upon delivery of the Goods to the Project Site, the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity:
(i) Original and four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount showing the date of delivery;
(ii) Original and four copies of delivery receipt/note, railway receipt, or truck receipt;
(iii) Original Supplier’s factory inspection and quality report; (iv) Original and four copies of the Manufacturer’s and/or Supplier’s
warranty certificate; (v) Original and four copies of the certificate of origin of manufacture,
origin of shipment (for imported Goods); (vi) Delivery receipt detailing number and description of items received
signed by the Supply Accountable Officer of the Procuring entity. (vii) Delivery of parts and materials for machineries and equipment
shall be accompanied with OEM certification. In cases of replacement parts, it shall be accompanied with corresponding Service Bulletin from the OEM.
For Goods supplied from abroad
Upon shipment, the Supplier shall notify the Procuring Entity and the insurance company by cable the full details of the shipment, including Contract Number, description of the Goods, quantity, vessel, bill of lading number and date, port of loading, date of shipment, port of discharge etc. Upon delivery to the Project Site, the Supplier shall notify the Procuring Entity and present the following documents as applicable with the documentary requirements of any letter of credit issued taking precedence:
(i) Original and four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;
(ii) Original and four copies of the negotiable, clean shipped on board bill of lading marked “freight pre-paid” and five copies of the non-negotiable bill of lading ;
(iii) Original Supplier’s factory inspection and quality report;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 61
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(iv) Original and four copies of the Manufacturer’s and/or Supplier’s
warranty certificate; (v) Original and four copies of the certificate of origin of manufacture,
origin of shipment (for imported Goods); (vi) Delivery receipt detailing number and description of items received
signed by the Procuring Entity’s Supply Accountable Officer; (vii) Four copies of permanent export license for controlled military
items, if the GOODS is a controlled military items in the originating country;
(viii) Delivery of parts and materials for machineries and equipment shall be accompanied with OEM certification. In cases of replacement parts, it shall be accompanied with corresponding Service Bulletin from the OEM.
Incidental Services –
The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements:
(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;
(b) furnishing of tools required for assembly and/or maintenance of the supplied Goods;
(c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;
(d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract;
The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.
Spare Parts –
The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:
(a) such spare parts as the Procuring Entity may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and
(b) in the event of termination of production of the spare parts:
i. advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring Entity to procure needed requirements; and
ii. following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and specifications of the spare parts if requested, and
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 62
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
blueprints for all works and alterations done in the ship.
The spare parts required are listed in Section VI. Schedule of Requirements and the cost thereof are included in the Contract Price.
Other spare parts and components shall be supplied as promptly as possible, but in any case within thirty (30) calendar days of placing the order. Packaging – ( As Applicable)
The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the GOODS’ final destination and the absence of heavy handling facilities at all points in transit.
The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity.
The outer packaging and deliveries for items under Project’s phases with corresponding deliverables s 1, 2 and 3 must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity – Department of National Defense End-User - Commanding Officer, PS37, PN Final Destination/Address - Warehouse Address Gross weight Any special lifting instructions Any special handling instructions Any relevant HAZCHEM classifications The outer packaging and deliveries for items under Project’s phases with corresponding deliverables must be clearly marked on at least four (4) sides as follows:
A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.
Warehouse
For goods in Project’s phases with corresponding deliverables 1, 2 and 3, the contractor shall provide appropriatewarehouse facilities and services. The final issuance to the end-user (PS37) for the items delivered under
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 63
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
these Project’s phases with corresponding deliverables s shall pass through the recording procedures of the Supply Accountable Officers whom shall issue these items to the end-user (PS37).
Insurance
The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The Goods remain at the risk and title of the Manufacturer until their final acceptance by the Procuring Entity. The amount of premium shall be shouldered by the winning proponent.
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, DDP, or DAP transport of the Goods to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, DDP, or DAP Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure in accordance with GCC Clause 22.
The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DAP Deliveries. In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination.
Patent Rights –
The Supplier shall indemnify the Procuring Entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 64
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
The Supplier shall provide complete listing of Contractor, Sub-contractor and Third Party Intellectual Properties developed under the contract, which should be owned by the DND/AFP.
Non-Disclosure Agreement– The supplier shall execute a non-disclosure agreement in favor of the Philippine Government wherein the supplier shall warrant that all information and communication, whether oral or written, secured in the course of negotiation with the Department of National Defense/Armed Forces of the Philippines (DND/AFP) shall not be divulged or disclosed to any other person or entity, without the express written consent of the DND/AFP. It includes non-disclosure of, but not limited, to the following: a) Terms of Reference, b) Technical Specification of the Project, c) Annual Procurement Plan and related Project Procurement Management Plan and d) Proposals.
9
For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its Revised IRR.
10.1
Payment shall be made only upon submission of the required auditorial document and issuance of Advise of Payment by the SND/Chief of Staff, AFP or his duly authorized representative as provided for under Section 12 of DND DO #12/ Executive Order # 423. In case of payments through L/C, the Procuring Entity shall open the irrevocable L/C in favor of the Supplier in accordance with the terms provided below in an Authorized Government Depository Bank after the approval of the Contract by the Secretary, Department of National Defense or his duly authorized representative and the issuance of the Notice of Cash Allocation by the Secretary of Budget and Management, to wit: (a) Mode of Transmission: Full cable telex/S.W.I.F.T; (b) Advising and/or Confirmation: L/C may be advised and/or confirmed
by any authorized government depository bank to be identified by the Supplier, at the latter’s sole expense;
(c) Payee Bank: The L/C draft (if any) shall be drawn on the confirming bank;
(d) Beneficiary: [Insert name and address of Supplier with Point of Contact;
(e) Currency and Amount of L/C: L/C shall be in Philippine Peso or United States Dollars, in an amount equivalent to the Total Contract Price;
(f)Expiration Date: 450 calendar dayswhich can be extended by the Procuring Entity in the event that extension of contract duration is granted by the Head of Procuring Entity, and in this case, the bank will be notified prior the expiration.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 65
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
(g) Payment Scheme:
ProjPh Deliverables A=Bid Price (BP)
B=Retention Net Payment
Condition/Bid Docs Provision
Advance Payment (AP)
BP * 15% AP*10% A - B
Within 60 CD after signing of the contract (SCC 10.1)
I
Drydocking and undocking, underwater machineries, bottomhull and freeboard, tanks works
Phase I BP
(Phase I BP - AP) * 10% A - B
TIAC (SCC 11.2)
II
Auxiliary machineries, pipings, structural and electrical works
Phase II BP
(Phase II BP - remaining AP) * 10%
A - B TIAC(SCC 11.2 and 16.1)
III
Main propulsion diesel engine nr 1 and 2 works, integration of the whole system
Phase III BP
Phase III BP* 10% A - B
Integration with Endurance Run/TIAC (SCC 11.2 and 16.1)
(h) Drawdown Documentary Requirements: The first drawdown representing the Advance Payment which is
equivalent to 15% of the total bid price or of this contract shall be authorized in favor of the Supplier upon receipt of the Notice to Proceed and the opening of LC, Pre-audit of GHQ MFO, and advice of payment by the SND.
All subsequent draw downs shall be supported by the following documents:
i. Supplier’s invoice signed by the Supplier’s authorized representative showing GOODS’ description, quantity, unit price, and total amount as appearing in the delivery receipt;
ii. Delivery Receipt detailing number and description of items received signed by the Procuring Entity’s representative at the Delivery Site;
iii. Negotiable, clean shipped on board Bill of Lading marked “Freight Pre-Paid” and/or “Non-Negotiable Bill of Lading” or “Airway Bill”;
iv. Acceptance Report by the Procurement Entity’s Supply Accountable Officer
v. Certification that the GOODS delivered passed the Final Acceptance Test and Evaluation issued by the TIAC and QRAO certifying that the works and repair parts delivered are free from defects and passed the OEM quality based on OEM manual of equipment found at PS37;
vi. Certificate of Acceptance by the End-users – Commanding Officer and Engineering Officer of PS37;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 66
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
vii. Manufacturer’s and/or Supplier’s Warranty Certificate that all items
shall be replaced if found with latent defects by QRAO and DND TIAC;
viii. Certificate of the manufacturer of Origin of manufacture and Origin of shipment as certified by the shipper and countersigned by the Supplier (for imported GOODS);
ix. Copy of Warranty Security with validity of one year after the last payment/drawdown
xiii. Certification of Training Completed by the Procurement Entity’s representative for at least 40 hours each for Desalinating Machine and ICCP and 16 hours each for Operation and Intermediate Level of Maintenance of all other NEW equipment supplied for at least 12 PN personnel. This document shall apply on the last drawdown
xiv. AFP Management and Fiscal Office (AFP MFO) Inspection Report and Certification of Satisfactory Pre-audit based on the aforesaid documents and Waste Material Report;
xv. Advice of Payment through drawdown from the LC by the Secretary of National Defense or his authorized representative which shall be supported by the aforesaid documents.
(i) Description of Goods: JCPV PHASE 2 MARINE ENGINEERING UPGRADE (PS-37) PROJECT
(j) Delivery Terms: Delivered at Place (DAP)at Naval Sea Systems Command, Naval Station Pascual Ledesma, Fort San Felipe, Cavite City.
(k) Latest Date of Delivery: Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed
(l) Shipment: One time shipment. (m)Negotiability: The L/C shall be irrevocable; (n) Liquidated Damages: Liquidated damages shall be imposed in
accordance with Clause 17 of the Contract. (o) Other Instructions: i. The cost of the opening, as well as advising, confirmation, extension,
and/or amendment, if any, of the L/C, and other bank charges shall be for the account of the Supplier;
ii. The L/C must be in English; iii. No boycott or restrictive language;
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 67
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
11.2
Partial payment shall be made for every delivery of goods according toproject’s phases with corresponding deliverables. Payment schedule shall be in accordance with the work breakdown structure (WBS) S-curve provided by the supplier as concurred by the PROCURING ENTITY subject to the following conditions: a. The delivery schedule shall be by three (3) phases of the project with
corresponding deliverables. b. Payment must be only be made after complete delivery as indicated
in PPCD and upon conduct of appropriate inspection and acceptance by the Technical Inspection and Acceptance Committee (TIAC).
c. Payment for the Third Phase must be only made after the successful integration of the whole system repaired and/or supplied under this contract.
d. Payment must be made in accordance with prevailing accounting and auditing rules and regulations.
e. All progress payments should first be charged against the advancepayment until the latter has been fully exhausted, unless otherwise approved by the President.
f. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least ten percent (10%) of every progress payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price. The said amounts shall only be released after the lapse of the warranty period.
12
Foreign and Local suppliers are exempt from the payment of Value-Added Tax (VAT) and customs duties in accordance with Section 17 of RA 10349.
16.1
The inspections and tests that will be conducted are: (a.) The quality and proof of performance shall be established through
tests and trials. The vessel shall undergo functional test to verify the correct installation and integration of equipment and safe function of systems.
(b.) The contractor shall prepare the Test Memoranda, which shall be concurred by the PN, for all the vessel’s systems/machineries/equipment within the contract to include but not limited to the test and trials listed in para (c) (d) and (e). The Test Memoranda shall form part of the Contract. This document shall be submitted by the winning Supplier within ten (10) days from receipt of the Notice of Award to the PMT for subsequent endorsement and approval by the Procuring Entity’s Authorized Representative (Commander, Naval Sea Systems Command).
(c.) The major Test and Trials that encompasses all vessel’s system and to be conducted are as follows:
1. Dock trial for a period of not less than one (1) hour; 2. Initial sea trial for a period of at least four (4) hours; and
3. Endurance run shall be held after the satisfactory result of the sea trial to form part of the acceptance documentations. The duration of endurance run/test shall be at least 24 hours continuous operations/steaming at
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 68
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
desired cruising speed of the vessel.
(d.) The functional tests and trials of machineries and equipment shall be conducted in order to prove that they function efficiently on board the vessel. The trials shall encompass the following:
1. Machinery Operations; 2. Electrical Power Supply
(e.) Endurance runfor machineries under preceding paragraph (d.) shall be conducted for at leastfour (4) hours nonstop, prior to final acceptance. The endurance test shall be manned jointly by the PMT and contractor/shipyard representatives.
(f.) During the conduct of the above tests and trials for project’s phases I-III, a Technical Inspection and Acceptance Committee (TIAC) shall board the vessel to observe the proper conduct of the tests and trials based on, but not limited to, the test memoranda. The TIAC report shall be the basis whether the PN will accept the satisfactory completion of the project’s
(g.) All costs incidental to tests and trials if any, except on the tests as stated in para (i), shall be borne by the supplier. All costs, such as POL requirements and other incidental expenses relative to the final inspection, dock trials and functional tests and trials of machineries and equipment shall be borne by the supplier.
(h) POL for sea trial and endurance run shall be shouldered by the PROCURING ENTITY. However, in case the sea trial result is unsatisfactory for the second time, POL requirements for subsequent sea trials shall be borne by the supplier.
17.3
One (1) year warranty after issuance of the Certificate of Final Acceptance. The one year warranty period shall be reckoned from the date of issuance of the certificate of final acceptance of the entire three (3) project’s phases with corresponding deliverables s. However, if the same defects occurred for three (3) consecutive times within the warranty period, the warranty period shall be automatically extended for a period of six months after the expiration of the original warranty period. Moreover, if the reworks have not been satisfactorily corrected before the expiration of the warranty period whether first or second rework, the warranty period shall also be automatically extended for another six (6) months from the date of acceptance by the Contractor of the Quality Assurance Report (QRAO) prepared by the Naval Shipyard. Furthermore, the warranty for any major overhauling and repairs of machineries shall be one year from the date of acceptance of PNTIAC or until such machineries or equipment has accumulated 1,000 running hours whichever comes later.
17.4 The period for correction of defects in the warranty period is fifteen (15) days from receipt of notice.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 69
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
17.5 If the Supplier, having been notified, fails to remedy the defect(s) within
the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.
18.2 If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, it’s likely duration and its cause(s) not later than forty five (45) calendar days before the scheduled date of completion of the contract.
19 The applicable rate is one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, the procuring entity shall rescind the contract, without prejudice to other courses of action and remedies open to it.
21.1 a. The liability of the Supplier shall not exceed the total Contract Price.
However, when there is negligence or willful misconduct on the part of the Supplier, its subcontractors or employees, the Supplier shall be liable for the cost of repairing or replacing the vessel or any part thereof which was damaged or lost.
b. While the vessel is undergoing upgrade, the matter of providing
protection against fire and flooding shall be the responsibility of the supplier.
c. Safety of the vessel while the same is being towed from her present
location to the Supplier’s facility shall be the responsibility of the Supplier. Thus, the Supplier shall be liable for the loss/damage of the vessel irrespective of the cause thereof.
d. In case of unsatisfactory performance of the supplier of any activities
under the contract, the incidental expense to re-undertake/correct the failed activity shall be shouldered by the supplier.
29
In case of growth repairs and/or necessary works not covered under this contract, the supplier shall immediately submit condition report to the head of Procuring Entity in writing through the Project Management Team for the amendment to order in accordance with the guidelines set forth under Annex “D” of the Revised IRR of RA 9184 (Contract Implementation Guidelines For the Procurement of Goods, Supplies and Materials)not later than 75 days after the Day 1 of the contract. In case the implementation of work/s covered under this contract could not proceed unless the growth repairs and/or necessary works have been conducted, the Supplier should request from the head of the Procuring
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section V: Special Conditions of the Contract
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 70
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
Entity for the extension of the period of delivery. In the event that the Supplier is granted an extension of the stipulated period of delivery due to force majeure or for any reason whatsoever for which no liquidated damages is imposed upon it, no additional charges such as, but not limited to, wharfage /lay days charges, cost of reworks, and other incidental costs shall be charged upon the procuring entity.
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VI. Schedule of Requirements
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline –
911-6001 loc; 8414
71
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
Section VI. Schedule of Requirements
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VI. Schedule of Requirements
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline –
911-6001 loc; 8414
72
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
The contractor must be able to complete and deliver the project within the period stated hereunder:
Phase Description Delivery Period Comply/Not Comply
JCPV PHASE 2 Marine Engineering Upgrade (PS37) Project
Within Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed
1 Drydocking And Undocking, Underwater Machineries, Bottomhull And Freeboard And Tanks Works
Within Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed
2 Auxiliary Machineries, Pipings, Structural & Electrical Works
Within Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed
3 Main Propulsion Diesel Engine Nr 1 And 2 Works and Integration of the Whole System
Within Four Hundred Twenty (420) Calendar Days from the date of Notice to Proceed
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
73
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Section VII.Technical Specifications
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
74
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
STATEMENT OF COMPLIANCE TO TECHNICAL SPECIFICATIONS
PROJECT DESCRIPTION: 1. GENERAL REQUIREMENTS:
a. These general requirements, intents, scopes and definitions shall be applied to all work items of this Technical Specifications and for all supplemental growth works.
b. For the purpose of this technical specification, the Philippine
Navy shall appoint a representative to oversee the implementation of this project.
c. Any particulars for the work outlined in the specifications and
drawings are given for guidance purposes only. The Supplier shall take his own particulars and dimensions and shall be responsible for them.
d. Names of manufacturers and trade designations of items are
mentioned in the specifications as a means of specifying the general design character with respect to the quality and construction of the item(s). Where specific equipment or materials are identified in the specifications, the same may be substituted with equivalent product in accordance with contract provisions after approval of the Authorized PN Representative. All guaranties and warranties must remain the same.
e. Where the technical specifications require the opening of
machinery, piping, fittings, etc., it is intended that the Supplier shall close such machinery, piping, fittings, etc., and shall prove functional and in good working order and ready for use after examination and approval by the Authorized PN Representative. Prior to closing such items, all disturbed parts, such as jointing, packing, insulation, studs, bolts, nuts, gaskets and split rings, etc., shall be reinstalled in good order by the Supplier.
f. Should the Supplier require the removal or shifting of any parts
of the vessel’s fittings, stores, fuel, water, outfit, equipment, or piping for carrying out the work specified or implied, the same shall be done by him, and all such removals shall be subsequently reinstalled/returned in a satisfactory manner at no cost to the Procuring Entity.
g. The Supplier shall be held responsible for the protection of
existing and newly installed equipment and materials. Any equipment that is damaged by the Supplier or loss resulting therefrom shall be renewed or restored/repaired to original condition at the Supplier’s expense.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
75
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
h. Additional incidental services such as wharfage and other yard services resulting from project delays due to the fault of the supplier and/or force majeure shall not be charged to the Procuring Entity.
i. Statement of Completion and Compliance of Activity Item: 1) The contractor shall prepare in three (3) copies and
render the Report of Completion and Compliance of Activity (RCCA). 2) The PMT shall receive and acknowledge the RCCA from
the contractor and shall maintain file of the said report arranged according to the Project Phase/s, Work Item, and Activity Item/s. The RCCA shall be one of the bases of TIAC in the conduct of inspection and issuance of certification of acceptance.
3) The contractor shall maintain the same file and another
extra file arranged in chronological order. j. Job Material Lists: All Work Item and Activity Items under the Technical
Specifications shall include corresponding Job Material Lists (JML), description of the Required Labor (RL), and description of the needed Facilities and/or Tools, and Utilities which include but not limited to lights and water (FTU).
The PMT shall ensure that all deliverables in the said JML, RL and FTU were delivered prior the acceptance and acknowledgement of the RCCA.
k. Except when the Project will be undertaken in the Naval
Shipyard facilities, Phases I, II and III of the Project must be conducted in a shipyard that possesses the following documents:
1. MARINA License to engage in Shipbuilding and Ship Repair
(SBSR) at least category “SMALL” or its equivalent. Must have any of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT.
2. ISO Certification 9001:2008 for Shipyard Management
l. The Supplier/contractor shall, at all times, ensure that the works and
repairs of the vessel will be conducted by an entity with: 1. MARINA License to engage in Shipbuilding and Ship Repair
(SBSR) at least category “SMALL” or its equivalent and/or must have any of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT
2. ISO Certification 9001:2008 for Shipyard Management.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
76
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
2. DEFINITION OF TERMS: (Annex “A”) 3. ACRONYMS: (Annex “B”) 4. MATERIALS AND WORKMANSHIPS
a. All replacement and supplied materials shall be of equal or
superior quality as per internationally accepted standards andshall conform in size and, typeand/or performance to those originally installed in the vessel. All new steel plates to be installed shall be ABS grade or its equivalent and the Supplier shall furnish Mill Certificates to the Authorized PN Representative for its approval. The repairs shall, in every respect, be made under the supervision, and to the entire satisfaction of the Authorized PN Representative and/or designated PN inspector.
b. All workmanship shall be performed to the complete
satisfaction of the Authorized PN Representative and the designated PN Inspector. The acceptance of the Authorized PN Representative shall be obtained in all cases where the Supplier intends to employ sub-Suppliers.
c. It shall be understood by the Supplier, that all materials or goods to be installed requiring testing shall be subjected to such and all testing procedures shall be witnessed by the Authorized PN Representative and must meet their requirements. All charges and costs for tests, inspections, etc., shall be borne by the Supplier.
d. All machinery components, parts, piping and equipment (i.e
hand rails, ladders, gratings, valve covers, piping, etc.) removed as interferences but not designated for repair shall be properly marked, tagged, protected and removed from the vessel to a secure shipyard indoor storage facility. Components removed as interferences shall not be stored in the engine room or aboard the vessel and shall be removed by the Supplier during the conduct of the works and Reinstalled to its original condition thereafter.
e. All overhauling works performed on main propulsion diesel
engines, ship service diesel generators, installation of ICCP system and new equipment shall be done under supervision of OEM authorized technical field service representatives, and shall be certified by the OEM in accordance with the original equipment manufacturers (OEM) manual.
f. Upon completion of equipment/machinery overhaul, repairs,
inspections, and tests, provide three (3) copies of a report, prepared by the OEM authorized technical field service representatives, to the Authorized PN Representative detailing the results of all visual inspections, clearance readings, repairs performed, test result, corrective actions, photographs taken, and any recommendation for future repairs. Report shall be submitted to the Authorized PN Representative.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
77
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
g. All newly installed equipment should have five (5) copies of operation and maintenance manual.
h. All newly installed equipment should have a provision of training for proper operation and maintenance.
i. New gaskets, seals and fasteners shall be installed when closing up manholes, bolted inspection plates and flanges subject to the following conditions and workmanship:
1) All gaskets, seals and fasteners shall comply with the
design service requirements (i.e., pressure, temperature, system fluid and material compatibility) of the systems or components for which they are installed.
2) Gaskets shall be pre-manufactured or made by
Supplier’s personnel with the use of designated gasket cutting devices; the use of ball peen hammers or striking devices shall not be permitted.
j. All safety procedures/requirements during burning, welding and
any form of hot works, etc. shall be complied by the Supplier. The Supplier shall provide safe access to Authorized PN Representative for inspections of all said works undertaken.
k. In carrying out modifications or reinstallation the same
generally accepted ship repair standards for new installations shall be adopted.
l. All unused brackets, piping, ventilation ducts, and other fittings
and hardware resulting from new installations shall be removed and properly be accounted for by the Supplier to the PN. Unused electric cables shall be removed back to the nearest junction box, or install a new junction box on the other side and terminated per PN requirements. Where wiring has been pulled back, bulkheads should be reinserted to maintain watertight integrity. The vessel’s watertight integrity shall not be compromised at all times.
m. Drawings showing the complete design of new or equipment
modifications, arrangement of piping, and all details of construction and workmanship shall be submitted for the Authorized PN Representative’s acceptance prior to fabrication and installation. If specified for Supplier to obtain PN approval, drawings shall be submitted to the Authorized PN Representative for review prior to submission to appropriate PN office. No work shall be put in hand before approvals. The Supplier shall provide a minimum of four (4) copies of drawings/sketches approved by PN Inspectors.
n. The Supplier should provide the Authorized PN Representative
with complete Illustrated Part List Manual for the newly installed electrical and mechanical equipment.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
78
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
o. The supplier should provide the Life Cycle Cost of all new machineries that will be provided. This shall be submitted to the Authorized PN Representative before the payment of the 2ndproject phase.
p. Steel renewals:
1) Fittings for steel works shall be rendered for inspection
after fit up and prior to application of the “first pass”. The Supplier shall schedule such inspections with the Authorized PN Representative and all other concerned parties.
2) After completion of the steel renewals on the vessels, all
welded “spatters” must be removed from the steel prior to coating. All disturbed areas of coating shall be rendered for inspection and, when directed, coated with the same system as the new steel.
q. Upon completion of the repairs, modifications and new installations on the vessels, painting shall be conducted as per PN standard, applied in a timely manner following proper surface preparations.
r. Fit ups for Steel and Piping: All pipe and steel work requiring welding shall be rendered for inspection after fit up and prior to application of the “first pass”. The Supplier shall schedule such inspections with the Authorized PN Representative and all other concerned parties to make sure that necessary gauges, thermometers, bulkhead fittings, hangers and supports, gaskets, expansion bends, relief valves, and operating gear are provided and installed.
s. New piping shall have the minimum number of bends and with sufficient joints to facilitate maintenance. Any affected material or equipment shall be restored. All affected systems shall be tested to assure satisfactory performance. Pipe threads shall be well coated with piping compound before attaching threaded flanges.
t. Coatings and Finishes:
1) All new and disturbed areas for each work item shall be prepared and coated in accordance with the PN painting scheme, unless otherwise specified in these specifications (as per HPN SOP Nr 10 dated 02 June 2015, Subject: Paint Coloring Usage and Guide for PN Vessels and Aircraft).
2) All steel used for renewals or new installations shall be sandblasted to “near white” metal and coated with an approved coating system applicable to the area being repaired, prior to installation.
3) Disturbed areas of coating shall be wire-brushed or mechanically cleaned to “near white” metal, rendered for inspection and, when directed, coated with the same system as the new steel.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
79
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
4) Existing coating shall be applied in a way of repairs. Intermediate and final coats shall be applied to all new and disturbed surfaces.
5) All paints shall be applied in a timely manner after repairs and after the proper surface preparation as per paint manufacturer recommendations.
6) All new galvanized steel shall not be blasted. Galvanized steel shall be cleaned pickle primed, and coated as per PN requirement.
u. Hazardous Waste:
1) Handling and disposal of all hazardous material shall comply with existing domestic and international environmental regulations pertaining to the proper handling and disposal of hazardous waste.
2) It is the responsibility of the Supplier to properly dispose all “Hazardous Waste” resulting from the conduct of the upgrade of the vessels at its expense.
v. Electrical works:
1) All new, electrical equipment shall operate satisfactorily
with a voltage variation of ±5%, and AC equipment with a frequency variation of ±3%. Temporary voltage dips during motor starting or speed changing shall not cause damage or interruption of service to equipment.
2) The design of the electric plant including new motors and controllers shall be synchronized to ensure that the voltage dip, when starting the motor with the highest starting current shall not exceed 15% of rated voltage.
3) All wire fittings and fixtures installed in locations exposed to the elements like condensation or excessive dampness shall be made of brass or bronze.
4) All indicator lights added in the pilot house, which are normally on during vessel operation at sea shall be fitted with mechanical sector-type dimmers, unless otherwise specified.
5) Electrical equipment shall be properly labeled and supplied with nameplates adjacent and symmetrical to the said equipment.
6) Existing cableways shall be used for new cable installation to the maximum extent practicable. New cableways, if required, should meet Philippine Electrical Code (PEC) Standards.
7) All new cables shall be banded with 5/8” stainless steel band or appropriate equivalent material spaced 24” from each other in accordance with PEC. Hose clamps shall not be used for cable banding.
8) New cable installations shall be tagged with stainless steel identification tags at each side of bulkhead penetrations, at termination’s and at both ends. The tags shall identify to/from designations.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
80
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
5. GENERAL SERVICES
It is the Supplier's responsibility for supplying all services for the specified works as indicated.
a. Towing
In towing of the vessel to contractor’s facility, the contractor shall provide tugboat, pilot, towing equipment and personnel their own provision such as things for personal care and hygiene, food, drinking water, etc. Safety of the vessels while being towed by the contractors to its facility shall be the responsibility of the contractor.
b. Berthage/wharfage
1) Provide a safe berth for the vessel with adequate depth of water under the keel of at least two (2) feet at all tidal conditions. Supply and install mooring lines of sufficient strength to secure the vessel to the wharf at all times during the contract period.
2) In the event of storm conditions, the Supplier will attach
additional mooring lines and fenders to protect the vessel and provide standby watch services to check lines and safety of the vessel at no additional cost to the PN.
3) The vessel's mooring lines shall not be used for towing
purposes or for mooring at the Supplier's repair facility. 4) The pier shall have sufficient mooring bitts to allow for
an approved mooring arrangement.
c. Fire Protection Provide qualified fire watch personnel and supply portable fire
extinguishers, properly equipped, at all times in each area/compartment where hot works are being done. Ship's fire extinguishers will not be used.
d. Temporary Lighting Temporary lighting is to be provided for each particular
application, as required, by the Supplier in all work areas.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
81
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
e. Electrical Provide electrical source of power separate from vessel’s bus
for lighting, blowers, hoists, welding machines, etc. and for all compartments and spaces as necessary to accomplish work specified herein. There shall be an exterior circuit breaker located on the pier between shore power source and shore power connection on the vessel with phase and surge protection. Ensure that all compartments and areas being worked has Supplier-supplied lighting to accomplish all work specified herein. Survey and prove safe, all power source cable before starting any work for the duration of this contract.
f. Crane Service
Provide crane service to perform lifts for the duration of the project. This service is to include crane, crane operator, and riggers and related equipment and devices.
g. Clean Fresh Water
Supply hoses, connections and clean fresh water for use of the vessel ’s crew. Disconnect and remove hoses upon completion of work.
h. Meetings
1) An arrival conference shall be held between the Supplier's senior staff and Authorized PN Representatives at a date to be agreed by all concerned officers.
2) Monthly regular progress meetings shall be held
between Supplier's Ship Manager, Ship Superintendent, Craft Foremen and Authorized PN Representative at the initiative of the Supplier’s Project Manager or the Authorized PN Representative.Special meetings shall be held as necessary in order to resolve any issues or important disposition for the project.
3) All regular meetings shall be held in the Project
Manager’s office at the Contractor’s facility or a place to be mutually agreed by both the Authorized PN Representative and the Supplier. The Project Manager or the Authorized PN Representative shall be responsible for scheduling such and its proper dissemination to the attendees.
i. Reports:
1) Weekly Periodic Reports – the Contractor shall
render weekly accomplishment reportsto the Project Management Teamevery Monday in Project Management format specifying therein the
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
82
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
actual status of works and deliveries of every work items specified in the contract including date started, estimated time of completion or date completed of specific work items, percentage completion of grouped work items, projected completion of succeeding and dependent work items, and summary percentage completion of the whole project and over-all expected time of completion.
2) Test Reports - Results of all tests required by
these specifications are to be delivered to theProject Management Team or its designated representatives for confirmation within 48-hours after the conduct of testing.
3) Condition Reports - Results of all condition
reports required by these specifications are to be delivered within 48-hours of the event, indicating prices broken down into labor and material.
4) Final Report - Supplier shall provide all Test,
Condition Reports, Change Orders, Survey Reports and Service Reports required by these specifications to be delivered within one month from the vessel’s completion and prior to final payment. In addition, electronic and hard copies of reports will be supplied in three (3) copies and arranged in chronological order.
5) These reports shall be submitted to the Project Management Team thru the designated Project Officer/Owner’s Representativefor this project.
6. DOCKING and UNDOCKING Dock and lay vessel on drydock to accomplished vessel’s rehabilitation requirements. Erect and arrange keel and side blocks based on PN specification. Ensure that the vertical and horizontal clearances from the removal of rudders, shafts, transducer, to include other appendages are workable for repair. Undock the vessel after completing the bottom hull replating, painting and underwater machinery works. The Supplier shall provide labor, services, materials, tools and equipment to accomplish the following works:
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
83
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
PROJECT PHASE 1
Item Nr
Specification
Group Nr 1
DRYDOCKING AND UNDOCKING, UNDERWATER MACHINERIES, BOTTOMHULL AND FREEBOARD AND
TANKS WORKS 1. DOCKING/UNDOCKING AND GENERAL DOCKYARD SERVICES
a. Drydock the vessel to facilitate underwater hull and machinery
repair and preservationand undock after completion of repairs. b. Lay vessel on drydock for the duration of drydocking related
works. c. Arrange keel and side blocks based on the vessel's docking
plan d. Ensure that vertical and horizontal clearances from the removal
ofrudders, shafts and transducer to include other appendages are workablefor repair/replacement.
e. Wharfage. f. Provide line handlers for mooring/unmooring. g. Provide bunkering services/facility for loading and unloading of
fuels. h. Provide harbour tugboat services to assist vessel
movements.Assume: 8 hours. i. Provide tugboat, pilot, towing equipment and personnel to move
the vesselfrom its present berth to the supplier's facility.Assume: 48 hours.
j. Provide shore power connections and power supply for the duration ofrepair. Assume: 42000 KWH.
k. Provide fresh water supply for the duration of repair. Assume: 5000 tons
l. Provide crane services for the duration of the repair. Assume: 50 lifts.
m. Provide security watchmen for the duration of repair. n. Provide fire watch with fire hose for the duration of repair. o. Fire protection: Provide pressurized line and connection.
Assume: 2 times. p. Gas free inspection by Shipyard personnel. q. Provide barge/bin for disposal of sludge and other
gaseous/non-gaseousand toxic/non-toxic substances/materials. r. Conduct derating/fumigation after completion of repair. s. Provide billeting space for ship's officers and crew for the
duration of the repair. t. Provide appropriate land transportation for ship's crew for the
duration of the repair. u. Conduct dock trial and sea trials for satisfactory completion of
availability. v. Provide sufficient personnel during dock and sea trials to assist
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
84
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
the ship'sforce in making adjustments to prove satisfactory operation of all completedrepairs.
w. Submit dock/sea trial report to PN representative indicating therein thevarious maneuvers and speed and unusual observations if any.
x. Provide copies in tracing paper and electronics (CD) of the following Plans and Drawings: 1. General Arrangement Plan (2 copies tracing paper and e-
copy) 2. Electrical wiring Plan (2 copies tracing paper and e-copy) 3. Piping Plan (2 copies tracing paper and e-copy) 4. Capacity Plan (2 copies tracing paper and e-copy) 5. Mid-ship Plan (2 copies tracing paper and e-copy) 6. Construction Profile and Deck Plan (2 copies tracing paper
and 1 e-copy) 7. Shell expansion planafter the conduct of the Ultrasonic Test
(3 copies tracing paper and e-copy) and after the conduct of structural repair (6 copies tracing paper and 1 e-copy) indicating therein the shell thickness.
2. HAMMER AND ULTRASONIC TEST OF BOTTOMHULL
a. Hammer test entire bottom hull. b. Conduct ultrasonic test on suspected weak area at least one (1)
spot per square meter. c. Conduct Ultrasonic Thickness Gauging. Paint mark UT readings
on ship's hull and plot on the shell expansion plan. Submit shell expansion plan to Project Management Team/ Owner’s Representative for reference and evaluation purposes.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
85
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
3. REPLATING OF BOTTOM HULL
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled such as port and starboard main propulsion diesel engines, two (2) ship service diesel generators, electrical wirings and piping connections.
b. Replate corroded and thinned portion of bottom hull platings approximately 3,120 SF (19,178.4 kgs) in area 40% estimated repair, using pre-blasted and pre-painted with epoxy primer 5/16'' thk (7.9 mm) and 3/8'' thk (9.5 mm) plates (ASTM-A-131).
c. Renew deteriorated fabricated frames and stiffeners in way of replatingapproximately 120 SF (834 kgs) using pre-blastedand pre-painted with epoxy primer3/8'' thk (9.5 mm) plates (ASTM-A-131).
d. Re-install all marked or labeled parts/items removed such as port and starboard main propulsion diesel engines, two (2) ship service diesel generators, electrical wirings and piping connections to their original locations and in good conditions.
e. Remove existing worn-out zinc anode. f. Paint inner side of platings and frames with one (1) coat marine
epoxy primer and one (1) coat epoxy deck gray as top coat.
4. REPLATING OF P/S FREEBOARD
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled such as electrical wirings and piping connections.
b. Replate deteriorated and thinned/weak portion of Port and Starboard freeboard platings approximately 1,200 ft2 (112 m2) in area which is equivalent to 7,226.4kgs in weight (30% estimated repair) using pre-blasted and primer painted on both sides 5/16'' thk (7.9 mm), 3/8'' thk (9.5 mm) steel plates (ASTM-A-131). (Contractor to provide Mill Certificateto PMT).
c. Remove and replace fiberglass insulations in way of replating approximately 1,200 ft2in area using 1" thk x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation with the same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wirings, tiles, insulations,piping connections and other affected appurtenancesto their original locations and in good conditions.
e. Clean, removed dust, corrosion and other impurities and paint inner side of platings and frames (newly installed and old platings and frames not covered by insulation) with one (1) coat marine epoxy primer and one (1) coat marine epoxy deck white as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
86
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
5. SANDBLASTING AND PAINTING OF BOTTOMHULL
a. Sandblast to near white (S.A. 2.5) entire surface of bottom hull including appurtenances to remove barnacles and other marine growths. Approximate area is 6,060 ft2 (564 sq.m).
b. Free surface from dirt and sand using pressurized fresh water. c. Paint entire bottomhull with the following painting scheme using
marine epoxy paint that has been approved for use of PN vessels. The paint shall last for at least five (5) years.
1) From keel to light loadline (LLL). a) One (1) full coat anti-abrasion epoxy bronze
(150 microns) b) One (1) full coat anti-abrasion epoxy aluminum
(150 microns) c) One (1) full coat elastomeric tie
(100 microns) d) One (1) full coat advance flouro polymer foul release
(150 microns)
2) From light loadline (LLL) to deep loadline (DLL). a) One (1) full coat epoxy primer/finish red
(100 microns) b) One (1) full coat epoxy primer/finish grey
(100 microns) c) One (1) full coat epoxy primer/finish red
(100 microns) d) Three (3) full coats gloss polyurethane finish black as
top coat (40 microns/coat)
3) Re-establish draft marks above boot topping limit using polyurethane finish black and marine epoxy white for draft marks below boot topping limit.
d. Conduct vessel bouncing procedure to allow the replating (as needed), sandblasting and painting of bottomhull portion resting on keel/side blocks.
6. SANDBLASTING AND PAINTING OF FREEBOARDvv
a. Sandblast to near white (S.A. 2.5) entire freeboard with approximate total area of 4,482 ft2 (417 sq.m).
b. Free surface from dirt and sand using pressurized fresh water. c. Paint with the following painting scheme using marine epoxy
paint that has been approved for use of PN vessels.
- From deep load line (DLL) to deck area (freeboard) a) One (1) coat marine epoxy primer (4 mils/coat). b) Two (2) coats marine epoxy anti-corrosive (4 mils/coat).
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
87
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
c) Two (2) coats acrylic (polyurethane finish) haze gray as topcoat(3 mils/coat). d. Re-establish ship's bow number and fantail ship's marking, using marine epoxy light haze gray for the numbers and letters and marine epoxy deck gray for its shades.
7. REPAIR AND REPLACEMENTOF MAIN SEACHEST VALVES AND STRAINERS
a. Repair/overhaul eight (8) pcs main seachest valves with sixteen (16) pcs sand trap strainers as stated below:
1) Four (4) pcs angle valves with flange type with strainers size 8'' IPS of port and starboard main engines.
2) One (1) pc angle valve flange type with sand trap strainer size 3'' IPS of ship service diesel generator.
3) Two (2) pcs angle valves flange type with sandtrap strainer size 4'' IPS of fire flushing pump nr 1 and 2.
4) One (1) pc angle valve flange type emergency firemain size 4'' IPS.
b. Replace twelve (12) pcs main seachest valves using brand new
materials as stated below: 1) Two (2) pcs angle valves flange type size 4'' and one (1)
angle valve size 2-1/2'' IPS of ship service diesel generator.
2) Two (2) pcs angle valves flange type size 1-1/2'' IPS of cooling valves of reefer.
3) One (1) pcs angle valve flange type size 2'' IPS of loiter drive pump.
4) Two (2) pcs angle valves flange type size 2'' IPS of ACU. 5) One (1) pc angle valve flange type size 1-1/2'' IPS of
domestic pump. 6) Two (2) pcs angle valves size 3/4'' and two (2) angle
valves threaded size 1'' IPS for blow out valves of seachest box.
c. Disassemble all valves and strainers as delivered to shop and sandblast/paint valves and strainers housing, lap/grind valves disk to seat and replace defective valve disk. Clean, repair all strainers sand trap and replace deteriorated basket type strainer. Re-assemble all parts of valves and strainers and conduct shop hydrotest with required pressure of 100 PSI.
d. Clean, hammer test all main suction pipes and blow-out pipes of seachest box and replace deteriorated pipes.
e. Conduct shop hydrotest on newly repaired valves with required pressure of 100PSI.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
88
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
f. Install onboard with new gaskets, bolts and nuts. g. Conduct operational test and correct noted deficiencies. h. Paint valves and strainers with one (1) coat marine epoxy
primer and one (1) coat marine epoxy black as top coat.
8. REPAIR AND PAINTING OF PORT/STARBOARD SEACHEST BOXES & STRAINERS
a. Remove marine growths on both seachest boxes and strainers. b. Repair defective parts of five (5) pcs seachest boxes and
strainers. c. Paint inner side with one (1) coat marine epoxy primer and one
(1) coat marine epoxy anti-fouling red as top coat.
9. REPLACEMENT OF IMPRESSED CURRENT CATHODIC PROTECTION (ICCP) SYSTEM WITH AN ICCP HULL CORROSION PROTECTION AND PIPE WORK ANTI - FOULING COMBINED IN A SINGLE PACKAGE WITH COMPLETE ACCESSORIES
a. Remove the existing inoperative Wilson Impressed Current Cathodic Protection (ICCP) System and replace with brand new ICCP System for the underwater hull plating, rudder and fittings with following description: (As per sample)
1) The system comprises four (4) platinized titanium anodes, two zinc reference electrodes and a controller power unit.
2) The anodes are fitted externally to hull below the waterline on port and starboard.
3) The controller located in the MCR is fed with single phase 115VAC 60Hz which it transforms and rectifies to 12VDC, 50 Amp.
4) The controller unit front is fitted with a main isolator switch, power supply indicator lamp, voltmeter, anode ammeter and a multi meter.
5) Propeller shafts and rudder stocks are electrically bonded to the hull thru a slip ring assemblies and flexible cable respectively.
b. Also provide and install pipework anti-fouling and corrosion suppression system. The system shall consist of pairs of copper and aluminum anodes mounted in the strainers or seachest of the following equipment and wired to the control panel.
1) Port and starboard main engines. 2) Four (4) each Ship Service Diesel Generators.
c. Hull corrosion protection and pipework anti-fouling shall be combined in a single package and served by a single control panel.
d. Hull anodes can be changed from outside of the hull by a diver. e. Reference cells shall be made of Zinc or silver/silver chloride for
more accurate readings.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
89
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
f. The ICCP anodes shall be designed to have a service life of five (5) years.
g. Lay-out new electrical wirings. h. Conduct operational test for satisfactory completion of work. i. Conduct training for operation and maintenance.
NOTE: The existing ICCP System is Wilson brand.
10. REPAIR OF PORT AND STARBOARD PROPELLERS, SHAFTS AND RUDDERS
a. Bearing works 1) Take initial shaft to bearing clearances reading on port
and starboard stern tube, tail strut and rudder bearing for reference.
2) Replace port and starboard shaft and rudder bearings with brand new materials with the following specifications; Bearing, tube, synthetic polymer alloy, 5,000 PSI tensile strength, 6,551 PSI shear strength, 1.3% water absorption, 225ºF operating temperature, 9.5'' ID x 13'' OD x 24'' long.
3) Machine bearings up to allowed minimum clearance of 0.037'' for new bearing with an approximate journal diameter of 9.5'' as per NAVSEA Instruction Manual Chapter 9430.180.
4) Upon completion of struts works, install newly machined bearings of shaft rudder aboardship.
b. Rudder works 1) Remove linkage, quadrant and set screws to pull-out
rudder aboardship with an approximate weight of 650 kg and deliver to shop for repair.
2) Take deflection check up on rudder post and correct noted deficiencies with a deflection not exceeding to an eccentricity of 0.010’’ inch (refer to NAVSEA TECHNICAL MANUAL CHAPTER 9430).
3) Replate deteriorated rudder blade and conduct air test upon completion of replating job.
4) Take measurement reading on rudder post bearings/bushings and replace as recommended.
5) Deliver and install rudder aboardship, reconnect rudder linkages and quadrant.
6) Replace synthetic rubber seal (lower and upper portion of rudder post) as per sample with brand new materials.
7) Lubricate rudder housing post with sufficient oil for lubrication and test for leakage while on drydock. Refill also rudder blade with floatation oil.
c. Propeller works
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
90
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
1) Pull-out port and starboard propellers and deliver to shop for inspection and repair.
2) Polish propeller blades, do crack test, repair cracks, chipped-off and dented portions.
3) Take pitch readings on propeller blades and balance propeller using dynamic/ static balancing machine.
4) Conduct blue fittings on port and starboard propellers with at least 80% of propeller hub fully in contact at the tapered portion of the shaft.
5) Submit report with drawings to Project Management Team/Owner’s Representative for evaluation and record purposes.
6) Reinstall port and starboard propellers onboard upon completion of repair.
d. Shafting works 1) Pull-out port and starboard propeller shafts and deliver to
shop for inspection and repair. 2) Skim-off port and starboard propeller shafts and mount to
lathe machine, polish, conduct deflection check-up and submit reading to Project Management Team/Owner’s Representative for evaluation purposes.
3) Correct noted deficiencies, straighten shafts and deflection shall not exceed 0.005’’ inch at the propeller and shafting tapered end.
4) Submit final deflection reading and journal diameter to Project Management Team/Owner’s Representative for reference and record purposes.
5) Renew propeller shaft sleeve with brand new materials. 6) Renew propeller shaft insulation with new insulating
materials (fiberglass). 7) Deliver and Reinstall port and starboard propeller shafts
aboardship, replace seal assembly of port and starboard injectable couplings.
8) Replace Port/Starboard OKC and OKF keyless injectable couplings with new materials.
9) Replace/renew port and starboard rubber inflatable and water tight bulkhead glands with brand new materials.
e. Stern tube works 1) Take initial alignment reading on port and starboard tail
struts and stern tubes with respect to reduction gears as reference.
2) Correct alignment of port and starboard tail struts/stern tubes and submit final alignment reading to Project Management Team/Owner’s Representative for evaluation and record purposes.
3) Reinstall port and starboard rope guards and fair water upon completion of shafting works.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
91
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
11. RENEWAL OF WASTE TANK AT FORWARD ENGINE ROOM
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as piping connections.
b. Renew deteriorated waste tank size 23" width x 23 length x 48" height located at forward engine room, using 3/8" thick (9.5 mm) plate ASTM-A131.
c. Conduct air test to check leakages. d. Reinstall all marked or labeled parts/items removed such as
piping connections to their original locations and in good conditions.
e. Paint with one (1) coat marine epoxy primer and one (1) coat marine epoxy haze gray as top coat.
12. CLEANING OF FUEL OIL TANKS AND LUBE OIL TANKS
a. Clean and wash down with pressurized fresh water seven (7)
fuel oil tanks and three (3) lube oil tanks, using environmental friendly cleaning agents.
b. Replace tank cover rubber gasket and conduct air leak test.
13. PRESERVATION OF FRESH WATER, BALLAST AND MISCELLANEOUS TANKS
a. Wash down and clean with pressurized fresh water, two (2) freshwater storage tanks, two (2) ballast tanks and seven (7) miscellaneous tanks.
b. After surface preparation, cement freshwater tanks with one (1) coat of ordinary cement, and paint ballast and miscellaneous tanks with one (1) coat marine epoxy primer.
14. CLEANINGAND PAINTING OF INNER PORTION OF BOTTOMHULL AT FORWARD AND AFT ENGINE ROOM, BILGE AND SHAFT ALLEYS
a. Mechanically prepare (SSI-St. 3)and wash down with pressurized fresh water inner portion (platings and frames) of bottomhull located at forward and aft engine rooms, bilge and shaft alleys.
b. After surface preparation, paint these areas including bulkheads and overheads with one (1) coat epoxy primer paint, one (1) coat marine epoxy anti-corrosive and two (2) coats white as top coat at aft and forward engine room, bilges and deck machineries with approximate total area of 3,175.35ft2, while two (2) coats epoxy white as top coat at aft and forward engine room, bulkheads/overhead and shaft alleys with approximate total area of 3,390.63 ft2
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
92
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
15. CLEANING AND PAINTING OF SUPERSTRUCTURE
a. Sandblast to near white outer portion of superstructure which
includes CIC, Bridge, P/S wing, smoke stack, air vent blowers and life vest locker located at forward, amidship and aft superstructure approximate total area of 30,500 ft2.
b. Free entire surface from dirt and sand using pressurized fresh water prior painting.
c. Paint entire outer surface of superstructure with the following painting scheme using marine epoxy paint that has been approved for use PN vessels:
LOCATIONS: AREA (ft2)
b/head color overhead color deck color Living & working spaces CO's cabin 409.0
3 whit
e 150.69 white
Executive-Officer’s room
236.81
white 43.06 whit
e
Officer's berth cabin @ portside
355.21
white 96.88 whit
e
Officer's berth cabin @ starboard side
333.68
white 107.64 whit
e
Single berth Officer's cabin @ port
269.10
white 64.58 whit
e
Junior rating cabin 548.96
white 269.10 whit
e 172.2
2 Red Ship's office 301.3
9 white 86.11 white
Combat Information Center room 269.1
0 lightgree
n 64.58
light green
Four (4) berth senior rating
376.74
white 129.17 whit
e
Wardroom pantry 430.56
white 172.22 whit
e Wardroom 322.9
2 whit
e 96.88 white
Audio/TV compartment
495.14
white 182.99 whit
e 182.9
9 Red
Diver compressor space
204.51 white 43.06 whit
e 43.06 Red
Store room forward 602.78
white 322.92 whit
e 322.9
2 Red Store room aft 548.9
6 white 269.10 whit
e 269.1
0 Red
Day provisions room 602.7 whit 322.92 whit 322.9 Red
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
93
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
PROJECT PHASE 2
forward 8 e e 2 Gun Bay & Gun control room at forward
398.26
white 139.93 whit
e 139.9
3 Red
Refrigeration/Machinery compartment
441.32
white 182.99 whit
e 182.9
9 Red
Sewage compartment
441.32
white 172.22 whit
e 172.2
2 Red
Magazine room 441.32
white 172.22 whit
e 172.2
2 Red
Stores and Loiter drive compartment at aft
473.61
white
204.51 white
204.51 Red
Steering gear compartment at aft
441.32 white 172.22 whit
e 172.2
2 Red
Superstructure (outer)
4822.23
haze gray
Head and Shower rooms CO's head and shower room
43.06 white 226.04 whit
e
Officer's head and shower room
43.06 White 226.04 Whit
e
1) Paint with one (1) coat marine epoxy primer. 2) Paint with two (2) coats marine epoxy anti-corrosive. 3) Paint with two (2) coats marine epoxy haze gray as top coat
(3 mils/coat).
Group Nr 2
AUXILIARY MACHINERIES, PIPINGS, STRUCTURAL & ELECTRICAL WORKS
1. SERVICING OF EMERGENCY GENERATOR ASSEMBLY
a. Tag and disconnect electrical wirings. b. Remove foundation bolts and uncouple from prime mover. c. Disassemble emergency generator. d. Conduct megger testing on stator, revolving field, and exciter
field and exciter armature windings for open, shorted and grounded windings.
e. Clean, re-insulate with electrical varnish and bake. f. Replace with brand new ball bearings and other parts found
defective. g. Reassemble emergency generator. h. Reinstall bolts to foundation, couple to prime mover and align.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
94
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
i. Reconnect electrical wirings and secure taggings. j. Conduct operational test with the following parameters and
procedures: 1) Temperature of generator must not exceed limits of
Class "F" insulation (180 degrees F). 2) Regulated output voltage of 440VAC at balance 3 phase
with load, 60Hz at 1800RPM.
2. REPLACEMENT OF HEAT EXCHANGER OF SSDG NR. 1& 3 AND SERVICING OF HEAT EXCHANGER NR 2 MODEL CAT 3406
a. Pull-out heat exchanger of SSDG Nr. 1& 3 for replacement. b. Replace heat exchanger assembly of SSDG Nr. 1 & 3 with
brand new spares as per original specification from the manufacturer.
c. Servicing of SSDG Nr 2 heat exchanger. d. Install heat exchanger aboardship, tighten all mating flanges
and install temperature at engine room fresh water lubricating system.
e. Conduct test for satisfactory operations.
3. SERVICING OF GENERATOR ASSEMBLIES NR. 1, 2 AND 3
a. Tag and disconnect electrical wirings. b. Remove foundation bolts and uncouple from prime mover. c. Disassemble generator Nr. 1, 2 and 3. d. Conduct megger test on stator, revolving field, exciter field and
exciter armature windings for open, shorted and grounded windings.
e. Clean, re-insulate with electrical varnish and bake. f. Replace with brand new ball bearings and other parts found
defective. g. Reassemble generator Nr. 1, 2 and 3. h. Reinstall bolt to foundation, couple to prime mover and align. i. Reconnect electrical wirings and secure tagging. j. Conduct operational test with the following parameters and
procedures: 1) Temperature of generator must not exceed limits of
Class F insulation (180 degrees F). 2) Regulated output voltage of 440VAC at balance 3 phase
with load, 60Hz at 1800RPM.
4. RENEWAL OF ALL CORRODED PIPING INTERFERENCES OF SSDG NR. 1, 2 AND 3
a. Renew all corroded pipings from existing strainer leading to raw pump and fuel oil pipes from existing fuel pipe, exhaust piping, salt water cooling piping and fuel oil pipings of SSDG Nr. 1, 2 and 3 from exhaust manifold to muffler and salt water cooling
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
95
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
pipe leading to said SSDG and return to day tank, sizes stated below:
1. Pipe, steel black iron schedule 80, size 8'' dia IPS approximately 10 ft long for exhaust pipe.
2. Pipe, brass schedule 40, size 2'' and 1-1/2'' dia IPS approximately 10 ft long for salt water cooling pipe.
3. Tube copper, size 3/8'' dia IPS approximately 10 ft long for fuel oil pipe.
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50PSI.
c. Conduct operational test and correct noted deficiencies. d. Re-insulate with two (2) inches thick insulation magnesia
cement (non-asbestos) with wire support and cover with thermal cloth (heat and oil resistant) for completion of work.
e. Paint pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black and red as top coat.
5. REPLACEMENT OF FUEL OIL PURIFIERS AT FORWARD AND
AFT ENGINE ROOMS
a. Remove interferences such as pipings and electrical wiring connections, copper tubings and create temporary access opening to pull-out existing purifiers aboardship.
b. Replace defective fuel oil purifier on forward and aft engine rooms with brand new unit with the following specifications; 2500 LPH, 3 HP, 440 VAC, 60 HZ, 3 PH, 1740 RPM, with complete auxiliary equipment, feed pump, controller, regulating valve, solenoid valve, sludge removal kit, starter panel, temperature gauges, pressure gauge, provideconsumable parts and kit - two (2) sets overhauling kit & two (2) sets inspection kits, fully enclosed. (As per sample)
c. Modify foundation of purifiersaboardship. d. Provide product testing certificate duly approved by a laboratory
accredited by the government. e. Provide and submit five (5) copies of operation/maintenance
and parts manual of new purifiers and submit to Project Management Team/Owner’s Representative for future references.
f. Adapt and install piping connections of new purifiers including all piping accessories such as filters, sight glass, valves and gauges.
g. Provide and lay out new electrical wiring connections of two (2) purifiers to its controllers and switchboard.
h. Conduct onboard training/seminar to PN personnel on the care, maintenance and operations of newly installed fuel oil purifiers.
i. Conduct test for satisfactory completion of work. j. Provide special tools for the repair/overhauling of newly
procured purifiers as specified by the manufacturer.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
96
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
6. REPLACEMENT OF DESALINATING UNIT (REVERSE OSMOSIS)
a. Remove interferences such as piping and electrical wiring connections, copper tubing and foundation bolts to pull out existing desalinating unit aboard ship and turn over to PN for proper disposal.
b. Replace desalinating unit (reverse osmosis) with the following specifications: Desalinatingunit, (reverse osmosis), water maker, 1.2 GPM, 1.5HP, 440 VAC, 60 Hz, 3 PH, consist ofthin film composite membrane, corrosion resistant pump, pressure regulator, sediment pre-filter, pulsation dampener, automatic feed water shut-off valve, low pressure switch,flow meter and complete monitoring devices such as temperature and pressure gauges.
c. Modify foundation aboardship. d. Install the newly procured desalinating unit aboardship. e. Lay out electrical wiring connections. f. Conduct onboard training and seminar for the care,
maintenance and operation of newly installed desalinating unit. g. Provide five (5) copies of operation/maintenance parts manual
to Authorized PN Representative for future reference. h. Conduct test and ensure a 100% production of potable water
duly approved by a certified laboratory accredited by the government.
i. Conduct training for operation and maintenance.
NOTE: the existing desalinating unit is BRAVAC
7. ADAPTATION OF PIPINGS OF NEWLY INSTALLED DESALINATING UNIT
a. Adapt existing pipings to newly installed desalinating unit from sand trap strainer of seachest valve leading to feed pump and desalinating unit and supply to fresh water storage tank, using brass pipe schedule 40 sizes are stated below:
1) Pipe size 2" dia. IPS approximately 20 ft. long. 2) Pipe size 1 1/2" dia. IPS approximately 20 ft. long.
b. Provide two (2) gate valves size 2" and 1-1/2" IPS threaded for spare.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes with one (1) coat marine epoxy primer green and
one (1) coat marine epoxy black as top coat.
8. REPLACEMENT OF HIGH PRESSURE AIR COMPRESSOR WITH MOTOR AND CONTROLLER AT FORWARD ENGINE ROOM
a. Remove interferences such as wiring and piping connections to
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
97
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
pull-out air compressor at forward engine room and turn-over to PN for safekeeping.
b. Provide compressor factory test results/certificate at full rating capacity and submit to Project Management Team/Owner’s Representative for evaluation.
c. Provide and replace existing air compressor with brand new unit with the following specifications discharged pressure: 800 PSI, with approximate discharge flow of 12.900 cubic feet/minute, input voltage of 440 VAC, 60Hz, 3PH with motor and controller, check valve, pressure switch, pressure gauge ranging from 0-800 PSI.
d. Modify foundation aboardship. e. Deliver and install newly procured compressor aboardship. f. Re-install and align pipinginterferences and lay-out wiring
connections. g. Conduct operational test with full rated capacity (800PSI
maximum) as shown on compressor name plate data and motor specifications.
NOTE: The existing high pressure air compressor with motor and controller TECO ELECTRIC AND MACHINE PTE Ltd.
9. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT FORWARD AND AFT ENGINE ROOM
a. Remove interferences such as wiring and piping connections to pull-out high pressure salt water pump at forward and aft engine room.
b. Provide and replace pumps with brand new units with the following specifications: 250 GPM, 134 total dynamic head (TDH), single impeller, self-priming, vertical mounted, electric motor driven with controller, 440VAC, 60Hz.
c. Modify foundation aboardship. d. Deliver onboard the newly procured pumps and install to
respective foundations. e. Provide factory test results of newly procured pumps with full
rated capacity at 250 GPM. f. Align and install piping connections and lay-out wiring
connections. g. Conduct operational test and ensure the unit will operate to its
full rating capacity of 250 GPM with no overheating of bearings, no unusual sound noted and vibration shall not exceed 19 mm/s using analyzing equipment.
NOTE: The existing high pressure salt water pumps with motor and controller at forward and aft engine room HAMWORTHY ENGINEERING LTD DOLPHIN C3 X 2V VERTICAL NON SELF PRIMING 51 TONNES/H AGAINST A 7 BAR HEAD.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
98
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
10. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER
PUMP PIPINGS AT FORWARD AND AFT MAIN ENGINE ROOM
a. Adapt and align existing suction and discharged pipe of high pressure salt water pump at forward and aft main engine room, using brass pipe schedule 40 approximately 10 ft. long, pipe size 3'' dia. IPS and 2'' dia. IPS.
b. Pull-out and deliver to shop for repair two (2) suction and two (2) discharged valve of high pressure salt water pump at forward and aft main engine, sizes are stated below:
1) One (1) angle valve size 3'' dia. IPS (flange type). 2) One (1) gate valves size 3'' dia. IPS (flange type). 3) Two (2) globe valves size 2'' dia. IPS (flange type).
c. Disassemble all valves, lap and grind valve from disk to seat and replace defective valve disk. Reassemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Install onboard with new gaskets, bolts and nuts. e. Conduct operational test and correct noted deficiencies. f. Paint pipes and valves with one (1) coat marine epoxy black as
top coat.
11. REPAIR OF SALT WATER CONTROL VALVE OF FIREMAIN PIPE AT FORWARD AND AFT ENGINE ROOM
a. Bring out and deliver to shop for repair three each saltwater control valves of firemain pipe at forward engine room size 3'' dia. IPS and two (2) each salt water control valves of firemain pipe at aft engine room, size 2'' dia. IPS.
b. Disassemble all valves, lap/grind valves from disk to seat and replace defective valve disk. Re-assemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
c. Install on board with new gasket, bolts and nuts. d. Conduct operational test and correct noted deficiencies. e. Paint valves with one coat marine epoxy primer and one coat
marine epoxy black as top coat.
12. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT SEWAGE COMPARTMENT
a. Remove interferences such as wiring and piping connections to pull-out high pressure salt water pump at sewage compartment.
b. Provide and replace pumps with brand new units with the following specifications:250 GPM, 134 TDH, single impeller, self-priming, vertical mounted, electric motor driven with controller, 440VAC, 60Hz 3 phase.
c. Modify foundation aboardship. d. Deliver onboard the newly procured pump and install to its
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
99
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
foundation. e. Provide factory test results of newly procured pump with full
rated capacity at 250 GPM. f. Align and install piping connections and lay-out wiring
connections. g. Conduct operational test and ensure that the unit will operate to
its full rating capacity of 250GPM with no overheating of bearings, no unusual sound noted and vibration shall not exceed 19 mm/s, using analyzing equipment.
NOTE: The existing high pressure salt water pumps with motor and controller at sewage compartment HAMWORTHY ENGINEERING LTD DOLPHIN C3 X 2V VERTICAL NON SELF PRIMING 51 TONNES/ AGAINST A 7 BAR HEAD.
13. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT SEWAGE COMPARTMENT
a. Adapt and align existing suction and discharge pipe of high pressure salt water pump at sewage compartment using brass pipe schedule 40 approximately 10 ft. long, pipe size 3'' dia. IPS and 2'' dia. IPS.
b. Pull-out and deliver to shop for repair one (1) suction and one (1) discharged valve of high pressure salt water pump at sewage compartment sizes are stated below:
1) One gate valves size 3'' dia. IPS (flange type). 2) One globe valves size 2'' dia. IPS (flange type).
c. Disassemble all valves, lap and grind valve from disk to seat and replace defective valve disk. Reassemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Install onboard with new gaskets, bolts and nuts. e. Conduct operational test and correct noted deficiencies. f. Paint pipes and valves with one (1) coat marine epoxy black as
top coat.
14. REPAIR OF ANCHOR WINCH MECHANISM
a. Secure anchor and chain for the check-up/repair of anchor winch mechanism aboardship.
b. System check troubleshoots onboard winch mechanism. c. Repair brake drum and gear assembly. d. Remove cover of drive and driven gear for polishing and repair. e. Counter check gear tooth, check clearance and conduct
necessary adjustment as recommended. f. Repair brake bond and replace brake lining with brand new
materials. g. After repair, re-assemble winch mechanism and replace all
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
100
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
grease fittings. Lubricate all mechanisms with grease. h. Install brake pad and free-up brake mechanism. i. Repair anchor winch mechanism foundations. j. Conduct test for satisfactory operation.
15. REPAIR OF HYDRAULIC PIPES OF ANCHOR WINDLASS AT
FORWARD COMPARTMENT
a. Repair deteriorated portion of hydraulic piping of anchor windlass, located at forward compartment using black iron pipe schedule 80 sizes are stated below:
1) Pipe size 1-1/4" dia IPS approximately 10 feet long 2) Pipe size 3/4" dia IPS approximately 10 feet long 3) Pipe size 1/2" dia IPS approximately 10 feet long 4) Pipe size 1" dia IPS approximately 20 feet long
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black as top coat.
16. SERVICING OF LOW PRESSURE AIR COMPRESSOR AT AFT ENGINE ROOM
a. Conduct servicing of air compressor aboardship to lap and service intake and discharge valve.
b. Renew gasket of cylinder head. c. Replace defective pressure switch. d. Conduct operational test to prove satisfactory completion of
work.
NOTE: The existing low pressure air compressor WILLIAM AND JAMES (ENGINEERING) Ltd MODEL 715, TWIN SET.
17. REPAIR PORT AND STARBOARD DECK CRANE
a. Conduct repair on port and starboard deck crane to eliminate leakages noted on hydraulic cylinder and telescopic boom aboardship.
b. Pull out hydraulic cylinder and replace defective oil seal with brand new materials.
c. Conduct repair on telescopic boom of crane and replace defective oil seal with brand new materials.
d. After repair, reinstall hydraulic cylinder and refill the system with hydraulic fluid.
e. Replace boom rollers, hook, hoses and cables with brand new materials.
f. Conduct repair on cable drum and lubricate the system with sufficient grease as lubrication.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
101
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
g. Refill system with hydraulic oil and conduct operational test for satisfactory completion of work.
h. Sandblast and paint port and starboard deck crane.
18. REPAIR OF PORT AND STARBOARD SHAFT BRAKE MECHANISM
a. Disconnect electronic wiring and tubing connections of port and starboard shaft brake mechanism for repair.
b. Check all fittings and tubing connections for air leaks and replace as recommended.
c. Replace brake pad with new materials, machine and reface brake disc and conduct adjustment as needed.
d. Upon completion of repair, reinstall new brake pad and reconnect tubing connections.
e. Repair electronic components of the system and conduct rewiring as needed.
f. Conduct test for satisfactory operations.
19. REPAIR AFT CAPSTAN LEVER CONTROL MECHANISM
a. Repair hydraulic leakage of capstan lever control mechanism. b. Replace worn-out oil seal and gaskets of lever control
mechanism with brand new materials. c. Replace copper tubing and tighten tube fittings and mating
flanges. d. Replace defective hydraulic hoses. e. Re-fill tank with hydraulic fluid and conduct test ensuring no
leakage were noted during the operation.
20. REPAIR FIREMAIN PIPES AND VALVES OF FIRE STATIONS
a. Repair deteriorated of pipings of nineteen (19)fire stations, using brass pipe sch 40 approximately 80ft. long, pipe size 2" dia. IPS.
b. Pull out and deliver to shop for repair fire main of nineteen (19) fire stations, size 2" dia IPS.
c. Disassemble all valves, lap/grind valves from disk to seat and replace defective valve disk. Re-assemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Replace deteriorated flange pipe at fire station number 1, 2, 3, 4, 5, 7, 8 and 10.
e. Conduct shop hydro test on newly repaired pipe with required pressure of 50 PSI.
f. Install onboard with new gaskets, bolts and nuts. g. Conduct operational test and correct noted deficiencies. h. Paint valves with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
102
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
21. REPAIR SUCTION PIPE OF POCKET DRAIN AT AMMO ROOM
a. Repair weak/deteriorated portion of suction pipe of pocket drain at ammo room, using brass pipe schedule 40 approximately 10 ft. long, pipe size 2" dia. IPS.
b. Provide and install foot valve with strainer thread size 2" dia. IPS and one foot valve with strainer for spare.
c. Fabricate pocket drain with strainer. d. Conduct shop hydrotest on newly repaired pipes. e. Conduct operational test and correct noted deficiencies. f. Paint pipes with one (1) coat marine epoxy black as top coat.
22. REPAIR OF DRAIN PIPES OF COMMANDING OFFICER (CO) AND
OFFICER'S HEAD
a. Remove clogged-up and repair deteriorated portion of drainage pipes of CO's and Officer's head from deck drainage pipe of CO's and Officer's head leading to overboard discharge pipe at ammo room, using brass pipe approximately 10 ft. long pipe size 1-1/2" dia. IPS.
b. Conduct leak test on newly repaired pipes. c. Install onboard with new gasket, bolts and nuts. d. Conduct test and correct noted deficiencies. e. Paint pipes with one (1) coat marine epoxy black as top coat.
23. REPAIR OF DECK DRAIN PIPE AT DIFFERENT LOCATIONS
a. Remove and replace deteriorated portion deck drainage pipe of
different location, as stated below, from said location leading to overboard discharge, using galvanized pipe schedule 80 approximately 80 ft long pipe size 2'' dia. IPS.
1) Port and starboard passage way, in front of wardroom. 2) Port and starboard bridge wing. 3) Port and starboard panel deck. 4) Port and starboard passage way beside crane. 5) Port and starboard passage way amidship. 6) Port and starboard fantail.
b. Fabricate and install deck strainer. c. Conduct shop leak test on newly repaired pipes d. Install onboard with new gasket, bolts and nuts. e. Paint pipes with one (1) coat marine epoxy primer and one (1)
coat epoxy black as top coat.
24. REPLACEMENT OF SUCTION PIPE INSIDE FRESH WATER TANK AT FORWARD MAIN ENGINE
a. Remove and replace weak/deteriorated suction pipe inside of fresh water tank located at forward main engine, using galvanized pipe schedule 80, approximately 10 ft long, pipe
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
103
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
size 2 1/2'' dia. IPS. b. Provide and install foot valve with strainer on end of newly
installed suction pipe. c. Conduct operational test and correct noted deficiencies. d. Paint pipe with one (1) coat marine epoxy primer and epoxy
green as top coat.
25. REPLACEMENT OF WATER PIPING SYSTEM AND VALVES
a. Replace entire deteriorated piping system from fresh water tank leading to fresh water pumpand pressure tank then distribute to different compartment, engine room, transfer pipe andvent pipe using brass pipe sch 40, pipe sizes stated below: 1) Pipe size 3'' diameter IPS approximately 300 ft long. 2) Pipe size 2-1/2'' diameter IPS approximately 300 ft long. 3) Pipe size 2'' diameter IPS approximately 240 ft long. 4) Pipe size 1-1/2'' diameter IPS approximately 340 ft long. 5) Pipe size 1-1/2'' diameter IPS approximately 200 ft long. 6) Pipe size 1'' diameter IPS approximately 200 ft long. 7) Pipe size 3/4'' diameter IPS approximately 240 ft long. 8) Pipe size 1/2'' diameter IPS approximately 300 ft long. 9) Pipe size 3/8'' diameter IPS approximately 160 ft long.
b. Replace all defective valves sizes stated below: 1) Two (2) gate valves flange type size 3'' diameter. 2) Two (2) gate valves flange type size 2-1/2'' diameter. 3) Two (2) gate valves flange type size 2'' diameter. 4) Three (3) gate valves flange type size 1-1/2'' diameter. 5) Four (4) gate valves flange type 1-1/4'' diameter. 6) Two (2) gate valves threaded size 1'' diameter. 7) Five (5) gate valves threaded size 3/4'' diameter. 8) Five (5) gate valves threaded size 1/2'' diameter. 9) Eight (8) gate valve threaded size 3/8'' diameter.
c. Conduct shop hydrotest on newly replaced pipes and valves with required pressure of 50PSIon pipes and 100PSI on valves.
d. Conduct operational test and correct noted deficiencies. e. Paint pipes and valves with one (1) coat marine epoxy green as
top coat.
26. INSULATION OF FLEXIBLE EXHAUST MANIFOLD
a. Remove worn out insulation cover of flexible exhaust manifold. b. Insulate with new magnesia cement at least 2'' thick with wire
support and cover with insulation cloth. c. Conduct operational test and correct noted deficiencies.
27. REPLACEMENT OF MAIN PROPULSION DIESEL ENGINE
OVERBOARD DISCHARGE PIPES AND VALVE
a. Replace deteriorated overboard discharge pipe of main
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
104
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
propulsion diesel engine using brass pipe approximately 20 ft. long, pipe size 2-1/2 dia. IPS.
b. Repair two (2) defective overboard discharge angle valves size 2-1/2'' dia. IPS flange type.
c. Conduct shop hydrotest on newly replaced pipes and newly repaired valves with required pressure of 50 PSI for pipes and 100 PSI for valves.
d. Conduct operational test and correct noted deficiencies. e. Paint pipes and valves with one (1) coat marine epoxy black as
top coat.
28. REPLACEMENT OF DISCHARGE PIPE AND VALVE AT AFT BILGE
a. Replace deteriorated discharge pipes of after bilge using brass pipe schedule 40 approximately 60 ft. long, pipe size 2'' dia. IPS.
b. Repair one (1) overboard discharge angle valve size 2'' dia. IPS flange type.
c. Conduct shop hydrotest on newly replaced pipes and newly repaired valves with required pressure of 50 PSI for pipes and 100PSI for valves.
d. Conduct operational test and correct noted deficiencies. e. Paint pipes and valves with one (1) coat marine epoxy black as
top coat.
29. REPLACEMENT OF MPDE Nr. 1 AIR DISTRIBUTION PIPING SYSTEM
a. Replace deteriorated air distribution pipings of port main engine, using black iron pipe schedule 80 approximately 20 ft. long, pipe size 1-1/ 2'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes and valves with one (1) coat marine epoxy blue as
top coat.
30. REPLACEMENT OF MPDE Nr. 2 AIR DISTRIBUTION PIPING SYSTEM
a. Replace deteriorated air distribution pipings of starboard main engine, using black iron pipe schedule 80 approximately 20 ft. long, pipe size 1-1/ 2'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes and valves with one (1) coat marine epoxy blue as
top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
105
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
31. REPLACEMENT OF SALT WATER FLUSHING PIPE OF HEAD BOWL
a. Replace deteriorated salt water flushing pipe of head bowl, using brass pipe schedule 40 approximately 20 ft. long, pipe size 1-1/4'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes and valves with one (1) coat marine epoxy black as
top coat.
32. REPLACEMENT OF BYPASS AIR VALVE PANEL REGULATOR
a. Replace defective one (1) air valve panel regulator size 3/4'' dia. threaded.
b. Conduct shop hydrotest on newly procured regulating valve with required pressure of 100PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint valves with one (1) coat marine epoxy blue as top coat.
33. REPAIR OF EMERGENCY FIREMAIN VALVE
a. Repair one (1) emergency fire main valve size 3'' dia. IPS. b. Disassemble valve, sandblast lap and grind valve from disk to
seat and replace defective internal parts. c. Reassemble all parts of valve and conduct shop hydrotest with
required pressure of 100 PSI. d. Conduct operational test and correct noted deficiencies. e. Paint valve with one (1) coat marine epoxy black as top coat.
34. REPLACEMENT OF FIRE ALARM SYSTEM ASSEMBLY WITH
DETECTORS AND SENSORS AT ALL COMPARTMENTS
a. Replace with brand new fire alarm system with detectors and sensors at all compartments with the following specifications stated below:
1) Control panel, 240VAC, 60Hz, with hardware for 24VDC power converter, steel, red color with key locking door.
2) Fire horn with strobe light, 240VAC, 0.005A, 4'' W x 4'' H x 1-3/4'', 15/75 candela strobe signal, flashes 60 times/min. with '' FIRE '' printed in strobe.
3) Annunciator, 240VAC, 10 point input, NEMA - 1 enclosure, includes, 10 supply relay or switch input and bulb test switch, hazardous resistant.
4) Fire bell, 240VAC, 6 '' dia., 86 db at 10 ft. with electrical mounting box.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
106
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
5) Fire alarm station switch, 120VAC, manual, SPST, NO, with PULL DOWN lever when operated, shock proof, red color.
6) Smoke detector, 24VDC, 2 W, 6.1'' dia, 1.85'' ht, with photo electric sensor.
b. Lay-out brand new electrical wirings from main control panels, horn and strobes, annunciators, fire bells, fire alarm station switches, smoke detectors and sensors with the following specifications:
1) Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each. AWG Nr. 18, solid copper wire).
2) Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame resistant and resist abrasion, UL standard.
c. Conduct operational test in accordance with the following test parameters and procedures:
1) Must operate at 240VAC, 1PH, 60Hz. 2) System are manually and auto sensor operation.
NOTE: The existing is MINERVA MARINE.(As per sample)
35. REPLACEMENT OF SPRINKLER HEAD AND SPRINKLING PIPING SYSTEM
a. Replace defective forty (40)brass sprinkler head of sprinkling piping system approximately 400 ft, size 1/2" dia. IPS located as stated below:
1) One (1) at passageway machinery control room. 2) One (1) in front of wardroom pantry. 3) One (1) at wardroom pantry. 4) Three (3) in front of passageway ship supt. office. 5) One (1) at ship supt. office. 6) One (2) at wardroom. 7) Four (4) at officer's country. 8) One (1) in front of officer's head. 9) One (1) at officer's head. 10) Two (2) at CO's cabin. 11) One (1) at Executive Officer stateroom. 12) One (1) at officer's entrance door. 13) Four (4) at gun bay. 14) Eight (8) at ammo room ship cat 1. 15) One (1) at senior 1 billeting. 16) One (1) at Sound Reproduction Equipment (SRE). 17) One (1) in front of SRE. 18) One (1) at panel deck ship cats. 19) One (1) at panel deck oxy and acetylene rack 20) One (1) at paint locker.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
107
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
21) One (1) at Bromotrifluoromethane (BTM) compartment.
22) One (1) at naval store room. 23) One (1) at regulating office.
b. Provide five (5) brass sprinkler head size 1/2" IPS for spare. c. Remove and replace weak/deteriorated portion pipings of
sprinkling, using brass pipe schedule 40 approximately 40 ft. long, pipe size 1/2" dia.
d. Remove and reinstall wooden ceiling with perforated metal sheeting on said location of sprinkler head and pipings.
e. Conduct operational test and correction noted deficiencies.
36. REPLACEMENT OF FLOODING ALARM SYSTEM ASSEMBLY WITH FLOAT SENSORS AT AFT AND FORWARD ENGINE ROOM
a. Replace with brand new flooding alarm system with float sensors at AFT and FORWARD Engine room with the following specifications stated below:(As per sample)
1) Control panel, 240VAC, 60Hz, with hardware for 24VDC power converter, steel, corrosion resistant with key locking door.
2) Horn and strobe, 240VAC, 15/75 candela strobe signal flashing (60 times per minute) dim. - 4'' W x 4'' H x 1 3/4'' Dp series.
3) Annunciator, 240VAC, 10 point input, NEMA - 1 enclosure, includes, 10 supply relay or switch input and bulb test switch, hazardous resistant.
4) Electric bell, 240VAC, 6 '' dia., 86 db @ 10 ft. with mounting box.
5) Float, liquid level switch, 120VAC, manual, SPST, NO, with lever operated, shock proof with mounting base.
b. Lay-out brand new electrical wirings from main control panels, horn and strobes, annunciators, electric bells and float switches with the following specifications:
1) Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each. AWG Nr. 18, solid copper wire).
2) Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame resistant and resist abrasion, UL standard.
c. Conduct operational test in accordance with the following test parameters and procedures:
1) Must operate at 240VAC, 1PH, 60Hz . 2) System are manually and auto float sensor operation.
NOTE: The existing flooding alarm system assembly with float sensors at aft and forward engine room NEWBURY DIESEL Co. Ltd, Newbury England Serial Nr.: 50132.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
108
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
37. FABRICATE AND INSTALL PIPINGS OF CO2 FIXED FLOODING SYSTEM WITH CO2 BOTTLES AT FORWARD AND AFT ENGINE ROOM
a. Provide and install six (6) CO2 bottles (100 lbs) with charge at forward and aft engine room.
b. Fabricate and install two (2) steel foundations as per design plan for three (3) bottles of CO2 at forward engine room and three CO2 bottles at aft engine room.
c. Fabricate and install piping system of the said CO2 flooding system from discharge of CO2 bottles leading to top of port and starboard main engines as per plan provided, using black iron pipe schedule 80 approximately 60 ft. long, pipe sizes are 1/4", 3/4" and 1/2" dia. IPS.
d. Install all accessories of CO2 fixed flooding system. e. Conduct shop hydrotest on newly fabricated pipe with required
pressure of 50 PSI. f. Conduct operational test with water on all pipings of CO2 fixed
flooding system and correct noted deficiencies. g. Fabricate and install pipe brackets. h. Paint pipes with one (1) coat marine epoxy primer.
38. REPAIR OF MAIN REEFER
a Repair main reefer aboardship. b Replace with brand new compressor motor and salt water
pump motor assemblies with controller with the following specifications:
1) Compressor unit, refrigeration assembly, 440VAC, 3 Phase, 60Hz with cooling fan motor blower assembly (as per existing aboardship)
2) Magnetic starter, across the line, 440VAC, 60HZ with adjustable overload with Auto/Manual set up with enclosure.
3) Centrifugal pump and motor, close couple, horizontal mounted, 440VAC, 60 Hz, 50 PSI, heavy duty cast iron body, bronze impeller and pump housing, totally enclosed fan cooled, continuous duty, wetted parts are Buna - N carbon ceramic type (as per existing aboardship).
c. Replace with brand new accessories and other parts found defective.
d. Lay out brand new electrical wirings. e. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature of motor must not exceed limits of Class F
insulation (180 degrees F). 2) Reefer must operate at 440VAC, 3 Ph, 60Hz.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
109
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
3) Temperature range at 33º to 45º F for cool compartment. 4) Temperature range at 10º to 20º F for cold compartment.
NOTE: The existing main reefer is DWM COPELAND Serial Nr.: 0685655 DLJE-201-EWL-000, 50Hz, 440 V, 3Phase.
39. REPAIR OF SEWAGE TREATMENT PLANT SYSTEM
a. Repair sewage treatment plant system aboardship. b. Repair process pump and motor assembly, surge tank pump
and motor assembly, solid discharge pump and motor assembly, liquid effluent pump and motor assembly, flocculent pump and motor assembly, chlorine pump and motor assembly and replace parts found defective.
c. Check, clean and repair magnetic coils, contacts, overload relay, switches of controller assembly
d. Replace with brand new float switches assembly (as per existing aboard ship and other parts found defective.
e. Lay-out brand new electrical wirings. f. Provide the necessary chemicals/consumables and other
accessories needed for one (1) year. g. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature of motor must not exceed limits of Class F
insulation (180 degrees F) . 2) Must operate at 440VAC, 3 Ph, 60Hz .
NOTE: The existing sewage treatment plant system MARLAND ENVIRONMENTAL SYSTEMINC SS615 TYPE II.
40. REPLACEMENT OF PIPINGS OF SEWAGE TREATMENT PLANT
a. Replace existing galvanized pipe to brass pipe of sewage treatment plant from drainage pipe of heads leading to sewage tank, to suction side of pump and discharge to overboard of freeboard. Use brass pipe approximately 30 feet long pipe size 2-1/2" dia. IPS and 100 ft. long pipe size 1-1/2" dia. IPS.
b. Provide two gate valves size 2-1/2" IPS and 1-1/2" IPS threaded and two elbow silver brazing size 2-1/2" x 90 deg and 1-1/2" x 90 deg for spare.
c. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI.
d. Conduct operational test and correct noted deficiencies. e. Paint pipe with one (1) coat marine epoxy black as top coat.
41. REPLACEMENT OF OIL-WATER SEPARATOR SYSTEM
a. Provide and install brand new oil water separator module with
complete accessories at FWD and AFT Engine room with the following specifications:
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
110
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
1) Separator: two stage automatic, capacity : 1 mᶾ / hr, pressure: 1.38 to 3.52 bars
2) Oil bilge pump: type - CCH 213 RJM, capacity: 1 mᶾ / hr 3) Motor drive pump: 0.55KW, 440VAC, 3Ph, 1720RPM. 4) Control module system
b. Repair and reconnect existing pipings to new pump and motor assemblies with new flanges and rubber gaskets.
c. Lay-out brand new electrical wirings. d. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature must not exceed limits of Class F insulation
(180 degrees F). 2) Motor must operate at 440VAC, 3PH, 60Hz.
NOTE: The existing oil-water separator system is THODGE SEPARATORS Ltd VICTOR SERIES VS2, TWO STAGE AUTOMATIC 1 M3/H, 1.38 TO 3.52 BAR.
42. REPAIR PIPINGS OF OIL AND WATER SEPARATOR
a. Remove, then clean and repair existing deteriorated portion of pipings of oil and water separator, using brass sizes are stated below:
1) Pipe size 1" dia. IPS approximately 10 ft. long. 2) Pipe size 3/4" dia. IPS approximately 10 ft. long.
b. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI. c. Conduct operational test and correct noted deficiencies. d. Paint pipe with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black and red as top coat.
43. REPLACEMENTS OF LIGHTING FIXTURES AT DIFFERENT COMPARTMENTS
a. Replace with brand new marine type lighting fixtures at different compartments with the following specifications and location stated below:
1) Fixture, lighting, two fluorescent, standard mounting, 20W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
2) Fixture, lighting, two fluorescent, standard mounting, 40W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
3) Fixture, lighting, single fluorescent, standard mounting, 10W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
4) Fixture, lighting, single fluorescent, standard mounting, 20W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
111
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
5) Fixture, lighting, single fluorescent, standard mounting, 40W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
LOCATION 10W
TUBE : 20W
2TUBE 40W
TUBE 40W
2TUBE Machinery Control Room 3 Commanding Officer's (CO) Cabin
1
Port Main Engine Room 13
Starboard Main Engine Room 14
Store Room 1 Ships office 1 Senior Rating (SR) Dining Recreation
3
Galley 3 3 J.R. Dining Recreation 3
Mess Hall 2 SR2 1 Junior Rating (JR) Head
J. R. Wash Room 2 S. R. Head 1 Damage Control Compt. Forward 2
Officers Baggage Compt.
Crews Baggage Compt.
Emergency Provision Compartment.
Dirty Clothes Locker
Ship store 1 J. R. 3 1 Passageway Deck 1
J. R. 2 Compartment 12 3
J. R. 1 Compartment 12 3
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
112
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Passageway Officers Deck
Officers Country Passageway
Officers Head 1 Passageway 01 Deck
Radar Room Main Communication Office (MCO)& Communications Control Room (CCR)
01 Head Chart Room 1 Electrical Workshop 2
Laundry Room 2 Spare Store Room 3
Damage Control Room Aft 3
Passageway Boatswain Mate’s Storeroom 2 1
Passageway to Aft 3
Aft steering Gear Compartment 3
TOTAL 27 13 64 2 b. Check, clean and repair switches and replace parts found
defective. c. Conduct operational test in accordance with the following test
parameters and procedures: Must operate at 115VAC, 1Ph, 60Hz.
44. REPLACEMENT OF CIRCUIT BREAKER OF GROUP STARTER
PANEL AT MAIN SWITCHBOARD
a. Tag, disconnect and secure electrical power of main switchboard.
b. Replace with brand new circuit breaker of group starter at main switchboard with the following specifications: Molded case circuit breaker, 200AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA.(As per sample)
c. Conduct operational test in accordance with the following test
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
113
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
parameters and procedures: Must operate at 440VAC, 3Ph, 60Hz.
NOTE: The existing starter panel at main switchboard is INDUSTRIAL and MACHINE SWITCH GEAR Ltd Group Starter Board Rated 200A Cable 3c 185mm.
45. REPLACEMENT OF CIRCUIT BREAKER OF PRIMARY
TRANSFORMER PANEL AT MAIN SWITCHBOARD
a. Tag, disconnect and secure electrical power of main switchboard.
b. Replace with brand new circuit breaker of primary transformer panel at main switchboard with the following specifications: Molded case circuit breaker, 225AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA. (As per sample)
c. Conduct operational test in accordance with the following test parameters and procedures: Must operate at 440VAC, 3Ph, 60Hz.
46. REPLACEMENT OF GALLEY WASTE PUMP AND MOTOR ASSEMBLIES Nr. 1 AND 2 WITH CONTROLLERS
a. Replace with brand new galley waste pump and motor assemblies Nr. 1and 2 with controllers with the following specifications: (As per sample)
1) Centrifugal, close coupled, horizontal mounted, 440VAC, 3 PH, 60Hz, 5 GPM, totally enclosed fan cooled, pump type - AOVK 1301 FW, sanitary type 316 stainless steel.
2) Magnetic starter, across the line, 440VAC, 60Hz with adjustable overload with stop - start push button with enclosure with auto/manual selector switch.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440 VAC, 60 Hz, bolt on.
b. Lay-out brand new electrical wirings. c. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature must not exceed limits of Class F insulation
(180º F). 2) Motor must operate at 440VAC, 3PH, 60Hz.
NOTE: The existing galley waste pump is SIHI-RYALAND PUMPS Ltd AOVK 1301 FW18.2 LITERS/MIN, SPEED 200 REV/MIN.
47. REPAIR OF DRAINAGE PIPE OF GALLEY AND PANTRY
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
114
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
a. Remove and replace deteriorated portion of drainage pipe of galley and pantry from existing joint flange at forward engine room leading to waste tank and discharge to over board, using galvanized pipe schedule 80 approximately 20 ft long pipe size 2-1/2" dia IPS.
b. Replace defective overboard discharge valve. c. Shop hydrotest on newly repaired pipe with required pressure
of 50 PSI and newly procured valve with required pressure of 100 PSI.
d. Install onboard with new gasket, bolts and nuts. e. Conduct operational test and correct noted deficiencies. f. Paint pipes with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black as top coat
48. REPAIR OF SELF-CONTAINED AIR CONDITIONING UNIT AND COOLING SYSTEM AT AFT COMPARTMENTS
a. Repair self-contained air conditioning unit and cooling system at AFT compartments.
b. Replace with brand new self-contained air conditioning unit assembly with complete accessories at different compartments with the following specifications stated below:
1) Four (4) self-contained air conditioning unit assemblies, 2KW - 3.2KW, 115VAC, 3PH, 60Hz, 11,000BTU/HR, water cooled (as per existing aboardship).
2) One (1) self-contained air conditioning unit assembly, 3KW - 5.3KW, 115VAC, 3PH, 60Hz, water cooled (as per existing aboardship).
c. Replace with brand new sea water cooling pump and motor assembly of self- contained air conditioning unit with the following specifications:
1) Close couple, centrifugal pump and motor assembly, 440VAC, 3PH, 60Hz, 18.23 GPM pump capacity, marine type, totally enclosed fan cooled.
2) Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
d. Replace with brand new copper tubings with insulations, gate valves, fittings and other accessories.
e. Conduct flushing with nitrogen gas and repair all leakages and charge with refrigerant gas.
f. Lay-out brand new electrical wirings g. Conduct operational test in accordance with the following test
parameters and procedures: 1) Motor temperature must not exceed as per name plate
data. 2) Must operate at 440VAC, 3PH, 60HZ. 3) Cooling capacity should be between 16ºC to 24ºC at
37ºC ambient temperature.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
115
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
NOTE: The existing self-contained air conditioning unit and cooling system at aft compartments is VIKING 12 MJN Ltd Norvent Division, England.
49. RE-CONNECT PIPINGS OF SELF-CONTAINED AIR CONDITIONING UNITS
a. Re-connect existing pipes of self-contained air condition units at aft storage room, work shop and Damage Control locker.
b. Replace existing salt water suction rubber hose to brass pipe on cooling of self-contained aircon at naval store.
c. Replace defective butterfly valves, check valves and Y-strainers, 3/8" IPS.
d. Paint pipe with (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat.
e. Conduct operational test and correct noted deficiencies.
50. REPAIR OF SUCTION AND DISCHARGE PIPES OF SALT WATER PUMP OF SELF-CONTAINED AIRCON AT AFT
a. Remove and repair deteriorated portion of suction and discharge pipes of salt water pump of self-contained aircon at aft engine room from strainer sand trap leading to pump, using galvanized pipe schedule 80 sizes are stated below:
1) Pipe size 2" dia. IPS approximately 10' long. 2) Pipe size 1" dia. IPS approximately 10' long.
b. Provide non-existing gate valve flange type size 1" IPS. c. Conduct shop hydrotest on newly repaired pipes with required
pressure of 50 PSI. d. Install onboard with new gasket, bolts and nuts. e. Conduct operational test and correct noted deficiencies. f. Paint pipes with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black as top coat.
51. REPLACEMENT OF FRESH WATER PUMP AND MOTOR ASSEMBLY Nr. 1 & 2 WITH CONTROLLER
a. Replace with brand new fresh water pump and motor assembly Nr. 1 & 2 with controller with the following specifications: (As per sample)
1) Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 13.21 GPM pump capacity, marine type, totally enclosed fan cooled.
2) Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
116
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
4) Pressure switch and pressure gauge. Make: Goulds Pump
b. Repair foundation and mounting holes of new fresh water pump motor assembly Nr. 1 & 2.
c. Repair and reconnect existing pipings to new fresh water pump motor assembly Nr. 1 & 2 with new flanges and rubber gaskets.
d. Lay-out brand new electrical wirings. e. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature must not exceed limits of Class F insulation
(180º F). 2) Motor must operate at 440VAC, 3PH, 60Hz.
NOTE: The existing fresh water pump and motor assembly Nr. 1 & 2 with controller ONE FRESH 3 M3/H, 3.5 BAR HEAD.
52. ADAPTATION OF SUCTION AND DISCHARGE PIPE OF FRESH WATER PUMP NR. 1 AND 2
a. Adapt and install existing suction and discharge pipe of fresh water pump Nr. 1 and 2, using galvanized pipe schedule 80 sizes are stated below:
1) Pipe size 2-1/2" dia. IPS approximately 10 ft. long for suction pipe.
2) Pipe size 2" dia. IPS approximately 10 ft. long, for discharge pipe.
b. Bring-out and deliver to shop for repair two (2) each control gate valves size 2-1/2" flange type.
c. Provide two (2) gate valves size 2-1/2" and 2" IPS flange type for spares.
d. Conduct shop hydrotest on newly repaired valves with required pressure of 100 PSI.
e. Conduct operational test and correct noted deficiencies. f. Paint pipes and valves with one (1) coat marine epoxy primer
and one (1) coat marine epoxy green as top coat.
53. REPLACEMENT OF 25-TONNER CENTRALIZED AIR CONDITIONING SYSTEM AT AFT AND FORWARD
a. Replace with brand new25 tonner centralized air conditioning unit at Aft and Forward with the following specifications stated below: 1) Centralized air conditioning unit, 25 tonner, 300,00BTU/HR,
3PH, 60Hz, marine typeequipment, semi-hermetic reciprocating liquid chilling packages, refrigerant R-404A.Packaged unit completed with brazed plate heat exchanger cooler, fan coil blowers,two (2) condensers with removable heads on shell and tube, copper nickel tubes andtube sheets, steel shell, two (2) compressors, control
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
117
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
system with multiple step capacitycontrol, overloading and single phase protection drip proof enclosure with springvibration isolators and demand pressure and limit switches, factory refrigerant and internal pipings and wirings with complete accessories.
2) Two (2) assemblies, close couple, centrifugal salt water pump and motor assembly, 440VAC, 3PH, 60Hz, marine type, totally enclosed fan cooled.
3) Two (2) assemblies, controller, starter, magnetic, across the line, 440VAc, 3 pole, 60Hz,with adjustable overload with auto-manual, stop-start push button and enclosure.
b. Replace brand new vent ductings and insulations and other accessories.
c. Replace deteriorated portion of suction and discharge cooling pipes and parts founddefective.
d. Provide and install pipings, copper tubings, insulations and other accessories for theadoptation of existing pipe lines and tubings.
e. Lay out brand new electrical wirings. f. Conduct flushing with nitrogen gas and repair all leakages and
charge with refrigerant gas. g. Conduct operational test in accordance with the following test
parameters and procedures: 1) Motor temperature must not exceed as per name plate
data. 2) Must operate at 440VAC, 3PH, 60HZ. 3) Cooling capacity should be between 16ºC to 24ºC at
37ºC ambient temperature. NOTE: The existing 25-tonner centralized air conditioning system at aft and forward is BITZER KOHLMASCHINENBAU GMBH & Co. KG, Serial Nr.: 361005, 4Hz, max. BETR= 25 bar
54. REPLACEMENT OF SALT WATER SUCTION AND DISCHARGE PIPE OF SALT WATER PUMP NR. 1 & 2 OF 25 TONS AIR CONDITIONING UNIT
a. Remove and replace deteriorated salt water suction and discharge pipe from galvanized pipe to brass pipe, located at forward engine room using brass pipe schedule 40 sizes are stated below:(As per sample)
1) Pipe size 3" and 2-1/2" dia. IPS approximately 20 ft. long for suction pipe.
2) Pipe size 2" and 1-1/2" dia. IPS approximately 20 ft. long for discharge pipe.
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Pipe with one (1) coat marine epoxy black as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
118
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
55. REPLACEMENT OF MAIN ENGINE PRE-LUBRICATION PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOM
a. Replace with brand new main engine pre-lubrication pump and motor assemblies with controllers at Forward and AFT engine room with the following specifications:(As per sample).
1) Centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 9.82 m /hr at 3.4 bar (43.24GPM at 49.3 PSI) - pump capacity, marine type, 1750 RPM, totally enclosed fan cooled.
2) Starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on.
4) Pressure switches and pressure gauges. b. Repair and reconnect existing pipings to new pre-lubrication
pump and motor assemblies with new flanges and rubber gaskets.
c. Lay-out brand new electrical wirings. d. Conduct operational test in accordance with the following test
parameters and procedures: 1. Temperature must not exceed limits of Class F insulation (180º F). 2. Motor must operate at 440VAC, 3PH, 60Hz.
Note: The existing main engine pre-lubrication pump and motor assemblies with controllers at forward and aft engine room is Peerles 35M Close couple
56. ADAPTATION OF PIPINGS OF LUBE OIL PUMP AT PORT AND STARBOARD MAIN ENGINE ROOMS
a. Adapt existing pipings of lube oil pump at port and starboard main engine, using black iron pipe schedule 80 approximately 20 ft. long, pipe size 1" dia. IPS.
b. Conduct operational test and correct noted deficiencies. c. Paint pipes with one (1) coat marine epoxy primer and one (1)
coat marine epoxy yellow paint as top coat.
57. REPLACEMENT OF MAIN ENGINE PRE-HEATING PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOMS
a. Replace with brand new main engine pre-heating pump and motor assemblies with controllers at forward and aft engine room with the following specifications:
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
119
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
1) Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 9.8 m /hr at 30 m THD (43.15 GPM) - pump capacity, marine type, 3450 RPM, totally enclosed fan cooled. 2) Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure. 3) Circuit breaker, molded case, 15AT, 3 Pole, 440VAC,60 Hz, bolt on. 4) Pressure switches and pressure gauges. b. Repair and reconnect existing pipings to new pre-lubrication
pump and motor assemblies with new flanges and rubber gaskets.
c. Lay out brand new electrical wirings. d. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature must not exceed limits of Class F insulation (180º F). 2) Motor must operate at 440VAC, 3PH, 60Hz.
58. REPAIR OF DOMESTIC REFRIGERATION PLANT
a. Repair domestic refrigeration plant aboardship. b. Replace with brand new compressor unit refrigeration
assemblies, salt water pump motor assemblies, evaporators, condensers with complete accessories with the following specifications stated below:
1) Compressor unit, refrigeration, semi-hermetic, 2.53KW, 440VAC, 3PH, 60Hz, Type DLU 201, 1750 RPM (as per existing aboardship).
2) Magnetic starter across the line, 440VAC, 60Hz with adjustable overload, start - stop push button and enclosure.
3) Close couple, centrifugal pump, 440VAC, 3PH, 60Hz. 0.516.cu. m / hr pump capacity, marine/sea water type, totally enclosed fan cooled.
4) Magnetic starter across the line, 440VAC, 60Hz with adjustable overload, start - stop push button and enclosure.
5) Condensers unit, refrigeration, sea water cooled, shell tube type assembly (as per existing aboardship).
6) Evaporator’s assembly, with firmed copper coil tube with cooling fan (as per existing aboardship).
c. Replace with brand new copper tubings with insulations, gate valves, fittings and other accessories.
d. Conduct flushing with nitrogen gas and repair all leakages and charge with refrigerant gas.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
120
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
e. Lay-out brand new electrical wirings. f. Conduct operational test in accordance with the following test
parameters and procedures: 1. Temperature of motor must not exceed limits of Class F
insulation (180º F). 2. Must operate at 440VAC, 3 PH, 60Hz. 3. Temperature range at 33º to 45º F for cool compartment. 4. Temperature range at 10º to 20º F for cold compartment.
NOTE: The existing domestic refrigeration plant is WEST-BEYNON.
59. REPAIR OF EMERGENCY GENERATOR DISTRIBUTION
PANELBOARD ASSEMBLY
a. Repair emergency generator distribution panel board assembly aboardship.
b. Secure electrical power of main switchboards, switch off main circuit breaker and provide safety tag "DANGER: DO NOT OPERATE".
c. Open switchboard panels, tag and disconnect electrical wirings on defective panel meters.
d. Replace with brand new all defective panel meters (as per existing), pilot lamps (as per existing) incandescent lamps (as per existing) and circuit breakers (as per existing) emergency generator distribution panel board assembly and emergency main switchboard.
e. Secure electrical power of emergency main switchboard, switch on main circuit breaker.
f. Check synchronize line to line output of emergency generator distribution panel board assembly to emergency main switchboards, secure and remove safety tag.
g. Conduct operational test in accordance with the following test parameters and procedures:
1) Emergency generator distribution panel board assembly must operate at 440 VAC, 3Phase, 60Hz.
2) Output power of emergency generator distribution panel board assembly must synchronized to output power of emergency switchboard.
60. SERVICING OF FUEL OIL TRANSFER PUMP ASSEMBLY WITH
CONTROLLER AT FORWARD AND AFTENGINE ROOM
a. Conduct servicing of fuel oil transfer pump number 1 & 2. b. Replace bearings, wearing rings, shaft seal, gasket and gauges. c. Conduct alignment of motor to pump. d. Conduct operational test in accordance with the following test
parameters and procedures: 1) Temperature must not exceed limits of Class F insulation
(180° F).
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
121
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
2) Motor must operate at 440VAC, 3PH, 60HZ.
NOTE: The existing fuel oil transfer pump assembly is HAMWORTHY ENGINEERING Ltd SNF 80-46U2 HORIZONTAL INTERNAL BEARING SCREW 10 TONNES/H AGAINST A TOTAL HEAD OF 20 METERS.
61. REPLATING OF DECK AT SEWAGE COMPARTMENT AND
PASSAGEWAY
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at sewage compartment and passageway approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
d. Paint with one (1) coat epoxy deck gray on both sides as top coat.
62. REPLATING OF DECK AT AIR CONDITIONING UNIT (ACU)
COMPARTMENT
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at ACU compartment approximately 145 ft2 (839.55 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replating approximately 145 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiring and sand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
63. REPLATING OF DECK AT PORT AND STARBOARD EXHAUST
AND SUPPLY BLOWER COMPARTMENTS
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
122
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
b. Replate deteriorated and thinned/weak portion of deck platings at port and starboard exhaust and supply blower compartment approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replating approximately 120 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiring and sand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
64. REPLATING OF DECK AT FORWARD MAIN DECK (PORT SIDE)
a. Remove interferences and ensure that all parts/items that were
removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at forward main deck (port side) between frame Nr. 72 - frame Nr. 78 approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replatingapproximately 120 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiring and sand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
65. REPLATING OF DECK AT STARBOARD MAIN DECK
a. Remove interferences and ensure that all parts/items that were
removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at starboard main deck from frame Nr. 41 - frame Nr. 43 approximately 15 ft2 (86.85 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and renew fiberglass insulation in way of replating approximately 15 ft2 in area using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
123
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
d. Reinstall all marked or labeled parts/items removed such as electrical wirings and piping connections to their original locations and in good condition.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
66. REPLATING OF DECK AT DECK GEAR STORAGE
a. Remove interferences and ensure that all parts/items that were
removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at deck gear storage approximately 50 ft2 (289.5 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Renew deteriorated frames and stiffeners in way of replating approximately 20 LF (37.27 kgs), using 1/4" thick x 2" x 3" steel angle bars.
d. Reinstall all marked or labeled parts/items removed such as electrical wiring and sand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
67. REPLACEMENT OF STEPS OF INCLINED LADDERS AT FORWARD AND AFT ENGINE ROOM
a. Replace deteriorated thirty (30) steps of inclined ladders at forward and aft engine rooms, using 3/16" the (4.7 mm) steel floor plate non-skid.
b. Paint with one (1) coat marine epoxy primer and one (1) coat marine epoxy deck gray as top coat.
68. REPAIR OF SUPERSTRUCTURE
a. Remove interferences and ensure that all parts/items that were
removed are properly marked or labeled, such as electrical wiring, double walling and piping connections.
b. Replate deteriorated and thinned lower portion of superstructure approximately 32 ft2 in area, using 1/4" thick (5.3 mm) aluminum plate.
c. Remove and replace fiberglass insulations in way of replating approximately 32 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wirings, double walling and piping connections to their original locations and in good conditions.
e. Paint with one (1) coat marine epoxy primer and one (1) coat
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
124
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
marine epoxy deck gray as top coat.
69. REPLACEMENT OF DOMESTIC TANKS AT FORWARD ENGINE ROOM
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replace deteriorated two (2) domestic tank (size 2 feet dia. x 4 ft. height) located at forward engine room, using 3/16" thick (4.7 mm) stainless plate.
c. Reinstall all marked or labeled parts/items removed such as electrical wiring and sand piping connections to their original locations and in good conditions.
70. REPLACEMENT OF OVERHEAD CEILING AT DIFFERENT
COMPARTMENTS Replace deteriorated overhead ceiling at different compartments hereunder:
a. Passageway leading to radio room – 1 ea b. Passageway leading to Ship's officer – 1 ea c. Ship's office – 3 ea d. Passageway leading to JR's head and wash room – 12 ea e. JR 1 compartment – 6 ea f. JR 2 compartment – 4 ea g. JR 3 compartment – 10 ea h. JR mess hall – 4 ea i. SR dining and recreation space – 7 ea j. Passageway leading to galley – 7 ea
A total of fifty five (55) ea, using perforated metal ceiling tiles 2’ x 2' color white with fiberglass insulation.
71. FABRICATION AND INSTALLATION OF CLEATS
a. Fabricate and install two (2) cleats as per existing sample onboard, using 3/4" dia. round bar steel located at port and starboard passageways.
b. Paint with one (1) coat marine epoxy primer.
72. REPAIR OF DETACHABLE DECK AT FORWARD AND AFT ENGINE ROOM
a. Renew deteriorated and thinned portion of detachable deck located at forward and after engine room approximately 64 ft2 in area, using 3/16" thick (4.7 mm) steel floor plate non-skids.
b. Renew deteriorated frames of detachable deck approximately 60 LF, using 1/4" thick x 2" x 2" steel angle bars.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
125
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
c. Paint with one (1) coat marine epoxy primer
73. REPLACEMENT OF GASKET OF WATERTIGHT ENCLOSURES
a. Repair deteriorated watertight enclosures such as watertight doors, escape scuttle, hatches, air vent covers, using 1/4" thick (6.3 mm) plate (ASTM-A-131)
b. Free-up frozen dog bolts using penetrating oil (WD-40). c. Paint with one (1) coat marine epoxy primer and one (1) coat
marine epoxy haze gray as top coat. d. Replace and install worn out, missing rubber gaskets of
watertight enclosures, approximately 280 LF, using 3/4" thick x 1-1/2" width, rectangular shape rubber gasket located hereunder:
WATERTIGHT DOORS
One (1) ea Passageway leading to O's cabin port main deck One (1) ea Diver's room port main deck One (1) ea ACU room port main deck One (1) ea Machinery control room starboard main deck One (1) ea Boat store room starboard main deck One (1) ea Smoke stack Two (2) ea Port/Starboard Bridge wing One (1) ea Radio room
HATCH COVERS a) One (1) ea Forward main deck b) Two (2) ea Fantail main deck
ESCAPE SCUTTLES a) One (1) ea Forward main deck b) One (1) ea Fantail main deck
AIR VENT COVERS a) Six (6) ea Starboard superstructure b) Five (5) ea Port superstructure TOTAL = (25)
74. REPLACEMENT OF FIBERGLASS INSULATION AT AFT STEERING
Replace worn-out fiberglass insulation at aft steering (overhead) approximately 32 ft2 in area using 2" thick 2' x 4' fiberglass insulation board. Paint newly installed fiberglass insulation same as existing.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
126
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
75. RENEWAL OF HOUSING OF AIR CONDITIONING UNIT NR 1 AND 2
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled such as electrical wirings and piping connections.
b. Renew deteriorated housing of ACU Nr. 1 & 2 measured 54’’in width x 64'' in length x 46'' in height using 3/16" thick (4.7 mm) plate (ASTM-A-131).
c. Reinstall all marked or labeled parts/items removed such as electrical wirings and piping connections to their original locations and in good conditions.
d. Paint with one (1) coat marine epoxy primer and one (1) marine epoxy haze gray as top coat.
76. REPAIR OF VENTILATING DUCT ATDIFFERENT COMPARTMENT
a. Renew deteriorated sectional of supply and exhaust ventilation
duct at forward and aft engine room and aft steering room using gage Nr. 22 galvanized sheet, 1/16" thick galvanized sheet and 1/8" thick x 1-1/2" x 1-1/2" angle bar steel.
b. Replace dilapidated insulation of exhaust duct at forward and aft engine room.
c. Paint with one (1) coat marine epoxy primer. 77. REPLACEMENT OF DECK COVERINGS AT WARD ROOM,
WARDROOM STORE AND PANTRY
a. Remove existing worn-out deck coverings at wardroom, wardroom store and pantry.
b. Clean deck surfaces. c. Install rubber matting using rubber floor tile raised disc 5/32''
thick, 24'' x 24'' long, 1-1/4’’ disc diameter, color pastel green for wardroom and color red for wardroom store and pantry with a total approximate area of 232 ft2.
78. REPLACEMENT OF DECK COVERINGS AT DIFFERENT
LOCATIONS
a. Remove existing worn-out deck coverings at different locations. b. Clean deck surface. c. Install vinyl tiles size 12" x 12" color red and green and rubber
matting at different locations stated below: 1) VINYL TYLES
a) CO'S cabin - 80 ft2, color dark green b) EX-O room - 49 ft2, color dark green c) Officers 2 room - 78 ft2, color dark green d) Operator's office - 42 ft2, color red e) Sr. Billeting compartment - 70 ft2, color red
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
127
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
2) RUBBER MATTING a) Bridge - 360 ft2, color red b) CIC room - 56 ft2, color red
MCR and passageways to engine room -135 ft2, color black
79. REPLACEMENT OF ONE SHOT EACH PORT AND STARBOARD ANCHOR CHAIN, SWIVEL OF PORT AND STARBOARD CHAIN STOPPER AND PELICAN HOOKS OF PORT AND STARBOARD DRIVER STOPPER ASSEMBLY
a. Remove corroded and deteriorated first shot of P/S anchor chains, turnbuckles, swivels of P/S chain stopper assembly and pelican hooks of P/S driver stopper assembly.
b. Replace and install one (1) shot ea at P/S anchor chain, brand new turnbuckles, swivels, pelican hooks and provide additional two (2) shackles for ship's spare with the following specifications:
2 shots Chain stud link forged steel die lock type 1" chain size for P/S side.
2 ea Turnbuckles galvanized forge steel for 1" dia. chain accommodation as per sample aboardship.
2 ea Steel bearing swivels eye and eye. 2 ea Shackle galvanized steel 1-1/4" pin dia. 4 ea Hook, pelican for anchor chain as per sample aboardship.
80. PROVIDE AND INSTALL URINAL BOWL WITH PIPING SYSTEM
AT OFFICER'S, SENIOR AND JUNIOR HEAD
a. Provide and install one (1) urinal bowl at senior and one (1) urinal bowl at junior head, using urinal bowl stationary vitreous china.
b. Fabricate and install salt water flushing pipe and drain pipe of said urinal bowl, using galvanized pipe schedule 80, sizes are stated below:
1) Pipe size 1-1/4" dia. IPS approximately 10 ft. long for drain pipe.
2) Pipe size 1/2" dia. IPS approximately 10 ft. long for salt water flushing pipe.
c. Replace deteriorated portion of salt water flushing pipe of head bowl at officer's, senior and junior head from existing deteriorated galvanized pipe to brass pipe, using brass pipe schedule 40 approximately 20 ft. long, pipe size 1-1/4" dia. IPS.
d. Replace deteriorated brass ball valve size 1-1/4" on salt water flushing pipe of head bowl.
e. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI.
f. Conduct operational test and correct noted deficiencies. g. Paint pipe with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
128
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
81. REPLACE DRAINAGE PIPE AND SHOWER HEAD AT JR WASH
ROOM AND JR DINING SPACE
a. Replace PVC P-trap to brass chrome plated P-trap size 1-1/4” dia. IPS and replace deteriorated portion of drain pipe of wash bowl at JR wash room and JR dining space, using galvanized pipe schedule 80 approximately 20 ft. long, pipe size 1-1/4” dia. IPS.
b. Replace existing rubber hose on fresh water supply of two shower head at JR wash room, using galvanized pipe schedule 80 approximately 20 ft. long, pipe size 1/2” dia. IPS.
c. Provide and install two shower head. d. Provide and install pipe bracket. e. Conduct shop hydrotest on newly fabricated pipe with required
pressure of 50 PSI. f. Conduct operational test and correct noted deficiencies. g. Paint pipe with one (1) coat marine epoxy primer and one (1)
coat marine epoxy black and green as top coat.
82. SANDBLASTING AND PAINTING OF NON-SKID PAINT AT DIFFERENT LOCATIONS
a. Sandblast to near white entire surface of deck at different locations stated below:
LOCATIONS Forward Main Deck 2045.14 ft2 Aft Main Deck 1937.50 ft2 Port /Starboard Passageway Main Deck
310 ft2
P/S Bridge Wing Deck 322.38 ft2 01 or Panel Deck 538.19ft2
TOTAL 5153.22 ft2 b. Free surface from dirt and sand using pressurized fresh water. c. Upon dry, apply one (1) coat epoxy primer entire surface of
deck area stated above. d. Apply liquid repatriate epoxy 1/16'' thick followed by
carborundum sand on decks approximately 5155.99ft2. e. Upon curing apply two (2) coats epoxy paint deck gray as top
coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
129
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
PROJECT PHASE 3
Group Nr 3
DIESEL ENGINE NR 1 AND 2 WORKS
1. CLASS ''B'' OVERHAULING OF MPDE NR 1 & 2 MODEL SEMT PIELSTICK PA6 V280
a. Remove interferences such as pipings, ductings and wiring connections.
b. Disassemble engine Nr. 1 and 2 component parts, clean and check for wear and defects, take wear tolerance readings.
1) Cylinder heads - replace all cylinder heads with brand new cylinder head assembly.
2) Cylinder liners - replace all liners. 3) Replace all pistons and piston rings. 4) Governors - service and calibrate. Replace parts found
defective. 5) Injectors – Replace injectors assembly, conduct shop
test (pop test), calibrate and submit report for evaluation.
6) Crankshafts/camshafts - take deflection reading before and after engine overhauling for proper evaluation and recommendation. Measure journal diameter two points (x and y axis) and submit measurement reading to Project Management Team/Owner’s Representative for evaluation. Conduct polishing and machining, rebuild (by chroming) and straighten if deemed necessary.
7) Engine block - check for cracks by conducting hydrotest and repair deficiencies noted. Check alignment of main bearing saddle and correct misalignment as recommended.
c. Replace mechanical seals, bearings, o-rings, bushing, turbine wheel, seal turbo, turbo charger repair kits, and service, and repair the following engine attachment and driven pumps:
1) Turbo chargers 2) Lube oil pressure and scavenging pumps 3) Fresh and salt water pumps 4) Fuel injection pumps
d. Service and repair lube oil and fresh water coolers, conduct hydrotest with required pressure of 50 PSI. Replace zinc anode (pencil type).
e. Replace main engine bearings, seals, O-rings, valve seats, valves, valve locks, springs, ferrules, seal rings, bushings, gaskets, lube oil and fuel filter elements.
f. Replace engine monitoring instruments such as pressure gauges, temperature gauges, tachometers and cables.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
130
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
g. Replace deteriorated bolts, washers and nuts. h. Provide and submit before overhauling report (old bearing
clearances/measurement readings to include remarks). i. Provide and submit after overhauling report indicating parts
replaced and parts retained. j. Re-assemble MPDE Nr.1 and 2 and ensure clearances are
according to manufacturer's instruction manual. Renew defective bolts.
k. Repaint newly overhauled MPDE Nr 1 & 2 with one (1) coat of high thermal paint color haze gray.
l. Provide consumables such as fuel, lube oil & rags for the repair, reassembly, lube oil flushing and operational testing/ endurance of MPDE Nr 1 & 2.
m. Check foundation of port and starboard main engine aboardship and conduct necessary repairs.
n. Use dial gage/filler gauge, conduct alignment on port and starboard main engine with respect to reduction gear as reference. Submit alignment reading to Project Management Team/Owner’s Representative for evaluation.
o. Install choke fast orange, shims, tighten foundation bolts and install collision blocks on port and starboard main engine base foundations. Replace defective foundation bolts.
p. Conduct test and ensure a full rating capacity of 3565 BHP at 1000 RPM, no overheating of bearings, no unusual sounds noted and vibration shall not exceed 19 mm/s, using vibration analyzing equipment at any rated engine RPM.
2. CHECK/REPAIR AND ALIGNMENT OF PORT AND STARBOARD LINE SHAFTS AND REPLACE PLUMMER BEARING
a. Uncouple port and starboard line shafts; remove plummer bearing cover to pull-out line shaft aboardship.
b. Create temporary access opening, lift, rig line shaft and deliver to shop for repair.
c. Pull-out port and starboard plummer bearings and replace all plummer bearings with new materials.
d. Clean, polish port and starboard line shafts, measure journal diameter and conduct deflection reading and submit to Project Management Team/Owner’s Representative for evaluation and record purposes.
e. Conduct machining of line shaft coupling and repair coupling bolt holes.
f. After repair, paint line shafts with one (1) coat marine epoxy primer and one (1) coat red as top coat.
g. Take final journal diameter reading to serve as reference. h. Deliver onboard the newly repaired line shafts and plummer
bearings prior installation aboardship. i. Conduct alignment of port and starboard line shafts with
respect to propeller shafts as reference and couple mating
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
131
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
flanges. j. Upon alignment of line shafts, reinstall and align plummer
bearings with respect to line shafts as reference. k. Lubricate port and starboard plummer bearings with sufficient
lubricating materials. l. Pull-out port and starboard shafts brake mechanism for
servicing and repair. m. Polish brake iron disc of brake mechanism. n. Replace brake lining with brand new materials. o. After repair, deliver port and starboard shaft brake
mechanisms and install aboardship. p. Check and repair control air system working at 7 bars and
other related control system. q. Re-connect air tubing and other interferences.
3. ALIGNMENT OF MPDEs NR 1 AND 2 AND REDUCTION GEARS
TO PROPELLER SHAFTS
a. Loosen and disconnect piping and wiring connections of MPDEs and reduction gears for alignment check-up.
b. Take initial reading while ship on drydock and submit to Project Management Team/Owner’s Representative for evaluation.
c. At ship waterborne fill all tanks 75% full, take alignment readings on reduction gears with respect to propeller shafts as reference.
d. Conduct alignment on port and starboard reduction gears to shaft coupling where angular misalignment shall not exceed 0.0005" per inch of flange dia., while axial misalignment shall not exceed 0.004" as per NAVSHIP Technical Manual.
e. Conduct alignment on port and starboard main engines to reduction gear where the indicator reading must not more than 0.015'' for radial or parallel 0.025’’ for axial or angular alignment.
f. Replace resilient mount on port and starboard main engines with brand new materials.
g. Install chock plates and shims. Take final alignment readings and submit readings to Project Management Team/Owner’s Representative for evaluation and record purposes.
h. Tighten port and starboard main engine and reduction gear foundation bolts.
i. Reinstall MPDEs and red gear accessories. Replace interferences that were damaged during the removal.
j. Install collision blocks on MPDEs and red gear base foundations.
k. Alter and install piping interferences and lay-out wiring connection.
l. Conduct test (dock & sea trials) and ensure bearing temperature shall not exceed 180ºF, no unusual sounds noted and vibration shall not exceed 19 mm/s, using vibration analyzing equipment on port and starboard propeller shafts, main engines and
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
132
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
reduction gears at any rated engine RPM.
4. RESTORATION AND RE-ACTIVATION OF PORT & STARBOARD MAIN ENGINES STARTING AIR CONTROL SYSTEM
a. Restore/reactivate the twin lever control and other associated instrumentation of electro/pneumatic type control system located at enclosed bridge and Machinery Control Room (MCR).
b. Conduct repair on piping systems to correct leakage noted. c. Check and repair for the condition of electronic sequences
logic, PRINTED CIRCUIT BOARD (PCB) and pneumatic logic panel.
d. Replace parts found defective such as starting pilot solenoid valves, stopping air solenoid control valves, turning gear inter lock valves, air start interlock valves, starting air pressure relief valves, booster servo motor isolating valve, starting panel air supply pressure gauge isolating valves, air supply to main engine over speed trip system solenoid control valves, over speed air bottle drain valves and fuel line pneumatically isolating valves.
e. Tighten all flanges and fitting connections and conduct air test. f. Conduct operational test (dock/sea trial) for satisfactory
completion of works.
NOTE: The existing port & starboard main engines starting air control system WILLIAM and JAMES (Engineering Ltd) Serial Nr. S409 Motor: ASEA A/S 60Hz, 440 V, 3 Phase.
5. RESTORATION AND RE-ACTIVATION OF MAIN PROPULSION CONTROL SYSTEM AT ENGINE ROOM, MACHINERY CONTROL ROOM (MCR) AND AT BRIDGE COMPARTMENT
a. Restore and reactivate machinery control room consoles. Repair and calibrate controller switches, lamps and gauges and replace found Beyond Economical Repair (BER) of the following:
1) Engines Twin lever controller and associated instruments of both remote control positions.
2) Station in control selection system. 3) Port and Starboard Bridge control logic enclosure for
each main propulsion set. 4) Reversing tachometer. 5) Sequence test circuit mimic display. 6) Clutch remote control 7) Port and Starboard engine remote start push switch
and panel. 8) Electric Sequence logic. 9) Pneumatic logic panel
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
133
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
10) Emergency Engines stop push switch. 11) Station in control logic panel 12) Engines over speed shutdown 13) Port and Starboard Air control system 14) Port and Starboard shaft brake control 15) Engines speed control
b. Install wiring insulations at MCR. Check and replace found BER of all the systems in the MCR including the following:
1) Main engine parameters and controls. 2) Main gear box parameters and controls. 3) Local and remote control stations. 4) Steering gear controls.
c. Conduct dock/sea trials and endurance test for satisfactory operations.
NOTE: The existing main propulsion control system at engine room, machinery control room and at bridge compartment is MACHINERY CONTROL CONSOLE NEWBERY DIESEL Co. Ltd
6. OVERHAULING OF PORT AND STARBOARD REDUCTION GEAR MODEL REINTJES
a. Disconnect interferences such as air flex assembly, tubings, wirings and piping connectionsto pull out port and starboard reduction gears model REINTJES WAV 4942 aboardship.
b. Open up reduction gear, pull out clutch plate and renew seals, bearings, bushings, sealingrings, oil rings, retainers, carriers, pressurizing valves and all worn out spares that needreplacement.
c. Check hydraulic system, replace tubings, fittings and conduct necessary adjustments onhydraulic module as needed.
d. Reassemble reduction gears, tighten all matting flanges and renew gaskets.
e. Repaint newly overhauled reduction gear Nr 1 & 2 with one (1) coat of high thermal paint color haze gray.
f. Conduct alignment on reduction with respect to propeller shaft and main engine asreference.
g. Reinstall piping interferences, tubings and reconnect wiring connections.
h. Couple reduction gear to propeller shaft and refill the system with hydraulic fluid.
i. Conduct test and ensure that unit will operate at ahead and backing operation during dock and sea trial.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
134
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
7. REPLACEMENT OF EXHAUST PIPES OF PORT AND STARBOARD MAIN ENGINES
a. Remove metal sheeting, insulation magnesia cement and felt thermal cover of port and starboard exhaust pipes of main engine from turbo charger leading to smoke stack to determine the exact measurement of the said pipes.
b. Remove and replace deteriorated portion of exhaust pipes, using rolled steel plate size 5/16'' thick.
c. Shop leak test newly fabricated pipes. d. Conduct operational test and correct noted deficiencies. e. Fabricate and install flapper of exhaust pipe at smoke stack. f. Cover with insulation felt thermal cloth of exhaust pipe inside
smoke stack. g. Re-insulate with new insulation magnesia cement 2'' thick
(non-asbestos) with wire support, thermal cloth (non-asbestos) and install metal sheeting cover.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
135
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
ANNEX “A”
DEFINITION OF TERMS
A. As-original – a condition meeting the original system and manufacturer’s design. B. As-found – the condition which was found upon close inspection by an individual with knowledge on the item(s) in question. It is intended that the observations will find all relative conditions, both those requiring repairs and those not. The Supplier will report all conditions, normal and degraded. When reporting As Found condition the information shall be stated, clearly, concisely, and with large detail so as to allow for preparation of a work statement and estimate. Include annotated sketches, graphs, and photographs when necessary to make a report clearly understandable to the PN Representative. Identify actual readings/dimensions taken. When a Work Item does not require a report, and one is determined to be necessary in order to produce a reliable or complete repair, submit one legible copy, in hard or electronic media, of a report with supporting data as early as possible in the contract period. The goal is to have required work completed within the original contract period Project Management Team/Owner’s Representative – for this contract/project, the designated PN Representative is the Chairman,PMT
C. Supplier – Identifies the shipyard/repair facility holding the prime contract for the work specified in this Technical Specifications. D. Class “B” Overhauling – Involves the replacement of all parts with brand new parts except high insurance items such as the engine block, crankshaft and those that are not required to be replaced as long as they are within the tolerable limits. E. Condition Report – the documentation of the conditions which was found upon close inspection by an individual with knowledge on the item(s) in question. It is intended that the observations will find all relative conditions, both those requiring repairs and those not. When reporting As Found condition the information shall be stated, clearly, concisely, and with large detail so as to allow for preparation of a work statement and estimate. Include annotated sketches, graphs, and photographs when necessary to make a report clearly understandable to the PN Representative. Identify actual readings/dimensions taken. F. Final Report– Consolidation of all condition reports, test reports, and other documentations required by these specifications to be delivered within one month from the vessel’s completion and prior to final payment. In addition, electronic and hard copies of reports will be supplied in three (3) copies and arranged in chronological order.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
136
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
H. Install, Extend, and Modify – Supplier shall provide the piece of equipment, material, or system to be installed and shall provide the materials, structural supports, and labor to attach, connect, and test the equipment or system to effect a finished fully operational installation complete in all aspects. I. Interference – any object(s), equipment(s), system(s), or component(s) that must be temporarily removed and reinstalled. Relocated, modified or designed around to facilitate the installation of new or modified equipment or systems. J. Mill Certificate– A mill certificate is a steel industry document that is used to certify the manufacturing standards of the products produced by the mill. It can specify the following: A recognized Standard specification number such as an ASTM or AISI number (Ex ASTM A106. The ASTM is the American Society for Testing and Materials. This identifies the type of product (sheet, plate, tube, bar, etc.) and the set engineering standards to which it is produced. In includes an analysis of the elements (%) that make up the content of the mill product. i.e. carbon, nickel, titanium and a brief description of the goods such as galvanized carbon steel sheet, welded tube, seamless pipe, zinc coated, hot rolled or cold rolled plate, etc. K. Reinstall – Supplier shall provide labor and material to install a piece of equipment, material, or system after the equipment, material, or system was temporarily removed, relocated, modified, or refurbished. The requirements of an installation as set forth in paragraphs above with regard to completeness, operation, testing, the identification and resolution of interference’s, etc. also apply to a reinstallation. L. Relocate– provide labor and materials to detach the unit, equipment, or system and to install the same unit, equipment, or system at a new or modified location. The requirements of an installation as set forth in paragraphs above with regard to completeness, operation, testing, the identification and resolution of interference’s, etc. also apply to relocation. M. Remove or Strip – provide labor and materials to disconnect, detach, and transfer the unit, equipment, materials, or system in it’s entirely off the ship as specified in this technical specifications. Areas affected by removals/strip shall be restored as set forth in the paragraph above. N. Replace or Renew – to remove the unit, equipment, or systems including interferences, and to install a new, equipment, or system which is either identical to or equal to that which was removed; the installation shall include but not be limited to any hook-ups, supports, and adapters, which are required to effect a finished fully operational installation complete in all aspects.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
137
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
O. Restore – to perform those process (including but not limited to weld build-up, chrome plate, machine, grind, lap, NDT, etc.) which are required to return a component to the manufacturer’s specifications regarding dimensions, tolerances, angles, surface finish and clearances.
P. Refurbish – to temporarily remove, disassemble, clean, inspect, and submit an as-found condition report; further, upon approval of the MSCREP, the Supplier shall lubricate, reassemble the unit, equipment or system, set and adjust in accordance with manufacturer’s specifications, and submit an as-released condition report. The reinstalled refurbished unit, equipment, or system shall be fully operational and complete in all aspects. New screws, bolts, nuts, washers, gaskets, packing, pins keys, seals, valve stems, bearings, o-rings, and shims shall be used when reassembling and reinstalling the unit, equipment, or system. Q. Test Report – documentation of the results of test on an equipment, unit, material or ship system. Report shall include all test parameters and standards considered and used in order to come-up with either satisfactory or unsatisfactory result.
S. Sample–refers to the products/equipment/items to be supplied. The
brochure and catalogue which indicated the relevant characteristics of the product.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VII. Technical Specifications
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
138
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
ANNEX “B”
ACRONYMS
A. ACU - Air Conditioning Unit
B. BTM - Bromotrifluoromethane
C. BTU – British Thermal Unit
D. BER– Beyond Economical Repair
E. DLL - Deep Load Line
F. EFPS - Electronic Filing and Payment System
G. GPM – Gallons Per Minute
H. ICCP - Impressed Current Cathodic Protection
I. LLL - Light Load Line
J. MCR - Machinery Control Room
K. MEU – Marine Engineering Upgrade
L. MPDE - Main Propulsion Diesel Engine
M. OEM - Original Equipment Manufacturers
N. PCB - Printed Circuit Board
O. SRE - Sound Reproduction Equipment
P. SSDG - Ships Service Diesel Generator
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio
Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 139
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Section VIII. Bidding Forms
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio
Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 140
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
TABLE OF CONTENTS
DOCUMENT/SAMPLE FORM
1. SEC Registration Certificate 141
2. Department of Trade and Industry (DTI) Business Name Registration
142
3. Mayor’s Permit/Municipal License 143
4.
Statement of all On-going Government and Private Contracts including Contracts Awarded but not yet started
144
5.
Net Financial Contracting Capacity
145
6.
Joint Venture Agreement
148
7. Statement of Compliance to Technical Specifications 149
7A.
Production/delivery schedule
201
8.
9.
10.
11.
11A. 11B.
12. 13. 14. 15.
Bid Security: Bank Guarantee Bid Security: Irrevocable Standby Letter of Credit Bank Guarantee Form for Advance Payment Affidavit of Bid Security Declaration Omnibus Sworn Affidavit Bid Form: Financial/Price Proposal Bid Form: Price Proposal for Goods Offered from Abroad Breakdown of Bid Price Contract Agreement Form Tax Clearance Certificate PhilGEPS Certificate of Registration Gantt Chart Manpower Deployment Chart
202
204
205
206
208
214
216
217
226
227
231
232
233
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio
Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 141
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 1
SEC Registration Certificate
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio
Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 142
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 2
Department of Trade and Industry (DTI)
Business Name Registration
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio
Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414 143
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 3
Mayor’s Permit/Municipal License
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
144
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 4
(Supplier’s Company Letterhead)
Supply and Delivery of _______________________ DNDSBAC2 Bid Ref Nr - _______________________ Approved Budget Contract: ___________________
Statement of All Ongoing and Completed Government and Private Contracts including Contracts Awarded But Not Yet Started, if any, within the last five (5) years.
1. All Ongoing Government and Private Contracts
Name of the
Contract
Date of the
Contract Kinds of Goods
Value of Contract
Status of Contract
Date of Delivery
Purchase Order Number/s, Notice
to Proceed or Contracts
Total: ========
CERTIFIED CORRECT:
___________________________________ Name & Signature of Authorized Representative
__________________ Position
____________________ Date
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
145
Sample Form 5
NET FINANCIAL CONTRACTING CAPACITY (NFCC) STATEMENT
The Chairman, DND BAC Department of National Defense Camp General Emilio Aguinaldo Quezon City, Philippines
THIS IS TO CERTIFY that the attached computation of the Net Financial
Contracting Capacity (NFCC) of ____________________________________________,
[Name of Bidder] amounting to _____________________________________________________________ (Amount in Words) (US$/PhP________________) as part of our submitted Class “A” Eligibility Documents (Financial) in the procurement of ________________________________________ is (Name of Project) true and correct.
Yours faithfully,
____________________________________ (Name and Signature of Representative)
___________________________________ (Designation)
___________________________________ (Name of Firm)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
146
SUBSCRIBED AND SWORN to before me this _____ day of _____________, 20___, affiant exhibited to me his/her (Competent Evidence of Identity) No. ______________ issued on _________________ at _____________________, Philippines.
Notary Public Until 31 December 20____ PTR No._______________ Issued at:_______________ Issued on:_______________ TIN No. ________________
Doc. No. _______ Page No. _______ Book No. _______ Series of _______.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
147
Attachment to Sample Form 5
NET FINANCIAL CONTRACTING CAPACITY (NFCC) COMPUTATION:
A. CurrentAssets : _________________________ B. CurrentLiabilities : _________________________ C. Project Costs:
1) Outstanding : _________________________ 2) Ongoing : _________________________ 3) To Be Started : _________________________
Note: K = 10 for a contract duration of one year or less,
15 for a contract duration of more than one year up to two years,
20 for a contract duration of more than two years.
NFCC = _______________________________________ [(CurrentAssets minus CurrentLiabilities) * (K)] minus
(the value of all outstanding works or projects under ongoing contracts, including awarded contracts yet to be started).
________________________________________________________________ (Place and Date) (Name and Signature of Representative)
_______________________________________ (Designation)
_____________________________________
(Name of Firm)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
148
Sample Form 6
JOINT VENTURE AGREEMENT
KNOW ALL MEN BY THESE PRESENTS:
That this JOINT VENTURE AGREEMENT is entered into By and Between ________________________________________ of legal age, _______________, (Civil Status) owner/proprietor of _________________________________________________________ and a resident of __________________________________________________________.
- and – _____________________________________ of legal age, ________________________, (Civil Status)
owner/proprietor of ______________________________________________________
and a resident of ___________________________________________________________.
THAT both parties agree to be jointly and severally liable for the entire agreement.
THAT both parties agree to join together their manpower, equipment, and what is
needed to facilitate the Joint Venture to participate in the Eligibility, Bidding and Undertaking
of the here-under stated project/s to be conducted by the Department of National Defense:
________________________________________________.
(Name of Project) That both parties agree that ________________________ and/or
_________________, shall be the Official Representative of the Joint Venture, and is
granted full power and authority to do, execute and perform any and all acts necessary
and/or to represent the Joint Venture in the bidding as fully and effectively and the Joint
Venture may do and if personally present with full power of substitution and revocation.
That this Joint Venture Agreement shall remain in effect only for the above stated
Project/s until terminated by both parties.
Done this ________ day of ____________, in ___________.
_______________________________ ____________________________________ (Name and Signature of JV Partner) (Name and Signature of JV Partner)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
149
ACKNOWLEDGMENT
RE[UBLIC OF THE PHILIIPPINES)
CITY OF _______________)S.c.
BEFORE ME, a Notary Public for and THE City of ___________, this ____ day of ___________, 2016, personally appeared
Name Government Issued ID Issued on Issued at
Known to me to be the same persons who executed the foregoing instrument, and they acknowledged to me that the same is there free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my notarial seal, the say, year, and place above written.
NAME OF NOTARY PUBLIC
Serial No. of Commission___
Notary Public for___until___
Roll of Attorneys No.___
PTR No.__(date issued), (place issued)
IBP No. __(date issued), (place issued)
Doc No___
Page No__
Book No__
Series of__
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
150
Sample Form 7
PROJECT PHASE 1
Item Nr
Specification Statement of Compliance
Group Nr 1
DRYDOCKING AND UNDOCKING, UNDERWATER MACHINERIES, BOTTOMHULL AND FREEBOARD
AND TANKS WORKS
1. DOCKING/UNDOCKING AND GENERAL DOCKYARD SERVICES
a. Drydock the vessel to facilitate underwater hull and machinery repair and preservationand undock after completion of repairs.
b. Lay vessel on drydock for the duration of drydocking related works.
c. Arrange keel and side blocks based on the vessel's docking plan
d. Ensure that vertical and horizontal clearances from the removal ofrudders, shafts and transducer to include other appendages are workablefor repair/replacement.
e. Wharfage. f. Provide line handlers for mooring/unmooring. g. Provide bunkering services/facility for loading
and unloading of fuels. h. Provide harbour tugboat services to assist
vessel movements.Assume: 8 hours. i. Provide tugboat, pilot, towing equipment and
personnel to move the vesselfrom its present berth to the supplier's facility.Assume: 48 hours.
j. Provide shore power connections and power supply for the duration ofrepair. Assume: 42000 KWH.
k. Provide fresh water supply for the duration of repair. Assume: 5000 tons
l. Provide crane services for the duration of the repair. Assume: 50 lifts.
m. Provide security watchmen for the duration of repair.
n. Provide fire watch with fire hose for the duration of repair.
o. Fire protection: Provide pressurized line and connection. Assume: 2 times.
p. Gas free inspection by Shipyard personnel.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
151
q. Provide barge/bin for disposal of sludge and other gaseous/non-gaseousand toxic/non-toxic substances/materials.
r. Conduct derating/fumigation after completion of repair.
s. Provide billeting space for ship's officers and crew for the duration of the repair.
t. Provide appropriate land transportation for ship's crew for the duration of the repair.
u. Conduct dock trial and sea trials for satisfactory completion of availability.
v. Provide sufficient personnel during dock and sea trials to assist the ship'sforce in making adjustments to prove satisfactory operation of all completedrepairs.
w. Submit dock/sea trial report to PN representative indicating therein thevarious maneuvers and speed and unusual observations if any.
x. Provide copies in tracing paper and electronics (CD) of the following Plans and Drawings: 1. General Arrangement Plan (2 copies
tracing paper and e-copy) 2. Electrical wiring Plan (2 copies tracing
paper and e-copy) 3. Piping Plan (2 copies tracing paper and e-
copy) 4. Capacity Plan (2 copies tracing paper and
e-copy) 5. Mid-ship Plan (2 copies tracing paper and
e-copy) 6. Construction Profile and Deck Plan (2
copies tracing paper and 1 e-copy) 7. Shell expansion after the conduct of the
Ultrasonic Test (3 copies tracing paper and e-copy) and after the conduct of structural repair (6 copies tracing paper and 1 e-copy) indicating therein the shell thickness.
2. HAMMER AND ULTRASONIC TEST OF
BOTTOMHULL
a. Hammer test entire bottom hull. b. Conduct ultrasonic test on suspected weak
area at least one (1) spot per square meter. c. Conduct Ultrasonic Thickness Gauging. Paint
mark UT readings on ship's hull and plot on the shell expansion plan. Submit shell expansion plan to Authorized PN
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
152
Representative for reference and evaluation purposes.
3. REPLATING OF BOTTOM HULL
a. Remove interferences and ensure that all
parts/items that were removed are properly marked or labeled such as port and starboard main propulsion diesel engines, two (2) ship service diesel generators, electrical wirings and piping connections.
b. Replate corroded and thinned portion of bottom hull platings approximately 3,120 SF (19,178.4 kgs) in area 40% estimated repair, using pre-blasted and pre-painted with epoxy primer 5/16'' thk (7.9 mm) and 3/8'' thk (9.5 mm) plates (ASTM-A-131).
c. Renew deteriorated fabricated frames and stiffeners in way of replatingapproximately 120 SF (834 kgs) using pre-blastedand pre-painted with epoxy primer3/8'' thk (9.5 mm) plates (ASTM-A-131).
d. Re-install all marked or labeled parts/items removed such as port and starboard main propulsion diesel engines, two (2) ship service diesel generators, electrical wirings and piping connections to their original locations and in good conditions.
e. Remove existing worn-out zinc anode. f. Paint inner side of platings and frames with
one (1) coat marine epoxy primer and one (1) coat epoxy deck gray as top coat.
4. REPLATING OF P/S FREEBOARD
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled such as electrical wirings and piping connections.
b. Replate deteriorated and thinned/weak portion of Port and Starboard freeboard platings approximately 1,200 ft2 (112 m2) in area which is equivalent to 7,226.4kgs in weight (30% estimated repair) using pre-blasted and primer painted on both sides 5/16'' thk (7.9 mm), 3/8'' thk (9.5 mm) steel plates (ASTM-A-131). (Contractor to provide MilCertificateto PMT).
c. Remove and replace fiberglass insulations in way of replating approximately 1,200 ft2in area
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
153
using 1" thk x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation with the same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wirings, tiles, insulations, piping connections and other affected appurtenances to their original locations and in good conditions.
e. Clean, removed dust, corrosion and other impurities and paint inner side of platings and frames (newly installed and old platings and frames not covered by insulation) with one (1) coat marine epoxy primer and one (1) coat marine epoxy deck white as top coat.
5. SANDBLASTING AND PAINTING OF BOTTOMHULL
a. Sandblast to near white (S.A. 2.5) entire surface of bottom hull including appurtenances to remove barnacles and other marine growths. Approximate area is 6,060 ft2 (564 sq.m).
b. Free surface from dirt and sand using pressurized fresh water.
c. Paint entire bottomhull with the following painting scheme using marine epoxy paint that has been approved for use of PN vessels. The paint shall last for at least five (5) years.
1) From keel to light loadline (LLL).
a) One (1) full coat anti-abrasion epoxy bronze (150 microns)
b) One (1) full coat anti-abrasion epoxy aluminum (150 microns)
c) One (1) full coat elastomeric tie (100 microns)
d) One (1) full coat advance flouro polymer foul release (150 microns)
2) From light loadline (LLL) to deep
loadline (DLL). a) One (1) full coat epoxy primer/finish
red (100 microns)
b) One (1) full coat epoxy primer/finish grey
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
154
(100 microns) c) One (1) full coat epoxy primer/finish
red (100 microns)
d) Three (3) full coats gloss polyurethane finish black as top coat (40 microns/coat)
3) Re-establish draft marks above boot topping limit using polyurethane finish black and marine epoxy white for draft marks below boot topping limit.
d. Conduct vessel-bouncing procedure to allow the replating (as needed), sandblasting and painting of bottomhull portion resting on keel/side blocks.
6. SANDBLASTING AND PAINTING OF
FREEBOARD
a. Sandblast to near white (S.A. 2.5) entire freeboard with approximate total area of 4,482 ft2 (417 sq.m).
b. Free surface from dirt and sand using pressurized fresh water.
c. Paint with the following painting scheme using marine epoxy paint that has been approved for use of PN vessels.
- From deep load line (DLL) to deck area (freeboard) a) One (1) coat marine epoxy primer (4 mils/coat). b) Two (2) coats marine epoxy anti-corrosive (4 mils/coat). c) Two (2) coats acrylic (polyurethane finish) haze gray as top coat(3 mils/coat). d. Re-establish ship's bow number and fantail ship's marking, using marine epoxy light haze gray for the numbers and letters and marine epoxy deck gray for its shades.
7. REPAIR AND REPLACEMENTOF MAIN SEACHEST VALVES AND STRAINERS
a. Repair/overhaul eight (8) pcs main seachest
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
155
valves with sixteen (16) pcs sand trap strainers as stated below:
1) Four (4) pcs angle valves with flange type with strainers size 8'' IPS of port and starboard main engines.
2) One (1) pc angle valve flange type with sand trap strainer size 3'' IPS of ship service diesel generator.
3) Two (2) pcs angle valves flange type with sandtrap strainer size 4'' IPS of fire flushing pump nr 1 and 2.
4) One (1) pc angle valve flange type emergency firemain size 4'' IPS.
b. Replace twelve (12) pcs main seachest valves
using brand new materials as stated below: 1) Two (2) pcs angle valves flange type
size 4'' and one (1) angle valve size 2-1/2'' IPS of ship service diesel generator.
2) Two (2) pcs angle valves flange type size 1-1/2'' IPS of cooling valves of reefer.
3) One (1) pcs angle valve flange type size 2'' IPS of loiter drive pump.
4) Two (2) pcs angle valves flange type size 2'' IPS of ACU.
5) One (1) pc angle valve flange type size 1-1/2'' IPS of domestic pump.
6) Two (2) pcs angle valves size 3/4'' and two (2) angle valves threaded size 1'' IPS for blow out valves of seachest box.
c. Disassemble all valves and strainers as delivered to shop and sandblast/paint valves and strainers housing, lap/grind valves disk to seat and replace defective valve disk. Clean, repair all strainers sand trap and replace deteriorated basket type strainer. Re-assemble all parts of valves and strainers and conduct shop hydrotest with required pressure of 100 PSI.
d. Clean, hammer test all main suction pipes and blow-out pipes of seachest box and replace deteriorated pipes.
e. Conduct shop hydrotest on newly repaired valves with required pressure of 100PSI.
f. Install onboard with new gaskets, bolts and
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
156
nuts. g. Conduct operational test and correct noted
deficiencies. h. Paint valves and strainers with one (1) coat
marine epoxy primer and one (1) coat marine epoxy black as top coat.
8. REPAIR AND PAINTING OF PORT/STARBOARD SEACHEST BOXES & STRAINERS
a. Remove marine growths on both seachest boxes and strainers.
b. Repair defective parts of five (5) pcs seachest boxes and strainers.
c. Paint inner side with one (1) coat marine epoxy primer and one (1) coat marine epoxy anti-fouling red as top coat.
9. REPLACEMENT OF IMPRESSED CURRENT CATHODIC PROTECTION (ICCP) SYSTEM WITH AN ICCP HULL CORROSION PROTECTION AND PIPE WORK ANTI - FOULING COMBINED IN A SINGLE PACKAGE WITH COMPLETE ACCESSORIES
a. Remove the existing inoperative Wilson Impressed Current Cathodic Protection (ICCP) System and replace with brand new ICCP System for the underwater hull plating, rudder and fittings with following description: (As per sample)
1) The system comprises four (4) platinized titanium anodes, two zinc reference electrodes and a controller power unit.
2) The anodes are fitted externally to hull below the waterline on port and starboard.
3) The controller located in the MCR is fed with single phase 115VAC 60Hz which it transforms and rectifies to 12VDC, 50 Amp.
4) The controller unit front is fitted with a main isolator switch, power supply indicator lamp, voltmeter, anode ammeter and a multi meter.
5) Propeller shafts and rudder stocks are electrically bonded to the hull thru a slip ring assemblies and flexible cable respectively.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
157
b. Also provide and install pipework anti-fouling and corrosion suppression system. The system shall consist of pairs of copper and aluminum anodes mounted in the strainers or seachest of the following equipment and wired to the control panel.
1) Port and starboard main engines. 2) Four (4) each Ship Service Diesel
Generators. c. Hull corrosion protection and pipework anti-
fouling shall be combined in a single package and served by a single control panel.
d. Hull anodes can be changed from outside of the hull by a diver.
e. Reference cells shall be made of Zinc or silver/silver chloride for more accurate readings.
f. The ICCP anodes shall be designed to have a service life of five (5) years.
g. Lay-out new electrical wirings. h. Conduct operational test for satisfactory
completion of work. i. Conduct training for operation and
maintenance. NOTE: The existing ICCP System is Wilson brand.
10. REPAIR OF PORT AND STARBOARD PROPELLERS, SHAFTS AND RUDDERS
a. Bearing works 1) Take initial shaft to bearing clearances
reading on port and starboard stern tube, tail strut and rudder bearing for reference.
2) Replace port and starboard shaft and rudder bearings with brand new materials with the following specifications; Bearing, tube, synthetic polymer alloy, 5,000 PSI tensile strength, 6,551 PSI shear strength, 1.3% water absorption, 225ºF operating temperature, 9.5'' ID x 13'' OD x 24'' long.
3) Machine bearings up to allowed minimum clearance of 0.037'' for new bearing with an approximate journal diameter of 9.5'' as per NAVSEA Instruction Manual Chapter 9430.180.
4) Upon completion of struts works, install
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
158
newly machined bearings of shaft rudder aboardship.
b. Rudder works 1) Remove linkage, quadrant and set
screws to pull-out rudder aboardship with an approximate weight of 650 kg and deliver to shop for repair.
2) Take deflection check up on rudder post and correct noted deficiencies with a deflection not exceeding to an eccentricity of 0.010’’ inch (refer to NAVSEA TECHNICAL MANUAL CHAPTER 9430).
3) Replate deteriorated rudder blade and conduct air test upon completion of replating job.
4) Take measurement reading on rudder post bearings/bushings and replace as recommended.
5) Deliver and install rudder aboardship, reconnect rudder linkages and quadrant.
6) Replace synthetic rubber seal (lower and upper portion of rudderpost) as per sample with brand new materials.
7) Lubricate rudder-housing post with sufficient oil for lubrication and test for leakage while on drydock. Refill also rudder blade with floatation oil.
c. Propeller works 1) Pull-out port and starboard propellers
and deliver to shop for inspection and repair.
2) Polish propeller blades, do crack test, repair cracks, chipped-off and dented portions.
3) Take pitch readings on propeller blades and balance propeller using dynamic/ static balancing machine.
4) Conduct blue fittings on port and starboard propellers with at least 80% of propeller hub fully in contact at the tapered portion of the shaft.
5) Submit report with drawings to Authorized PN Representative for evaluation and record purposes.
6) Reinstall port and starboard propellers onboard upon completion of repair.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
159
d. Shafting works
1) Pull-out port and starboard propeller shafts and deliver to shop for inspection and repair.
2) Skim-off port and starboard propeller shafts and mount to lathe machine, polish, conduct deflection check-up and submit reading to Authorized PN Representative for evaluation purposes.
3) Correct noted deficiencies, straighten shafts and deflection shall not exceed 0.005’’ inch at the propeller and shafting tapered end.
4) Submit final deflection reading and journal diameter to Authorized PN Representative for reference and record purposes.
5) Renew propeller shaft sleeve with brand new materials.
6) Renew propeller shaft insulation with new insulating materials (fiberglass).
7) Deliver and Reinstall port and starboard propeller shafts aboardship, replace seal assembly of port and starboard injectable couplings.
8) Replace Port/Starboard OKC and OKF keyless injectable couplings with new materials.
9) Replace/renew port and starboard rubber inflatable and water tight bulkhead glands with brand new materials.
e. Stern tube works 1) Take initial alignment reading on port
and starboard tail struts and stern tubes with respect to reduction gears as reference.
2) Correct alignment of port and starboard tail struts/stern tubes and submit final alignment reading to Authorized PN Representative for evaluation and record purposes.
3) Reinstall port and starboard rope guards and fair water upon completion of shafting works.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
160
11. RENEWAL OF WASTE TANK AT FORWARD ENGINE ROOM
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as piping connections.
b. Renew deteriorated waste tank size 23" width x 23 length x 48" height located at forward engine room, using 3/8" thick (9.5 mm) plate ASTM-A131.
c. Conduct air test to check leakages. d. Reinstall all marked or labeled parts/items
removed such as piping connections to their original locations and in good conditions.
e. Paint with one (1) coat marine epoxy primer and one (1) coat marine epoxy haze gray as top coat.
12. CLEANING OF FUEL OIL TANKS AND LUBE OIL TANKS
a. Clean and wash down with pressurized fresh water seven (7) fuel oil tanks and three (3) lube oil tanks, using environmental friendly cleaning agents.
b. Replace tank cover rubber gasket and conduct air leak test.
13. PRESERVATION OF FRESH WATER, BALLAST AND MISCELLANEOUS TANKS
a. Sandblast to near white. Wash down and clean with pressurized fresh water, two (2) freshwater storage tanks, two (2) ballast tanks and seven (7) miscellaneous tanks.
b. After surface preparation, cement freshwater tanks with one (1) coat of ordinary cement, and paint ballast and miscellaneous tanks with one (1) coat marine epoxy primer.
14. CLEANINGAND PAINTING OF INNER PORTION OF BOTTOMHULL AT FORWARD AND AFT ENGINE ROOM, BILGE AND SHAFT ALLEYS
a. Mechanically prepare (SSI-St. 3)and wash down with pressurized fresh water inner portion (platings and frames) of bottomhull located at forward and aft engine rooms, bilge and shaft alleys.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
161
b. After surface preparation, paint these areas including bulkheads and overheads with one (1) coat epoxy primer paint, one (1) coat marine epoxy anti-corrosive and two (2) coats white as top coat at aft and forward engine room, bilges and deck machineries with approximate total area of 3175.35ft2, while two (2) coats epoxy white as top coat at aft and forward engine room, bulkheads/overhead and shaft alleys with approximate total area of 3,390.63 ft2
15. CLEANING AND PAINTING OF
SUPERSTRUCTURE
a. Sandblast to near white outer portion of superstructure which includes CIC, Bridge, P/S wing, smoke stack, air vent blowers and life vest locker located at forward, amidship and aft superstructure approximate total area of 30,500 ft2.
b. Free entire surface from dirt and sand using pressurized fresh water prior painting.
c. Paint entire outer surface of superstructure with the following painting scheme using marine epoxy paint that has been approved for use PN vessels:
LOCATIONS: AREA (ft2) b/head color overhea
d color deck color
Living & working spaces CO's cabin 409.0
3 whit
e 150.6
9 white Executive-Officer’s room
236.81
white 43.06 white
Officer's berth cabin @ portside
355.21
white 96.88 white
Officer's berth cabin @ starboard side
333.68
white
107.64 white
Single berth Officer's cabin @ port
269.10
white 64.58 white
Junior rating cabin 548.96
white
269.10 white 172.2
2 Red Ship's office 301.3
9 white 86.11 white Combat Information Center room
269.10
lightgree 64.58 light
green
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
162
n Four (4) berth senior rating
376.74
white
129.17 white
Wardroom pantry 430.56
white
172.22 white
Wardroom 322.92
white 96.88 white
Audio/TV compartment
495.14
white
182.99 white 182.9
9 Red
Diver compressor space
204.51 white 43.06 white 43.06 Red
Store room forward 602.78
white
322.92 white 322.9
2 Red Store room aft 548.9
6 white
269.10 white 269.1
0 Red Day provisions room forward
602.78
white
322.92 white 322.9
2 Red
Gun Bay & Gun control room at forward
398.26
white 139.9
3 white 139.93 Red
Refrigeration/Machinery compartment
441.32
white
182.99 white 182.9
9 Red
Sewage compartment
441.32
white
172.22 white 172.2
2 Red
Magazine room 441.32
white
172.22 white 172.2
2 Red Stores and Loiter drive compartment at aft
473.61
white
204.51 white 204.5
1 Red
Steering gear compartment at aft
441.32 white 172.2
2 white 172.22 Red
Superstructure (outer)
4822.23
haze gray
Head and Shower rooms CO's head and shower room
43.06 white 226.0
4 white
Officer's head and shower room
43.06 White 226.0
4 White
1) Paint with one (1) coat marine epoxy primer. 2) Paint with two (2) coats marine epoxy
anti-corrosive. 3) Paint with two (2) coats marine epoxy haze
gray as top coat (3 mils/coat).
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
163
PROJECT PHASE 2
Item Nr Specification Statement of Compliance
Group Nr 2
AUXILIARY MACHINERIES, PIPINGS, STRUCTURAL & ELECTRICAL WORKS
1. SERVICING OF EMERGENCY GENERATOR ASSSEMBLY
a. Tag and disconnect electrical wirings. b. Remove foundation bolts and uncouple from
prime mover. c. Disassemble emergency generator. d. Conduct megger testing on stator, revolving
field, and exciter field and exciter armature windings for open, shorted and grounded windings.
e. Clean, re-insulate with electrical varnish and bake.
f. Replace with brand new ball bearings and other parts found defective.
g. Reassemble emergency generator. h. Reinstall bolt to foundation, couple to prime
mover and align. i. Reconnect electrical wirings and secure
taggings. j. Conduct operational test with the following
parameters and procedures: 1) Temperature of generator must not
exceed limits of Class "F" insulation (180 degrees F).
2) Regulated output voltage of 440VAC at balance 3 phase with load, 60Hz at 1800RPM.
2. REPLACEMENT OF HEAT EXCHANGER OF SSDG NR. 1 & 3 AND SERVICING OF HEAT EXCHANGER NR 2 MODEL CAT 3406
a. Pull-out heat exchanger of SSDG Nr. 1& 3 for replacement.
b. Replace heat exchanger assembly of SSDG Nr. 1 & 3 with brand new spares as per original specification from the manufacturer.
c. Servicing of SSDG Nr 2 heat exchanger. d. Install heat exchanger aboardship, tighten all
mating flanges and install temperature at engine room fresh water lubricating system.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
164
e. Conduct test for satisfactory operations.
3. SERVICING OF GENERATOR ASSSEMBLIES NR. 1, 2 AND 3
a. Tag and disconnect electrical wirings. b. Remove foundation bolts and uncouple from
prime mover. c. Disassemble generator Nr. 1, 2 and 3. d. Conduct megger test on stator, revolving field,
exciter field and exciter armature windings for open, shorted and grounded windings.
e. Clean, re-insulate with electrical varnish and bake.
f. Replace with brand new ball bearings and other parts found defective.
g. Reassemble generator Nr. 1, 2 and 3. h. Reinstall bolt to foundation, couple to prime
mover and align. i. Reconnect electrical wirings and secure
tagging. j. Conduct operational test with the following
parameters and procedures: 1) Temperature of generator must not
exceed limits of Class F insulation (180 degrees F).
2) Regulated output voltage of 440VAC at balance 3 phase with load, 60Hz at 1800RPM.
4. RENEWAL OF ALL CORRODED PIPING INTERFERENCES OF SSDG NR. 1, 2 AND 3
a. Renew all corroded pipings from existing strainer leading to raw pump and fuel oil pipes from existing fuel pipe, exhaust piping, salt water cooling piping and fuel oil pipings of SSDG Nr. 1, 2 and 3 from exhaust manifold to muffler and salt water cooling pipe leading to said SSDG and return to day tank, sizes stated below:
1. Pipe, steel black iron schedule 80, size 8'' dia IPS approximately 10 ft long for exhaust pipe.
2. Pipe, brass schedule 40, size 2'' and 1-1/2'' dia IPS approximately 10 ft long for salt water cooling pipe.
3. Tube copper, size 3/8'' dia IPS approximately 10 ft long for fuel oil pipe.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
165
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50PSI.
c. Conduct operational test and correct noted deficiencies.
d. Re-insulate with two (2) inches thick insulation magnesia cement (non-asbestos) with wire support and cover with thermal cloth (heat and oil resistant) for completion of work.
e. Paint pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black and red as top coat.
5. REPLACEMENT OF FUEL OIL PURIFIERS AT
FORWARD AND AFT ENGINE ROOMS
a. Remove interferences such as pipings and electrical wiring connections, copper tubings and create temporary access opening to pull-out existing purifiers aboardship.
b. Replace defective fuel oil purifier on forward and aft engine rooms with brand new unit with the following specifications; 2500 LPH, 3 HP, 440 VAC, 60 HZ, 3 PH, 1740 RPM, with complete auxiliary equipment, feed pump, controller, regulating valve, solenoid valve, sludge removal kit, starter panel, temperature gauges, pressure gauge, one (1) year supply of consumable parts and kit - two (2) sets overhauling kit & two (2) sets inspection kits, fully enclosed. (As per sample)
c. Modify foundation of purifiersaboardship. d. Provide product testing certificate duly
approved by a laboratory accredited by the government.
e. Provide and submit five (5) copies of operation/maintenance and parts manual of new purifiers and submit to Authorized PN Representative for future references.
f. Adapt and install piping connections of new purifiers including all piping accessories such as filters, sight glass, valves and gauges.
g. Provide and lay out new electrical wiring connections of two (2) purifiers to its controllers and switchboard.
h. Conduct onboard training/seminar to PN personnel on the care, maintenance and operations of newly installed fuel oil purifiers.
i. Conduct test for satisfactory completion of work.
j. Provide special tools for the
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
166
repair/overhauling of newly procured purifiers as specified by the manufacturer.
6. REPLACEMENT OF DESALINATING UNIT (REVERSE OSMOSIS)
a. Remove interferences such as piping and electrical wiring connections, copper tubing and foundation bolts to pull out existing desalinating unit aboard ship and turn over to PN for proper disposal.
b. Replace desalinating unit (reverse osmosis) with the following specifications: Desalinatingunit, (reverse osmosis), water maker, 1.2 GPM, 1.5HP, 440 VAC, 60 Hz, 3 PH, consist ofthin film composite membrane, corrosion resistant pump, pressure regulator, sediment pre-filter, pulsation dampener, automatic feed water shut-off valve, low pressure switch,flow meter and complete monitoring devices such as temperature and pressure gauges.
c. Modify foundation aboardship. d. Install the newly procured desalinating unit
aboardship. e. Lay out electrical wiring connections. f. Conduct onboard training and seminar for the
care, maintenance and operation of newly installed desalinating unit.
g. Provide five (5) copies of operation/maintenance parts manual to Authorized PN Representative for future reference.
h. Conduct test and ensure a 100% production of potable water duly approved by a certified laboratory accredited by the government.
i. Conduct training for operation and maintenance.
NOTE: the existing desalinating unit is BRAVAC
7. ADAPTATION OF PIPINGS OF NEWLY INSTALLED DESALINATING UNIT
a. Adapt existing pipings to newly installed desalinating unit from sand trap strainer of seachest valve leading to feed pump and desalinating unit and supply to fresh water storage tank, using brass pipe schedule 40 sizes are stated below:
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
167
1) Pipe size 2" dia. IPS approximately 20 ft. long.
2) Pipe size 1 1/2" dia. IPS approximately 20 ft. long.
b. Provide two (2) gate valves size 2" and 1-1/2" IPS threaded for spare.
c. Conduct operational test and correct noted deficiencies.
d. Paint pipes with one (1) coat marine epoxy primer green and one (1) coat marine epoxy black as top coat.
8. REPLACEMENT OF HIGH PRESSURE AIR COMPRESSOR WITH MOTOR AND CONTROLLER AT FORWARD ENGINE ROOM
a. Remove interferences such as wiring and piping connections to pull-out air compressor at forward engine room and turn-over to PN for safekeeping.
b. Provide compressor factory test results/certificate at full rating capacity and submit to Authorized PN Representative for evaluation.
c. Provide and replace existing air compressor with brand new unit with the following specifications discharged pressure: 800 PSI, with approximate discharge flow of 12.900 cubic feet/minute, input voltage of 440 VAC, 60Hz, 3PH with motor and controller, check valve, pressure switch, pressure gauge ranging from 0-800 PSI.
d. Modify foundation aboardship. e. Deliver and install newly procured compressor
aboardship. f. Re-install and align pipinginterferences and
lay-out wiring connections. g. Conduct operational test with full rated
capacity (800PSI maximum) as shown on compressor name plate data and motor specifications.
NOTE: The existing high pressure air compressor with motor and controller TECO ELECTRIC AND MACHINE PTE Ltd.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
168
9. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT FORWARD AND AFT ENGINE ROOM
a. Remove interferences such as wiring and piping connections to pull-out high pressure salt water pump at forward and aft engine room.
b. Provide and replace pumps with brand new units with the following specifications: 250 GPM, 134 total dynamic head (TDH), single impeller, self-priming, vertical mounted, electric motor driven with controller, 440VAC, 60Hz.
c. Modify foundation aboardship. d. Deliver onboard the newly procured pumps
and install to respective foundations. e. Provide factory test results of newly procured
pumps with full rated capacity at 250 GPM. f. Align and install piping connections and lay-
out wiring connections. g. Conduct operational test and ensure the unit
will operate to its full rating capacity of 250 GPM with no overheating of bearings, no unusual sound noted and vibration shall not exceed 19 mm/s using analyzing equipment.
NOTE: The existing high pressure salt water pumps with motor and controller at forward and aft engine room HAMWORTHY ENGINEERING LTD DOLPHIN C3 X 2V VERTICAL NON SELF PRIMING 51 TONNES/H AGAINST A 7 BAR HEAD.
10. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT FORWARD AND AFT MAIN ENGINE ROOM
a. Adapt and align existing suction and discharged pipe of high pressure salt water pump at forward and aft main engine room, using brass pipe schedule 40 approximately 10 ft. long, pipe size 3'' dia. IPS and 2'' dia. IPS.
b. Pull-out and deliver to shop for repair two (2) suction and two (2) discharged valve of high pressure salt water pump at forward and aft main engine, sizes are stated below:
1) One (1) angle valve size 3'' dia. IPS (flange type).
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
169
2) One (1) gate valves size 3'' dia. IPS (flange type).
3) Two (2) globe valves size 2'' dia. IPS (flange type).
c. Disassemble all valves, lap and grind valve from disk to seat and replace defective valve disk. Reassemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Install onboard with new gaskets, bolts and nuts.
e. Conduct operational test and correct noted deficiencies.
f. Paint pipes and valves with one (1) coat marine epoxy black as top coat.
11. REPAIR OF SALT WATER CONTROL VALVE OF
FIREMAIN PIPE AT FORWARD AND AFT ENGINE ROOM
a. Bring out and deliver to shop for repair three each saltwater control valves of firemain pipe at forward engine room size 3'' dia. IPS and two (2) each salt water control valves of firemain pipe at aft engine room, size 2'' dia. IPS.
b. Disassemble all valves, lap/grind valves from disk to seat and replace defective valve disk. Re-assemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
c. Install on board with new gasket, bolts and nuts.
d. Conduct operational test and correct noted deficiencies.
e. Paint valves with one coat marine epoxy primer and one coat marine epoxy black as top coat.
12. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT SEWAGE COMPARTMENT
a. Remove interferences such as wiring and piping connections to pull-out high pressure salt water pump at sewage compartment.
b. Provide and replace pumps with brand new units with the following specifications:250 GPM, 134 TDH, single impeller, self-priming, vertical mounted, electric motor driven with
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
170
controller, 440VAC, 60Hz 3 phase. c. Modify foundation aboardship. d. Deliver onboard the newly procured pump and
install to its foundation. e. Provide factory test results of newly procured
pump with full rated capacity at 250 GPM. f. Align and install piping connections and lay-
out wiring connections. g. Conduct operational test and ensure that the
unit will operate to its full rating capacity of 250GPM with no overheating of bearings, no unusual sound noted and vibration shall not exceed 19 mm/s, using analyzing equipment.
NOTE: The existing high pressure salt water pumps with motor and controller at sewage compartment HAMWORTHY ENGINEERING LTD DOLPHIN C3 X 2V VERTICAL NON SELF PRIMING 51 TONNES/ AGAINST A 7 BAR HEAD.
13. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT SEWAGE COMPARTMENT
a. Adapt and align existing suction and discharge pipe of high pressure salt water pump at sewage compartment using brass pipe schedule 40 approximately 10 ft. long, pipe size 3'' dia. IPS and 2'' dia. IPS.
b. Pull-out and deliver to shop for repair one (1) suction and one (1) discharged valve of high pressure salt water pump at sewage compartment sizes are stated below:
1) One gate valves size 3'' dia. IPS (flange type).
2) One globe valves size 2'' dia. IPS (flange type).
c. Disassemble all valves, lap and grind valve from disk to seat and replace defective valve disk. Reassemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Install onboard with new gaskets, bolts and nuts.
e. Conduct operational test and correct noted deficiencies.
f. Paint pipes and valves with one (1) coat marine epoxy black as top coat
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
171
14. REPAIR OF ANCHOR WINCH MECHANISM
a. Secure anchor and chain for the check-up/repair of anchor winch mechanism aboardship.
b. System check troubleshoots onboard winch mechanism.
c. Repair brake drum and gear assembly. d. Remove cover of drive and driven gear for
polishing and repair. e. Counter check gear tooth, check clearance
and conduct necessary adjustment as recommended.
f. Repair brake bond and replace brake lining with brand new materials.
g. After repair, re-assemble winch mechanism and replace all grease fittings. Lubricate all mechanisms with grease.
h. Install brake pad and free-up brake mechanism.
i. Repair anchor winch mechanism foundations. j. Conduct test for satisfactory operation.
15. REPAIR OF HYDRAULIC PIPES OF ANCHOR WINDLASS AT FORWARD COMPARTMENT
a. Repair deteriorated portion of hydraulic piping of anchor windlass, located at forward compartment using black iron pipe schedule 80 sizes are stated below:
1) Pipe size 1-1/4" dia IPS approximately 10 feet long
2) Pipe size 3/4" dia IPS approximately 10 feet long
3) Pipe size 1/2" dia IPS approximately 10 feet long
4) Pipe size 1" dia IPS approximately 20 feet long
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies. d. Paint pipes with one (1) coat marine epoxy
primer and one (1) coat marine epoxy black as top coat.
16. SERVICING OF LOW PRESSURE AIR COMPRESSOR AT AFT ENGINE ROOM
a. Conduct servicing of air compressor
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
172
aboardship to lap and service intake and discharge valve.
b. Renew gasket of cylinder head. c. Replace defective pressure switch. d. Conduct operational test to prove satisfactory
completion of work.
NOTE: The existing low pressure air compressor WILLIAM AND JAMES (ENGINEERING) Ltd MODEL 715, TWIN SET.
17. REPAIR PORT AND STARBOARD DECK CRANE
a. Conduct repair on port and starboard deck crane to eliminate leakages noted on hydraulic cylinder and telescopic boom aboardship.
b. Pull out hydraulic cylinder and replace defective oil seal with brand new materials.
c. Conduct repair on telescopic boom of crane and replace defective oil seal with brand new materials.
d. After repair, reinstall hydraulic cylinder and refill the system with hydraulic fluid.
e. Replace boom rollers, hook, hoses and cables with brand new materials.
f. Conduct repair on cable drum and lubricate the system with sufficient grease as lubrication.
g. Refill system with hydraulic oil and conduct operational test for satisfactory completion of work.
h. Sandblast and paint port and starboard deck crane.
18. REPAIR OF PORT AND STARBOARD SHAFT BRAKE MECHANISM
a. Disconnect electronic wiring and tubing connections of port and starboard shaft brake mechanism for repair.
b. Check all fittings and tubing connections for air leaks and replace as recommended.
c. Replace brake pad with new materials, machine and reface brake disc and conduct adjustment as needed.
d. Upon completion of repair, reinstall new brake pad and reconnect tubing connections.
e. Repair electronic components of the system and conduct rewiring as needed.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
173
f. Conduct test for satisfactory operations.
19. REPAIR AFT CAPSTAN LEVER CONTROL MECHANISM
a. Repair hydraulic leakage of capstan lever control mechanism.
b. Replace worn-out oil seal and gaskets of lever control mechanism with brand new materials.
c. Replace copper tubing and tighten tube fittings and mating flanges.
d. Replace defective hydraulic hoses. e. Re-fill tank with hydraulic fluid and conduct
test ensuring no leakage were noted during the operation.
20. REPAIR FIREMAIN PIPES AND VALVES OF FIRE STATIONS
a. Repair deteriorated of pipings of nineteen (19)fire stations, using brass pipe sch 40 approximately 80ft. long, pipe size 2" dia. IPS.
b. Pull out and deliver to shop for repair firemain of nineteen (19) fire stations, size 2" dia IPS.
c. Disassemble all valves, lap/grind valves from disk to seat and replace defective valve disk. Re-assemble all parts of valves and conduct shop hydrotest with required pressure of 100 PSI.
d. Replace deteriorated flange pipe at fire station number 1, 2, 3, 4, 5, 7, 8 and 10.
e. Conduct shop hydro test on newly repaired pipe with required pressure of 50 PSI.
f. Install onboard with new gaskets, bolts and nuts.
g. Conduct operational test and correct noted deficiencies.
h. Paint valves with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat.
21. REPAIR SUCTION PIPE OF POCKET DRAIN AT AMMO ROOM
a. Repair weak/deteriorated portion of suction pipe of pocket drain at ammo room, using brass pipe schedule 40 approximately 10 ft. long, pipe size 2" dia. IPS.
b. Provide and install foot valve with strainer
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
174
thread size 2" dia. IPS and one foot valve with strainer for spare.
c. Fabricate pocket drain with strainer. d. Conduct shop hydrotest on newly repaired
pipes. e. Conduct operational test and correct noted
deficiencies. f. Paint pipes with one (1) coat marine epoxy
black as top coat.
22. REPAIR OF DRAIN PIPES OF COMMANDING OFFICER (CO) AND OFFICER'S HEAD
a. Remove clogged-up and repair deteriorated portion of drainage pipes of CO's and Officer's head from deck drainage pipe of CO's and Officer's head leading to overboard discharge pipe at ammo room, using brass pipe approximately 10 ft. long pipe size 1-1/2" dia. IPS.
b. Conduct leak test on newly repaired pipes. c. Install onboard with new gasket, bolts and
nuts. d. Conduct test and correct noted deficiencies. e. Paint pipes with one (1) coat marine epoxy
black as top coat.
23. REPAIR OF DECK DRAIN PIPE AT DIFFERENT LOCATIONS
a. Remove and replace deteriorated portion deck drainage pipe of different location, as stated below, from said location leading to overboard discharge, using galvanized pipe schedule 80 approximately 80 ft long pipe size 2'' dia. IPS.
1) Port and starboard passage way, in front of wardroom.
2) Port and starboard bridge wing. 3) Port and starboard panel deck. 4) Port and starboard passage way
beside crane. 5) Port and starboard passage way
amidship. 6) Port and starboard fantail.
b. Fabricate and install deck strainer. c. Conduct shop leak test on newly repaired pipes d. Install onboard with new gasket, bolts and
nuts.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
175
e. Paint pipes with one (1) coat marine epoxy primer and one (1) coat epoxy black as top coat.
24. REPLACEMENT OF SUCTION PIPE INSIDE FRESH WATER TANK AT FORWARD MAIN ENGINE
a. Remove and replace weak/deteriorated suction pipe inside of fresh water tank located at forward main engine, using galvanized pipe schedule 80, approximately 10 ft long, pipe size 2 1/2'' dia. IPS.
b. Provide and install foot valve with strainer on end of newly installed suction pipe.
c. Conduct operational test and correct noted deficiencies.
d. Paint pipe with one (1) coat marine epoxy primer and epoxy green as top coat.
25. REPLACEMENT OF WATER PIPING SYSTEM AND VALVES
a. Replace entire deteriorated piping system from fresh water tank leading to fresh water pumpand pressure tank then distribute to different compartment, engine room, transfer pipe andvent pipe using brass pipe sch 40, pipe sizes stated below: 1) Pipe size 3'' diameter IPS approximately
300 ft long. 2) Pipe size 2-1/2'' diameter IPS
approximately 300 ft long. 3) Pipe size 2'' diameter IPS approximately
240 ft long. 4) Pipe size 1-1/2'' diameter IPS
approximately 340 ft long. 5) Pipe size 1-1/2'' diameter IPS
approximately 200 ft long. 6) Pipe size 1'' diameter IPS approximately
200 ft long. 7) Pipe size 3/4'' diameter IPS
approximately 240 ft long. 8) Pipe size 1/2'' diameter IPS
approximately 300 ft long. 9) Pipe size 3/8'' diameter IPS
approximately 160 ft long. b. Replace all defective valves sizes stated
below: 1) Two (2) gate valves flange type size 3''
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
176
diameter. 2) Two (2) gate valves flange type size 2-1/2''
diameter. 3) Two (2) gate valves flange type size 2''
diameter. 4) Three (3) gate valves flange type size 1-
1/2'' diameter. 5) Four (4) gate valves flange type 1-1/4''
diameter. 6) Two (2) gate valves threaded size 1''
diameter. 7) Five (5) gate valves threaded size 3/4''
diameter. 8) Five (5) gate valves threaded size 1/2''
diameter. 9) Eight (8) gate valve threaded size 3/8''
diameter. c. Conduct shop hydrotest on newly replaced
pipes and valves with required pressure of 50PSIon pipes and 100PSI on valves.
d. Conduct operational test and correct noted deficiencies.
e. Paint pipes and valves with one (1) coat marine epoxy green as top coat.
26. INSULATION OF FLEXIBLE EXHAUST
MANIFOLD
a. Remove worn out insulation cover of flexible exhaust manifold.
b. Insulate with new magnesia cement at least 2'' thick with wire support and cover with insulation cloth.
c. Conduct operational test and correct noted deficiencies.
27. REPLACEMENT OF MAIN PROPULSION DIESEL ENGINE OVERBOARD DISCHARGE PIPES AND VALVE
a. Replace deteriorated overboard discharge pipe of main propulsion diesel engine using brass pipe approximately 20 ft. long, pipe size 2-1/2 dia. IPS.
b. Repair two (2) defective overboard discharge angle valves size 2-1/2'' dia. IPS flange type.
c. Conduct shop hydrotest on newly replaced pipes and newly repaired valves with required pressure of 50 PSI for pipes and 100 PSI for valves.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
177
d. Conduct operational test and correct noted deficiencies.
e. Paint pipes and valves with one (1) coat marine epoxy black as top coat.
28. REPLACEMENT OF DISCHARGE PIPE AND
VALVE AT AFT BILGE
a. Replace deteriorated discharge pipes of after bilge using brass pipe schedule 40 approximately 60 ft. long, pipe size 2'' dia. IPS.
b. Repair one (1) overboard discharge angle valve size 2'' dia. IPS flange type.
c. Conduct shop hydrotest on newly replaced pipes and newly repaired valves with required pressure of 50 PSI for pipes and 100PSI for valves.
d. Conduct operational test and correct noted deficiencies.
e. Paint pipes and valves with one (1) coat marine epoxy black as top coat.
29. REPLACEMENT OF MPDE Nr. 1 AIR DISTRIBUTION PIPING SYSTEM
a. Replace deteriorated air distribution pipings of port main engine, using black iron pipe schedule 80 approximately 20 ft. long, pipe size 1-1/ 2'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies.
d. Paint pipes and valves with one (1) coat marine epoxy blue as top coat.
30. REPLACEMENT OF MPDE Nr. 2 AIR DISTRIBUTION PIPING SYSTEM
a. Replace deteriorated air distribution pipings of starboard main engine, using black iron pipe schedule 80 approximately 20 ft. long, pipe size 1-1/ 2'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies.
d. Paint pipes and valves with one (1) coat marine epoxy blue as top coat.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
178
31. REPLACEMENT OF SALT WATER FLUSHING PIPE OF HEAD BOWL
a. Replace deteriorated salt water flushing pipe of head bowl, using brass pipe schedule 40 approximately 20 ft. long, pipe size 1-1/4'' dia. IPS.
b. Conduct shop hydrotest on newly replaced pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies.
d. Paint pipes and valves with one (1) coat marine epoxy black as top coat.
32. REPLACEMENT OF BYPASS AIR VALVE PANEL REGULATOR
a. Replace defective one (1) air valve panel regulator size 3/4'' dia. threaded.
b. Conduct shop hydrotest on newly procured regulating valve with required pressure of 100PSI.
c. Conduct operational test and correct noted deficiencies.
d. Paint valves with one (1) coat marine epoxy blue as top coat.
33. REPAIR OF EMERGENCY FIREMAIN VALVE
a. Repair one (1) emergency fire main valve size 3'' dia. IPS.
b. Disassemble valve, sandblast lap and grind valve from disk to seat and replace defective internal parts.
c. Reassemble all parts of valve and conduct shop hydrotest with required pressure of 100 PSI.
d. Conduct operational test and correct noted deficiencies.
e. Paint valve with one (1) coat marine epoxy black as top coat.
34. REPLACEMENT OF FIRE ALARM SYSTEM ASSEMBLY WITH DETECTORS AND SENSORS AT ALL COMPARTMENTS
a. Replace with brand new fire alarm system with detectors and sensors at all compartments with the following specifications stated below:
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
179
1) Control panel, 240VAC, 60Hz, with hardware for 24VDC power converter, steel, red color with key locking door.
2) Fire horn with strobe light, 240VAC, 0.005A, 4'' W x 4'' H x 1-3/4'', 15/75 candela strobe signal, flashes 60 times/min. with '' FIRE '' printed in strobe.
3) Annunciator, 240VAC, 10 point input, NEMA - 1 enclosure, includes, 10 supply relay or switch input and bulb test switch, hazardous resistant.
4) Fire bell, 240VAC, 6 '' dia., 86 db at 10 ft. with electrical mounting box.
5) Fire alarm station switch, 120VAC, manual, SPST, NO, with PULL DOWN lever when operated, shock proof, red color.
6) Smoke detector, 24VDC, 2 W, 6.1'' dia, 1.85'' ht, with photo electric sensor.
b. Lay-out brand new electrical wirings from main control panels, horn and strobes, annunciators, fire bells, fire alarm station switches, smoke detectors and sensors with the following specifications:
1) Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each. AWG Nr. 18, solid copper wire).
2) Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame resistant and resist abrasion, UL standard.
c. Conduct operational test in accordance with the following test parameters and procedures:
1) Must operate at 240VAC, 1PH, 60Hz. 2) System are manually and auto sensor
operation. NOTE: The existing is MINERVA MARINE.(As per sample)
35. REPLACEMENT OF SPRINKLER HEAD AND
SPRINKLING PIPING SYSTEM
a. Replace defective forty one (41) brass sprinkler head of sprinkling piping system approximately 400 ft, size 1/2" dia. IPS located as stated below:
1) One (1) at passageway machinery
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
180
control room. 2) One (1) in front of wardroom pantry. 3) One (1) at wardroom pantry. 4) Three (3) in front of passageway ship
supt. office. 5) One (1) at ship supt. office. 6) One (2) at wardroom. 7) Four (4) at officer's country. 8) One (1) in front of officer's head. 9) One (1) at officer's head. 10) Two (2) at CO's cabin. 11) One (1) at Executive Officer stateroom. 12) One (1) at officer's entrance door. 13) Four (4) at gun bay. 14) Eight (8) at ammo room ship cat 1. 15) One (1) at senior 1 billeting. 16) One (1) at Sound Reproduction
Equipment (SRE). 17) One (1) in front of SRE. 18) One (1) at panel deck ship cats. 19) One (1) at panel deck oxy and
acetylene rack 20) One (1) at paint locker. 21) One (1) at Bromotrifluoromethane
(BTM) compartment. 22) One (1) at naval store room. 23) One (1) at regulating office.
b. Provide five (5) brass sprinkler head size 1/2" IPS for spare.
c. Remove and replace weak/deteriorated portion pipings of sprinkling, using brass pipe schedule 40 approximately 40 ft. long, pipe size 1/2" dia.
d. Remove and reinstall wooden ceiling with perforated metal sheeting on said location of sprinkler head and pipings.
e. Conduct operational test and correction noted deficiencies.
36. REPLACEMENT OF FLOODING ALARM SYSTEM
ASSEMBLY WITH FLOAT SENSORS AT AFT AND FORWARD ENGINE ROOM
a. Replace with brand new flooding alarm system with float sensors at AFT and FORWARD Engine room with the following specifications stated below:(As per sample)
1) Control panel, 240VAC, 60Hz, with hardware for 24VDC power converter, steel, corrosion resistant with key
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
181
locking door. 2) Horn and strobe, 240VAC, 15/75
candela strobe signal flashing (60 times per minute) dim. - 4'' W x 4'' H x 1 3/4'' Dp series.
3) Annunciator, 240VAC, 10 point input, NEMA - 1 enclosure, includes, 10 supply relay or switch input and bulb test switch, hazardous resistant.
4) Electric bell, 240VAC, 6 '' dia., 86 db @ 10 ft. with mounting box.
5) Float, liquid level switch, 120VAC, manual, SPST, NO, with lever operated, shock proof with mounting base.
b. Lay-out brand new electrical wirings from main control panels, horn and strobes, annunciators, electric bells and float switches with the following specifications:
1) Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each. AWG Nr. 18, solid copper wire).
2) Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame resistant and resist abrasion, UL standard.
c. Conduct operational test in accordance with the following test parameters and procedures:
1) Must operate at 240VAC, 1PH, 60Hz . 2) System are manually and auto float
sensor operation. NOTE: The existing flooding alarm system assembly with float sensors at aft and forward engine room NEWBURY DIESEL Co. Ltd, Newbury England Serial Nr.: 50132.
37. FABRICATE AND INSTALL PIPINGS OF CO2 FIXED FLOODING SYSTEM WITH CO2 BOTTLES AT FORWARD AND AFT ENGINE ROOM
a. Provide and install six (6) CO2 bottles (100 lbs) with charge at forward and aft engine room.
b. Fabricate and install two (2) steel foundations as per design plan for three (3) bottles of CO2 at forward engine room and three CO2 bottles at aft engine room.
c. Fabricate and install piping system of the said CO2 flooding system from discharge of CO2
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
182
bottles leading to top of port and starboard main engines as per plan provided, using black iron pipe schedule 80 approximately 60 ft. long, pipe sizes are 1/4", 3/4" and 1/2" dia. IPS.
d. Install all accessories of CO2 fixed flooding system.
e. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI.
f. Conduct operational test with water on all pipings of CO2 fixed flooding system and correct noted deficiencies.
g. Fabricate and install pipe brackets. h. Paint pipes with one (1) coat marine epoxy
primer.
38. REPAIR OF MAIN REEFER
a Repair main reefer aboardship. b Replace with brand new compressor motor
and salt water pump motor assemblies with controller with the following specifications:
1) Compressor unit, refrigeration assembly, 440VAC, 3 Phase, 60Hz with cooling fan motor blower assembly ( as per existing aboardship)
2) Magnetic starter, across the line, 440VAC, 60HZ with adjustable overload with Auto/Manual set up with enclosure.
3) Centrifugal pump and motor, close couple, horizontal mounted, 440VAC, 60 Hz, 50 PSI, heavy duty cast iron body, bronze impeller and pump housing, totally enclosed fan cooled, continuous duty, wetted parts are Buna - N carbon ceramic type (as per existing aboardship).
c. Replace with brand new accessories and other parts found defective.
d. Lay out brand new electrical wirings. e. Conduct operational test in accordance with
the following test parameters and procedures: 1) Temperature of motor must not exceed
limits of Class F insulation (180 degrees F).
2) Reefer must operate at 440VAC, 3 Ph, 60Hz.
3) Temperature range at 33º to 45º F for cool compartment.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
183
4) Temperature range at 10º to 20º F for cold compartment.
NOTE: The existing main reefer is DWM COPELAND Serial Nr.: 0685655 DLJE-201-EWL-000, 50Hz, 440 V, 3Phase.
39. REPAIR OF SEWAGE TREATMENT PLANT SYSTEM
a. Repair sewage treatment plant system aboardship.
b. Repair process pump and motor assembly, surge tank pump and motor assembly, solid discharge pump and motor assembly, liquid effluent pump and motor assembly, flocculent pump and motor assembly, chlorine pump and motor assembly and replace parts found defective.
c. Check, clean and repair magnetic coils, contacts, overload relay, switches of controller assembly
d. Replace with brand new float switches assembly (as per existing aboard ship and other parts found defective.
e. Lay-out brand new electrical wirings. f. Provide the necessary
chemicals/consumables and other accessories needed for one (1) year.
g. Conduct operational test in accordance with the following test parameters and procedures:
1) Temperature of motor must not exceed limits of Class F insulation (180 degrees F) .
2) Must operate at 440VAC, 3 Ph, 60Hz .
NOTE: The existing sewage treatment plant system MARLAND ENVIRONMENTAL SYSTEMINC SS615 TYPE II.
40. REPLACEMENT OF PIPINGS OF SEWAGE TREATMENT PLANT
a. Replace existing galvanized pipe to brass pipe of sewage treatment plant from drainage pipe of heads leading to sewage tank, to suction side of pump and discharge to overboard of freeboard. Use brass pipe approximately 30 feet long pipe size 2-1/2" dia. IPS and 100 ft. long pipe size 1-1/2" dia.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
184
IPS. b. Provide two gate valves size 2-1/2" IPS and
1-1/2" IPS threaded and two elbow silver brazing size 2-1/2" x 90 deg and 1-1/2" x 90 deg for spare.
c. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI.
d. Conduct operational test and correct noted deficiencies.
e. Paint pipe with one (1) coat marine epoxy black as top coat.
41. REPLACEMENT OF OIL-WATER SEPARATOR
SYSTEM
a. Provide and install brand new oil water separator module with complete accessories at FWD and AFT Engine room with the following specifications:
1) Separator: two stage automatic, capacity : 1 mᶾ / hr, pressure: 1.38 to 3.52 bars
2) Oil bilge pump: type - CCH 213 RJM, capacity: 1 mᶾ / hr
3) Motor drive pump: 0.55KW, 440VAC, 3Ph, 1720RPM.
4) Control module system b. Repair and reconnect existing pipings to new
pump and motor assemblies with new flanges and rubber gaskets.
c. Lay-out brand new electrical wirings. d. Conduct operational test in accordance with
the following test parameters and procedures: 1) Temperature must not exceed limits of
Class F insulation (180 degrees F). 2) Motor must operate at 440VAC, 3PH,
60Hz. NOTE: The existing oil-water separator system is THODGE SEPARATORS Ltd VICTOR SERIES VS2, TWO STAGE AUTOMATIC 1 M3/H, 1.38 TO 3.52 BAR.
42. REPAIR PIPINGS OF OIL AND WATER SEPARATOR
a. Remove, then clean and repair existing deteriorated portion of pipings of oil and water separator, using brass sizes are stated below:
1) Pipe size 1" dia. IPS approximately 10
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
185
ft. long. 2) Pipe size 3/4" dia. IPS approximately
10 ft. long. b. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI. c. Conduct operational test and correct noted
deficiencies. d. Paint pipe with one (1) coat marine epoxy
primer and one (1) coat marine epoxy black and red as top coat.
43. REPLACEMENTS OF LIGHTING FIXTURES AT
DIFFERENT COMPARTMENTS
a. Replace with brand new marine type lighting fixtures at different compartments with the following specifications and location stated below:
1) Fixture, lighting, two fluorescent, standard mounting, 20W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
2) Fixture, lighting, two fluorescent, standard mounting, 40W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
3) Fixture, lighting, single fluorescent, standard mounting, 10W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
4) Fixture, lighting, single fluorescent, standard mounting, 20W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
5) Fixture, lighting, single fluorescent, standard mounting, 40W, 115VAC, 60Hz vibration and shock proof, watertight with diffuser.
LOCATION 10W
TUBE : 20W
2TUBE 40W
TUBE 40W
2TUBE Machinery Control Room 3 Commanding Officer's (CO) Cabin
1
Port Main Engine Room 13
Starboard Main Engine Room 14
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
186
Store Room 1 Ships office 1 Senior Rating (SR) Dining Recreation
3
Galley 3 3 J.R. Dining Recreation 3
Mess Hall 2 SR2 1 Junior Rating (JR) Head
J. R. Wash Room 2 S. R. Head 1 Damage Control Compt. Forward 2
Officers Baggage Compt.
Crews Baggage Compt.
Emergency Provision Compartment.
Dirty Clothes Locker
Ship store 1 J. R. 3 1 Passageway Deck 1
J. R. 2 Compartment 12 3
J. R. 1 Compartment 12 3
Passageway Officers Deck
Officers Country Passageway
Officers Head 1 Passageway 01 Deck
Radar Room Main Communication Office (MCO)& Communications Control Room (CCR)
01 Head Chart Room 1
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
187
Electrical Workshop 2
Laundry Room 2 Spare Store Room 3
Damage Control Room Aft 3
Passageway Boatswain Mate’s Storeroom 2 1
Passageway to Aft 3
Aft steering Gear Compartment 3
TOTAL 27 13 64 2 b. Check, clean and repair switches and replace
parts found defective. c. Conduct operational test in accordance with
the following test parameters and procedures: Must operate at 115VAC, 1Ph, 60Hz.
44. REPLACEMENT OF CIRCUIT BREAKER OF
GROUP STARTER PANEL AT MAIN SWITCHBOARD
a. Tag, disconnect and secure electrical power of main switchboard.
b. Replace with brand new circuit breaker of group starter at main switchboard with the following specifications: Molded case circuit breaker, 200AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA.(As per sample)
c. Conduct operational test in accordance with the following test parameters and procedures: Must operate at 440VAC, 3Ph, 60Hz.
NOTE: The existing starter panel at main switchboard is INDUSTRIAL and MACHINE SWITCH GEAR Ltd Group Starter Board Rated 200A Cable 3c 185mm.
45. REPLACEMENT OF CIRCUIT BREAKER OF PRIMARY TRANSFORMER PANEL AT MAIN SWITCHBOARD
a. Tag, disconnect and secure electrical power of main switchboard.
b. Replace with brand new circuit breaker of
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
188
primary transformer panel at main switchboard with the following specifications: Molded case circuit breaker, 225AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA. (As per sample)
c. Conduct operational test in accordance with the following test parameters and procedures: Must operate at 440VAC, 3Ph, 60Hz.
46. REPLACEMENT OF GALLEY WASTE PUMP AND
MOTOR ASSEMBLIES Nr. 1 AND 2 WITH CONTROLLERS
a. Replace with brand new galley waste pump and motor assemblies Nr. 1and 2 with controllers with the following specifications: (As per sample)
1) Centrifugal, close coupled, horizontal mounted, 440VAC, 3 PH, 60Hz, 5 GPM, totally enclosed fan cooled, pump type - AOVK 1301 FW, sanitary type 316 stainless steel.
2) Magnetic starter, across the line, 440VAC, 60Hz with adjustable overload with stop - start push button with enclosure with auto/manual selector switch.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440 VAC, 60 Hz, bolt on.
b. Lay-out brand new electrical wirings. c. Conduct operational test in accordance with
the following test parameters and procedures: 1) Temperature must not exceed limits of
Class F insulation (180º F). 2) Motor must operate at 440VAC, 3PH,
60Hz.
NOTE: The existing galley waste pump is SIHI-RYALAND PUMPS Ltd AOVK 1301 FW18.2 LITERS/MIN, SPEED 200 REV/MIN.
47. REPAIR OF DRAINAGE PIPE OF GALLEY AND PANTRY
a. Remove and replace deteriorated portion of drainage pipe of galley and pantry from existing joint flange at forward engine room leading to waste tank and discharge to over board, using galvanized pipe schedule 80
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
189
approximately 20 ft long pipe size 2-1/2" dia IPS.
b. Replace defective overboard discharge valve. c. Shop hydrotest on newly repaired pipe with
required pressure of 50 PSI and newly procured valve with required pressure of 100 PSI.
d. Install onboard with new gasket, bolts and nuts.
e. Conduct operational test and correct noted deficiencies.
f. Paint pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
48. REPAIR OF SELF-CONTAINED AIR
CONDITIONING UNIT AND COOLING SYSTEM AT AFT COMPARTMENTS
a. Repair self-contained air conditioning unit and cooling system at AFT compartments.
b. Replace with brand new self-contained air conditioning unit assembly with complete accessories at different compartments with the following specifications stated below:
1) Four (4) self-contained air conditioning unit assemblies, 2KW - 3.2KW, 115VAC, 3PH, 60Hz, 11,000BTU/HR, water-cooled (as per existing aboardship).
2) One (1) self-contained air conditioning unit assembly, 3KW - 5.3KW, 115VAC, 3PH, 60Hz, water cooled (as per existing aboardship).
c. Replace with brand new sea water cooling pump and motor assembly of self- contained air conditioning unit with the following specifications:
1) Close couple, centrifugal pump and motor assembly, 440VAC, 3PH, 60Hz, 18.23 GPM pump capacity, marine type, totally enclosed fan cooled.
2) Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
d. Replace with brand new copper tubings with insulations, gate valves, fittings and other
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
190
accessories. e. Conduct flushing with nitrogen gas and repair
all leakages and charge with refrigerant gas. f. Lay-out brand new electrical wirings g. Conduct operational test in accordance with
the following test parameters and procedures: 1) Motor temperature must not exceed as
per name plate data. 2) Must operate at 440VAC, 3PH, 60HZ. 3) Cooling capacity should be between
16ºC to 24ºC at 37ºC ambient temperature.
NOTE: The existing self-contained air conditioning unit and cooling system at aft compartments is VIKING 12 MJN Ltd Norvent Division, England.
49. RE-CONNECT PIPINGS OF SELF-CONTAINED AIR CONDITIONING UNITS
a. Re-connect existing pipes of self-contained air condition units at aft storage room, work shop and Damage Control locker.
b. Replace existing salt water suction rubber hose to brass pipe on cooling of self-contained aircon at naval store.
c. Replace defective butterfly valves, check valves and Y-strainers, 3/8" IPS.
d. Paint pipe with (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat.
e. Conduct operational test and correct noted deficiencies.
50. REPAIR OF SUCTION AND DISCHARGE PIPES OF SALT WATER PUMP OF SELF-CONTAINED AIRCON AT AFT
a. Remove and repair deteriorated portion of suction and discharge pipes of salt water pump of self-contained aircon at aft engine room from strainer sand trap leading to pump, using galvanized pipe schedule 80 sizes are stated below:
1) Pipe size 2" dia. IPS approximately 10' long.
2) Pipe size 1" dia. IPS approximately 10' long.
b. Provide non-existing gate valve flange type size 1" IPS.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
191
c. Conduct shop hydrotest on newly repaired pipes with required pressure of 50 PSI.
d. Install onboard with new gasket, bolts and nuts.
e. Conduct operational test and correct noted deficiencies.
f. Paint pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat.
51. REPLACEMENT OF FRESH WATER PUMP AND
MOTOR ASSEMBLY Nr. 1 & 2 WITH CONTROLLER
a. Replace with brand new fresh water pump and motor assembly Nr. 1 & 2 with controller with the following specifications: (As per sample)
1) Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 13.21 GPM pump capacity, marine type, totally enclosed fan cooled.
2) Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on.
4) Pressure switch and pressure gauge. Make: Goulds Pump
b. Repair foundation and mounting holes of new fresh water pump motor assembly Nr. 1 & 2.
c. Repair and reconnect existing pipings to new fresh water pump motor assembly Nr. 1 & 2 with new flanges and rubber gaskets.
d. Lay-out brand new electrical wirings. e. Conduct operational test in accordance with
the following test parameters and procedures: 1) Temperature must not exceed limits of
Class F insulation (180º F). 2) Motor must operate at 440VAC, 3PH,
60Hz. NOTE: The existing fresh water pump and motor assembly Nr. 1 & 2 with controller ONE FRESH 3 M3/H, 3.5 BAR HEAD.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
192
52. ADAPTATION OF SUCTION AND DISCHARGE PIPE OF FRESH WATER PUMP NR. 1 AND 2
a. Adapt and install existing suction and discharge pipe of fresh water pump Nr. 1 and 2, using galvanized pipe schedule 80 sizes are stated below:
1) Pipe size 2-1/2" dia. IPS approximately 10 ft. long for suction pipe.
2) Pipe size 2" dia. IPS approximately 10 ft. long, for discharge pipe.
b. Bring-out and deliver to shop for repair two (2) each control gate valves size 2-1/2" flange type.
c. Provide two (2) gate valves size 2-1/2" and 2" IPS flange type for spares.
d. Conduct shop hydrotest on newly repaired valves with required pressure of 100 PSI.
e. Conduct operational test and correct noted deficiencies.
f. Paint pipes and valves with one (1) coat marine epoxy primer and one (1) coat marine epoxy green as top coat.
53. REPLACEMENT OF 25-TONNER CENTRALIZED AIR CONDITIONING SYSTEM AT AFT AND FORWARD
a. Replace with brand new25 tonner centralized air conditioning unit at Aft and Forward with the following specifications stated below: 1) Centralized air conditioning unit, 25
tonner, 300,00BTU/HR, 3PH, 60Hz, marine typeequipment, semi-hermetic reciprocating liquid chilling packages, refrigerant R-404A.Packaged unit completed with brazed plate heat exchanger cooler, fan coil blowers,two (2) condensers with removable heads on shell and tube, copper nickel tubes andtube sheets, steel shell, two (2) compressors, control system with multiple step capacitycontrol, overloading and single phase protection drip proof enclosure with springvibration isolators and demand pressure and limit switches, factory refrigerant and internal pipings and wirings with complete accessories.
2) Two (2) assemblies, close couple, centrifugal salt water pump and motor
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
193
assembly, 440VAC, 3PH, 60Hz, marine type, totally enclosed fan cooled.
3) Two (2) assemblies, controller, starter, magnetic, across the line, 440VAc, 3 pole, 60Hz,with adjustable overload with auto-manual, stop-start push button and enclosure.
b. Replace brand new vent ductings and insulations and other accessories.
c. Replace deteriorated portion of suction and discharge cooling pipes and parts founddefective.
d. Provide and install pipings, copper tubings, insulations and other accessories for the adaptation of existing pipe lines and tubings.
e. Lay out brand new electrical wirings. f. Conduct flushing with nitrogen gas and repair
all leakages and charge with refrigerant gas. g. Conduct operational test in accordance with
the following test parameters and procedures: 1) Motor temperature must not exceed as
per name plate data. 2) Must operate at 440VAC, 3PH, 60HZ. 3) Cooling capacity should be between
16ºC to 24ºC at 37ºC ambient temperature.
NOTE: The existing 25-tonner centralized air conditioning system at aft and forward is BITZER KOHLMASCHINENBAU GMBH & Co. KG, Serial Nr.: 361005, 4Hz, max. BETR= 25 bar
54. REPLACEMENT OF SALT WATER SUCTION AND DISCHARGE PIPE OF SALT WATER PUMP NR. 1 & 2 OF 25 TONS AIR CONDITIONING UNIT
a. Remove and replace deteriorated salt water suction and discharge pipe from galvanized pipe to brass pipe, located at forward engine room using brass pipe schedule 40 sizes are stated below:(As per sample)
1) Pipe size 3" and 2-1/2" dia. IPS approximately 20 ft. long for suction pipe.
2) Pipe size 2" and 1-1/2" dia. IPS approximately 20 ft. long for discharge pipe.
b. Conduct shop hydrotest on newly fabricated pipes with required pressure of 50 PSI.
c. Conduct operational test and correct noted deficiencies.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
194
d. Pipe with one (1) coat marine epoxy black as top coat.
55. REPLACEMENT OF MAIN ENGINE PRE-LUBRICATION PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOM
a. Replace with brand new main engine pre-lubrication pump and motor assemblies with controllers at Forward and AFT engine room with the following specifications:(As per sample).
1) Centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 9.82 m /hr at 3.4 bar (43.24GPM at 49.3 PSI) - pump capacity, marine type, 1750 RPM, totally enclosed fan cooled.
2) Starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload with stop-start push button and auto/manual selector switch with enclosure.
3) Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on.
4) Pressure switches and pressure gauges.
b. Repair and reconnect existing pipings to new pre-lubrication pump and motor assemblies with new flanges and rubber gaskets.
c. Lay-out brand new electrical wirings. d. Conduct operational test in accordance with
the following test parameters and procedures: 1. Temperature must not exceed limits of Class F insulation (180º F). 2. Motor must operate at 440VAC, 3PH, 60Hz.
Note: The existing main engine pre-lubrication pump and motor assemblies with controllers at forward and aft engine room is Peerles 35M Close couple
56. ADAPTATION OF PIPINGS OF LUBE OIL PUMP AT PORT AND STARBOARD MAIN ENGINE ROOMS
a. Adapt existing pipings of lube oil pump at port and starboard main engine, using black iron pipe schedule 80 approximately 20 ft. long,
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
195
pipe size 1" dia. IPS. b. Conduct operational test and correct noted
deficiencies. c. Paint pipes with one (1) coat marine epoxy
primer and one (1) coat marine epoxy yellow paint as top coat.
57. REPLACEMENT OF MAIN ENGINE PRE-HEATING PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOMS
a. Replace with brand new main engine pre-heating pump and motor assemblies with controllers at forward and aft engine room with the following specifications:
1) Close couple, centrifugal pump and motor assembly,
440VAC, 3Ph, 60Hz, 9.8 m /hr at 30 m THD (43.15 GPM) -
pump capacity, marine type, 3450 RPM, totally enclosed fan
cooled. 2) Motor starter, magnetic, across the line,
440VAC, 60Hz, with adjustable overload with stop-start
push button and auto/manual selector switch with enclosure. 3) Circuit breaker, molded case, 15AT, 3
Pole, 440VAC,60 Hz, bolt on. 4) Pressure switches and pressure gauges. b. Repair and reconnect existing pipings to new
pre-lubrication pump and motor assemblies with new flanges and rubber gaskets.
c. Lay out brand new electrical wirings. d. Conduct operational test in accordance with
the following test parameters and procedures:
1) Temperature must not exceed limits of Class F insulation
(180º F). 2) Motor must operate at 440VAC, 3PH,
60Hz.
58. REPAIR OF DOMESTIC REFRIGERATION PLANT
a. Repair domestic refrigeration plant aboardship.
b. Replace with brand new compressor unit
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
196
refrigeration assemblies, salt water pump motor assemblies, evaporators, condensers with complete accessories with the following specifications stated below:
1) Compressor unit, refrigeration, semi-hermetic, 2.53KW, 440VAC, 3PH, 60Hz, Type DLU 201, 1750 RPM (as per existing aboardship).
2) Magnetic starter across the line, 440VAC, 60Hz with adjustable overload, start - stop push button and enclosure.
3) Close couple, centrifugal pump, 440VAC, 3PH, 60Hz. 0.516.cu. m / hr pump capacity, marine/sea water type, totally enclosed fan cooled.
4) Magnetic starter across the line, 440VAC, 60Hz with adjustable overload, start - stop push button and enclosure.
5) Condensers unit, refrigeration, sea water cooled, shell tube type assembly (as per existing aboardship).
6) Evaporator’s assembly, with firmed copper coil tube with cooling fan (as per existing aboardship).
c. Replace with brand new copper tubings with insulations, gate valves, fittings and other accessories.
d. Conduct flushing with nitrogen gas and repair all leakages and charge with refrigerant gas.
e. Lay-out brand new electrical wirings. f. Conduct operational test in accordance with
the following test parameters and procedures: 1. Temperature of motor must not exceed
limits of Class F insulation (180º F). 2. Must operate at 440VAC, 3 PH, 60Hz. 3. Temperature range at 33º to 45º F for
cool compartment. 4. Temperature range at 10º to 20º F for
cold compartment. NOTE: The existing domestic refrigeration plant is WEST-BEYNON.
59. REPAIR OF EMERGENCY GENERATOR
DISTRIBUTION PANELBOARD ASSEMBLY
a. Repair emergency generator distribution panel board assembly aboardship.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
197
b. Secure electrical power of main switchboards, switch off main circuit breaker and provide safety tag "DANGER: DO NOT OPERATE".
c. Open switchboard panels, tag and disconnect electrical wirings on defective panel meters.
d. Replace with brand new all defective panel meters (as per existing), pilot lamps (as per existing) incandescent lamps (as per existing) and circuit breakers (as per existing) emergency generator distribution panel board assembly and emergency main switchboard.
e. Secure electrical power of emergency main switchboard, switch on main circuit breaker.
f. Check synchronize line to line output of emergency generator distribution panel board assembly to emergency main switchboards, secure and remove safety tag.
g. Conduct operational test in accordance with the following test parameters and procedures:
1) Emergency generator distribution panel board assembly must operate at 440 VAC, 3Phase, 60Hz.
2) Output power of emergency generator distribution panel board assembly must synchronized to output power of emergency switchboard.
60. SERVICING OF FUEL OIL TRANSFER PUMP
ASSEMBLY WITH CONTROLLER AT FORWARD AND AFTENGINE ROOM
a. Conduct servicing of fuel oil transfer pump number 1 & 2.
b. Replace bearings, wearing rings, shaft seal, gasket and gauges.
c. Conduct alignment of motor to pump. d. Conduct operational test in accordance with
the following test parameters and procedures: 1) Temperature must not exceed limits of
Class F insulation (180° F). 2) Motor must operate at 440VAC, 3PH,
60HZ.
NOTE: The existing fuel oil transfer pump assembly is HAMWORTHY ENGINEERING Ltd SNF 80-46U2 HORIZONTAL INTERNAL BEARING SCREW 10 TONNES/H AGAINST A TOTAL HEAD OF 20 METERS.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
198
61. REPLATING OF DECK AT SEWAGE COMPARTMENT AND PASSAGEWAY
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at sewage compartment and passageway approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
d. Paint with one (1) coat epoxy deck gray on both sides as top coat.
62. REPLATING OF DECK AT AIR CONDITIONING UNIT (ACU) COMPARTMENT
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at ACU compartment approximately 145 ft2 (839.55 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replating approximately 145 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
63. REPLATING OF DECK AT PORT AND STARBOARD EXHAUST AND SUPPLY BLOWER COMPARTMENTS
a. Remove interferences and ensure that all parts/items that were removed are properly
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
199
marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at port and starboard exhaust and supply blower compartment approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replating approximately 120 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
64. REPLATING OF DECK AT FORWARD MAIN
DECK (PORT SIDE)
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at forward main deck (port side) between frame Nr. 72 - frame Nr. 78 approximately 120 ft2 (694.8 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and replace fiberglass insulations in way of replating approximately 120 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
65. REPLATING OF DECK AT STARBOARD MAIN DECK
a. Remove interferences and ensure that all parts/items that were removed are properly
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
200
marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at starboard main deck from frame Nr. 41 - frame Nr. 43 approximately 15 ft2 (86.85 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Remove and renew fiberglass insulation in way of replating approximately 15 ft2 in area using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wirings and piping connections to their original locations and in good condition.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
66. REPLATING OF DECK AT DECK GEAR STORAGE
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replate deteriorated and thinned/weak portion of deck platings at deck gear storage approximately 50 ft2 (289.5 kgs) in area, using pre-blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131.
c. Renew deteriorated frames and stiffeners in way of re-replating approximately 20 LF (37.27 kgs), using 1/4" thick x 2" x 3" steel angle bars.
d. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
e. Paint with one (1) coat epoxy deck gray on both sides as top coat.
67. REPLACEMENT OF STEPS OF INCLINED LADDERS AT FORWARD AND AFT ENGINE ROOM
a. Replace deteriorated thirty(30) steps of inclined ladders at forward and aft engine rooms, using 3/16" the (4.7 mm) steel floor
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
201
plate non-skid. b. Paint with one (1) coat marine epoxy primer
and one (1) coat marine epoxy deck gray as top coat.
68. REPAIR OF SUPERSTRUCTURE
a. Remove interferences and ensure that all
parts/items that were removed are properly marked or labeled, such as electrical wiring, double walling and piping connections.
b. Replate deteriorated and thinned lower portion of superstructure approximately 32 ft2 in area, using 1/4" thick (5.3 mm) aluminum plate.
c. Remove and replace fiberglass insulations in way of replating approximately 32 ft2 in area, using 1" thick x 2' x 4' fiberglass insulation. Paint newly installed fiberglass insulation same color as existing.
d. Reinstall all marked or labeled parts/items removed such as electrical wirings, double walling and piping connections to their original locations and in good conditions.
e. Paint with one (1) coat marine epoxy primer and one (1) coat marine epoxy deck gray as top coat.
69. REPLACEMENT OF DOMESTIC TANKS AT FORWARD ENGINE ROOM
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled, such as electrical wiring and piping connections.
b. Replace deteriorated two (2) domestic tank (size 2 feet dia. x 4 ft. height) located at forward engine room, using 3/16" thick (4.7 mm) stainless plate.
c. Reinstall all marked or labeled parts/items removed such as electrical wiringsand piping connections to their original locations and in good conditions.
70. REPLACEMENT OF OVERHEAD CEILING AT DIFFERENT COMPARTMENTS Replace deteriorated overhead ceiling at different compartments hereunder:
a. Passageway leading to radio room – 1 ea b. Passageway leading to Ship's officer – 1 ea
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
202
c. Ship's office – 3 ea d. Passageway leading to JR's head and wash
room – 12 ea e. JR 1 compartment – 6 ea f. JR 2 compartment – 4 ea g. JR 3 compartment – 10 ea h. JR mess hall – 4 ea i. SR dining and recreation space – 7 ea j. Passageway leading to galley – 7 ea
A total of fifty five (55) ea, using perforated metal ceiling tiles 2’ x 2' color white with fiberglass insulation.
71. FABRICATION AND INSTALLATION OF CLEATS
a. Fabricate and install two (2) cleats as per existing sample onboard, using 3/4" dia. round bar steel located at port and starboard passageways.
b. Paint with one (1) coat marine epoxy primer.
72. REPAIR OF DETACHABLE DECK AT FORWARD AND AFT ENGINE ROOM
a. Renew deteriorated and thinned portion of detachable deck located at forward and after engine room approximately 64 ft2 in area, using 3/16" thick (4.7 mm) steel floor plate non-skids.
b. Renew deteriorated frames of detachable deck approximately 60 LF, using 1/4" thick x 2" x 2" steel angle bars.
c. Paint with one (1) coat marine epoxy primer
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
203
73. REPLACEMENT OF GASKET OF WATERTIGHT ENCLOSURES
a. Repair deteriorated watertight enclosures such as watertight doors, escape scuttle, hatches, air vent covers, using 1/4" thick (6.3 mm) plate (ASTM-A-131)
b. Free-up frozen dog bolts using penetrating oil (WD-40).
c. Paint with one (1) coat marine epoxy primer and one (1) coat marine epoxy haze gray as top coat.
d. Replace and install worn out, missing rubber gaskets of watertight enclosures, approximately 280 LF, using 3/4" thick x 1-1/2" width, rectangular shape rubber gasket located hereunder:
WATERTIGHT DOORS
One (1) ea Passageway leading to O's cabin port main deck One (1) ea Diver's room port main deck One (1) ea ACU room port main deck One (1) ea Machinery control room starboard main deck One (1) ea Boat store room starboard main deck One (1) ea Smoke stack Two (2) ea Port/Starboard Bridge wing One (1) ea Radio room
HATCH COVERS a) One (1) ea Forward main deck b) Two (2) ea Fantail main deck
ESCAPE SCUTTLES a) One (1) ea Forward main deck b) One (1) ea Fantail main deck
AIR VENT COVERS a) Six (6) ea Starboard superstructure b) Five (5) ea Port superstructure TOTAL = (25)
74. REPLACEMENT OF FIBERGLASS INSULATION AT AFT STEERING
Replace worn-out fiberglass insulation at aft steering (overhead) approximately 32 ft2 in area using 2" thick 2' x 4' fiberglass insulation board. Paint newly installed fiberglass insulation same as existing.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
204
75. RENEWAL OF HOUSING OF AIR CONDITIONING UNIT NR 1 AND 2
a. Remove interferences and ensure that all parts/items that were removed are properly marked or labeled such as electrical wirings and piping connections.
b. Renew deteriorated housing of ACU Nr. 1 & 2 measured 54’’in width x 64'' in length x 46'' in height using 3/16" thick (4.7 mm) plate (ASTM-A-131).
c. Reinstall all marked or labeled parts/items removed such as electrical wirings and piping connections to their original locations and in good conditions.
d. Paint with one (1) coat marine epoxy primer and one (1) marine epoxy haze gray as top coat.
76. REPAIR OF VENTILATING DUCT ATDIFFERENT COMPARTMENT
a. Renew deteriorated sectional of supply and exhaust ventilation duct at forward and aft engine room and aft steering room using gage Nr. 22 galvanized sheet, 1/16" thick galvanized sheet and 1/8" thick x 1-1/2" x 1-1/2" angle bar steel.
b. Replace dilapidated insulation of exhaust duct at forward and aft engine room.
c. Paint with one (1) coat marine epoxy primer.
77. REPLACEMENT OF DECK COVERINGS AT WARD ROOM, WARDROOM STORE AND PANTRY
a. Remove existing worn-out deck coverings at wardroom, wardroom store and pantry.
b. Clean deck surfaces. c. Install rubber matting using rubber floor tile
raised disc 5/32'' thick, 24'' x 24'' long, 1-1/4’’ disc diameter, color pastel green for wardroom and color red for wardroom store and pantry with a total approximate area of 232 ft2.
78. REPLACEMENT OF DECK COVERINGS AT DIFFERENT LOCATIONS
a. Remove existing worn-out deck coverings at
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
205
different locations. b. Clean deck surface. c. Install vinyl tiles size 12" x 12" color red and
green and rubber matting at different locations stated below:
1) VINYL TYLES a) CO'S cabin - 80 ft2, color dark
green b) EX-O room - 49 ft2, color dark green c) Officers 2 room - 78 ft2, color dark
green d) Operator's office - 42 ft2, color red e) Sr. Billeting compartment - 70 ft2,
color red 2) RUBBER MATTING
a) Bridge - 360 ft2, color red b) CIC room - 56 ft2, color red
MCR and passageways to engine room -135 ft2, color black
79. REPLACEMENT OF ONE SHOT EACH PORT AND STARBOARD ANCHOR CHAIN, SWIVEL OF PORT AND STARBOARD CHAIN STOPPER AND PELICAN HOOKS OF PORT AND STARBOARD DRIVER STOPPER ASSEMBLY
a. Remove corroded and deteriorated first shot of P/S anchor chains, turnbuckles, swivels of P/S chain stopper assembly and pelican hooks of P/S driver stopper assembly.
b. Replace and install one (1) shot ea at P/S anchor chain, brand new turnbuckles, swivels, pelican hooks and provide additional two (2) shackles for ship's spare with the following specifications:
2 shots Chain stud link forged steel die lock type 1" chain size for P/S side.
2 ea Turnbuckles galvanized forge steel for 1" dia. chain accommodation as per sample aboardship.
2 ea Steel bearing swivels eye and eye. 2 ea Shackle galvanized steel 1-1/4" pin dia. 4 ea Hook, pelican for anchor chain as per
sample aboardship.
80. PROVIDE AND INSTALL URINAL BOWL WITH PIPING SYSTEM AT OFFICER'S, SENIOR AND JUNIOR HEAD
a. Provide and install one (1) urinal bowl at
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
206
senior and one (1) urinal bowl at junior head, using urinal bowl stationary vitreous china.
b. Fabricate and install salt water flushing pipe and drain pipe of said urinal bowl, using galvanized pipe schedule 80, sizes are stated below:
1) Pipe size 1-1/4" dia. IPS approximately 10 ft. long for drain pipe.
2) Pipe size 1/2" dia. IPS approximately 10 ft. long for salt water flushing pipe.
c. Replace deteriorated portion of salt water flushing pipe of head bowl at officer's, senior and junior head from existing deteriorated galvanized pipe to brass pipe, using brass pipe schedule 40 approximately 20 ft. long, pipe size 1-1/4" dia. IPS.
d. Replace deteriorated brass ball valve size 1-1/4" on salt water flushing pipe of head bowl.
e. Conduct shop hydrotest on newly fabricated pipe with required pressure of 50 PSI.
f. Conduct operational test and correct noted deficiencies.
g. Paint pipe with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat.
81. REPLACE DRAINAGE PIPE AND SHOWER HEAD AT JR WASH ROOM AND JR DINING SPACE
a. Replace PVC P-trap to brass chrome plated P-trap size 1-1/4” dia. IPS and replace deteriorated portion of drain pipe of wash bowl at JR wash room and JR dining space, using galvanized pipe schedule 80 approximately 20 ft. long, pipe size 1-1/4” dia. IPS.
b. Replace existing rubber hose on fresh water supply of two shower head at JR wash room, using galvanized pipe schedule 80 approximately 20 ft. long, pipe size 1/2” dia. IPS.
c. Provide and install two shower head. d. Provide and install pipe bracket. e. Conduct shop hydrotest on newly fabricated
pipe with required pressure of 50 PSI. f. Conduct operational test and correct noted
deficiencies. g. Paint pipe with one (1) coat marine epoxy
primer and one (1) coat marine epoxy black and green as top coat.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
207
82. SANDBLASTING AND PAINTING OF NON-SKID PAINT AT DIFFERENT LOCATIONS
a. Sandblast to near white entire surface of deck at different locations stated below:
LOCATIONS Forward Main Deck 2045.14 ft2 Aft Main Deck 1937.50 ft2 Port /Starboard Passageway Main Deck
310 ft2
P/S Bridge Wing Deck 322.38 ft2 01 or Panel Deck 538.19ft2
TOTAL 5153.22 ft2 b. Free surface from dirt and sand using pressurized fresh water. c. Upon dry, apply one (1) coat epoxy primer
entire surface of deck area stated above. d. Apply liquid repatriate epoxy 1/16'' thick
followed by carborundum sand on decks approximately 5155.99ft2.
e. Upon curing apply two (2) coats epoxy paint deck gray as top coat.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
208
PROJECT PHASE 3
Item Nr Specification Statement of Compliance
Group Nr 3
DIESEL ENGINE NR 1 AND 2 WORKS
1. CLASS ''B'' OVERHAULING OF MPDE NR 1 & 2 MODEL SEMT PIELSTICK PA6 V280
a. Remove interferences such as pipings, ductings and wiring connections.
b. Disassemble engine Nr. 1 and 2 component parts, clean and check for wear and defects, take wear tolerance readings.
1) Cylinder heads - replace all cylinder heads with brand new cylinder head assembly.
2) Cylinder liners - replace all liners. 3) Replace all pistons and piston rings. 4) Governors - service and calibrate.
Replace parts found defective. 5) Injectors – Replace injectors
assembly, conduct shop test (pop test), calibrate and submit report for evaluation.
6) Crankshafts/camshafts - take deflection reading before and after engine overhauling for proper evaluation and recommendation. Measure journal diameter two points (xy axis) and submit measurement reading to Authorized PN Representative for evaluation. Conduct polishing and machining, rebuild (by chroming) and straighten if deemed necessary.
7) Engine block - check for cracks by conducting hydrotest and repair deficiencies noted. Check alignment of main bearing saddle and correct misalignment as recommended.
c. Replace mechanical seals, bearings, o-rings, bushing, turbine wheel, seal turbo, turbo charger repair kits, and service, and repair the following engine attachment and driven pumps:
1) Turbo chargers 2) Lube oil pressure and scavenging
pumps
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
209
3) Fresh and salt water pumps 4) Fuel injection pumps
d. Service and repair lube oil and fresh water coolers, conduct hydrotest with required pressure of 50 PSI. Replace zinc anode (pencil type).
e. Replace main engine bearings, seals, O-rings, valve seats, valves, valve locks, springs, ferrules, seal rings, bushings, gaskets, lube oil and fuel filter elements.
f. Replace engine monitoring instruments such as pressure gauges, temperature gauges, tachometers and cables.
g. Replace deteriorated bolts, washers and nuts.
h. Provide and submit before overhauling report (old bearing clearances/measurement readings to include remarks).
i. Provide and submit after overhauling report indicating parts replaced and parts retained.
j. Re-assemble MPDE Nr.1 and 2 and ensure clearances are according to manufacturer's instruction manual. Renew defective bolts.
k. Repaint newly overhauled MPDE Nr 1 & 2 with one (1) coat of high thermal paint color haze gray.
l. Provide consumables such as fuel, lube oil & rags for the repair, reassembly, lube oil flushing and operational testing/ endurance of MPDE Nr 1 & 2.
m. Check foundation of port and starboard main engine aboardship and conduct necessary repairs.
n. Use dial gage/filler gauge, conduct alignment on port and starboard main engine with respect to reduction gear as reference. Submit alignment reading to Authorized PN Representative for evaluation.
o. Install choke fast orange, shims, tighten foundation bolts and install collision blocks on port and starboard main engine base foundations. Replace defective foundation bolts.
p. Conduct test and ensure a full rating capacity of 3565 BHP at 1000 RPM, no overheating of bearings, no unusual sounds noted and vibration shall not exceed 19 mm/s, using vibration analyzing equipment at any rated engine RPM.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
210
2. CHECK/REPAIR AND ALIGNMENT OF PORT AND STARBOARD LINE SHAFTS AND REPLACE PLUMMER BEARING
a. Uncouple port and starboard line shafts; remove plummer bearing cover to pull-out line shaft aboardship.
b. Create temporary access opening, lift, rig line shaft and deliver to shop for repair.
c. Pull-out port and starboard plummer bearings and replace all plummer bearings with new materials.
d. Clean, polish port and starboard line shafts, measure journal diameter and conduct deflection reading and submit to Authorized PN Representative for evaluation and record purposes.
e. Conduct machining of line shaft coupling and repair coupling bolt holes.
f. After repair, paint line shafts with one (1) coat marine epoxy primer and one (1) coat red as top coat.
g. Take final journal diameter reading to serve as reference.
h. Deliver onboard the newly repaired line shafts and plummer bearings prior installation aboardship.
i. Conduct alignment of port and starboard line shafts with respect to propeller shafts as reference and couple mating flanges.
j. Upon alignment of line shafts, reinstall and align plummer bearings with respect to line shafts as reference.
k. Lubricate port and starboard plummer bearings with sufficient lubricating materials.
l. Pull-out port and starboard shafts brake mechanism for servicing and repair.
m. Polish brake iron disc of brake mechanism. n. Replace brake lining with brand new
materials. o. After repair, deliver port and starboard shaft
brake mechanisms and install aboardship. p. Check and repair control air system working at
7 bars and other related control system. q. Re-connect air tubing and other interferences.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
211
3. ALIGNMENT OF MPDEs NR 1 AND 2 AND REDUCTION GEARS TO PROPELLER SHAFTS
a. Loosen and disconnect piping and wiring connections of MPDEs and reduction gears for alignment check-up.
b. Take initial reading while ship on drydock and submit to Authorized PN Representative for evaluation.
c. At ship waterborne fill all tanks 75% full, take alignment readings on reduction gears with respect to propeller shafts as reference.
d. Conduct alignment on port and starboard reduction gears to shaft coupling where angular misalignment shall not exceed 0.0005" per inch of flange dia., while axial misalignment shall not exceed 0.004" as per NAVSHIP Technical Manual.
e. Conduct alignment on port and starboard main engines to reduction gear where the indicator reading must not more than 0.015'' for radial or parallel 0.025’’ for axial or angular alignment.
f. Replace resilient mount on port and starboard main engines with brand new materials.
g. Install chock plates and shims. Take final alignment readings and submit readings to Authorized PN Representative for evaluation and record purposes.
h. Tighten port and starboard main engine and reduction gear foundation bolts.
i. Reinstall MPDEs and red gear accessories. Replace interferences that were damaged during the removal.
j. Install collision blocks on MPDEs and red gear base foundations.
k. Alter and install piping interferences and lay-out wiring connection.
l. Conduct test (dock & sea trials) and ensure bearing temperature shall not exceed 180ºF, no unusual sounds noted and vibration shall not exceed 19 mm/s, using vibration analyzing equipment on port and starboard propeller shafts, main engines and reduction gears at any rated engine RPM.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
212
4. RESTORATION AND RE-ACTIVATION OF PORT & STARBOARD MAIN ENGINES STARTING AIR CONTROL SYSTEM
a. Restore/reactivate the twin lever control and other associated instrumentation of electro/pneumatic type control system located at enclosed bridge and Machinery Control Room (MCR).
b. Conduct repair on piping systems to correct leakage noted.
c. Check and repair for the condition of electronic sequences logic, PRINTED CIRCUIT BOARD (PCB) and pneumatic logic panel.
d. Replace parts found defective such as starting pilot solenoid valves, stopping air solenoid control valves, turning gear inter lock valves, air start interlock valves, starting air pressure relief valves, booster servo motor isolating valve, starting panel air supply pressure gauge isolating valves, air supply to main engine over speed trip system solenoid control valves, over speed air bottle drain valves and fuel line pneumatically isolating valves.
e. Tighten all flanges and fitting connections and conduct air test.
f. Conduct operational test (dock/sea trial) for satisfactory completion of works.
NOTE: The existing port & starboard main engines starting air control system WILLIAM and JAMES (Engineering Ltd) Serial Nr. S409 Motor: ASEA A/S 60Hz, 440 V, 3 Phase.
5. RESTORATION AND RE-ACTIVATION OF MAIN PROPULSION CONTROL SYSTEM AT ENGINE ROOM, MACHINERY CONTROL ROOM (MCR) AND AT BRIDGE COMPARTMENT
a. Restore and reactivate machinery control room consoles. Repair and calibrate controller switches, lamps and gauges and replace found Beyond Economical Repair (BER) of the following:
1) Engines Twin lever controller and associated instruments of both remote control positions.
2) Station in control selection system.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
213
3) Port and Starboard Bridge control logic enclosure for each main propulsion set.
4) Reversing tachometer. 5) Sequence test circuit mimic display. 6) Clutch remote control 7) Port and Starboard engine remote start
push switch and panel. 8) Electric Sequence logic. 9) Pneumatic logic panel 10) Emergency Engines stop push switch. 11) Station in control logic panel 12) Engines over speed shutdown 13) Port and Starboard Air control system 14) Port and Starboard shaft brake control 15) Engines speed control
b. Install wiring insulations at MCR. Check and replace found BER of all the systems in the MCR including the following:
1) Main engine parameters and controls. 2) Main gear box parameters and
controls. 3) Local and remote control stations. 4) Steering gear controls.
c. Conduct dock/sea trials and endurance test for satisfactory operations.
NOTE: The existing main propulsion control system at engine room, machinery control room and at bridge compartment is MACHINERY CONTROL CONSOLE NEWBERY DIESEL Co. Ltd
6. OVERHAULING OF PORT AND STARBOARD REDUCTION GEAR MODEL REINTJES
a. Disconnect interferences such as air flex assembly, tubings, wirings and piping connectionsto pull out port and starboard reduction gears model REINTJES WAV 4942 aboardship.
b. Open up reduction gear, pull out clutch plate and renew seals, bearings, bushings, sealingrings, oil rings, retainers, carriers, pressurizing valves and all worn out spares that needreplacement.
c. Check hydraulic system, replace tubings, fittings and conduct necessary adjustments onhydraulic module as needed.
d. Reassemble reduction gears, tighten all matting flanges and renew gaskets.
e. Repaint newly overhauled MPDE Nr 1 & 2
j.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
214
with one (1) coat of high thermal paint color haze gray.
f. Conduct alignment on reduction with respect to propeller shaft and main engine asreference.
g. Reinstall piping interferences, tubings and reconnect wiring connections.
h. Couple reduction gear to propeller shaft and refill the system with hydraulic fluid.
i. Conduct test and ensure that unit will operate at ahead and backing operation during dock and sea trial.
7. REPLACEMENT OF EXHAUST PIPES OF PORT AND STARBOARD MAIN ENGINES
a. Remove metal sheeting, insulation magnesia cement and felt thermal cover of port and starboard exhaust pipes of main engine from turbo charger leading to smoke stack to determine the exact measurement of the said pipes.
b. Remove and replace deteriorated portion of exhaust pipes, using rolled steel plate size 5/16'' thick.
c. Shop leak test newly fabricated pipes. d. Conduct operational test and correct noted
deficiencies. e. Fabricate and install flapper of exhaust pipe at
smoke stack. f. Cover with insulation felt thermal cloth of
exhaust pipe inside smoke stack. g. Re-insulate with new insulation magnesia
cement 2'' thick (non-asbestos) with wire support, thermal cloth (non-asbestos) and install metal sheeting cover.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
215
Sample Form 7A
Production/Delivery Schedule The delivery schedule expressed as weeks/months stipulates hereafter a delivery
date which is the date of delivery to the Delivery Site. The bidder must state in the last column opposite each parameter and required delivery schedule either “Comply” or “Not Comply”.
Description Quantity Delivered, Weeks/Months Comply/ Not Comply
_____________________________________ Name and Signature of Bidder
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
216
Sample Form 8
Form of Bid Security: BANK GUARANTEE
Bank Guarantee No. _____________ Name of Bidder . IAEB Number . Page of .
WHEREAS,
_______________________________________________________________________ (Name of Bidder]
(hereinafter called the “Bidder”) has submitted his bid dated _____________________________, for the __________________________________________, (hereinafter called the “Bid”).
(Name of Project] KNOW ALL MEN by these presents that We _______________________________________
[Name of Bank] of ___________________________________, having our registered office at __________________(Name of Country] ___________________________________________, (hereinafter called the “Bank,”) are bound unto (Address of Bank] Department of National Defense (hereinafter called “the ENTITY”), in the sum of
____________________________________________________________, for which payment well
and truly to be made to the said ENTITY the Bank binds himself, his successor and assigns by these
presents.
SEALED with the Common Seal of the said Bank this ________ day of ______ 2009. THE CONDITIONS of this obligation are:
1. If the Bidderwithdraws his Bid during the period of bid validity specified in the Form of Bid; or
2. If the Bidderdoes not accept the correction of arithmetical errors of his bid price in accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his bid by the Employer during the period of bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders.
We undertake to pay to the ENTITY up to the above amount upon receipt of his first written
demand, without the ENTITY having to substantiate his demand, provided that in his demand the ENTITY will note that the amount claimed by him is due to him owing to the occurrence of one or both of the two (2) conditions, specifying the occurred condition or conditions.
The GUARANTEE will remain in force up to and including the date ONE HUNDRED
TWENTY (120) CALENDARDAYS after the deadline for submission of Bids as such deadline is in the Instructions to Bidders or as it may be extended by the ENTITY, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE _________________ SIGNATURE OF THE BANK ____________________________
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
217
WITNESS _______________________________ SEAL ____________________________
_______________________________________ (Signature, Name and Address)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
218
Sample Form 9
Form of Bid Security: IRREVOCABLE STANDBY LETTER OF CREDIT
Irrevocable Standby Letter of Credit No. ____________________ Name of Bidder . IAEB Number . Page of .
WHEREAS,
_______________________________________________________________________ (Name and Address of Bidder]
(hereinafter called the “Bidder”) has submitted his bid dated ____________________________, for the_________________________________________________,(hereinafter called the “Bid”).
(Name of Project] KNOW ALL MEN by these presents that We, ____________________________________ of [Name of Bank]
___________________________, having our registered office at ___________________________ (Name of Country] ___________________________________________, (hereinafter called the “Bank,”) are bound unto (Address of Bank] Department of National Defense (hereinafter called “the ENTITY”), in the sum of
____________________________________________________________, for which payment well
and truly to be made to the said ENTITY the Bank binds himself, his successor and assigns by these
presents.
SEALED with the Common Seal of the said Bank this ________ day of ______ 2009. THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his Bid during the period of bid validity specified in the Form of Bid; or
2. If the Bidder does not accept the correction of arithmetical errors of his bid price in accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his bid by the Employer during the period of bid validity: a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or b) fails or refuses to furnish the Performance Security in accordance with the
Instructions to Bidders. We undertake to pay to the ENTITY up to the above amount upon receipt of his first written
demand, without the ENTITY having to substantiate his demand, provided that in his demand the ENTITY will note that the amount claimed by him is due to him owing to the occurrence of one or both of the two (2) conditions, specifying the occurred condition or conditions.
The IRREVOCABLE STANDBY LETTER OF CREDIT will remain in force up to and including
the date ONE HUNDRED TWENTY (120) CALENDARDAYS after the deadline for submission of Bids as such deadline is in the Instructions to Bidders or as it may be extended by the ENTITY, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE _________________ SIGNATURE OF THE BANK ____________________________ WITNESS _______________________________ SEAL ____________________________ (Signature, Name and Address)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
219
Bank Guarantee Form for Advance Payment
To: [name and address of PROCURING ENTITY]
[name of Contract] Gentlemen and/or Ladies: In accordance with the payment provision included in the Special Conditions of Contract, which amends Clause 11.1 of the General Conditions of Contract to provide for advance payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee in figures and words]. We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words]. We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification. This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [date]. Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution] [address] [date]
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
220
REPUBLIC OF THE PHILIPPINES) )S.S. CITY OF _____________________)
AFFIDAVIT OF BID SECURING DECLARATION
To: (Insert name and address of the Procuring Entity) I/WE THE UNDERSIGNED DECLARES THAT:
I/WE understand that, according to your conditions, bids must be supported
by a Bid Security, which may be in the form of a Bid securing Declaration.
I/WE accept that: (a) I/We will be automatically disqualified from bidding for any contract with any procuring entity for a period for two (2) years upon receipt of your Blacklisting Order; and (b) I/We will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the Procuring Entity for the commission of acts resulting to the enforcement of the bid securing declaration under Section 23.1 (b), 34.2 and 69.1, except 69.1 (f), of the IRR of RA 9184; without prejudice to the other legal actions the government may undertake.
I/WE understand that this Bid Securing Declaration shall cease to be valid on the following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect and; (i) I/We failed to timely file a request for reconsideration or (ii) I/We filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated
and Responsive Bid/Highest Rated and Responsive Bid”, and I/we have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this___day of (month) (year) at (place of execution)
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
221
NAME OF BIDDERS AUTHORIZED REPRESENTATIVE
(Insert signatory’s legal capacity) AFFIANT
SUBSCRIBED & SWORN to before me this__day of (month) (year) at (place of execution), Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her (insert type of government identification card used) with his/her photograph and signature appearing thereon, with no___and his/her Community Tax Certificate No.___issuedon___at____.
Witness my hand and seal this ___day of (month) (year)
NAME OF NOTARY PUBLIC
Serial No. of Commission___
Notary Public for___until___
Roll of Attorneys No.___
PTR No.__(date issued), (place issued)
IBP No. __(date issued), (place issued)
Doc No___
Page No__
Book No__
Series of__
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
222
Sample Form 10
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES ) )S.S. CITY/MUNICIPALITY OF ______ )
A F F I D AV I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
223
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder]is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;
6. Select one, delete the rest: If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the
implementation of the Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any
commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
224
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. __________________________________ Bidder’sRepresentative/Authorized Signatory
SUBSCRIBED & SWORN to before me this__day of (month) (year) at (place of execution), Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her (insert type of government identification card used) with his/her photograph and signature appearing thereon, with no___and his/her Community Tax Certificate No.___issuedon___at____.
Witness my hand and seal this ___day of (month) (year)
NAME OF NOTARY PUBLIC
Serial No. of Commission___
Notary Public for___until___
Roll of Attorneys No.___
PTR No.__(date issued), (place issued)
IBP No. __(date issued), (place issued)
Doc No___
Page No__
Book No__
Series of__
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
225
Attachment to Sample Form 10 Republic of the Philippines) City of __________ )
SECRETARY’S CERTIFICATE
I, _____________________, of legal age, Filipino, and_____________________________________ and Corporate Secretary of the ________________________, with principal address at________________________do hereby certify that:
1. At the meeting of the Board of Directors of the Corporation duly convened and held on ___________________, at which quorum was present and acted throughout, the following resolution was approved:
“___________ Board Resolution No. __________”
“Resolved, as is it hereby resolved, to approve and confirm the authority of _____( “name of Corporation”)___ to participate in the public bidding or any alternative modes of procurement allowed by law, for the ____(State the project)____ , to be undertaken by the Department of National Defense.
Resolved further, to authorize ___________(name/s of the representative/s)__, to represent the __________(name of the corporation)______in the public bidding or any other modes of procurement as may be allowed by law, and to sign or execute any contract and deliver any and all documents and papers necessary or proper in relation thereto.”
2. The above-quoted Board resolution is still valid and binding, and has not
been revoked, amended or replaced.
3. This Certification is being issued to attest to the truth of the foregoing statements and for whatever purpose is may serve.
IN WITNESS WHEREOF, I hereby affix my signature this _____ day of ___________ at ____________, Philippines. ____________________________ Corporate Secretary
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
226
SUBSCRIBED AND SWORN before me this _____ day of ____________, affiant exhibited to me his competent proof of identity, ___________________________ issued by Office of the Government Corporate Counsel. Doc.No._________ Page No. _______ Book No.________ Series of 2014.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
227
FINANCIAL/PRICE
PROPOSAL
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
228
DEPARTMENT OF NATIONAL DEFENSE
CAMP GENERAL EMILIO AGUINALDO, QUEZON CITY BIDS AND AWARDS COMMITTEE
BIDDER’S TENDER: JCPV PHASE 2 MEU PROJECT (PS-37)
APPROVED BUDGET FOR THE CONTRACT (ABC): Php 249,671,000.00 THE CHAIRMAN DND Bids and Awards Basement, Right Wing, DND Building Camp General Emilio Aguinaldo, Quezon City Sir:
In response to your Invitation to Apply for Eligibility and to Bid, we hereby submit our Bid Tender/Offer for JCPV PHASE 2 MEU PROJECT (PS-37) under AFP Modernization Act Trust Fund, on ______________________ at ______________________________. The undersigned acknowledges that this Bid offer is subject to the provisions of the Terms and Conditions of the Bid, as amended.
The undersigned acknowledges that should my Bid Tender/Offer be accepted, I commit to deliver all awarded items within one eighty (180) calendar days upon issuance of Notice to Proceed, at the quoted price and at the place and time designated, unless otherwise indicated in the Delivery Schedule. The undersigned makes this proposal with full knowledge of all the Terms and Conditions as to quantity and quality/specifications required, and hereby consents to post a Performance Security in the amount and form(s) required upon the receipt of the Notice of Award.
The error(s) or omission(s) made in the Bid Offer/Tender shall bind the undersigned if uncorrected, and shall be sufficient to cause the undersigned to deliver the item(s) at the price quoted therein, should the bid offer be accepted. That the undersigned acknowledges that the price quoted for the said item is the same or lower than that quoted by the COMMISSION ON AUDIT price monitoring, and assumes the risk of being deducted the price difference from the invoices. That the undersigned does not fall under the provisions/prohibitions of the NATIONAL RETAIL TRADE LAW, and therefore can legally engage in retail business with the Government.
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
229
The undersigned further states that it has no pending case before the BUREAU OF INTERNAL REVENUE, BUREAU OF CUSTOMS or any undertaking involving the Government (Administrative Order No. 66 dated June 26, 1967).
The undersigned, for the purpose of the Bid encloses a Bid Security in the
form of Cash/ Manager’s Check/Surety Bond in the amount of _________________________________________ ______________________________________(in words) (PhP __________________________ ). Name of Firm Signature of Bidder over Printed Name __________________________________ __________________________________ Address & Tel. No(s). Designation
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General
Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
230
DEPARTMENT OF NATIONAL DEFENSE ARMED FORCES OF THE PHILIPPINES Camp General Emilio Aguinaldo, Quezon City
DND BIDS AND AWARDS COMMITTEE
___________________
Date
BID OFFER JCPV PHASE 2 MEU PROJECT (PS-37)
For the JCPV PHASE 2 MEU PROJECT (PS-37)
JCPV PHASE 2 MEU PROJECT (PS-37) Specifications:
OFFER (In Philippine Peso): ____________________________________________________ -______________________________________________________________________________
(Amount in words)
I, the undersigned or the company I hereby represent, do certify that I/We did not give or intend to give any gift or cash money directly or indirectly to any employee of this Agency who might have had intervene or otherwise taken part in this bid, for the purpose of securing for us the award/s.
_________________________________________ Name of Firm
___________________________________________________________________ Address & Tel Nos.
__________________________________________________________________ Signature of Authorized Bidder over Printed Name
___________________ Designation
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
231
Breakdown of Bid Price
Breakdown of Bid Price for JCPV Phase 2 Marine Engineering Upgrade (PS-37) Project
A. PROJECT DESCRIPTION: The Supplier (winning bidder) shall provide labor, services, materials, tools
and equipment to accomplish the following works:
PHASE 1
Item Nr Description of Work
Unit Price
Local Component
Unit Price
Imported Component
Total Price
1 DOCKING/UNDOCKING AND GENERAL DOCKYARD SERVICES
2 HAMMER AND ULTRASONIC TEST OF BOTTOMHULL
3 REPLATING OF BOTTOMHULL
4 REPLATING OF P/S FREEBOARD 5 SANDBLASTING AND PAINTING
OF BOTTOMHULL
6 SANDBLASTING AND PAINTING OF FREEBOARD
7 REPAIR AND REPLACEMENT OF MAIN SEACHEST VALVES AND STRAINERS
8 REPAIR AND PAINTING OF PORT/STARBOARD SEACHEST BOXES & STRAINERS
9
REPLACEMENT OF IMPRESSED CURRENT CATHODIC PROTECTION (ICCP) SYSTEM WITH AN ICCP HULL CORROSION PROTECTION AND PIPE WORK ANTI - FOULING COMBINED IN A SINGLE PACKAGE WITH COMPLETE ACCESSORIES
10 REPAIR OF PORT AND STARBOARD PROPELLERS, SHAFTS AND RUDDERS
11 RENEWAL OF WASTE TANK AT FORWARD ENGINE ROOM
12 CLEANING OF FUEL OIL TANKS AND LUBE OIL TANKS
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
232
13 PRESERVATION OF FRESH WATER, BALLAST AND MISCELLANEOUS TANKS
14
CLEANING AND PAINTING OF INNER PORTION OF BOTTOMHULL AT FORWARD AND AFT ENGINE ROOM, BILGE AND SHAFT ALLEYS
15 CLEANING AND PAINTING OF SUPERSTRUCTURE
SUBTOTAL:
PHASE 2
Item Nr Description of Work
Unit Price
Local Component
Unit Price
Imported Component
Total Price
1 SERVICING OF EMERGENCY GENERATOR ASSSEMBLY
2
REPLACEMENT OF HEAT EXCHANGER OF SHIP SERVICE DIESEL GENERATOR NR. 1 & 3 AND SERVICING OF HEAT EXCHANGER NR 2 MODEL CAT 3406
3 SERVICING OF GENERATOR ASSSEMBLIES NR. 1, 2 AND 3
4
RENEWAL OF ALL CORRODED PIPING INTERFERENCES OF SHIP SERVICE DIESEL GENERATOR (SSDG) NR. 1, 2 and 3
5 REPLACEMENT OF FUEL OIL PURIFIERS AT FORWARD AND AFT ENGINE ROOMS
6 REPLACEMENT OF DESALINATING UNIT (REVERSE OSMOSIS)
7 ADAPTATION PIPINGS OF NEWLY INSTALLED DESALINATING UNIT
8
REPLACEMENT OF HIGH PRESSURE AIR COMPRESSOR WITH MOTOR AND CONTROLLER AT FORWARD ENGINE ROOM
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
233
9
REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT FORWARD AND AFT ENGINE ROOM
10
ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT FORWARD AND AFT MAIN ENGINE ROOM
11
REPAIR OF SALT WATER CONTROL VALVE OF FIREMAIN PIPE AT FORWARD AND AFT ENGINE ROOM
12
REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT SEWAGE COMPARTMENT
13
ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT SEWAGE COMPARTMENT
14 REPAIR ANCHOR WINCH MECHANISM
15 REPAIR OF HYDRAULIC PIPES OF ANCHOR WINDLASS AT FORWARD COMPARTMENT
16 SERVICING OF LOW PRESSURE AIR COMPRESSOR AT AFT ENGINE ROOM MODEL IWATA
17 REPAIR PORT AND STARBOARD DECK CRANE
18 REPAIR PORT AND STARBOARD SHAFT BRAKE MECHANISM
19 REPAIR AFT CAPSTAN LEVER CONTROL MECHANISM
20 REPAIR FIREMAIN PIPES AND VALVES OF FIRE STATIONS
21 REPAIR SUCTION PIPE OF POCKET DRAIN AT AMMO ROOM
22 REPAIR OF DRAIN PIPES OF COMMANDING OFFICER (CO) AND OFFICER'S HEAD
23 REPAIR OF DECK DRAIN PIPE AT DIFFERENT LOCATIONS
24 REPLACEMENT OF SUCTION PIPE
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
234
INSIDE FRESH WATER TANK AT FORWARD MAIN ENGINE
25 REPLACEMENT OF WATER PIPING SYSTEM AND VALVES
26 INSULATION OF FLEXIBLE EXHAUST MANIFOLD
27
REPLACEMENT OF MAIN PROPULSION DIESEL ENGINE OVERBOARD DISCHARGE PIPES AND VALVE
28 REPLACEMENT OF DISCHARGE PIPE AND VALVE AT AFT BILGE
29 REPLACEMENT OF MPDE NR 1 AIR DISTRIBUTION PIPING SYSTEM
30 REPLACEMENT OF MPDE NR 2 AIR DISTRIBUTION PIPING SYSTEM
31 REPLACEMENT OF SALT WATER FLUSHING PIPE OF HEADBOWL
32 REPLACEMENT OF BYPASS AIR VALVE PANEL REGULATOR
33 REPAIR OF EMERGENCY FIREMAIN VALVE
34
REPLACEMENT OF FIRE ALARM SYSTEM ASSEMBLY WITH DETECTORS AND SENSORS AT ALL COMPARTMENTS
35 REPLACEMENT OF SPRINKLER HEAD AND SPRINKLING PIPING SYSTEM
36
REPLACEMENT OF FLOODING ALARM SYSTEM ASSEMBLY WITH FLOAT SENSORS AT AFT AND FORWARD ENGINE ROOM
37
FABRICATE AND INSTALL PIPINGS OF CO2 FIXED FLOODING SYSTEM WITH CO2 BOTTLES AT FORWARD AND AFT ENGINE ROOM
38 REPAIR OF MAIN REEFER
39 REPAIR OF SEWAGE TREATMENT PLANT SYSTEM
40 REPLACEMENT OF PIPINGS OF SEWAGE TREATMENT PLANT
41 REPAIR OF OIL-WATER SEPARATOR SYSTEM
42 REPAIR PIPINGS OF OIL AND WATER SEPARATOR
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
235
43 REPLACEMENTS OF LIGHTING FIXTURES AT DIFFERENT COMPARTMENTS
44 REPLACEMENT OF CIRCUIT BREAKER OF GROUP STARTER PANEL AT MAIN SWITCHBOARD
45
REPLACEMENT OF CIRCUIT BREAKER OF PRIMARY TRANSFORMER PANEL AT MAIN SWITCHBOARD
46
REPLACEMENT OF GALLEY WASTE PUMP AND MOTOR ASSEMBLIES NR. 1 AND 2 WITH CONTROLLERS
47 REPAIR OF DRAINAGE PIPE OF GALLEY AND PANTRY
48
REPAIR OF SELF-CONTAINED AIR CONDITIONING UNIT AND COOLING SYSTEM AT AFT COMPARTMENTS
49 RE-CONNECT PIPINGS OF SELF-CONTAINED AIR CONDITIONING UNITS
50
REPAIR OF SUCTION AND DISCHARGE PIPES OF SALT WATER PUMP OF SELF-CONTAINED AIRCON AT AFT
51 REPLACEMENT OF FRESH WATER PUMP AND MOTOR ASSEMBLY NR. 1 & 2 WITH CONTROLLER
52 ADAPTATION OF SUCTION AND DISCHARGE PIPE OF FRESH WATER PUMP NR. 1 AND 2
53 REPLACEMENT OF 25-TONNER CENTRALIZED AIR CONDITIONING SYSTEM AT AFT AND FORWARD
54
REPLACEMENT OF SALT WATER SUCTION AND DISCHARGE PIPE OF SALT WATER PUMP NR. 1 & 2 OF 25 TONS AIR CONDITIONING UNIT
55
REPLACEMENT OF MAIN ENGINE PRE-LUBRICATION PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOM
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
236
56
ADAPTATION OF PIPINGS OF LUBE OIL PUMP AT PORT AND STARBOARD MAIN ENGINE ROOMS
57
REPLACEMENT OF MAIN ENGINE PRE-HEATING PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOMS
58 REPAIR OF DOMESTIC REFRIGERATION PLANT
59 REPAIR OF EMERGENCY GENERATOR DISTRIBUTION PANELBOARD ASSEMBLY
60
SERVICING OF FUEL OIL TRANSFER PUMP ASSEMBLY WITH CONTROLLER AT FORWARD ENGINE ROOM
61 REPLATING OF DECK AT SEWAGE COMPARTMENT AND PASSAGEWAY
62 REPLATING OF DECK AT AIR CONDITIONING UNIT (ACU) COMPARTMENT
63
REPLATING OF DECK AT PORT AND STARBOARD EXHAUST AND SUPPLY BLOWER COMPARTMENTS
64 REPLATING OF DECK AT FORWARD MAIN DECK (PORT SIDE)
65 REPLATING OF DECK AT STARBOARD MAIN DECK
66 REPLATING OF DECK AT DECK GEAR STORAGE
67 REPLACEMENT OF STEPS OF INCLINED LADDERS AT FORWARD AND AFT ENGINE ROOM
68 REPAIR OF SUPERSTRUCTURE
69 REPLACEMENT OF DOMESTIC TANKS AT FORWARD ENGINE ROOM
70 REPLACEMENT OF OVERHEAD CEILING AT DIFFERENT COMPARTMENTS
71 FABRICATION AND INSTALLATION
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
237
OF CLEATS
72 REPAIR OF DETACHABLE DECK AT FORWARD AND AFT ENGINE ROOM
73 REPLACEMENT OF GASKET OF WATERTIGHT ENCLOSURES
74 REPLACEMENT OF FIBERGLASS INSULATION AT AFT STEERING
75 RENEWAL OF HOUSING OF AIR CONDITIONING UNIT NR 1 & 2
76 REPAIR OF VENTILATING DUCT ATDIFFERENT COMPARTMENT
77 REPLACEMENT OF DECK COVERINGS AT WARD ROOM, WARDROOM STORE AND PANTRY
78 REPLACEMENT OF DECK COVERINGS AT DIFFERENT LOCATIONS
79
REPLACEMENT OF ONE SHOT EACH PORT AND STARBOARD ANCHOR CHAIN, SWIVEL OF PORT AND STARBOARD CHAIN STOPPER, PORT AND STARBOARD ANCHOR PINTLE AND PELICAN HOOKS OF PORT AND STARBOARD DRIVER STOPPER ASSEMBLY
80
PROVIDE AND INSTALL URINAL BOWL WITH PIPING SYSTEM AT OFFICER'S, SENIOR AND JUNIOR HEAD
81 REPLACE DRAINAGE PIPE AND SHOWER HEAD AT JR WASH ROOM AND JR DINING SPACE
82 SANDBLASTING AND PAINTING OF NON-SKID PAINT AT DIFFERENT LOCATIONS
SUBTOTAL:
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
238
PHASE 3
Item Nr Description of work
Unit Price
Local Component
Unit Price
Imported Component
Total Price
1 CLASS ''B'' OVERHAULING OF MPDE NR 1 & 2 MODEL SEMT PIELSTICK PA6 V280
2
CHECK/REPAIR AND ALIGNMENT OF PORT AND STARBOARD LINE SHAFTS AND REPLACE PLUMMER BEARING
3 ALIGNMENT OF MPDEs NR 1 AND 2 AND REDUCTION GEARS TO PROPELLER SHAFTS
4
RESTORATION AND RE-ACTIVATION OF PORT & STARBOARD MAIN ENGINES STARTING AIR CONTROL SYSTEM
5
RESTORATION AND RE-ACTIVATION OF MAIN PROPULSION CONTROL SYSTEM AT ENGINE ROOM, MACHINERY CONTROL ROOM (MCR) AND AT BRIDGE COMPARTMENT
6 OVERHAULING OF PORT AND STARBOARD REDUCTION GEAR MODEL REINTJES
7 REPLACEMENT OF EXHAUST PIPES OF PORT AND STARBOARD MAIN ENGINES
SUBTOTAL:
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
239
B. INSPECTION AND TEST COSTS:
1. Cost of Materials ______________ 2. Other costs (if applicable) ______________
TOTAL ________________ C. INCIDENTAL COSTS:
1. Total Cost of Freight/Transportation a) Shipping cost (if applicable) _________ b) Overland Hauling Cost
(if applicable) ________ c) Other transport related cost
(if applicable) ________ ______________ 2. Total Cost of Insurances (if applicable) ______________ 3. Total Amount of Taxes to be paid by the
Bidder (if applicable) ______________ 4. Other costs (if applicable) ______________
TOTAL ============== Name of Firm Signature of Bidder over Printed Name _____________
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
240
Contract Agreement Form
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of PROCURING ENTITY] of the Philippines(hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:
WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Entity’s Notification of Award.
3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract 4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written. Signed, sealed, delivered by the (for the Entity) Signed, sealed, delivered by the (for the Supplier).
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
241
ACKNOWLEDGMENT
RE[UBLIC OF THE PHILIIPPINES)
CITY OF _______________)S.c.
BEFORE ME, a Notary Public for and the City of ___________, this ____ day of ___________, 2016, personally appeared
Name Government Issued ID Issued on Issued at
Known to me to be the same persons who executed the foregoing instrument, and they acknowledged to me that the same is there free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my notarial seal, the say, year, and place above written.
NAME OF NOTARY PUBLIC
Serial No. of Commission___
Notary Public for___until___
Roll of Attorneys No.___
PTR No.__(date issued), (place issued)
IBP No. __(date issued), (place issued)
Doc No___
Page No__
Book No__
Series of__
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
242 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 12
Tax Clearance Certificate (for local Bidders)
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
243 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 13
Tax Clearance Certificate (for foreign bidders)
Attachment to Sample Form 12
Tax Clearance Certificate (for foreign bidders)
Sample Form 12
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
244 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Tax Clearance Certificate
(for foreign bidders)
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
245 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
246 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
Sample Form 13
PhilGEPS Certificate of Registration
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
247 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
GANTT CHART (SAMPLE FORM)
C
DR
LEO
RA
MO
N B
MIA
DO P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
CO
MM
O J
AN
DE
S FR
AN
CIS
CO
AFP
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section VIII. Bidding Forms
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
248 MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
MANPOWER DEPLOYMENT CHART (SAMPLE FORM)
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
249
Section IX. Post Qualification, Test and Acceptance Procedure
Note: This worksheet should be embodied in the testing procedure worksheet set forth in the Special Condition of the Contract with reference to the General Condition of the Contract Clause 14.1. The PN, thru the JCPV PHASE 2 MEU PROJECT (PS-37) PMT, shall come up with a complete test and acceptance procedure worksheet. Sources of the final test and acceptance procedure worksheet shall emanate from the test memoranda submitted by the winning bidder, the FAT and HAT procedure of the PN and Section IX of the JCPV PHASE 2 MEU PROJECT (PS-37) Bidding Documents.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
250
Post Qualification Checklist The Post Qualification (PQ) Team shall conduct post qualification and tests, in order to verify, validate, and ascertain whether all statements made and the documents submitted comply with the provisions set forth in this bidding documents. a. Eligibility Documents Requirements PASS FAIL
A.
Securities and Exchange Commission, for Corporation/Partnership; or its equivalent.
Department of Trade and Industry (DTI), for sole proprietorship; or its equivalent.
Cooperative Development Authority, for cooperatives or its equivalent.
B. Mayor’s Permit issued by the City or municipality where the principal place of business of the prospective bidder is located or its equivalent.
C. Tax clearance per Executive Order 398 Series of 2005, as finally reviewed and approved by the BIR.
D. Statement of all ongoing government and private contracts, including contracts awarded but not yet started, if any.
E. Statement of at least one (1) completed similar contract with at least 50% of the ABC
F.
Audited financial statements, stamped "Received" by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission.
G.
NFCC Computation NOTE: The values of the bidder’s current assets and current liabilities shall be based on the data submitted to the BIR, through its Electronic Filing and Payment System (EFPS) or as shown in the Audited Financial Statements
H.
Valid Joint Venture Agreement (JVA), in case the joint venture is already in existence, or duly notarized statements from all potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bids is successful;
I.
Bid Security in any of the following forms: 1) Affidavit of Bid Securing Declaration; or 2) Cash, cashier’s check / manager’s check, bank draft / guarantee confirmed by a Universal or Commercial Bank; or 3) Irrevocable letter of credit issued by a Universal or Commercial Bank confirmed or authenticated by a local Universal or Commercial Bank if issued by a foreign Bank; or
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
251
4) Surety Bond callable upon demand issued by a surety or insurance company certified by the insurance commission as authorized to issue such security; or 5) Any combination of the foregoing.
J. Statement of Compliance to Technical Specifications.
K.
Project Specific Eligibility/Additional Requirements: 1. Submit any of the following documents:
a. Proof of ownership of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT;
b. Agreement with a shipyard owner that the latter will be the subcontractor for Phase I accompanied by the requirements in ITB Clause 8.2 of the Bid Data Sheet;
c. Undertaking that the supplier will request the Philippine Navy to use the drydocking facility and equipment of Naval Shipyard, Naval Sea Systems Command, Philippine Navy subject to restrictions and payment pursuant to existing policy.
2. Pictures of the Drydocking Facilities.
3. Organizational Chart and list of key personnel and
contact numbers. In case of Joint Venture, both parties must submit said requirements.
4. Gantt Chart for the project implementation. This chart should contain the required data and information as per attached form (Section VIII – Bidding Forms)
5. Manpower Deployment Chart. This chart should contain the required data and information as per attached form (Section VIII – Bidding Forms)
6. Certification that the Supplier is capable of providing tug services to tow the vessel from present position to repair facility.
7. Certificate of shipboard inspection to be issued either only by the Commanding Officer or Engineering Officer of PS37.
8. Joint certification by the Planning Officer of Naval Shipyard and Engineering Officer of PS37 regarding
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
252
the sample item verification by the prospective bidder on items listed in Tab J above.
L. Omnibus Sworn Statement M. Price proposal
N. Itemized price proposal for goods offered from within the Philippines
O. Latest Income and Business Tax Return P. Tax Clearance Issued by the BIR Q. Certificate of PhilGEPS Registration
R. Must be ISO 9001:2008 certified At least ISO 9001:2008 Certification or its equivalent for fabrication, repair or shipyard operations
S. Production/ Delivery Schedule T. After sales service/ parts U. Training Program
V.
MARINA License to engage in Shipbuilding and Ship Repair (SBSR) at least category “SMALL” or its equivalent.Must have any of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT.
W. Company Profile b. Facility Inspection Following shall also be inspected:
A. Organizational Structure PASS FAIL Company should have an organizational structure consisting of different departments for fabrication, repair & overhaul
Company personnel are employed based on the organizational set-up with their appropriate qualifications
Must be ISO 9001:2008 certified
B. Capability PASS FAIL For fabrication, repair & overhaul Capable to support ground equipment requirement (Weight Handling Equipment)
Must have any of the following facilities: floating dock, a graving dock, a lift dock, or a slipway with a capacity of 1,500 DWT
Must be capable of providing tug services to tow the vessel from present position to repair facility.
Capable to provide common tools, special tools & depot level tools & equipment
Capable to provide products operation & maintenance training
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
253
C. Quality Control PASS FAIL Must have Quality Control Program
D. Tools, Equipment & Calibration PASS FAIL Company should have a complete ground support equipment for their products (Weight Handling Equipment)
Must have tools & test equipment to facilitate service Tools and calibration equipment should be in serviceable condition
E. Data Controls & Manuals PASS FAIL Company must have & maintain operating manuals for goods, tools & equipment
Company must have an electronic & hard copy monitoring system
Product data must be in a secured place Manuals should have a regular updating / revision period All established and approved procedures for controlling revisions in manuals should be in OEM specifications
F. Procurement & Receiving PASS FAIL Company must have proper procedure on stocks, ordering & releasing of products
Standard illustrated parts catalog must be given to the customers for easy parts identification and ordering
Company must have a monitoring program for customer’s product requirement
Company should certify all services rendered for repair, overhaul, warranty claim and modification
All products for release to customers should undergo a quality control procedure
G. Materials/Stores PASS FAIL Company should have supply method for serviceable and unserviceable parts
Shelf life policy should apply to all spare parts Availability of warehouses Storage room should be protected from corrosion, heat & have a conducive storage condition for customers
H. Records PASS FAIL Company should have a product recording system
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
254
Company should have computer-based information system for its product monitoring
I. Shops PASS FAIL Should be equipped with proper tooling & equipment for each workstation
Proper segregation of serviceable from unserviceable components
Should be equipped with safety gadgets for equipment & parts Should have appropriate manuals for each workstation Should have tools available anytime in each workstation Labeling of products & equipment in each workstation Use of Safety equipment is observed
J. Safety & Security PASS FAIL Company should have safety program Fire preventive plan should be posted Identification & segregation of flammable materials Equipped with fire preventive gadgets/ equipment Facility shop should have a security system Parts & equipment should be secured
K. Working Conditions PASS FAIL Ventilated/ Temperature-controlled environment Illuminated
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
255
The following test and trial procedures shall guide both the PN and the
supplier of the JCPV PHASE 2 MEU (PS-37) PROJECT in ensuring that the parts and equipment delivered and the works conducted are compliant with all technical specifications. These procedures shall be conducted anytime before or during sea endurance trials in the presence on both the PN and the supplier or their duly designated representatives.
Compliance Checklist PROJECT PHASE 1 (DRYDOCKING AND UNDOCKING,
UNDERWATER MACHINERIES, BOTTOMHULL AND FREEBOARD AND TANKS WORKS)
Requirements Complied
Not Compli
ed
1. DOCKING/UNDOCKING AND GENERAL DOCKYARD SERVICES
Drydocked: ________________Undocked: _______________
Erected and arranged keel and side blocks based on PN specification. Ensure that the vertical and horizontal clearances from the removal of rudders, shafts, transducer, to include other appendages are workable for repair.
Provided wharfage for the duration of the repair. Provided shore power connections and power supply for the duration of repair.
Provided fresh water supply for the duration of repair. Provided crane services for the duration of the repair. Provided security watchmen for the duration of repair. Provided fire watch with fire hose for the duration of repair. Provided pressurized line and connection for Fire protection Provided billeting space with appropriate bunks and mattresses for all ship’s officers and crew for the duration of the repair.
Provided line handlers during mooring and unmooring Completed bunkering services /facility for loading and unloading of fuels.
Provided office space for the duration of repair Provided tugboat, pilot, towing equipment and personnel to move the vessel from its present berth to the Supplier’s facility.Adequate tugboat services to assist vessel
Test and Acceptance Trial Procedures
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
256
movements. Provided land transportation for ship’s crew for the duration of
repair
Provided bin/container for disposal of ordinary garbage for the whole duration of repair completed.
Provided bin/barge for garbage disposal of sludge & other gaseous and non-gaseous and toxic substances/materials for the duration of repair completed.
Provide Copies in tracing paper and electronics (CD) of the following Plans and Drawings:
1. General Arrangement Plan (2 copies tracing paper and e-copy)
2. Electrical wiring Plan (2 copies tracing paper and e-copy)
3. Piping Plan (2 copies tracing paper and e-copy) 4. CapacityPlan (2 copies tracing paper and e-copy) 5. MidshipPlan (2 copies tracing paper and e-copy) 6. Construction Profile and Deck Plan (2 copies tracing
paper and 1 e-copy) 7. Shell expansion after the conduct of the Ultrasonic
Test (3 copies tracing paper and e-copy) and after the conduct of structural repair (6 copies tracing paper and 1 e-copy) indicating therein the shell thickness.
2. HAMMER AND ULTRASONIC TEST OF BOTTOMHULL Conducted hammer test on entire bottom hull Conducted ultrasonic test on suspected weak area at least
one (1) spots per square meter.
Painted mark UT readings on ship's hull and plot on the shell expansion plan.
Submitted shell expansion plan to Authorized PN Representative for evaluation/reference of Naval Shipyard, Naval Sea Systems Command.
3. REPLATING OF BOTTOMHULL Completed markings and removal of interferences Completed replating works of bottom hull Completed renewal of deteriorated transverse frames and
stiffeners in way of replating
Removed and re-installed Interferences marked and in good conditions
Painted inner sides of platings and frames with (1) coat marine epoxy primer and one (1) coat epoxy deck gray as top coat
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
257
4. REPLATING OF P/S FREEBOARD Completed markings and removal of interferences Completed replating works of freeboard Completed renewal and repainting of fiberglass insulations in
way of replating
Removed interferences marked and re-installed in good conditions
Painted inner sides of platings and frames (old and new not covered with insulation) with (1) coat marine epoxy primer and one (1) coat epoxy deck gray as top coat
5. SANDBLASTING AND PAINTING OF BOTTOMHULL Completed sandblasting of bottomhull Freef surface from dirt sand using pressurized fresh water Completed painting of keel to light loadline (LLL) Completed painting of light loadline (LLL) to deep loadline
DLL
Re-established draft marks Conducted vessel bouncing procedure to allow the replating (as needed), sandblasting and painting of bottom hull portions resting on keel/side blocks.
6. SANDBLASTING AND PAINTING OF FREEBOARD Completed sandblasting of freeboard Freed surface from dirt and sand using pressurized fresh
water.
Completed painting of DLL to freeboard Re-established ship's bow number and fantail ship's marking in accordance with the PN regulations.
7. REPAIR AND REPLACEMENT OF MAIN SEACHEST VALVES AND STRAINERS
Repaired and serviced Eight (8) pcs main seachest valves with sixteen (16) pcs sand trap strainers
Replaced twelve (12) deteriorated main seachest valves Completed clean, hammer test all main suction pipes and blow-out pipes of seachest box and replace deteriorated pipes.
Repaired and replaced all seachest valves and pipes serviced, and reinstalled satisfactorily with new gaskets, bolts and nuts
Conducted shop hydrotest on newly repaired valves with
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
258
required pressure of 100PSI Conducted operational test and correct noted deficiencies. Painted valves and strainers with one (1) coat marine epoxy
primer and one (1) coat marine epoxy black as top coat.
8. REPAIR AND PAINTING OF PORT/STARBOARD SEACHEST BOXES & STRAINERS
Removed, repaired and re-installed all marine growths seachest boxes and strainers
Painted all seachest boxes and strainers 9. REPLACEMENT OF IMPRESSED CURRENT CATHODIC
PROTECTION (ICCP) SYSTEM WITH AN ICCP HULL CORROSSION PROTECTION AND PIPE WORK ANTI - FOULING COMBINED IN A SINGLE PACKAGE WITH COMPLETE ACCESSORIES
Removed and turned-over to PN the existing ICCP Installed brand new complete ICCP System with four (4) platinized titanium anodes, two zinc reference electrodes and a controller power units installed
Fitted controller unit front is with a main isolator switch, power supply indicator lamp, voltmeter, anode ammeter and a multi meter
Propeller shafts and rudder stocks are electrically bonded to the hull thru a slip ring assemblies and flexible cable respectively
Completed fabrication and installation of pipeworks for anti- fouling and corrosion suppression system
Completed hull corrosion protection and pipework anti-fouling combined in a single package and served by a single control panel.
Laid-out electrical wirings properly Conducted system test with satisfactory result Conducted certificate of Training for operation and maintenance.
10. REPAIR OF PORT AND STARBOARD PROPELLERS, SHAFTS AND RUDDERS
Removed, repaired and delivered port and starboard line shafts, to shop
Realigned and reinstalled port and starboard line shafts Installed Port and starboard brand new plummer bearings aboardship and properly lubricated
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
259
Repaired/ serviced and reinstalled port and starboard shaft brake mechanisms and aboardship
Replaced port and starboard shaft and rudder bearings Removed, repaired and installed port and starboard rudders,
at shop aboardship
Replaced synthetic rubber seal (lower and upper portion of rudder post)
Lubricated rudder housing post with sufficient oil and rudder blades filled with floatation oil
Repaired port and starboard propellers removed, delivered to shop and
Tested port and starboard propellers crack and blue fitted to propeller shaft
Removed, repaired/straightened and delivered port and starboard propeller shafts to shop
Replaced and re-insulated port and starboard propeller shaft sleeves
Submitted propeller shafts deflection/run-out readings taken to NAVSHIP
Reinstalled port and starboard propellers, shafts and rudders aboardship
Port and starboard propeller shaft seal assembly and injectable couplings replaced with new materials
Port and starboard rubber inflatable and water tight bulkhead glands replaced with brand new materials
Submitted initial alignment readings on port and starboard tail struts and stern tubes with respect to reduction gears as reference taken to NAVSHIP for comment
Final alignment conducted and report submitted to NAVSHIP Port and starboard rope guards and fair waters installed Submitted initial reading while on drydock to NAVSHIP Submitted tanks filled with at least 75% capacity and initial waterborne alignment readings to NAVSHIP for comment
Replaced chock plates and shims of P/S MPDEs installed and resilient mount
Completed and submitted final alignment of MPDEs and reduction gears to propeller shafts and readings to NAVSHIP
Reinstalled interferences satisfactorily and in good conditions Completed dock trial with satisfactory results
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
260
Completed sea Trial with satisfactory results Conducted TIAC trial with satisfactory results
11. RENEWAL OF WASTE TANK AT FORWARD ENGINE ROOM
Tagged and disconnected interferences properly Renewed deteriorated waste tank size 23" width x 23 length x 48" height located at forward engine room using 3/8” thick (9.5 mm) plate ASTM-A131
Conducted air test to check leakages Reinstalled all marked or labeled parts/items removed such as
piping connections to their original locations and in good conditions
Painted newly renewed waste tank with one (1) coat marine epoxy primer and one (1) coat marine epoxy haze gray as top coat
12. CLEANING OF FUEL OIL TANKS AND LUBE OIL TANKS Cleaned and washed down seven (7) fuel oil tanks and three (3) lube oil tanks with pressurized fresh water, using environmental friendly cleaning agents
Replaced tank cover rubber gasket and conducted air leak test
13. PRESERVATION OF FRESH WATER, BALLAST AND MISCELLANEOUS TANKS
Cleaned and washed down two (2) freshwater storage tanks, two (2) ballast tanks and seven (7) miscellaneous tanks sandblasted to near white with pressurized fresh water
Painted freshwater tanks with one (1) coat of cement ordinary and ballast and miscellaneous tanks painted with one (1) coat marine epoxy primer
14. CLEANING AND PAINTING OF INNER PORTION OF BOTTOMHULL AT FORWARD AND AFT ENGINE ROOM, BILGE AND SHAFT ALLEYS
Mechanically prepared and washed down inner portion (platings and frames) of bottom hull located at forward and aft engine rooms, bilge and shaft alleys with pressurized fresh water.
Painted same areas including bulkheads and overheads with one (1) coat epoxy primer paint, one (1) coat marine epoxy
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
261
anti-corrosive and two (2) coats haze gray as top coat at aft and forward engine room, bilges and deck machineries, and two (2) coats epoxy white as top coat at aft and forward
engine room, bulkheads/overhead and shaft alleys 15. CLEANING AND PAINTING OF SUPERSTRUCTURE
a. Sandblasted to near white outer portion of superstructure which includes CIC, Bridge, P/S wing, smoke stack, air vent blowers and life vest locker located at forward, amidship and aft superstructure approximate total area of 30,500 ft2.
b. Freed entire surface from dirt and sand using pressurized fresh water prior painting.
c. Painted entire outer surface of superstructure with the following painting scheme using marine epoxy paint that has been approved for use PN vessels:
LOCATIONS: AREA (ft2)
b/head color overhead
color deck color
Living & working spaces CO's cabin 409.0
3 whit
e 150.6
9 white Executive-Officer’s room
236.81
white 43.06 white
Officer's berth cabin @ portside
355.21
white 96.88 white
Officer's berth cabin @ starboard side
333.68
white
107.64 white
Single berth Officer's cabin @ port
269.10
white 64.58 white
Junior rating cabin 548.96
white
269.10 white 172.2
2 Red Ship's office 301.3
9 white 86.11 white Combat Information Center room
269.10
lightgree
n 64.58 light
green
Four (4) berth senior rating
376.74
white
129.17 white
Wardroom pantry 430.56
white
172.22 white
Wardroom 322.92
white 96.88 white
Audio/TV compartment
495.14
white
182.99 white 182.9
9 Red
Diver compressor space
204.51 white 43.06 white 43.06 Red
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
262
Store room forward 602.78
white
322.92 white 322.9
2 Red Store room aft 548.9
6 white
269.10 white 269.1
0 Red Day provisions room forward
602.78
white
322.92 white 322.9
2 Red
Gun Bay & Gun control room at forward
398.26
white 139.9
3 white 139.93 Red
Refrigeration/Machinery compartment
441.32
white
182.99 white 182.9
9 Red
Sewage compartment
441.32
white
172.22 white 172.2
2 Red
Magazine room 441.32
white
172.22 white 172.2
2 Red Stores and Loiter drive compartment at aft
473.61
white
204.51 white 204.5
1 Red
Steering gear compartment at aft
441.32 white 172.2
2 white 172.22 Red
Superstructure (outer)
4822.23
haze gray
Head and Shower rooms CO's head and shower room
43.06 white 226.0
4 white
Officer's head and shower room
43.06 White 226.0
4 White
1) Painted with one (1) coat marine epoxy primer. 2) Painted with two (2) coats marine epoxy anti-corrosive. 3) Painted with two (2) coats marine epoxy haze gray as
top coat (3 mils/coat).
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
263
PROJECT PHASE 2 (AUXILIARY MACHINERIES, PIPINGS, STRUCTURAL & ELECTRICAL WORKS)
Requirements Complied
Not Compi
ed
1. SERVICING OF EMERGENCY GENERATOR ASSSEMBLY Marked and removed interferences Disassembled emergency generator and megger testing conducted on stator, revolving field, exciter field and exciter armature windings
Replaced ball bearing and windings reinsulated and baked Reassembled and reinstalled emergency generator and interferences in good condition
Conducted operational testing with satisfactory result: temperature below 180°F, output at 440VAC and frequency 60 Hz
2. REPLACEMENT OF HEAT EXCHANGER OF SHIP SERVICE DIESEL GENERATOR NR. 1 & 3 MODEL CAT 3406
Pulled-out and replaced heat exchanger of ship service diesel generator Nr. 1, 2 & 3
Tightened all mating flanges and installed temperature at engine room fresh water lubricating system
Tested for satisfactory operation 3. SERVICING OF GENERATOR ASSSEMBLIES NR. 1, 2
AND 3
Marked and removed interferences Disassembled generator assemblies Nr 1, 2 and 3 and conducted megger testing on stator, revolving field, exciter field and exciter armature windings
Replaced, reinsulated and baked ball bearings and windings Reassembled and reinstalled generator assemblies Nr 1, 2 and 3 and interferences in good condition
Reinstalled bolt to foundation, couple to prime mover and align.
Reconnected electrical wirings and secure tagging. Conducted operational testing with satisfactory result: temperature below 180°F, output at 440VAC and frequency
60 Hz
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
264
4. RENEWAL OF ALL CORRODED PIPING INTERFERENCES OF SHIP SERVICE DIESEL GENERATOR (SSDG) NR. 1, 2, and 3
Renewed deteriorated piping of Generator assemblies Nr 1, 2 and 3
Hydrotested newly fabricated pipes up to 50 PSI Completed satisfactory operational test Re-insulated exhaust piping with two (2) inches thick magnesia cement insulation (non-asbestos) with wire support and covered with heat and oil resistant thermal cloth
Painted un-insulated portions of piping with one (1) coat marine epoxy primer and one (1) coat marine epoxy black and red as top coat
5. REPLACEMENT OF FUEL OIL PURIFIERS AT FORWARD AND AFT ENGINE ROOMS
Marked and removed interferences Replaced fuel oil purifier with brand new unit with following specs: Purifier, diesel oil, centrifugal, 2500 LPH, 3 HP, 440 VAC, 60 HZ, 3 HP, 1740 RPM, with complete accessories
Modified foundation of purifiers aboardship Provided product testing certificate duly approved by a
laboratory accredited by the government
Provided and submitted five (5) copies of operation/maintenance and parts manual of new purifiers and submit to Authorized PN Representative for future references.
Adapted and installed piping connections of new purifiers including all piping accessories such as filters, sight glass, valves and gauges.
Reinstalled interferences and wiring connections with controllers in good condition
Conducted operational testing with satisfactory result Provided special tools for the repair/overhauling of newly procured purifiers as specified by the manufacturer.
6. REPLACEMENT OF DESALINATING UNIT (REVERSE OSMOSIS)
Marked and removed interferences Replaced desalinating unit with following specifications: water maker, 1.2 GPM, 1.5HP, 440 VAC, 60 HZ, 3-phase
Modified foundation aboardship and installed new desalinating unit
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
265
Installed interferences adapted and electrical wiring connections with circuit protection
Conducted and produced operational test and potable water duly certified by accredited company
Conducted training for the care, maintenance and operation of newly installed desalinating unit to ship’s crew
Submitted five (5) copies of operation/maintenance and parts manuals to NAVSHIP
Conducted certificate of training for operation and maintenance
7. ADAPTATION OF PIPINGS OF NEWLY INSTALLED DESALINATING UNIT
Adapted existing piping to newly installed desalinating unit from sand trap strainer of seachest valve leading to feed pump and desalinating unit and supply to fresh water storage
tank
Provided two (2) gate valves size 2" and 1-1/2" IPS threaded as for spare
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer green and one (1) coat marine epoxy black as top coat
8. REPLACEMENT OF HIGH PRESSURE AIR COMPRESSOR WITH MOTOR AND CONTROLLER AT FORWARD ENGINE ROOM
Marked and removed interferences Provided compressor factory test results/certificate at full rating capacity and submitted to Authorized PN Representative for evaluation.
Replaced existing air compressor with brand new unit, maximum discharge pressure of 800 PSI, 440 VAC, 60Hz, 3HP
Checked and repaired foundation aboardship Reinstalled piping interferences and wiring connections laid- out with
Operational test conducted with satisfactory result Five (5) copies of operation/maintenance and parts manuals and submitted to NAVSHIP
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
266
9. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT FORWARD AND AFT ENGINE ROOM
Interferences marked and removed. Replaced existing high pressure salt water pump at forward and aft engine room with specs: centrifugal, 250 GPM, 134 total dynamic head (TDH), self-priming, vertical mounted, electric motor driven with controller, 440VAC, 60Hz
Foundation aboardship checked and repaired Piping interferences reinstalled and wiring connections laid- Outwith
Operational test conducted with satisfactory result Five (5) copies of operation/maintenance and parts manuals and submitted to NAVSHIP
10. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT FORWARD AND AFT MAIN ENGINE ROOM
Adapt and aligned existing suction and discharged pipe of high pressure salt water pump at forward and aft main engine room.
Disassembled all valves, lap and grind valve from disk to seat and replaced defective valve disk. Reassembled all parts of valves and conducted shop hydro test with required pressure of 100 PSI.
Installed onboard with new gaskets, bolts and nuts. Conducted operational test and corrected noted deficiencies. Painted pipes and valves with one (1) coat marine epoxy black as top coat.
11. REPAIR OF SALT WATER CONTROL VALVE OF FIREMAIN PIPE AT FORWARD AND AFT ENGINE ROOM
Three each saltwater control valves of fire main pipe at forward engine room size 3'' dia. IPS and two (2) each salt
water control valves of firemain pipe at aft engine room, size 2'' dia. IPS repaired at shop
Salt water control valves hydrotested up to 100 PSI and reinstalled aboardship
Operational test conducted satisfactorily Pipes painted with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
267
12. REPLACEMENT OF HIGH PRESSURE SALT WATER PUMPS WITH MOTOR AND CONTROLLER AT SEWAGE COMPARTMENT
Interferences marked and removed. Replaced existing high pressure salt water pump at sewage compartment with specs: centrifugal, 250 GPM, 134 total dynamic head (TDH), self-priming, vertical mounted, electric motor driven with controller, 440VAC, 60Hz
Foundation aboardship checked and repaired Piping interferences reinstalled and wiring connections laid-
out with
Operational test conducted with satisfactory result Five (5) copies of operation/maintenance and parts manuals and submitted to NAVSHIP
13. ADAPTATION/ALIGNMENT OF HIGH PRESSURE SALT WATER PUMP PIPINGS AT SEWAGE COMPARTMENT
Adapt and aligned existing suction and discharged pipe of high pressure salt water pump at sewage compartment.
Disassembled all valves, lap and grind valve from disk to seat and replaced defective valve disk. Reassembled all parts of valves and conducted shop hydro test with required pressure of 100 PSI.
Installed onboard with new gaskets, bolts and nuts. Conducted operational test and corrected noted deficiencies. Painted pipes and valves with one (1) coat marine epoxy black as top coat.
14. REPAIR ANCHOR WINCH MECHANISM Anchor and chain secured. Winch mechanism brake drum and gear assembly repaired Gear tooth and clearance checked and adjusted Brake bond repaired and brake lining replaced Re-assembled winch mechanism and replaced all grease
fittings. Lubricated all mechanisms with grease
Conducted test for satisfactory operation 15. REPAIR OF HYDRAULIC PIPES OF ANCHOR WINDLASS
AT FORWARD COMPARTMENT
Deteriorated portion of hydraulic piping of anchor windlass compartment repaired using black iron pipe schedule 80 approximately 40 lineal feet
Newly fabricated pipe hydro-tested up to 50 PSI and installed
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
268
Aboardship Operational test conducted satisfactorily Pipes painted with one (1) coat marine epoxy primer green and one (1) coat marine epoxy black as top coat
16. SERVICING OF LOW PRESSURE AIR COMPRESSOR AT AFT ENGINE ROOM
Conducted servicing of air compressor aboardship to lap and service intake and discharge valve
Renewed gasket of cylinder head Replace defective pressure switch Conducted operational test to prove satisfactory completion of work.
17. REPAIR PORT AND STARBOARD DECK CRANE Marked and removed interferences Pulled out and replaced hydraulic cylinders and defective oil seal with brand new
Conducted and replaced repair of telescopic boom of crane and defective oil seal
Replaced boom rollers, hook, hoses and cables with brand new materials.
Completed repair on cable drum and lubricated system sufficiently
Refilled and conducted hydraulic oil and operational test with satisfactory result
Sandblasted and painted port and Starboard deck crane 18. REPAIR OF PORT AND STARBOARD SHAFT BRAKE
MECHANISM
Disconnected electronic wiring and tubing connections of port and starboard shaft brake mechanism.
Checked all fittings and tubing connections for air leaks and replaced.
Replaced brake pad with new materials, machine and refaced brake disc and conducted adjustment.
Reinstalled new brake pad and reconnect tubing connections. Repaired electronic components of the system and conducted rewiring.
Conducted test with satisfactory result. 19. REPAIR AFT CAPSTAN LEVER CONTROL MECHANISM
Replaced and corrected worn-out oil seal and gaskets of capstan lever control mechanism hydraulic leakage
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
269
Replaced and tightened defective hydraulic hoses and copper tubing mating flanges
Refilled capstan lever control mechanism hydraulic tank Conducted operational test with satisfactory result
20. REPAIR FIREMAIN PIPES AND VALVES OF FIRE STATIONS
Repaired deteriorated portion of seventeen (19) fire stations using brass pipe schedule 40
Repaired and re-installed twelve (12) firemain ball valves of nineteen (19) fire stations, size 2" dia IPS
Replaced and installed five (5) pcs deteriorated firemain ball valves size 2" dia
Replaced deteriorated flange pipe at fire station number 1, 2, 3, 4, 5, 7, 8 and 10
Fabricated piping and repaired valves hydro-tested up to 50 PSI and 100 PSI respectively
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
21. REPAIR SUCTION PIPE OF POCKET DRAIN AT AMMO ROOM
Repaired deteriorated portion of suction pipe of pocket drain at ammo room using brass pipe schedule 40
Provided and installed foot valve with strainer for spare. Foot valve with strainer thread size 2" dia
Fabricated piping hydro-tested up to 50 PSI Fabricated and installed pocket drain with strainer Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy black as top
coat
22. REPAIR OF DRAIN PIPES OF COMMANDING OFFICER (CO) AND OFFICER'S HEAD
Clogged-up and deteriorated portion of drainage pipes of CO's and Officer's head repaired using 2 ½” brass pipe
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
270
23. REPAIR OF DECK DRAIN PIPES AT DIFFERENT LOCATIONS
Repaired deteriorated portion of deck drainage pipe at following locations:
Port passage way, in front of wardroom Port bridge wing Port side panel deck Port passage way beside crane Port passage way amidship Port side fantail
Hydro-tested and installed fabricated piping up to 50 PSI onboard with new gaskets, bolts and nuts
Conducted operational tests satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
24. REPLACEMENT OF SUCTION PIPE INSIDE FRESH WATER TANK AT FORWARD MAIN ENGINE
Repaired weak/deteriorated portion of suction pipe inside fresh water tank located at forward main engine room using 2 ½” GI pipe
Provided and installed foot valve with strainer Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
25. REPLACEMENT OF WATER PIPING SYSTEM AND VALVES
Replaced entire deteriorated piping system from fresh water tank leading to fresh water pump and pressure tank.
Replaced all defective valves. Fabricated, repaired and hydro-tested piping valves up to 50 and 100 PSI respectively
Conducted operational test satisfactorily Painted pipes and valves with one (1) coat marine epoxy
primer and one (1) coat marine epoxy green as top coat
26. INSULATION OF FLEXIBLE EXHAUST MANIFOLD Removed worn out insulation of flexible exhaust manifold Re-insulated flexible exhaust manifold with magnesia cement at least 2'' thick with wire support and covered with insulation
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
271
cloth Conducted operational test satisfactorily
27. REPLACEMENT OF MAIN PROPULSION DIESEL ENGINE OVERBOARD DISCHARGE PIPES AND VALVE
Repaired weak/deteriorated portion of overboard discharge pipe of main propulsion diesel engine using 2 ½” brass pipe
Repaired and reinstalled IPS flange type. Two (2) defective overboard discharge angle valves size 2-1/2'' dia.
Fabricated and repaired piping valves hydro-tested up to 50 and 100 PSI respectively
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
28. REPLACEMENT OF DISCHARGE PIPE AND VALVE AT AFT BILGE
Repaired weak/deteriorated portion of discharge pipes of after bilge using 2” brass pipe
Repaired and reinstalled IPS flange type. One (1) defective overboard discharge angle valve size 2'' dia.
Fabricated, repaired and hydro-tested piping valves up to 50 and 100 PSI respectively
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
29. REPLACEMENT OF MPDE Nr. 1 AIR DISTRIBUTION PIPING SYSTEM
Repaired weak/deteriorated portion of air distribution piping of port main engine using 1 1/2” black iron pipe
Hydro-tested fabricated piping up to 50 PSI Operational test conducted satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy blue as top coat
30. REPLACEMENT OF MPDE Nr. 2 AIR DISTRIBUTION PIPING SYSTEM
Repaired weak/deteriorated portion of air distribution piping of starboard main engine using 1 1/2” black iron pipe
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
272
(1) coat marine epoxy blue as top coat 31. REPLACEMENT OF SALT WATER FLUSHING PIPE OF
HEADBOWL
Repaired weak/deteriorated portion of salt water flushing pipe of headbowl using 1 1/4” brass pipe
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
32. REPLACEMENT OF BYPASS AIR VALVE PANEL REGULATOR
Replaced one (1) defective air valve panel regulator size 3/4'' dia (threaded)
Hydro-tested newly procured air regulating valve up to 100 PSI
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy blue as top coat
33. REPAIR OF EMERGENCY FIREMAIN VALVE Repaired and reinstalled IPS. One (1) emergency fire main valve size 3'' dia.
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
34. REPLACEMENT OF FIRE ALARM SYSTEM ASSEMBLY WITH DETECTORS AND SENSORS AT ALL COMPARTMENTS
Replaced fire alarm system with detectors and sensors at all compartments with brand new with the following specifications: 240VAC, 60Hz, with hardware for 24VDC power converter, fire horn with strobe light; annunciator, 240VAC, 10 point input; fire bell, 240VAC, 6 '' dia., 86 db at 10 ft; smoke detector, 24VDC
Laid-out brand new electrical wirings from main control panels, horn and strobes, annunciators, fire bells, fire alarm station switches, smoke detectors and sensors per specs: Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each) AWG Nr. 18, solid copper wire and ; Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame resistant
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
273
Conducted operational test satisfactorily 35. REPLACEMENT OF SPRINKLER HEAD AND SPRINKLING
PIPING SYSTEM
Replaced IPS. Forty one (41) each defective brass sprinkler head of sprinkling piping system size 1/2" dia.
Provided five (5) brass sprinkler head size 1/2" IPS for spare Removed and replaced weak/deteriorated portion pipings of sprinkling, using 1/2" dia brass pipe schedule 40
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily
36. REPLACEMENT OF FLOODING ALARM SYSTEM ASSEMBLY WITH FLOAT SENSORS AT AFT AND FORWARD ENGINE ROOM
Replaced flooding alarm system with float sensors at AFT and FORWARD Engine room with brand new with the following specifications: 240VAC, 60Hz, with hardware for 24VDC; Horn and strobe, 240VAC, 15/75 candela strobe signal flashing (60 times per minute), Annunciator, 240VAC, 10 point input; Electric bell, 240VAC, 6 '' dia., 86 db @ 10 ft; Float, liquid level switch, manual
Brand new electrical wirings from main control panels, horn and strobes, annunciators, electric bells and float switches laid-out per specs: Fire alarm cable, PVC jacketed cable, 6 conductors (4 ea. AWG nr. 22, 2 each) AWG Nr. 18, solid copper wire and ; Electrical power cable, AWG Nr. 14/2C, heavy duty black neoprene outer rubber jacket, flame
resistant
Conducted operational test satisfactorily 37. FABRICATE AND INSTALL PIPINGS OF CO2 FIXED
FLOODING SYSTEM WITH CO2 BOTTLES AT FORWARD AND AFT ENGINE ROOM
Provided and installed six (6) each CO2 bottles (100 lbs) with charge at forward and aft engine room
Fabricated and installed two (2) steel foundations for three (3) bottles of CO2 at forward engine room and three CO2 bottles at aft engine room
Provided and installed other accessories of CO2 fixed flooding system including pipe brackets
Conducted operational test with water on all piping of CO2 fixed flooding system satisfactorily. Pipes drained immediately
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
274
upon completion of test Painted pipes with one (1) coat marine epoxy primer Conducted operational test with satisfactory result
38. REPAIR MAIN REEFER Replaced compressor motor and salt water pump motor assemblies with controllers with brand new with the following specifications: Compressor unit, refrigeration assembly, 440VAC, 3 Phase, 60Hz with cooling fan motor blower assembly; magnetic starter, across the line, 440VAC, 60HZ with adj. overload with Auto / Manual set up with enclosure and Centrifugal pump and motor, close couple, horizontal mounted, 440VAC, 60 Hz, 50 PSI, heavy duty cast iron body, bronze impeller and pump housing
Laid-out brand new electrical wirings Conducted operational test with satisfactory result
39. REPAIR OF SEWAGE TREATMENT PLANT SYSTEM Repaired process pump and motor assembly, surge tank pump and motor assembly, solid discharge pump and motor assembly, liquid effluent pump and motor assembly, flocculent pump and motor assembly, chlorine pump and motor assembly
Checked, cleaned and repaired magnetic coils, contacts, overload relay, switches of controller assemblies
Replaced with brand new float switches assembly (as per existing aboard ship and other parts found defective
Laid-out brand new electrical wirings Provided the necessary chemicals/consumables and other accessories needed for one (1) year.
Conducted operational test with satisfactory result 40. REPLACEMENT OF PIPINGS OF SEWAGE TREATMENT
PLANT
Replaced galvanized pipe to brass pipe using 2-1/2’’ and 1-1/2’’
Provided two gate valves 2-1//2’’ and 1-1/2’’ threaded and two elbow silver brazing s-1/2’’ x 90 deg and 1-1/2’’ x 90 deg as spare.
Hydro-tested fabricated piping up to 50 PSI. Conducted operational test with satisfactory result Painted pipes with one (1) coat marine epoxy primer and one
(1) coat marine epoxy black as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
275
41. REPLACEMENT OF OIL-WATER SEPARATOR SYSTEM Provided and installed brand new oil water separator module withcomplete accessories at FWD and AFT Engine room with the following specifications:
1) Separator: two stage automatic, capacity : 1 mᶾ / hr, pressure: 1.38 to 3.52 bars
2) Oil bilge pump: type - CCH 213 RJM, capacity: 1 mᶾ / hr 3) Motor drive pump: 0.55KW, 440VAC, 3Ph, 1720RPM. 4) Control module system
Repaired and reconnected existing pipings to new pump and motor assemblies with new flanges and rubber gaskets.
Laid-out brand new electrical wirings Conducted operational test satisfactorily
42. REPAIR PIPINGS OF OIL AND WATER SEPARATOR Repaired weak/deteriorated portion of piping of oil and water separator using brass pipe sizes 1” dia and ¾” dia
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black and red as top coat
43. REPLACEMENTS OF LIGHTING FIXTURES AT DIFFERENT COMPARTMENTS
Replaced marine type lighting fixtures at different compartments with brand new as follows:
10 W (single tube) 27 20 W (single tube) 70 20 W (double tube) 13 40 W (single tube) 64 40 W (double tube) 2
Checked, cleaned, repaired and replaced switches and parts found defective.
Conducted operational test satisfactorily 44. REPLACEMENT OF CIRCUIT BREAKER OF GROUP
STARTER PANEL AT MAIN SWITCHBOARD
Replaced circuit breaker of group starter at main switchboard with brand new with the following specifications: Molded case circuit breaker, 200AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA
Conducted operational test satisfactorily
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
276
45. REPLACEMENT OF CIRCUIT BREAKER OF PRIMARY TRANSFORMER PANEL AT MAIN SWITCHBOARD
Replaced circuit breaker of primary transformer panel at main switchboard with brand new with the following specifications: Molded case circuit breaker, 225AT, 600VAC, 3 Pole, 60Hz, bolt on, TypeTO-225BA
Conducted operational test satisfactorily 46. REPLACEMENT OF GALLEY WASTE PUMP AND MOTOR
ASSEMBLIES NR. 1 AND 2 WITH CONTROLLERS
Replaced galley waste pump and motor assemblies Nr. 1and 2 with brand new with controllers with the following specifications: Pump, centrifugal, close coupled, horizontal mounted, 440VAC, 3 PH, 60Hz, 5 GPM; Magnetic starter, across the line, 440VAC, 60Hz with adjustable overload and Circuit breaker, molded case, 15AT, 3 Pole, 440 VAC, 60 Hz, bolt on
Laid-out brand new electrical wirings Conducted operational test satisfactorily
47. REPAIR OF DRAINAGE PIPE OF GALLEY AND PANTRY Repaired weak/deteriorated portion of drainage pipe of galley and pantry from existing joint flange at forward engine room leading to waste tank and discharge to over board using 2
½” dia galvanized pipe
Replaced defective overboard discharge valve Hydro-tested and installed fabricated piping up to 50 PSI onboard with new bolts, nuts and gaskets
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
48. REPAIR OF SELF-CONTAINED AIR CONDITIONING UNIT AND COOLING SYSTEM AT AFT COMPARTMENTS
Repaired self-contained air conditioning unit and cooling system at AFT compartments
Replaced self-contained air conditioning unit assembly with complete accessories at different compartments with brand new with the following specifications per existing aboardship: Four (4) self contained air conditioning unit assemblies, 2KW - 3.2KW, 115VAC, 3PH, 60Hz, 11,000BTU/HR, water cooled and One (1) self-contained air conditioning unit assembly, 3KW - 5.3KW, 115VAC, 3PH, 60Hz, water cooled
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
277
Replaced sea water cooling pump and motor assembly of self-
contained air conditioning unit with brand new with the following specifications: Close couple, centrifugal pump and motor assembly, 440VAC, 3PH, 60Hz, 18.23 GPM and
Motor starter, magnetic, across the line, 440VAC, 60Hz
Replaced copper tubings with insulations, gate valves, fittings and other accessories with brand new
Conducted flushing with nitrogen gas and repair all leakages and charge with refrigerant gas
Laid-out brand new electrical wirings Conducted operational test satisfactorily
49. RE-CONNECT PIPINGS OF SELF-CONTAINED AIR CONDITIONING UNITS
Re-connected existing pipes of self contained air condition units at aft storage room, work shop and Damage Control locker
Replaced existing salt water suction rubber hose on cooling of self-containedaircon at naval store with brass pipe.
Replaced defective butterfly valves, check valves and Y-strainers 3/8’’ IPS.
Operational test conducted satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
50. REPAIR OF SUCTION AND DISCHARGE PIPES OF SALT WATER PUMP OF SELF-CONTAINED AIRCON AT AFT
Removed and repaired deteriorated portion of suction and discharge pipes of salt water pump of self-contained aircon at aft engine room from strainer sand trap leading to pump using 1” and 2” galvanized pipes
Provided non-existing gate valve flange type size 1" IPS Hydro-tested and installed fabricated piping up to 50 PSI onboard with new bolts, nuts and gaskets
Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
51. REPLACEMENT OF FRESH WATER PUMP AND MOTOR ASSEMBLY NR. 1 & 2 WITH CONTROLLER
Replaced fresh water pump and motor assembly Nr. 1 & 2
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
278
with controller with brand new with the following specifications:
Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 13.21 GPM; Motor starter, magnetic, across the line, 440VAC, 60Hz, with adjustable overload; Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on with pressure switch and pressure gauge Checked and repaired foundations and piping aboardship Hydro-tested fabricated piping up to 50 PSI Laid-out brand new electrical wirings Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy green as top coat
52. ADAPTATION OF SUCTION AND DISCHARGE PIPE OF FRESH WATER PUMP NR. 1 AND 2
Adapted and installed existing suction and discharge pipe of fresh water pump Nr. 1 and 2, using galvanized pipe schedule 80
Repaired two (2) each control gate valves size 2-1/2" flange type
Provided two (2) gate valves size 2-1/2" and 2" IPS flange type for spares
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy green as top coat
53. REPLACEMENT OF 25-TONNER CENTRALIZED AIR CONDITIONING SYSTEM AT AFT AND FORWARD
Replaced 25 Tonner centralized air conditioning units at AFT and Forward with the following specifications: 25 tonner, 300,000BTU/HR, 3PH, 60Hz, marine type equipment, semi-hermetic, refrigerant R-404A with brazed plate heat exchanger cooler, fan coil blowers; Two (2) assemblies, close couple, centrifugal salt water pump and motor assembly,440VAC, 3PH, 60Hz, marine type, totally enclosed fan cooled; Two (2) assemblies, controller, starter, magnetic, across the line, 440VAC, 3 pole, 60Hz,with adjustable overload with auto-manual, stop-start push button and enclosure.
Replaced brand new vent ductings and insulations. Replaced deteriorated suction and discharge cooling pipes.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
279
Provided and installed pipings, copper tubings, insulations and other accessories.
Laid-out brand new electrical wirings. Conducted flushing with nitrogen gas and all leakages and charge with refrigerant gas
Conducted operational test satisfactorily 54. REPLACEMENT OF SALT WATER SUCTION AND
DISCHARGE PIPE OF SALT WATER PUMP NR. 1 & 2 OF 25 TONS AIR CONDITIONING UNIT
Deteriorated salt water suction and discharge pipes replaced with brass pipe with sizes 1 ½”, 2” 2 ½” and 3”
Fabricated piping hydro-tested up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
55. REPLACEMENT OF MAIN ENGINE PRE-LUBRICATION PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOM
Replaced main engine pre-lubrication pump and motor assemblies with controllers at Forward and AFT engine room with brand new with the following specifications: Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 9.82 m /hr at 3.4 bar; Starter, magnetic, across the line, 440VAC, 60Hz; Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on with pressure gauge and pressure switch
Repaired existing pipings to new pre-lubrication pump and motor assemblies and reconnected with new flanges and rubber gaskets.
Hydro-tested fabricated piping up to 50 PSI Laid-out brand new electrical wirings Conducted operational test satisfactorily
56. ADAPTATION OF PIPINGS OF LUBE OIL PUMP AT PORT AND STARBOARD MAIN ENGINE ROOMS
Repaired weak/deteriorated piping of lube oil pump at port and starboard main engine with black iron pipe 1” dia
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
280
Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy yellow as top coat
57. REPLACEMENT OF MAIN ENGINE PRE-HEATING PUMP AND MOTOR ASSEMBLIES WITH CONTROLLERS AT FORWARD AND AFT ENGINE ROOMS
Replaced main engine pre-heating pump and motor assemblies with controllers at Forward and AFT engine room with brand new with the following specifications: Close couple, centrifugal pump and motor assembly, 440VAC, 3Ph, 60Hz, 9.8 m /hr at 30 m THD; Motor starter, magnetic, across the line, 440VAC, 60Hz; Circuit breaker, molded case, 15AT, 3 Pole, 440VAC, 60 Hz, bolt on with Pressure switches and pressure gauges
Repaired and reconnected existing piping to new pre- lubrication pump and motor assemblies with new flanges and rubber gaskets
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipes with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
58. REPAIR OF DOMESTIC REFRIGERATION PLANT Repaired domestic refrigeration plant aboardship Replaced compressor unit refrigeration assemblies, salt water pump motor assemblies, evaporators, condensers with complete accessories with brand new with the following specifications: Compressor unit, refrigeration, semi-hermetic, 2.53KW, 440VAC, 3PH, 60Hz, Type DLU 201, 1750 RPM; Magnetic starter across the line, 440VAC, 60Hz with adj. overload; Close couple, centrifugal pump, 440VAC, 3PH, 60Hz. 0.516.cu. m / hr pump capacity, marine/sea water type, totally enclosed fan cooled; Condensers unit, refrigeration,
sea water cooled, shell tube type assembly; Evaporator’s assembly, with firmed copper coil tube with cooling fan
Replaced copper tubings with insulations, gate valves, fittings and other accessories with brand new.
Hydro-tested fabricated piping up to 50 PSI Conducted flushing with nitrogen gas and repair all leakages and charge with refrigerant gas
Laid-out brand new electrical wirings Operational test conducted satisfactorily
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
281
59. REPAIR OF EMERGENCY GENERATOR DISTRIBUTION PANELBOARD ASSEMBLY
Repaired emergency generator distribution panel board assembly aboardship
Replaced defective panel meters (as per existing), pilot lamps (as per existing) incandescent lamps (as per existing) and circuit breakers (as per existing) emergency generator distribution panel board assembly and emergency main switchboard with brand new
Secured electrical power of emergency main switchboard, switch on main circuit breaker
Conducted operational test satisfactorily: Operate at 440VAC, 3PH, 60Hz.
Synchronized output power of emergency generator distribution panel board assembly to output power of emergency switchboard
60. SERVICING OF FUEL OIL TRANSFER PUMP ASSEMBLY WITH CONTROLLER AT FORWARD AND AFT ENGINE ROOM
Conducted servicing of fuel oil transfer pump number 1 & 2 Replaced bearings, wearing rings, shaft seal, gasket and
gauges
Conducted alignment of motor to pump. Hydro-tested fabricated piping up to 50 PSI Conduct operational test in accordance with the following test parameters and procedures:
Temperature must not exceed limits of Class F insulation (180° F). Motor must operate at 440VAC, 3PH, 60HZ.
61. REPLATING OF DECK AT SEWAGE COMPARTMENT AND PASSAGEWAY
Tagged and disconnected interferences properly Replated deteriorated and thinned/weak portion of deck platings at sewage compartment and passageway using pre- blasted and primer painted on both sides 5/16" thick (7.9 mm) plate ASTM-A131
Reinstalled interferences in good condition Replated area painted with one (1) coat epoxy primer and one
(1) coat epoxy deck gray on both sides as top coat.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
282
62. REPLATING OF DECK AT AIR CONDITIONING UNIT (ACU) COMPARTMENT
Tagged and disconnected interferences properly Removed and disposed fiberglass insulations in way of replating properly
Painted deteriorated and thinned/weak portion of deck platingsat ACU compartment replated using pre-blasted and primer on both sides 5/16” thick (7.9 mm) plate ASTM-A131
Replaced fiberglass insulations removed in way of replating and painted with color same as existing.
Reinstalled interferences in good condition Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
63. REPLATING OF DECK AT PORT AND STARBOARD EXHUAST AND SUPPLY BLOWER COMPARTMENTS
Tagged and disconnected interferences properly Removed and disposed fiberglass insulations in way of replating properly
Replated deteriorated and thinned/weak portion of deck platings at port and starboard exhaust and supply blower compartment using pre-blasted and painted primer on both sides 5/16” thick (7.9 mm) plate ASTM-A131
Replaced fiberglass insulations removed in way of replating and painted with color same as existing.
Reinstalled interferences in good condition Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
64. REPLATING OF DECK AT FORWARD MAIN DECK (PORT SIDE)
Tagged and disconnected interferences properly Removed and disposed fiberglass insulations in way of replating properly
Replated deteriorated and thinned/weak portion of deck platings at forward main deck (port side) between frame Nr. 72 - frame Nr. 78 using pre-blasted and primer painted on both sides 5/16” thick (7.9 mm) plate ASTM-A131
Replaced fiberglass insulations removed in way of replating and painted with color same as existing.
Reinstalled interferences in good condition
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
283
Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
65. REPLATING OF DECK AT STARBOARD MAIN DECK Tagged and disconnected interferences properly Removed and disposed fiberglass insulations in way of replating properly
Painted deteriorated and thinned/weak portion of deck platingsat starboard main deck from frame Nr. 41 - frame Nr. 43 replated using pre-blasted and primer on both sides 5/16” thick (7.9 mm) plate ASTM-A131
Replaced fiberglass insulations removed in way of replating and painted with color same as existing.
Reinstalled interferences in good condition Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
66. REPLATING OF DECK AT DECK GEAR STORAGE Tagged and disconnected interferences properly Painted deteriorated and thinned/weak portion of deck platingsat deck gear storage replated using pre-blasted and primer on both sides 5/16” thick (7.9 mm) plate ASTM-A131
Renewed deteriorated frames and stiffeners in way of re- replating using 1/4" thick x 2" x 3" steel angle bars.
Reinstalled interferences in good condition Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
67. REPLACEMENT OF STEPS OF INCLINED LADDERS AT FORWARD AND AFT ENGINE ROOM
Replaced deteriorated steps of inclined ladders at forward and aft engine rooms using 3/16" the (4.7 mm) steel floor plate non-skid.
Painted new steps of inclined ladder with one (1) coat epoxy primer and one (1) coat epoxy deck gray on both sides as top coat.
68. REPAIR OF SUPERSTRUCTURE Tagged and disconnected interferences properly Removed and disposed fiberglass insulations in way of replating properly
Replated deteriorated and thinned lower portion of superstructure using 1/4" thick (5.3 mm) aluminum plate.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
284
Replaced fiberglass insulations removed in way of replating and painted with color same as existing.
Reinstalled interferences in good condition Painted replated area with one (1) coat epoxy primer and one (1) coat epoxy deck gray as top coat.
69. REPLACEMENT OF DOMESTIC TANKS AT FORWARD ENGINE ROOM
Tagged and disconnected interferences properly Replaced two (2) deteriorated domestic tank (size 2 feet dia. x 4 ft. height) located at forward engine room using 3/16" thick (4.7 mm) stainless plate
70. REPLACEMENT OF OVERHEAD CEILING AT DIFFERENT COMPARTMENTS
Replaced deteriorated overhead panel at following compartments using perforated metal ceiling tiles 2’ x 2' color white with fiberglass insulation:
Passageway leading to radio room Passageway leading to Ship's officer Ship's office Passageway leading to JR's head and wash room JR 1 compartment JR 2 compartment JR 3 compartment JR messhall SR dining and recreation space Passageway leading to galley
71. FABRICATION AND INSTALLATION OF CLEATS Fabricated and installed two (2) cleats at port and starboard passageways as per existing sample onboard using 3/4" dia. round steel bar
Painted newly fabricated and installed cleats with one (1) coat marine epoxy primer.
72. REPAIR OF DETACHABLE DECK AT FORWARD & AFT ENGINE ROOM
Renewed deteriorated and thinned portion of detachable deck located at forward and after engine room using 3/16" thick (4.7 mm) steel floor plate non-skids
Renewed deteriorated frames of detachable deck using 1/4" thick x 2" x 2" steel angle bars.
Painted newly renewed detachable deck and frames with one (1) coat marine epoxy primer
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
285
73. REPLACEMENT OF GASKET OF WATERTIGHT ENCLOSURES
Repaired deteriorated watertight enclosures such as watertight doors, escape scuttle, hatches, air vent covers at following locations using 1/4" thick (6.3 mm) plate (ASTM-A- 131); frozen dog bolts freed-up; painted with one (1) coat marine epoxy primer and one (1) coat marine epoxy haze
gray as top coat and replaced and installed worn out, missing rubber gaskets using 3/4" thick x 1-1/2" width, rectangular shape rubber gasket:
WATERTIGHT DOORS One (1) ea Passageway leading to O's cabin port main deck One (1) ea Diver's room port main deck One (1) ea ACU room port main deck One (1) ea Machinery control room starboard main deck One (1) ea Boat store room starboard main deck One (1) ea smoke stack Two (2) ea Port/Starboard Bridge wing One (1) ea Radio room
HATCH COVERS a) One (1) ea Forward main deck b) Two (2) ea Fantail main deck
ESCAPE SCUTTLES a) One (1) ea Forward main deck b) One (1) ea Fantail main deck
AIR VENT COVERS a) Six (6) ea Starboard superstructure b) Five (5) ea Port superstructure TOTAL = (25)
74. REPLACEMENT OF FIBERGLASS INSULATION AT AFT STEERING
Replaced worn-out fiberglass insulation at aft steering (overhead) using 2" thick 2' x 4' fiberglass insulation board.
Painted newly installed fiberglass insulation same as existing. 75. RENEWAL OF HOUSING OF AIR CONDITIONING UNIT NR
1 AND 2
Tagged and disconnected interferences properly Renewed deteriorated housing of ACU Nr. 1 & 2 using 3/16" thick (4.7 mm) plate (ASTM-A-131).
Reinstalled interferences in good condition
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
286
Renewed housing of ACU Nr. 1 & 2 painted with one (1) coat marine epoxy primer and one (1) marine epoxy haze gray as top coat
76. REPAIR OF VENTILATING DUCT AT FORWARD AND AFT ENGINE ROOM AND AFT STEERING ROOM
Renewed deteriorated sectional of supply and exhaust ventilation duct at forward and aft engine room and aft steering room using gage Nr. 22 galvanized sheet, 1/16" thick galvanized sheet and 1/8" thick x 1-1/2" x 1-1/2" angle bar steel.
Replaced dilapidated insulation of exhaust duct at forward and aft engine room
Painted newly repaired vent ducts with one (1) coat marine epoxy primer.
77. REPLACEMENT OF DECK COVERINGS AT WARD ROOM, WARDROOM STORE AND PANTRY
Removed and cleaned existing worn-out deck coverings at wardroom, wardroom store, pantry and deck surfaces
Installed rubber matting using rubber floor tile raised disc 5/32'' thick, 24'' x 24'', color pastel green for wardroom and color red for wardroom store and pantry
78. REPLACEMENT OF DECK COVERINGS AT DIFFERENT LOCATIONS
Installed worn-out deck coverings at following locations removed, deck surfaces cleaned and vinyl tiles size 12" x 12" and rubber matting
VINYL TYLES CO'S cabin - 80 ft2, color dark green EX-O room - 49 ft2, color dark green Officers 2 room - 78 ft2, color dark green Operator's office - 42 ft2, color red Sr. Billeting compartment - 70 ft2, color red RUBBER MATTING Bridge - 360 ft2, color red CIC room - 56 ft2 , color red Machinery control room and passageways to engine room -135 ft2, color black
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
287
79. REPLACEMENT OF ONE SHOT EACH PORT AND STARBOARD ANCHOR CHAIN, SWIVEL OF PORT AND STARBOARD CHAIN STOPPER, PORT AND STARBOARD ANCHOR PINTLE AND PELICAN HOOKS OF PORT AND STARBOARD DRIVER STOPPER ASSEMBLY
Corroded and deteriorated first shot of P/S anchor chains, turnbuckles, swivels of P/S chain stopper assembly and pelican hooks of P/S driver stopper assembly removed.
Replaced and installed one (1) shot ea at P/S anchor chain, brand new turnbuckles, swivels, pelican hooks and provide additional two (2) shackles for ship's spare with the following specifications:
2 shots Chain stud link forged steel die lock type 1" chain size for P/S side. 2 ea Turnbuckles galvanized forge steel for 1" dia. chain
accommodation as per sample aboardship. 2 ea Steel bearing swivels eye and eye. 2 ea Shackle galvanized steel 1-1/4" pin dia. 4 ea Hook, pelican for anchor chain as per sample aboardship
80. PROVIDE AND INSTALL URINAL BOWL WITH PIPING SYSTEM AT OFFICER'S, SENIOR AND JUNIOR HEAD
Provided and installed one (1) urinal bowl at senior and one (1) urinal bowl at junior head
Fabricated and installed salt water flushing pipe and drain pipe
of said urinal bowl
Replaced deteriorated portion of salt water flushing pipe of head bowl at officer's, senior and junior head with brass pipe size 1-1/4" dia. IPS.
Replaced deteriorated brass ball valve size 1-1/4" on salt water flushing pipe of head bowl
Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipe with one (1) coat marine epoxy primer and one (1) coat marine epoxy black as top coat
81. REPLACE DRAINAGE PIPE AND SHOWER HEAD AT JR WASH ROOMAND JR DINING SPACE
Replaced PVC P-trap with brass chrome plated P-trap size 1- 1/4" dia. IPS, and deteriorated portion of drain pipe of wash bowl at JR wash room and JR dining space replaced using galvanized pipe schedule 80 size 1-1/4" dia. IPS.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
288
Replaced existing rubber hose on fresh water supply of two shower head at JR wash room a using galvanized pipe schedule 80 size 1/2" dia. IPS.
Provided two shower heads and pipe brackets and installed Hydro-tested fabricated piping up to 50 PSI Conducted operational test satisfactorily Painted pipe with one (1) coat marine epoxy primer and one (1) coat marine epoxy green as top coat
82. SANDBLASTING AND PAINTING OF NON-SKID PAINT AT DIFFERENT LOCATIONS
Sandblasted and freed the following locations from dust and dirt using pressurized fresh water, applied with one (1) coat epoxy primer, apply liquid repatriate epoxy 1/16'' thick
followed by carborundum sand two (2) coats epoxy paint deck gray as top coat upon curing:
LOCATIONS Forward Main Deck 2045.14 ft2 Aft Main Deck 1937.50 ft2 Port /Starboard Passageway Main Deck
310 ft2
P/S Bridge Wing Deck 322.38 ft2 01 or Panel Deck 538.19 ft2 5153.22 ft2
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
289
PROJECT PHASE 3 (MAIN PROPULSION DIESEL ENGINE
NR 1 AND 2 WORKS)
Requirements Requirements
Requirements
1. CLASS ''B'' OVERHAULING OF MAIN PROPULSION DIESEL ENGINE NR 1 & 2 MODEL SEMT PIELSTICK PA6 V280
Tagged and removed interferences Replaced all cylinder heads Replaced all cylinder liners Replaced governors serviced and calibrated and parts found defective
Replaced all injector assemblies after the conduct of shop test (pop test) and calibration
Deflection readings of crankshaft before and after engine overhauling taken
Submitted clearances and deflection readings for comment of NAVSHIP
Conducted polishing and machining, rebuilding (by chroming) and straightening as needed
Repaired engine block tested for crack, hydrotest conducted and deficiencies noted
Tagged and disconnected interferences properly Completed pull-out and repair of turbo charger of MPDE Nr. 2 Re-assembled and re-installed turbo charger of MPDE Nr.2 properly
Reinstalled piping interferences in good condition Conducted operational test with satisfactory result Tagged and disconnected interferences properly Checked and aligned engine main bearing saddle Replaced mechanical seals, bearings, o-rings, bushing, turbine wheel, seal turbo, turbo charger repair kits
Serviced and repaired turbo chargers, Lube oil pressure and scavenging pumps, Fresh and salt water pumps and all fuel injection pumps
Replaced lube oil and fresh water coolers serviced and repaired. Hydrotest with required pressure of 50 PSI
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
290
conducted. Zinc anode (pencil type) Replaced main engine bearings, seals, O-rings, valve seats, valves, valve locks, springs, piston rings, pistons, ferrules, seal rings, bushings, gaskets, lube oil and fuel filter elements
Completed LO flushing of newly overhauled MPDE Nr 1 Replaced all defective/missing engine monitoring instruments such as pressure gauges, temperature gauges, tachometers and cables
Provided consumables such as fuel, lube oil & rags for the repair, reassembly, lube oil flushing and operational testing/endurance of MPDE nr.1
Shop test of newly overhauled MPDE Nr 1 with the presence of PN representative conducted
Submitted before and After Overhauling Report indicating parts replaced and parts retained.
Tagged and removed interferences of MPDE Nr 2 Replaced all cylinder heads Replaced all cylinder liners Replaced governors serviced and calibrated and parts found defective
Replaced all injector assemblies after the conduct of shop test (pop test) and calibration
Deflection readings of crankshaft before and after engine overhauling taken
Submitted clearances and deflection readings for comment of NAVSHIP
Conducted polishing and machining, rebuilding (by chroming) and straightening as needed
Repaired engine block tested for crack, hydrotest conducted and deficiencies noted
Checked and aligned engine main bearing saddle Replaced mechanical seals, bearings, o-rings, bushing, turbine wheel, seal turbo, turbo charger repair kits
Serviced and repaired turbo chargers, Lube oil pressure and scavenging pumps, Fresh and salt water pumps and all fuel injection pumps
Replaced lube oil and fresh water coolers serviced and repaired. Hydrotest with required pressure of 50 PSI conducted. Zinc anode (pencil type)
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
291
Replaced main engine bearings, seals, O-rings, valve seats, valves, valve locks, springs, piston rings, pistons, ferrules, seal rings, bushings, gaskets, lube oil and fuel filter elements
Completed LO flushing of newly overhauled MPDE Nr 2 Replaced all defective/missing engine monitoring instruments such as pressure gauges, temperature gauges, tachometers and cables.
Provided consumables such as fuel, lube oil & rags for the repair, reassembly, lube oil flushing and operational testing/endurance of MPDE nr.1
Conducted shop test of newly overhauled MPDE Nr 2 with the presence of PN representative
Submitted before and After Overhauling Report indicating parts replaced and parts retained
Checked/repaired foundations of MPDE Nr 1& 2 Installed and aligned MPDE Nr 1& 2 submitted alignment readings to NAVSHIP for final comment Uncoupled port and starboard line shafts; removed plummer bearing cover to pull-out line shaft aboardship.
Created temporary access opening, lift, rig line shaft and deliver to shop for repair.
Pulled-out port and starboard plummer bearings and replace all plummer bearings with new materials.
Cleaned, polish port and starboard line shafts, measure journal diameter and conduct deflection reading and submit to Authorized PN Representative for evaluation and record purposes.
Conducted machining of line shaft coupling and repair coupling bolt holes.
After repair, paint line shafts with one (1) coat marine epoxy primer and one (1) coat red as top coat.
Took final journal diameter reading to serve as reference. Delivered onboard the newly repaired line shafts and plummer bearings prior installation aboardship.
Conducted alignment of port and starboard line shafts with respect to propeller shafts as reference and couple mating flanges.
Upon alignment of line shafts, reinstalled and align plummer bearings with respect to line shafts as reference.
Lubricated port and starboard plummer bearings with sufficient lubricating materials.
Pulled-out port and starboard shafts brake mechanism for servicing and repair.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
292
Polished brake iron disc of brake mechanism. Replaced brake lining with brand new materials. After repair, delivered port and starboard shaft brake mechanisms and install aboardship.
Checked and repaired control air system working at 7 bars and other related control system.
Re-connected air tubing and other interferences. 2. CHECK/REPAIR AND ALIGNMENT OF PORT AND
STARBOARD LINE SHAFTS AND REPLACE PLUMMER BEARING
Uncoupled port and starboard line shafts; remove plummer bearing cover to pull-out line shaft aboardship.
Created temporary access opening, lift, rig line shaft and deliver to shop for repair.
Pulled-out port and starboard plummer bearings and replace all plummer bearings with new materials.
Cleaned, polished port and starboard line shafts, measure journal diameter and conduct deflection reading and submit to Authorized PN Representative for evaluation and record purposes.
Conducted machining of line shaft coupling and repair coupling bolt holes.
Painted line shafts with one (1) coat marine epoxy primer and one (1) coat red as top coat.
Took final journal diameter reading to serve as reference. Delivered onboard the newly repaired line shafts and plummer bearings prior installation aboardship.
Conducted alignment of port and starboard line shafts with respect to propeller shafts as reference and couple mating flanges.
Reinstalled and aligned plummer bearings with respect to line shafts as reference.
Lubricated port and starboard plummer bearings with sufficient lubricating materials.
Pulled-out port and starboard shafts brake mechanism for servicing and repair.
Polished brake iron disc of brake mechanism. Replaced brake lining with brand new materials.
Delivered port and starboard shaft brake mechanisms and installed aboardship
Checked and repaired control air system working at 7 bars and other related control system.
Re-connected air tubing and other interferences
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
293
3. ALIGNMENT OF MPDEs NR 1 AND 2 AND REDUCTION GEARS TO PROPELLER SHAFTS
Loosened and disconnected piping and wiring connections of MPDEs and reduction gears for alignment check-up.
Took initial reading while ship on drydock and submitted to Authorized PN Representative for evaluation.
At ship waterborne filled all tanks 75% full, took alignment readings on reduction gears with respect to propeller shafts as reference.
Conducted alignment on port and starboard reduction gears to shaft coupling where angular misalignment shall not exceed 0.0005" per inch of flange dia., while axial misalignment shall not exceed 0.004" as per NAVSHIP Technical Manual.
Conducted alignment on port and starboard main engines to reduction gear where the indicator reading must not more than 0.015'' for radial or parallel 0.025’’ for axial or angular alignment.
Replaced resilient mount on port and starboard main engines with brand new materials.
Installed chock plates and shims. Took final alignment readings and submitted readings to Authorized PN Representative
Tightened port and starboard main engine and reduction gear foundation bolts.
Reinstalled MPDEs and red gear accessories. Replaced interferences that were damaged during the removal.
Installed collision blocks on MPDEs and red gear base foundations.
Altered and installed piping interferences and lay-out wiring connection.
Conducted test (dock & sea trials) and ensure bearing temperature shall not exceed 180ºF, no unusual sounds noted and vibration shall not exceed 19 mm/s, using vibration analyzing equipment on port and starboard propeller shafts, main engines and reduction gears at any rated engine RPM.
4. RESTORATION AND RE-ACTIVATION OF PORT & STARBOARD MAIN ENGINES STARTING AIR CONTROL SYSTEM
Twin lever control and accessories of electro/pneumatic type control system located at enclosed bridge and Machinery Control Room (MCR) reactivated.
Piping leakage corrected Checked and repaired electronic sequences logic, Printed Circuit Board and pneumatic logic panel
Repaired/replaced mechanical parts
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
294
Tightened all flanges and fitting connections and conducted air test.
Conducted operational test with satisfactory result 5. RESTORATION AND RE-ACTIVATION OF MAIN PROPULSION
CONTROL SYSTEM AT ENGINE ROOM, MACHINERY CONTROL ROOM (MCR) AND AT BRIDGE COMPARTMENT
Repaired/calibrated MCR consoles including controller switches, lamps and gauges
Installed MCR insulations Conducted operational test
6. OVERHAULING OF PORT AND STARBOARD REDUCTION GEAR MODEL REINTJES
Marked and removed interferences Pulled out clutch plate and renew seals, bearings, bushings, sealing rings, oil rings, retainers, carriers, pressurizing valves and d all worn out spares.
Checked hydraulic system, tubings and fittings and conducted necessary adjustments on hydraulic module as needed.
Reassembled reduction gears and tightened matting flangesand renewed gaskets.
Repainted newly overhauled MPDE Nr 1 & 2 with one (1) coat of high thermal paint color haze gray.
Conducted alignment on reduction with respect to propeller shaft and main engine as reference.
Reinstalled piping interferences, tubings and reconnected wiring connections.
Coupled reduction gear to propeller shaft and refilled the system with hydraulic fluid.
Conducted operational test 7. REPLACEMENT OF EXHAUST PIPES OF PORT AND
STARBOARD MAIN ENGINES
Removed metal sheeting, thermal cloth and magnesia cement Replaced deteriorated portion of exhaust pipe and leak tested Conducted operational test and corrected noted deficiencies Fabricated and installed flapper of exhaust pipe at smoke stack
Covered with insulation felt thermal cloth of exhaust pipe inside
Reinsulated exhaust pipe with magnesia cement 2'' thick (non- asbestos) with wire support, thermal cloth (non-asbestos) and metal sheeting cover.
CD
R L
EO R
AM
ON
B M
IAD
O P
N(M
NSA
)
CA
PT M
AC
RA
UL
B R
AC
AC
HO
PN
(GSC
)
C
OM
MO
JA
ND
E S
FRA
NC
ISC
O A
FP
MA
J ER
IC G
ALC
ERA
JA
GS
(PN
)
LC
DR
VIC
TOR
R B
RA
ZAL
JR P
N
LT N
ELSO
N D
C A
LQUI
ZA P
N
L
T G
ERW
ELL
P A
NG
LO P
N
AFP Modernization Program JCPV PHASE 2 MEU PROJECT (PS-37) Philippine Navy Project Project Nr: AFPMP-PN- Section IX. Test and Acceptance Procedure
DND Bids and Awards, Basement, Right Wing, Department of National Defense, DND Building, Camp General Emilio Aguinaldo, Quezon City; BAC Secretariat – (632) 421-3531/Trunkline – 911-6001 loc; 8414
295
Prepared by:
COMMO JANDE S FRANCISCO AFP Chairman, TWG-JCPV Phase II MEU (PS37)
CAPT MAC RAUL B RACACHO PN (GSC) Assistant Chairman, TWG-JCPV Phase II MEU (PS37)
CDR LEO RAMON B MIADO PN (MNSA) End User Representative
LCDR VICTOR R BRAZAL JR PN Financial Analyst, TWG-JCPV Phase II MEU (PS37)
LT GERWELL P ANGLO PN Head Secretariat, TWG-JCPV Phase II MEU (PS37)
LT NELSON DC ALQUIZA PN Logistics Analyst, TWG-JCPV Phase II MEU (PS37)
MAJERICGALCERA JAGS PN Legal Officer, TWG-JCPV Phase II MEU (PS37)