0% found this document useful (0 votes)
231 views99 pages

Dep Ed Ref Price Repair

This document provides a bill of quantities and cost estimate for repair works at the Bernardo V. Closa CS in Abuyog, Leyte. It includes proposed repair and rehabilitation of 3 school buildings involving works like masonry, roofing, carpentry, electrical, doors and windows, and painting. The direct, indirect and total construction costs are estimated to be PHP 1,030,000 comprising items like concrete works, masonry works, roofing works, and others across the 3 buildings. The minimum required manpower is a general foreman and helper, and equipment includes hand tools and a one-bagger mixer.

Uploaded by

resty
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
231 views99 pages

Dep Ed Ref Price Repair

This document provides a bill of quantities and cost estimate for repair works at the Bernardo V. Closa CS in Abuyog, Leyte. It includes proposed repair and rehabilitation of 3 school buildings involving works like masonry, roofing, carpentry, electrical, doors and windows, and painting. The direct, indirect and total construction costs are estimated to be PHP 1,030,000 comprising items like concrete works, masonry works, roofing works, and others across the 3 buildings. The minimum required manpower is a general foreman and helper, and equipment includes hand tools and a one-bagger mixer.

Uploaded by

resty
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
You are on page 1/ 99

SUMMARY OF WORKS

BILL OF QUANTITIES
REPAIR 2020 - REGION VIII - leyte - 012

School : BERNARDO V. CLOSA CS Date:


School I.D : 120904 Budget Allocation:
Region : VIII Engineering and Administrative Overhead:
Division : LEYTE Approved Budget for the Contract:
Project Title : Completion Period:
Minimum Required Manpower:
: PROPOSED REPAIR AND REHABILITATION OF VARIOUS SCHOOL General Foreman
BUILDING (7CL) Helper
Plan : Minimum Required Equipment:
Location : ABUYOG Hand Tools
One-Bagger M
ITEM NO. Item Description % of Total Unit Quantity

I. DIRECT COST
GENERAL REQUIREMENTS 1.80% lot 1.00
Building 1 : BLSB Building (6.00m x 8.00m) 3CL
2.000 Concreting Works 0.72% cu.m 3.00
5.000 Masonry Works 1.57% sq.m 33.00
8.000 Roofing Works 9.22% sq.m 233.00
9.000 Carpentry Works 9.50% lot 1.00
10.000 Electrical Works 0.99% lot 1.00
6.000 Doors and Windows 6.58% lot 1.00
13.000 Painting Works 3.12% sq.m 688.00
Building 12 : DPWH Building (6.00m x 8.00m) 1CL
8.000 Roofing Works 4.27% sq.m 92.00
9.000 Carpentry works 6.20% lot 1.00
10.000 Electrical Works 0.54% lot 1.00
6.000 Doors and Windows 2.12% lot 1.00
13.000 Painting Works 1.44% sq.m 310.00
Building 17 : DPWH Building (7m x 8m) 2CL with attached
(6mx7m)
5.000 Masonry Works 1.38% cu.m 20.00
8.000 Roofing Works 10.08% sq.m 249.00
9.000 Carpentry works 8.47% lot 1.00
10.000 Electrical Works 0.98% lot 1.00
6.000 Doors and Windows 5.99% lot 1.00
13.000 Painting Works 3.41% sq.m 841.00
Sub-Total
II. INDIRECT COST 22% of (I)
Overhead Expenses (8%) 6.13%
Contingencies (3%) 2.30%
Miscellaneous (1%) 0.77%
Contractor's Profit (10%) 7.66%
Sub-Total
III. TAX 5% of (I+II)
Tax ( 5% ) 4.76%
Sub-Total 4.76%
IV. TOTAL CONSTRUCTION COST (I + II + III) 100.00%
Prepared by:

Contractor's Representative
Page 1 of 7

DETAILED COST ESTIMATE

PROJECT : PROPOSED REPAIR AND REHABILITATION OF SCHOOL BUILDING 7CL


SCHOOL : BERNARDO V. CLOSA CS
LOCATION : ABUYOG
OWNER : DEPARTMENT OF EDUCATION
ITEM NO. DESCRIPTION UNIT QTY UNIT COST
MATERIAL
GENERAL REQUIREMENTS
Mobilization/Temporary Structures, Utilities lot 1.00 9,637.09
and Services/Demobilization
Safety and Health lot 1.00 16,061.82
Project Billboard lot 1.00 3,630.00
Fire Safety Inspection Certificate (FSIC) lot 1.00
Other Permit Fee lot 1.00 -
Hauling cost lot 1.00 -
Sub-total
Building 1 : BLSB Building (6.00m x 8.00m) 3CL
2 Concreting Works
Slab on Grade cu.m 3.00
2.02 Portland Cement bag 27.00 251.75
2.04 Crushed Gravel 1" cu.m 3.00 997.50
2.05 Washed Sand cu.m 1.50 999.40
Sub-total
5 Masonry Works
Masonry Wall (partition wall) sq.m 33.00
5.03 CHB 4" thk pc 413.00 13.30
2.02 Portland Cement bag 11.00 251.75
2.05 Washed Sand cu.m 2.00 999.40
5.04 10mm x 6m RSB kg 44.00 33.25
3.12 G.I. Tie Wire kg 1.00 64.39
Plastering w/ plastering of CR and partition Wall sq.m 107.00
2.02 Portland Cement bag 36.00 251.75
2.05 Washed Sand cu.m 4.00 999.40
Sub-total
8 Roofing Works
9.142 Fascia Board, Fiber Cement 10" x 12' pc 20.00 342.00
9.14 25mm x 25mm x 300mm Wood slats @25mm pc 6.00 232.75
8.01 Removal of Roofing Sheets sq m 233.00 -
8.02 Removal of Ridge Roll pc 12.00 -
8.03 Removal of Flashing pc 9.00 -
8.05 Removal of Fascia Board pc 29.00 -
8.06 G.I. Long-Span Roofing, Corrugated, Pre- lm 263.00 459.01
Painted, 1220mm x 0.4mm BMT
G.I. Flashing, Preformed, Pre-Painted, 0.610m
8.08 pc 9.00 568.64
x 2.440m x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, pc 12.00 458.38
0.610m x 2.440m x 0.6mm BMT
8.1 Teckscrew 2-1/2" pc 2,232.00 2.85
8.13 Roof Sealant L 2.00 433.68
8.11 Blind Rivets pc 210.00 1.28
Sub-total
9 Carpentry Works
Trusses and Members
9.007 Removal of Wooden Truss/ Beams bd.ft 618.00 -
9.008 Removal of Purlins bd.ft 416.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,034.00 40.85
4.04 CWN, Assorted kg 15.00 60.80
9.19 Wood Preservative, Brown L 6.00 427.50
7.182 Machine Bolts ( 16 mm dia. ) pc 63.00 48.45
7.16 Anchor Bolt with Nuts and Washer, 12mmØ x pc 21.00 25.65
50mm x 150mm
Interior Ceiling
9.01 Removal of Ceiling sq.m 144.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 50.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 630.00 40.85
9.21 Finishing Nails kg 3.00 47.50
B.V. Closa CS, Abuyog 2 of 7

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
4.04 CWN, Assorted kg 12.00 60.80
9.22 Concrete Nails kg 3.00 64.60
9.19 Wood Preservative, Brown L 5.00 427.50
Exterior Ceiling
9.01 Removal of Ceiling sq.m 107.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 38.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 466.00 40.85
9.21 Finishing Nails kg 3.00 47.50
4.04 CWN, Assorted kg 9.00 60.80
9.22 Concrete Nails kg 3.00 64.60
9.19 Wood Preservative, Brown L 4.00 427.50
Blackboards
9.18 S4S Lumber, Kiln Dried, Tanguile bd.ft 110.00 58.90
9.2 Lawanit, 1/4" thk pc 6.00 266.00
9.21 Finishing Nails kg 1.00 47.50
4.04 CWN, Assorted kg 2.00 60.80
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 45.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 8.00 14.25
10.13 Utility Box, 2" x 4" G.I. pc 4.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 345.00 26.60
Single Pole Wall Switch in One Switch Plate
10.29 set 3.00 37.05
(10 AMP, 230V)
10.362 FL 2 x 40W Industrial Type set 12.00 37.05
10.54 Wall Fan, 60W, 230V, 60Hz set 6.00 37.05
10.23 5.5 mm² TW(G) Wire, Stranded m 19.00 37.05
10.41 Circuit Breaker, 20A 2P set 1.00 284.05
10.42 Circuit Breaker, 30A 2P set 1.00 284.05
Duplex Convenience Outlet, Grounding Type,
10.27 set 6.00 113.76
2 Single Pole Wall Switches in One Switch
10.31 set 3.00 145.35
Plate (10 AMP, 230V)
10.361 FL 1 x 40W Industrial Type set 3.00 465.50
10.37 Panel Box, Flush Type, 4 Branches set 1.00 465.50
10.55 Electrical Tape pc 2.00 28.26
Sub-total
6 Doors and Windows
6.15 Security Grilles sq.ft 439.00 85.50
6.01 Removal of Door with Jamb set 3.00 -
6.02 Removal of Window with Jamb sq.m 34.00 -
6.061 Door Jamb 45mm x 150mm set 3.00 1,472.50
D-1, Panel Door 0.90m x 2.10m on 150mm
6.032 Wooden Jamb complete with Accessories set 3.00 7,426.63
(lever type door knob)
6.071 Window Jamb 45mm x 150mm sq.ft 370.00 59.51
Jalousie Window with Clear Glass Blades on
6.1009 sq.ft 439.00 77.94
JalouPlus Type Silver Colored Frame
Sub-total
13 Painting Works
Concrete surfaces sq.m 430.00
13.01 Neutralizer gal 6.00 137.94
13.03 Masonry Putty gal 18.00 264.10
13.02 Latex, Flat gal 18.00 461.70
13.04 Latex, Semi Gloss gal 18.00 542.45
13.05 Acri Color qrt 5.00 172.43
Interior Ceiling sq.m 144.00
13.07 Glazing Putty gal 8.00 517.75
13.06 Enamel, Flatwall gal 8.00 513.00
13.08 Enamel, Semi Gloss gal 8.00 557.65
13.09 Paint Thinner L 4.00 275.50
Exterior Ceiling sq.m 107.00
13.07 Glazing Putty gal 6.00 517.75
13.06 Enamel, Flatwall gal 6.00 513.00
13.08 Enamel, Semi Gloss gal 6.00 557.65
13.09 Paint Thinner L 3.00 275.50

B.V. Closa C3 of 7

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
Doors and Windows sq.m 7.00
13.06 Enamel, Flatwall gal 1.00 513.00
13.07 Glazing Putty gal 1.00 517.75
13.08 Enamel, Semi Gloss gal 1.00 557.65
13.09 Paint Thinner L 1.00 275.50
Sub-total
Building 12 : DPWH Building (6.00m x 8.00m) 1CL
8 Roofing Works
9.142 Fascia Board, Fiber Cement 10" x 12' pc 11.00 342.00
9.14 25mm x 25mm x 300mm Wood slats @25mm pc 4.00 232.75
8.01 Removal of Roofing Sheets sq m 92.00 -
8.02 Removal of Ridge Roll pc 7.00 -
8.03 Removal of Flashing pc 10.00 -
8.05 Removal of Fascia Board pc 16.00 -
G.I. Long-Span Roofing, Corrugated, Pre-
8.06 lm 105.00 459.01
Painted, 1220mm x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, pc 7.00 458.38
0.610m x 2.440m x 0.6mm BMT
8.081 Flashing, Pre-Painted, Ordinary, 0.915m x pc 10.00 574.75
2.440m x 0.4mm thk
8.1 Teckscrew 2-1/2" pc 835.00 5.70
8.13 Roof Sealant L 5.00 433.68
Sub-total
9 Carpentry works
Trusses and Members
9.007 Removal of Wooden Truss/ Beams bd.ft 671.00 -
9.008 Removal of Purlins bd.ft 397.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,068.00 40.85
4.04 CWN, Assorted kg 15.00 60.80
9.19 Wood Preservative, Brown L 6.00 427.50
7.182 Machine Bolts ( 16 mm dia. ) pc 126.00 48.45
Anchor Bolt with Nuts and Washer, 12mmØ x
7.16 pc 17.00 25.65
50mm x 150mm
Interior Ceiling
9.01 Removal of Ceiling sq.m 56.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 20.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 245.00 40.85
9.21 Finishing Nails kg 2.00 47.50
4.04 CWN, Assorted kg 5.00 60.80
9.22 Concrete Nails kg 2.00 64.60
9.19 Wood Preservative, Brown L 2.00 427.50
Exterior Ceiling
9.01 Removal of Ceiling sq.m 44.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 16.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 191.00 40.85
9.21 Finishing Nails kg 1.00 47.50
4.04 CWN, Assorted kg 4.00 60.80
9.22 Concrete Nails kg 1.00 64.60
9.19 Wood Preservative, Brown L 2.00 427.50
Blackboards
9.18 S4S Lumber, Kiln Dried, Tanguile bd.ft 37.00 58.90
9.2 Lawanit, 1/4" thk pc 2.00 266.00
9.21 Finishing Nails kg 1.00 47.50
4.04 CWN, Assorted kg 1.00 60.80
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 15.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 4.00 14.25
10.13 Utility Box, 2" x 4" G.I. pc 2.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 216.00 26.60
10.29 Single Pole Wall Switch in One Switch Plate set 1.00 37.05
(10 AMP, 230V)
10.362 FL 2 x 40W Industrial Type set 4.00 37.05
10.54 Wall Fan, 60W, 230V, 60Hz set 2.00 37.05
10.23 5.5 mm² TW(G) Wire, Stranded m 10.00 37.05
10.41 Circuit Breaker, 20A 2P set 1.00 284.05
10.42 Circuit Breaker, 30A 2P set 1.00 284.05
10.27 Duplex Convenience Outlet, Grounding Type, set 2.00 113.76
20A, 250V
B.V. Closa CS, Abuyog 4 of 7

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
10.31 2 Single Pole Wall Switches in One Switch set 1.00 145.35
Plate (10 AMP, 230V)
10.361 FL 1 x 40W Industrial Type set 1.00 465.50
10.37 Panel Box, Flush Type, 4 Branches set 1.00 465.50
10.55 Electrical Tape pc 2.00 28.26
Sub-total
6 Doors and Windows
6.15 Security Grilles sq.ft 135.00 85.50
6.01 Removal of Door with Jamb set 1.00 -
6.02 Removal of Window with Jamb sq.m 34.00 -
6.061 Door Jamb 45mm x 150mm set 1.00 1,472.50
D-1, Panel Door 0.90m x 2.10m on 150mm
6.032 Wooden Jamb complete with Accessories set 1.00 7,426.63
(lever type door knob)
6.071 Window Jamb 45mm x 150mm sq.ft 124.00 59.51
Jalousie Window with Clear Glass Blades on
6.1009 sq.ft 135.00 77.94
JalouPlus Type Silver Colored Frame
Sub-total
13 Painting Works
Concrete surfaces sq.m 206.00
13.01 Neutralizer gal 3.00 137.94
13.02 Latex, Flat gal 9.00 461.70
13.03 Masonry Putty gal 9.00 264.10
13.04 Latex, Semi Gloss gal 9.00 542.45
13.05 Acri Color qrt 3.00 172.43
Interior and exterior Ceiling sq.m 100.00
13.06 Enamel, Flatwall gal 5.00 513.00
13.08 Enamel, Semi Gloss gal 5.00 557.65
13.07 Glazing Putty gal 5.00 517.75
13.09 Paint Thinner L 4.00 275.50
Doors and Windows Jambs sq.m 4.00
13.06 Enamel, Flatwall gal 1.00 513.00
13.07 Glazing Putty gal 1.00 517.75
13.08 Enamel, Semi Gloss gal 1.00 557.65
13.09 Paint Thinner L 1.00 275.50
Sub-total
Building 17 : DPWH Building (7m x 8m) 2CL with attached (6mx7m)
5 Masonry Works
Masonry Wall (partition wall) sq.m 20.00
5.03 CHB 4" thk pc 250.00 13.30
2.02 Portland Cement bag 7.00 251.75
2.05 Washed Sand cu.m 1.00 999.40
5.04 10mm x 6m RSB kg 27.00 33.25
3.12 G.I. Tie Wire kg 1.00 64.39
Plastering sq.m 39.00
2.02 Portland Cement bag 13.00 1,125.00
2.05 Washed Sand cu.m 2.00 1,050.00

B.V. Closa C5 of 7

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
Sub-total
8 Roofing Works
9.142 Fascia Board, Fiber Cement 10" x 12' pc 19.00 342.00
9.14 25mm x 25mm x 300mm Wood slats @25mm pc 8.00 232.75
8.01 Removal of Roofing Sheets sq m 249.00 -
8.02 Removal of Ridge Roll pc 10.00 -
8.03 Removal of Flashing pc 14.00 -
8.05 Removal of Fascia Board pc 13.00 -
G.I. Long-Span Roofing, Corrugated, Pre-
8.06 lm 273.00 459.01
Painted, 1220mm x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, pc 10.00 458.38
0.610m x 2.440m x 0.6mm BMT
8.081 Flashing, Pre-Painted, Ordinary, 0.915m x pc 14.00 574.75
2.440m x 0.4mm thk
8.1 Teckscrew 2-1/2" pc 1,995.00 5.70
8.13 Roof Sealant L 9.00 433.68
Sub-total
9 Carpentry works
Trusses and Members
9.007 Removal of Wooden Truss/ Beams bd.ft 783.00 -
9.008 Removal of Purlins bd.ft 463.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,246.00 40.85
4.04 CWN, Assorted kg 18.00 60.80
9.19 Wood Preservative, Brown L 7.00 427.50
7.182 Machine Bolts ( 16 mm dia. ) pc 147.00 48.45
Anchor Bolt with Nuts and Washer, 12mmØ x
7.16 pc 20.00 25.65
50mm x 150mm
Interior Ceiling
9.01 Removal of Ceiling sq.m 108.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 38.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 472.00 40.85
9.21 Finishing Nails kg 3.00 47.50
4.04 CWN, Assorted kg 10.00 60.80
9.22 Concrete Nails kg 3.00 64.60
9.19 Wood Preservative, Brown L 4.00 427.50
Exterior Ceiling
9.01 Removal of Ceiling sq.m 61.00 -
9.02 Plywood, Ordinary 1/4" x 4' x 8' pc 21.00 332.50
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 265.00 40.85
9.21 Finishing Nails kg 2.00 47.50
4.04 CWN, Assorted kg 5.00 60.80
9.22 Concrete Nails kg 2.00 64.60
9.19 Wood Preservative, Brown L 2.00 427.50
Blackboards
9.18 S4S Lumber, Kiln Dried, Tanguile bd.ft 74.00 58.90
9.2 Lawanit, 1/4" thk pc 4.00 266.00
9.21 Finishing Nails kg 1.00 47.50
4.04 CWN, Assorted kg 2.00 60.80
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 45.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 12.00 14.25
10.13 Utility Box, 2" x 4" G.I. pc 6.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 324.00 26.60
10.29 Single Pole Wall Switch in One Switch Plate set 3.00 37.05
(10 AMP, 230V)
10.362 FL 2 x 40W Industrial Type set 12.00 37.05
10.54 Wall Fan, 60W, 230V, 60Hz set 6.00 37.05
10.23 5.5 mm² TW(G) Wire, Stranded m 29.00 37.05
10.41 Circuit Breaker, 20A 2P set 1.00 284.05
10.42 Circuit Breaker, 30A 2P set 1.00 284.05
10.27 Duplex Convenience Outlet, Grounding Type, set 6.00 113.76
10.31 2 Single Pole Wall Switches in One Switch set 3.00 145.35
Plate (10 AMP, 230V)
10.361 FL 1 x 40W Industrial Type set 3.00 465.50
10.37 Panel Box, Flush Type, 4 Branches set 1.00 465.50
10.55 Electrical Tape pc 4.00 28.26
Sub-total
B.V. Closa C6 of 7

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
6 Doors and Windows
6.15 Security Grilles sq.ft 412.00 85.50
6.01 Removal of Door with Jamb set 3.00 -
6.02 Removal of Window with Jamb sq.m 34.00 -
6.061 Door Jamb 45mm x 150mm set 3.00 1,472.50
D-1, Panel Door 0.90m x 2.10m on 150mm
6.032 Wooden Jamb complete with Accessories set 3.00 7,426.63
(lever type door knob)
6.071 Window Jamb 45mm x 150mm sq.ft 259.00 59.51
Jalousie Window with Clear Glass Blades on
6.1009 sq.ft 412.00 77.94
JalouPlus Type Silver Colored Frame
Sub-total
13 Painting Works
Concrete surfaces sq.m 618.00
13.01 Neutralizer gal 8.00 137.94
13.02 Latex, Flat gal 25.00 461.70
13.03 Masonry Putty gal 25.00 264.10
13.04 Latex, Semi Gloss gal 25.00 542.45
13.05 Acri Color qrt 7.00 172.43
Interior and exterior Ceiling sq.m 215.00
13.06 Enamel, Flatwall gal 11.00 513.00
13.08 Enamel, Semi Gloss gal 11.00 557.65
13.07 Glazing Putty gal 11.00 517.75
13.09 Paint Thinner L 6.00 275.50
Doors and Windows Jambs sq.m 8.00
13.06 Enamel, Flatwall gal 1.00 513.00
13.07 Glazing Putty gal 1.00 517.75
13.08 Enamel, Semi Gloss gal 1.00 557.65
13.09 Paint Thinner L 1.00 275.50
Sub-total
DIRECT COST
INDIRECT COST 22% of (I)
TAX 5% of (I + II)
TOTAL CONSTRUCTION COST (I + II + III)
Prepared by:
Contractor's Representative

B.V. Closa C7 of 7

SUMMARY OF WORKS
BILL OF QUANTITIES
REPAIR 2020 - REGION VIII - Leyte - 002

School : TIB-O ELEMENTARY SCHOOL Date:


School I.D : 120900 Budget Allocation:
Region : VIII Engineering and Administrative O
Division : LEYTE Approved Budget for the Con
Project Title : Completion Period:
Minimum Required Manpower:
: PROPOSED REPAIR AND REHABILITATION OF SCHOOL BUILDING - General Foreman
DEPED STANDARD DESIGN, 2 CL (7 x 18M) Helper
Plan : Minimum Required Equipment:
Location : ABUYOG Hand Tools
One-Bagger Mixer
ITEM NO. Item Description % of Unit Quantity
Total
I. DIRECT COST
GENERAL REQUIREMENTS 13.72% lot 1.00
5.000 Masonry Works 5.07% lot 1.00
8.000 Roofing Works 16.18% lot 1.00
9.000 Carpentry works 19.21% sq m 222.00
10.000 Electrical Works 2.86% lot 1.00
6.000 Doors and Windows 13.60% lot 1.00
13.000 Painting Works 9.91% lot 1.00
Sub-Total
II. INDIRECT COST 22% of (I)
Overhead Expenses (8%) 5.35%
Contingencies (3%) 2.00%
Miscellaneous (1%) 0.67%
Contractor's Profit (10%) 6.68%
Sub-Total
III. TAX 5% of (I+II)
Sub-Total 4.76%
IV. TOTAL CONSTRUCTION COST (I + II + III) 100.00%
Prepared by:Recommending Approval:
RHODELIA G. ORBINO
Constractor's Representative Chief, SGOD

RAMON CLENIO B. DE VEYRA


Division Engineer III

TIB-O ES, Page 1 of 3

PROGRAM OF WORKS
DETAILED COST ESTIMATE

: PROPOSEDPROJECT

SCHOOL : TIB-O ELEMENTARY SCHOOL


LOCATION : ABUYOG
OWNER : DEPARTMENT OF EDUCATION
ITEM NO. DESCRIPTION UNIT QTY UNIT COST
MATERIAL
GENERAL REQUIREMENTS
Mobilization/Temporary Structures, Utilities and
lot 1.00 3,369.65
Services/Demobilization
Project Billboard lot 1.00 3,630.00
Safety and Health lot 1.00 5,616.09
Fire Safety Inspection Certificate (FSIC) lot 1.00
Other Permit Fee lot 1.00 -
Hauling cost lot 1.00 -
Sub-total
5 Masonry Works
Masonry Wall sq.m 18.00
5.03 CHB 4" thk pc 225.00 13.30
2.02 Portland Cement bag 6.00 251.75
2.05 Washed Sand cu.m 1.00 999.40
5.04 10mm x 6m RSB kg 24.00 33.25
3.12 G.I. Tie Wire kg 1.00 64.39
Plastering (Including CR & Rearside of the bldg) sq.m 68.00
2.02 Portland Cement bag 23.00 1,125.00
2.05 Washed Sand cu.m 3.00 1,050.00
Sub-total
8 Roofing Works
8.01 Removal of Roofing Sheets sq m 158.00 -
8.02 Removal of Ridge Roll pc 8.00 -
8.03 Removal of Flashing pc 9.00 -
8.05 Removal of Fascia Board pc 22.00 -
8.06 G.I. Long-Span Roofing, Corrugated, Pre-Painted, 1220mm lm 179.00 459.01
x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m x pc 9.00 458.38
0.6mm BMT
Flashing, Pre-Painted, Ordinary, 0.915m x 2.440m x 0.4mm
8.081 thk pc 8.00 574.75

8.1 Teckscrew 2-1/2" pc 1,848.00 2.85


8.13 Roof Sealant L 2.00 433.68
9.142 Fascia Board, Fiber Cement 10" x 12' pc 19.00 342.00
8.11 Blind Rivets pc 170.00 1.28
Sub-total
9 Carpentry works
9.007 Removal of Wooden Truss/ Beams bd.ft 630.00 -
9.008 Removal of Purlins bd.ft 448.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,078.00 40.85
4.04 CWN, Assorted kg 7.00 60.80
9.19 Wood Preservative, Brown L 8.00 427.50
Interior and exterior Ceiling
9.01 Removal of Ceiling sq.m 148.00 -
9.05 Plywood, Marine 1/4" x 4' x 8' pc 52.00 398.05
9.1 Metal Double Furring Channel (19mm x 50mm x 3m x pc 77.00 90.25
0.5mm thk
9.08 Metal Carrying Channel (12mm x 38mm x 5m x 0.8mm thk pc 29.00 110.20
9.11 Wall Angle 1" x 1" x 10' pc 34.00 33.25
9.13 Rod Suspension Hanger with Adjustment Spring pc 122.00 122.55
8.11 Blind Rivets pc 499.00 1.28
9.22 Concrete Nails kg 3.00 64.60
25mm x 25mm x 300mm Wood slats @25mm clear spacing
9.14 pc 8.00 232.75
ceiling ventilation (provide stainless steel wire mesh inside)
9.12 Preformed Wire Clip pc 122.00 4.75
9.131 Steel Angle pc 122.00 43.70
9.22 Concrete Nails kg 3.00 43.70
Blackboards
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 74.00 40.85
9.2 Lawanit, 1/4" thk pc 6.00 266.00
9.21 Finishing Nails kg 3.00 47.50
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 24.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 8.00 14.25
TIB-O ES, ABUYOG Page 2 of 3

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
10.13 Utility Box, 2" x 4" G.I. pc 4.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 215.00 26.60
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.32 3 Single Pole Wall Switches in One Switch Plate (10 AMP, set 2.00 189.76
230V)
10.361 FL 1 x 40W Industrial Type set 10.00 465.50
10.331 Safety Switch 30A 2P set 1.00 573.09
10.55 Electrical Tape pc 2.00 28.26
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.54 Wall Fan, 60W, 230V, 60Hz set 4.00 1,425.00
10.28 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
(WP)
Sub-total
6 Doors and Windows
6.01 Removal of Door with Jamb set 2.00 -
6.02 Removal of Window with Jamb sq.m 30.00 -
6.061 Door Jamb 45mm x 150mm set 2.00 1,472.50
6.032 D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb set 2.00 7,426.63
complete with Accessories (lever type door knob)
W - 1, ( 2.6 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.104 set 4.00 9,678.60
Clear Glass Transom on 50 x 150 mm Wooden Jamb
complete with Accessories
W - 2, ( 1.3 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.105 Clear Glass Transom on 50 x 150 mm Wooden Jamb set 4.00 4,818.40
complete with Accessories
6.15 Security Grilles sq.ft 268.00 85.50
Sub-total
13 Painting Works
Concrete surfaces sq.m 398.00
13.01 Neutralizer gal 20.00 137.94
13.02 Latex, Flat gal 40.00 461.70
13.03 Masonry Putty gal 15.00 264.10
13.04 Latex, Semi Gloss gal 14.00 542.45
13.05 Acri Color qrt 8.00 172.43
Interior and exterior Ceiling sq.m 148.00
13.06 Enamel, Flatwall gal 8.00 513.00
13.08 Enamel, Semi Gloss gal 15.00 557.65
13.07 Glazing Putty gal 8.00 517.75
13.09 Paint Thinner L 8.00 275.50
Doors and Windows Jambs sq.m 88.00
13.06 Enamel, Flatwall gal 5.00 513.00
13.07 Glazing Putty gal 5.00 517.75
13.08 Enamel, Semi Gloss gal 9.00 557.65
13.09 Paint Thinner L 4.00 275.50
Sub-total
DIRECT COST
INDIRECT COST 22% of (I)
TAX 5% of (I + II)
TOTAL CONSTRUCTION COST (I + II + III)
Prepared by: Recommending Approval:

RHODELIA G. ORBINO RONELO AL K. FIRMO, Ph.D., CESO V


Contractor's Chief, SGOD Schools Division Superintendent (HOPE)
Concurred:
RAMON CLENIO B. DE VEYRA ENGR. ANNABELLE R. PANGAN
Division Engineer III Chief, EFD - AS
February 15, 2019
PHP 2,097,083.52
d Administrative Overhead:
get for the Contract: PHP 2,097,083.52
90 calendar days
Minimum Required Manpower:
Welder Carpenter
Mason Painter
Minimum Required Equipment:
Welding Machine
Bar Cutter
Total Cost Remarks

57,277.10

13,941.73
30,688.44
184,377.69
175,887.46
20,704.91
149,863.54
62,427.14

86,255.79
114,868.25
11,443.29
48,263.52
28,717.78

29,360.63
202,077.69
157,054.04
20,683.20
136,255.70
67,932.51
1,598,080.41

127,846.43
47,942.41
15,980.80
159,808.04
351,577.69

97,482.91
97,482.91
2,047,141.01 2,052,372.04 - 5,231.03
TOTAL COST GRAND TOTAL
LABOR MATERIAL

6,424.73 9,637.09 16,061.82

- 16,061.82 16,061.82
1,261.60 3,630.00 4,891.60
664.66 - 664.66
- - -
- - -
37,679.90

75.89 6,797.25 8,846.24


400.34 2,992.50 4,193.52
348.06 1,499.10 2,021.19
15,060.95

4.40 5,492.90 7,311.56


75.89 2,769.25 3,604.02
348.06 1,998.80 2,694.92
11.88 1,463.00 1,985.74
23.22 64.39 87.61

75.89 9,063.00 11,794.98


348.06 3,997.60 5,389.85
32,868.70

108.00 6,840.00 9,000.00


73.50 1,396.50 1,837.50
7.50 0.00 1,747.50
15.00 0.00 180.00
15.00 0.00 135.00
23.50 0.00 681.50
144.53 120,720.02 158,731.68
88.08 5,117.77 5,910.45

81.52 5,500.50 6,478.77

0.40 6,361.20 7,257.56


65.87 867.35 999.09
0.32 269.33 335.96
193,295.01

4.00 0.00 2,472.00


4.00 0.00 1,664.00
17.34 42,238.90 60,172.04
15.71 912.00 1,147.64
247.50 2,565.00 4,050.00
12.75 3,052.35 3,855.60
6.79 538.65 681.21

8.00 0.00 1,152.00


117.35 16,625.00 22,492.60
17.34 25,735.50 36,661.88
23.48 142.50 212.94

TOTAL COST
GRAND TOTAL
LABOR MATERIAL
15.71 729.60 918.11
29.16 193.80 281.27
247.50 2,137.50 3,375.00

8.00 0.00 856.00


117.35 12,635.00 17,094.37
17.34 19,036.10 27,118.15
23.48 142.50 212.94
15.71 547.20 688.58
29.16 193.80 281.27
247.50 1,710.00 2,700.00

19.97 6,479.00 8,676.04


84.62 1,596.00 2,103.74
23.48 47.50 70.98
15.71 121.60 153.02
29.16 64.60 93.76
199,185.11

14.15 2,137.50 2,774.42


28.13 106.88 135.00
12.17 28.50 40.67
7.20 114.00 171.62
9.69 114.00 152.75
5.90 9,177.00 11,213.72

6.64 111.15 131.07

6.64 444.60 524.26


6.64 222.30 262.13
6.64 703.95 830.08
43.53 284.05 327.58
43.57 284.05 327.62

49.88 682.58 981.84

29.31 436.05 523.97

73.50 1,396.50 1,617.00


125.93 465.50 591.43
3.74 56.53 64.00
20,669.16

13.59 37,534.50 43,501.52


88.76 0.00 266.28
24.16 0.00 821.44
155.00 4,417.50 4,882.50

781.75 22,279.88 24,625.13

6.26 22,017.96 24,335.64

12.31 34,214.78 39,617.12

138,049.62

52.31 827.64 1,141.50


102.49 4,753.80 6,598.54
138.51 8,310.60 10,803.77
152.11 9,764.10 12,502.08
48.19 862.13 1,103.09

144.36 4,142.00 5,296.85


156.32 4,104.00 5,354.55
150.55 4,461.20 5,665.63
72.53 1,102.00 1,392.12

144.36 3,106.50 3,972.63


156.32 3,078.00 4,015.91
150.55 3,345.90 4,249.22
72.53 826.50 1,044.09

TOTAL COST
GRAND TOTAL
LABOR MATERIAL

156.32 513.00 669.32


144.36 517.75 662.11
150.55 557.65 708.20
72.53 275.50 348.03
65,527.65

108.00 3,762.00 4,950.00


73.50 931.00 1,225.00
7.50 0.00 690.00
15.00 0.00 105.00
15.00 0.00 150.00
23.50 0.00 376.00

144.53 48,196.21 63,371.96

81.52 3,208.63 3,779.28

90.75 5,747.50 6,655.00

1.29 4,759.50 5,838.58


65.87 2,168.38 2,497.73
89,638.55

4.00 0.00 2,684.00


4.00 0.00 1,588.00
17.34 43,627.80 62,150.62
15.71 912.00 1,147.64
247.50 2,565.00 4,050.00
12.75 6,104.70 7,711.20

6.79 436.05 551.45

8.00 0.00 448.00


117.35 6,650.00 8,997.04
17.34 10,008.25 14,257.40
23.48 95.00 141.96
15.71 304.00 382.55
29.16 129.20 187.51
247.50 855.00 1,350.00

8.00 0.00 352.00


117.35 5,320.00 7,197.63
17.34 7,802.35 11,114.95
23.48 47.50 70.98
15.71 243.20 306.04
29.16 64.60 93.76
247.50 855.00 1,350.00
19.97 2,179.30 2,918.30
84.62 532.00 701.25
23.48 47.50 70.98
15.71 60.80 76.51
29.16 64.60 93.76
129,993.51

14.15 712.50 924.81


28.13 106.88 135.00
12.17 28.50 40.67
7.20 57.00 85.81
9.69 57.00 76.38

5.90 5,745.60 7,020.76


6.64 37.05 43.69

6.64 148.20 174.75


6.64 74.10 87.38
6.64 370.50 436.88
43.53 284.05 327.58
43.57 284.05 327.62
49.88 227.53 327.28

TOTAL COST
GRAND TOTAL
LABOR MATERIAL
29.31 145.35 174.66

73.50 465.50 539.00


125.93 465.50 591.43
3.74 56.53 64.00
11,377.70

13.59 11,542.50 13,377.46


88.76 0.00 88.76
24.16 0.00 821.44
155.00 1,472.50 1,627.50

781.75 7,426.63 8,208.38

6.26 7,378.99 8,155.73

12.31 10,521.63 12,182.94

44,462.20

52.31 413.82 570.75


138.51 4,155.30 5,401.89
102.49 2,376.90 3,299.27
152.11 4,882.05 6,251.04
48.19 517.28 661.86

156.32 2,565.00 3,346.59


150.55 2,788.25 3,541.02
144.36 2,588.75 3,310.53
72.53 1,102.00 1,392.12

156.32 513.00 669.32


144.36 517.75 662.11
150.55 557.65 708.20
72.53 275.50 348.03
30,162.73

4.40 3,325.00 4,425.88


75.89 1,762.25 2,293.47
348.06 999.40 1,347.46
11.88 897.75 1,218.53
23.22 64.39 87.61

200.89 14,625.00 17,236.61


160.71 2,100.00 2,421.43

TOTAL COST
GRAND TOTAL
LABOR MATERIAL
29,030.99

108.00 6,498.00 8,550.00


73.50 1,862.00 2,450.00
7.50 0.00 1,867.50
15.00 0.00 150.00
15.00 0.00 210.00
23.50 0.00 305.50

144.53 125,310.14 164,767.10

81.52 4,583.75 5,398.97

90.75 8,046.50 9,317.00

1.29 11,371.50 13,949.65


65.87 3,903.08 4,495.91
211,461.64

4.00 0.00 3,132.00


4.00 0.00 1,852.00
17.34 50,899.10 72,509.05
15.71 1,094.40 1,377.17
247.50 2,992.50 4,725.00
12.75 7,122.15 8,996.40

6.79 513.00 648.77

8.00 0.00 864.00


117.35 12,635.00 17,094.37
17.34 19,281.20 27,467.31
23.48 142.50 212.94
15.71 608.00 765.09
29.16 193.80 281.27
247.50 1,710.00 2,700.00

8.00 0.00 488.00


117.35 6,982.50 9,446.89
17.34 10,825.25 15,421.27
23.48 95.00 141.96
15.71 304.00 382.55
29.16 129.20 187.51
247.50 855.00 1,350.00

19.97 4,358.60 5,836.61


84.62 1,064.00 1,402.49
23.48 47.50 70.98
15.71 121.60 153.02
29.16 64.60 93.76
177,600.39

14.15 2,137.50 2,774.42


28.13 106.88 135.00
12.17 28.50 40.67
7.20 171.00 257.42
9.69 171.00 229.13

5.90 8,618.40 10,531.15


6.64 111.15 131.07

6.64 444.60 524.26


6.64 222.30 262.13
6.64 1,074.45 1,266.97
43.53 284.05 327.58
43.57 284.05 327.62
49.88 682.58 981.84
29.31 436.05 523.97

73.50 1,396.50 1,617.00


125.93 465.50 591.43
3.74 113.05 128.00
20,649.66
TOTAL COST
GRAND TOTAL
LABOR MATERIAL

13.59 35,226.00 40,826.03


88.76 0.00 266.28
24.16 0.00 821.44
155.00 4,417.50 4,882.50

781.75 22,279.88 24,625.13

6.26 15,412.57 17,034.95

12.31 32,110.46 37,180.53

125,636.85

52.31 1,103.52 1,522.00


138.51 11,542.50 15,005.24
102.49 6,602.50 9,164.64
152.11 13,561.25 17,364.00
48.19 1,206.98 1,544.33

156.32 5,643.00 7,362.50


150.55 6,134.15 7,790.24
144.36 5,695.25 7,283.16
72.53 1,653.00 2,088.18

156.32 513.00 669.32


144.36 517.75 662.11
150.55 557.65 708.20
72.53 275.50 348.03
71,511.96
1,643,862.28
353,360.12
99,861.12
2,097,083.52

February 14, 2019


PHP 840,487.52
Engineering and Administrative Overhead:
Approved Budget for the ConPHP 840,487.52
90 calendar days
Minimum Required Manpower:
Welder Carpenter
Mason Painter
Minimum Required Equipment:
W elding Machine
Bar Cutter
Total Cost Remarks

115,301.81
42,595.01
136,004.19
161,440.39
24,011.46
114,274.81
83,282.74
676,910.41

44,928.69
16,848.26
5,616.09
56,160.86
123,553.89

40,023.22
840,487.52
Approved:
RONELO AL K. FIRMO, Ph.D., CESO V
Head of Procuring Entity (HOPE)
Concurred:
ENGR. ANNABELLE R. PANGAN
Chief, EFD-AS

TOTAL COST GRAND TOTAL


LABOR MATERIAL

2,246.43 5,616.09 7,862.52

1,261.60 1,261.60
- 5,616.09 5,616.09
561.61 - 561.61
- - -
100,000.00 - 100,000.00
115,301.81

4.40 2,992.50 3,983.30


75.89 1,510.50 1,965.83
348.06 999.40 1,347.46
11.88 798.00 1,083.13
23.22 64.39 87.61

200.89 25,875.00 30,495.54


160.71 3,150.00 3,632.14
42,595.01

7.50 0.00 1,185.00


15.00 0.00 120.00
15.00 0.00 135.00
23.50 0.00 517.00
144.53 82,163.06 108,034.11

81.52 4,125.38 4,859.07

90.75 4,598.00 5,324.00

0.40 5,266.80 6,008.95


65.87 867.35 999.09
108.00 6,498.00 8,550.00
0.32 218.03 271.97
136,004.19

8.00 0.00 5,040.00


8.00 0.00 3,584.00
17.34 44,036.30 62,732.55
15.71 425.60 535.56
247.50 3,420.00 5,400.00

8.00 0.00 1,184.00


149.57 20,698.60 28,476.40
39.35 6,949.25 9,978.90

40.04 3,195.80 4,356.92


25.29 1,130.50 1,990.44
41.08 14,951.10 19,962.48
0.32 639.97 798.30
29.16 193.80 281.27

73.50 1,862.00 2,450.00

1.52 579.50 765.32


13.80 5,331.40 7,015.00
13.80 131.10 172.50

17.34 3,022.90 4,306.32


84.62 1,596.00 2,103.74
23.48 142.50 212.94
29.16 64.60 93.76
161,440.39

14.15 1,140.00 1,479.69


28.13 106.88 135.00
12.17 28.50 40.67
7.20 114.00 171.62

TOTAL COST
GRAND TOTAL
LABOR MATERIAL
9.69 114.00 152.75

5.90 5,719.00 6,988.26


49.88 455.05 654.56
39.51 379.53 458.54

73.50 4,655.00 5,390.00


120.65 573.09 693.74
3.74 56.53 64.00
49.88 455.05 654.56
174.48 5,700.00 6,397.94
68.77 455.05 730.13

24,011.46

88.76 0.00 177.52


24.16 0.00 724.80
155.00 2,945.00 3,255.00
781.75 14,853.25 16,416.75

1,528.20 38,714.40 44,827.20

760.80 19,273.60 22,316.80

13.59 22,914.00 26,556.74


114,274.81

52.31 2,758.80 3,805.01


138.51 18,468.00 24,008.38
102.49 3,961.50 5,498.78
152.11 7,594.30 9,723.84
48.19 1,379.40 1,764.95

156.32 4,104.00 5,354.55


150.55 8,364.75 10,623.06
144.36 4,142.00 5,296.85
72.53 2,204.00 2,784.25

156.32 2,565.00 3,346.59


144.36 2,588.75 3,310.53
150.55 5,018.85 6,373.83
72.53 1,102.00 1,392.12
83,282.74
676,910.41
123,553.89
40,023.22
840,487.52
SUMMARY OF WORKS

BILL OF QUANTITIES
DETAILED COST ESTIMATE

PROJECT : PROPOSED REPAIR AND REHABILITATION OF SCHOOL BUILDING 7CL


SCHOOL : BERNARDO V. CLOSA CS
LOCATION : ABUYOG
OWNER : DEPARTMENT OF EDUCATION

UNIT COST TOTAL COST


ITEM NO. DESCRIPTION UNIT QTY GRAND TOTAL
MATERIAL LABOR MATERIAL LABOR
GENERAL REQUIREMENTS
Mobilization/Temporary Structures, Utilities and
Services/Demobilization lot 1.00 9,637.09 6,424.73 9,637.09 6,424.73 16,061.82
Safety and Health lot 1.00 16,061.82 - 16,061.82 - 16,061.82
Project Billboard lot 1.00 3,630.00 1,261.60 3,630.00 1,261.60 4,891.60
Fire Safety Inspection Certificate (FSIC) lot 1.00 - 3,078.56 - 3,078.56 3,078.56
Other Permit Fee lot 1.00 - 7,183.30 - 7,183.30 7,183.30
Hauling cost lot 1.00 - 10,000.00 - 10,000.00 10,000.00
Sub-total 57,277.10
Building 1 : BLSB Building (6.00m x 8.00m) 3CL
2 Concreting Works
Slab on Grade cu.m 3.00
Portland Cement bag 27.00 251.75 59.16 6,797.25 1,597.35 8,394.60
Crushed Gravel 1" cu.m 3.00 997.50 234.41 2,992.50 703.24 3,695.74
Washed Sand cu.m 1.50 999.40 234.86 1,499.10 352.29 1,851.39
Sub-total 13,941.73
5 Masonry Works ###
Masonry Wall (partition wall) sq.m 33.00 ###
CHB 4" thk pc 413.00 13.30 3.13 5,492.90 1,290.83 6,783.73
Portland Cement bag 11.00 251.75 59.16 2,769.25 650.77 3,420.02
Washed Sand cu.m 2.00 999.40 234.86 1,998.80 469.72 2,468.52
10mm x 6m RSB kg 44.00 33.25 7.81 1,463.00 343.81 1,806.81
G.I. Tie Wire kg 1.00 64.39 15.13 64.39 15.13 79.52
Plastering w/ plastering of CR and partition Wall sq.m 107.00 ###
Portland Cement bag 36.00 251.75 59.16 9,063.00 2,129.81 11,192.81
Washed Sand cu.m 4.00 999.40 234.86 3,997.60 939.44 4,937.04
Sub-total 30,688.44
8 Roofing Works ###
Fascia Board, Fiber Cement 10" x 12' pc 20.00 342.00 80.37 6,840.00 1,607.40 8,447.40
25mm x 25mm x 300mm Wood slats @25mm pc 6.00 232.75 54.70 1,396.50 328.18 1,724.68
Removal of Roofing Sheets sq m 233.00 - 7.50 - 1,747.50 1,747.50
Removal of Ridge Roll pc 12.00 - 15.00 - 180.00 180.00
Removal of Flashing pc 9.00 - 15.00 - 135.00 135.00
Removal of Fascia Board pc 29.00 - 23.50 - 681.50 681.50
G.I. Long-Span Roofing, Corrugated, Pre-Painted,
1220mm x 0.40mm BMT lm 263.00 459.01 107.87 120,719.63 28,369.11 149,088.74
G.I. Flashing, Preformed, Pre-Painted, 0.610m x 2.440m x
0.4mm BMT pc 9.00 568.64 133.63 5,117.76 1,202.67 6,320.43
G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m
x 0.60mm BMT pc 12.00 458.38 107.72 5,500.56 1,292.63 6,793.19
Teckscrew 2-1/2" pc 2,232.00 2.85 0.67 6,361.20 1,494.88 7,856.08
Roof Sealant L 2.00 433.68 101.91 867.36 203.83 1,071.19
Blind Rivets pc 210.00 1.28 0.30 268.80 63.17 331.97
Sub-total 184,377.69
9 Carpentry Works ###
Trusses and Members ###
Removal of Wooden Truss/ Beams bd.ft 618.00 - 4.00 - 2,472.00 2,472.00
Removal of Purlins bd.ft 416.00 - 4.00 - 1,664.00 1,664.00
Rough Lumber, Sun Dried, Tanguile bd.ft 1,034.00 40.85 9.60 42,238.90 9,926.14 52,165.04
CWN, Assorted kg 15.00 60.80 14.29 912.00 214.32 1,126.32
Wood Preservative, Brown L 6.00 427.50 100.46 2,565.00 602.78 3,167.78
Machine Bolts ( 16 mm dia. ) pc 63.00 48.45 11.39 3,052.35 717.30 3,769.65
Anchor Bolt with Nuts and Washer, 12mmØ x 50mm x 15 pc 21.00 25.65 6.03 538.65 126.58 665.23
Interior Ceiling ###
Removal of Ceiling sq.m 144.00 - 8.00 - 1,152.00 1,152.00
Plywood, Ordinary 1/4" x 4' x 8' pc 50.00 332.50 78.14 16,625.00 3,906.88 20,531.88
Rough Lumber, Sun Dried, Tanguile bd.ft 630.00 40.85 9.60 25,735.50 6,047.84 31,783.34
Finishing Nails kg 3.00 47.50 11.16 142.50 33.49 175.99
CWN, Assorted kg 12.00 60.80 14.29 729.60 171.46 901.06
Concrete Nails kg 3.00 64.60 15.18 193.80 45.54 239.34
Wood Preservative, Brown L 5.00 427.50 100.46 2,137.50 502.31 2,639.81
Exterior Ceiling ###
Removal of Ceiling sq.m 107.00 - 8.00 - 856.00 856.00
Plywood, Ordinary 1/4" x 4' x 8' pc 38.00 332.50 78.14 12,635.00 2,969.23 15,604.23
Rough Lumber, Sun Dried, Tanguile bd.ft 466.00 40.85 9.60 19,036.10 4,473.48 23,509.58
Finishing Nails kg 3.00 47.50 11.16 142.50 33.49 175.99
CWN, Assorted kg 9.00 60.80 14.29 547.20 128.59 675.79
Concrete Nails kg 3.00 64.60 15.18 193.80 45.54 239.34
Wood Preservative, Brown L 4.00 427.50 100.46 1,710.00 401.85 2,111.85
Blackboards ###
S4S Lumber, Kiln Dried, Tanguile bd.ft 110.00 58.90 13.84 6,479.00 1,522.57 8,001.57
Lawanit, 1/4" thk pc 6.00 266.00 62.51 1,596.00 375.06 1,971.06
Finishing Nails kg 1.00 47.50 11.16 47.50 11.16 58.66
CWN, Assorted kg 2.00 60.80 14.29 121.60 28.58 150.18
Concrete Nails kg 1.00 64.60 15.18 64.60 15.18 79.78
Sub-total 175,887.46
10 Electrical Works ###
Roughing-ins ###
Electrical Conduit uPVC, 15mmØ pc 45.00 47.50 11.16 2,137.50 502.31 2,639.81
RSC 20mmØ pc 1.00 106.88 25.12 106.88 25.12 132.00
Entrance Cap 20mm dia. pc 1.00 28.50 6.70 28.50 6.70 35.20
Junction Box, 4" x 4" G.I. pc 8.00 14.25 3.35 114.00 26.79 140.79
Utility Box, 2" x 4" G.I. pc 4.00 28.50 6.70 114.00 26.79 140.79
Wires & Fixtures ###
3.5 mm² THHN Wire, Stranded m 345.00 26.60 6.25 9,177.00 2,156.60 11,333.60
Single Pole Wall Switch in One Switch Plate ( 10AMP, 230V set 3.00 37.05 8.71 111.15 26.12 137.27
FL 2 x 40W Industrial Type set 12.00 37.05 8.71 444.60 104.48 549.08
Wall Fan, 60W, 230V, 60Hz set 6.00 37.05 8.71 222.30 52.24 274.54
5.5 mm² TW(G) Wire, Stranded m 19.00 37.05 8.71 703.95 165.43 869.38
Circuit Breaker, 20A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Circuit Breaker, 30A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Duplex Convenience Outlet, Grounding Type, set 6.00 113.76 26.73 682.56 160.40 842.96
2 Single Pole Wall Switches in One Switch Plate ( 10AMP,
230V ) set 3.00 145.35 34.16 436.05 102.47 538.52
FL 1 x 40W Industrial Type set 3.00 465.50 109.39 1,396.50 328.18 1,724.68
Panel Box, Flush Type, 4 Branches set 1.00 465.50 109.39 465.50 109.39 574.89
Electrical Tape pc 2.00 28.26 6.64 56.52 13.28 69.80
Sub-total 20,704.91
6 Doors and Windows ###
Security Grilles sq.ft 439.00 85.50 20.09 37,534.50 8,820.61 46,355.11
Removal of Door with Jamb set 3.00 - 88.76 - 266.28 266.28
Removal of Window with Jamb sq.m 34.00 - 24.16 - 821.44 821.44
Door Jamb 45mm x 150mm set 3.00 1,472.50 346.04 4,417.50 1,038.11 5,455.61

D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb


complete with Accessories ( Lever Type Door Knob ) set 3.00 7,426.63 1,745.26 22,279.89 5,235.77 27,515.66
Window Jamb 45mm x 150mm sq.ft 370.00 59.51 13.98 22,018.70 5,174.39 27,193.09
Jalousie Window with Clear Glass Blades on JalouPlus
Type Silver Colored Frame sq.ft 439.00 77.94 18.32 34,215.66 8,040.68 42,256.34
Sub-total 149,863.54
13 Painting Works ###
Concrete surfaces sq.m 430.00 ###
Neutralizer gal 6.00 137.94 32.42 827.64 194.50 1,022.14
Masonry Putty gal 18.00 264.10 62.06 4,753.80 1,117.14 5,870.94
Latex, Flat gal 18.00 461.70 108.50 8,310.60 1,952.99 10,263.59
Latex, Semi Gloss gal 18.00 542.45 127.48 9,764.10 2,294.56 12,058.66
Acri Color qrt 5.00 172.43 40.52 862.15 202.61 1,064.76
Interior Ceiling sq.m 144.00 ###
Glazing Putty gal 8.00 517.75 121.67 4,142.00 973.37 5,115.37
Enamel, Flatwall gal 8.00 513.00 120.56 4,104.00 964.44 5,068.44
Enamel, Semi Gloss gal 8.00 557.65 131.05 4,461.20 1,048.38 5,509.58
Paint Thinner L 4.00 275.50 64.74 1,102.00 258.97 1,360.97
Exterior Ceiling sq.m 107.00 ###
Glazing Putty gal 6.00 517.75 121.67 3,106.50 730.03 3,836.53
Enamel, Flatwall gal 6.00 513.00 120.56 3,078.00 723.33 3,801.33
Enamel, Semi Gloss gal 6.00 557.65 131.05 3,345.90 786.29 4,132.19
Paint Thinner L 3.00 275.50 64.74 826.50 194.23 1,020.73
Doors and Windows sq.m 7.00 - ###
Enamel, Flatwall gal 1.00 513.00 120.56 513.00 120.56 633.56
Glazing Putty gal 1.00 517.75 121.67 517.75 121.67 639.42
Enamel, Semi Gloss gal 1.00 557.65 131.05 557.65 131.05 688.70
Paint Thinner L 1.00 275.50 64.74 275.50 64.74 340.24
Sub-total 62,427.14
Building 12 : DPWH Building (6.00m x 8.00m) 1CL ###
8 Roofing Works ###
Fascia Board, Fiber Cement 10" x 12' pc 11.00 342.00 80.37 3,762.00 884.07 4,646.07
25mm x 25mm x 300mm Wood slats @25mm pc 4.00 232.75 54.70 931.00 218.79 1,149.79
Removal of Roofing Sheets sq m 92.00 - 7.50 - 690.00 690.00
Removal of Ridge Roll pc 7.00 - 15.00 - 105.00 105.00
Removal of Flashing pc 10.00 - 15.00 - 150.00 150.00
Removal of Fascia Board pc 16.00 - 23.50 - 376.00 376.00
G.I. Long-Span Roofing, Corrugated, Pre-Painted,
1220mm x 0.40mm BMT lm 105.00 459.01 107.87 48,196.05 11,326.07 59,522.12
G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m
x 0.60mm BMT pc 7.00 458.38 107.72 3,208.66 754.04 3,962.70
Flashing, Pre-Painted, Ordinary, 0.915m x 2.440m x
0.4mm thk pc 10.00 574.75 135.07 5,747.50 1,350.66 7,098.16
Teckscrew 2-1/2" pc 835.00 5.70 1.34 4,759.50 1,118.48 5,877.98
Roof Sealant L 5.00 433.68 101.91 2,168.40 509.57 2,677.97
Sub-total 86,255.79
9 Carpentry works ###
Trusses and Members ###
Removal of Wooden Truss/ Beams bd.ft 671.00 - 4.00 - 2,684.00 2,684.00
Removal of Purlins bd.ft 397.00 - 4.00 - 1,588.00 1,588.00
Rough Lumber, Sun Dried, Tanguile bd.ft 1,068.00 40.85 9.60 43,627.80 10,252.53 53,880.33
CWN, Assorted kg 15.00 60.80 14.29 912.00 214.32 1,126.32
Wood Preservative, Brown L 6.00 427.50 100.46 2,565.00 602.78 3,167.78
Machine Bolts ( 16 mm dia. ) pc 126.00 48.45 11.39 6,104.70 1,434.60 7,539.30
Anchor Bolt with Nuts and Washer, 12mmØ x 50mm x
150mm pc 17.00 25.65 6.03 436.05 102.47 538.52
Interior Ceiling - - -
Removal of Ceiling sq.m 56.00 - 8.00 - 448.00 448.00
Plywood, Ordinary 1/4" x 4' x 8' pc 20.00 332.50 78.14 6,650.00 1,562.75 8,212.75
Rough Lumber, Sun Dried, Tanguile bd.ft 245.00 40.85 9.60 10,008.25 2,351.94 12,360.19
Finishing Nails kg 2.00 47.50 11.16 95.00 22.33 117.33
CWN, Assorted kg 5.00 60.80 14.29 304.00 71.44 375.44
Concrete Nails kg 2.00 64.60 15.18 129.20 30.36 159.56
Wood Preservative, Brown L 2.00 427.50 100.46 855.00 200.93 1,055.93
Exterior Ceiling ###
Removal of Ceiling sq.m 44.00 - 8.00 - 352.00 352.00
Plywood, Ordinary 1/4" x 4' x 8' pc 16.00 332.50 78.14 5,320.00 1,250.20 6,570.20
Rough Lumber, Sun Dried, Tanguile bd.ft 191.00 40.85 9.60 7,802.35 1,833.55 9,635.90
Finishing Nails kg 1.00 47.50 11.16 47.50 11.16 58.66
CWN, Assorted kg 4.00 60.80 14.29 243.20 57.15 300.35
Concrete Nails kg 1.00 64.60 15.18 64.60 15.18 79.78
Wood Preservative, Brown L 2.00 427.50 100.46 855.00 200.93 1,055.93
Blackboards ###
S4S Lumber, Kiln Dried, Tanguile bd.ft 37.00 58.90 13.84 2,179.30 512.14 2,691.44
Lawanit, 1/4" thk pc 2.00 266.00 62.51 532.00 125.02 657.02
Finishing Nails kg 1.00 47.50 11.16 47.50 11.16 58.66
CWN, Assorted kg 1.00 60.80 14.29 60.80 14.29 75.09
Concrete Nails kg 1.00 64.60 15.18 64.60 15.18 79.78
Sub-total 114,868.25
10 Electrical Works ###
Roughing-ins ###
Electrical Conduit uPVC, 15mmØ pc 15.00 47.50 11.16 712.50 167.44 879.94
RSC 20mmØ pc 1.00 106.88 25.12 106.88 25.12 132.00
Entrance Cap 20mm dia. pc 1.00 28.50 6.70 28.50 6.70 35.20
Junction Box, 4" x 4" G.I. pc 4.00 14.25 3.35 57.00 13.40 70.40
Utility Box, 2" x 4" G.I. pc 2.00 28.50 6.70 57.00 13.40 70.40
Wires & Fixtures ###
3.5 mm² THHN Wire, Stranded m 216.00 26.60 6.25 5,745.60 1,350.22 7,095.82
Single Pole Wall Switch in One Switch Plate ( 10AMP, 230V set 1.00 37.05 8.71 37.05 8.71 45.76
FL 2 x 40W Industrial Type set 4.00 37.05 8.71 148.20 34.83 183.03
Wall Fan, 60W, 230V, 60Hz set 2.00 37.05 8.71 74.10 17.41 91.51
5.5 mm² TW(G) Wire, Stranded m 10.00 37.05 8.71 370.50 87.07 457.57
Circuit Breaker, 20A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Circuit Breaker, 30A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Duplex Convenience Outlet, Grounding Type, 250A, 250V set 2.00 113.76 26.73 227.52 53.47 280.99
2 Single Pole Wall Switches in One Switch Plate ( 10AMP,
230V ) set 1.00 145.35 34.16 145.35 34.16 179.51
FL 1 x 40W Industrial Type set 1.00 465.50 109.39 465.50 109.39 574.89
Panel Box, Flush Type, 4 Branches set 1.00 465.50 109.39 465.50 109.39 574.89
Electrical Tape pc 2.00 28.26 6.64 56.52 13.28 69.80
Sub-total 11,443.29
6 Doors and Windows ###
Security Grilles sq.ft 135.00 85.50 20.09 11,542.50 2,712.49 14,254.99
Removal of Door with Jamb set 1.00 - 88.76 - 88.76 88.76
Removal of Window with Jamb sq.m 34.00 - 24.16 - 821.44 821.44
Door Jamb 45mm x 150mm set 1.00 1,472.50 346.04 1,472.50 346.04 1,818.54

D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb


complete with Accessories ( Lever Type Door Knob ) set 1.00 7,426.63 1,745.26 7,426.63 1,745.26 9,171.89
Window Jamb 45mm x 150mm sq.ft 124.00 59.51 13.98 7,379.24 1,734.12 9,113.36
Jalousie Window with Clear Glass Blades on JalouPlus
Type Silver Colored Frame sq.ft 135.00 77.94 18.32 10,521.90 2,472.65 12,994.55
Sub-total 48,263.52
13 Painting Works ###
Concrete surfaces sq.m 206.00 ###
Neutralizer gal 3.00 137.94 32.42 413.82 97.25 511.07
Latex, Flat gal 9.00 461.70 108.50 4,155.30 976.50 5,131.80
Masonry Putty gal 9.00 264.10 62.06 2,376.90 558.57 2,935.47
Latex, Semi Gloss gal 9.00 542.45 127.48 4,882.05 1,147.28 6,029.33
Acri Color qrt 3.00 172.43 40.52 517.29 121.56 638.85
Interior and exterior Ceiling sq.m 100.00 ###
Enamel, Flatwall gal 5.00 513.00 120.56 2,565.00 602.78 3,167.78
Enamel, Semi Gloss gal 5.00 557.65 131.05 2,788.25 655.24 3,443.49
Glazing Putty gal 5.00 517.75 121.67 2,588.75 608.36 3,197.11
Paint Thinner L 4.00 275.50 64.74 1,102.00 258.97 1,360.97
Doors and Windows Jambs sq.m 4.00 ###
Enamel, Flatwall gal 1.00 513.00 120.56 513.00 120.56 633.56
Glazing Putty gal 1.00 517.75 121.67 517.75 121.67 639.42
Enamel, Semi Gloss gal 1.00 557.65 131.05 557.65 131.05 688.70
Paint Thinner L 1.00 275.50 64.74 275.50 64.74 340.24
Sub-total 28,717.78
Building 17 : DPWH Building (7m x 8m) 2CL with attached
(6mx7m) ###
5 Masonry Works ###
Masonry Wall (partition wall) sq.m 20.00 ###
CHB 4" thk pc 250.00 13.30 3.13 3,325.00 781.38 4,106.38
Portland Cement bag 7.00 251.75 59.16 1,762.25 414.13 2,176.38
Washed Sand cu.m 1.00 999.40 234.86 999.40 234.86 1,234.26
10mm x 6m RSB kg 27.00 33.25 7.81 897.75 210.97 1,108.72
G.I. Tie Wire kg 1.00 64.39 15.13 64.39 15.13 79.52
Plastering sq.m 39.00 ###
Portland Cement bag 13.00 1,125.00 264.38 14,625.00 3,436.88 18,061.88
Washed Sand cu.m 2.00 1,050.00 246.75 2,100.00 493.50 2,593.50
Sub-total 29,360.63
8 Roofing Works ###
Fascia Board, Fiber Cement 10" x 12' pc 19.00 342.00 80.37 6,498.00 1,527.03 8,025.03
25mm x 25mm x 300mm Wood slats @25mm pc 8.00 232.75 54.70 1,862.00 437.57 2,299.57
Removal of Roofing Sheets sq m 249.00 - 7.50 - 1,867.50 1,867.50
Removal of Ridge Roll pc 10.00 - 15.00 - 150.00 150.00
Removal of Flashing pc 14.00 - 15.00 - 210.00 210.00
Removal of Fascia Board pc 13.00 - 23.50 - 305.50 305.50
G.I. Long-Span Roofing, Corrugated, Pre-Painted,
1220mm x 0.40mm BMT lm 273.00 459.01 107.87 125,309.73 29,447.79 154,757.52
G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m
x 0.60mm BMT pc 10.00 458.38 107.72 4,583.80 1,077.19 5,660.99
Flashing, Pre-Painted, Ordinary, 0.915m x 2.440m x
0.4mm thk pc 14.00 574.75 135.07 8,046.50 1,890.93 9,937.43
Teckscrew 2-1/2" pc 1,995.00 5.70 1.34 11,371.50 2,672.30 14,043.80
Roof Sealant L 9.00 433.68 101.91 3,903.12 917.23 4,820.35
Sub-total 202,077.69
9 Carpentry works ###
Trusses and Members ###
Removal of Wooden Truss/ Beams bd.ft 783.00 - 4.00 - 3,132.00 3,132.00
Removal of Purlins bd.ft 463.00 - 4.00 - 1,852.00 1,852.00
Rough Lumber, Sun Dried, Tanguile bd.ft 1,246.00 40.85 9.60 50,899.10 11,961.29 62,860.39
CWN, Assorted kg 18.00 60.80 14.29 1,094.40 257.18 1,351.58
Wood Preservative, Brown L 7.00 427.50 100.46 2,992.50 703.24 3,695.74
Machine Bolts ( 16 mm dia. ) pc 147.00 48.45 11.39 7,122.15 1,673.71 8,795.86
Anchor Bolt with Nuts and Washer, 12mmØ x 50mm x
150mm pc 20.00 25.65 6.03 513.00 120.56 633.56
Interior Ceiling ###
Removal of Ceiling sq.m 108.00 - 8.00 - 864.00 864.00
Plywood, Ordinary 1/4" x 4' x 8' pc 38.00 332.50 78.14 12,635.00 2,969.23 15,604.23
Rough Lumber, Sun Dried, Tanguile bd.ft 472.00 40.85 9.60 19,281.20 4,531.08 23,812.28
Finishing Nails kg 3.00 47.50 11.16 142.50 33.49 175.99
CWN, Assorted kg 10.00 60.80 14.29 608.00 142.88 750.88
Concrete Nails kg 3.00 64.60 15.18 193.80 45.54 239.34
Wood Preservative, Brown L 4.00 427.50 100.46 1,710.00 401.85 2,111.85
Exterior Ceiling ###
Removal of Ceiling sq.m 61.00 - 8.00 - 488.00 488.00
Plywood, Ordinary 1/4" x 4' x 8' pc 21.00 332.50 78.14 6,982.50 1,640.89 8,623.39
Rough Lumber, Sun Dried, Tanguile bd.ft 265.00 40.85 9.60 10,825.25 2,543.93 13,369.18
Finishing Nails kg 2.00 47.50 11.16 95.00 22.33 117.33
CWN, Assorted kg 5.00 60.80 14.29 304.00 71.44 375.44
Concrete Nails kg 2.00 64.60 15.18 129.20 30.36 159.56
Wood Preservative, Brown L 2.00 427.50 100.46 855.00 200.93 1,055.93
Blackboards ###
S4S Lumber, Kiln Dried, Tanguile bd.ft 74.00 58.90 13.84 4,358.60 1,024.27 5,382.87
Lawanit, 1/4" thk pc 4.00 266.00 62.51 1,064.00 250.04 1,314.04
Finishing Nails kg 1.00 47.50 11.16 47.50 11.16 58.66
CWN, Assorted kg 2.00 60.80 14.29 121.60 28.58 150.18
Concrete Nails kg 1.00 64.60 15.18 64.60 15.18 79.78
Sub-total 157,054.04
10 Electrical Works ###
Roughing-ins ###
Electrical Conduit uPVC, 15mmØ pc 45.00 47.50 11.16 2,137.50 502.31 2,639.81
RSC 20mmØ pc 1.00 106.88 25.12 106.88 25.12 132.00
Entrance Cap 20mm dia. pc 1.00 28.50 6.70 28.50 6.70 35.20
Junction Box, 4" x 4" G.I. pc 12.00 14.25 3.35 171.00 40.19 211.19
Utility Box, 2" x 4" G.I. pc 6.00 28.50 6.70 171.00 40.19 211.19
Wires & Fixtures ###
3.5 mm² THHN Wire, Stranded m 324.00 26.60 6.25 8,618.40 2,025.32 10,643.72
Single Pole Wall Switch in One Switch Plate ( 10AMP,
230V ) set 3.00 37.05 8.71 111.15 26.12 137.27
FL 2 x 40W Industrial Type set 12.00 37.05 8.71 444.60 104.48 549.08
Wall Fan, 60W, 230V, 60Hz set 6.00 37.05 8.71 222.30 52.24 274.54
5.5 mm² TW(G) Wire, Stranded m 29.00 37.05 8.71 1,074.45 252.50 1,326.95
Circuit Breaker, 20A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Circuit Breaker, 30A 2P set 1.00 284.05 66.75 284.05 66.75 350.80
Duplex Convenience Outlet, Grounding Type, set 6.00 113.76 26.73 682.56 160.40 842.96
2 Single Pole Wall Switches in One Switch Plate ( 10AMP,
230V ) set 3.00 145.35 34.16 436.05 102.47 538.52
FL 1 x 40W Industrial Type set 3.00 465.50 109.39 1,396.50 328.18 1,724.68
Panel Box, Flush Type, 4 Branches set 1.00 465.50 109.39 465.50 109.39 574.89
Electrical Tape pc 4.00 28.26 6.64 113.04 26.56 139.60
Sub-total 20,683.20
6 Doors and Windows ###
Security Grilles sq.ft 412.00 85.50 20.09 35,226.00 8,278.11 43,504.11
Removal of Door with Jamb set 3.00 - 88.76 - 266.28 266.28
Removal of Window with Jamb sq.m 34.00 - 24.16 - 821.44 821.44
Door Jamb 45mm x 150mm set 3.00 1,472.50 346.04 4,417.50 1,038.11 5,455.61

D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb


complete with Accessories ( Lever Type Door Knob ) set 3.00 7,426.63 1,745.26 22,279.89 5,235.77 27,515.66
Window Jamb 45mm x 150mm sq.ft 259.00 59.51 13.98 15,413.09 3,622.08 19,035.17
Jalousie Window with Clear Glass Blades on JalouPlus
Type Silver Colored Frame sq.ft 412.00 77.94 18.32 32,111.28 7,546.15 39,657.43
Sub-total 136,255.70
13 Painting Works ###
Concrete surfaces sq.m 618.00 ###
Neutralizer gal 8.00 137.94 32.42 1,103.52 259.33 1,362.85
Latex, Flat gal 25.00 461.70 108.50 11,542.50 2,712.49 14,254.99
Masonry Putty gal 25.00 264.10 62.06 6,602.50 1,551.59 8,154.09
Latex, Semi Gloss gal 25.00 542.45 127.48 13,561.25 3,186.89 16,748.14
Acri Color qrt 7.00 172.43 40.52 1,207.01 283.65 1,490.66
Interior and exterior Ceiling sq.m 215.00 ###
Enamel, Flatwall gal 11.00 513.00 120.56 5,643.00 1,326.11 6,969.11
Enamel, Semi Gloss gal 11.00 557.65 131.05 6,134.15 1,441.53 7,575.68
Glazing Putty gal 11.00 517.75 121.67 5,695.25 1,338.38 7,033.63
Paint Thinner L 6.00 275.50 64.74 1,653.00 388.46 2,041.46
Doors and Windows Jambs sq.m 8.00 ###
Enamel, Flatwall gal 1.00 513.00 120.56 513.00 120.56 633.56
Glazing Putty gal 1.00 517.75 121.67 517.75 121.67 639.42
Enamel, Semi Gloss gal 1.00 557.65 131.05 557.65 131.05 688.70
Paint Thinner L 1.00 275.50 64.74 275.50 64.74 340.24
Sub-total 67,932.51
DIRECT COST 1,598,080.41
INDIRECT COST 22% of (I) 351,577.69
TAX 5% of (I + II) 97,482.91
TOTAL CONSTRUCTION COST (I + II + III) 2,047,141.01

Prepared by:

JOJO F. REMIGIO
Contractor's Representative
SUMMARY OF WORKS
BILL OF QUANTITIES
REPAIR 2020 - REGION VIII - Leyte - 002

School : TIB-O ELEMENTARY SCHOOL Date:


School I.D : 120900 Budget Allocation:
Region : VIII Engineering and Administrative O
Division : LEYTE Approved Budget for the Con
Project Title : Completion Period:
Minimum Required Manpower:
: PROPOSED REPAIR AND REHABILITATION OF SCHOOL BUILDING - General Foreman
DEPED STANDARD DESIGN, 2 CL (7 x 18M) Helper
Plan : Minimum Required Equipment:
Location : ABUYOG Hand Tools
One-Bagger Mixer
ITEM NO. Item Description % of Unit Quantity
Total
I. DIRECT COST
GENERAL REQUIREMENTS 13.72% lot 1.00
5.000 Masonry Works 5.07% lot 1.00
8.000 Roofing Works 16.18% lot 1.00
9.000 Carpentry works 19.21% sq m 222.00
10.000 Electrical Works 2.86% lot 1.00
6.000 Doors and Windows 13.60% lot 1.00
13.000 Painting Works 9.91% lot 1.00
Sub-Total
II. INDIRECT COST 22% of (I)
Overhead Expenses (8%) 5.35%
Contingencies (3%) 2.00%
Miscellaneous (1%) 0.67%
Contractor's Profit (10%) 6.68%
Sub-Total
III. TAX 5% of (I+II)
Sub-Total 4.76%
IV. TOTAL CONSTRUCTION COST (I + II + III) 100.00%
Prepared by:Recommending Approval:
RHODELIA G. ORBINO
Constractor's Representative Chief, SGOD

RAMON CLENIO B. DE VEYRA


Division Engineer III

TIB-O ES, Page 1 of 3

PROGRAM OF WORKS
DETAILED COST ESTIMATE

: PROPOSEDPROJECT

SCHOOL : TIB-O ELEMENTARY SCHOOL


LOCATION : ABUYOG
OWNER : DEPARTMENT OF EDUCATION
ITEM NO. DESCRIPTION UNIT QTY UNIT COST
MATERIAL
GENERAL REQUIREMENTS
Mobilization/Temporary Structures, Utilities and
lot 1.00 3,369.65
Services/Demobilization
Project Billboard lot 1.00 3,630.00
Safety and Health lot 1.00 5,616.09
Fire Safety Inspection Certificate (FSIC) lot 1.00
Other Permit Fee lot 1.00 -
Hauling cost lot 1.00 -
Sub-total
5 Masonry Works
Masonry Wall sq.m 18.00
5.03 CHB 4" thk pc 225.00 13.30
2.02 Portland Cement bag 6.00 251.75
2.05 Washed Sand cu.m 1.00 999.40
5.04 10mm x 6m RSB kg 24.00 33.25
3.12 G.I. Tie Wire kg 1.00 64.39
Plastering (Including CR & Rearside of the bldg) sq.m 68.00
2.02 Portland Cement bag 23.00 1,125.00
2.05 Washed Sand cu.m 3.00 1,050.00
Sub-total
8 Roofing Works
8.01 Removal of Roofing Sheets sq m 158.00 -
8.02 Removal of Ridge Roll pc 8.00 -
8.03 Removal of Flashing pc 9.00 -
8.05 Removal of Fascia Board pc 22.00 -
8.06 G.I. Long-Span Roofing, Corrugated, Pre-Painted, 1220mm lm 179.00 459.01
x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m x pc 9.00 458.38
0.6mm BMT
Flashing, Pre-Painted, Ordinary, 0.915m x 2.440m x 0.4mm
8.081 thk pc 8.00 574.75

8.1 Teckscrew 2-1/2" pc 1,848.00 2.85


8.13 Roof Sealant L 2.00 433.68
9.142 Fascia Board, Fiber Cement 10" x 12' pc 19.00 342.00
8.11 Blind Rivets pc 170.00 1.28
Sub-total
9 Carpentry works
9.007 Removal of Wooden Truss/ Beams bd.ft 630.00 -
9.008 Removal of Purlins bd.ft 448.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,078.00 40.85
4.04 CWN, Assorted kg 7.00 60.80
9.19 Wood Preservative, Brown L 8.00 427.50
Interior and exterior Ceiling
9.01 Removal of Ceiling sq.m 148.00 -
9.05 Plywood, Marine 1/4" x 4' x 8' pc 52.00 398.05
9.1 Metal Double Furring Channel (19mm x 50mm x 3m x pc 77.00 90.25
0.5mm thk
9.08 Metal Carrying Channel (12mm x 38mm x 5m x 0.8mm thk pc 29.00 110.20
9.11 Wall Angle 1" x 1" x 10' pc 34.00 33.25
9.13 Rod Suspension Hanger with Adjustment Spring pc 122.00 122.55
8.11 Blind Rivets pc 499.00 1.28
9.22 Concrete Nails kg 3.00 64.60
25mm x 25mm x 300mm Wood slats @25mm clear spacing
9.14 pc 8.00 232.75
ceiling ventilation (provide stainless steel wire mesh inside)
9.12 Preformed Wire Clip pc 122.00 4.75
9.131 Steel Angle pc 122.00 43.70
9.22 Concrete Nails kg 3.00 43.70
Blackboards
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 74.00 40.85
9.2 Lawanit, 1/4" thk pc 6.00 266.00
9.21 Finishing Nails kg 3.00 47.50
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 24.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 8.00 14.25
TIB-O ES, ABUYOG Page 2 of 3

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
10.13 Utility Box, 2" x 4" G.I. pc 4.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 215.00 26.60
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.32 3 Single Pole Wall Switches in One Switch Plate (10 AMP, set 2.00 189.76
230V)
10.361 FL 1 x 40W Industrial Type set 10.00 465.50
10.331 Safety Switch 30A 2P set 1.00 573.09
10.55 Electrical Tape pc 2.00 28.26
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.54 Wall Fan, 60W, 230V, 60Hz set 4.00 1,425.00
10.28 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
(WP)
Sub-total
6 Doors and Windows
6.01 Removal of Door with Jamb set 2.00 -
6.02 Removal of Window with Jamb sq.m 30.00 -
6.061 Door Jamb 45mm x 150mm set 2.00 1,472.50
6.032 D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb set 2.00 7,426.63
complete with Accessories (lever type door knob)
W - 1, ( 2.6 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.104 set 4.00 9,678.60
Clear Glass Transom on 50 x 150 mm Wooden Jamb
complete with Accessories
W - 2, ( 1.3 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.105 Clear Glass Transom on 50 x 150 mm Wooden Jamb set 4.00 4,818.40
complete with Accessories
6.15 Security Grilles sq.ft 268.00 85.50
Sub-total
13 Painting Works
Concrete surfaces sq.m 398.00
13.01 Neutralizer gal 20.00 137.94
13.02 Latex, Flat gal 40.00 461.70
13.03 Masonry Putty gal 15.00 264.10
13.04 Latex, Semi Gloss gal 14.00 542.45
13.05 Acri Color qrt 8.00 172.43
Interior and exterior Ceiling sq.m 148.00
13.06 Enamel, Flatwall gal 8.00 513.00
13.08 Enamel, Semi Gloss gal 15.00 557.65
13.07 Glazing Putty gal 8.00 517.75
13.09 Paint Thinner L 8.00 275.50
Doors and Windows Jambs sq.m 88.00
13.06 Enamel, Flatwall gal 5.00 513.00
13.07 Glazing Putty gal 5.00 517.75
13.08 Enamel, Semi Gloss gal 9.00 557.65
13.09 Paint Thinner L 4.00 275.50
Sub-total
DIRECT COST
INDIRECT COST 22% of (I)
TAX 5% of (I + II)
TOTAL CONSTRUCTION COST (I + II + III)
Prepared by: Recommending Approval:

RHODELIA G. ORBINO RONELO AL K. FIRMO, Ph.D., CESO V


Contractor's Chief, SGOD Schools Division Superintendent (HOPE)
Concurred:
RAMON CLENIO B. DE VEYRA ENGR. ANNABELLE R. PANGAN
Division Engineer III Chief, EFD - AS
TIB-O ES, Page 3 of 3

Section IX. Bidding Forms

TABLE OF CONTENTS

Bid Form 86
Form of Cont 88
Omnibus Swo 90

Bid Securing Declaration………………………………………………………91

85

Bid Form

Date: _______________________
IB7 No: _____________________

To: [name and address of PROCURING ENTITY]


Address: [insert address]
We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;

The total pr [insert


information];

The discounts [insert


information];

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the
Bid submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
[insert percentage amount] percent of the Contract Price for the due performance of the
Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other
than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
Contract is prepared and executed; and

7 If ADB, JICA and WB funded projects, use IFB.


86

(i) We understand that you are not bound to accept the Lowest Calculated Bid or any other
Bid that you may receive.

(j) We likewise certify/confirm that the undersigned, is the duly authorized


representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for the [Name of Project] of the [Name of the
Procuring Entity].

(k) We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name:
In the capacity of:
Signed:

Duly authorized to sign the Bid for and on behalf of:


Date:

87

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, [name the and


identification (hereinafter called “the Works”) and the Entity has
accepted the Bid for [insert the amount in specified currency in numbers and words] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1 In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter
referred to.

2 The following documents shall be attached, deemed to form, and be read and
construed as integral part of this Agreement, to wit:
(a) General and Special Conditions of Contract;
(b) Drawings/Plans;
(c) Specifications;
(d) Invitation to Bid;
(e) Instructions to Bidders;
(f) Bid Data Sheet;
(g) Addenda and/or Supplemental/Bid Bulletins, if any;
(h) Bid form, including all the documents/statements contained in the
Bidder’s bidding envelopes, as annexes, and all other documents
submitted (e.g., Bidder’s response to request for clarifications on the
bid), including corrections to the bid, if any, resulting from the
Procuring Entity’s bid evaluation;

(i) Eligibility requirements, documents and/or statements;


(j) Performance Security;
(k) Notice of Award of Contract and the Bidder’s conforme thereto;
(l) Other contract documents that may be required by existing laws and/or
the Entity.

3 In consideration of the payments to be made by the Entity to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Entity to
execute and complete the Works and remedy any defects therein in conformity
with the provisions of this Contract in all respects.

88
4 The Entity hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects wherein,
the Contract Price or such other sum as may become payable under the
provisions of this Contract at the times and in the manner prescribed by this
Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.

Signed, sealethe (for the Entity)


Signed, sealethe (for the Contractor).

Binding Signature of Procuring Entity

Binding Signature of Contractor

[Addendum showing the corrections, if any, made during the Bid evaluation should be
attached with this agreement]

89

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address
of Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:

1 Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of


[Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized


and designated representative of [Name of Bidder] with office address at [address of
Bidder];

2 Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative


of [Name of Bidder], I have full power and authority to do, execute and perform any
and all acts necessary to participate, submit the bid, and to sign and execute the
ensuing contract for [Name of the Project] of the [Name of the Procuring Entity]
[insert “as shown in the attached duly notarized Special Power of Attorney” for the
authorized representative];

If a partnership, corporation, cooperative, or joint venture: I am granted full power


and authority to do, execute and perform any and all acts necessary to participate,
submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
whichever is applicable;

3 [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of


the Philippines or any of its agencies, offices, corporations, or Local Government
Units, foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the Government Procurement Policy
Board;

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;

90

5 [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;

6 Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of


Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,
the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling


stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;

7 [Name of Bidder] complies with existing labor laws and standards; and

8 [Name of Bidder] is aware of and has undertaken the following responsibilities as a


Bidder:

a) Carefully examine all of the Bidding Documents;

b) 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 o [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.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

Bidder’s Representative/Authorized Signatory

91

SUBSCRIBED AND 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. _______ issued on ____ 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 _____

* This form will not apply for WB funded projects.

92

Bid-Securing Declaration

(REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

Invitation to Bid [Insert reference number]


To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1 I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.

2 I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the
Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt
of written demand by the procuring entity for the commission of acts resulting to the
enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,
except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal action the
government may undertake.

3 I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;

b. I am/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 Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

93

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]


[Insert signatory’s legal capacity]

Affiant

SUBSCRIBED AND 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-[insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.

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 ____.
94

Section X. Foreign-Assisted Projects

Notes on Foreign-Assisted Projects

This Section is intended to assist the Procuring Entity in providing the specific information
for foreign- (ADB), the Japan
International Cooperation Agency (JICA), and the World Bank.

(a) If the Funding Source is ADB, the Procuring Entity should use the ADB Bid Data
Sheet and ADB Special Conditions of Contract.

(b) If the Funding Source is JICA, the Procuring Entity should use Section III. Bid Data
Sheet and Section V. Special Conditions of Contract, both of the GoP.

(c) If the Funding Source is World Bank, the Procuring Entity should use the World Bank
Bid Data Sheet and the World Bank Special Conditions of Contract.

The Procuring Entity shall use these PBDs with minimum changes as necessary to address
project-specific conditions. Any such changes shall be introduced only through the Bid
Data Sheet or through the Special Conditions of Contract, and not by introducing changes
in the standard wording of the Instructions to Bidders and the General Conditions of
Contract.

The Procuring Entity shall allow the Bidders sufficient time to study the Bidding
Documents, prepare and complete responsive bids, and submit their bids. A period of at
least twenty (20) days for bid preparation shall be required.

Notes on the Invitation to Bid

The Invitation to Bid provides information that enables potential Bidders to decide whether
to participate in the procurement at hand. The Invitation to Bid shall be:

(a) Advertised at least once in a newspaper of general nationwide circulation which has
been regularly published for at least two (2) years before the date of issue of the
advertisement, subject to Sections 21.2.1(c) of the IRR of R.A. 91848;

(b) Posted continuously in the Philippine Government Electronic Procurement System


(PhilGEPS) website, the website of the Procuring Entity concerned, if available,
and the website prescribed by the foreign government/foreign or international
financing institution, if applicable, from the time the Invitation to Bid is advertised

8 Two years after the effectivity of the 2016 Revised IRR of RA 9184 on ___________, advertisement in a
newspaper of general circulation shall no longer be required. However, a Procuring Entity that cannot post its
opportunities in the PhilGEPS for justifiable reasons shall continue to publish its advertisements in a newspaper
of general nationwide circulation.

95

until the deadline for the submission and receipt of bids; and
(c) Posted at any conspicuous place reserved for this purpose in the premises of the
Procuring Entity concerned from the time the Invitation to Bid is advertised until
the deadline for the submission and receipt of bids, as certified by the head of the
Bids and Awards Committee (BAC) Secretariat of the Procuring Entity concerned.

Apart from the essential items listed in the Bidding Documents, the Invitation to Bid
should also indicate the following:

(a) The date of availability of the Bidding Documents, which shall be from the
time the Invitation to Bid is first advertised/posted until the deadline for the
submission and receipt of bids.

(b) The place where the Bidding Documents may be acquired or the website where
it may be downloaded.
(c) The deadline for the submission and receipt of bids; and
(d) Any important bid evaluation criteria.

The Invitation to Bid should be incorporated into the Bidding Documents. The
information contained in the Invitation to Bid must conform to the Bidding Documents and
in particular to the relevant information in the BDS.

Notes on the Bid Data Sheet

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to the corresponding clauses in the ITB, and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, the
applicable rules regarding Bid price and currency, and the Bid evaluation criteria that will
apply to the Bids. In preparing this Section, the following aspects should be checked:

(a) Information that specifies and complements provisions of Section II. Instructions to
Bidders must be incorporated.

(b) Amendments and/or supplements, if any, to provisions of Section II. Instructions to


Bidders as necessitated by the circumstances of the specific procurement, must also
be incorporated.

Notes on the Special Conditions of the Contract

Similar to the Section III. Bid Data Sheet, the clauses in this Section are intended to assist
the Procuring Entity in providing contract-specific information in relation to corresponding
clauses in the GCC.

The provisions of this Section complement the GCC, specifying contractual requirements

96

linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country,
the sector, and the Works procured. In preparing this Section, the following aspects should
be checked:
(a) Information that complements provisions of Section IV. General
Conditions of Contract must be incorporated.

(b) Amendments and/or supplements to provisions of Section IV.


General Conditions of Contract, as necessitated by the circumstances of the specific
project, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of Section IV. General Conditions of Contract should be incorporated
herein.

97

TABLE OF CONTENTS

INVITATION TO BID FOR FOREIGN-ASSISTED PROJECTS ERROR! BOOKMARK NOT DEFINED.

ASIAN DEVEERROR! BOOKMARK NOT DEFINED.


ASIAN DEVELOPMENT BANK SPECIAL CONDITIONS OF CONTRACTERROR! BOOKMARK NOT DEFINED.
WORLD BAERROR! BOOKMARK NOT DEFINED.
WORLD BANERROR! BOOKMARK NOT DEFINED.

98

Invitation to Bid for Foreign-Assisted Projects

[Letterhead of the Procuring Entity]

INVITATION TO BID FOR [Insert name of Project]

1 The Government of the Philippines (GoP) [has received/has applied for/intends to


apply for] a [Loan//Grant] from the [state the foreign government/foreign or
international financing institution (e.g., Asian Development Bank, Japan International
Cooperation Agency, or World Bank)] toward the cost of [insert name of project], and
it intends to apply part of the proceeds of this [loan//grant] to payments under the
contract for [insert name/no. of contract].

2 The [insert name of Procuring Entity] now invites bids for [insert brief description of
Works to be procured].9 Completion of the Works is required [insert the required
completion date or expected contract duration]. Bidders should have completed, within
________ (__), a contract similar to the Project. The description of an eligible bidder is
contained in 5, Section II.
Instructions to Bidders and the corresponding {[insert Asian Development Bank or
World Bank, as appropriate]} Bid Data Sheet.

3 Bidding will be conducted in accordance with relevant procedures for open competitive
bidding as specified in the IRR of RA 9184 (R.A. 9184), with some amendments, as
stated in these bidding documents and is open to all bidders from eligible source
countries as defined in the applicable procurement guidelines of the [state the foreign
government/foreign international financing institution concerned )]. The contract shall
be awarded to the Lowest Calculated Responsive Bidder (LCRB) who was determined
as such during post-qualification. The approved budget for the contract (ABC) is
[insert here the amount of the ABC].
[If ADB-funded project, ABC may be published, but it shall not be stated or implied that
bid prices may not exceed ABC.]

4 Interested bidders may obtain further information from [insert name of the Procuring
Entity] and inspect the Bidding Documents at the address given below from [insert
office hours].

5 A complete set of Bidding Documents may be acquired by the interested bidders on


[insert date of availability of Bidding Documents] from the address below {[insert if
necessary and upon payment of the applicable fee for the bidding documents, pursuant

9 A brief description of the scope of Works should be provided, including quantities, location of project, and
other information necessary to enable potential bidders to decide whether or not to respond to the invitation.

99

to the latest Guidelines issued by the GPPB, in the amount of [ insert amount in
pesos]10.}

It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) {[insert and the website of the
Procuring Entity, as applicable, ]} provided that bidders shall pay the applicable fee for
the Bidding Documents not later than the submission of their bids.

6 The [insert name of the Procuring Entity] will hold a Pre-Bid Conference11 on [insert
time and date] at [insert address for Pre-Bid Conference, if applicable], which shall be
open to prospective bidders.

7 Bids must be duly received by the BAC Secretariat at the address below on or before
[insert date and time]. All bids must be accompanied by a bid security in the amount of
__________ in [insert the acceptable form].

Bids will be opened in the presence of the bidders’ representatives who choose to attend
at the address below. Late bids shall not be accepted.

8 [Insert such other necessary information deemed relevant by the Procuring Entity]

9 The [insert name of the Procuring Entity] 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,
in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any
liability to the affected bidder or bidders.

10 For further information, please refer to:

[Insert name of officer]


[Insert name of office]

[Insert postal address] and/or [Insert street address]


[Insert telephone number, indicate city code]
[Insert contact’s email address]

[Insert facsimile number]


[Insert website address, if applicable]

10 For ADB-funded projects, the bidding documents fee should only cover reproduction and mailing/courier
costs, and may not be in accordance with the GPPB Guidelines. As such, the text “, pursuant to the latest
Guidelines issued by the GPPB,” shall be deleted.

11 May be deleted in case the ABC is less than One Million Pesos (P1,000,000) where the Procuring Entity may
not hold a pre-bid conference.

100

[Insert Name and Signature of the BAC


Chairperson or the Authorized
Representative of the BAC Chairperson]

101

Asian Development Bank Bid Data Sheet

ITB Clause

1.1 The Procuring Entity is [insert name of Procuring Entity].


The name of the Contract is [insert the name of the contract].
The identification number of the Contract is [insert identification number of
the contract].

2 The Funding Source is the Asian Development Bank (ADB) through


[indicate the Loan/Grant/Financing No.] in the amount of [insert amount of
funds].

The name of the Project is [Insert the name of the project]

Payments by the Foreign Funding Source will be made only at the request of
the Procuring Entity and upon approval by the Funding Source in
accordance wi
{[or Grant, or
Financing]} (hereinafter called the "Financing
Agreement") and

will be subject in all respect to the terms and conditions of that Financing
Agreement and the applicable law. No party other than the Procuring Entity
shall derive any rights from the Financing Agreement or have any claim to
the funds.

3.1

ADB’s Anticorruption Policy requires Borrowers (including beneficiaries of


ADB-financed activity), as well as Bidders, Suppliers, and
Contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth below
as follows:

(i) “corrupt practice” means the offering, giving, receiving, or


soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;

102

(iii) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the
actions of a party;

(iv) “collusive practice” means an arrangement between two or


more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;

(v) “obstructive practice” means (a) deliberately destroying,


falsifying, altering, or concealing of evidence material to an
ADB investi(b) making false statements to
investigators in order to materially impede an ADB
investigation; (c) failing to comply with requests to provide
information, documents or records in connection with an
Office of Anticorruption and Integrity (OAI) investigation;
(d) threatening, harassing, or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation; or (e)
materially impeding ADBʼs contractual rights of audit or
access to information; and

(vi) “integrity violation" is any act which violates ADB’s


Anticorruption Policy, including (i) to (v) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy,
including failure to adhere to the highest ethical standard.

(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent, en
in corrupt, fraudulent, collusive, coercive, or obstructive pract
other integrity violations in competing for the Contract;

(c) will cancel the portion of the financing allocated to a contract if it


determines at any time that representatives of the Borrower or of a
beneficiary of ADB financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;

(d) will impose remedial actions on a firm or an individual, at any time,


in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended from time to time),
including declaring ineligible, either indefinitely or for a stated
period of time, to participate in ADB-financed, administered, or
supported activities or to benefit from an ADB-financed,
administered, or supported contract, financially or otherwise, if it at

103

any time determines that the firm or individual has, directly or


through an agent, engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices or other integrity violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers, and contractors to permit ADB or its representative to
inspect their accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

5.1 Eligible Bidders are as described in ADB Procurement Guidelines as stated


in the Financing Agreement and as described on ADB’s web page
www.adb.org

An Eligible Bidder shall be deemed to have the nationality of a country if it


is a citizen or constituted or incorporated, and operates in conformity with
the provisions of the laws of that country.

5.2 Eligible Bidders are as described in ADB Procurement Guidelines as stated


in the Financing Agreement and as described on ADB’s web page
www.adb.org.

5.4 Instruction is the same as the GoP Bid Data Sheet

8.1 Instruction is the same as the GoP Bid Data Sheet


8.2 Instruction is the same as the GoP Bid Data Sheet
9.1 Instruction is the same as the GoP Bid Data Sheet
10.1 Instruction is the same as the GoP Bid Data Sheet
10.4 Instruction is the same as the GoP Bid Data Sheet

12.1 The first envelope shall contain the following eligibility and technical
documents:

a. Eligibility Requirements

i. Registration Certification of the Company;

ii. List of relevant contracts that comply to the experience requirement


as specified in ITB Clause 5.4;
iii. Audited financial statement for the past two years;

iv. In case of Joint Venture, the JV Agreement, if existing, or a signed


statement from the partner companies that they will enter into a JV

104

in case of award of contract;


b. Technical Documents

(To Be Revisited)

v. Project Requirements, which shall include the following:

(v.1) List of (e.g., Project Manager,


Project Engineers, Materials Engineers, and Foremen), to be
assigned to the contract to be bid, with their complete
qualification and experience data; and

(v.2) List of contractor’s major equipment units, which are


owned, leased, and/or under purchase agreements, supported by
proof of ownership, certification of availability of equipment
from the equipment lessor/vendor for the duration of the
project;

vi. Bid Security or a Bid Securing Declaration as required in the ITB


18;

vii. Sworn statement in accordance with Section 25.3 of the IRR of RA


9184 and using the form prescribed in Section VIII. Bidding Forms;
and

viii. Credit line from a Universal or Commercial Bank extended in favor


of the bidder if awarded the contract for the project.

Foreign bidders may submit the equivalent documents, if any, issued by the
country of the foreign bidder.

12.1(a)(iii) Foreign bidders may submit their valid Philippine Contractors Accreditation
Board (PCAB) license or special PCAB License in case of joint ventures,
and registration for the type and cost of the contract for this Project as a pre-
condition for award as provided in the Financing Agreement.

13.1 Instruction is the same as the GoP Bid Data Sheet


13.1(b) This shall include the following document:
1) Priced Bill of Quantities
(To Be Revisited- the GOP’s requirements of detailed estimat
cashflow/payment schedule)
13.2(a) and ABC does not apply as ceiling for bid prices
(b)
14.2 Instruction is the same as the GoP Bid Data Sheet

105
15.4 Instruction is the same as the GoP Bid Data Sheet
16.1 Instruction is the same as the GoP Bid Data Sheet
16.3 Instruction is the same as the GoP Bid Data Sheet
17.1 Instruction is the same as the GoP Bid Data Sheet
18.1 Instruction is the same as the GoP Bid Data Sheet
18.2 Instruction is the same as the GoP Bid Data Sheet
20.3 Instruction is the same as the GoP Bid Data Sheet
21 Instruction is the same as the GoP Bid Data Sheet

24.1 The BAC shall open the bids in public on [insert date and time of bid
opening], at [insert place of bid opening].

The time for the bid opening shall be the same as the deadline for receipt of
bids or promptly thereafter. Rescheduling the date of the opening of bids
shall not be considered except for force majeure, such as natural calamities.
In re-scheduling the opening of bids, the BAC shall issue a Notice of
Postponement to be posted at the PhilGEPS’ and the Procuring Entity’s
websites.

24.2 During bid opening, if the first envelope lacks any of the documents listed in
the ADB BDS 12.1, the bid shall be declared non-responsive but the
documents shall be kept by the Procuring Entity. Only the unopened second
envelope shall be returned to the Bidder.

24.3 The BAC shall immediately open the financial proposals in the second
envelope of the responsive bids. The bid price shall be read and recorded.

27.4 ABC does not apply as ceiling for bid prices.


28.2 Instruction is the same as the GoP Bid Data Sheet
31.4(f) Instruction is the same as the GoP Bid Data Sheet

(To Be Revisited together with the Technical Documents)

106

Asian Development Bank Special Conditions of Contract


(Maybe subject to further changes)

GCC Clause

1.17 Instruction is the same as the GoP Special Condition of Contract


1.22 Instruction is the same as the GoP Special Condition of Contract
1.23 Instruction is the same as the GoP Special Condition of Contract
1.24 Instruction is the same as the GoP Special Condition of Contract
1.28 Instruction is the same as the GoP Special Condition of Contract
1.31 Instruction is the same as the GoP Special Condition of Contract
2.2 Instruction is the same as the GoP Special Condition of Contract
5.1 Instruction is the same as the GoP Special Condition of Contract
6.5 Instruction is the same as the GoP Special Condition of Contract
7.4(c) Instruction is the same as the GoP Special Condition of Contract

7.7 The Contractor shall be primarily and solely responsible for the acts,
defaults, and negligence of any subcontractor.

8.1 Instruction is the same as the GoP Special Condition of Contract


10 Instruction is the same as the GoP Special Condition of Contract

12.3 In case the Contractor fails to comply with the preceding paragraph, the
Procuring Entity shall forfeit its performance security. All payables of the
GoP in the Contractor's favor shall be offset to recover the costs.

12.5 Instruction is the same as the GoP Special Condition of Contract

13 Instruction is the same as the GoP Special Condition of Contract

18.3 (h) (i) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract acquisition
and implementation, such as, but not limited to, corrupt, fraudulent,
collusive, coercive and obstructive practices as defined in ITB Clause

107

3.1 (a)

21.2 Instruction is the same as the GoP Special Condition of Contract


29.1 Instruction is the same as the GoP Special Condition of Contract
31.1 Instruction is the same as the GoP Special Condition of Contract
31.3 Instruction is the same as the GoP Special Condition of Contract

34.3 The Funding Source is the Asian Development Bank through [indicate the
Loan/Grant/Financing No.] in the amount of [insert amount of funds].

39.1 Instruction is the same as the GoP Special Condition of Contract

40.1 Materials and equipment delivered on the site but not completely put in
place shall be included for payment.

40.3 If the Procuring Entity delays payment, the Contractor shall be paid interest
on such payment. Interest shall be calculated from the date by which the
payment should have been made up to the date when the late payment is
made at the annual rate of [insert percentage rate].

51.1 Instruction is the same as the GoP Special Condition of Contract


51.2 Instruction is the same as the GoP Special Condition of Contract

108

World Bank Bid Data Sheet

ITB Clause

1.1 The Procuring Entity is [insert name ].


The name of the Contract is [insert the name of the contract].
The identification number of the Contract is [insert identification number of
the contract].
2 The Funding Source is World Bank through [indicate the Financing
Agreement No.] in the amount of [insert amount of funds].
The name of the Project is [Insert the name of the project]

3.1 The World Bank Guidelines on Anti-Corruption, as stated in the Financing


Agreement and as annexed to the World Bank Standard Conditions of
Contract, shall be adopted.

5.1 The Financing Agreement provides that procurement shall follow the
Bank’s Procurement Guidelines and Section 1.8 thereof permits the
participation of firm from all countries except for those mentioned in
Section 1.10 thereof.
5.2 The Financing Agreement provides that procurement shall follow the
Bank’s Procurement Guidelines and Section 1.8 thereof permits the
participation of firm from all countries except for those mentioned in
Section 1.10 thereof.
5.4 Instruction is the same as the GoP Bid Data Sheet
8.1 Instruction is the same as the GoP Bid Data Sheet
8.2 Instruction is the same as the GoP Bid Data Sheet
9.1 Instruction is the same as the GoP Bid Data Sheet
10.1 Instruction is the same as the GoP Bid Data Sheet
10.4 Instruction is the same as the GoP Bid Data Sheet

12.1 During Bid opening, if the first bid envelope lacks any of the following

109

documents, the bid shall be declared non-responsive.

The first envelope shall contain the following eligibility and technical
documents:

a. Eligibility Requirements

i. Registration Certification of the Company;

ii. List of relevant contracts that comply to experience requirement as


specified in ITB Clause 5.4;

iii. Audited financial statement for the past 2 years;

iv. In case of Joint Venture, the JV Agreement, if existing, or a signed


Statement from the partner companies that they will enter into a JV in case
of award of contract.

b. Technical Documents

v. Project Requirements, to include:

(v.1) List o (e.g. Project Manager, Project


Engineers, Materials Engineers, and Foremen). To be assigned to the
contract to be bid, with their complete qualification and experience data; and
(v.2) List of contractor’s major equipment units, which are owned, leased
and/or under purchase agreements, supported by proof of ownership,
certification of availability of equipment from equipment lessor/vendor for
the duration of the project;

vi. Bid Security or Bid Securing Declaration as required in ITB 18;

vii. Sworn statement in accordance with Section 25.3 of the IRR of RA 9184
and using the form prescribed in Section VIII. Bidding Forms.

viii. Credit line from a universal or commercial bank extended in favor of


the bidder is awarded the contract for the project.

Foreign bidders may submit the equivalent documents, if any, issued by the
country of the foreign bidder.

12.1(a)(iii) Foreign bidders may submit their valid Philippine Contractors Accreditation
Board (PCAB) license or special PCAB License in case of joint ventures,
and registration for the type and cost of the contract for this Project as a pre-
condition for award as provided in the Financing Agreement, and ITB Nos.
12.1(b)(ii.2) and 12.1(b)(iii.3)

110

13.1 Instruction is the same as the GoP Bid Data Sheet


13.2 (a) & (b)ABC does not generally apply as a ceiling for bid prices.
However, subject to prior concurrence by the World Bank, a ceiling may
be applied to bid prices provided the following conditions are met:

a) 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.

b) The procuring entity has procedures in place to ensure that the ABC
is based on recent estimates made by the engineer or the responsible unit of
the procuring entity and that the estimates are based on adequate detailed
engineering (in the case of works) and reflect the quality, supervision and
risk and inflationary factors, as well as prevailing market prices,
associated with the types of works or goods to be procured.

c) The procuring entity has trained cost estimators on estimating prices


and analyzing bid variances. In the case of infrastructure projects, the
procuring entity must also have trained quantity surveyors.

d) The procuring entity has established a system to monitor and report


bid prices relative to ABC and engineer’s/procuring entity’s estimate.

e) The procuring entity has established a monitoring and evaluation


system for contract implementation to provide a feedback on actual total
costs of goods and works.
14.2 Instruction is the same as the GoP Bid Data Sheet
15.4 Instruction is the same as the GoP Bid Data Sheet
16.1 Instruction is the same as the GoP Bid Data Sheet
16.3 Instruction is the same as the GoP Bid Data Sheet
17.1 Instruction is the same as the GoP Bid Data Sheet
18.1 Instruction is the same as the GoP Bid Data Sheet
18.2 Instruction is the same as the GoP Bid Data Sheet
20.3 Instruction is the same as the GoP Bid Data Sheet
21 Instruction is the same as the GoP Bid Data Sheet

24.1 The BAC shall open the bids in public on {insert date and time of bid

111

opening}, at {insert place of bid opening}.

The time for the bid opening shall be the same as the deadline for receipt of
bids or promptly thereafter. Rescheduling the date of the opening of bids
shall not be considered except for force majeure, such as natural calamities.
In re-scheduling the opening of bids, the BAC shall issue a Notice of
Postponement to be posted at the PhilGEPS’ and the Procuring Entity’s
websites.

24.2 During Bid opening, if the first envelope lacks any of the documents listed
in World Bank BDS 12.1, the bid shall be declared non-responsive but the
documents shall be kept by the Procuring Entity.

24.3 The financial proposals in the second envelope of all the bidders shall be
read for record purposes. The first and second envelopes shall not be
returned to the bidders.

27.4 ABC does not generally apply as a ceiling for bid prices; unless the
conditions mentioned in ITB No. 13.2 are obtaining and that there is prior
World Bank concurrence.

28.2 Instruction is the same as the GoP Bid Data Sheet

31.4(f) Instruction is the same as the GoP Bid Data Sheet

112

World Bank Special Conditions of Contract

The World Bank adopts the provisions of the Special Conditions of Contract of the GOP as
contained in ________, except GCC
Clauses 18.3(h)(i) and 18.4, 34.3as follows:

GCC Clause

18.3 (h) (i) The World Bank’s Guidelines On Preventing and Combating Fraud and
Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants
as annex herein shall be applied.

18.4 The World Bank is the Funding Source through Loan Agreement No.____.
34.3 The Funding Source is the World Bank.

113

Checklist of the Eligibility-Technical and the Financial Component Documents for Bidders

CLUSTER No.
I. Technical Component Envelope

Eligibility Requirements

Class “A” Documents

1. Philgeps PLATINUM Membership (showing updated / current and/or valid Registration Certificate, Mayor’s/Business Permit or its
Equivalent Document, Tax Clearance, Philippine Contractors Accreditation Board (PCAB) license and registration and Audited Financial

Duly signed S 2
Section III, BDS 12.1 (a)(iii) in case of ongoing contract]; submit also the following in this envelope:

a. copies of the corresponding notices of award and/or notices to proceed; and


b. copies of the CPES rating sheets, if applicable;

3. Duly signed Statement of all COMPLETED government and private contracts

4 Duly signed Statement SINGLE LARGEST CONTRACT, similar to the contract to be bid, in an amount equivalent to at least
(50%) of the ABC to be bid pursuant to Section III, BDS Clause 5.4;

Submit also the following inside this envelope (for item 3 and 4):
a.1 copies of the corresponding notices of award and/or notices to proceed; and

a.2 copies of owner’s certificate of final acceptance, or Constructor’s Performance Evaluation System (CPES) final rating, and/or
the certificate of completion, which must be satisfactory;

For joint ventures, a valid PCAB license and registration specifically issued for the joint venture in accordance with Section 38 of R.A.
4566;

5. Duly signed Computation of Net Financial Contracting Capacity (NFCC) which shall be at least equal to the ABC to be bid pursuant to
5.5; or

a. Commitment from a Universal or Commercial Bank to extend a credit line in bidder’s favor in an amount equal to at least 10% of the
ABC to be bid.

Class “B” Documents

8 If applicable, valid and duly signed Joint Venture Agreement (JVA) in case the Joint Venture is already in existence, or a duly
statements from all the potential joint venture members stating that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful pursuant to ITB Clause 12.1(a)(vii); members of the JVA or the intended JVA shall also submit the
documents mentioned in ITB 24.6;

Technical Documents

Original BID 9
Insurance Commission required in ITB 12.1(b)(1.2).
10. Project requirements, which shall include the following:

a. Organization Chart for the contract to be bid;

b. List of contractor’s personnel to be assigned to the contract to be bid, with their complete qualification and experience
data, viz: Project Manager, Project Engineer, Materials Engineer, and Foremen;

c. List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification
availability of equipment from the equipment lessor/vendor for the duration of the project;

11. Original and duly signed Omnibus Sworn Statement (OSS) in accordance with Section IX, Bidding Forms, in case of cor
partnerships, joint venture, or cooperative, submit also the following:
a. Notarized Secretary’s Certificate (refer to paragraph no. 2 of the OSS)

NUMBER OF COPIES OF ELIGIBILITY - TECHNICAL and FINANCIAL COMPONENT in SEPARATE ENVELOPES:


• One (1) Original and

• One (1) additional copy

II. Financial Component Envelope

Mandatory Requirements:

1 Original duly signed and priced Financial Bid Form


2 Original duly signed and priced Program of Works

3. Original duly signed and priced Bill of Quantities

Optional Requirement:

4 Soft copy in compact disc (CD) or flash drive of the duly priced Bill of Quantities and Program of Works using Microsoft Exce

BAC Member

114
February 14, 2019
PHP 840,487.52
Engineering and Administrative Overhead:
Approved Budget for the ConPHP 840,487.52
90 calendar days
Minimum Required Manpower:
Welder Carpenter
Mason Painter
Minimum Required Equipment:
W elding Machine
Bar Cutter
Total Cost Remarks

115,301.81
42,595.01
136,004.19
161,440.39
24,011.46
114,274.81
83,282.74
676,910.41

44,928.69
16,848.26
5,616.09
56,160.86
123,553.89

40,023.22
840,487.52
Approved:
RONELO AL K. FIRMO, Ph.D., CESO V
Head of Procuring Entity (HOPE)
Concurred:
ENGR. ANNABELLE R. PANGAN
Chief, EFD-AS

TOTAL COST GRAND TOTAL


LABOR MATERIAL LABOR

2,246.43 5,616.09 2,246.43 7,862.52

1,261.60 1,261.60 1,261.60


- 5,616.09 - 5,616.09
561.61 - 561.61 561.61
- - - -
100,000.00 - 100,000.00 100,000.00
115,301.81

4.40 2,992.50 990.80 3,983.30


75.89 1,510.50 455.33 1,965.83
348.06 999.40 348.06 1,347.46
11.88 798.00 285.13 1,083.13
23.22 64.39 23.22 87.61

200.89 25,875.00 4,620.54 30,495.54


160.71 3,150.00 482.14 3,632.14
42,595.01

7.50 0.00 1,185.00 1,185.00


15.00 0.00 120.00 120.00
15.00 0.00 135.00 135.00
23.50 0.00 517.00 517.00
144.53 82,163.06 25,871.05 108,034.11

81.52 4,125.38 733.70 4,859.07

90.75 4,598.00 726.00 5,324.00

0.40 5,266.80 742.15 6,008.95


65.87 867.35 131.74 999.09
108.00 6,498.00 2,052.00 8,550.00
0.32 218.03 53.94 271.97
136,004.19

8.00 0.00 5,040.00 5,040.00


8.00 0.00 3,584.00 3,584.00
17.34 44,036.30 18,696.25 62,732.55
15.71 425.60 109.96 535.56
247.50 3,420.00 1,980.00 5,400.00

8.00 0.00 1,184.00 1,184.00


149.57 20,698.60 7,777.80 28,476.40
39.35 6,949.25 3,029.65 9,978.90

40.04 3,195.80 1,161.12 4,356.92


25.29 1,130.50 859.94 1,990.44
41.08 14,951.10 5,011.38 19,962.48
0.32 639.97 158.34 798.30
29.16 193.80 87.47 281.27

73.50 1,862.00 588.00 2,450.00

1.52 579.50 185.82 765.32


13.80 5,331.40 1,683.60 7,015.00
13.80 131.10 41.40 172.50

17.34 3,022.90 1,283.42 4,306.32


84.62 1,596.00 507.74 2,103.74
23.48 142.50 70.44 212.94
29.16 64.60 29.16 93.76
161,440.39

14.15 1,140.00 339.69 1,479.69


28.13 106.88 28.13 135.00
12.17 28.50 12.17 40.67
7.20 114.00 57.62 171.62

TOTAL COST
GRAND TOTAL
LABOR MATERIAL LABOR
9.69 114.00 38.75 152.75

5.90 5,719.00 1,269.26 6,988.26


49.88 455.05 199.51 654.56
39.51 379.53 79.02 458.54

73.50 4,655.00 735.00 5,390.00


120.65 573.09 120.65 693.74
3.74 56.53 7.48 64.00
49.88 455.05 199.51 654.56
174.48 5,700.00 697.94 6,397.94
68.77 455.05 275.08 730.13

24,011.46

88.76 0.00 177.52 177.52


24.16 0.00 724.80 724.80
155.00 2,945.00 310.00 3,255.00
781.75 14,853.25 1,563.50 16,416.75

1,528.20 38,714.40 6,112.80 44,827.20

760.80 19,273.60 3,043.20 22,316.80


13.59 22,914.00 3,642.74 26,556.74
114,274.81

52.31 2,758.80 1,046.21 3,805.01


138.51 18,468.00 5,540.38 24,008.38
102.49 3,961.50 1,537.28 5,498.78
152.11 7,594.30 2,129.54 9,723.84
48.19 1,379.40 385.55 1,764.95

156.32 4,104.00 1,250.55 5,354.55


150.55 8,364.75 2,258.31 10,623.06
144.36 4,142.00 1,154.85 5,296.85
72.53 2,204.00 580.25 2,784.25

156.32 2,565.00 781.59 3,346.59


144.36 2,588.75 721.78 3,310.53
150.55 5,018.85 1,354.98 6,373.83
72.53 1,102.00 290.12 1,392.12
83,282.74
676,910.41
123,553.89
40,023.22
840,487.52
Approved:
ent/foreign or
act which violates ADB’s

it determines that the Bidder


, directly or through an agent, engaged
ve, coercive, or obstructive practices or
e GoP Bid Data Sheet
ng document:

requirements of detailed estimates and

g for bid prices

e GoP Bid Data Sheet


yor’s/Business Permit or its
gistration and Audited Financial

an amount equivalent to at least fifty percent

ystem (CPES) final rating, and/or

ance with Section 38 of R.A.

to the ABC to be bid pursuant to ITB

nt equal to at least 10% of the

e is already in existence, or a duly notarized


rovisions of the JVA in the
ed JVA shall also submit the
alification and experience

ments, supported by certification of

IX, Bidding Forms, in case of corporation,

m of Works using Microsoft Excel.


PROGRAM OF WORKS
DETAILED COST ESTIMATE

: PROPOSEDPROJECT

SCHOOL : TIB-O ELEMENTARY SCHOOL


LOCATION : ABUYOG
OWNER : DEPARTMENT OF EDUCATION
ITEM NO. DESCRIPTION UNIT QTY UNIT COST
MATERIAL
GENERAL REQUIREMENTS
Mobilization/Temporary Structures, Utilities and
lot 1.00 3,369.65
Services/Demobilization
Project Billboard lot 1.00 3,630.00
Safety and Health lot 1.00 5,616.09
Fire Safety Inspection Certificate (FSIC) lot 1.00
Other Permit Fee lot 1.00 -
Hauling cost lot 1.00 -
Sub-total
5 Masonry Works
Masonry Wall sq.m 18.00
5.03 CHB 4" thk pc 225.00 13.30
2.02 Portland Cement bag 6.00 251.75
2.05 Washed Sand cu.m 1.00 999.40
5.04 10mm x 6m RSB kg 24.00 33.25
3.12 G.I. Tie Wire kg 1.00 64.39
Plastering (Including CR & Rearside of the bldg) sq.m 68.00
2.02 Portland Cement bag 23.00 1,125.00
2.05 Washed Sand cu.m 3.00 1,050.00
Sub-total
8 Roofing Works
8.01 Removal of Roofing Sheets sq m 158.00 -
8.02 Removal of Ridge Roll pc 8.00 -
8.03 Removal of Flashing pc 9.00 -
8.05 Removal of Fascia Board pc 22.00 -
8.06 G.I. Long-Span Roofing, Corrugated, Pre-Painted, 1220mm lm 179.00 459.01
x 0.4mm BMT
8.07 G.I. Ridge Roll, Preformed, Pre-Painted, 0.610m x 2.440m x pc 9.00 458.38
0.6mm BMT
Flashing, Pre-Painted, Ordinary, 0.915m x 2.440m x 0.4mm
8.081 thk pc 8.00 574.75

8.1 Teckscrew 2-1/2" pc 1,848.00 2.85


8.13 Roof Sealant L 2.00 433.68
9.142 Fascia Board, Fiber Cement 10" x 12' pc 19.00 342.00
8.11 Blind Rivets pc 170.00 1.28
Sub-total
9 Carpentry works
9.007 Removal of Wooden Truss/ Beams bd.ft 630.00 -
9.008 Removal of Purlins bd.ft 448.00 -
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 1,078.00 40.85
4.04 CWN, Assorted kg 7.00 60.80
9.19 Wood Preservative, Brown L 8.00 427.50
Interior and exterior Ceiling
9.01 Removal of Ceiling sq.m 148.00 -
9.05 Plywood, Marine 1/4" x 4' x 8' pc 52.00 398.05
9.1 Metal Double Furring Channel (19mm x 50mm x 3m x pc 77.00 90.25
0.5mm thk
9.08 Metal Carrying Channel (12mm x 38mm x 5m x 0.8mm thk pc 29.00 110.20
9.11 Wall Angle 1" x 1" x 10' pc 34.00 33.25
9.13 Rod Suspension Hanger with Adjustment Spring pc 122.00 122.55
8.11 Blind Rivets pc 499.00 1.28
9.22 Concrete Nails kg 3.00 64.60
25mm x 25mm x 300mm Wood slats @25mm clear spacing
9.14 pc 8.00 232.75
ceiling ventilation (provide stainless steel wire mesh inside)
9.12 Preformed Wire Clip pc 122.00 4.75
9.131 Steel Angle pc 122.00 43.70
9.22 Concrete Nails kg 3.00 43.70
Blackboards
9.17 Rough Lumber, Sun Dried, Tanguile bd.ft 74.00 40.85
9.2 Lawanit, 1/4" thk pc 6.00 266.00
9.21 Finishing Nails kg 3.00 47.50
9.22 Concrete Nails kg 1.00 64.60
Sub-total
10 Electrical Works
Roughing-ins
10.01 Electrical Conduit uPVC, 15mmØ pc 24.00 47.50
10.049 RSC 20mmØ pc 1.00 106.88
10.08 Entrance Cap 20mm dia. pc 1.00 28.50
10.12 Junction Box, 4" x 4" G.I. pc 8.00 14.25
TIB-O ES, ABUYOG Page 2 of 3

UNIT COST
ITEM NO. DESCRIPTION UNIT QTY
MATERIAL
10.13 Utility Box, 2" x 4" G.I. pc 4.00 28.50
Wires & Fixtures
10.16 3.5 mm² THHN Wire, Stranded m 215.00 26.60
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.32 3 Single Pole Wall Switches in One Switch Plate (10 AMP, set 2.00 189.76
230V)
10.361 FL 1 x 40W Industrial Type set 10.00 465.50
10.331 Safety Switch 30A 2P set 1.00 573.09
10.55 Electrical Tape pc 2.00 28.26
10.27 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
10.54 Wall Fan, 60W, 230V, 60Hz set 4.00 1,425.00
10.28 Duplex Convenience Outlet, Grounding Type, 20A, 250V set 4.00 113.76
(WP)
Sub-total
6 Doors and Windows
6.01 Removal of Door with Jamb set 2.00 -
6.02 Removal of Window with Jamb sq.m 30.00 -
6.061 Door Jamb 45mm x 150mm set 2.00 1,472.50
6.032 D-1, Panel Door 0.90m x 2.10m on 150mm Wooden Jamb set 2.00 7,426.63
complete with Accessories (lever type door knob)
W - 1, ( 2.6 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.104 set 4.00 9,678.60
Clear Glass Transom on 50 x 150 mm Wooden Jamb
complete with Accessories
W - 2, ( 1.3 x 1.6 m) Jalousie Window with Clear Glass
Blades on JalouPlus Type Silver Colored Frame and Fixed
6.105 Clear Glass Transom on 50 x 150 mm Wooden Jamb set 4.00 4,818.40
complete with Accessories
6.15 Security Grilles sq.ft 268.00 85.50
Sub-total
13 Painting Works
Concrete surfaces sq.m 398.00
13.01 Neutralizer gal 20.00 137.94
13.02 Latex, Flat gal 40.00 461.70
13.03 Masonry Putty gal 15.00 264.10
13.04 Latex, Semi Gloss gal 14.00 542.45
13.05 Acri Color qrt 8.00 172.43
Interior and exterior Ceiling sq.m 148.00
13.06 Enamel, Flatwall gal 8.00 513.00
13.08 Enamel, Semi Gloss gal 15.00 557.65
13.07 Glazing Putty gal 8.00 517.75
13.09 Paint Thinner L 8.00 275.50
Doors and Windows Jambs sq.m 88.00
13.06 Enamel, Flatwall gal 5.00 513.00
13.07 Glazing Putty gal 5.00 517.75
13.08 Enamel, Semi Gloss gal 9.00 557.65
13.09 Paint Thinner L 4.00 275.50
Sub-total
DIRECT COST
INDIRECT COST 22% of (I)
TAX 5% of (I + II)
TOTAL CONSTRUCTION COST (I + II + III)
Prepared by: Recommending Approval:

RHODELIA G. ORBINO RONELO AL K. FIRMO, Ph.D., CESO V


Contractor's Chief, SGOD Schools Division Superintendent (HOPE)
Concurred:
RAMON CLENIO B. DE VEYRA ENGR. ANNABELLE R. PANGAN
Division Engineer III Chief, EFD - AS
TIB-O ES, Page 3 of 3

Section IX. Bidding Forms

TABLE OF CONTENTS

Bid Form 86
Form of Cont 88
Omnibus Swo 90

Bid Securing Declaration………………………………………………………91


85

Bid Form

Date: _______________________
IB7 No: _____________________

To: [name and address of PROCURING ENTITY]


Address: [insert address]

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;

The total pr [insert


information];

The discounts [insert


information];

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the
Bid submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
[insert percentage amount] percent of the Contract Price for the due performance of the
Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other
than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
Contract is prepared and executed; and

7 If ADB, JICA and WB funded projects, use IFB.


86

(i) We understand that you are not bound to accept the Lowest Calculated Bid or any other
Bid that you may receive.

(j) We likewise certify/confirm that the undersigned, is the duly authorized


representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for the [Name of Project] of the [Name of the
Procuring Entity].

(k) We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name:

In the capacity of:


Signed:

Duly authorized to sign the Bid for and on behalf of:


Date:

87

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, [name the and


identification (hereinafter called “the Works”) and the Entity has
accepted the Bid for [insert the amount in specified currency in numbers and words] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1 In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter
referred to.

2 The following documents shall be attached, deemed to form, and be read and
construed as integral part of this Agreement, to wit:
(a) General and Special Conditions of Contract;
(b) Drawings/Plans;
(c) Specifications;
(d) Invitation to Bid;
(e) Instructions to Bidders;
(f) Bid Data Sheet;
(g) Addenda and/or Supplemental/Bid Bulletins, if any;
(h) Bid form, including all the documents/statements contained in the
Bidder’s bidding envelopes, as annexes, and all other documents
submitted (e.g., Bidder’s response to request for clarifications on the
bid), including corrections to the bid, if any, resulting from the
Procuring Entity’s bid evaluation;

(i) Eligibility requirements, documents and/or statements;


(j) Performance Security;
(k) Notice of Award of Contract and the Bidder’s conforme thereto;
(l) Other contract documents that may be required by existing laws and/or
the Entity.

3 In consideration of the payments to be made by the Entity to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Entity to
execute and complete the Works and remedy any defects therein in conformity
with the provisions of this Contract in all respects.

88

4 The Entity hereby covenants to pay the Contractor in consideration of the


execution and completion of the Works and the remedying of defects wherein,
the Contract Price or such other sum as may become payable under the
provisions of this Contract at the times and in the manner prescribed by this
Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.

Signed, sealethe (for the Entity)


Signed, sealethe (for the Contractor).

Binding Signature of Procuring Entity

Binding Signature of Contractor

[Addendum showing the corrections, if any, made during the Bid evaluation should be
attached with this agreement]

89

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address
of Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:

1 Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of


[Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized


and designated representative of [Name of Bidder] with office address at [address of
Bidder];

2 Select one, delete the other:


If a sole proprietorship: As the owner and sole proprietor or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any
and all acts necessary to participate, submit the bid, and to sign and execute the
ensuing contract for [Name of the Project] of the [Name of the Procuring Entity]
[insert “as shown in the attached duly notarized Special Power of Attorney” for the
authorized representative];

If a partnership, corporation, cooperative, or joint venture: I am granted full power


and authority to do, execute and perform any and all acts necessary to participate,
submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
whichever is applicable;

3 [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of


the Philippines or any of its agencies, offices, corporations, or Local Government
Units, foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the Government Procurement Policy
Board;

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;

90

5 [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;

6 Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of


Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,
the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling


stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;

7 [Name of Bidder] complies with existing labor laws and standards; and

8 [Name of Bidder] is aware of and has undertaken the following responsibilities as a


Bidder:

a) Carefully examine all of the Bidding Documents;

b) 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 o [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.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

Bidder’s Representative/Authorized Signatory

91

SUBSCRIBED AND 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. _______ issued on ____ 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 _____

* This form will not apply for WB funded projects.

92

Bid-Securing Declaration

(REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

Invitation to Bid [Insert reference number]


To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1 I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.

2 I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the
Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt
of written demand by the procuring entity for the commission of acts resulting to the
enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,
except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal action the
government may undertake.

3 I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;

b. I am/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 Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

93

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]


[Insert signatory’s legal capacity]

Affiant

SUBSCRIBED AND 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-[insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.

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 ____.

94

Section X. Foreign-Assisted Projects

Notes on Foreign-Assisted Projects

This Section is intended to assist the Procuring Entity in providing the specific information
for foreign- (ADB), the Japan
International Cooperation Agency (JICA), and the World Bank.

(a) If the Funding Source is ADB, the Procuring Entity should use the ADB Bid Data
Sheet and ADB Special Conditions of Contract.

(b) If the Funding Source is JICA, the Procuring Entity should use Section III. Bid Data
Sheet and Section V. Special Conditions of Contract, both of the GoP.

(c) If the Funding Source is World Bank, the Procuring Entity should use the World Bank
Bid Data Sheet and the World Bank Special Conditions of Contract.

The Procuring Entity shall use these PBDs with minimum changes as necessary to address
project-specific conditions. Any such changes shall be introduced only through the Bid
Data Sheet or through the Special Conditions of Contract, and not by introducing changes
in the standard wording of the Instructions to Bidders and the General Conditions of
Contract.

The Procuring Entity shall allow the Bidders sufficient time to study the Bidding
Documents, prepare and complete responsive bids, and submit their bids. A period of at
least twenty (20) days for bid preparation shall be required.

Notes on the Invitation to Bid

The Invitation to Bid provides information that enables potential Bidders to decide whether
to participate in the procurement at hand. The Invitation to Bid shall be:

(a) Advertised at least once in a newspaper of general nationwide circulation which has
been regularly published for at least two (2) years before the date of issue of the
advertisement, subject to Sections 21.2.1(c) of the IRR of R.A. 91848;

(b) Posted continuously in the Philippine Government Electronic Procurement System


(PhilGEPS) website, the website of the Procuring Entity concerned, if available,
and the website prescribed by the foreign government/foreign or international
financing institution, if applicable, from the time the Invitation to Bid is advertised
8 Two years after the effectivity of the 2016 Revised IRR of RA 9184 on ___________, advertisement in a
newspaper of general circulation shall no longer be required. However, a Procuring Entity that cannot post its
opportunities in the PhilGEPS for justifiable reasons shall continue to publish its advertisements in a newspaper
of general nationwide circulation.

95

until the deadline for the submission and receipt of bids; and

(c) Posted at any conspicuous place reserved for this purpose in the premises of the
Procuring Entity concerned from the time the Invitation to Bid is advertised until
the deadline for the submission and receipt of bids, as certified by the head of the
Bids and Awards Committee (BAC) Secretariat of the Procuring Entity concerned.

Apart from the essential items listed in the Bidding Documents, the Invitation to Bid
should also indicate the following:

(a) The date of availability of the Bidding Documents, which shall be from the
time the Invitation to Bid is first advertised/posted until the deadline for the
submission and receipt of bids.

(b) The place where the Bidding Documents may be acquired or the website where
it may be downloaded.
(c) The deadline for the submission and receipt of bids; and
(d) Any important bid evaluation criteria.

The Invitation to Bid should be incorporated into the Bidding Documents. The
information contained in the Invitation to Bid must conform to the Bidding Documents and
in particular to the relevant information in the BDS.

Notes on the Bid Data Sheet

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to the corresponding clauses in the ITB, and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, the
applicable rules regarding Bid price and currency, and the Bid evaluation criteria that will
apply to the Bids. In preparing this Section, the following aspects should be checked:

(a) Information that specifies and complements provisions of Section II. Instructions to
Bidders must be incorporated.

(b) Amendments and/or supplements, if any, to provisions of Section II. Instructions to


Bidders as necessitated by the circumstances of the specific procurement, must also
be incorporated.

Notes on the Special Conditions of the Contract

Similar to the Section III. Bid Data Sheet, the clauses in this Section are intended to assist
the Procuring Entity in providing contract-specific information in relation to corresponding
clauses in the GCC.
The provisions of this Section complement the GCC, specifying contractual requirements

96

linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country,
the sector, and the Works procured. In preparing this Section, the following aspects should
be checked:

(a) Information that complements provisions of Section IV. General


Conditions of Contract must be incorporated.

(b) Amendments and/or supplements to provisions of Section IV.


General Conditions of Contract, as necessitated by the circumstances of the specific
project, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of Section IV. General Conditions of Contract should be incorporated
herein.

97

TABLE OF CONTENTS

INVITATION TO BID FOR FOREIGN-ASSISTED PROJECTS ERROR! BOOKMARK NOT DEFINED.

ASIAN DEVEERROR! BOOKMARK NOT DEFINED.


ASIAN DEVELOPMENT BANK SPECIAL CONDITIONS OF CONTRACTERROR! BOOKMARK NOT DEFINED.
WORLD BAERROR! BOOKMARK NOT DEFINED.
WORLD BANERROR! BOOKMARK NOT DEFINED.

98

Invitation to Bid for Foreign-Assisted Projects

[Letterhead of the Procuring Entity]

INVITATION TO BID FOR [Insert name of Project]

1 The Government of the Philippines (GoP) [has received/has applied for/intends to


apply for] a [Loan//Grant] from the [state the foreign government/foreign or
international financing institution (e.g., Asian Development Bank, Japan International
Cooperation Agency, or World Bank)] toward the cost of [insert name of project], and
it intends to apply part of the proceeds of this [loan//grant] to payments under the
contract for [insert name/no. of contract].

2 The [insert name of Procuring Entity] now invites bids for [insert brief description of
Works to be procured].9 Completion of the Works is required [insert the required
completion date or expected contract duration]. Bidders should have completed, within
________ (__), a contract similar to the Project. The description of an eligible bidder is
contained in 5, Section II.
Instructions to Bidders and the corresponding {[insert Asian Development Bank or
World Bank, as appropriate]} Bid Data Sheet.
3 Bidding will be conducted in accordance with relevant procedures for open competitive
bidding as specified in the IRR of RA 9184 (R.A. 9184), with some amendments, as
stated in these bidding documents and is open to all bidders from eligible source
countries as defined in the applicable procurement guidelines of the [state the foreign
government/foreign international financing institution concerned )]. The contract shall
be awarded to the Lowest Calculated Responsive Bidder (LCRB) who was determined
as such during post-qualification. The approved budget for the contract (ABC) is
[insert here the amount of the ABC].

[If ADB-funded project, ABC may be published, but it shall not be stated or implied that
bid prices may not exceed ABC.]

4 Interested bidders may obtain further information from [insert name of the Procuring
Entity] and inspect the Bidding Documents at the address given below from [insert
office hours].

5 A complete set of Bidding Documents may be acquired by the interested bidders on


[insert date of availability of Bidding Documents] from the address below {[insert if
necessary and upon payment of the applicable fee for the bidding documents, pursuant

9 A brief description of the scope of Works should be provided, including quantities, location of project, and
other information necessary to enable potential bidders to decide whether or not to respond to the invitation.

99

to the latest Guidelines issued by the GPPB, in the amount of [ insert amount in
pesos]10.}

It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) {[insert and the website of the
Procuring Entity, as applicable, ]} provided that bidders shall pay the applicable fee for
the Bidding Documents not later than the submission of their bids.

6 The [insert name of the Procuring Entity] will hold a Pre-Bid Conference11 on [insert
time and date] at [insert address for Pre-Bid Conference, if applicable], which shall be
open to prospective bidders.

7 Bids must be duly received by the BAC Secretariat at the address below on or before
[insert date and time]. All bids must be accompanied by a bid security in the amount of
__________ in [insert the acceptable form].

Bids will be opened in the presence of the bidders’ representatives who choose to attend
at the address below. Late bids shall not be accepted.

8 [Insert such other necessary information deemed relevant by the Procuring Entity]

9 The [insert name of the Procuring Entity] 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,
in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any
liability to the affected bidder or bidders.

10 For further information, please refer to:


[Insert name of officer]
[Insert name of office]

[Insert postal address] and/or [Insert street address]


[Insert telephone number, indicate city code]
[Insert contact’s email address]

[Insert facsimile number]

[Insert website address, if applicable]

10 For ADB-funded projects, the bidding documents fee should only cover reproduction and mailing/courier
costs, and may not be in accordance with the GPPB Guidelines. As such, the text “, pursuant to the latest
Guidelines issued by the GPPB,” shall be deleted.

11 May be deleted in case the ABC is less than One Million Pesos (P1,000,000) where the Procuring Entity may
not hold a pre-bid conference.

100

[Insert Name and Signature of the BAC


Chairperson or the Authorized
Representative of the BAC Chairperson]

101

Asian Development Bank Bid Data Sheet

ITB Clause

1.1 The Procuring Entity is [insert name of Procuring Entity].


The name of the Contract is [insert the name of the contract].
The identification number of the Contract is [insert identification number of
the contract].

2 The Funding Source is the Asian Development Bank (ADB) through


[indicate the Loan/Grant/Financing No.] in the amount of [insert amount of
funds].

The name of the Project is [Insert the name of the project]

Payments by the Foreign Funding Source will be made only at the request of
the Procuring Entity and upon approval by the Funding Source in
accordance wi
{[or Grant, or
Financing]} (hereinafter called the "Financing
Agreement") and

will be subject in all respect to the terms and conditions of that Financing
Agreement and the applicable law. No party other than the Procuring Entity
shall derive any rights from the Financing Agreement or have any claim to
the funds.
3.1

ADB’s Anticorruption Policy requires Borrowers (including beneficiaries of


ADB-financed activity), as well as Bidders, Suppliers, and
Contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth below
as follows:

(i) “corrupt practice” means the offering, giving, receiving, or


soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;

102

(iii) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the
actions of a party;

(iv) “collusive practice” means an arrangement between two or


more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;

(v) “obstructive practice” means (a) deliberately destroying,


falsifying, altering, or concealing of evidence material to an
ADB investi(b) making false statements to
investigators in order to materially impede an ADB
investigation; (c) failing to comply with requests to provide
information, documents or records in connection with an
Office of Anticorruption and Integrity (OAI) investigation;
(d) threatening, harassing, or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation; or (e)
materially impeding ADBʼs contractual rights of audit or
access to information; and

(vi) “integrity violation" is any act which violates ADB’s


Anticorruption Policy, including (i) to (v) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy,
including failure to adhere to the highest ethical standard.

(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent, en
in corrupt, fraudulent, collusive, coercive, or obstructive pract
other integrity violations in competing for the Contract;

(c) will cancel the portion of the financing allocated to a contract if it


determines at any time that representatives of the Borrower or of a
beneficiary of ADB financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;

(d) will impose remedial actions on a firm or an individual, at any time,


in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended from time to time),
including declaring ineligible, either indefinitely or for a stated
period of time, to participate in ADB-financed, administered, or
supported activities or to benefit from an ADB-financed,
administered, or supported contract, financially or otherwise, if it at

103

any time determines that the firm or individual has, directly or


through an agent, engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices or other integrity violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers, and contractors to permit ADB or its representative to
inspect their accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

5.1 Eligible Bidders are as described in ADB Procurement Guidelines as stated


in the Financing Agreement and as described on ADB’s web page
www.adb.org

An Eligible Bidder shall be deemed to have the nationality of a country if it


is a citizen or constituted or incorporated, and operates in conformity with
the provisions of the laws of that country.

5.2 Eligible Bidders are as described in ADB Procurement Guidelines as stated


in the Financing Agreement and as described on ADB’s web page
www.adb.org.

5.4 Instruction is the same as the GoP Bid Data Sheet

8.1 Instruction is the same as the GoP Bid Data Sheet


8.2 Instruction is the same as the GoP Bid Data Sheet
9.1 Instruction is the same as the GoP Bid Data Sheet
10.1 Instruction is the same as the GoP Bid Data Sheet
10.4 Instruction is the same as the GoP Bid Data Sheet

12.1 The first envelope shall contain the following eligibility and technical
documents:

a. Eligibility Requirements

i. Registration Certification of the Company;

ii. List of relevant contracts that comply to the experience requirement


as specified in ITB Clause 5.4;

iii. Audited financial statement for the past two years;

iv. In case of Joint Venture, the JV Agreement, if existing, or a signed


statement from the partner companies that they will enter into a JV

104

in case of award of contract;


b. Technical Documents

(To Be Revisited)

v. Project Requirements, which shall include the following:

(v.1) List of (e.g., Project Manager,


Project Engineers, Materials Engineers, and Foremen), to be
assigned to the contract to be bid, with their complete
qualification and experience data; and

(v.2) List of contractor’s major equipment units, which are


owned, leased, and/or under purchase agreements, supported by
proof of ownership, certification of availability of equipment
from the equipment lessor/vendor for the duration of the
project;

vi. Bid Security or a Bid Securing Declaration as required in the ITB


18;

vii. Sworn statement in accordance with Section 25.3 of the IRR of RA


9184 and using the form prescribed in Section VIII. Bidding Forms;
and

viii. Credit line from a Universal or Commercial Bank extended in favor


of the bidder if awarded the contract for the project.

Foreign bidders may submit the equivalent documents, if any, issued by the
country of the foreign bidder.

12.1(a)(iii) Foreign bidders may submit their valid Philippine Contractors Accreditation
Board (PCAB) license or special PCAB License in case of joint ventures,
and registration for the type and cost of the contract for this Project as a pre-
condition for award as provided in the Financing Agreement.

13.1 Instruction is the same as the GoP Bid Data Sheet


13.1(b) This shall include the following document:
1) Priced Bill of Quantities
(To Be Revisited- the GOP’s requirements of detailed estimat
cashflow/payment schedule)
13.2(a) and ABC does not apply as ceiling for bid prices
(b)
14.2 Instruction is the same as the GoP Bid Data Sheet

105

15.4 Instruction is the same as the GoP Bid Data Sheet


16.1 Instruction is the same as the GoP Bid Data Sheet
16.3 Instruction is the same as the GoP Bid Data Sheet
17.1 Instruction is the same as the GoP Bid Data Sheet
18.1 Instruction is the same as the GoP Bid Data Sheet
18.2 Instruction is the same as the GoP Bid Data Sheet
20.3 Instruction is the same as the GoP Bid Data Sheet
21 Instruction is the same as the GoP Bid Data Sheet

24.1 The BAC shall open the bids in public on [insert date and time of bid
opening], at [insert place of bid opening].

The time for the bid opening shall be the same as the deadline for receipt of
bids or promptly thereafter. Rescheduling the date of the opening of bids
shall not be considered except for force majeure, such as natural calamities.
In re-scheduling the opening of bids, the BAC shall issue a Notice of
Postponement to be posted at the PhilGEPS’ and the Procuring Entity’s
websites.

24.2 During bid opening, if the first envelope lacks any of the documents listed in
the ADB BDS 12.1, the bid shall be declared non-responsive but the
documents shall be kept by the Procuring Entity. Only the unopened second
envelope shall be returned to the Bidder.

24.3 The BAC shall immediately open the financial proposals in the second
envelope of the responsive bids. The bid price shall be read and recorded.

27.4 ABC does not apply as ceiling for bid prices.


28.2 Instruction is the same as the GoP Bid Data Sheet
31.4(f) Instruction is the same as the GoP Bid Data Sheet

(To Be Revisited together with the Technical Documents)

106

Asian Development Bank Special Conditions of Contract


(Maybe subject to further changes)

GCC Clause

1.17 Instruction is the same as the GoP Special Condition of Contract


1.22 Instruction is the same as the GoP Special Condition of Contract
1.23 Instruction is the same as the GoP Special Condition of Contract
1.24 Instruction is the same as the GoP Special Condition of Contract
1.28 Instruction is the same as the GoP Special Condition of Contract
1.31 Instruction is the same as the GoP Special Condition of Contract
2.2 Instruction is the same as the GoP Special Condition of Contract
5.1 Instruction is the same as the GoP Special Condition of Contract
6.5 Instruction is the same as the GoP Special Condition of Contract
7.4(c) Instruction is the same as the GoP Special Condition of Contract

7.7 The Contractor shall be primarily and solely responsible for the acts,
defaults, and negligence of any subcontractor.

8.1 Instruction is the same as the GoP Special Condition of Contract


10 Instruction is the same as the GoP Special Condition of Contract

12.3 In case the Contractor fails to comply with the preceding paragraph, the
Procuring Entity shall forfeit its performance security. All payables of the
GoP in the Contractor's favor shall be offset to recover the costs.

12.5 Instruction is the same as the GoP Special Condition of Contract

13 Instruction is the same as the GoP Special Condition of Contract

18.3 (h) (i) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract acquisition
and implementation, such as, but not limited to, corrupt, fraudulent,
collusive, coercive and obstructive practices as defined in ITB Clause

107

3.1 (a)

21.2 Instruction is the same as the GoP Special Condition of Contract


29.1 Instruction is the same as the GoP Special Condition of Contract
31.1 Instruction is the same as the GoP Special Condition of Contract
31.3 Instruction is the same as the GoP Special Condition of Contract

34.3 The Funding Source is the Asian Development Bank through [indicate the
Loan/Grant/Financing No.] in the amount of [insert amount of funds].

39.1 Instruction is the same as the GoP Special Condition of Contract

40.1 Materials and equipment delivered on the site but not completely put in
place shall be included for payment.

40.3 If the Procuring Entity delays payment, the Contractor shall be paid interest
on such payment. Interest shall be calculated from the date by which the
payment should have been made up to the date when the late payment is
made at the annual rate of [insert percentage rate].

51.1 Instruction is the same as the GoP Special Condition of Contract


51.2 Instruction is the same as the GoP Special Condition of Contract
108

World Bank Bid Data Sheet

ITB Clause

1.1 The Procuring Entity is [insert name ].


The name of the Contract is [insert the name of the contract].
The identification number of the Contract is [insert identification number of
the contract].
2 The Funding Source is World Bank through [indicate the Financing
Agreement No.] in the amount of [insert amount of funds].
The name of the Project is [Insert the name of the project]

3.1 The World Bank Guidelines on Anti-Corruption, as stated in the Financing


Agreement and as annexed to the World Bank Standard Conditions of
Contract, shall be adopted.

5.1 The Financing Agreement provides that procurement shall follow the
Bank’s Procurement Guidelines and Section 1.8 thereof permits the
participation of firm from all countries except for those mentioned in
Section 1.10 thereof.
5.2 The Financing Agreement provides that procurement shall follow the
Bank’s Procurement Guidelines and Section 1.8 thereof permits the
participation of firm from all countries except for those mentioned in
Section 1.10 thereof.
5.4 Instruction is the same as the GoP Bid Data Sheet
8.1 Instruction is the same as the GoP Bid Data Sheet
8.2 Instruction is the same as the GoP Bid Data Sheet
9.1 Instruction is the same as the GoP Bid Data Sheet
10.1 Instruction is the same as the GoP Bid Data Sheet
10.4 Instruction is the same as the GoP Bid Data Sheet

12.1 During Bid opening, if the first bid envelope lacks any of the following

109

documents, the bid shall be declared non-responsive.

The first envelope shall contain the following eligibility and technical
documents:

a. Eligibility Requirements

i. Registration Certification of the Company;

ii. List of relevant contracts that comply to experience requirement as


specified in ITB Clause 5.4;

iii. Audited financial statement for the past 2 years;

iv. In case of Joint Venture, the JV Agreement, if existing, or a signed


Statement from the partner companies that they will enter into a JV in case
of award of contract.

b. Technical Documents

v. Project Requirements, to include:

(v.1) List o (e.g. Project Manager, Project


Engineers, Materials Engineers, and Foremen). To be assigned to the
contract to be bid, with their complete qualification and experience data; and

(v.2) List of contractor’s major equipment units, which are owned, leased
and/or under purchase agreements, supported by proof of ownership,
certification of availability of equipment from equipment lessor/vendor for
the duration of the project;

vi. Bid Security or Bid Securing Declaration as required in ITB 18;

vii. Sworn statement in accordance with Section 25.3 of the IRR of RA 9184
and using the form prescribed in Section VIII. Bidding Forms.

viii. Credit line from a universal or commercial bank extended in favor of


the bidder is awarded the contract for the project.

Foreign bidders may submit the equivalent documents, if any, issued by the
country of the foreign bidder.

12.1(a)(iii) Foreign bidders may submit their valid Philippine Contractors Accreditation
Board (PCAB) license or special PCAB License in case of joint ventures,
and registration for the type and cost of the contract for this Project as a pre-
condition for award as provided in the Financing Agreement, and ITB Nos.
12.1(b)(ii.2) and 12.1(b)(iii.3)

110

13.1 Instruction is the same as the GoP Bid Data Sheet


13.2 (a) & (b)ABC does not generally apply as a ceiling for bid prices.
However, subject to prior concurrence by the World Bank, a ceiling may
be applied to bid prices provided the following conditions are met:

a) 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.

b) The procuring entity has procedures in place to ensure that the ABC
is based on recent estimates made by the engineer or the responsible unit of
the procuring entity and that the estimates are based on adequate detailed
engineering (in the case of works) and reflect the quality, supervision and
risk and inflationary factors, as well as prevailing market prices,
associated with the types of works or goods to be procured.

c) The procuring entity has trained cost estimators on estimating prices


and analyzing bid variances. In the case of infrastructure projects, the
procuring entity must also have trained quantity surveyors.
d) The procuring entity has established a system to monitor and report
bid prices relative to ABC and engineer’s/procuring entity’s estimate.

e) The procuring entity has established a monitoring and evaluation


system for contract implementation to provide a feedback on actual total
costs of goods and works.
14.2 Instruction is the same as the GoP Bid Data Sheet
15.4 Instruction is the same as the GoP Bid Data Sheet
16.1 Instruction is the same as the GoP Bid Data Sheet
16.3 Instruction is the same as the GoP Bid Data Sheet
17.1 Instruction is the same as the GoP Bid Data Sheet
18.1 Instruction is the same as the GoP Bid Data Sheet
18.2 Instruction is the same as the GoP Bid Data Sheet
20.3 Instruction is the same as the GoP Bid Data Sheet
21 Instruction is the same as the GoP Bid Data Sheet

24.1 The BAC shall open the bids in public on {insert date and time of bid

111

opening}, at {insert place of bid opening}.

The time for the bid opening shall be the same as the deadline for receipt of
bids or promptly thereafter. Rescheduling the date of the opening of bids
shall not be considered except for force majeure, such as natural calamities.
In re-scheduling the opening of bids, the BAC shall issue a Notice of
Postponement to be posted at the PhilGEPS’ and the Procuring Entity’s
websites.

24.2 During Bid opening, if the first envelope lacks any of the documents listed
in World Bank BDS 12.1, the bid shall be declared non-responsive but the
documents shall be kept by the Procuring Entity.

24.3 The financial proposals in the second envelope of all the bidders shall be
read for record purposes. The first and second envelopes shall not be
returned to the bidders.

27.4 ABC does not generally apply as a ceiling for bid prices; unless the
conditions mentioned in ITB No. 13.2 are obtaining and that there is prior
World Bank concurrence.

28.2 Instruction is the same as the GoP Bid Data Sheet

31.4(f) Instruction is the same as the GoP Bid Data Sheet

112

World Bank Special Conditions of Contract

The World Bank adopts the provisions of the Special Conditions of Contract of the GOP as
contained in ________, except GCC
Clauses 18.3(h)(i) and 18.4, 34.3as follows:
GCC Clause

18.3 (h) (i) The World Bank’s Guidelines On Preventing and Combating Fraud and
Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants
as annex herein shall be applied.

18.4 The World Bank is the Funding Source through Loan Agreement No.____.

34.3 The Funding Source is the World Bank.

113

Checklist of the Eligibility-Technical and the Financial Component Documents for Bidders

CLUSTER No.
I. Technical Component Envelope

Eligibility Requirements

Class “A” Documents

1. Philgeps PLATINUM Membership (showing updated / current and/or valid Registration Certificate, Mayor’s/Business Permit or its
Equivalent Document, Tax Clearance, Philippine Contractors Accreditation Board (PCAB) license and registration and Audited Financial

Duly signed S 2
Section III, BDS 12.1 (a)(iii) in case of ongoing contract]; submit also the following in this envelope:

a. copies of the corresponding notices of award and/or notices to proceed; and


b. copies of the CPES rating sheets, if applicable;

3. Duly signed Statement of all COMPLETED government and private contracts

4 Duly signed Statement SINGLE LARGEST CONTRACT, similar to the contract to be bid, in an amount equivalent to at least
(50%) of the ABC to be bid pursuant to Section III, BDS Clause 5.4;

Submit also the following inside this envelope (for item 3 and 4):
a.1 copies of the corresponding notices of award and/or notices to proceed; and

a.2 copies of owner’s certificate of final acceptance, or Constructor’s Performance Evaluation System (CPES) final rating, and/or
the certificate of completion, which must be satisfactory;

For joint ventures, a valid PCAB license and registration specifically issued for the joint venture in accordance with Section 38 of R.A.
4566;

5. Duly signed Computation of Net Financial Contracting Capacity (NFCC) which shall be at least equal to the ABC to be bid pursuant to
5.5; or

a. Commitment from a Universal or Commercial Bank to extend a credit line in bidder’s favor in an amount equal to at least 10% of the
ABC to be bid.

Class “B” Documents


8 If applicable, valid and duly signed Joint Venture Agreement (JVA) in case the Joint Venture is already in existence, or a duly
statements from all the potential joint venture members stating that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful pursuant to ITB Clause 12.1(a)(vii); members of the JVA or the intended JVA shall also submit the
documents mentioned in ITB 24.6;

Technical Documents

Original BID 9
Insurance Commission required in ITB 12.1(b)(1.2).

10. Project requirements, which shall include the following:

a. Organization Chart for the contract to be bid;

b. List of contractor’s personnel to be assigned to the contract to be bid, with their complete qualification and experience
data, viz: Project Manager, Project Engineer, Materials Engineer, and Foremen;

c. List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification
availability of equipment from the equipment lessor/vendor for the duration of the project;

11. Original and duly signed Omnibus Sworn Statement (OSS) in accordance with Section IX, Bidding Forms, in case of cor
partnerships, joint venture, or cooperative, submit also the following:
a. Notarized Secretary’s Certificate (refer to paragraph no. 2 of the OSS)

NUMBER OF COPIES OF ELIGIBILITY - TECHNICAL and FINANCIAL COMPONENT in SEPARATE ENVELOPES:


• One (1) Original and

• One (1) additional copy

II. Financial Component Envelope

Mandatory Requirements:

1 Original duly signed and priced Financial Bid Form


2 Original duly signed and priced Program of Works

3. Original duly signed and priced Bill of Quantities

Optional Requirement:

4 Soft copy in compact disc (CD) or flash drive of the duly priced Bill of Quantities and Program of Works using Microsoft Exce

BAC Member

114
TOTAL COST GRAND TOTAL
LABOR MATERIAL LABOR

2,246.43 5,616.09 2,246.43 7,862.52

1,261.60 1,261.60 1,261.60


- 5,616.09 - 5,616.09
561.61 - 561.61 561.61
- - - -
100,000.00 - 100,000.00 100,000.00
115,301.81

4.40 2,992.50 990.80 3,983.30


75.89 1,510.50 455.33 1,965.83
348.06 999.40 348.06 1,347.46
11.88 798.00 285.13 1,083.13
23.22 64.39 23.22 87.61

200.89 25,875.00 4,620.54 30,495.54


160.71 3,150.00 482.14 3,632.14
42,595.01

7.50 0.00 1,185.00 1,185.00


15.00 0.00 120.00 120.00
15.00 0.00 135.00 135.00
23.50 0.00 517.00 517.00
144.53 82,163.06 25,871.05 108,034.11

81.52 4,125.38 733.70 4,859.07

90.75 4,598.00 726.00 5,324.00

0.40 5,266.80 742.15 6,008.95


65.87 867.35 131.74 999.09
108.00 6,498.00 2,052.00 8,550.00
0.32 218.03 53.94 271.97
136,004.19

8.00 0.00 5,040.00 5,040.00


8.00 0.00 3,584.00 3,584.00
17.34 44,036.30 18,696.25 62,732.55
15.71 425.60 109.96 535.56
247.50 3,420.00 1,980.00 5,400.00

8.00 0.00 1,184.00 1,184.00


149.57 20,698.60 7,777.80 28,476.40
39.35 6,949.25 3,029.65 9,978.90

40.04 3,195.80 1,161.12 4,356.92


25.29 1,130.50 859.94 1,990.44
41.08 14,951.10 5,011.38 19,962.48
0.32 639.97 158.34 798.30
29.16 193.80 87.47 281.27

73.50 1,862.00 588.00 2,450.00

1.52 579.50 185.82 765.32


13.80 5,331.40 1,683.60 7,015.00
13.80 131.10 41.40 172.50

17.34 3,022.90 1,283.42 4,306.32


84.62 1,596.00 507.74 2,103.74
23.48 142.50 70.44 212.94
29.16 64.60 29.16 93.76
161,440.39

14.15 1,140.00 339.69 1,479.69


28.13 106.88 28.13 135.00
12.17 28.50 12.17 40.67
7.20 114.00 57.62 171.62

TOTAL COST
GRAND TOTAL
LABOR MATERIAL LABOR
9.69 114.00 38.75 152.75

5.90 5,719.00 1,269.26 6,988.26


49.88 455.05 199.51 654.56
39.51 379.53 79.02 458.54

73.50 4,655.00 735.00 5,390.00


120.65 573.09 120.65 693.74
3.74 56.53 7.48 64.00
49.88 455.05 199.51 654.56
174.48 5,700.00 697.94 6,397.94
68.77 455.05 275.08 730.13

24,011.46

88.76 0.00 177.52 177.52


24.16 0.00 724.80 724.80
155.00 2,945.00 310.00 3,255.00
781.75 14,853.25 1,563.50 16,416.75
1,528.20 38,714.40 6,112.80 44,827.20

760.80 19,273.60 3,043.20 22,316.80

13.59 22,914.00 3,642.74 26,556.74


114,274.81

52.31 2,758.80 1,046.21 3,805.01


138.51 18,468.00 5,540.38 24,008.38
102.49 3,961.50 1,537.28 5,498.78
152.11 7,594.30 2,129.54 9,723.84
48.19 1,379.40 385.55 1,764.95

156.32 4,104.00 1,250.55 5,354.55


150.55 8,364.75 2,258.31 10,623.06
144.36 4,142.00 1,154.85 5,296.85
72.53 2,204.00 580.25 2,784.25

156.32 2,565.00 781.59 3,346.59


144.36 2,588.75 721.78 3,310.53
150.55 5,018.85 1,354.98 6,373.83
72.53 1,102.00 290.12 1,392.12
83,282.74
676,910.41
123,553.89
40,023.22
840,487.52
Approved:
ent/foreign or
act which violates ADB’s

it determines that the Bidder


, directly or through an agent, engaged
ve, coercive, or obstructive practices or
e GoP Bid Data Sheet
ng document:

requirements of detailed estimates and

g for bid prices

e GoP Bid Data Sheet


yor’s/Business Permit or its
gistration and Audited Financial

an amount equivalent to at least fifty percent

ystem (CPES) final rating, and/or

ance with Section 38 of R.A.

to the ABC to be bid pursuant to ITB

nt equal to at least 10% of the


e is already in existence, or a duly notarized
rovisions of the JVA in the
ed JVA shall also submit the

alification and experience

ments, supported by certification of

IX, Bidding Forms, in case of corporation,

m of Works using Microsoft Excel.

You might also like