philippine bidding documents - dotr -...

183
Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS BIDDING DOCUMENTS FOR THE PROCUREMENT OF GOODS FOR THE “KAYO ANG BOSS KOTOILET FACILITIES IMPROVEMENT PROJECT September 2012

Upload: others

Post on 27-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Republic of the Philippines

DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

BIDDING DOCUMENTS FOR THE PROCUREMENT OF GOODS

FOR THE “KAYO ANG BOSS KO” TOILET FACILITIES IMPROVEMENT

PROJECT

September 2012

Page 2: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

TABLE OF CONTENTS

SECTION I. INVITATION TO BID ............................................................................3

SECTION II. INSTRUCTIONS TO BIDDERS .............................................................8

SECTION III. BID DATA SHEET ......................................................................... 36

SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 45

SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 62

SECTION VI. SCHEDULE OF REQUIREMENTS .................................................... 69

SECTION VII. TECHNICAL SPECIFICATIONS ..................................................... 75

SECTION VIII. BIDDING FORMS ........................................................................ 82

SECTION IX. TERMS OF REFERENCE …………………………………………….. 91

Page 3: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

3

Section I. Invitation to Bid

Page 4: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

4

Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

INVITATION TO BID FOR THE PROCUREMENT OF GOODS FOR THE

"KAYO ANG BOSS KO" (KBK)

TOILET FACILITIES IMPROVEMENT PROJECT

1. The Department of Transportation and Communications, through the CY 2012 General

Appropriations Act, intends to apply the sum of:

Procurement of Goods

Approved Budget

for the Contract (ABC)

Contract

Package No.

Name of Procurement

Php40,664,695.00 1

Supply and delivery of major fixtures

(urinals, water closets, lavatories and

faucets)

Php25,268,150.00 2 Supply and delivery of floor and wall

tiles

Php22,630,559.34 3 Supply and delivery of minor fixtures

(e.g.: Hand Dryer, Toilet Paper

Dispenser, Trash Bins, Liquid soap

dispenser, Person with Disability

(PWD) grab rails, water pump and

pressure tank, etc.)

Php991,656.00 4 Supply and delivery of signages Php22,596,611.66 5 Supply and delivery of Granite

countertop and accessories

Php31,045,420.00 6 Supply and delivery of Phenolic

board and stainless accessories

being the Approved Budget for the Contract (ABC) to payments under the contract for

Procurement of Goods for the KBK Toilet Facilities Improvement Project. Bids

received in excess of the ABC shall be automatically rejected at bid opening.

2. The Department of Transportation and Communications now invites bids in six (6)

contract packages for goods, as follows:

Procurement of Goods

Contract Package

No.

Name of Procurement

1

Supply and delivery of major fixtures (urinals, water closets,

lavatories and faucets)

2 Supply and delivery of floor and wall tiles

3 Supply and delivery of minor fixtures (e.g.: Hand Dryer,

Toilet Paper Dispenser, Trash Bins, Liquid soap dispenser,

Page 5: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

5

Person with Disability (PWD) grab rails, water pump and

pressure tank, etc.)

4 Supply and delivery of signages 5 Supply and delivery of Granite countertop and accessories

6 Supply and delivery of Phenolic board and stainless

accessories

Delivery of goods in all the designated drop-off points shall be completed one (1)

month from receipt of the Notice to Proceed. Bidders should have completed within

five (5) years from the date of submission and receipt of bids, a contract similar to the

Project. The description of an eligible bidder is contained in the Bidding Documents,

particularly, in Section II. Instructions to Bidders.

3. Bidding will be conducted through open competitive bidding procedures using a non-

discretionary “pass/fail” criterion as specified in the Implementing Rules and

Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government

Procurement Reform Act”.

(i) Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or

organizations with at least sixty percent (60%) interest or outstanding capital stock

belonging to citizens of the Philippines, and to citizens or organizations of a country

the laws or regulations of which grant similar rights or privileges to Filipino

citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

(ii) Bidding is open to all interested bidders, whether local or foreign, subject to the

conditions for eligibility provided in the IRR of RA 9184.

4. Interested bidders may obtain further information from The DOTC BAC Secretariat,

15th

Floor, Room 153, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave.,

Mandaluyong City and inspect the Bidding Documents at the address given below.

A complete set of Bidding Documents may be purchased by interested Bidders on

September 20, 2012 until the date of bid submission from the address below and upon

payment of a nonrefundable fee for the Bidding Documents in the amount of Twenty-

Five Thousand Pesos (Php25,000.00) only.

It may also be downloaded free of charge from the website of the Philippine

Government Electronic Procurement System (PhilGEPS) and the website of the

Procuring Entity, provided that Bidders shall pay the non-refundable fee for the Bidding

Documents not later than the submission of their bids.

5. The Department of Transportation and Communications will hold a Pre-Bid Conference

on September 27, 2012 at 1:00 p.m. at 16th

Floor, Room 167, Conference Room, The

Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., 1555 Mandaluyong City which

shall be opened to all interested parties.

6. Bids must be delivered to the address below on or before October 09, 2012, 8:00 a.m.

All Bids must be accompanied by a bid security in any of the acceptable forms and in

the amount stated in ITB Clause 18.

Page 6: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

6

Bid opening shall be on October 09, 2012 at 8:00 a.m. at the DOTC Conference Room,

Room 167, 16th

Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., 1555

Mandaluyong City . 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.

7. The Bidder must have completed at least two (2) similar contracts and the aggregate

contract amounts should be equivalent to at least 50% of the ABC of the particular

contract package.

The largest of these similar contracts must be equivalent to at least half of the

percentage of the ABC as required above.

Contract Package Similar Project

1 Pertains to any contract involving the supply and delivery of

the major toilet fixtures such as urinals, water closets,

lavatories and faucets

2 Pertains to any contract involving the supply and delivery of

floor and wall tiles

3 Pertains to any contract involving the supply and delivery of

minor toilet fixtures such as Hand Dryer, Foot Dryer, Liquid

Soap Dispenser, Trash Bins, Drum-Roll Toilet Paper

Dispenser, Paper Towel Dispenser, Air Freshner, Bidet, Hand

Sanitizer, Baby/Diaper Changing Table, Floor Drain, Water

Pump, Pressure Tank, Person With Disability (PWD) Grab

Rails and Exhaust Fan

4 Pertains to any contract involving the supply and delivery of

signages such as directional, individual, cleaning checklist and

announcement board

5 Pertains to any contract involving the supply and delivery of

granite countertop and accessories

6 Pertains to any contract involving the supply and delivery of

Phenolic board and stainless accessories

8. The Department of Transportation and Communications reserves the right to accept or

reject any bid, to annul the bidding process, and to reject all bids at any time prior to

contract award, without thereby incurring any liability to the affected bidder or

bidders.

Page 7: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

7

9. For further information, please refer to:

Asst. Secretary Catherine Jennifer P. Gonzales

Over-all Head, Bids and Awards Committee Secretariat

Department of Transportation and Communications

15th

Floor, Room 153, The Columbia Tower, Brgy. Wack-Wack

Ortigas Ave., 1555 Mandaluyong City

727-7960 loc. 235; 654-7725

[email protected]

DOTC Website: www.dotc.gov.ph

_________________________________

ATTY. JOSE PERPETUO M. LOTILLA

Undersecretary for Legal Affairs and

Chairperson, DOTC Bids and Awards

Committee (Primary)

Page 8: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

8

Section II. Instructions to Bidders

Page 9: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

9

TABLE OF CONTENTS

A. GENERAL ........................................................................................................ 11

1. Scope of Bid ............................................................................................................. 11

2. Source of Funds ........................................................................................................ 11

3. Corrupt, Fraudulent, Collusive, and Coercive Practices .......................................... 11

4. Conflict of Interest ................................................................................................... 12

5. Eligible Bidders ........................................................................................................ 14

6. Bidder’s Responsibilities .......................................................................................... 15

7. Origin of Goods ........................................................................................................ 17

8. Subcontracts ............................................................................................................. 17

B. CONTENTS OF BIDDING DOCUMENTS .............................................................. 17

9. Pre-Bid Conference .................................................................................................. 17

10. Clarification and Amendment of Bidding Documents ............................................. 18

C. PREPARATION OF BIDS .................................................................................... 18

11. Language of Bid ....................................................................................................... 18

12. Documents Comprising the Bid: Eligibility and Technical Components ................ 18

13. Documents Comprising the Bid: Financial Component .......................................... 20

14. Alternative Bids ........................................................................................................ 21

15. Bid Prices ................................................................................................................. 21

16. Bid Currencies .......................................................................................................... 22

17. Bid Validity .............................................................................................................. 23

18. Bid Security .............................................................................................................. 23

19. Format and Signing of Bids ..................................................................................... 25

20. Sealing and Marking of Bids .................................................................................... 26

D. SUBMISSION AND OPENING OF BIDS ................................................................ 26

21. Deadline for Submission of Bids ............................................................................. 26

22. Late Bids .................................................................................................................. 27

23. Modification and Withdrawal of Bids ...................................................................... 27

24. Opening and Preliminary Examination of Bids ....................................................... 27

E. EVALUATION AND COMPARISON OF BIDS ....................................................... 29

25. Process to be Confidential ........................................................................................ 29

26. Clarification of Bids ................................................................................................. 29

27. Domestic Preference ................................................................................................ 29

Page 10: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

10

28. Detailed Evaluation and Comparison of Bids .......................................................... 30

29. Post-Qualification ..................................................................................................... 31

30. Reservation Clause ................................................................................................... 32

F. AWARD OF CONTRACT .................................................................................... 33

31. Contract Award ........................................................................................................ 33

32. Signing of the Contract ............................................................................................ 34

33. Performance Security ............................................................................................... 34

34. Notice to Proceed ..................................................................................................... 35

Page 11: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

11

A. General

1. Scope of Bid

1.1. The procuring entity named in the BDS (hereinafter referred to as the

“Procuring Entity”) wishes to receive bids for supply and delivery of the

goods as described in Section VII. Technical Specifications (hereinafter

referred to as “Goods”).

1.2. The name, identification, and number of lots (In Contract Package Nos. 1 to

6) specific to this bidding are provided in the BDS. The contracting strategy

and basis of evaluation of lots is described in ITB Clause 28.

2. Source of Funds

The Procuring Entity has a budget or has applied for or received funds from the

Funding Source named in the BDS, and in the amount indicated in the BDS. It intends

to apply part of the funds received for the Project, as defined in the BDS, to cover

eligible payments under the contract.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the

bidders and suppliers shall observe the highest standard of ethics during the

procurement and execution of the contract. In pursuance of this policy, the

Procuring Entity:

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

follows:

(i) “corrupt practice” means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and includes

the offering, giving, receiving, or soliciting of anything of value

to influence the action of any such official in the procurement

process or in contract execution; entering, on behalf of the

government, into any contract or transaction manifestly and

grossly disadvantageous to the same, whether or not the public

officer profited or will profit thereby, and similar acts as

provided in RA 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in

order to influence a procurement process or the execution of a

contract to the detriment of the Procuring Entity, and includes

collusive practices among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels and to deprive the Procuring Entity of the

benefits of free and open competition.

Page 12: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

12

(iii) “collusive practices” means a scheme or arrangement between

two or more Bidders, with or without the knowledge of the

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence

their participation in a procurement process, or affect the

execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or

concealing of evidence material to an administrative

proceedings or investigation or making false statements

to investigators in order to materially impede an

administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a

corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or

any foreign government/foreign or international

financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned

in this Clause for purposes of competing for the contract.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,

administrative, and/or criminal penalties available under applicable laws on

individuals and organizations deemed to be involved in any of the practices

mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to

inspect and audit records and accounts of a bidder or supplier in the bidding

for and performance of a contract themselves or through independent auditors

as reflected in the GCC Clause 3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to

participate in the procurement at hand, without prejudice to the imposition of

appropriate administrative, civil, and criminal sanctions. A Bidder may be

considered to have conflicting interests with another Bidder in any of the

Page 13: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

13

events described in paragraphs (a) through (c) below and a general conflict of

interest in any of the circumstances set out in paragraphs (d) through (f)

below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from

any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder

for purposes of this bid;

(d) A Bidder has a relationship, directly or through third parties, that puts

them in a position to have access to information about or influence on

the bid of another Bidder or influence the decisions of the Procuring

Entity regarding this bidding process. This will include a firm or an

organization who lends, or temporarily seconds, its personnel to firms

or organizations which are engaged in consulting services for the

preparation related to procurement for or implementation of the project

if the personnel would be involved in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process. However,

this does not limit the participation of subcontractors in more than one

bid; or

(f) A Bidder who participated as a consultant in the preparation of the

design or technical specifications of the Goods and related services that

are the subject of the bid.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents

shall be accompanied by a sworn affidavit of the Bidder that it is not related to

the Head of the Procuring Entity, members of the Bids and Awards Committee

(BAC), members of the Technical Working Group (TWG), members of the

BAC Secretariat, the head of the Project Management Office (PMO) or the

end-user unit, and the project consultants, by consanguinity or affinity up to

the third civil degree. On the part of the Bidder, this Clause shall apply to the

following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder

himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and

controlling stockholders; and

(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or

(c) of this Clause shall correspondingly apply to each of the members

of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this

Clause will result in the automatic disqualification of a Bidder.

Page 14: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

14

5. Eligible Bidders

5.1. Unless otherwise provided in the BDS, the following persons shall be eligible

to participate in this bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of

which at least sixty percent (60%) of the interest belongs to citizens of

the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of

which at least sixty percent (60%) of the outstanding capital stock

belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of

which at least sixty percent (60%) of the interest belongs to citizens of

the Philippines; and

(e) Unless otherwise provided in the BDS, persons/entities forming

themselves into a JV, i.e., a group of two (2) or more persons/entities

that intend to be jointly and severally responsible or liable for a

particular contract: Provided, however, that Filipino ownership or

interest of the joint venture concerned shall be at least sixty percent

(60%).

5.2. Foreign bidders may be eligible to participate when any of the following

circumstances exist, as specified in the BDS:

(a) When a Treaty or International or Executive Agreement as provided in

Section 4 of the RA 9184 and its IRR allow foreign bidders to

participate;

(b) Citizens, corporations, or associations of a country, included in the list

issued by the GPPB, the laws or regulations of which grant reciprocal

rights or privileges to citizens, corporations, or associations of the

Philippines;

(c) When the Goods sought to be procured are not available from local

suppliers; or

(d) When there is a need to prevent situations that defeat competition or

restrain trade.

5.3. Government corporate entities may be eligible to participate only if they can

establish that they (a) are legally and financially autonomous, (b) operate

under commercial law, and (c) are not dependent agencies of the GOP or the

Procuring Entity.

5.4. Unless otherwise provided in the BDS, the Bidder must have completed at

least one contract similar to the Project the value of which, adjusted to current

Page 15: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

15

prices using the National Statistics Office consumer price index, must be at

least equivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall be those described in the

BDS, and completed within the relevant period stated in the Invitation to Bid

and ITB Clause 12.1(a)(iii).

5.5. The Bidder must submit a computation of its Net Financial Contracting

Capacity (NFCC) or a commitment from a Universal or Commercial Bank to

extend a credit line in its favor if awarded the contract for this Project (CLC).

The NFCC, computed using the following formula, must be at least equal to

the ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)] minus the value of

all outstanding or uncompleted portions of the projects under ongoing

contracts, including awarded contracts yet to be started coinciding with the

contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract

duration of more than one year up to two years, and 20 for a contract

duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC for this

Project. If issued by a foreign bank, it shall be confirmed or authenticated by a

Universal or Commercial Bank. In the case of local government units (LGUs),

the Bidder may also submit CLC from other banks certified by the Bangko

Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument.

6. Bidder’s Responsibilities

The Bidder or its duly authorized representative shall submit a sworn statement in the form

prescribed in Section VIII. Bidding Forms as required in ITB Clause 12.1 (b)(iii).

6.1. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding

Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the

implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the

contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure

Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP

or any of its agencies, offices, corporations, or LGUs, including

Page 16: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

16

foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the

bidding requirements is an authentic copy of the original, complete,

and all statements and information provided therein are true and

correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized

representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the

Bidder, and granted full power and authority to do, execute and

perform any and all acts necessary and/or to represent the Bidder in the

bidding, with the duly notarized Secretary’s Certificate attesting to

such fact, if the Bidder is a corporation, partnership, cooperative, or

joint venture;

(i) Complying with the disclosure provision under Section 47 of RA 9184

in relation to other provisions of RA 3019; and

(j) Complying with existing labor laws and standards, in the case of

procurement of services.

Failure to observe any of the above responsibilities shall be at the risk of the

Bidder concerned.

6.2. The Bidder is expected to examine all instructions, forms, terms, and

specifications in the Bidding Documents.

6.3. It shall be the sole responsibility of the Bidder to determine and to satisfy itself

by such means as it considers necessary or desirable as to all matters

pertaining to the contract to be bid, including: (a) the location and the nature

of this Project; (b) climatic conditions; (c) transportation facilities; and (d)

other factors that may affect the cost, duration, and execution or

implementation of this Project.

6.4. The Procuring Entity shall not assume any responsibility regarding erroneous

interpretations or conclusions by the prospective or eligible bidder out of the

data furnished by the procuring entity.

6.5. The Bidder shall bear all costs associated with the preparation and submission

of his bid, and the Procuring Entity will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

6.6. Before submitting their bids, the Bidder is deemed to have become familiar

with all existing laws, decrees, ordinances, acts and regulations of the

Philippines which may affect this Project in any way.

Page 17: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

17

6.7. The Bidder should note that the Procuring Entity will accept bids only from

those that have paid the nonrefundable fee for the Bidding Documents at the

office indicated in the Invitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of goods

other than those prohibited by a decision of the United Nations Security Council taken

under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of

the Goods to an extent as may be approved by the Procuring Entity and stated

in the BDS. However, subcontracting of any portion shall not relieve the

Bidder from any liability or obligation that may arise from the contract for this

Project.

8.2. Subcontractors must comply with the eligibility criteria and the documentary

requirements specified in the BDS. In the event that any subcontractor is

found by the Procuring Entity to be ineligible, the subcontracting of such

portion of the Goods shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Goods

will be subcontracted at any stage of the bidding process or during contract

implementation. If the Bidder opts to disclose the name of the subcontractor

during bid submission, the Bidder shall include the required documents as part

of the technical component of its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue

and on the date indicated therein, to clarify and address the Bidders’ questions

on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days

before the deadline for the submission and receipt of bids. If the Procuring

Entity determines that, by reason of the method, nature, or complexity of the

contract to be bid, or when international participation will be more

advantageous to the GOP, a longer period for the preparation of bids is

necessary, the pre-bid conference shall be held at least thirty (30) calendar

days before the deadline for the submission and receipt of bids, as specified in

the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they

fully understand the Procuring Entity’s requirements. Non-attendance of the

Bidder will in no way prejudice its bid; however, the Bidder is expected to

Page 18: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

18

know the changes and/or amendments to the Bidding Documents discussed

during the pre-bid conference.

9.3. Any statement made at the pre-bid conference shall not modify the terms of

the Bidding Documents unless such statement is specifically identified in

writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.

10. Clarification and Amendment of Bidding Documents

10.1. Bidders who have purchased the Bidding Documents may request for

clarification on any part of the Bidding Documents for an interpretation. Such

request must be in writing and submitted to the Procuring Entity at the address

indicated in the BDS at least ten (10) calendar days before the deadline set for

the submission and receipt of bids.

10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s

initiative for purposes of clarifying or modifying any provision of the Bidding

Documents not later than seven (7) calendar days before the deadline for the

submission and receipt of bids. Any modification to the Bidding Documents

shall be identified as an amendment.

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the

Philippine Government Electronic Procurement System (PhilGEPS) and the

website of the Procuring Entity concerned, if available. It shall be the

responsibility of all Bidders who secure the Bidding Documents to inquire and

secure Supplemental/Bid Bulletins that may be issued by the BAC. However,

Bidders who have submitted bids before the issuance of the Supplemental/Bid

Bulletin must be informed and allowed to modify or withdraw their bids in

accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bid

The bid, as well as all correspondence and documents relating to the bid exchanged

by the Bidder and the Procuring Entity, shall be written in English. Supporting

documents and printed literature furnished by the Bidder may be in another language

provided they are accompanied by an accurate translation in English certified by the

appropriate embassy or consulate in the Philippines, in which case the English

translation shall govern for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and Technical

Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the

following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents:

Page 19: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

19

(i) Registration certificate from the Securities and Exchange

Commission (SEC), Department of Trade and Industry (DTI)

for sole proprietorship, or Cooperative Development Authority

(CDA) for cooperatives, or any proof of such registration as

stated in the BDS;

(ii) Mayor’s permit issued by the city or municipality where the

principal place of business of the prospective bidder is located;

(iii) Statement of all its ongoing and completed government and

private contracts within the period stated in the BDS, including

contracts awarded but not yet started, if any. The statement

shall include, for each contract, the following:

(iii.1) name of the contract;

(iii.2) date of the contract;

(iii.3) kinds of Goods;

(iii.4) amount of contract and value of outstanding contracts;

(iii.5) date of delivery; and

(iii.6) end user’s acceptance or official receipt(s) issued for the

contract, if completed.

(iv) Audited financial statements, stamped “received” by the

Bureau of Internal Revenue (BIR) or its duly accredited and

authorized institutions, for the preceding calendar year, which

should not be earlier than two (2) years from bid submission;

(v) NFCC computation or CLC in accordance with ITB Clause

5.5; and

Class “B” Document:

(vi) If applicable, the JVA in case the joint venture is already in

existence, or duly notarized statements from all the potential

joint venture partners stating that they will enter into and abide

by the provisions of the JVA in the instance that the bid is

successful.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. If the Bidder

opts to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit

issued by a foreign bank, it shall be accompanied by a

confirmation from a Universal or Commercial Bank; or

Page 20: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

20

(i.2) a surety bond, it shall be accompanied by a certification

by the Insurance Commission that the surety or

insurance company is authorized to issue such

instruments;

(ii) Conformity with technical specifications, as enumerated and

specified in Sections VI and VII of the Bidding Documents;

and

(iii) Sworn statement in accordance with Section 25.2(a)(iv) of the

IRR of RA 9184 and using the form prescribed in Section VIII.

Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall

contain the following:

(a) Financial Bid Form, which includes bid prices and the bill of quantities

and the applicable Price Schedules, in accordance with ITB Clauses

15.1 and 15.4;

(b) If the Bidder claims preference as a Domestic Bidder or Domestic

Entity, a certification from the DTI, SEC, or CDA issued in accordance

with ITB Clause 27, unless otherwise provided in the BDS; and

(c) Any other document related to the financial component of the bid as

stated in the BDS.

13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall

not be accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded

procurement, a ceiling may be applied to bid prices provided the

following conditions are met:

(i) 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.

(ii) The procuring entity has procedures in place to ensure that the

ABC is based on recent estimates made by the responsible unit of

the procuring entity and that the estimates 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.

(iii) The procuring entity has trained cost estimators on estimating

prices and analyzing bid variances.

Page 21: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

21

(iv) The procuring entity has established a system to monitor and

report bid prices relative to ABC and engineer’s/procuring

entity’s estimate.

(v) The procuring entity has established a system to monitor and

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

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. Alternative Bids

Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by

a Bidder in addition or as a substitute to its original bid which may be included as part

of its original bid or submitted separately therewith for purposes of bidding. A bid

with options is considered an alternative bid regardless of whether said bid proposal is

contained in a single envelope or submitted in two (2) or more separate bid envelopes.

15. Bid Prices

15.1. The Bidder shall complete the appropriate Price Schedules included herein,

stating the unit prices, total price per item, the total amount and the expected

countries of origin of the Goods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of the Goods described in

the Bill of Quantities. Bids not addressing or providing all of the required

items in the Bidding Documents including, where applicable, Bill of

Quantities, shall be considered non-responsive and, thus, automatically

disqualified. In this regard, where a required item is provided, but no price is

indicated, the same shall be considered as non-responsive, but specifying a "0"

(zero) for the said item would mean that it is being offered for free to the

Government.

15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and

Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms

used to describe the obligations of the parties, shall be governed by the rules

prescribed in the current edition of the International Commercial Terms

(INCOTERMS) published by the International Chamber of Commerce, Paris.

15.4. Prices indicated on the Price Schedule shall be entered separately in the

following manner:

(a) For Goods offered from within the Procuring Entity’s country:

(i) The price of the Goods quoted EXW (ex works, ex factory, ex

warehouse, ex showroom, or off-the-shelf, as applicable),

including all customs duties and sales and other taxes already

paid or payable:

Page 22: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

22

(i.1) on the components and raw material used in the

manufacture or assembly of Goods quoted ex works or

ex factory; or

(i.2) on the previously imported Goods of foreign origin

quoted ex warehouse, ex showroom, or off-the-shelf

and any Procuring Entity country sales and other taxes

which will be payable on the Goods if the contract is

awarded.

(ii) The price for inland transportation, insurance, and other local

costs incidental to delivery of the Goods to their final

destination.

(iii) The price of other (incidental) services, if any, listed in the

BDS.

(b) For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of the Goods

shall be quoted DDP with the place of destination in the

Philippines as specified in the BDS. In quoting the price, the

Bidder shall be free to use transportation through carriers

registered in any eligible country. Similarly, the Bidder may

obtain insurance services from any eligible source country.

(ii) The price of other (incidental) services, if any, listed in the

BDS.

15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of

the contract and not subject to variation or price escalation on any account. A

bid submitted with an adjustable price quotation shall be treated as non-

responsive and shall be rejected, pursuant to ITB Clause 24.

All bid prices shall be considered as fixed prices, and therefore not subject to

price escalation during contract implementation, except under extraordinary

circumstances. Extraordinary circumstances refer to events that may be

determined by the National Economic and Development Authority in

accordance with the Civil Code of the Philippines, and upon the

recommendation of the Procuring Entity. Nevertheless, in cases where the cost

of the awarded contract is affected by any applicable new laws, ordinances,

regulations, or other acts of the GOP, promulgated after the date of bid

opening, a contract price adjustment shall be made or appropriate relief shall

be applied on a no loss-no gain basis.

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

(a) For Goods that the Bidder will supply from within the Philippines, the

prices shall be quoted in Philippine Pesos.

Page 23: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

23

(b) For Goods that the Bidder will supply from outside the Philippines, the

prices may be quoted in the currency(ies) stated in the BDS. However,

for purposes of bid evaluation, bids denominated in foreign currencies

shall be converted to Philippine currency based on the exchange rate as

published in the BSP reference rate bulletin on the day of the bid

opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for

purposes of bid evaluation and comparing the bid prices will convert the

amounts in various currencies in which the bid price is expressed to Philippine

Pesos at the foregoing exchange rates.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be

made in Philippine Pesos.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not

exceed one hundred twenty (120) calendar days from the date of the opening

of bids.

17.2. In exceptional circumstances, prior to the expiration of the Bid validity period,

the Procuring Entity may request Bidders to extend the period of validity of

their bids. The request and the responses shall be made in writing. The bid

security described in ITB Clause 18 should also be extended corresponding to

the extension of the bid validity period at the least. A Bidder may refuse the

request without forfeiting its bid security, but his bid shall no longer be

considered for further evaluation and award. A Bidder granting the request

shall not be required or permitted to modify its bid.

18. Bid Security

18.1. The bid security in the amount stated in the BDS shall be equal to the

percentage of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Two percent (2%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon

demand issued by a surety or Five percent (5%)

Page 24: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

24

insurance company duly certified

by the Insurance Commission as

authorized to issue such security.

(d) Any combination of the

foregoing.

Proportionate to share of form with

respect to total amount of security

For biddings conducted by LGUs, the Bidder may also submit bid securities in

the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable

letter of credit from other banks certified by the BSP as authorized to issue

such financial statement.

18.2. The bid security should be valid for the period specified in the BDS. Any bid

not accompanied by an acceptable bid security shall be rejected by the

Procuring Entity as non-responsive.

18.3. No bid securities shall be returned to bidders after the opening of bids and

before contract signing, except to those that failed or declared as post-

disqualified, upon submission of a written waiver of their right to file a motion

for reconsideration and/or protest. Without prejudice on its forfeiture, bid

securities shall be returned only after the bidder with the Lowest Calculated

and Responsive Bid has signed the contract and furnished the performance

security, but in no case later than the expiration of the bid security validity

period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the

posting of the performance security pursuant to ITB Clause 33, the successful

Bidder’s bid security will be discharged, but in no case later than the bid

security validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in

ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause

28.3(b);

(iii) fails to submit the requirements within the prescribed period or

a finding against their veracity as stated in ITB Clause 29.2;

(iv) submission of eligibility requirements containing false

information or falsified documents;

(v) submission of bids that contain false information or falsified

documents, or the concealment of such information in the bids

in order to influence the outcome of eligibility screening or any

other stage of the public bidding;

Page 25: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

25

(vi) allowing the use of one’s name, or using the name of another

for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into

contract with the Government without justifiable cause, after

the Bidder had been adjudged as having submitted the Lowest

Calculated and Responsive Bid;

(viii) refusal or failure to post the required performance security

within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-

qualification within a period of seven (7) calendar days from

receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the

outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the

joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding,

submitting late Bids or patently insufficient bid, for at least

three (3) times within a year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32; or

(ii) fails to furnish performance security in accordance with ITB

Clause 33.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative

using the appropriate forms provided in Section VIII. Bidding Forms on or

before the deadline specified in the ITB Clauses 21 in two (2) separate sealed

bid envelopes, and which shall be submitted simultaneously. The first shall

contain the technical component of the bid, including the eligibility

requirements under ITB Clause 12.1, and the second shall contain the

financial component of the bid.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any

alterations to their format, and no substitute form shall be accepted. All blank

spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare and submit an original of the first and second

envelopes as described in ITB Clauses 12 and 13. In the event of any

discrepancy between the original and the copies, the original shall prevail.

Page 26: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

26

19.4. The bid, except for unamended printed literature, shall be signed, and each and

every page thereof shall be initialed, by the duly authorized representative/s of

the Bidder.

19.5. Any interlineations, erasures, or overwriting shall be valid only if they are

signed or initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents

described in ITB Clause 12 in one sealed envelope marked “ORIGINAL -

TECHNICAL COMPONENT”, and the original of their financial component

in another sealed envelope marked “ORIGINAL - FINANCIAL

COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL

BID”.

20.2. Each copy of the first and second envelopes shall be similarly sealed duly

marking the inner envelopes as “COPY NO. ___ - TECHNICAL

COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and

the outer envelope as “COPY NO. ___”, respectively. These envelopes

containing the original and the copies shall then be enclosed in one single

envelope.

20.3. The original and the number of copies of the Bid as indicated in the BDS shall

be typed or written in indelible ink and shall be signed by the bidder or its duly

authorized representative/s.

20.4. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB

Clause 1.1;

(d) bear the specific identification of this bidding process indicated in the

ITB Clause 1.2; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for

the opening of bids, in accordance with ITB Clause 21.

20.5. If bids are not sealed and marked as required, the Procuring Entity will assume

no responsibility for the misplacement or premature opening of the bid.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before

the date and time indicated in the BDS.

Page 27: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

27

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by

the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall

not be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the

modification is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of bids. The Bidder shall not be allowed

to retrieve its original bid, but shall be allowed to submit another bid equally

sealed, properly identified, linked to its original bid marked as “TECHNICAL

MODIFICATION” or “FINANCIAL MODIFICATION” and stamped

“received” by the BAC. Bid modifications received after the applicable

deadline shall not be considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has

been submitted, for valid and justifiable reason; provided that the Letter of

Withdrawal is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of bids.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be

returned unopened to the Bidders. A Bidder may also express its intention not

to participate in the bidding through a letter which should reach and be

stamped by the BAC before the deadline for submission and receipt of bids. A

Bidder that withdraws its bid shall not be permitted to submit another bid,

directly or indirectly, for the same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid may

be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the Bidder on the

Financial Bid Form. Withdrawal of a bid during this interval shall result in the

forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the

imposition of administrative, civil and criminal sanctions as prescribed by RA

9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the first bid envelopes of Bidders in public as specified in

the BDS to determine each Bidder’s compliance with the documents

prescribed in ITB Clause 12. For this purpose, the BAC shall check the

submitted documents of each bidder against a checklist of required documents

to ascertain if they are all present, using a non-discretionary “pass/fail”

criterion. If a bidder submits the required document, it shall be rated “passed”

for that particular requirement. In this regard, bids that fail to include any

requirement or are incomplete or patently insufficient shall be considered as

“failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.2. Unless otherwise specified in the BDS, immediately after determining

compliance with the requirements in the first envelope, the BAC shall

Page 28: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

28

forthwith open the second bid envelope of each remaining eligible bidder

whose first bid envelope was rated “passed”. The second envelope of each

complying bidder shall be opened within the same day. In case one or more of

the requirements in the second envelope of a particular bid is missing,

incomplete or patently insufficient, and/or if the submitted total bid price

exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC

shall rate the bid concerned as “failed”. Only bids that are determined to

contain all the bid requirements for both components shall be rated “passed”

and shall immediately be considered for evaluation and comparison.

24.3. Letters of withdrawal shall be read out and recorded during bid opening, and

the envelope containing the corresponding withdrawn bid shall be returned to

the Bidder unopened. If the withdrawing Bidder’s representative is in

attendance, the original bid and all copies thereof shall be returned to the

representative during the bid opening. If the representative is not in

attendance, the bid shall be returned unopened by registered mail. The Bidder

may withdraw its bid prior to the deadline for the submission and receipt of

bids, provided that the corresponding Letter of Withdrawal contains a valid

authorization requesting for such withdrawal, subject to appropriate

administrative sanctions.

24.4. If a Bidder has previously secured a certification from the Procuring Entity to

the effect that it has previously submitted the above-enumerated Class “A”

Documents, the said certification may be submitted in lieu of the requirements

enumerated in ITB Clause 12.1(a), items (i) to (v).

24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5, the

Class “A” Documents described in ITB Clause 12.1(a) may be substituted

with the appropriate equivalent documents, if any, issued by the country of the

foreign Bidder concerned.

24.6. Each partner of a joint venture agreement shall likewise submit the

requirements in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission of

documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(v) by any of the

joint venture partners constitutes compliance.

24.7. A Bidder determined as “failed” has three (3) calendar days upon written

notice or, if present at the time of bid opening, upon verbal notification, within

which to file a request or motion for reconsideration with the BAC: Provided,

however, that the motion for reconsideration shall not be granted if it is

established that the finding of failure is due to the fault of the Bidder

concerned: Provided, further, that the BAC shall decide on the request for

reconsideration within seven (7) calendar days from receipt thereof. If a failed

Bidder signifies his intent to file a motion for reconsideration, the BAC shall

keep the bid envelopes of the said failed Bidder unopened and/or duly sealed

until such time that the motion for reconsideration or protest has been

resolved.

24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid

opening that shall include, as a minimum: (a) names of Bidders, their bid

Page 29: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

29

price, bid security, findings of preliminary examination; and (b) attendance

sheet. The BAC members shall sign the abstract of bids as read.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its

Secretariat and TWG, are prohibited from making or accepting any kind of

communication with any bidder regarding the evaluation of their bids until the

issuance of the Notice of Award, unless otherwise allowed in the case of ITB

Clause 26.

25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring

Entity’s decision in respect of bid evaluation, bid comparison or contract

award will result in the rejection of the Bidder’s bid.

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of the bids, the

Procuring Entity may ask in writing any Bidder for a clarification of its bid. All

responses to requests for clarification shall be in writing. Any clarification submitted

by a Bidder in respect to its bid and that is not in response to a request by the

Procuring Entity shall not be considered.

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin

of preference for the purpose of comparison of bids in accordance with the

following:

(a) The preference shall be applied when (i) the lowest Foreign Bid is

lower than the lowest bid offered by a Domestic Bidder, or (ii) the

lowest bid offered by a non-Philippine national is lower than the

lowest bid offered by a Domestic Entity.

(b) For evaluation purposes, the lowest Foreign Bid or the bid offered by a

non-Philippine national shall be increased by fifteen percent (15%).

(c) In the event that (i) the lowest bid offered by a Domestic Entity does

not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid

offered by a non-Philippine national as increased, then the Procuring

Entity shall award the contract to the Domestic Bidder/Entity at the

amount of the lowest Foreign Bid or the bid offered by a non-

Philippine national, as the case may be.

(d) If the Domestic Entity/Bidder refuses to accept the award of contract at

the amount of the Foreign Bid or bid offered by a non-Philippine

national within two (2) calendar days from receipt of written advice

from the BAC, the Procuring Entity shall award to the bidder offering

the Foreign Bid or the non-Philippine national, as the case may be,

Page 30: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

30

subject to post-qualification and submission of all the documentary

requirements under these Bidding Documents.

27.2. A Bidder may be granted preference as a Domestic Entity subject to the

certification from the DTI (in case of sole proprietorships), SEC (in case of

partnerships and corporations), or CDA (in case of cooperatives) that the (a)

sole proprietor is a citizen of the Philippines or the partnership, corporation,

cooperative, or association is duly organized under the laws of the Philippines

with at least seventy five percent (75%) of its interest or outstanding capital

stock belonging to citizens of the Philippines, (b) habitually established in

business and habitually engaged in the manufacture or sale of the merchandise

covered by his bid, and (c) the business has been in existence for at least five

(5) consecutive years prior to the advertisement and/or posting of the

Invitation to Bid for this Project.

27.3. A Bidder may be granted preference as a Domestic Bidder subject to the

certification from the DTI that the Bidder is offering unmanufactured articles,

materials or supplies of the growth or production of the Philippines, or

manufactured articles, materials, or supplies manufactured or to be

manufactured in the Philippines substantially from articles, materials, or

supplies of the growth, production, or manufacture, as the case may be, of the

Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The Procuring Entity will undertake the detailed evaluation and comparison of

bids which have passed the opening and preliminary examination of bids,

pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

28.2. The Lowest Calculated Bid shall be determined in two steps:

(a) The detailed evaluation of the financial component of the bids, to

establish the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to

the highest. The bid with the lowest price shall be identified as the

Lowest Calculated Bid.

28.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation

of all bids rated “passed,” using non-discretionary pass/fail criteria. Unless

otherwise specified in the BDS, the BAC shall consider the following in the

evaluation of bids:

(a) Completeness of the bid. Unless the ITB specifically allows partial

bids, bids not addressing or providing all of the required items in the

Schedule of Requirements including, where applicable, bill of

quantities, shall be considered non-responsive and, thus, automatically

disqualified. In this regard, where a required item is provided, but no

price is indicated, the same shall be considered as non-responsive, but

specifying a "0" (zero) for the said item would mean that it is being

offered for free to the Procuring Entity; and

Page 31: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

31

(b) Arithmetical corrections. Consider computational errors and omissions

to enable proper comparison of all eligible bids. It may also consider

bid modifications, if allowed in the BDS. Any adjustment shall be

calculated in monetary terms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that comply with the above-

mentioned requirements shall be ranked in the ascending order of their total

calculated bid prices, as evaluated and corrected for computational errors,

discounts and other modifications, to identify the Lowest Calculated Bid.

Total calculated bid prices, as evaluated and corrected for computational

errors, discounts and other modifications, which exceed the ABC shall not be

considered, unless otherwise indicated in the BDS.

28.5. The Procuring Entity’s evaluation of bids shall only be based on the bid price

quoted in the Financial Bid Form.

28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For

this purpose, all bidders shall be required to include in their bids the cost of all

taxes, such as, but not limited to, value added tax (VAT), income tax, local

taxes, and other fiscal levies and duties which shall be itemized in the bid form

and reflected in the detailed estimates. Such bids, including said taxes, shall

be the basis for bid evaluation and comparison.

29. Post-Qualification

29.1. The Procuring Entity shall determine to its satisfaction whether the Bidder that

is evaluated as having submitted the Lowest Calculated Bid (LCB) complies

with and is responsive to all the requirements and conditions specified in ITB

Clauses 5, 12, and 13.

29.2. Within a non-extendible period of three (3) calendar days from receipt by the

bidder of the notice from the BAC that it submitted the LCB, the Bidder shall

submit the following documentary requirements:

(a) Tax clearance per Executive Order 398, Series of 2005;

(b) Latest income and business tax returns in the form specified in the

BDS;

(c) Certificate of PhilGEPS Registration; and

(d) Other appropriate licenses and permits required by law and stated in

the BDS.

Failure of the Bidder declared as Lowest Calculated Bid to duly submit the

requirements under this Clause or a finding against the veracity of such shall

be ground for forfeiture of the bid security and disqualification of the Bidder

for award.

29.3. The determination shall be based upon an examination of the documentary

evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12

Page 32: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

32

and 13, as well as other information as the Procuring Entity deems necessary

and appropriate, using a non-discretionary “pass/fail” criterion.

29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes

all the criteria for post-qualification, it shall declare the said bid as the Lowest

Calculated Responsive Bid, and recommend to the Head of the Procuring

Entity the award of contract to the said Bidder at its submitted price or its

calculated bid price, whichever is lower.

29.5. A negative determination shall result in rejection of the Bidder’s Bid, in which

event the Procuring Entity shall proceed to the next Lowest Calculated Bid to

make a similar determination of that Bidder’s capabilities to perform

satisfactorily. If the second Bidder, however, fails the post qualification, the

procedure for post qualification shall be repeated for the Bidder with the next

Lowest Calculated Bid, and so on until the Lowest Calculated Responsive Bid

is determined for contract award.

29.6. Within a period not exceeding seven (7) calendar days from the date of receipt

of the recommendation of the BAC, the Head of the Procuring Entity shall

approve or disapprove the said recommendation. In the case of GOCCs and

GFIs, the period provided herein shall be fifteen (15) calendar days.

30. Reservation Clause

30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring

Entity concerned reserves the right to review its qualifications at any stage of

the procurement process if it has reasonable grounds to believe that a

misrepresentation has been made by the said Bidder, or that there has been a

change in the Bidder’s capability to undertake the project from the time it

submitted its eligibility requirements. Should such review uncover any

misrepresentation made in the eligibility and bidding requirements, statements

or documents, or any changes in the situation of the Bidder which will affect

its capability to undertake the project so that it fails the preset eligibility or bid

evaluation criteria, the Procuring Entity shall consider the said Bidder as

ineligible and shall disqualify it from submitting a bid or from obtaining an

award or contract.

30.2. Based on the following grounds, the Procuring Entity reserves the right to

reject any and all bids, declare a failure of bidding at any time prior to the

contract award, or not to award the contract, without thereby incurring any

liability, and make no assurance that a contract shall be entered into as a result

of the bidding:

(a) If there is prima facie evidence of collusion between appropriate public

officers or employees of the Procuring Entity, or between the BAC and

any of the Bidders, or if the collusion is between or among the bidders

themselves, or between a Bidder and a third party, including any act

which restricts, suppresses or nullifies or tends to restrict, suppress or

nullify competition;

Page 33: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

33

(b) If the Procuring Entity’s BAC is found to have failed in following the

prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the

contract will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly

changed so as to render the project no longer economically,

financially or technically feasible as determined by the head of

the procuring entity;

(ii) If the project is no longer necessary as determined by the head

of the procuring entity; and

(iii) If the source of funds for the project has been withheld or

reduced through no fault of the Procuring Entity.

30.3. In addition, the Procuring Entity may likewise declare a failure of bidding

when:

(a) No bids are received;

(b) All prospective Bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-

qualification; or

(d) The Bidder with the Lowest Calculated Responsive Bid (LCRB)

refuses, without justifiable cause to accept the award of contract, and

no award is made.

F. Award of Contract

31. Contract Award

31.1. Subject to ITB Clause 29, the Procuring Entity shall award the contract to the

Bidder whose bid has been determined to be the LCRB.

31.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall

notify the successful Bidder in writing that its bid has been accepted, through a

Notice of Award received personally or sent by registered mail or

electronically, receipt of which must be confirmed in writing within two (2)

days by the Bidder with the LCRB and submitted personally or sent by

registered mail or electronically to the Procuring Entity.

31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall

be subject to the following conditions:

(a) Submission of the valid JVA, if applicable, within ten (10) calendar

days from receipt by the Bidder of the notice from the BAC that the

Bidder has the LCRB;

Page 34: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

34

(b) Posting of the performance security in accordance with ITB Clause 33;

(c) Signing of the contract as provided in ITB Clause 32; and

(d) Approval by higher authority, if required.

31.4. At the time of contract award, the Procuring Entity shall not increase or

decrease the quantity of goods originally specified in Section VI. Schedule of

Requirements.

32. Signing of the Contract

32.1. At the same time as the Procuring Entity notifies the successful Bidder that its

bid has been accepted, the Procuring Entity shall send the Contract Form to

the Bidder, which contract has been provided in the Bidding Documents,

incorporating therein all agreements between the parties.

32.2. Within ten (10) calendar days from receipt of the Notice of Award, the

successful Bidder shall post the required performance security and sign and

date the contract and return it to the Procuring Entity.

32.3. The Procuring Entity shall enter into contract with the successful Bidder

within the same ten (10) calendar day period provided that all the documentary

requirements are complied with.

32.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals,

and all other documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existing laws and/or

specified in the BDS.

33. Performance Security

33.1. To guarantee the faithful performance by the winning Bidder of its obligations

under the contract, it shall post a performance security within a maximum

period of ten (10) calendar days from the receipt of the Notice of Award from

the Procuring Entity and in no case later than the signing of the contract.

Page 35: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

35

33.2. The performance security shall be denominated in Philippine Pesos and posted

in favor of the Procuring Entity in an amount equal to the percentage of the

total contract price in accordance with the following schedule:

Form of Performance Security

Amount of Performance Security

(Equal to Percentage of the Total

Contract Price)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Five percent (5%)

(b) Bank draft/guarantee or

irrevocable letter of credit

issued by a Universal or

Commercial Bank: Provided,

however, that it shall be

confirmed or authenticated by a

Universal or Commercial Bank,

if issued by a foreign bank.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly

certified by the Insurance

Commission as authorized to

issue such security; and/or

Thirty percent (30%)

(d) Any combination of the

foregoing.

Proportionate to share of form with

respect to total amount of security

33.3. Failure of the successful Bidder to comply with the above-mentioned

requirement shall constitute sufficient ground for the annulment of the award

and forfeiture of the bid security, in which event the Procuring Entity shall

initiate and complete the post qualification of the second Lowest Calculated

Bid. The procedure shall be repeated until the LCRB is identified and selected

for contract award. However if no Bidder passed post-qualification, the BAC

shall declare the bidding a failure and conduct a re-bidding with re-

advertisement.

34. Notice to Proceed

34.1. Within three (3) calendar days from the date of approval of the contract by the

appropriate government approving authority, the Procuring Entity shall issue

its Notice to Proceed to the Bidder.

34.2. The contract effectivity date shall be provided in the Notice to Proceed by the

Procuring Entity, which date shall not be later than seven (7) calendar days

from the issuance of the Notice to Proceed.

Page 36: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

Bidding Documents for the Procurement of Goods for the KBK Toilet Facilities Improvement Project

36

Section III. Bid Data Sheet

Page 37: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

37

Bid Data Sheet ITB Clause

1.1 The Procuring Entity is the Department of Transportation and

Communications (DOTC)

1.2 Procurement of Goods for the KBK Toilet Facilities Improvement Project

and reference are:

1.1 Contract Package 1 – Supply and delivery of major fixtures

(urinals, water closets, lavatories and faucets)

1.2 Contract Package 2 – Supply and delivery of floor and wall

tiles

1.3 Contract Package 3 – Supply and delivery of minor fixtures

(e.g.: Hand Dryer, Toilet Paper Dispenser, Trash Bins, Liquid

soap dispenser, Person with Disability (PWD) grab rails, water

pump and pressure tank, etc.)

1.4 Contract Package 4 – Supply and delivery of signages

1.5 Contract Package 5 – Supply and delivery of Granite

countertop and accessories

1.6 Contract Package 6 – Supply and delivery of Phenolic board

and stainless accessories

2 The Funding Source is:

The Government of the Philippines (GOP) through the CY 2012 General

Appropriations Act in the amount of:

Contract Package Approved Budget for the Contract

1 Php40,664,695.00

2 Php25,268,150.00

3 Php22,630,559.34

4 Php991,656.00

5 Php22,596,611.66

6 Php31,045,420.00

The name of the Project is: Procurement of Goods for the “Kayo ang Boss

Ko” Toilet Facilities Improvement Project

3.1 No further instructions.

5.1 No further instructions.

Page 38: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

38

5.2 a. Participation of Foreign Bidders

Bidding is open to all interested bidders, whether local or foreign, subject

to the conditions for eligibility provided in the IRR of RA 9184.

Foreign bidders may participate in this Project in view of the following

circumstance:

They are citizens, corporations, or associations of a country, included in

the list issued by the GPPB, the laws or regulations of which grant

reciprocal rights or privileges to citizens, corporations, or associations

of the Philippines. For this purpose, the foreign bidders shall submit a

certification from the relevant government office of their country

stating that Filipinos are allowed to participate in their government

procurement activities for the same item/product.”

5.4 The Bidder must have completed at least two (2) similar contracts and

the aggregate contract amounts should be equivalent to at least 50% of

the ABC of a particular contract package.

The largest of these similar contracts must be equivalent to at least half

of the percentage of the ABC as required above.

Contract Package Similar Project

1 Pertains to any contract involving the supply

and delivery of the major toilet fixtures

such urinals, water closets, lavatories and

faucets

2 Pertains to any contract involving the supply

and delivery of floor and wall tiles

3 Pertains to any contract involving the supply

and delivery of minor toilet fixtures such as

Hand Dryer, Foot Dryer, Liquid Soap

Dispenser, Trash Bins, Drum-Roll Toilet

Paper Dispenser, Paper Towel Dispenser, Air

Freshner, Bidet, Hand Sanitizer,

Baby/Diaper Changing Table, Floor Drain,

Water Pump, Pressure Tank, Person With

Disability (PWD) Grab Rails and Exhaust

Fan

4 Pertains to any contract involving the supply

and delivery of signages such as directional,

individual, cleaning checklist and

announcement board

Page 39: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

39

5 Pertains to any contract involving the supply

and delivery of granite countertop and

accessories

6 Pertains to any contract involving the supply

and delivery of Phenolic board and stainless

accessories

7 No further instructions.

8.1 Subcontracting is not allowed.

8.2 Not applicable

9.1 The Procuring Entity will hold a Pre-bid Conference for this Project on

September 27, 2012 at 1:00 p.m. at Unit 167, 16th Floor, Columbia Tower,

Ortigas Avenue, Mandaluyong City.

10.1 The Procuring Entity’s address is:

Department of Transportation and Communications

The Columbia Tower

Brgy. Wack-Wack, Ortigas Avenue,

1555 Mandaluyong City

727-7960 loc. 235; 654-7725

DOTC Website: www.dotc.gov.ph

12.1(a) For foreign bidders, the eligibility requirements under Class “A”

Documents may be substituted by the appropriate equivalent documents, if

any, issued by the country of foreign bidder concerned. The eligibility

requirements or statements, the bids, and all other documents to be

submitted to the BAC must be in English. A translation of the documents

in English certified by the appropriate embassy or consulate in the

Philippines must accompany the eligibility requirements under Class “A”

and “B” Documents if they are in other foreign language.

If there is no appropriate equivalent document in the country of the foreign

bidder concerned, a certification under oath to that effect shall be submitted

by the bidder. If executed abroad, the certification must be duly

authenticated by the Philippine embassy/consulate where said certification

was executed.

The following foreign documents, where applicable, must be submitted

duly authenticated by the Philippine embassy/consulate in the country of

origin:

1. Appropriate equivalent document to the Registration Certificate from the

Securities and Exchange Commission, Department of Trade and Industry

for sole proprietorship, or Cooperative Development Authority for

cooperatives;

2. Appropriate equivalent document to the Mayor’s permit issued by the

Page 40: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

40

city or municipality where the principal place of business of the

prospective bidder is located;

3. Audited financial statements for the last two (2) years (i.e., from 2010 to

2011). (There has to be proof that there were submitted to the taxing

authority in the bidder’s country of origin.);

4. Certifications executed and notarized abroad (if statement is not required

to be notarized under the Bidding Documents then authentication is

likewise not necessary.); and

5. Contracts

If the authentication is not completed in time for the bidding, the

submission of proof of filing of application for authentication with the

concerned Philippine embassy/consulate may be submitted; provided that

the duly authenticated document is submitted during the post-

qualification stage.”

12.1(a)(i) No other acceptable proof of registration is recognized.

12.1(a)(iii) The statement of all ongoing and completed government and private

contracts shall include all such contracts within five (5) years prior to the

deadline for the submission and receipt of bids.

13.1 No additional requirements.

13.1(b) No further instructions.

13.2 Any bid with a financial component exceeding the ABC indicated below

shall not be accepted.

Contract Package ABC (VAT-inclusive)

1 Php40,664,695.00

2 Php25,268,150.00

3 Php22,630,559.34

4 Php991,656.00

5 Php22,596,611.66

6 Php31,045,420.00

15.4(a)(iii) No incidental services are required.

15.4(b) Not applicable

No incidental services are required.

16.1(b) The Bid prices for Goods supplied from outside of the Philippines shall be

quoted in Philippine Pesos.

16.3 Not applicable.

Page 41: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

41

17.1 Bids will be valid until 120 calendars days from the date of the opening of

bids.

18.1 The bid security shall be in the following amount:

1. The amount of:

1) Eight Hundred Thirteen Thousand Two Hundred Ninety-

Three and 90/100 Pesos (Php813,293.90) - Contract

Package 1 2) Five Hundred Five Thousand Three Hundred Sixty-Three

Pesos (Php505,363.00) - Contract Package 2

3) Four Hundred Fifty-Two Thousand Six Hundred Eleven and

19/100 Pesos (Php452,611.19) – Contract Package 3

4) Nineteen Thousand Eight Hundred Thirty-Three and 12/100

Pesos (Php19,833.12) – Contract Package 4

5) Four Hundred Fifty-One Thousand Nine Hundred Thirty-Two

and 23/100 Pesos (Php451,932.23) – Contract Package 5

6) Six Hundred Twenty Thousand Nine Hundred Eight and

40/100 Pesos (Php620,908.40) – Contract Package 6

if bid security is in cash, cashier’s/manager’s check, bank

draft/guarantee or irrevocable letter of credit;

2. The amount of :

1) Two Million Thirty-Three Thousand Two Hundred Thirty-Four

and 75/100 Pesos (Php2,033,234.75) - Contract Package 1

2) One Million Two Hundred Sixty-Three Thousand Four

Hundred Seven and 50/100 Pesos (Php1,263,407.50) –

Contract Package 2 3) One Million One Hundred Thirty-One Thousand Five Hundred

Twenty-Seven and 97/100 Pesos (Php1,131,527.97) –

Contract Package 3

4) Forty-Nine Thousand Five Hundred Eighty-Two and 80/100

Pesos (Php49,582.80) – Contract Package 4

5) One Million One Hundred Twenty-Nine Thousand Eight

Hundred Thirty and 58/100 Pesos (Php1,129,830.58) –

Contract Package 5

6) One Million Five Hundred Fifty-Two Thousand Two Hundred

Seventy-One Pesos (Php1,552,271) – Contract Package 6

if bid security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form

with respect to total amount of security.

18.2 The bid security shall be valid until 120 calendar days from the date of the

opening of bids.

20.3 Each Bidder shall submit one (1) original and two (2) copies of the first and

second components of its bid.

Page 42: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

42

Bidders participating in two (2) or more contract packages in the

aforementioned project shall submit the original copies of the following

eligibility requirements in the first contract package where they intend to

participate, to wit:

1) Class “A” Documents

Legal Documents

i) Registration from the SEC, Department of Trade and

Industry (DTI) for sole proprietorship or CDA for

cooperatives, or any proof of such registration as stated in the

bidding documents.

ii) Mayor’s permit.

Technical Documents

i) Statement of the prospective bidder of all its ongoing and

completed government and private contracts, including

contracts awarded but not yet started, if any, whether similar

or not in similar nature and complexity of the contract to be

bid, within the relevant period as provided in the bidding

documents.

Financial Documents

i) The prospective bidder’s audited financial statements,

showing, among others, the prospective bidders total and

current assets and liabilities, stamped “received” by the BIR

or its duly accredited and authorized institutions, for the

preceding calendar year which should not be earlier than two

(2) years from the date of the submission.

ii) The prospective bidder’s computation for its Net Financial

Contracting Capacity (NFCC) or a commitment from the

Universal or Commercial Bank to extend a credit line in

favor of the prospective bidder if awarded the contract to be

bid (CFC).

2) Class “B” Document

i) Valid Joint Venture Agreement (if applicable).

For subsequent contract package(s), the submission by a bidder of

photocopies of the aforementioned eligibility, technical and financial

documents shall be sufficient compliance with item 20.3 of the Bid Data

Sheet of the Bidding Documents.

Opening of contract packages for the abovementioned project by the Bids

and Awards Committee shall be in the following order:

Page 43: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

43

1) Contract Package 1

2) Contract Package 2

3) Contract Package 3

4) Contract Package 4

5) Contract Package 5

6) Contract Package 6

Hence, if a bidder participates in Contract Package 1 and Contract Package

2, it shall submit the original documents abovementioned in Contract

Package 1 and only photocopies of said original documents shall be

submitted for Contract Package 2.

Moreover, bidders participating for two (2) or more Contract Packages

shall seal all their bids for all of the Contract Packages in one sealed

container.

21 The address for submission of bids is DOTC-Conference Rm., 16th

Flr.,

The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, 1555

Mandaluyong City

The deadline for submission of bids is on October 09, 2012 at 8:00 a.m.

(Reference clock will be the clock located at the DOTC, DOTC Area)

24.1 The place of bid opening is DOTC-Conference Rm., 16th

Flr., The

Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, 1555 Mandaluyong

City

The date and time of bid opening is on October 9, 2012 at 8:00 a.m.

24.2 No further instructions.

27.1 No further instructions.

28.3 Grouping and Evaluation of Contract Packages –

All Goods are grouped in contract packages listed below. Bidders shall

have the option of submitting a proposal on any or all contract packages

and evaluation and contract award will be undertaken on a per contract

package basis. Contract packages shall not be divided further into sub-

contract packages for the purpose of bidding, evaluation, and contract

award.

1.1 Contract Package 1 – Supply and delivery of major fixtures

(urinals, water closets, lavatories and faucets)

1.2 Contract Package 2 – Supply and delivery of floor and wall

tiles 1.3 Contract Package 3 – Supply and delivery of minor fixtures

(e.g.: Hand Dryer, Toilet Paper Dispenser, Trash Bins, Liquid

soap dispenser, Person with Disability (PWD) grab rails, water

pump and pressure tank, etc.)

Page 44: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

44

1.4 Contract Package 4 – Supply and delivery of signages

1.5 Contract Package 5 – Supply and delivery of Granite

countertop and accessories 1.6 Contract Package 6 – Supply and Delivery of Phenolic board

and stainless accessories

28.3(b) Bid modification is not allowed.

28.4 No further instructions.

29.2(a) No further instructions.

29.2(b) Bidders must submit tax returns filed through the Electronic Filing and

Payments System (EFPS).

NOTE: The latest income and business tax returns refer to last quarter of

CY 2011.

29.2(d) No further instructions.

32.4(g) No further instructions.

Page 45: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

45

Section IV. General Conditions of Contract

Page 46: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

46

TABLE OF CONTENTS

1. DEFINITIONS ............................................................................................ 488

2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE

PRACTICES ................................................................................................. 49

3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ................................. 50

4. GOVERNING LAW AND LANGUAGE ........................................................... 50

5. NOTICES ..................................................................................................... 50

6. SCOPE OF CONTRACT ................................................................................ 51

7. SUBCONTRACTING ..................................................................................... 51

8. PROCURING ENTITY’S RESPONSIBILITIES ................................................ 51

9. PRICES ....................................................................................................... 51

10. PAYMENT ................................................................................................... 52

11. ADVANCE PAYMENT AND TERMS OF PAYMENT ....................................... 52

12. TAXES AND DUTIES .................................................................................... 53

13. PERFORMANCE SECURITY ........................................................................ 53

14. USE OF CONTRACT DOCUMENTS AND INFORMATION .............................. 54

15. STANDARDS ................................................................................................ 54

16. INSPECTION AND TESTS ............................................................................. 54

17. WARRANTY ................................................................................................ 55

18. DELAYS IN THE SUPPLIER’S PERFORMANCE ............................................ 55

19. LIQUIDATED DAMAGES ............................................................................. 56

20. SETTLEMENT OF DISPUTES ....................................................................... 56

21. LIABILITY OF THE SUPPLIER ..................................................................... 57

22. FORCE MAJEURE ....................................................................................... 57

23. TERMINATION FOR DEFAULT .................................................................... 57

24. TERMINATION FOR INSOLVENCY .............................................................. 58

25. TERMINATION FOR CONVENIENCE ........................................................... 58

26. TERMINATION FOR UNLAWFUL ACTS ...................................................... 59

27. PROCEDURES FOR TERMINATION OF CONTRACTS ................................... 59

28. ASSIGNMENT OF RIGHTS ........................................................................... 60

Page 47: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

47

29. CONTRACT AMENDMENT .......................................................................... 60

30. APPLICATION ............................................................................................. 61

Page 48: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

48

1. Definitions

1.1. In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the

Procuring Entity and the Supplier, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto

and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the

Contract for the full and proper performance of its contractual

obligations.

(c) “The Goods” means all of the supplies, equipment, machinery, spare

parts, other materials and/or general support services which the

Supplier is required to provide to the Procuring Entity under the

Contract.

(d) “The Services” means those services ancillary to the supply of the

Goods, such as transportation and insurance, and any other incidental

services, such as installation, commissioning, provision of technical

assistance, training, and other such obligations of the Supplier covered

under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this

Section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Procuring Entity” means the organization purchasing the Goods,

as named in the SCC.

(h) “The Procuring Entity’s country” is the Philippines.

(i) “The Supplier” means the individual contractor, manufacturer

distributor, or firm supplying/manufacturing the Goods and Services

under this Contract and named in the SCC.

(j) The “Funding Source” means the organization named in the SCC.

(k) “The Project Site,” where applicable, means the place or places named

in the SCC.

(l) “Day” means calendar day.

(m) The “Effective Date” of the contract will be the date of receipt by the

Supplier of the Notice to Proceed or the date provided in the Notice to

Proceed. Performance of all obligations shall be reckoned from the

Effective Date of the Contract.

Page 49: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

49

(n) “Verified Report” refers to the report submitted by the Implementing

Unit to the Head of the Procuring Entity setting forth its findings as to

the existence of grounds or causes for termination and explicitly stating

its recommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

2.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the

bidders, contractors, or suppliers shall observe the highest standard of ethics

during the procurement and execution of this Contract. In pursuance of this

policy, the Procuring Entity:

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

follows:

(i) "corrupt practice" means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and it

includes the offering, giving, receiving, or soliciting of

anything of value to influence the action of any such official in

the procurement process or in contract execution; entering, on

behalf of the Government, into any contract or transaction

manifestly and grossly disadvantageous to the same, whether or

not the public officer profited or will profit thereby, and similar

acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation of facts in

order to influence a procurement process or the execution of a

contract to the detriment of the Procuring Entity, and includes

collusive practices among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels and to deprive the Procuring Entity of the

benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between

two or more Bidders, with or without the knowledge of the

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence

their participation in a procurement process, or affect the

execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or

concealing of evidence material to an administrative

proceedings or investigation or making false statements

to investigators in order to materially impede an

Page 50: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

50

administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a

corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or

any foreign government/foreign or international

financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned

in this Clause for purposes of competing for the contract.

2.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will

seek to impose the maximum civil, administrative and/or criminal penalties

available under the applicable law on individuals and organizations deemed to

be involved with any of the practices mentioned in GCC Clause 2.1(a).

3. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and

records relating to the performance of the Supplier and to have them audited by

auditors appointed by the Funding Source, if so required by the Funding Source.

4. Governing Law and Language

4.1. This Contract shall be interpreted in accordance with the laws of the Republic

of the Philippines.

4.2. This Contract has been executed in the English language, which shall be the

binding and controlling language for all matters relating to the meaning or

interpretation of this Contract. All correspondence and other documents

pertaining to this Contract exchanged by the parties shall be written in

English.

5. Notices

5.1. Any notice, request, or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request, or

consent shall be deemed to have been given or made when received by the

concerned party, either in person or through an authorized representative of

the Party to whom the communication is addressed, or when sent by registered

mail, telex, telegram, or facsimile to such Party at the address specified in the

Page 51: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

51

SCC, which shall be effective when delivered and duly received or on the

notice’s effective date, whichever is later.

5.2. A Party may change its address for notice hereunder by giving the other Party

notice of such change pursuant to the provisions listed in the SCC for GCC

Clause 5.1.

6. Scope of Contract

6.1. The GOODS and Related Services to be provided shall be as specified in

Section VI. Schedule of Requirements.

6.2. This Contract shall include all such items, although not specifically

mentioned, that can be reasonably inferred as being required for its completion

as if such items were expressly mentioned herein. Any additional

requirements for the completion of this Contract shall be provided in the SCC.

7. Subcontracting

7.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not

relieve the Supplier of any liability or obligation under this Contract. The

Supplier will be responsible for the acts, defaults, and negligence of any

subcontractor, its agents, servants or workmen as fully as if these were the

Supplier’s own acts, defaults, or negligence, or those of its agents, servants or

workmen.

7.2. Subcontractors disclosed and identified during the bidding may be changed

during the implementation of this Contract, subject to compliance with the

required qualifications and the approval of the Procuring Entity.

8. Procuring Entity’s Responsibilities

8.1. Whenever the performance of the obligations in this Contract requires that the

Supplier obtain permits, approvals, import, and other licenses from local

public authorities, the Procuring Entity shall, if so needed by the Supplier,

make its best effort to assist the Supplier in complying with such requirements

in a timely and expeditious manner.

8.2. The Procuring Entity shall pay all costs involved in the performance of its

responsibilities in accordance with GCC Clause 6.

9. Prices

9.1. For the given scope of work in this Contract as awarded, all bid prices are

considered fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances and upon

prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and

its IRR or except as provided in this Clause.

9.2. Prices charged by the Supplier for Goods delivered and/or services performed

under this Contract shall not vary from the prices quoted by the Supplier in its

Page 52: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

52

bid, with the exception of any change in price resulting from a Change Order

issued in accordance with GCC Clause 29.

10. Payment

10.1. Payments shall be made only upon a certification by the Head of the Procuring

Entity to the effect that the Goods have been rendered or delivered in

accordance with the terms of this Contract and have been duly inspected and

accepted. Except with the prior approval of the President no payment shall be

made for services not yet rendered or for supplies and materials not yet

delivered under this Contract. Ten percent (10%) of the amount of each

payment shall be retained by the Procuring Entity to cover the Supplier’s

warranty obligations under this Contract as described in GCC Clause 17.

10.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in

writing, accompanied by an invoice describing, as appropriate, the Goods

delivered and/or Services performed, and by documents submitted pursuant to

the SCC provision for GCC Clause 6.2, and upon fulfillment of other

obligations stipulated in this Contract.

10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the

Procuring Entity, but in no case later than sixty (60) days after submission of

an invoice or claim by the Supplier.

10.4. Unless otherwise provided in the SCC, the currency in which payment is made

to the Supplier under this Contract shall be in Philippine Pesos.

11. Advance Payment and Terms of Payment

11.1. Advance payment shall be made only after prior approval of the President, and

shall not exceed fifteen percent (15%) of the Contract amount, unless

otherwise directed by the President or in cases allowed under Annex “D” of

RA 9184.

11.2. For Goods supplied from abroad, the terms of payment shall be as follows:

(a) On Contract Signature: Ten percent (10%) of the Contract Price shall

be paid within sixty (60) days from signing of the Contract and upon

submission of a claim and a bank guarantee for the equivalent amount

valid until the Goods are delivered and in the form provided in Section

VIII. Bidding Forms.

(b) On Delivery: Seventy percent (70%) of the Contract Price shall be paid

to the Supplier within sixty (60) days after the date of receipt of the

Goods and upon submission of the documents (i) through (vi) specified

in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract

Price shall be paid to the Supplier within sixty (60) days after the date

of submission of the acceptance and inspection certificate for the

respective delivery issued by the Procuring Entity’s authorized

representative. In the event that no inspection or acceptance certificate

Page 53: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

53

is issued by the Procuring Entity’s authorized representative within

forty five (45) days of the date shown on the delivery receipt the

Supplier shall have the right to claim payment of the remaining twenty

percent (20%) subject to the Procuring Entity’s own verification of the

reason(s) for the failure to issue documents (vii) and (viii) as described

in the SCC provision on Delivery and Documents.

11.3. All progress payments shall first be charged against the advance payment until

the latter has been fully exhausted.

12. Taxes and Duties

The Supplier, whether local or foreign, shall be entirely responsible for all the

necessary taxes, stamp duties, license fees, and other such levies imposed for the

completion of this Contract.

13. Performance Security

13.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both

parties, the successful Bidder shall furnish the performance security in any the

forms prescribed in the ITB Clause 33.2.

13.2. The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the winning bidder is in default in

any of its obligations under the contract.

13.3. The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

13.4. The performance security may be released by the Procuring Entity and

returned to the Supplier after the issuance of the Certificate of Final

Acceptance subject to the following conditions:

(a) There are no pending claims against the Supplier or the surety

company filed by the Procuring Entity;

(b) The Supplier has no pending claims for labor and materials filed

against it; and

(c) Other terms specified in the SCC.

13.5. In case of a reduction of the contract value, the Procuring Entity shall allow a

proportional reduction in the original performance security, provided that any

such reduction is more than ten percent (10%) and that the aggregate of such

reductions is not more than fifty percent (50%) of the original performance

security.

Page 54: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

54

14. Use of Contract Documents and Information

14.1. The Supplier shall not, except for purposes of performing the obligations in

this Contract, without the Procuring Entity’s prior written consent, disclose

this Contract, or any provision thereof, or any specification, plan, drawing,

pattern, sample, or information furnished by or on behalf of the Procuring

Entity. Any such disclosure shall be made in confidence and shall extend only

as far as may be necessary for purposes of such performance.

14.2. Any document, other than this Contract itself, enumerated in GCC Clause

14.1 shall remain the property of the Procuring Entity and shall be returned

(all copies) to the Procuring Entity on completion of the Supplier’s

performance under this Contract if so required by the Procuring Entity.

15. Standards

The Goods provided under this Contract shall conform to the standards mentioned in

the Section VII. Technical Specifications; and, when no applicable standard is

mentioned, to the authoritative standards appropriate to the Goods’ country of origin.

Such standards shall be the latest issued by the institution concerned.

16. Inspection and Tests

16.1. The Procuring Entity or its representative shall have the right to inspect and/or

to test the Goods to confirm their conformity to the Contract specifications at

no extra cost to the Procuring Entity. The SCC and Section VII. Technical

Specifications shall specify what inspections and/or tests the Procuring Entity

requires and where they are to be conducted. The Procuring Entity shall notify

the Supplier in writing, in a timely manner, of the identity of any

representatives retained for these purposes.

16.2. If applicable, the inspections and tests may be conducted on the premises of

the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’

final destination. If conducted on the premises of the Supplier or its

subcontractor(s), all reasonable facilities and assistance, including access to

drawings and production data, shall be furnished to the inspectors at no charge

to the Procuring Entity. The Supplier shall provide the Procuring Entity with

results of such inspections and tests.

16.3. The Procuring Entity or its designated representative shall be entitled to attend

the tests and/or inspections referred to in this Clause provided that the

Procuring Entity shall bear all of its own costs and expenses incurred in

connection with such attendance including, but not limited to, all traveling and

board and lodging expenses.

16.4. The Procuring Entity may reject any Goods or any part thereof that fail to pass

any test and/or inspection or do not conform to the specifications. The

Supplier shall either rectify or replace such rejected Goods or parts thereof or

make alterations necessary to meet the specifications at no cost to the

Procuring Entity, and shall repeat the test and/or inspection, at no cost to the

Procuring Entity, upon giving a notice pursuant to GCC Clause 5.

Page 55: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

55

16.5. The Supplier agrees that neither the execution of a test and/or inspection of the

Goods or any part thereof, nor the attendance by the Procuring Entity or its

representative, shall release the Supplier from any warranties or other

obligations under this Contract.

17. Warranty

17.1. The Supplier warrants that the Goods supplied under the Contract are new,

unused, of the most recent or current models, and that they incorporate all

recent improvements in design and materials, except when the technical

specifications required by the Procuring Entity provides otherwise.

17.2. The Supplier further warrants that all Goods supplied under this Contract shall

have no defect, arising from design, materials, or workmanship or from any

act or omission of the Supplier that may develop under normal use of the

supplied Goods in the conditions prevailing in the country of final destination.

17.3. In order to assure that manufacturing defects shall be corrected by the

Supplier, a warranty shall be required from the Supplier for a minimum period

specified in the SCC. The obligation for the warranty shall be covered by, at

the Supplier’s option, either retention money in an amount equivalent to at

least ten percent (10%) of the final payment, or a special bank guarantee

equivalent to at least ten percent (10%) of the Contract Price or other such

amount if so specified in the SCC. The said amounts shall only be released

after the lapse of the warranty period specified in the SCC; provided,

however, that the Supplies delivered are free from patent and latent defects

and all the conditions imposed under this Contract have been fully met.

17.4. The Procuring Entity shall promptly notify the Supplier in writing of any

claims arising under this warranty. Upon receipt of such notice, the Supplier

shall, within the period specified in the SCC and with all reasonable speed,

repair or replace the defective Goods or parts thereof, without cost to the

Procuring Entity.

17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the

period specified in GCC Clause 17.4, the Procuring Entity may proceed to

take such remedial action as may be necessary, at the Supplier’s risk and

expense and without prejudice to any other rights which the Procuring Entity

may have against the Supplier under the Contract and under the applicable

law.

18. Delays in the Supplier’s Performance

18.1. Delivery of the Goods and/or performance of Services shall be made by the

Supplier in accordance with the time schedule prescribed by the Procuring

Entity in Section VI. Schedule of Requirements.

18.2. If at any time during the performance of this Contract, the Supplier or its

Subcontractor(s) should encounter conditions impeding timely delivery of the

Goods and/or performance of Services, the Supplier shall promptly notify the

Procuring Entity in writing of the fact of the delay, its likely duration and its

Page 56: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

56

cause(s). As soon as practicable after receipt of the Supplier’s notice, and

upon causes provided for under GCC Clause 22, the Procuring Entity shall

evaluate the situation and may extend the Supplier’s time for performance, in

which case the extension shall be ratified by the parties by amendment of

Contract.

18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the

performance of its obligations shall render the Supplier liable to the imposition

of liquidated damages pursuant to GCC Clause 19, unless an extension of

time is agreed upon pursuant to GCC Clause 29 without the application of

liquidated damages.

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or

all of the Goods and/or to perform the Services within the period(s) specified in this

Contract inclusive of duly granted time extensions if any, the Procuring Entity shall,

without prejudice to its other remedies under this Contract and under the applicable

law, deduct from the Contract Price, as liquidated damages, the applicable rate of one

tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of

delay until actual delivery or performance. The maximum deduction shall be ten

percent (10%) of the amount of contract. Once the maximum is reached, the

Procuring Entity shall rescind the Contract pursuant to GCC Clause 23, without

prejudice to other courses of action and remedies open to it.

20. Settlement of Disputes

20.1. If any dispute or difference of any kind whatsoever shall arise between the

Procuring Entity and the Supplier in connection with or arising out of this

Contract, the parties shall make every effort to resolve amicably such dispute

or difference by mutual consultation.

20.2. If after thirty (30) days, the parties have failed to resolve their dispute or

difference by such mutual consultation, then either the Procuring Entity or the

Supplier may give notice to the other party of its intention to commence

arbitration, as hereinafter provided, as to the matter in dispute, and no

arbitration in respect of this matter may be commenced unless such notice is

given.

20.3. Any dispute or difference in respect of which a notice of intention to

commence arbitration has been given in accordance with this Clause shall be

settled by arbitration. Arbitration may be commenced prior to or after

delivery of the Goods under this Contract.

20.4. In the case of a dispute between the Procuring Entity and the Supplier, the

dispute shall be resolved in accordance with Republic Act 9285 (“R.A.

9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

20.5. Notwithstanding any reference to arbitration herein, the parties shall continue

to perform their respective obligations under the Contract unless they

Page 57: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

57

otherwise agree; and the Procuring Entity shall pay the Supplier any monies

due the Supplier.

21. Liability of the Supplier

21.1. The Supplier’s liability under this Contract shall be as provided by the laws of

the Republic of the Philippines, subject to additional provisions, if any, set

forth in the SCC.

21.2. Except in cases of criminal negligence or willful misconduct, and in the case

of infringement of patent rights, if applicable, the aggregate liability of the

Supplier to the Procuring Entity shall not exceed the total Contract Price,

provided that this limitation shall not apply to the cost of repairing or

replacing defective equipment.

22. Force Majeure

22.1. The Supplier shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that the

Supplier’s delay in performance or other failure to perform its obligations

under the Contract is the result of a force majeure.

22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force

majeure shall be interpreted to mean an event which the Contractor could not

have foreseen, or which though foreseen, was inevitable. It shall not include

ordinary unfavorable weather conditions; and any other cause the effects of

which could have been avoided with the exercise of reasonable diligence by

the Contractor. Such events may include, but not limited to, acts of the

Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods,

epidemics, quarantine restrictions, and freight embargoes.

22.3. If a force majeure situation arises, the Supplier shall promptly notify the

Procuring Entity in writing of such condition and the cause thereof. Unless

otherwise directed by the Procuring Entity in writing, the Supplier shall

continue to perform its obligations under the Contract as far as is reasonably

practical, and shall seek all reasonable alternative means for performance not

prevented by the force majeure.

23. Termination for Default

23.1. The Procuring Entity shall terminate this Contract for default when any of the

following conditions attends its implementation:

(a) Outside of force majeure, the Supplier fails to deliver or perform any

or all of the Goods within the period(s) specified in the contract, or

within any extension thereof granted by the Procuring Entity pursuant

to a request made by the Supplier prior to the delay, and such failure

amounts to at least ten percent (10%) of the contact price;

Page 58: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

58

(b) As a result of force majeure, the Supplier is unable to deliver or

perform any or all of the Goods, amounting to at least ten percent

(10%) of the contract price, for a period of not less than sixty (60)

calendar days after receipt of the notice from the Procuring Entity

stating that the circumstance of force majeure is deemed to have

ceased; or

(c) The Supplier fails to perform any other obligation under the Contract.

23.2. In the event the Procuring Entity terminates this Contract in whole or in part,

for any of the reasons provided under GCC Clauses 23 to 26, the Procuring

Entity may procure, upon such terms and in such manner as it deems

appropriate, Goods or Services similar to those undelivered, and the Supplier

shall be liable to the Procuring Entity for any excess costs for such similar

Goods or Services. However, the Supplier shall continue performance of this

Contract to the extent not terminated.

23.3. In case the delay in the delivery of the Goods and/or performance of the

Services exceeds a time duration equivalent to ten percent (10%) of the

specified contract time plus any time extension duly granted to the Supplier,

the Procuring Entity may terminate this Contract, forfeit the Supplier's

performance security and award the same to a qualified Supplier.

24. Termination for Insolvency

The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt

or insolvent as determined with finality by a court of competent jurisdiction. In this

event, termination will be without compensation to the Supplier, provided that such

termination will not prejudice or affect any right of action or remedy which has

accrued or will accrue thereafter to the Procuring Entity and/or the Supplier.

25. Termination for Convenience

25.1. The Procuring Entity may terminate this Contract, in whole or in part, at any

time for its convenience. The Head of the Procuring Entity may terminate a

contract for the convenience of the Government if he has determined the

existence of conditions that make Project Implementation economically,

financially or technically impractical and/or unnecessary, such as, but not

limited to, fortuitous event(s) or changes in law and national government

policies.

25.2. The Goods that have been delivered and/or performed or are ready for delivery

or performance within thirty (30) calendar days after the Supplier’s receipt of

Notice to Terminate shall be accepted by the Procuring Entity at the contract

terms and prices. For Goods not yet performed and/or ready for delivery, the

Procuring Entity may elect:

(a) to have any portion delivered and/or performed and paid at the contract

terms and prices; and/or

Page 59: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

59

(b) to cancel the remainder and pay to the Supplier an agreed amount for

partially completed and/or performed goods and for materials and parts

previously procured by the Supplier.

25.3. If the Supplier suffers loss in its initial performance of the terminated contract,

such as purchase of raw materials for goods specially manufactured for the

Procuring Entity which cannot be sold in open market, it shall be allowed to

recover partially from this Contract, on a quantum meruit basis. Before

recovery may be made, the fact of loss must be established under oath by the

Supplier to the satisfaction of the Procuring Entity before recovery may be

made.

26. Termination for Unlawful Acts

26.1. The Procuring Entity may terminate this Contract in case it is determined

prima facie that the Supplier has engaged, before or during the implementation

of this Contract, in unlawful deeds and behaviors relative to contract

acquisition and implementation. Unlawful acts include, but are not limited to,

the following:

(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause

3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, or engaging in

production contrary to rules of science or the trade; and

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

27.1. The following provisions shall govern the procedures for termination of this

Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative,

the Implementing Unit shall, within a period of seven (7) calendar

days, verify the existence of such ground(s) and cause the execution of

a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Implementing Unit, the Head of the

Procuring Entity shall terminate this Contract only by a written notice

to the Supplier conveying the termination of this Contract. The notice

shall state:

(i) that this Contract is being terminated for any of the ground(s)

afore-mentioned, and a statement of the acts that constitute the

ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

Page 60: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

60

(iii) an instruction to the Supplier to show cause as to why this

Contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

(c) The Notice to Terminate shall be accompanied by a copy of the

Verified Report;

(d) Within a period of seven (7) calendar days from receipt of the Notice

of Termination, the Supplier shall submit to the Head of the Procuring

Entity a verified position paper stating why this Contract should not be

terminated. If the Supplier fails to show cause after the lapse of the

seven (7) day period, either by inaction or by default, the Head of the

Procuring Entity shall issue an order terminating this Contract;

(e) The Procuring Entity may, at any time before receipt of the Supplier’s

verified position paper described in item (d) above withdraw the

Notice to Terminate if it is determined that certain items or works

subject of the notice had been completed, delivered, or performed

before the Supplier’s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar days from receipt

of the verified position paper, the Head of the Procuring Entity shall

decide whether or not to terminate this Contract. It shall serve a

written notice to the Supplier of its decision and, unless otherwise

provided, this Contract is deemed terminated from receipt of the

Supplier of the notice of decision. The termination shall only be based

on the ground(s) stated in the Notice to Terminate;

(g) The Head of the Procuring Entity may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this

function. All decisions recommended by the CTRC shall be subject to

the approval of the Head of the Procuring Entity; and

(h) The Supplier must serve a written notice to the Procuring Entity of its

intention to terminate the contract at least thirty (30) calendar days

before its intended termination. The Contract is deemed terminated if it

is not resumed in thirty (30) calendar days after the receipt of such

notice by the Procuring Entity.

28. Assignment of Rights

The Supplier shall not assign his rights or obligations under this Contract, in whole or

in part, except with the Procuring Entity’s prior written consent.

29. Contract Amendment

Subject to applicable laws, no variation in or modification of the terms of this

Contract shall be made except by written amendment signed by the parties.

Page 61: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

61

30. Application

These General Conditions shall apply to the extent that they are not superseded by

provisions of other parts of this Contract.

Page 62: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

62

Section V. Special Conditions of Contract

Page 63: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

63

Special Conditions of Contract

GCC Clause

1.1(g) The Procuring Entity is Department of Transportation and

Communications.

1.1(i) The Supplier is [to be inserted at the time of contract award].

1.1(j) The Funding Source is

The Government of the Philippines (GOP) through the CY 2012

General Appropriations Act in the amount of Php143,197,092.00.

1.1(k) The Drop-off points are defined under Annex “D” of the Terms of

Reference.”

5.1 The Procuring Entity’s address for Notices is:

Department of Transportation and Communications

The Columbia Tower

Brgy. Wack-Wack, Ortigas Avenue,

1555 Mandaluyong City

The Supplier’s address for Notices is: [Insert address including,

name of contact, fax and telephone number]

6.2 List here any additional requirements for the completion of this

Contract. The following requirements and the corresponding

provisions may be deleted, amended, or retained depending on its

applicability to this Contract:

Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,”

“CIP,” “DDP” and other trade terms used to describe the obligations

of the parties shall have the meanings assigned to them by the

current edition of INCOTERMS published by the International

Chamber of Commerce, Paris. The Delivery terms of this Contract

shall be as follows:

For Goods Supplied from Within the Philippines, state “The

delivery terms applicable to this Contract are delivered to the

designated drop-off points in key cities of the Philippines as

specified in Annex “D” of the Terms of Reference (TOR). Risk and

title will pass from the Supplier to the Procuring Entity upon receipt

and final acceptance of the Goods at their final destination.”

Delivery of the Goods shall be made by the Supplier in accordance

with the terms specified in Section VI. Schedule of Requirements.

The details of shipping and/or other documents to be furnished by

Page 64: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

64

the Supplier are as follows:

For Goods supplied from within the Philippines:

Upon delivery of the Goods to the Designated drop-off points in

key cities of the Philippines as specified in Annex “D” of the

Terms of Reference (TOR), the Supplier(s) shall notify the

Procuring Entity and present the following documents to the

Procuring Entity:

(i) Original and four copies of the Supplier’s invoice showing

Goods’ description, quantity, unit price, and total amount;

(ii) Original and four copies delivery receipt/note, railway

receipt, or truck receipt;

(iii) Original Supplier’s factory inspection report;

(iv) Original and four copies of the Manufacturer’s and/or

Supplier’s warranty certificate;

(v) Original and four copies of the certificate of origin (for

imported Goods);

(vi) Delivery receipt detailing number and description of items

received signed by the authorized receiving personnel;

(vii) Certificate of Acceptance/Inspection Report signed by the

Procuring Entity’s representative at the Project Site; and

(viii) Four copies of the Invoice Receipt for Property signed by the

Procuring Entity’s representative at the Project Site.

For purposes of this Clause the Procuring Entity’s Representative at

the drop-off points as specified in Annex “D” of the TOR is by the duly designated respective Central/Regional and Local Project Officers/Supply Officers.

Incidental Services –

The Supplier is required to provide all of the following services,

including additional services, if any, specified in Section VI.

Schedule of Requirements:

Select appropriate requirements and delete the rest.

(a) performance or supervision of on-site assembly and/or

start-up of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance

of the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual

for each appropriate unit of the supplied Goods;

Page 65: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

65

(d) performance or supervision or maintenance and/or repair of

the supplied Goods, for a period of time agreed by the

parties, provided that this service shall not relieve the

Supplier of any warranty obligations under this Contract; and

(e) training of the Procuring Entity’s personnel, at the Supplier’s

plant and/or on-site, in assembly, start-up, operation,

maintenance, and/or repair of the supplied Goods.

The Contract price for the Goods shall include the prices charged by

the Supplier for incidental services and shall not exceed the

prevailing rates charged to other parties by the Supplier for similar

services.

Spare Parts –

The Supplier is required to provide all of the following materials,

notifications, and information pertaining to spare parts manufactured

or distributed by the Supplier:

Select appropriate requirements and delete the rest.

(a) such spare parts as the Procuring Entity may elect to

purchase from the Supplier, provided that this election shall

not relieve the Supplier of any warranty obligations under

this Contract; and

(b) in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the

pending termination, in sufficient time to permit the

Procuring Entity to procure needed requirements; and

ii. following such termination, furnishing at no cost to

the Procuring Entity, the blueprints, drawings, and

specifications of the spare parts, if requested.

The spare parts required are listed in Section VI. Schedule of

Requirements and the cost thereof are included in the Contract Price

The Supplier shall carry sufficient inventories to assure ex-stock

supply of consumable spares for the Goods for a period of thirty

(30) working days.

Other spare parts and components shall be supplied as promptly as

possible, but in any case within five (5) days of placing the order.

Packaging –

The Supplier shall provide such packaging of the Goods as is

required to prevent their damage or deterioration during transit to

their final destination, as indicated in this Contract. The packaging

Page 66: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

66

shall be sufficient to withstand, without limitation, rough handling

during transit and exposure to extreme temperatures, salt and

precipitation during transit, and open storage. Packaging case size

and weights shall take into consideration, where appropriate, the

remoteness of the GOODS’ final destination and the absence of

heavy handling facilities at all points in transit.

The packaging, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as

shall be expressly provided for in the Contract, including additional

requirements, if any, specified below, and in any subsequent

instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4)

sides as follows:

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the

package is to be placed on an accessible point of the outer packaging

if practical. If not practical the packaging list is to be placed inside

the outer packaging but outside the secondary packaging.

Insurance –

The Goods supplied under this Contract shall be fully insured by the

Supplier in a freely convertible currency against loss or damage

incidental to manufacture or acquisition, transportation, storage, and

delivery. The Goods remain at the risk and title of the Supplier until

their final acceptance by the Procuring Entity.

Transportation –

Where the Supplier/s is required under Contract to deliver the Goods

CIF, CIP or DDP, transport of the Goods to the port of destination or

such other named place of destination in the Philippines, as shall be

specified in this Contract, shall be arranged and paid for by the

Supplier/s, and the cost thereof shall be included in the Contract

Price.

Page 67: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

67

Where the Supplier/s is required under this Contract to transport the

Goods to a specified place of destination within the Philippines,

defined as the Drop-off points, transport to such place of destination

in the Philippines, including insurance and storage, as shall be

specified in this Contract, shall be arranged by the Supplier/s, and

related costs shall be included in the Contract Price.

Where the Supplier/s is required under Contract to deliver the Goods

CIF, CIP or DDP, Goods are to be transported on carriers of

Philippine registry. In the event that no carrier of Philippine registry

is available, Goods may be shipped by a carrier which is not of

Philippine registry provided that the Supplier obtains and presents to

the Procuring Entity certification to this effect from the nearest

Philippine consulate to the port of dispatch. In the event that carriers

of Philippine registry are available but their schedule delays the

Supplier in its performance of this Contract the period from when

the Goods were first ready for shipment and the actual date of

shipment the period of delay will be considered force majeure in

accordance with GCC Clause 22.

The Procuring Entity accepts no liability for the damage of Goods

during transit other than those prescribed by INCOTERMS for DDP

Deliveries. In the case of Goods supplied from within the

Philippines or supplied by domestic Suppliers risk and title will not

be deemed to have passed to the Procuring Entity until their receipt

and final acceptance at the final destination.

Patent Rights –

The Supplier/s shall indemnify the Procuring Entity against all

third-party claims of infringement of patent, trademark, or industrial

design rights arising from use of the Goods or any part thereof.

10.4 Not applicable

13.4(c) No further instructions.

16.1 The inspections and tests that will be conducted by the DOTC

representative for purposes of the Final Acceptance are those which

are designed to establish compliance to each of the requirements as

listed under Section VII: Technical Specifications to be conducted

at the Drop-off Point where the goods are to be delivered.

17.3 The warranty periods for the contract packages are as follows:

Contract Package Nos. 1 - 4 – Six (6) months from delivery and

acceptance by the Procuring Entity

Contract Package Nos. 5 – 6 – Six (6) months from delivery and

installation

17.4 The period for correction of defects in the warranty period is five

Page 68: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

68

(5) days from notice.

19 If the delivery, supply and/or installation of the goods mentioned in

Section VI. Schedule of Requirements are not performed on or

before the delivery date as indicated therein, the Supplier shall pay

the Procuring Entity liquidated damages in the amount indicated in

GCC Clause 19.

The Supplier shall pay such amount due not later than thirty (30)

days after receipt of each invoice to be presented by the Procuring

Entity. If the Supplier fails to pay on the due date, the Procuring

Entity shall be entitled to draw from the Performance Security the

amount of liquidated damages due and payable.

If the Supplier’s liability for liquidated damages exceeds the

amount available to be drawn from under the Performance Security,

the Supplier shall pay the excess upon written demand by the

Procuring Entity.

21.1 If the Supplier is a joint venture, “All partners to the joint venture

shall be jointly and severally liable to the Procuring Entity.”

Page 69: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

69

Section VI. Schedule of Requirements

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which

is the date of delivery to the designated drop-off points in the key cities of the Philippines

attached as Annex “D” to the Terms of Reference (Section IX).

Item

Number

Description Quantity Delivered, Weeks/Months

Contract Package 1 – Supply and delivery of major fixtures (urinals, water closets, lavatories and faucets)

1 - Urinal Sensor Type Ware

Wall-hung urinal for concealed

sensor urinal flush valve, including

accessories, color white, with anti-

bacterial protection, stain resistant

and low maintenance

308 Units

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Sensor Type Flush/Fittings with

water-saving mechanism

Concealed sensor urinal flush valve,

DC battery operated, including

accessories, chrome, with water-

saving mechanism, LEED Compliant

(Gold Level)

308 units

Lever Type Ware

Wall-hung urinal for lever type flush

valve, including accessories, color

white, with anti-bacterial protection,

stain resistant, and low maintenance

627 Units

Lever Type Flush/Fittings with

water-saving mechanism

High pressure urinal lever type flush

valve, including accessories,

chrome, with water-saving

mechanism, LEED Compliant (Gold

Level)

627 Units

2- Water

Closet

Sensor Type Ware

Floor-mounted, back-to-wall,

elongated water closet for concealed

sensor flush valve, including

accessories, color white, with anti-

bacterial protection including open

front seat & cover, stain resistant,

and low maintenance

365 Units

Delivery of goods in all the designated Wall-hung, elongated water closet

for concealed sensor flush valve, 350 Units

Page 70: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

70

including accessories, color white,

with anti-bacterial protection

including seat & cover, stain

resistant, and

low maintenance

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Bracket set for wall-hung water closet

350 Units

Sensor Type Flush/Fittings with

water-saving mechanism

Concealed sensor water closet flush

valve, DC battery operated, including

accessories, chrome, siphon jet

flushing with water-saving

mechanism, LEED Compliant (Gold

Level)

715 Units

Connecting pipe for concealed

sensor water closet flush valve,

chrome

715 Units

Lever Type Ware

Floor-mounted, elongated water

closet for lever type flush valve,

including accessories, with anti-

bacterial protection including seat &

cover, stain resistant, and low

maintenance

1,124 Units

Lever Type Flush/Fittings with water-saving mechanism High Pressure water closet lever

type flush valve, including

accessories, chrome, siphon jet

flushing with water-saving

mechanism, LEED Compliant (Gold

Level)

1,124 Units

3-Lavatory Lavatory Ware Under counter oval lavatory,

including accessories, color white

with anti-bacterial protection, stain

resistant, and low maintenance

1,920 Units

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

4-Faucet Sensor Type Faucet/Fittings Sensor type single hole lavatory

faucet, DC battery operated,

including accessories, chrome, with

water-saving mechanism, LEED

Compliant (Gold Level)

832 Units

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Angle Valve 1/2" x 1/2" both thread

male with flange 832 Units

Page 71: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

71

Push type pop-up for lavatory 832 Units Lever Type Faucet/Fittings High pressure single hole lavatory

lever type faucet including plastic

pop-up drain and other accessories,

chrome, with water-saving

mechanism, LEED Compliant (Gold

Level)

1,088 Units Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Angle Valve 1/2 x 1/2 (2)/ P-trap

1,088 Units

Contract Package 2 – Supply and delivery of floor and wall tiles

1 - Tiles Floor (60 cm. x 60 cm. )

60 cm x 60 cm, durable non-skid,

water and stain resistant,

homogeneous, synthetic granite or

porcelain floor tiles, except vinyl,

ceramic or double loading tiles, of

light tone color

35,130 pcs.

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Wall (30 cm. x 60 cm.)

30 cm x 60 cm durable glossy, stain

resistant, homogeneous, synthetic

granite or porcelain wall tiles, except

vinyl and ceramic, of light tone color

184,178 pcs.

Contract Package 3 – Supply and delivery of minor fixtures (hand dryer, toilet paper dispenser, etc.)

1- Hand

Dryer (per

toilet)

Wall-mounted, heavy duty, high

velocity sensor type hand dryer, AC

220v, color white, with energy saving

mechanism

898 pcs.

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

2- Foot

Dryer

(Airport and

Seaport)

Wall-mounted, heavy duty sensor

type foot dryer, AC 220v, color

white, with energy saving

mechanism

103 pcs.

3- Liquid

Soap

Dispenser

Automatic (Airport/Seaport)

Wall-mounted, automatic soap

dispenser, DC battery operated, with

brush finish stainless casing

822 pcs.

Manual

Wall-mounted, push type soap

dispenser, with brush finish stainless

casing

955 pcs.

4- Trash

Bins

Per Cubicle

5-liter capacity floor-standing foot

1,698 pcs.

Page 72: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

72

pedal-type trash bin, with brush

finish stainless casing

Per Toilet

30-liter capacity floor-standing open

top type trash bin, with brush finish

stainless casing

898 pcs.

5- Drum-

Roll Toilet

Paper

Dispenser

per cubicle

Wall-mounted, round jumbo drum-

roll toilet paper dispenser, color

white

1,698 pcs.

6-Paper

Towel

Dispenser

(Airport)

Wall-mounted paper towel

dispenser, with brush finish stainless

casing

218 pcs.

7-Air

Freshner

per toilet

Wall-mounted, automatic air

freshener dispenser, color white

546 pcs.

8- Bidet

(Airport/Sea

port) per

cubicle

Stainless flexible bidet spray and

hose, at least 6mm Ø x 1.22m long

hose

762 pcs.

9 – Hand

Sanitizer

(Airport) per

toilet

Wall-mounted, sensor-type, chlorine-

based hand sanitizer, color white 218 pcs.

10-

Baby/Diaper

Changing

Airport/Sea

port)

Recessed-mounted foldable hard

plastic changing tables, light tone

color with high quality ABS/HDPE

finish and with anti-bacterial

protection

177 pcs.

11- Floor

Drain

100mm stainless steel floor drain

with trap seal design

2,501 pcs.

12- Water

pump

1hp Water Pump

157 pcs.

2hp Water Pump

14 pcs.

13-

Pressure

tank

82-gal. stainless steel pressure tank

159 pcs.

14- PWD

Grab Rails

40mm Ø stainless steel L-Type

(fixed) anti-bacterial ABS Grab Rail

1,757 set

15-Exhaust

Fan

Ceiling-mounted, 12-in. exhaust fan

with pipe ducts

271 set

Contract Package 4 - Supply and delivery of signages

1-

Directional

Signage

406.5mm x 160mm x 4.5mm acrylic

directional signage with DOTC/

agency logos and in DOTC-

approved design

342 pcs.

Page 73: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

73

2- Individual

Signage

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Male 160mm x 160mm x 4.5mm acrylic

individual toilet signage with DOTC/

agency logos and in DOTC-

approved design

379 pcs. Female 375 pcs. PWD 251 pcs. Common 3 pcs.

3- Cleaning

Checklist

160mm x 160mm x 4.5mm acrylic

cleaning checklist board with DOTC/

agency logos and in DOTC-

approved design

1,008 pcs.

4-

Announce-

ment Board

210mm x 297mm x 4.5mm acrylic

announcement board with DOTC/

agency logos and in DOTC-

approved design

1,008 pcs.

Contract Package 5 – Granite Countertop and accessories

1-Granite Lavatory Countertop with fascia,

splashboard, Ledge

60cm x 240cm x 18cm, 60cm x

220cm x 19cm, natural granite, solid

jet black tone color (refer to Annex

“B” for Cutting List per Toilet per

Agency)

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

Supply, Delivery, Cutting and

Installation within NCR 912.44 sqm.

Supply and delivery for toilet

facilities outside of NCR* 1,391.24

sqm. Contract Package 6 - Phenolic board and stainless accessories

1 – Phenolic

board

includes

Cubicle partition, door and ledge

Urinal

partition

and ledge

12 mm thick plain phenolic board (5

x 8), color beige with high grade

stainless accessories which

includes:

Footing (H=150mm or 6”),

Top bar (L=6m, 50mmØ),

U-Channel (L= 3.7m or 6 m),

Lockset (inclusive of an indicator),

Hinges (Left or Right),

Handle,

Corner Fastener Brackets,

Screws,

Headrail,

Coat hook

(Refer to Annex “C” for Cutting

List)

Delivery of goods in all the designated

drop-off points shall be completed one

(1) month from receipt of the Notice to

Proceed.

a) Supply,

Delivery,

Cutting and

Installation

within NCR

Cubicle partition with ledge and

stainless accessories 672 Units

Urinal Partition with ledge and

stainless accessories 360 Units

Page 74: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

74

b) Supply

and delivery

for toilet

facilities

outside of

NCR*

Cubicle partition with ledge and

stainless accessories 916 Units

Urinal Partition with ledge and

stainless accessories 575 Units

Page 75: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

75

Section VII. Technical Specifications

Page 76: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

76

Technical Specifications

Item Specificication Statement of Compliance

Contract Package 1 1 - Urinal Sensor Type Ware

Wall-hung urinal for concealed

sensor urinal flush valve, including

accessories, color white, with anti-

bacterial protection, stain resistant

and low maintenance

Bidders must state here either “Comply” or “Not Comply” against

each of the individual parameters of each Specification stating the

corresponding performance parameter of the equipment offered.

Statements of “Comply” or “Not Comply” must be supported by

evidence in a Bidders Bid and cross-referenced to that evidence.

Evidence shall be in the form of manufacturer’s un-amended sales

literature, unconditional statements of specification and compliance

issued by the manufacturer, samples, independent test data etc., as

appropriate. A statement that is not supported by evidence or is

subsequently found to be contradicted by the evidence presented will

render the Bid under evaluation liable for rejection. A statement either

in the Bidders statement of compliance or the supporting evidence

that is found to be false either during Bid evaluation, post-

qualification or the execution of the Contract may be regarded as

fraudulent and render the Bidder or supplier liable for prosecution

subject to the provisions of ITB Clause 3.1(a)(ii) and/or GCC Clause

2.1(a)(ii).

Sensor Type Flush/Fittings with water-saving mechanism Concealed sensor urinal flush valve,

DC battery operated, including

accessories, chrome, with water-

saving mechanism, LEED Compliant

(Gold Level)

Lever Type Ware

Wall-hung urinal for lever type flush

valve, including accessories, color

white, with anti-bacterial protection,

stain resistant, and low maintenance

Lever Type Flush/Fittings with water-saving mechanism

High pressure urinal lever type flush

valve, including accessories,

chrome, with water-saving

mechanism, LEED Compliant (Gold

Level)

2- Water

Closet

Sensor Type Ware

Floor-mounted, back-to-wall,

elongated water closet for concealed

Page 77: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

77

sensor flush valve, including

accessories, color white, with anti-

bacterial protection including open

front seat & cover, stain resistant,

and low maintenance

Wall-hung, elongated water closet

for concealed sensor flush valve,

including accessories, color white,

with anti-bacterial protection

including seat & cover, stain

resistant, and

low maintenance

Bracket set for wall-hung water closet

Sensor Type Flush/Fittings with water-saving mechanism

Concealed sensor water closet flush

valve, DC battery operated, including

accessories, chrome, siphon jet

flushing with water-saving

mechanism, LEED Compliant (Gold

Level)

Connecting pipe for concealed

sensor water closet flush valve,

chrome

Lever Type Ware Floor-mounted, elongated water

closet for lever type flush valve,

including accessories, with anti-

bacterial protection including seat &

cover, stain resistant, and low

maintenance

Lever Type Flush/Fittings with water-saving mechanism High Pressure water closet lever

type flush valve, including

accessories, chrome, siphon jet

flushing with water-saving

mechanism, LEED Compliant (Gold

Level)

3-Lavatory Lavatory Ware Under counter oval lavatory,

including accessories, color white

with anti-bacterial protection, stain

resistant, and low maintenance

4-Faucet Sensor Type Faucet/Fittings

Page 78: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

78

Sensor type single hole lavatory

faucet, DC battery operated,

including accessories, chrome, with

water-saving mechanism, LEED

Compliant (Gold Level)

Angle Valve 1/2" x 1/2" both thread

male with flange

Push type pop-up for lavatory

Lever Type Faucet/Fittings High pressure single hole lavatory

lever type faucet including plastic

pop-up drain and other accessories,

chrome, with water-saving

mechanism, LEED Compliant (Gold

Level)

Angle Valve 1/2 x 1/2 (2)/ P-trap

Contract Package 2

1 – Tiles Floor (60 cm. x 60 cm. )

60 cm x 60 cm, durable non-skid,

water and stain resistant,

homogeneous, synthetic granite or

porcelain floor tiles, except vinyl,

ceramic or double loading tiles, of

light tone color

Wall (30 cm. x 60 cm.)

30 cm x 60 cm durable glossy, stain

resistant, homogeneous, synthetic

granite or porcelain wall tiles, except

vinyl and ceramic, of light tone color

Contract Package 4

1- Hand

Dryer per

toilet

Wall-mounted, heavy duty, high

velocity sensor type hand dryer, AC

220v, color white, with energy saving

mechanism

2- Foot

Dryer

(Airport and

Seaport)

Wall-mounted, heavy duty sensor

type foot dryer, AC 220v, color

white, with energy saving

mechanism

3- Liquid

Soap

Dispenser

Automatic (Airport/Seaport)

Wall-mounted, automatic soap

dispenser, DC battery operated, with

brush finish stainless casing

Manual

Wall-mounted, push type soap

Page 79: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

79

dispenser, with brush finish stainless

casing

4- Trash

Bins

Per Cubicle

30-liter capacity floor-standing open

top type trash bin, with brush finish

stainless casing

Per Toilet

30-liter capacity floor-standing open

top type trash bin, with brush finish

stainless casing

5- Drum-

Roll Toilet

Paper

Dispenser

per cubicle

Wall-mounted, round jumbo drum-

roll toilet paper dispenser, color

white

6-Paper

Towel

Dispenser

(Airport)

Wall-mounted paper towel

dispenser, with brush finish stainless

casing

7-Air

Freshner

per toilet

Wall-mounted, automatic air

freshener dispenser, color white

8- Bidet

(Airport/Sea

port) per

cubicle

Stainless flexible bidet spray and

hose, at least 6mm Ø x 1.22m long

hose

9 – Hand

Sanitizer

(Airport) per

toilet

Wall-mounted, sensor-type, chlorine-

based hand sanitizer, color white

10-

Baby/Diaper

Changing

Airport/Sea

port)

Recessed-mounted foldable hard

plastic changing tables, light tone

color with high quality ABS/HDPE

finish and with anti-bacterial

protection

11- Floor

Drain

100mm stainless steel floor drain

with trap seal design

12- Water

pump

1hp Water Pump

2hp Water Pump

13-

Pressure

tank

82-gal. stainless steel pressure tank

14- PWD

Grab Rails

40mm Ø stainless steel L-Type

(fixed) anti-bacterial ABS Grab Rail

15-Exhaust

Fan

Ceiling-mounted, 12-in. exhaust fan

with pipe ducts

Contract Package 5

1- 406.5mm x 160mm x 4.5mm acrylic

Page 80: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

80

Directional

Signage

directional signage with DOTC/

agency logos and in DOTC-

approved design

2- Individual

Signage

Male 160mm x 160mm x 4.5mm acrylic

individual toilet signage with DOTC/

agency logos and in DOTC-

approved design

Female

PWD

Common

3- Cleaning

Checklist

160mm x 160mm x 4.5mm acrylic

cleaning checklist board with DOTC/

agency logos and in DOTC-

approved design

4-

Announce-

ment Board

210mm x 297mm x 4.5mm acrylic

announcement board with DOTC/

agency logos and in DOTC-

approved design

Contract Package 5

1-Granite Lavatory Countertop with fascia,

splashboard, Ledge

60cm x 240cm x 18cm, 60cm x

220cm x 19cm, natural granite, solid

jet black tone color (refer to Annex

“B” for Cutting List per Toilet per

Agency)

Supply, Delivery, Cutting and

Installation within NCR

Supply and delivery for toilet

facilities outside of NCR*

*Note: Pick-up, Cutting and Installation will be under CIVIL WORKS.

Contract Package 6

1 – Phenolic

board

includes

Cubicle partition, door and ledge

Urinal

partition

and ledge

12 mm thick plain phenolic board (5

x 8), color beige with high grade

stainless accessories which

includes:

Footing (H=150mm or 6”),

Top bar (L=6m, 50mmØ),

U-Channel (L= 3.7m or 6 m),

Lockset (inclusive of an indicator),

Hinges (Left or Right),

Handle,

Corner Fastener Brackets,

Screws,

Headrail,

Coat hook

(Refer to Annex “C” for Cutting List)

a) Supply,

Delivery,

Cutting and

Cubicle partition with ledge and

stainless accessories

Page 81: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

81

Installation

within NCR

Urinal Partition with ledge and

stainless accessories

b) Supply

and delivery

for toilet

facilities

outside of

NCR*

Cubicle partition with ledge and

stainless accessories

Urinal Partition with ledge and

stainless accessories

*Note: Pick-up, Cutting and Installation will be under CIVIL WORKS.

Page 82: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

82

Section VIII. Bidding Forms

Page 83: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

83

TABLE OF CONTENTS

BID FORM ........................................................................................................... 84

CONTRACT AGREEMENT FORM ........................................................................ 87

OMNIBUS SWORN STATEMENT .......................................................................... 88

BANK GUARANTEE FORM FOR ADVANCE PAYMENT ....................................... 90

Page 84: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

84

Bid Form

Date:

Invitation to Bid1 No.:

To: ATTY. JOSE PERPETUO M. LOTILLA

Undersecretary for Legal Affairs

and Chairperson, DOTC BAC (Primary)

Department of Transportation and Communications

Brgy. Wack-Wack, Ortigas Ave.

1555 Mandaluyong City

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

[supply/deliver/perform] [description of the Goods] in conformity with the said Bidding

Documents for the sum of [total Bid amount in words and figures] or such other sums as may

be ascertained in accordance with the Schedule of Prices attached herewith and made part of

this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:2

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

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

2 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 85: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

85

We understand that you are not bound to accept the lowest or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

Page 86: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

86

For Goods Offered From Within the Philippines

Name of Bidder . Invitation to Bid3 Number . Page of .

1 2 3 4 5 6 7 8 9 10

Item Description Country

of origin

Quantity Unit price EXW

per item

Cost of local

labor, raw

material, and

component2

Total price

EXW per item

(cols. 4 x 5)

Unit prices per

item final

destination and

unit price of

other incidental

services

Sales and other

taxes payable

per item if

Contract is

awarded

Total Price

delivered Final

Destination

(col 8 + 9) x 4

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

Page 87: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

87

Contract Agreement Form

THIS AGREEMENT made the _____ day of __________ 20_____ between the

Department of Transportation and Communications of the Philippines (hereinafter called

“the Entity”) of the one part and [name of Supplier] of [city and country of Supplier]

(hereinafter called “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz.,

[brief description of goods and services] and has accepted a Bid by the Supplier for the

supply of those goods and services in the sum of [contract price in words and figures]

(hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Entity’s Notification of Award.

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

hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods

and services and to remedy defects therein in conformity in all respects with the provisions of

the Contract.

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of

the goods and services and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of the contract at the time and in the

manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed

in accordance with the laws of the Republic of the Philippines on the day and year first above

written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

Page 88: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

88

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address

of Affiant], after having been duly sworn in accordance with law, do hereby depose and state

that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office

address at [address of Bidder];

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

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

Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have

full power and authority to do, execute and perform any and all acts necessary to

represent it in the bidding for [Name of the Project] of the [Name of the Procuring

Entity];

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

and authority to do, execute and perform any and all acts necessary and/or to

represent the [Name of Bidder] in the bidding as shown in the attached [state title of

attached document showing proof of authorization (e.g., duly notarized Secretary’s

Certificate issued by the corporation or the members of the joint venture)];

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

the Philippines or any of its agencies, offices, corporations, or Local Government

Units, foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the Government Procurement Policy

Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly

authorized representative(s) to verify all the documents submitted;

Page 89: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

89

6. Select one, delete the rest:

If a sole proprietorship: I am not related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

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

Bidder] is related to the Head of the Procuring Entity, members of the Bids and

Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,

the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

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

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

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

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

Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of

the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid,

if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the

Project].

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

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

[JURAT]

* This form will not apply for WB funded projects.

Page 90: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

90

Bank Guarantee Form for Advance Payment

To: ATTY. JOSE PERPETUO M. LOTILLA

Undersecretary for Legal Affairs and

Chairperson, DOTC BAC (Primary)

Department of Transportation and Communications

Brgy. Wack-Wack, Ortigas Ave.

1555 Mandaluyong City

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,

which amends Clause 10 of the General Conditions of Contract to provide for advance

payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit

with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful

performance under the said Clause of the Contract in an amount of [amount of guarantee in

figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally

and irrevocably to guarantee as primary obligator and not as surety merely, the payment to

the PROCURING ENTITY on its first demand without whatsoever right of objection on our

part and without its first claim to the Supplier, in the amount not exceeding [amount of

guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms of the

Contract to be performed thereunder or of any of the Contract documents which may be made

between the PROCURING ENTITY and the Supplier, shall in any way release us from any

liability under this guarantee, and we hereby waive notice of any such change, addition, or

modification.

This guarantee shall remain valid and in full effect from the date of the advance payment

received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 91: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

91

Section IX. Terms of Reference

Page 92: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

92

TERMS OF REFERENCE (TOR) FOR THE PROCUREMENT OF GOODS FOR THE “KAYO ANG BOSS KO”

(KBK) TOILET FACILITIES IMPROVEMENT PROJECT

I. INTRODUCTION AND BACKGROUND INFORMATION

The Department of Transportation and Communications (DOTC) is the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services.

With the end in view of realizing its mandate, the DOTC has embarked on a “Kayo ang Boss Ko (KBK)” Transport Facilities Frontline Services Improvement Project to ensure a more convenient, affordable, reliable, efficient and safe transport services to the public.

One of the priority improvement areas of the KBK Project for 2012 are the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB).

In support of this improvement project, the DOTC has adopted a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas which will henceforth serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others. It likewise provides standards for maintaining the cleanliness and good working condition of such facilities, including provisions to enhance their safety and security. The Standards likewise dictate adherence to all applicable laws, rules and regulations governing the design, construction and maintenance of public transport infrastructure facilities, including compliance with relevant environmental regulations. II. OBJECTIVES

The project aims to:

1. Ensure delivery of a more convenient, affordable, reliable, efficient and safe transport services to the riding and transacting public; and,

2. Transform and uplift the quality of service to the public – to that which truly cares for their safety, comfort and well-being, respects their dignity and brings forth a fresh and wholesome experience in dealing with DOTC frontline offices/agencies, including the transport services that they provide and/or manage or supervise.

Page 93: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

93

II. COVERAGE

For CY 2012, the DOTC will upgrade and/or rehabilitate 777 existing toilet facilities and construct additional 231 new toilet facilities, as indicated below:

DOTC Sectoral Office, Attached Agency and Corporation

Total Number of Toilets

For Renovation/

Rehabilitation

For New Construction

Manila International Airport Authority (MIAA) 111 -

Civil Aviation Authority of the Philippines (CAAP)

107 -

Mactan-Cebu International Airport Authority (MCIAA)

110 -

Philippine Ports Authority (PPA) 62 -

Cebu Ports Authority (CPA) 15 -

Light Rail Transport Authority (LRTA) 28 35

Metro Rail Transit-3 (MRT-3) 63 -

Philippine National Railways (PNR) 21 42

Land Transportation Office (LTO) 239 125

Land Transportation Franchising and Regulatory Board (LTFRB)

21 29

GRAND TOTAL 777 231

Attached as Annex “A” is the specific address/location of toilet facilities for

construction and/or rehabilitation on a per Agency per region basis. IV. SCOPE

1. For the rehabilitation of existing and/or construction of new toilet facilities, the winning bidder/s shall supply and deliver the following goods as specified in six (6) contract packages, as follows:

Page 94: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

94

1.1 Contract Package 1 – Supply and delivery of major fixtures (urinals,

water closets, lavatories and faucets)

Sensor Type Flush/Fittings with water-saving mechanism

Concealed sensor water closet flush valve, DC battery operated, including accessories, chrome, siphon jet flushing with water-saving mechanism, LEED Compliant (Gold Level)

715 Units

Connecting pipe for concealed sensor water closet flush valve, chrome

715 Units

Lever Type Ware Floor-mounted, elongated water closet for lever type flush valve, including accessories, with anti-bacterial protection including seat & cover, stain resistant, and low maintenance

1,124 Units

MAJOR FIXTURES SPECIFICATION Quantity Unit

1.

Sensor Type Ware Wall-hung urinal for concealed sensor urinal flush

valve, including accessories, color white, with anti-

bacterial protection, stain resistant and low

maintenance

308 Units

Sensor Type Flush/Fittings with water-saving mechanism

Concealed sensor urinal flush valve, DC battery

operated, including accessories, chrome, with

water-saving mechanism, LEED Compliant (Gold

Level)

308 Units

Lever Type Ware Wall-hung urinal for lever type flush valve, including

accessories, color white, with anti-bacterial

protection, stain resistant, and low maintenance

627 Units

Lever Type Flush/Fittings with water-saving mechanism

High pressure urinal lever type flush valve,

including accessories, chrome, with water-saving

mechanism, LEED Compliant (Gold Level)

627 Units

2

Sensor Type Ware Floor-mounted, back-to-wall, elongated water

closet for concealed sensor flush valve, including

accessories, color white, with anti-bacterial

protection including open front seat & cover, stain

resistant, and low maintenance

365 Units

Wall-hung, elongated water closet for concealed

sensor flush valve, including accessories, color

white, with anti-bacterial protection including seat &

cover, stain resistant, and

low maintenance

350 Units

Bracket set for wall-hung water closet 350 Units

Page 95: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

95

MAJOR FIXTURES SPECIFICATION Quantity Unit

Lever Type Flush/Fittings with water-saving mechanism

High Pressure water closet lever type flush valve, including accessories, chrome, siphon jet flushing with water-saving mechanism, LEED Compliant (Gold Level)

1,124 Units

3

Lavatory Ware Under counter oval lavatory, including accessories, color white with anti-bacterial protection, stain resistant, and low maintenance

1,920 Units

4

Sensor Type Faucet/Fittings

Sensor type single hole lavatory faucet, DC battery operated, including accessories, chrome, with water-saving mechanism, LEED Compliant (Gold Level)

832 Units

Angle Valve 1/2" x 1/2" both thread male with flange

832 Units

Push type pop-up for lavatory 832 Units

Lever Type Faucet/Fittings

High pressure single hole lavatory lever type faucet including plastic pop-up drain and other accessories, chrome, with water-saving mechanism, LEED Compliant (Gold Level)

1,088 Units

Angle Valve 1/2 x 1/2 (2)/ P-trap 1,088 Units

1.2 Contract Package 2 – Supply and delivery of floor and wall tiles

Particulars Technical Description Quantity Unit

1 TILES

Floor (60cm x60cm)

60 cm x 60 cm, durable non-skid, water and stain

resistant, homogeneous, synthetic granite or

porcelain floor tiles, except vinyl, ceramic or double

loading tiles, of light tone color

35,130

pcs

Wall (30cmx60cm) 30 cm x 60 cm durable glossy, stain resistant,

homogeneous, synthetic granite or porcelain wall

tiles, except vinyl and ceramic, of light tone color

184,178 pcs

Page 96: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

96

1.3 Contract Package 3 – Supply and delivery of minor fixtures (e.g.: Hand

Dryer, Toilet Paper Dispenser, Trash Bins, Liquid soap dispenser, Person with Disability (PWD) grab rails, water pump and pressure tank, etc.)

MINOR FIXTURES Technical Description Quantity Unit

1 HAND DRYER per toilet

Wall-mounted, heavy duty, high velocity sensor

type hand dryer, AC 220v, color white, with

energy saving mechanism

898 pcs

MINOR FIXTURES Technical Description Quantity Unit

2 FOOT DRYER (Airport and Seaport)

Wall-mounted, heavy duty sensor type foot

dryer, AC 220v, color white, with energy saving

mechanism

103 pcs

3 LIQUID SOAP DISPENSER

Automatic (Airport/Seaport)

Wall-mounted, automatic soap dispenser, DC

battery operated, with brush finish stainless

casing

822 pcs

Manual Wall-mounted, push type soap dispenser, with

brush finish stainless casing

955 pcs

4 TRASH BINS

Per Cubicle 30-liter capacity floor-standing open top type

trash bin, with brush finish stainless casing 1,698 pcs

Per Toilet 30-liter capacity floor-standing open top type

trash bin, with brush finish stainless casing 898 pcs

5 DRUM-ROLL TOILET PAPER DISPENSER per cubicle

Wall-mounted, round jumbo drum-roll toilet

paper dispenser, color white 1,698 pcs

6 PAPER TOWEL DISPENSER (Airport)

Wall-mounted paper towel dispenser, with

brush finish stainless casing 218 pcs

7 AIR FRESHENER per toilet

Wall-mounted, automatic air freshener

dispenser, color white 546 pcs

8 BIDET (Airport/Seaport) per cubicle

Stainless flexible bidet spray and hose, at least

6mm Ø x 1.22m long hose

762 pcs

9 HAND SANITIZER (Airport) per toilet

Wall-mounted, sensor-type, chlorine- based

hand sanitizer, color white 218 pcs

10 BABY/DIAPER CHANGING (Airport/Seaport)

Recessed-mounted foldable hard plastic

changing tables, light tone color with high

quality ABS/HDPE finish and with anti-bacterial

protection

177 pcs

11 FLOOR DRAIN 100mm stainless steel floor drain with trap seal

design 2,501 pcs

12 WATER PUMP 1hp Water Pump

157 pcs

2hp Water Pump

14 pcs

Page 97: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

97

13 PRESSURE TANK 82-gal. stainless steel pressure tank 159 pcs

14 PWD GRAB RAILS 40mm Ø stainless steel L-Type (fixed) anti-

bacterial ABS Grab Rail 1,757 pcs

15 EXHAUST FAN Ceiling-mounted, 12-in. exhaust fan with pipe

ducts 271 set

1.4 Contract Package 4 – Supply and delivery of signages

SIGNAGE Technical Description Quantity Unit

1 Directional Signage 406.5mm x 160mm x 4.5mm acrylic directional

signage with DOTC/ agency logos and in

DOTC-approved design

342 pcs

2

Male 160mm x 160mm x 4.5mm acrylic individual

toilet signage with DOTC/ agency logos and in

DOTC-approved design

379 pcs

Female 375 pcs

PWD 251 pcs

Common 3 pcs

3 Cleaning Checklist 160mm x 160mm x 4.5mm acrylic cleaning

checklist board with DOTC/ agency logos and

in DOTC-approved design

1,008 pcs

4 Announcement Board

210mm x 297mm x 4.5mm acrylic

announcement board with DOTC/ agency logos

and in DOTC-approved design

1,008 pcs

1.5 Contract Package 5 – Granite countertop and accessories

Particulars Technical Description Quantity Unit

1 GRANITE

Lavatory Countertop with fascia, splashboard, Ledge

60cm x 240cm x 18cm, 60cm x 220cm x 19cm, natural granite, solid jet black tone color (refer to Annex “B” for Cutting List per Toilet per Agency)

Supply, Delivery, Cutting and Installation within NCR

912.44 sqm

Supply and delivery for toilet facilities outside of NCR*

1,391.24 sqm

*Note: Pick-up, cutting and installation will be under CIVIL WORKS.

Page 98: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

98

1.6 Contract Package 6 – Phenolic board and stainless accessories

Particulars Technical Description Quantity Unit

1 PHENOLIC BOARD includes

Cubicle partition, door and ledge

Urinal partition and ledge

12 mm thick plain phenolic board (5 x 8), color

beige with high grade stainless accessories

which includes:

Footing (H=150mm or 6”),

Top bar (L=6m, 50mmØ),

U-Channel (L= 3.7m or 6 m),

Lockset (inclusive of an indicator),

Hinges (Left or Right),

Handle,

Corner Fastener Brackets,

Screws and

Headrail.

(Refer to Annex “C” for Cutting List)

(a) Supply, Delivery, Cutting and Installation within NCR

Cubicle partition with ledge and stainless accessories

672 Units

Urinal Partition with ledge and stainless accessories

360 Units

(b) Supply and delivery for toilet facilities outside of NCR*

Cubicle partition with ledge and stainless accessories

916 Units

Urinal Partition with ledge and stainless accessories

575 Units

*Note: Pick-up, cutting and installation will be under CIVIL WORKS.

V. TERMS AND CONDITIONS The suppliers shall deliver the above enumerated goods strictly in accordance with the specifications herein prescribed and shall guarantee that the same are in good condition and free of defects in materials and workmanship. The winning bidders shall deliver the aforementioned goods at each Agency’s designated drop-off points in key cities or locations per Distribution List, attached herein as Annex “D”. The appropriate delivery charges up to the designated drop-off points outside the National Capital Region shall be arranged and paid for by the winning bidder/s of respective goods. Delivery of goods in all the designated drop-off points shall be completed one (1) month from receipt of the Notice to Proceed. In order to prevent losses, pilferages and damages of goods, the winning bidder/s shall safely pack and properly label the goods as to their particular description, size, color and destination per Packaging List, attached herein as Annex “E”. All such

goods destined for a specific Agency shall be delivered to the designated drop-off

Page 99: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

99

points located in the regional or local offices of their respective Agencies as appearing in the Distribution List (Annex “D”). Goods damaged or lost in transit to the designated drop-off points/addresses shall be replaced by the winning bidder/s of such damaged or lost goods within ten (10) days from notice thereof. For purposes of establishing responsibility and accountability of these goods while in custody of such designated Agency drop off points, the Heads of all participating DOTC Agencies in this project shall designate their respective Central/Regional and Local Project Officers. Such Project Officers shall be responsible for implementing a systematic turnover plan of the delivered goods from their custody until eventual pick-up by the respective winning bidder/s of the Civil Works. The winning bidders for the Civil Works shall pick-up/collect the goods from such designated drop-off points and the attendant pick-up costs for such goods shall be incorporated in the Civil Works. The winning bidder/s shall ensure the continued availability for re-orders of the major fixtures, including the floor and wall tiles and countertops for at least five (5) years from date of award of contract. In case where the suppliers will install certain fixtures such as the granite countertops, phenolic board and ledge, the suppliers/installers shall give a warranty of six (6) months from date of such delivery and installation, whichever comes later. VI. TERMS OF PAYMENT The suppliers shall be paid according to the following schedule of payments:

For the delivery and acceptance of goods only (Contract packages 1 to 4)

100% of the total cost

For the delivery and installation of goods (Contract packages 5 and 6)

(a). Upon delivery and initial installation of all fixtures; and,

75% of the total cost

(b). Upon completion of the installation of the fixtures.

25% of the total cost

Failure of the suppliers to completely deliver the goods within one (1) month from receipt of Notice to Proceed would mean a penalty of one tenth (1/10) of one (1%) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. Payment shall be made at the DOTC Central Office upon presentation of delivery receipt and other documentary requirements for such transactions, subject to the government accounting and auditing rules and regulations.

Page 100: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

100

The DOTC, however, shall refuse to make payments when the terms and conditions of the supply and delivery of goods are not satisfactorily performed by the winning bidders/suppliers. VII. SOURCE OF FUND AND PROJECT COST The source of fund is the DOTC Budget for CY 2012 (General Appropriations Act). The approved budget for the contract is One Hundred Forty-Three Million One Hundred Ninety-Seven Thousand and Ninety-Two Pesos Only (Php143,197,092.00), inclusive of VAT and other applicable taxes. VIII. MISCELLANEOUS PROVISION In case of conflict in the provisions of the GCC, SCC and this Terms of Reference (TOR), the provisions of this TOR shall prevail.

Page 101: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

101

ANNEX A

LOCATION OF FACILITIES

LTFRB

REGION DEPOT

EXISTING TOILET

NEW TOILET

1 LTFRB Regional Office No. 1 2 3

Government Center, Brgy. Sevilla,

San Fernando City, La Union 2500

2 LTFRB Regional Office No. II 2 3

CARIG Regional Center,

Tuguegaro, Cagayan 3500

3 LTFRB Regional Office No. III 2 3

Government Center, Brgy. Maimpis

San Fernando City, Pampanga 2000

5 LTFRB Regional Office No. V 5 5

Regional Center, Rawis

Legazpi City 4500

6 LTFRB Regional Office No. VI 2 3

Quintin Salas, Jaro, Iloilo 5000

8 LTFRB Regional Office No. VIII 2 3

Nipa Hut Compound, Jones St.,

Tacloban City 6500

10 LTFRB Regional Office No. X 2 3

Apovel Subdivision, Patag-Bulua Hi-way

Cagayan de Oro City 9000

11 LTFRB Regional Office No. XI 2 3

Balusong Avenue, McArthur Hi-way

Matina, Davao City 8000

12 LTFRB Regional Office No. XII 2 3

ARMM Compound (bet. NFA & NEDA

Offices) Cotabato City 9600

TOTAL 21 29

Page 102: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

102

LOCATION OF FACILITIES

MRT-3

REGION STATION EXISTING

TOILET NEW

TOILET

15 Depot North Ave., cor. EDSA North Triangle

NCR Quezon City (per Station Delivery)

North Avenue 6 0

Quezon Avenue 6 0

GMA Kamuning 6 0

Araneta Center-Cubao 3 0

Santolan 6 0

Ortigas 6 0

Shaw Boulevard 6 0

Boni 3 0

Guadalupe 6 0

Buendia 3 0

Ayala 3 0

Magallanes 6 0

Taft Avenue 3 0

TOTAL 63 0

Page 103: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

103

LOCATION OF FACILITIES

LRTA - LINE 1

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 Light Rail Transit Authority (Line 1)

NCR LRTA Compound, Aurora Blvd., Pasay City

Baclaran 2 0

EDSA 6 0

Central 2 0

Doroteo Jose 6 0

Monumento 2 0

TOTAL 18 0

LRTA - LINE 2

REGION STATION EXISTING

TOILET NEW

TOILET

15 Light Rail Transit Authority (Line 2)

NCR LRTA Line 2 Depot, Marcos Highway

Pasig City

Recto 1 2

Legarda 1 4

Pureza 1 4

V. Mapa 1 2

J. Ruiz 1 4

Gilmore 1 4

Betty-Go Belmonte 1 4

Cubao 1 2

Anonas 1 4

Katipunan 0 3

Santolan 1 2

TOTAL 10 35

Page 104: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

104

LOCATION OF FACILITIES

PNR

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 PNR Tutuban, Manila

NCR Main Building, Engineering Department

Tutuban 3

Blumentrit 3

Laon-Laan 3

Espana 3

Sta. Mesa 3

Pandacan 3

Buendia 3

Pasay Road 3

EDSA 3

FTI 3

Bicutan 3

Sucat 3

4-A PNR Lucena Station

Engineering Department

Calamba 0 3

San Pablo 0 3

Lucena 0 3

Tagkawayan 0 3

5 PNR Naga Station

Engineering Department

Sipocot 0 3

Naga 0 3

Iriga 3 0

Ligaw 0 3

Legaspi 0 3

TOTAL 21 42

Page 105: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

105

LOCATION OF FACILITIES

PPA

REGION DEPOT EXISTING

TOILET NEW

TOILET

3 Port of Capinpin, Orion, Bataan 7 0

3 Port of Dincalan, Aurora Province 2 0

4-A Port of Lucena 3 0

4-A Port of Sta.Cruz 3 0

4-A Port of Balanacan 3 0

4-B Port of Romblon 3 0

4-B Port of Brookes Point, Palawan 4 0

4-B Port of Culion 3 0

6 Port of Dumaguit, New Washington, Aklan 3 0

6 Port of Jordan, Guimaras 3 0

6 Port of Lipata, Culasi, Antique 3 0

7 Port of Tandayag 3 0

7 Port of Larena 3 0

7 Port of Siquijor 3 0

9 Port of Zamboanga

Zamboanga 4 0

Basilan 3 0

10 Port of Balingoan 3 0

13 Port of Surigao Baseport 3 0

13 Port of Dapa 3 0

TOTAL 62 0

Page 106: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

106

LOCATION OF FACILITIES

CPA

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

7 CIP Complex, Sergio Osmena Blvd.,

North Reclamation Area, Cebu City

Port of Argao, Cebu 2 0

Port of Camotes, Cebu 2 0

Port of Danao, Cebu 3 0

Port of Dumanjug, Cebu 2 0

Port of Santa Fe, Cebu 2 0

Port of Santa Rosa, Olango Island, Cebu 2 0

Port of Toledo, Cebu 2 0

TOTAL 15 0

Page 107: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

107

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

1 LTO Regional Office No. 1

Aguila Road, San Fernando, La Union

Alaminos City, Pangasinan 2 1

Batac City, Pangasinan 2 1

Candon City, Ilocos Sur 2 1

Dagupan City 2 1

Laoag City 2 1

Lingayen, Pangasinan 2 1

Urdaneta, Pangasinan 2 1

Vigan City, Ilocos Sur 2 1

Regional Office 4 2

2 LTO Regional Office No. 2

San Gabriel Village, Tuguegarao, Cagayan

Regional Office 2 1

Ilagan District Office 0 3

San Isidro District Office 0 3

Cabarroguis District Office 2 1

Bayombong District Office 0 3

Aparri District Office 2 1

Basco District Office 0 3

Roxas District Office 2 1

Gattaran Extension Office 0 3

Cabangan Extension Office 2 1

3 LTO Regional Office No. 3

Government Center, Brgy. Maimpis

San Fernando, Pampanga

Angeles District Office 2 1

Baloc District Office 2 1

Gapan District Office 2 1

Guagua District Office 2 1

Iba District Office 2 1

San Fernando MVIS 2 1

Palayan Extension Office 2 1

San Fernando Licensing Center 2 1

Tarlac District Office 2 1

Page 108: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

108

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

4-A LTO Regional Office No. 4-A

JC Abadilla Memorial Bldg.,

Old City Hall Compound

Morada Ave., Lipa city

Alaminos MVIC 3 0

Gumaca District Office 2 1

Imus District Office 2 1

Lipa City District Office 2 1

Lipa MVIC 2 1

Pila District Office 2 1

Laguna Licensing Center 2 1

4-B LTO Regional Office No. 4-B

LTO Compound, East Ave., Quezon City

Romblon 2 1

Boac 2 1

Calapan, Oriental Mindoro 2 1

Palawan 2 1

San Jose, Oriental Mindoro 2 1

5 LTO Regional Office No. 5

Regional Government Center

Legaspi City, Albay

Central Office 2 1

Legaspi District Office 2 1

Sorsogon District Office 2 1

Iriga District Office 2 1

Naga District Office 2 1

Daet District Office 2 1

Masbate District Office 2 1

Virac District Office 2 1

6 LTO Regional Office No. 6

Tabucbuba, Jaro, Iloilo City

Iloilo City District Office 2 1

Calinog District Office 2 1

Iloilo Licensing Center 2 0

Roxas City District Office 2 1

Antique District Office 2 1

Negros Occidental Licensing Center 2 0

Bacolod City District Office 2 1

Cadiz City District Office 2 1

Hinawayan District Office 2 1

Page 109: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

109

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

7 LTO Regional Office No. 7

N. Bacalso Ave., Cebu City

Regional Office 2 1

Bais City District Office 2 1

Tagbilaran District Office 2 1

Danao City District Office 2 1

8 LTO Regional Office No. 8

Old Army Road, Tacloban City

Catbalogan District Office 2 1

Calbayog District Office 2 1

Catarman District Office 2 1

Borongan District Office 2 1

Ormoc District Office 2 1

Palompon District Office 2 1

Naval District Office 2 1

San Juan District Office 2 1

Tacloban District Office 2 1

9 LTO Regional Office No. 9

Veterans Ave., Zamboanga City

Zamboanga District Office 2 1

Dipolog District Office 2 1

Ipil District Office 2 1

Regional Office 2 1

10 LTO Regional Office No. 10

MVIS Compound, Zone 7

Bulua, Cagayan de Oro City

Regional Office 2 1

Malaybalay City District Office 2 1

Gingoog City 2 1

Camiguin City 2 1

Iligan City 2 1

11 LTO Regional Office No. 11

Quimpo Blvd., Davao City

Regional Office 2 1

Tagum District Office 2 1

Digos District Office 2 1

Mati District Office 2 1

Page 110: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

110

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

12 LTO Regional Office No. 12

No. 79 G. Del Pilar St., Koronadal City

Sarangani Extension Office 2 1

General Santos District Office 2 1

Koronadal District Offce 2 1

Surallah District Office 2 1

Tacurong District Office 2 1

Kidapawan District Office 2 1

Midsayap Extension Office 2 1

CotabatoDistrict Office 2 1

Cotabato District Office 2 1

13 LTO Regional Office No. 13

Capitol Ave., Butuan City

Marawi District Office 2 1

Patin-ay District Office 2 1

Surigao District Office 2 1

Tandag District Office 2 1

Bislig District Office 2 1

14 LTO Regional Office CAR

Session Road, Baguio City

Regional Office, Baguio City 2 1

La Trinidad District Office, Benguet 2 1

Bontoc District Office, Mt. Province 2 1

Lamut District Office, Ifugao 2 1

Tabuk District Office, Kalinga 2 1

Bangued District Office, Abra 2 1

Page 111: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

111

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

15 LTO Regional Office NCR

96 Delta Bldg., Mirasol St.,

20th Ave., Cubao Quezon City

Quezon City District Office 0 3

Quezon City Licensing Center 2 1

Diliman District Office 2 1

PUVRC/North MVIC 2 1

Manila North District Office/ 2 1 Manila Licensing Center

Manila East District Office 2 1

Makati District Office 2 1

Valenzuela District Office 2 1

Kaloocan District Office/ 2 1 Kaloocan Licensing Extension Office

Pasay District Office/ Pasay

Licensing Center 2 1

South MVIC/ PUVREC 2 1

15 LTO Central Office

East Ave., Quezon City

Central Office 13 0

Central office, LETAS Building 5 0

Central Office, LTO Compound 2 1

TOTAL 239 125

Page 112: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

112

LOCATION OF FACILITIES

CAAP

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

1 Vigan Airport 3 0

6 Antique Airport 4 0

6 Roxas Airport 9 0

9 Zamboanga Airport 12 0

10 Cagayan De Oro Airport 9 0

10 Ozamis Airport 9 0

11 Davao International Airport 31 0

12 General Santos International Airport 9 0

13 Tandag Airport 6 0

13 Bislig Airport 6 0

13 Butuan Airport 9 0

TOTAL 107 0

Page 113: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

113

LOCATION OF FACILITIES

MIAA

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 NAIA Terminal 3 (Villamor Air Base) 85 0

NCR Andrews Ave., Pasay City

MIAA Warehouse

MIAA Road, Pasay City

NAIA Terminal 2 16 0

NAIA Terminal 4 10 0

TOTAL 111 0

MCIAA

REGION DEPOT

EXISTING TOILET

NEW TOILET

7 Mactan-Cebu International Airport 110 0

Lapu-Lapu City, Cebu

Page 114: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

114

ANNEX B

CUTTING LIST FOR GRANITE

REGION 1

ITEM W L CAAP LTO LTFRB NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.90m) 0.6 0.9 1 0.54 0 0 1 0.54 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0.00 0 3 1.8 3 1.80 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0.00 60 43.92 0 60 43.92 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0.00 0 2 2.16 2 2.16 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 2 2.76 2 2.76 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0.00 30 43.92 0 30 43.92 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.90m) 0.2 0.9 1 0.18 0 0 1 0.18 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0.00 0 3 0.6 3 0.60 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0.00 0 2 0.72 2 0.72 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=0.90m) 0.2 0.9 1 0.18 0 0 1 0.18 sqm

Splash Board(w=.20m X L=1.00m) 0.2 1 0.00 0 3 0.6 3 0.60 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0.00 0 2 0.72 2 0.72 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0.00 0 5 0.6 5 0.60 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 1 0.18 0 0 1 0.18 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0.00 0 3 0.6 3 0.60 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0.00 0 2 0.72 2 0.72 sqm

Sidings(w=.20m X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

GRAND TOTAL 6.60 87.84 8.52 102.96 sqm

Page 115: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

115

CUTTING LIST FOR GRANITE

CAR

ITEM W L LTO NO. OF PCS Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=2.44m) 0.6 2.44 42 42 61.49 sqm

GRAND TOTAL 61.49 sqm

REGION 2

ITEM W L LTO LTFRB NO. OF

PCS Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.6 1 0.00 3 1.8 3 1.80 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0.00 2 2.16 2 2.16 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 36 52.70 0 36 52.70 sqm

Ledge lavatory counter top ledge total

area

ledge (w=.20m X L=1.00m) 0.2 1 0.00 3 0.6 3 0.60 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0.00 2 0.72 2 0.72 sqm

Splashboard lavatory counter top splash board

total area

Splash Board(w=.20m X L=1.00m) 0.2 1 0.00 3 0.6 3 0.60 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0.00 2 0.72 2 0.72 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0.00 5 0.6 5 0.60 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0.00 3 0.6 3 0.60 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0.00 2 0.72 2 0.72 sqm

GRAND TOTAL 52.70 8.52 61.22 sqm

Page 116: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

116

CUTTING LIST FOR GRANITE

REGION 3

ITEM W L LTO LTFRB PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.6 1 0.00 3 1.8 0 3 1.800 sqm

Countertop (w=.60 X L=1.20m) 0.6 1.2 0.00 0 2 1.44 2 1.440 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0.00 2 2.16 0 2 2.160 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 54 79.06 0 0 54 79.056 sqm

Ledge lavatory counter top ledge total

area

ledge (w=.20m X L=1.00m) 0.2 1 0.00 3 0.6 0 3 0.600 sqm

ledge (w=.20m X L=1.22m) 0.2 1.2 0.00 0 2 0.48 2 0.480 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0.00 2 0.72 0 2 0.720 sqm

Splashboard lavatory counter top splash board

total area

Splash Board(w=.20m X L=1.00m) 0.2 1 0.00 3 0.6 0 3 0.600 sqm

Splash Board(w=.20m X L=1.22m) 0.2 1.2 0.00 0 2 0.48 2 0.480 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0.00 2 0.72 0 2 0.720 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0.00 7 0.84 2 0.24 9 1.080 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0.00 3 0.6 0 3 0.600 sqm

Sidings(w=.20 X L=1.2m) 0.2 1.2 0.00 0 0 0 0.000 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0.00 2 0.72 0 2 0.720 sqm

GRAND TOTAL 79.06 8.76 2.64 90.456 sqm

Page 117: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

117

CUTTING LIST FOR GRANITE

REGION 4

ITEM W L LTO PNR PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.70m) 0.6 0.7 0.00 0 2 0.84 2 0.84 sqm

Countertop (w=.60 X L=0.80m) 0.6 0.8 0.00 0 2 0.96 2 0.96 sqm

Countertop (w=.60 X L=0.90m) 0.6 0.9 0.00 0 1 0.54 1 0.54 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0.00 4 2.4 0 4 2.40 sqm

Countertop (w=.60 X L=1.70m) 0.6 1.7 0.00 0 1 1.02 1 1.02 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0.00 8 8.64 3 3.24 11 11.88 sqm

Countertop (w=.60 X L=2.20m) 0.6 2.2 0.00 0 3 3.96 3 3.96 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 72 105.41 0 0 72 105.41 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.60m) 0.2 0.6 0.00 12 1.44 2 0.24 14 1.68 sqm

ledge (w=.20m X L=0.80m) 0.2 0.8 0.00 0 2 0.32 2 0.32 sqm

ledge (w=.20m X L=0.90m) 0.2 0.9 0.00 0 1 0.18 1 0.18 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0.00 12 2.4 0 12 2.40 sqm

ledge (w=.20m X L=1.70m) 0.2 1.7 0.00 0 1 0.34 1 0.34 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0.00 24 8.64 3 1.08 27 9.72 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=0.70m) 0.2 0.7 0.00 0 2 0.28 2 0.28 sqm

Splash Board(w=.20m X L=0.80m) 0.2 0.8 0.00 0 2 0.32 2 0.32 sqm

Splash Board(w=.20m X L=0.90m) 0.2 0.9 0.00 0 1 0.18 1 0.18 sqm

Splash Board(w=.20m X L=1.70m) 0.2 1.7 0.00 0 1 0.34 1 0.34 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0.00 0 3 1.08 3 1.08 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0.00 0 5 0.6 5 0.60 sqm

Sidings(w=.20 X L=0.70m) 0.2 0.7 0.00 0 5 0.7 5 0.70 sqm

Sidings(w=.20 X L=0.80m) 0.2 0.8 0.00 0 3 0.48 3 0.48 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 0.00 0 1 0.18 1 0.18 sqm

Sidings(w=.20 X L=1.70m) 0.2 1.7 0.00 0 3 1.02 3 1.02 sqm

Sidings(w=.20m X L=1.80m) 0.2 1.8 0.00 0 3 1.08 3 1.08 sqm

GRAND TOTAL 105.41 23.52 18.98 147.91 sqm

Page 118: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

118

CUTTING LIST FOR GRANITE

REGION 5

ITEM W L LTO PNR LTFRB NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.6 1 0.00 5 3 4 2.4 9 5.40 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0.00 10 10.8 2 2.16 12 12.96 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 24 35.14 0 0 24 35.14 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.60m) 0.2 0.6 0.00 15 1.8 0 15 1.80 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0.00 10 2 4 0.8 14 2.80 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0.00 30 10.8 2 0.72 32 11.52 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=1.00m) 0.2 1 0.00 0 4 0.8 4 0.80 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0.00 0 2 0.72 2 0.72 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0.00 0 8 0.96 8 0.96 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0.00 0 4 0.8 4 0.80 sqm

Sidings(w=.20m X L=1.80m) 0.2 1.8 0.00 0 2 0.72 2 0.72 sqm

GRAND TOTAL 35.14 28.4 10.08 73.62 sqm

Page 119: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

119

CUTTING LIST FOR GRANITE

REGION 6

ITEM W L CAAP LTO LTFRB PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.70m) 0.6 0.7 0 0 0 3 1.26 3 1.26 sqm

Countertop (w=.60 X L=0.80m) 0.6 0.8 0 0 0 3 1.44 3 1.44 sqm

Countertop (w=.60 X L=0.85m) 0.6 0.85 0 0 0 3 1.53 3 1.53 sqm

Countertop (w=.60 X L=0.90m) 0.6 0.9 5 2.7 0 0 3 1.62 8 4.32 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0 0 3 1.8 3 1.8 6 3.60 sqm

Countertop (w=.60 X L=1.60) 0.6 1.6 3 2.88 0 0 0 3 2.88 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 0 2 2.16 6 6.48 8 8.64 sqm

Countertop (w=.60 X L=2.20m) 0.6 2.2 0 0 0 6 7.92 6 7.92 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 3 4.14 0 0 0 3 4.14 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 18 26.352 0 0 18 26.35 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.70m) 0.2 0.7 0 0 0 3 0.42 3 0.42 sqm

ledge (w=.20m X L=0.80m) 0.2 0.8 0 0 0 3 0.48 3 0.48 sqm

ledge (w=.20m X L=0.85m) 0.2 0.85 0 0 0 3 0.51 3 0.51 sqm

ledge (w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 3 0.54 8 1.44 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0 0 1 0.2 3 0.6 4 0.80 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 6 2.16 8 2.88 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 0 3 1.38 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=0.70m) 0.2 0.7 0 0 0 1 0.14 1 0.14 sqm

Splash Board(w=.20m X L=0.80m) 0.2 0.8 0 0 0 1 0.16 1 0.16 sqm

Splash Board(w=.20m X L=0.85m) 0.2 0.85 0 0 0 1 0.17 1 0.17 sqm

Splash Board(w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 3 0.54 8 1.44 sqm

Splash Board(w=.20m X L=1.00m) 0.2 1 0 0 1 0.2 3 0.6 4 0.80 sqm

Splash Board(w=.20m X L=1.60m) 0.2 1.6 3 0.96 0 0 0 3 0.96 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 6 2.16 8 2.88 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 0 3 1.38 sqm

Splash Board(w=.40m X L=0.85m) 0.4 0.85 0 0 0 3 1.02 3 1.02 sqm

Page 120: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

120

CUTTING LIST FOR GRANITE

REGION 6

ITEM W L CAAP LTO LTFRB PPA NO. OF PCS

Area Unit

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 5 0.6 9 1.08 14 1.68 sqm

Sidings(w=.20 X L=0.70m) 0.2 0.7 0 0 0 9 1.26 9 1.26 sqm

Sidings(w=.20 X L=0.80m) 0.2 0.8 0 0 0 9 1.44 9 1.44 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 5 0.9 0 0 9 1.62 14 2.52 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0 0 1 0.2 0 1 0.20 sqm

Sidings(w=.20 X L=1.60m) 0.2 1.6 3 0.96 0 0 0 3 0.96 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0 0 2 0.72 0 2 0.72 sqm

Sidings(w=.20m X L=2.30m) 0.2 2.3 2 0.92 0 0 0 2 0.92 sqm

GRAND TOTAL 18.02 26.352 7.32 36.95 88.64 sqm

REGION 7

ITEM W L MCIAA CPA LTO PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.6 1 0 12 7.2 0 0 12 7.20 sqm

Countertop (w=.60 X L=1.18) 0.6 1.18 0 0 0 1 0.708 1 0.71 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0 0 21 15.372 0 21 15.37 sqm

Countertop (w=.60 X L=1.28) 0.6 1.28 0 0 0 1 0.768 1 0.77 sqm

Countertop (w=.60 X L=1.70m) 0.6 1.7 0 0 0 1 1.02 1 1.02 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 8 8.64 6 6.48 0 14 15.12 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 0 18 26.352 0 18 26.35 sqm

Countertop (w=.60 X L=2.60m) 0.6 2.6 0 2 3.12 0 0 2 3.12 sqm

Countertop (w=.60 X L=2.70m) 0.6 2.7 0 0 0 2 3.24 2 3.24 sqm

Countertop (w=.60 X L=3.25m) 0.6 3.25 0 0 0 2 3.9 2 3.90 sqm

Countertop (w=.60 X L=3.40m) 0.6 3.4 0 1 2.04 0 0 1 2.04 sqm

Countertop (w=.60 X L=6.40m) 0.6 6.4 0 0 0 1 3.84 1 3.84 sqm

Countertop (w=.60 X L=8.10m) 0.6 8.1 0 0 0 1 4.86 1 4.86 sqm

Page 121: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

121

CUTTING LIST FOR GRANITE

REGION 7

ITEM W L MCIAA CPA LTO PPA NO. OF PCS

Area Unit

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=1.00m) 0.2 1 0 9 1.8 0 0 9 1.80 sqm

ledge (w=.20m X L=1.18m) 0.2 1.18 0 0 0 1 0.236 1 0.24 sqm

ledge (w=.20m X L=1.28m) 0.2 1.28 0 0 0 1 0.256 1 0.26 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 4 1.44 0 0 4 1.44 sqm

ledge (w=.20m X L=2.60m) 0.2 2.6 0 1 0.52 0 0 1 0.52 sqm

ledge (w=.20m X L=2.70m) 0.2 2.7 0 0 0 2 1.08 2 1.08 sqm

ledge (w=.20m X L=3.25m) 0.2 3.25 0 0 0 2 1.3 2 1.30 sqm

ledge (w=.20m X L=6.40m) 0.2 6.4 0 0 0 1 1.28 1 1.28 sqm

ledge (w=.20m X L=8.10m) 0.2 8.1 0 0 0 1 1.62 1 1.62 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=1.18m) 0.2 1.18 0 0 0 1 0.236 1 0.24 sqm

Splash Board(w=.20m X L=1.28m) 0.2 1.28 0 0 0 1 0.256 1 0.26 sqm

Splash Board(w=.20m X L=2.35m) 0.2 2.35 0 0 0 0 0 0.00 sqm

Splash Board(w=.20m X L=2.70m) 0.2 2.7 0 0 0 2 1.08 2 1.08 sqm

Splash Board(w=.20m X L=3.25m) 0.2 3.25 0 0 0 2 1.3 2 1.30

Splash Board(w=.20m X L=6.40m) 0.2 6.4 0 0 0 3 3.84 3 3.84 sqm

Splash Board(w=.20m X L=8.10m) 0.2 8.1 0 0 0 3 4.86 3 4.86 sqm

Splash Board(w=.40m X L=0.85m) 0.4 0.85 0 0 0 3 1.02 3 1.02 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 0 13 1.56 13 1.56 sqm

Sidings(w=.20 X L=0.70m) 0.2 0.7 0 0 0 13 1.82 13 1.82 sqm

Sidings(w=.20 X L=0.80m) 0.2 0.8 0 0 0 13 2.08 13 2.08 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 0 0 0 13 2.34 13 2.34 sqm

Sidings(w=.20 X L=1.18m) 0.2 1.18 0 0 0 1 0.236 1 0.24 sqm

Sidings(w=.20 X L=1.28m) 0.2 1.28 0 0 0 1 0.256 1 0.26 sqm

Sidings(w=.20 X L=2.70m) 0.2 2.7 0 0 0 2 1.08 2 1.08 sqm

Sidings(w=.20 X L=6.40m) 0.2 6.4 0 0 0 3 3.84 3 3.84 sqm

Sidings(w=.20m X L=8.10m) 0.2 8.1 0 0 0 3 4.86 3 4.86 sqm

GRAND TOTAL 0 24.76 48.204 54.772 127.74 sqm

Page 122: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

122

CUTTING LIST FOR GRANITE

REGION 8

ITEM W L LTFRB LTO NO. OF

PCS Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.6 1 3 1.8 0 3 1.80 sqm

Countertop (w=.60 X L=1.80) 0.6 1.8 2 2.16 0 2 2.16 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 60 87.84 60 87.84 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=1.00m) 0.2 1 3 0.6 0 3 0.60 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 2 0.72 0 2 0.72 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=1.00m) 0.2 1 3 0.6 0 3 0.60 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 2 0.72 0 2 0.72 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 7 0.84 0 7 0.84 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 3 0.6 0 3 0.60 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 2 0.72 0 2 0.72 sqm

GRAND TOTAL 8.76 87.84 96.60 sqm

Page 123: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

123

CUTTING LIST FOR GRANITE

REGION 9

ITEM W L CAAP LTO PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.80m) 0.6 0.8 0 0 3 1.44 3 1.44 sqm

Countertop (w=.60 X L=0.90m) 0.6 0.9 5 2.7 0 0 5 2.70 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0 3 2.196 0 3 2.20 sqm

Countertop (w=.60 X L=1.50) 0.6 1.5 0 0 1 0.9 1 0.90 sqm

Countertop (w=.60 X L=1.60m) 0.6 1.6 3 2.88 0 0 3 2.88 sqm

Countertop (w=.60 X L=2.20m) 0.6 2.2 0 0 1 1.32 1 1.32 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 3 4.14 0 0 3 4.14 sqm

Countertop (w=.60 X L=2.35m) 0.6 2.35 0 0 1 1.41 1 1.41 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 24 35.136 0 24 35.14 sqm

Countertop (w=.60 X L=3.25m) 0.6 3.25 0 0 1 1.95 1 1.95 sqm

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.80m) 0.2 0.8 0 0 3 0.48 3 0.48 sqm

ledge (w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

ledge (w=.20m X L=1.50m) 0.2 1.5 0 0 1 0.3 1 0.30 sqm

ledge (w=.20m X L=2.20m) 0.2 2.2 0 0 1 0.44 1 0.44 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 3 1.38 sqm

ledge (w=.20m X L=2.35m) 0.2 2.35 0 0 1 0.47 1 0.47 sqm

ledge (w=.20m X L=3.25m) 0.2 3.25 0 0 1 0.65 1 0.65 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=0.80m) 0.2 0.8 0 0 3 0.48 3 0.48 sqm

Splash Board(w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

Splash Board(w=.20m X L=1.50m) 0.2 1.5 0 0 1 0.3 1 0.30 sqm

Splash Board(w=.20m X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Splash Board(w=.20m X L=2.20m) 0.2 2.2 0 0 1 0.44 1 0.44 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 3 1.38 sqm

Splash Board(w=.20m X L=2.35m) 0.2 2.35 0 0 1 0.47 1 0.47 sqm

Splash Board(w=.20m X L=3.25m) 0.2 3.25 0 0 1 0.65 1 0.65 sqm

Page 124: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

124

CUTTING LIST FOR GRANITE

REGION 9

ITEM W L CAAP LTO PPA NO. OF PCS

Area Unit

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 8 0.96 8 0.96 sqm

Sidings(w=.20 X L=0.80m) 0.2 0.8 0 0 3 0.48 3 0.48 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

Sidings(w=.20 X L=1.50m) 0.2 1.5 0 0 1 0.3 1 0.30 sqm

Sidings(w=.20 X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Sidings(w=.20 X L=2.20m) 0.2 2.2 0 0 1 0.44 1 0.44 sqm

Sidings(w=.20 X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

Sidings(w=.20 X L=2.35m) 0.2 2.35 0 0 1 0.47 1 0.47 sqm

Sidings(w=.20m X L=3.25m) 0.2 3.25 0 0 1 0.65 1 0.65 sqm

GRAND TOTAL 18.02 37.332 15 70.35 sqm

REGION 10

ITEM W L CAAP LTO LTFRB PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.70m) 0.6 0.7 0 0 0 1 0.42 1 0.42 sqm

Countertop (w=.60 X L=0.90m) 0.6 0.9 8 4.32 0 0 0 8 4.32 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0 0 3 1.8 0 3 1.80 sqm

Countertop (w=.60 X L=1.50) 0.6 1.5 0 0 0 1 0.9 1 0.90 sqm

Countertop (w=.60 X L=1.60m) 0.6 1.6 3 2.88 0 0 0 3 2.88 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 0 2 2.16 0 2 2.16 sqm

Countertop (w=.60 X L=2.20m) 0.6 2.2 0 0 0 1 1.32 1 1.32 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 9 12.42 0 0 0 9 12.42 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 36 52.704 0 0 36 52.70 sqm

Page 125: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

125

CUTTING LIST FOR GRANITE

REGION 10

ITEM W L CAAP LTO LTFRB PPA NO. OF PCS

Area Unit

Ledge lavatory counter top ledge total area

ledge (w=.20m X L=0.70m) 0.2 0.7 0 0 0 1 0.14 1 0.14 sqm

ledge (w=.20m X L=0.90m) 0.2 0.9 8 1.44 0 0 0 8 1.44 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 0 3 0.60 sqm

ledge (w=.20m X L=1.50m) 0.2 1.5 0 0 0 1 0.3 1 0.30 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 0 2 0.72 sqm

ledge (w=.20m X L=2.20m) 0.2 2.2 0 0 0 1 0.44 1 0.44 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 9 4.14 0 0 0 9 4.14 sqm

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=0.70m) 0.2 0.7 0 0 0 1 0.14 1 0.14 sqm

Splash Board(w=.20m X L=0.90m) 0.2 0.9 8 1.44 0 0 0 8 1.44 sqm

Splash Board(w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 0 3 0.60 sqm

Splash Board(w=.20m X L=1.50m) 0.2 1.5 0 0 0 1 0.3 1 0.30 sqm

Splash Board(w=.20m X L=1.60m) 0.2 1.6 3 0.96 0 0 0 3 0.96 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 0 2 0.72 sqm

Splash Board(w=.20m X L=2.20m) 0.2 2.2 0 0 0 1 0.44 1 0.44 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 9 4.14 0 0 0 9 4.14 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 7 0.84 10 1.2 17 2.04 sqm

Sidings(w=.20 X L=0.70m) 0.2 0.7 0 0 0 1 0.14 1 0.14 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 8 1.44 0 0 0 8 1.44 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0 0 3 0.6 0 3 0.60 sqm

Sidings(w=.20 X L=1.50m) 0.2 1.5 0 0 0 1 0.3 1 0.30 sqm

Sidings(w=.20 X L=1.60m) 0.2 1.6 3 0.96 0 0 0 3 0.96 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0 0 2 0.72 0 2 0.72 sqm

Sidings(w=.20 X L=2.20m) 0.2 2.2 0 0 0 1 0.44 1 0.44 sqm

Sidings(w=.20 X L=2.30m) 0.2 2.3 8 3.68 0 0 0 8 3.68 sqm

GRAND TOTAL 37.82 52.704 8.76 6.48 105.76 sqm

Page 126: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

126

CUTTING LIST FOR GRANITE

REGION 11

ITEM W L CAAP LTO LTFRB NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.90m) 0.6 0.9 2 1.08 0 0 2 1.08 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0 0 3 1.8 3 1.80 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0 30 21.96 0 30 21.96 sqm

Countertop (w=.60 X L=1.60m) 0.6 1.6 2 1.92 0 0 2 1.92 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 15 16.2 2 2.16 17 18.36 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 2 2.76 0 0 2 2.76 sqm

Countertop (w=.60 X L=2.90m) 0.6 2.9 6 10.44 0 0 6 10.44 sqm

Countertop (w=.60 X L=3.10m) 0.6 3.1 1 1.86 0 0 1 1.86 sqm

Countertop (w=.60 X L=3.40m) 0.6 3.4 3 6.12 0 0 3 6.12 sqm

Countertop (w=.60 X L=3.60m) 0.6 3.6 1 2.16 0 0 1 2.16 sqm

Countertop (w=.60 X L=4.85m) 0.6 4.85 5 14.55 0 0 5 14.55 sqm

Ledge

lavatory counter top ledge total area

ledge (w=.20m X L=0.90m) 0.2 0.9 2 0.36 0 0 2 0.36 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

ledge (w=.20m X L=1.60m) 0.2 1.6 1 0.32 0 0 1 0.32 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 1 0.46 0 0 1 0.46 sqm

ledge (w=.20m X L=2.90m) 0.2 2.9 6 3.48 0 0 6 3.48 sqm

ledge (w=.20m X L=3.10m) 0.2 3.1 1 0.62 0 0 1 0.62 sqm

ledge (w=.20m X L=3.40m) 0.2 3.4 3 2.04 0 0 3 2.04 sqm

ledge (w=.20m X L=3.60m) 0.2 3.6 1 0.72 0 0 1 0.72 sqm

ledge (w=.20m X L=4.85m) 0.2 4.85 5 4.85 0 0 5 4.85 sqm

Splashboard

lavatory counter top splash board total area

Splash Board(w=.20m X L=0.90m) 0.2 0.9 2 0.36 0 0 2 0.36 sqm

Splash Board(w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

Splash Board(w=.20m X L=2.90m) 0.2 2.9 6 3.48 0 0 6 3.48 sqm

Splash Board(w=.20m X L=3.10m) 0.2 3.1 1 0.62 0 0 1 0.62 sqm

Splash Board(w=.20m X L=3.40m) 0.2 3.4 3 2.04 0 0 3 2.04 sqm

Splash Board(w=.20m X L=3.60m) 0.2 3.6 1 0.72 0 0 1 0.72 sqm

Splash Board(w=.20m X L=4.85m) 0.2 4.85 5 4.85 0 0 5 4.85 sqm

Page 127: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

127

CUTTING LIST FOR GRANITE

REGION 11

ITEM W L CAAP LTO LTFRB

NO. OF PCS

Area Unit

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 5 0.6 5 0.60 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 2 0.36 0 0 2 0.36 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Sidings(w=.20 X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

Sidings(w=.20m X L=2.90m) 0.2 2.9 6 3.48 0 0 6 3.48 sqm

Sidings(w=.20m X L=3.10m) 0.2 3.1 1 0.62 0 0 1 0.62 sqm

Sidings(w=.20m X L=3.40m) 0.2 3.4 3 2.04 0 0 3 2.04 sqm

Sidings(w=.20m X L=3.60m) 0.2 3.6 1 0.72 0 0 1 0.72 sqm

Sidings(w=.20 X L=4.85m) 0.2 4.85 5 4.85 0 5 4.85 sqm

GRAND TOTAL 79.72 38.16 8.52 126.40 sqm

REGION 12

ITEM W L CAAP LTO LTFRB NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.90m) 0.6 0.9 5 2.7 0 0 5 2.70 sqm

Countertop (w=.60 X L=1.00m) 0.6 1 0 0 3 1.8 3 1.80 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0 60 43.92 0 60 43.92 sqm

Countertop (w=.60 X L=1.60m) 0.6 1.6 3 2.88 0 0 3 2.88 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 0 2 2.16 2 2.16 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 3 4.14 0 0 3 4.14 sqm

Countertop (w=.60 X L=2.44m) 0.6 2.44 0 30 43.92 0 30 43.92 sqm

Ledge lavatory counter top ledge total

area

ledge (w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

ledge (w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 3 1.38 sqm

Page 128: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

128

CUTTING LIST FOR GRANITE

REGION 12

ITEM W L CAAP LTO LTFRB

NO. OF PCS

Area Unit

Splashboard lavatory counter top splash board

total area

Splash Board(w=.20m X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

Splash Board(w=.20m X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

Splash Board(w=.20m X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 3 1.38 0 0 3 1.38 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 5 0.6 5 0.60 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 5 0.9 0 0 5 0.90 sqm

Sidings(w=.20 X L=1.00m) 0.2 1 0 0 3 0.6 3 0.60 sqm

Sidings(w=.20 X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Sidings(w=.20 X L=2.30m) 0.2 2.3 2 0.92 0 0 2 0.92 sqm

GRAND TOTAL 18.02 87.84 8.52 114.38 sqm

CARAGA

ITEM W L CAAP LTO PPA NO. OF PCS

Area Unit

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.90m) 0.6 0.9 9 4.86 0 0 9 4.86 sqm

Countertop (w=.60 X L=1.22m) 0.6 1.22 0 90 65.88 0 90 65.88 sqm

Countertop (w=.60 X L=1.60m) 0.6 1.6 3 2.88 0 0 3 2.88 sqm

Countertop (w=.60 X L=1.80m) 0.6 1.8 0 3 3.24 2 2.16 5 5.40 sqm

Countertop (w=.60 X L=2.275m) 0.6 2.275 0 0 2 2.73 2 2.73 sqm

Countertop (w=.60 X L=2.30m) 0.6 2.3 11 15.18 0 0 11 15.18 sqm

Page 129: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

129

CUTTING LIST FOR GRANITE

CARAGA

ITEM W L CAAP LTO PPA NO. OF PCS

Area Unit

Ledge lavatory counter top ledge total

area

ledge (w=.20m X L=0.90m) 0.2 0.9 9 1.62 0 0 9 1.62 sqm

ledge (w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

ledge (w=.20m X L=2.275m) 0.2 2.275 0 0 2 0.91 2 0.91 sqm

ledge (w=.20m X L=2.30m) 0.2 2.3 11 5.06 0 0 11 5.06 sqm

Splashboard lavatory counter top splash board

total area

Splash Board(w=.20m X L=0.90m) 0.2 0.9 9 1.62 0 0 9 1.62 sqm

Splash Board(w=.20m X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Splash Board(w=.20m X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Splash Board(w=.20m X L=2.275m) 0.2 2.275 0 0 2 0.91 2 0.91 sqm

Splash Board(w=.20m X L=2.30m) 0.2 2.3 11 5.06 0 0 11 5.06 sqm

Sidings

Sidings(w=.20 X L=0.60m) 0.2 0.6 0 0 3 0.36 3 0.36 sqm

Sidings(w=.20 X L=0.90m) 0.2 0.9 9 1.62 0 0 9 1.62 sqm

Sidings(w=.20 X L=1.60m) 0.2 1.6 3 0.96 0 0 3 0.96 sqm

Sidings(w=.20 X L=1.80m) 0.2 1.8 0 0 2 0.72 2 0.72 sqm

Sidings(w=.20 X L=2.275m) 0.2 2.275 0 0 2 0.91 2 0.91 sqm

Sidings(w=.20 X L=2.30m) 0.2 2.3 10 4.6 0 0 10 4.60 sqm

GRAND TOTAL 44.42 69.12 10.14 123.68 sqm

Page 130: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

130

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MIAA

NAIA 2 AREA NAIA 3 AREA NAIA 4 AREA

Counter top

lavatory counter top total area

Countertop (w=.60 X L=1.00m) 0.60 1.000 0 1 0.6 0

Countertop (w=.60 X L=1.10) 0.60 1.100 2 1.32 0 0

Countertop (w=.60 X L=1.20m) 0.60 1.200 0 2 1.44 0

Countertop (w=.60 X L=1.80m) 0.60 1.800 0 4 4.32 2 2.16

Countertop (w=.60 X L=1.90m) 0.60 1.900 0 2 2.28 0

Countertop (w=.60 X L=2.0m) 0.60 2.000 0 1 1.2 0

Countertop (w=.60 X L=2.06m) 0.60 2.060 1 1.236 0 0

Countertop (w=.60 X L=2.08m) 0.60 2.080 1 1.248 0 0

Countertop (w=.60 X L=2.10m) 0.60 2.100 0 2 2.52 3 3.78

Countertop (w=.60 X L=2.20m) 0.60 2.200 0 2 2.64 0

Countertop (w=.60 X L=2.40m) 0.60 2.400 0 0 3 4.32

Countertop (w=.60 X L=2.51m) 0.60 2.510 1 1.506 0 0

Countertop (w=.60 X L=2.7m) 0.60 2.700 1 1.62 13 21.06 0

Countertop (w=.60 X L=2.75m) 0.60 2.750 0 1 1.65 0

Countertop (w=.60 X L=2.80m) 0.60 2.800 0 2 3.36 0

Countertop (w=.60 X L=3.0m) 0.60 3.000 3 5.4 1 1.8 0

Countertop (w=.60 X L=3.02m) 0.60 3.020 1 1.812 0 0

Countertop (w=.60 X L=3.15m) 0.60 3.150 0 1 1.89 0

Countertop (w=.60 X L=3.20m) 0.60 3.200 0 1 1.92 0

Countertop (w=.60 X L=3.22m) 0.60 3.220 1 1.932 0 0

Countertop (w=.60 X L=3.25m) 0.60 3.250 0 2 3.9 0

Countertop (w=.60 X L=3.295m) 0.60 3.295 0 2 3.954 0

Countertop (w=.60 X L=3.3m) 0.60 3.300 0 0 1 1.98

Countertop (w=.60 X L=3.4m) 0.60 3.400 0 1 2.04 0

Countertop (w=.60 X L=3.45m) 0.60 3.450 0 1 2.07 0

Countertop (w=.60 X L=3.5m) 0.60 3.500 0 2 4.2 0

Countertop (w=.60 X L=3.60m) 0.60 3.600 0 3 6.48 1 2.16

Countertop (w=.60 X L=3.68m) 0.60 3.680 1 2.208 0 0

Countertop (w=.60 X L=3.7m) 0.60 3.700 1 2.22 0 0

Countertop (w=.60 X L=4.2m) 0.60 4.200 1 2.52 0 0

Countertop (w=.60 X L=4.50m) 0.60 4.500 0 4 10.8 0

Countertop (w=.60 X L=4.55m) 0.60 4.550 0 1 2.73 0

Countertop (w=.60 X L=4.70m) 0.60 4.700 0 2 5.64 0

Countertop (w=.60 X L=4.90m) 0.60 4.900 0 1 2.94 0

Countertop (w=.60 X L=5.695m) 0.60 5.695 0 1 3.417 0

Countertop (w=.60 X L=5.7m) 0.60 5.700 0 1 3.42 0

Countertop (w=.60 X L=6.200m) 0.60 6.200 0 1 3.72 0

Countertop (w=.60 X L=6.295m) 0.60 6.295 0 1 3.777 0

Countertop (w=.60 X L=6.30m) 0.60 6.300 0 1 3.78 0

Countertop (w=.60 X L=6.495m) 0.60 6.495 0 1 3.897 0

Page 131: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

131

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MIAA

NAIA 2 AREA NAIA 3 AREA NAIA 4 AREA

Counter top

lavatory counter top total area

Countertop (w=.60 X L=6.50m) 0.60 6.500 1 3.9 0 0

Countertop (w=.60 X L=6.70m) 0.60 6.700 1 4.02 0 0

Countertop (w=.60 X L=7.10m) 0.60 7.100 0 1 4.26 0

Countertop (w=.60 X L=7.195m) 0.60 7.195 0 1 4.317 0

Countertop (w=.60 X L=8.10m) 0.60 8.100 0 1 4.86 0

Countertop (w=.60 X L=10.00m) 0.60 10.00

0 0 4 24 0

Ledge

lavatory counter top ledge total area

ledge (w=.20m X L=1.00m) 0.20 1.000 0 1 0.2 0

ledge (w=.20m X L=1.10m) 0.20 1.100 2 0.44 0 0

ledge (w=.20m X L=1.20m) 0.20 1.200 0 2 0.48 0

ledge (w=.20m X L=1.80m) 0.20 1.800 0 4 1.44 2 0.72

ledge (w=.20m X L=1.90m) 0.20 1.900 0 2 0.76 0

ledge (w=.20m X L=2.00m) 0.20 2.000 0 1 0.4 0

ledge (w=.20m X L=2.06m) 0.20 2.060 1 0.412 0 0

ledge (w=.20m X L=2.08m) 0.20 2.080 1 0.416 0 0

ledge (w=.20m X L=2.10m) 0.20 2.100 0 2 0.84 3 1.26

ledge (w=.20m X L=2.20m) 0.20 2.200 0 2 0.88 0

ledge (w=.20m X L=2.40m) 0.20 2.400 0 0 3 1.44

ledge (w=.20m X L=2.51m) 0.20 2.510 1 0.502 0 0

ledge (w=.20m X L=2.7m) 0.20 2.700 1 0.54 13 7.02 0

ledge (w=.20m X L=2.75m) 0.20 2.750 0 1 0.55 0

ledge (w=.20m X L=2.80m) 0.20 2.800 0 2 1.12 0

ledge (w=.20m X L=3.0m) 0.20 3.000 3 1.8 1 0.6 0

ledge (w=.20m X L=3.02m) 0.20 3.020 1 0.604 0 0

ledge (w=.20m X L=3.15m) 0.20 3.150 0 1 0.63 0

ledge (w=.20m X L=3.20m) 0.20 3.200 0 1 0.64 0

ledge (w=.20m X L=3.22m) 0.20 3.220 1 0.644 0 0

ledge (w=.20m X L=3.25m) 0.20 3.250 0 2 1.3 0

ledge (w=.20m X L=3.295m) 0.20 3.295 0 2 1.318 0

ledge (w=.20m X L=3.30m) 0.20 3.300 0 0 1 0.66

ledge (w=.20 X L=3.4m) 0.20 3.400 0 1 0.68 0

ledge (w=.20 X L=3.45m) 0.20 3.450 0 1 0.69 0

ledge (w=.20 X L=3.5m) 0.20 3.500 0 2 1.4 0

ledge (w=.20 X L=3.6m) 0.20 3.600 0 3 2.16 1 0.72

ledge (w=.20 X L=3.68m) 0.20 3.680 1 0.736 0 0

ledge (w=.20 X L=3.7m) 0.20 3.700 1 0.74 0 0

ledge (w=.20 X L=4.2m) 0.20 4.200 1 0.84 0 0

ledge (w=.20 X L=4.5m) 0.20 4.500 0 4 3.6 0

Page 132: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

132

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MIAA

NAIA 2 AREA NAIA 3 AREA NAIA 4 AREA

Ledge

lavatory counter top ledge total area

ledge (w=.20 X L=4.55m) 0.20 4.550 0 1 0.91 0

ledge (w=.20 X L=4.7m) 0.20 4.700 0 2 1.88 0

ledge (w=.20 X L=4.9m) 0.20 4.900 0 1 0.98 0

ledge (w=.20 X L=5.695m) 0.20 5.695 0 1 1.139 0

ledge (w=.20 X L=5.7m) 0.20 5.700 0 1 1.14 0

ledge (w=.20 X L=6.2m) 0.20 6.200 0 1 1.24 0

ledge (w=.20 X L=6.295m) 0.20 6.295 0 1 1.259 0

ledge (w=.20 X L=6.30m) 0.20 6.300 0 1 1.26 0

ledge (w=.20 X L=6.495m) 0.20 6.495 0 1 1.299 0

ledge (w=.20 X L=6.50m) 0.20 6.500 1 1.3 0 0

ledge (w=.20 X L=6.70m) 0.20 6.700 1 1.34 0 0

ledge (w=.20 X L=7.1m) 0.20 7.100 0 1 1.42 0

ledge (w=.20 X L=7.195m) 0.20 7.195 0 1 1.439 0

ledge (w=.20 X L=8.10m) 0.20 8.100 0 1 1.62 0

ledge (w=.20 X L=10.00m) 0.20 10.000 0 4 8 0

Splashboard lavatory counter top splash board total area

Splash Board(w=.20m X L=1.60m) 0.20 1.600 0 1 0.32 0

Splash Board(w=.20m X L=1.70m) 0.20 1.700 2 0.68 0 0

Splash Board(w=.20m X L=1.80m) 0.20 1.800 0 2 0.72 0

Splash Board(w=.20m X L=1.90m) 0.20 1.900 0 2 0.76 0

Splash Board(w=.20m X L=2.10m) 0.20 2.100 0 0 2 0.84

Splash Board(w=.20m X L=2.40m) 0.20 2.400 0 4 1.92 0

Splash Board(w=.20m X L=2.70m) 0.20 2.700 0 12 6.48 0

Splash Board(w=.20m X L=2.80m) 0.20 2.800 0 3 1.68 0

Splash Board(w=.20m X L=3.00m) 0.20 3.000 0 0 2 1.2

Splash Board(w=.20m X L=3.2m) 0.20 3.200 0 1 0.64 0

Splash Board(w=.20m X L=3.25m) 0.20 3.250 0 2 1.3 0

Splash Board(w=.20m X L=3.26m) 0.20 3.260 1 0.652 0 0

Splash Board(w=.20m X L=3.28m) 0.20 3.280 1 0.656 0 0

Splash Board(w=.20m X L=3.3m) 0.20 3.300 0 3 1.98 1 0.66

Splash Board(w=.20m X L=3.35m) 0.20 3.350 0 1 0.67 0

Splash Board(w=.20m X L=3.40m) 0.20 3.400 0 1 0.68 0

Splash Board(w=.20m X L=3.45m) 0.20 3.450 0 1 0.69 0

Splash Board(w=.20m X L=3.6m) 0.20 3.600 0 1 0.72 3 2.16

Splash Board(w=.20m X L=3.62m) 0.20 3.620 0 1 0.724 0

Splash Board(w=.20m X L=3.71m) 0.20 3.710 1 0.742 0 0

Splash Board(w=.20m X L=3.8m) 0.20 3.800 0 1 0.76 0

Page 133: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

133

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MIAA

NAIA 2 AREA NAIA 3 AREA NAIA 4 AREA

Splashboard

lavatory counter top splash board total area

Splash Board(w=.20m X L=3.895m) 0.20 3.895 0 4 3.116 0

Splash Board(w=.20m X L=3.90m) 0.20 3.900 1 0.78 0 0

Splash Board(w=.20m X L=4.00m) 0.20 4.000 0 1 0.8 0

Splash Board(w=.20m X L=4.20m) 0.20 4.200 3 2.52 1 0.84 0

Splash Board(w=.20m X L=4.22m) 0.20 4.220 1 0.844 0 0

Splash Board(w=.20m X L=4.35m) 0.20 4.350 0 1 0.87 0

Splash Board(w=.20m X L=4.42m) 0.20 4.420 1 0.884 0 0

Splash Board(w=.20m X L=4.5m) 0.20 4.500 0 2 1.8 1 0.9

Splash Board(w=.20m X L=4.70m) 0.20 4.700 0 1 0.94 0

Splash Board(w=.20m X L=4.80m) 0.20 4.800 0 2 1.92 1 0.96

Splash Board(w=.20m X L=4.88m) 0.20 4.880 1 0.976 0 0

Splash Board(w=.20m X L=4.90m) 0.20 4.900 1 0.98 1 0.98 0

Splash Board(w=.20m X L=5.10m) 0.20 5.100 0 2 2.04 0

Splash Board(w=.20m X L=5.15m) 0.20 5.150 0 1 1.03 0

Splash Board(w=.20m X L=5.30m) 0.20 5.300 0 1 1.06 0

Splash Board(w=.20m X L=5.4m) 0.20 5.400 1 1.08 0 0

Splash Board(w=.20m X L=5.695m) 0.20 5.695 0 1 1.139 0

Splash Board(w=.20m X L=5.90m) 0.20 5.900 0 1 1.18 0

Splash Board(w=.20m X L=6.20m) 0.20 6.200 0 1 1.24 0

Splash Board(w=.20m X L=6.30m) 0.20 6.300 0 1 1.26 0

Splash Board(w=.20m X L=6.295m) 0.20 6.295 0 1 1.259 0

Splash Board(w=.20m X L=7.10m) 0.20 7.100 0 1 1.42 0

Splash Board(w=.20m X L=7.195m) 0.20 7.195 0 1 1.439 0

Splash Board(w=.20m X L=7.70m) 0.20 7.700 1 1.54 0 0

Splash Board(w=.20m X L=8.70m) 0.20 8.700 0 1 1.74 0

Splash Board(w=.20m X L=9.06m) 0.20 9.060 1 1.812 0 0

Splash Board(w=.20m X L=10.00m) 0.20 10.000 0 4 8 0

Sidings

Sidings(w=.20 X L=1.10m) 0.20 1.100 1 0.22 0 0

Sidings(w=.20 X L=1.60m) 0.20 1.600 0 1 0.32 0

Sidings(w=.20 X L=1.70m) 0.20 1.700 1 0.34 0 0

Sidings(w=.20 X L=1.80m) 0.20 1.800 0 6 2.16 2 0.72

Sidings(w=.20 X L=1.90m) 0.20 1.900 0 2 0.76 0

Sidings(w=.20m X L=2.00m) 0.20 2.000 0 1 0.4 0

Sidings(w=.20m X L=2.08m) 0.20 2.080 1 0.416 0 0

Sidings(w=.20m X L=2.10m) 0.20 2.100 0 2 0.84 3 1.26

Sidings(w=.20m X L=2.20m) 0.20 2.200 0 2 0.88 0

Sidings(w=.20m X L=2.40m) 0.20 2.400 0 0 3 1.44

Sidings(w=.20m X L=2.51m) 0.20 2.510 1 0.502 0 0

Page 134: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

134

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MIAA

NAIA 2 AREA NAIA 3 AREA NAIA 4 AREA

Sidings

Sidings(w=.20m X L=2.66m) 0.20 2.660 1 0.532 0 0

Sidings(w=.20m X L=2.70m) 0.20 2.700 1 0.54 13 7.02 0

Sidings(w=.20m X L=2.75m) 0.20 2.750 0 1 0.55 0

Sidings(w=.20m X L=2.80m) 0.20 2.800 0 2 1.12 0

Sidings(w=.20m X L=3.0m) 0.20 3.000 3 1.8 1 0.6 0

Sidings(w=.20m X L=3.15m) 0.20 3.150 0 1 0.63 0

Sidings(w=.20m X L=3.2m) 0.20 3.200 0 1 0.64 0

Sidings(w=.20m X L=3.295m) 0.20 3.295 0 2 1.318 0

Sidings(w=.20m X L=3.3m) 0.20 3.300 0 0 1 0.66

Sidings(w=.20m X L=3.40m) 0.20 3.400 0 1 0.68 0

Sidings(w=.20m X L=3.45m) 0.20 3.450 0 1 0.69 0

Sidings(w=.20m X L=3.5m) 0.20 3.500 0 2 1.4 0

Sidings(w=.20m X L=3.6m) 0.20 3.600 0 3 2.16 1 0.72

Sidings(w=.20m X L=3.62m) 0.20 3.620 1 0.724 0 0

Sidings(w=.20m X L=3.70m) 0.20 3.700 1 0.74 0 0

Sidings(w=.20m X L=3.82m) 0.20 3.820 1 0.764 0 0

Sidings(w=.20m X L=3.85m) 0.20 3.850 0 2 1.54 0

Sidings(w=.20m X L=4.20m) 0.20 4.200 1 0.84 0 0

Sidings(w=.20m X L=4.28m) 0.20 4.280 1 0.856 0 0

Sidings(w=.20m X L=4.50m) 0.20 4.500 0 4 3.6 0

Sidings(w=.20m X L=4.55m) 0.20 4.550 0 1 0.91 0

Sidings(w=.20m X L=4.90m) 0.20 4.900 0 1 0.98 0

Sidings(w=.20m X L=5.30m) 0.20 5.300 0 2 2.12 0

Sidings(w=.20m X L=5.70m) 0.20 5.700 0 1 1.14 0

Sidings(w=.20m X L=6.20m) 0.20 6.200 0 1 1.24 0

Sidings(w=.20m X L=6.50m) 0.20 6.500 1 1.3 0 0

Sidings(w=.20m X L=6.70m) 0.20 6.700 1 1.34 0 0

Sidings(w=.20m X L=6.295m) 0.20 6.295 0 1 1.259 0

Sidings(w=.20m X L=6.895m) 0.20 6.895 0 1 1.379 0

Sidings(w=.20m X L=6.90m) 0.20 6.900 0 1 1.38 0

Sidings(w=.20m X L=7.095m) 0.20 7.095 0 1 1.419 0

Sidings(w=.20m X L=7.10m) 0.20 7.100 0 1 1.42 0

Sidings(w=.20m X L=7.195m) 0.20 7.195 0 1 1.439 0

Sidings(w=.20m X L=8.10m) 0.20 8.100 0 1 1.62 0

Sidings(w=.20m X L=10.00m) 0.20 10.000 0 4 8 0

GRAND TOTAL 66.32 306.9 30.72

Page 135: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

135

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MRT-3

AREA

LRTA

PNR AREA Line 1

AREA Line

2 AREA

Counter top

lavatory counter top total area

Countertop (w=.60 X L=0.80m) 0.60 0.800 0 1 0.480 11 5.28 0

Countertop (w=.60 X L=0.90m) 0.60 0.900 0 1 0.540 0 0

Countertop (w=.60 X L=1.00m) 0.60 1.000 21 12.6 1 0.600 4 2.4 12 7.2

Countertop (w=.60 X L=1.10) 0.60 1.100 0 1 0.660 0 0

Countertop (w=.60 X L=1.20m) 0.60 1.200 0 0.000 1 0.72 0

Countertop (w=.60 X L=1.25m) 0.60 1.250 0 0.000 7 5.25 0

Countertop (w=.60 X L=1.40) 0.60 1.400 1 0.84 0.000 0 0

Countertop (w=.60 X L=1.475) 0.60 1.475 0 0.000 6 5.31 0

Countertop (w=.60 X L=1.50) 0.60 1.500 1 0.9 2 1.800 0 0

Countertop (w=.60 X L=1.58) 0.60 1.580 0 2 1.896 0 0

Countertop (w=.60 X L=1.60) 0.60 1.600 1 0.96 1 0.960 0 0

Countertop (w=.60 X L=1.64) 0.60 1.640 0 1 0.984 0 0

Countertop (w=.60 X L=1.65) 0.60 1.650 1 0.99 0.000 0 0

Countertop (w=.60 X L=1.68) 0.60 1.680 0 1 1.008 0 0

Countertop (w=.60 X L=1.71) 0.60 1.710 0 1 1.026 0 0

Countertop (w=.60 X L=1.80m) 0.60 1.800 6 6.48 0.000 0 22 23.76

Countertop (w=.60 X L=1.85m) 0.60 1.850 2 2.22 0.000 0 0

Countertop (w=.60 X L=1.90m) 0.60 1.900 2 2.28 0.000 0 0

Countertop (w=.60 X L=2.0m) 0.60 2.000 3 3.6 0.000 0 1 1.2

Countertop (w=.60 X L=2.10m) 0.60 2.100 4 5.04 0.000 0 0

Countertop (w=.60 X L=2.20m) 0.60 2.200 2 2.64 2 2.640 5 6.6 0

Countertop (w=.60 X L=2.25m) 0.60 2.250 4 5.4 0.000 0 0

Countertop (w=.60 X L=2.30m) 0.60 2.300 9 12.42 0.000 0 1 1.38

Countertop (w=.60 X L=2.40m) 0.60 2.400 2 2.88 0.000 0 0

Countertop (w=.60 X L=2.50m) 0.60 2.500 4 6 2 3.000 0 0

Countertop (w=.60 X L=2.58m) 0.60 2.580 0 1 1.548 0 0

Page 136: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

136

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MRT-3

AREA

LRTA

PNR AREA Line 1

AREA Line

2 AREA

Ledge

lavatory counter top ledge total area

ledge (w=.20m X L=0.60m) 0.20 0.600 0 0.000 0 36 4.32

ledge (w=.20m X L=0.80m) 0.20 0.800 0 1 0.160 11 1.76 0

ledge (w=.20m X L=0.90m) 0.20 0.900 0 1 0.180 0 0

ledge (w=.20m X L=1.00m) 0.20 1.000 21 4.2 1 0.200 4 0.8 33 6.6

ledge (w=.20m X L=1.10m) 0.20 1.100 0 1 0.220 0 0

ledge (w=.20m X L=1.20m) 0.20 1.200 0 0.000 1 0.24 0

ledge (w=.20m X L=1.25m) 0.20 1.250 0 0.000 7 1.75 0

ledge (w=.20m X L=1.40m) 0.20 1.400 1 0.28 0.000 0 0

ledge (w=.20m X L=1.475m) 0.20 1.475 0 0.000 6 1.77 0

ledge (w=.20m X L=1.50m) 0.20 1.500 1 0.3 3 0.900 0 0

ledge (w=.20m X L=1.58m) 0.20 1.580 0 2 0.632 0 0

ledge (w=.20m X L=1.60m) 0.20 1.600 1 0.32 1 0.320 0 0

ledge (w=.20m X L=1.64m) 0.20 1.640 0 1 0.328 0 0

ledge (w=.20m X L=1.65m) 0.20 1.650 1 0.33 0.000 0 0

ledge (w=.20m X L=1.68m) 0.20 1.680 0 1 0.336 0 0

ledge (w=.20m X L=1.71m) 0.20 1.710 0 1 0.342 0 0

ledge (w=.20m X L=1.80m) 0.20 1.800 6 2.16 0.000 0 66 23.76

ledge (w=.20m X L=1.85m) 0.20 1.850 2 0.74 0.000 0 0

ledge (w=.20m X L=1.90m) 0.20 1.900 2 0.76 0.000 0 0

ledge (w=.20m X L=2.00m) 0.20 2.000 3 1.2 0.000 0 3 1.2

ledge (w=.20m X L=2.10m) 0.20 2.100 4 1.68 0.000 0 0

ledge (w=.20m X L=2.20m) 0.20 2.200 2 0.88 2 0.880 5 2.2 0

ledge (w=.20m X L=2.25m) 0.20 2.250 4 1.8 0.000 0 0

ledge (w=.20m X L=2.30m) 0.20 2.300 9 4.14 0.000 0 3 1.38

ledge (w=.20m X L=2.40m) 0.20 2.400 2 0.96 0.000 0 0

ledge (w=.20m X L=2.50m) 0.20 2.500 4 2 2 1.000 0 0

ledge (w=.20m X L=2.58m) 0.20 2.580 0 2 1.032 0 0

Page 137: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

137

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MRT-3

AREA

LRTA

PNR AREA Line 1

AREA Line

2 AREA

Splashboard

lavatory counter top splash board total area

Splash Board(w=.20m X L=0.80m) 0.20 0.800 0 1 0.160 11 1.76 0

Splash Board(w=.20m X L=0.90m) 0.20 0.900 0 1 0.180 0 0

Splash Board(w=.20m X L=1.00m) 0.20 1.000 21 4.2 1 0.200 4 0.8 0

Splash Board(w=.20m X L=1.10m) 0.20 1.100 0 1 0.220 0 0

Splash Board(w=.20m X L=1.20m) 0.20 1.200 0 0.000 1 0.24 0

Splash Board(w=.20m X L=1.25m) 0.20 1.250 0 0.000 7 1.75 0

Splash Board(w=.20m X L=1.40m) 0.20 1.400 1 0.28 0.000 0 0

Splash Board(w=.20m X L=1.475m) 0.20 1.475 0 0.000 6 1.77 0

Splash Board(w=.20m X L=1.50m) 0.20 1.500 1 0.3 3 0.900 0 0

Splash Board(w=.20m X L=1.58m) 0.20 1.580 0 2 0.632 0 0

Splash Board(w=.20m X L=1.60m) 0.20 1.600 1 0.32 1 0.320 0 0

Splash Board(w=.20m X L=1.64m) 0.20 1.640 0 1 0.328 0 0

Splash Board(w=.20m X L=1.65m) 0.20 1.650 1 0.33 0.000 0 0

Splash Board(w=.20m X L=1.68m) 0.20 1.680 0 1 0.336 0 0

Splash Board(w=.20m X L=1.71m) 0.20 1.710 0 1 0.342 0 0

Splash Board(w=.20m X L=1.80m) 0.20 1.800 6 2.16 0.000 0 0

Splash Board(w=.20m X L=1.85m) 0.20 1.850 2 0.74 0.000 0 0

Splash Board(w=.20m X L=1.90m) 0.20 1.900 2 0.76 0.000 0 0

Splash Board(w=.20m X L=2.00m) 0.20 2.000 3 1.2 0.000 0 0

Splash Board(w=.20m X L=2.10m) 0.20 2.100 4 1.68 0.000 0 0

Splash Board(w=.20m X L=2.20m) 0.20 2.200 2 0.88 2 0.880 5 2.2 0

Splash Board(w=.20m X L=2.25m) 0.20 2.250 4 1.8 0.000 0 0

Splash Board(w=.20m X L=2.30m) 0.20 2.300 9 4.14 0.000 0 0

Splash Board(w=.20m X L=2.40m) 0.20 2.400 2 0.96 0.000 0 0

Splash Board(w=.20m X L=2.50m) 0.20 2.500 4 2 2 1.000 0 0

Splash Board(w=.20m X L=2.58m) 0.20 2.580 0 1 0.516 0 0

Page 138: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

138

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

MRT-3

AREA

LRTA

PNR AREA Line 1

AREA Line

2 AREA

Sidings

Sidings(w=.20 X L=0.60m) 0.20 0.600 2 0.24 0.000 14 1.68 0

Sidings(w=.20 X L=0.80m) 0.20 0.800 0 1 0.160 11 1.76 0

Sidings(w=.20 X L=0.90m) 0.20 0.900 0 1 0.180 0 0

Sidings(w=.20 X L=1.00m) 0.20 1.000 21 4.2 1 0.200 4 0.8 0

Sidings(w=.20 X L=1.10m) 0.20 1.100 0 1 0.220 0 0

Sidings(w=.20 X L=1.20m) 0.20 1.200 0 0.000 1 0.24 0

Sidings(w=.20 X L=1.25m) 0.20 1.250 0 0.000 7 1.75 0

Sidings(w=.20 X L=1.40m) 0.20 1.400 1 0.28 0.000 0 0

Sidings(w=.20 X L=1.475m) 0.20 1.475 0 0.000 6 1.77 0

Sidings(w=.20 X L=1.50m) 0.20 1.500 1 0.3 3 0.900 0 0

Sidings(w=.20 X L=1.58m) 0.20 1.580 0 2 0.632 0 0

Sidings(w=.20 X L=1.60m) 0.20 1.600 1 0.32 1 0.320 0 0

Sidings(w=.20 X L=1.64m) 0.20 1.640 0 1 0.328 0 0

Sidings(w=.20 X L=1.65m) 0.20 1.650 1 0.33 0.000 0 0

Sidings(w=.20 X L=1.68m) 0.20 1.680 0 1 0.336 0 0

Sidings(w=.20 X L=1.70m) 0.20 1.700 0 0.000 0 0

Sidings(w=.20 X L=1.71m) 0.20 1.710 0 1 0.342 0 0

Sidings(w=.20 X L=1.80m) 0.20 1.800 6 2.16 0.000 0 0

Sidings(w=.20 X L=1.85m) 0.20 1.850 2 0.74 0.000 0 0

Sidings(w=.20 X L=1.90m) 0.20 1.900 2 0.76 0.000 0 0

Sidings(w=.20m X L=2.00m) 0.20 2.000 3 1.2 0.000 0 0

Sidings(w=.20m X L=2.08m) 0.20 2.080 0 0.000 0 0

Sidings(w=.20m X L=2.10m) 0.20 2.100 4 1.68 0.000 0 0

Sidings(w=.20m X L=2.20m) 0.20 2.200 2 0.88 2 0.880 5 2.2 0

Sidings(w=.20m X L=2.25m) 0.20 2.250 4 1.8 0.000 0 0

Sidings(w=.20m X L=2.30m) 0.20 2.300 9 4.14 0.000 0 0

Sidings(w=.20m X L=2.40m) 0.20 2.400 2 0.96 0.000 0 0

Sidings(w=.20m X L=2.50m) 0.20 2.500 4 2 2 1.000 0 0

Sidings(w=.20m X L=2.51m) 0.20 2.510 0 0.000 0 0

Sidings(w=.20m X L=2.58m) 0.20 2.580 0 1 0.516 0 0

GRAND TOTAL 130.74 35.700 52.8 70.8

Page 139: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

139

CUTTING LIST FOR GRANITE

NATIONAL CAPITAL REGION

ITEM W L

LTO

Central Office

NCR No. AREA

Counter top

lavatory counter top total area

Countertop (w=0.60 X L=1.220m) 0.60 1.220 43 43 31.48

Countertop (w=0.60 X L=1.800m) 0.60 1.800 6 6 6.48

Countertop (w=0.60 X L=2.440m) 0.60 2.440 18 78 96 140.54

Countertop (w=0.60 X L=3.000m) 0.60 3.000 15 15 27.00

Countertop (w=0.60 X L=3.600m) 0.60 3.600 6 6 12.96

GRAND TOTAL 218.46

Page 140: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

140

ANNEX C

CUTTING LIST FOR PHENOLIC BOARD

REGION 1

ITEM W L H CAAP LTO LTFRB NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.000m 1.000 1.80 1 1 1.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 40 40 86.40 sqm

H= 1.80m X L= 1.500m 1.500 1.80 1 20 3 24 64.80 sqm

H= 1.80m X L= 1.900m 1.900 1.80 2 2 6.84 sqm

H= 1.80m X L= 1.800m 1.800 1.80 2 2 6.48 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 20 20 3.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 3 0.54 sqm

W= 0.20m x L= 1.000m 0.20 1.000 3 3 0.60 sqm

W= 0.20m x L= 1.200m 0.20 1.200 40 40 9.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 2 20 1 23 11.04 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

W= 0.20m x L= 1.000m 0.20 1.000 2 1 0.20 sqm

TOTAL 192.02 sqm

REGION 2

ITEM W L H LTO LTFRB NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.900m 0.900 1.80 12 12 13.44 sqm

H= 1.80m X L= 1.500m 1.500 1.80 48 3 51 73.44 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 0.36 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 30 3 33 5.94 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 12 1 1 0.48 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

TOTAL 164.24 sqm

Page 141: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

141

CUTTING LIST FOR PHENOLIC BOARD

REGION 3

ITEMS W L H LTO LTFRB PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 3.000m 3.000 1.80 12 12 64.80 sqm

H= 1.80m X L= 1.500m 1.500 1.80 72 3 75 202.50 sqm

H= 1.80m X L= 1.300m 1.300 1.80 13 13 30.42 sqm

H= 1.80m X L= 1.250m 1.250 1.80 8 8 18.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 8 8 17.28 sqm

H= 1.80m X L= 1.000m 1.000 1.80 7 7 12.60 sqm

H= 1.80m X L= 0.900m 0.900 1.80 18 4 22 35.64 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.600m 0.20 1.600 12 12 3.84 sqm

W= 0.20m x L= 1.200m 0.20 1.200 13 13 3.12 sqm

W= 0.20m x L= 0.900m 0.20 0.900 45 4 49 8.82 sqm

URINAL PARTITION

W= 0.60m x L= 1.200m 0.60 1.200 16 16 11.52 sqm

W= 0.40m x L= 1.200m 0.40 1.200 18 3 3 24 11.52 sqm

URINAL LEDGE

W= 0.20m x L=0.800m 0.20 0.800 2 2 0.32 sqm

W= 0.20m x L=0.680m 0.20 0.680 12 12 1.63 sqm

W= 0.20m x L=0.600m 0.20 0.600 2 2 0.24 sqm

GRAND TOTAL 422.25 sqm

Page 142: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

142

CUTTING LIST FOR PHENOLIC BOARD

REGION 4

ITEMS W L H LTO PNR PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 51 12 7 70 189.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 60

60 129.60 sqm

H= 1.80m X L= 1.000m 1.000 1.80

4

4 7.20 sqm

H= 1.80m X L= 0.600m 0.600 1.80 10 10 10.80 sqm

H= 1.80m X L= 0.500m 0.500 1.80 16 16 14.40 sqm

H= 1.80m X L= 0.460m 0.460 1.80 8 8 6.62 sqm

H= 1.80m X L= 0.400m 0.400 1.80 2 2 1.44 sqm

H= 1.80m X L= 0.300m 0.300 1.80 4 4 2.16 sqm

H= 1.80m X L= 0.230m 0.230 1.80 12 12 4.97 sqm

H= 1.80m X L= 0.190m 0.190 1.80 2 2 0.68 sqm

H= 1.80m X L= 0.150m 0.150 1.80 6 6 1.62 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 3.000m 0.20 3.000 1 1 0.60 sqm

W= 0.20m x L= 2.700m 0.20 2.700 1 1 0.54 sqm

W= 0.20m x L= 1.800m 0.20 1.800 2 2 0.72 sqm

W= 0.20m x L= 1.200m 0.20 1.200 60

60 14.40 sqm

W= 0.20m x L= 1.100m 0.20 1.100 14

14 3.08 sqm

W= 0.20m x L= 0.960m 0.20 0.960 12 12 2.30 sqm

W= 0.20m x L= 0.900m 0.20 0.900 12

12 2.16 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 14

4 18 8.64 sqm

W= 0.40m x L= 0.800m 0.40 0.800 12

12 3.84 sqm

URINAL LEDGE

W= 0.20m x L= 1.660m 0.20 1.660 1 1 0.33 sqm

W= 0.20m x L= 1.600m 0.20 1.600 1 1 0.32 sqm

W= 0.20m x L= 0.900m 0.20 0.900 12 12 2.16 sqm

GRAND TOTAL 407.59 sqm

Page 143: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

143

CUTTING LIST FOR PHENOLIC BOARD

REGION 5

ITEMS W L H LTO LTFRB PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 16 3 15 34 91.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 32 32 69.12 sqm

H= 1.80m X L= 1.000m 1.000 1.80 5 5 9.00 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 3.24 sqm

H= 1.80m X L= 0.500m 0.500 1.80 20 20 18.00 sqm

H= 1.80m X L= 0.460m 0.460 1.80 10 10 8.28 sqm

H= 1.80m X L= 0.230m 0.230 1.80 15 15 6.21 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.200m 0.20 1.200 32 32 7.68 sqm

W= 0.20m x L= 0.960m 0.20 0.960 15 15 2.88 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 15 18 3.24 sqm

W= 0.20m x L= 0.800m 0.20 0.800 16 16 2.56 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 16 1 17 8.16 sqm

W= 0.40m x L= 0.800m 0.40 0.800 15 15 4.80 sqm

URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 15 15 2.70 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL 237.99 sqm

Page 144: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

144

CUTTING LIST FOR PHENOLIC BOARD

REGION 6

ITEMS W L H CAAP LTO LTFRB PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 24 3 34 91.80 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 6 2 6 14 22.68 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 9 19 27.36 sqm

H= 1.80m X L= 0.600m 0.600 1.80 9 9 9.72 sqm

H= 1.80m X L= 0.200m 0.200 1.80 2 2 0.72 sqm

H= 1.80m X L= 0.100m 0.100 1.80 3 3 0.54 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 15 3 12 30 5.40 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 6 1 12 5.76 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2 2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.750m 0.20 0.750 6 6 0.90 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL 173.68 sqm

Page 145: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

145

CUTTING LIST FOR PHENOLIC BOARD

REGION 7

ITEMS W L H MCIAA CPA LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 3.000m 3.000 1.80 8 8 43.20 sqm

H= 1.80m X L= 1.500m 1.500 1.80 6 2 8 21.60 sqm

H= 1.80m X L= 1.230m 1.230 1.80 2 2 4.43 sqm

H= 1.80m X L= 1.200m 1.200 1.80 30 12 42 90.72 sqm

H= 1.80m X L= 0.900m 0.900 1.80 30 8 2 40 64.80 sqm

H= 1.80m X L= 0.600m 0.600 1.80 19 19 20.52 sqm

H= 1.80m X L= 0.300m 0.300 1.80 4 4 2.16 sqm

H= 1.80m X L= 0.150m 0.150 1.80 4 4 1.08 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.750m 0.20 1.750 8 8 2.80 sqm

W= 0.20m x L= 1.730m 0.20 1.730 1 1 0.35 sqm

W= 0.20m x L= 1.200m 0.20 1.200 23 23 5.52 sqm

W= 0.20m x L= 0.940m 0.20 0.940 4 4 0.75 sqm

W= 0.20m x L= 0.900m 0.20 0.900 16 8 24 4.32 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 8 3 7 18 8.64 sqm

URINAL LEDGE

W= 0.20m x L= 1.580m 0.20 1.580 4 4 1.26 sqm

W= 0.20m x L= 0.800m 0.20 0.800 14 14 2.24 sqm

GRAND TOTAL

274.39 sqm

Page 146: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

146

REGION 8

ITEMS W L H LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 80 3 83 224.10 sqm

H= 1.80m X L= 0.900m 0.900 1.80 20 2 22 35.64 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 50 3 53 9.54 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 20 1 21 10.08 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

279.68 sqm

REGION 9

ITEMS W L H CAAP LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 24 13 44 118.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 4

4 8.64 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3

3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 6

6 9.72 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10

10 14.40 sqm

H= 1.80m X L= 0.600m 0.600 1.80 15 15 16.20 sqm

H= 1.80m X L= 0.300m 0.300 1.80 12 12 6.48 sqm

H= 1.80m X L= 0.150m 0.150 1.80 8 8 2.16 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 6.000m 0.20 6.000 10 10 12.00 sqm

W= 0.20m x L= 1.200m 0.20 1.200 5

5 1.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 15 5 20 3.60 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10

10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 7 8 20 9.60 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2

2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6

6 1.08 sqm

W= 0.20m x L= 0.700m 0.20 0.700 1 1 0.14 sqm

W= 0.20m x L= 0.800m 0.20 0.800 5 5 0.80 sqm

GRAND TOTAL

212.22 sqm

Page 147: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

147

CUTTING LIST FOR PHENOLIC BOARD

REGION 10

ITEMS W L H CAAP LTO PPA LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 10 48 4 3 65 175.50 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3

3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 12

4 16 25.92 sqm

H= 1.80m X L= 0.800m 0.800 1.80 19

19 27.36 sqm

H= 1.80m X L= 0.600m 0.600 1.80 5

5 5.40 sqm

H= 1.80m X L= 0.400m 0.400 1.80 3

3 2.16 sqm

H= 1.80m X L= 0.200m 0.200 1.80 4

4 1.44 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 9

9 1.80 sqm

W= 0.20m x L= 0.900m 0.20 0.900 30 5 4 39 7.02 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10

10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 11 12 3 3 29 13.92 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 8

8 1.60 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6

6 1.08 sqm

W= 0.20m x L= 0.800m 0.20 0.800 3 2 5 0.80 sqm

GRAND TOTAL

271.00 sqm

Page 148: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

148

CUTTING LIST FOR PHENOLIC BOARD

REGION 11

ITEMS W L H CAAP LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 2.860m 2.860 1.80 2 2 10.30 sqm

H= 1.80m X L= 2.150m 2.150 1.80 2 2 7.74 sqm

H= 1.80m X L= 1.500m 1.500 1.80 31 15 3 49 132.30 sqm

H= 1.80m X L= 0.900m 0.900 1.80 43 5 2 50 81.00 sqm

H= 1.80m X L= 0.800m 0.800 1.80 18 20 38 54.72 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.400m 0.20 1.400 6 6 1.68 sqm

W= 0.20m x L= 0.900m 0.20 0.900 36 3 39 7.02 sqm

W= 0.20m x L= 0.850m 0.20 0.850 30 30 5.10 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 19 10 1 30 14.40 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 6 6 1.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 22 22 3.96 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

319.74 sqm

Page 149: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

149

CUTTING LIST FOR PHENOLIC BOARD

REGION 12

ITEMS W L H CAAP LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 20 3 30 81.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 40 40 86.40 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 3.24 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 10 14.40 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.200m 0.20 1.200 40 40 9.60 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 3 0.54 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 20 30 4.80 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 20 1 26 12.48 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2 2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

219.66 sqm

Page 150: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

150

REGION 13

ITEMS W L H CAAP LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.800m 1.800 1.80 12 12 38.88 sqm

H= 1.80m X L= 1.500m 1.500 1.80 11 40 51 137.70 sqm

H= 1.80m X L= 1.400m 1.400 1.80 11 11 27.72 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 50 60 86.40 sqm

H= 1.80m X L= 0.600m 0.600 1.80 11 11 11.88 sqm

H= 1.80m X L= 0.300m 0.300 1.80 8 8 4.32 sqm

H= 1.80m X L= 0.150m 0.150 1.80 6 6 1.62 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 10 10 2.00 sqm

W= 0.20m x L= 0.900m 0.20 0.900 11 11 1.98 sqm

W= 0.20m x L= 0.850m 0.20 0.850 50 50 8.50 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 13 10 4 27 12.96 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 10 10 2.00 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.650m 0.20 0.650 4 4 0.52 sqm

GRAND TOTAL

344.56 sqm

CAR

ITEMS W L H LTO AREA Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m

1.500 1.80 56 151.2 sqm

H= 1.80m X L= 0.900m

0.900 1.80 14 22.68 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.100m 0.20 1.100

62 13.64 sqm

W= 0.20m x L= 1.000m 0.20 1.000

7 1.4 sqm

W= 0.20m x L= 0.900m 0.20 0.900

35 6.3 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200

35 16.8 sqm

GRAND TOTAL

212.02 sqm

Page 151: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

151

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H NAIA

2 NAIA

3 NAIA

4 NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.60m X L= 0.500m 0.500 1.60 2 2 1.60 sqm

H= 1.60m X L= 0.600m 0.600 1.60 37 215 26 278 266.88 sqm

H= 1.60m X L= 0.700m 0.700 1.60 1 1 1.12 sqm

H= 1.60m X L= 0.900m 0.900 1.60 1 61 6 68 97.92 sqm

H= 1.80m X L= 0.500m 0.500 1.80 1 1 0.90 sqm

H= 1.80m X L= 0.600m 0.600 1.80 5 5 5.40 sqm

H= 1.80m X L= 0.750m 0.750 1.80 2 1 3 4.05 sqm

H= 1.80m X L= 0.900m 0.900 1.80 212 13 225 364.50 sqm

H= 1.80m X L= 0.950m 0.950 1.80 2 1 3 5.13 sqm

H= 1.80m X L= 1.000m 1.000 1.80 41 10 51 91.80 sqm

H= 1.80m X L= 1.050m 1.050 1.80 2 3 5 9.45 sqm

H= 1.80m X L= 1.200m 1.200 1.80 1 1 2.16 sqm

H= 1.80m X L= 1.250m 1.250 1.80 1 1 2.25 sqm

H= 1.80m X L= 1.350m 1.350 1.80 9 1 4 14 34.02 sqm

H= 1.80m X L= 1.400m 1.400 1.80 34 34 85.68 sqm

H= 1.80m X L= 1.500m 1.500 1.80 2 1 31 34 91.80 sqm

H= 1.80m X L= 1.550m 1.550 1.80 1 1 2.79 sqm

H= 1.80m X L= 1.700m 1.700 1.80 8 8 24.48 sqm

H= 1.80m X L= 1.800m 1.800 1.80 207 207 670.68 sqm

H= 1.80m X L= 1.850m 1.850 1.80 98 98 326.34 sqm

H= 1.80m X L= 1.950m 1.950 1.80 5 5 17.55 sqm

H= 1.80m X L= 2.150m 2.150 1.80 3 3 11.61 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.700m 0.20 0.700 1 1 0.14 sqm

W= 0.20m x L= 0.850m 0.20 0.850 2 2 0.34 sqm

W= 0.20m x L= 0.900m 0.20 0.900 213 12 225 40.50 sqm

W= 0.20m x L= 1.000m 0.20 1.000 37 10 47 9.40 sqm

W= 0.20m x L= 1.050m 0.20 1.050 3 3 0.63 sqm

W= 0.20m x L= 1.100m 0.20 1.100 1 1 0.22 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L=1.350m 0.20 1.350 4 4 1.08 sqm

URINAL PARTITION

W= 0.40m x L= 1.100m 0.40 1.100 17 67 13 97 42.68 sqm

Page 152: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

152

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H NAIA

2 NAIA

3 NAIA

4

NO. OF PCS

Area Unit

URINAL LEDGE

W= 0.20m x L= 0.600m 0.20 0.600 3 3 0.36 sqm

W= 0.20m x L= 0.700m 0.20 0.700 9 9 1.26 sqm

W= 0.20m x L= 0.750m 0.20 0.750 2 2 0.30 sqm

W= 0.20m x L= 0.800m 0.20 0.800 13 8 3 24 3.84 sqm

W= 0.20m x L= 0.850m 0.20 0.850 6 6 1.02 sqm

W= 0.20m x L= 0.900m 0.20 0.900 2 60 62 11.16 sqm

W= 0.20m x L= 0.950m 0.20 0.950 2 2 0.38 sqm

W= 0.20m x L= 1.000m 0.20 1.000 6 6 1.20 sqm

W= 0.20m x L= 1.050m 0.20 1.050 3 3 0.63 sqm

W= 0.20m x L= 1.100m 0.20 1.100 3 3 0.66 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L= 1.300m 0.20 1.300 1 1 0.26 sqm

W= 0.20m x L= 1.400m 0.20 1.400 1 1 0.28 sqm

GRAND TOTAL 2,234.93 sqm

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.60m X L= 0.600m 0.600 1.60 66 66 63.36 sqm

H= 1.80m X L= 0.100m 0.100 1.80 28 28 5.04 sqm

H= 1.80m X L= 0.110m 0.110 1.80 2 2 0.40 sqm

H= 1.80m X L= 0.120m 0.120 1.80 4 4 0.86 sqm

H= 1.80m X L= 0.140m 0.140 1.80 2 2 0.50 sqm

H= 1.80m X L= 0.160m 0.160 1.80 2 2 0.58 sqm

H= 1.80m X L= 0.170m 0.170 1.80 29 29 8.87 sqm

H= 1.80m X L= 0.180m 0.180 1.80 1 2 3 0.97 sqm

H= 1.80m X L= 0.190m 0.190 1.80 3 3 1.03 sqm

H= 1.80m X L= 0.200m 0.200 1.80 1 1 0.36 sqm

H= 1.80m X L= 0.220m 0.220 1.80 2 2 0.79 sqm

H= 1.80m X L= 0.230m 0.230 1.80 4 33 37 15.32 sqm

Page 153: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

153

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.250m 0.250 1.80 2 2 0.90 sqm

H= 1.80m X L= 0.300m 0.300 1.80 2 2 1.08 sqm

H= 1.80m X L= 0.320m 0.320 1.80 3 3 1.73 sqm

H= 1.80m X L= 0.350m 0.350 1.80 20 20 12.60 sqm

H= 1.80m X L= 0.360m 0.360 1.80 2 2 1.30 sqm

H= 1.80m X L= 0.430m 0.430 1.80 3 3 2.32 sqm

H= 1.80m X L= 0.460m 0.460 1.80 4 22 26 21.53 sqm

H= 1.80m X L= 0.450m 0.450 1.80 1 1 0.81 sqm

H= 1.80m X L= 0.500m 0.500 1.80 51 51 45.90 sqm

H= 1.80m X L= 0.660m 0.660 1.80 1 1 1.19 sqm

H= 1.80m X L= 0.825m 0.825 1.80 20 20 29.70 sqm

H= 1.80m X L= 0.830m 0.830 1.80 1 1 1.49 sqm

H= 1.80m X L= 0.860m 0.860 1.80 1 1 1.55 sqm

H= 1.80m X L= 0.880m 0.880 1.80 1 2 3 4.75 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 20 24 38.88 sqm

H= 1.80m X L= 0.950m 0.950 1.80 2 2 3.42 sqm

H= 1.80m X L= 1.000m 1.000 1.80 1 4 6 11 19.80 sqm

H= 1.80m X L= 1.025m 1.025 1.80 12 12 22.14 sqm

H= 1.80m X L= 1.040m 1.040 1.80 4 4 7.49 sqm

H= 1.80m X L= 1.050m 1.050 1.80 3 3 5.67 sqm

H= 1.80m X L= 1.060m 1.060 1.80 1 1 1.91 sqm

H= 1.80m X L= 1.080m 1.080 1.80 2 2 3.89 sqm

H= 1.80m X L= 1.100m 1.100 1.80 7 11 18 35.64 sqm

H= 1.80m X L= 1.225m 1.225 1.80 37 37 81.59 sqm

H= 1.80m X L= 1.230m 1.230 1.80 2 2 4.43 sqm

H= 1.80m X L= 1.250m 1.250 1.80 3 3 6.75 sqm

H= 1.80m X L= 1.330m 1.330 1.80 6 6 14.36 sqm

H= 1.80m X L= 1.350m 1.350 1.80 3 18 21 51.03 sqm

H= 1.80m X L= 1.380m 1.380 1.80 5 5 12.42 sqm

H= 1.80m X L= 1.420m 1.420 1.80 2 2 5.11 sqm

H= 1.80m X L= 1.430m 1.430 1.80 3 3 7.72 sqm

H= 1.80m X L= 1.450m 1.450 1.80 8 8 20.88 sqm

H= 1.80m X L= 1.500m 1.500 1.80 4 39 43 116.10 sqm

H= 1.80m X L= 1.520m 1.520 1.80 4 4 10.94 sqm

Page 154: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

154

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.550m 1.550 1.80 2 2 5.58 sqm

H= 1.80m X L= 1.570m 1.570 1.80 10 10 28.26 sqm

H= 1.80m X L= 1.575m 1.575 1.80 4 4 11.34 sqm

H= 1.80m X L= 1.620m 1.620 1.80 5 5 14.58 sqm

H= 1.80m X L= 1.675m 1.675 1.80 36 36 108.54 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 4 4 0.64 sqm

W= 0.20m x L= 0.825m 0.20 0.825 40 40 6.60 sqm

W= 0.20m x L= 0.830m 0.20 0.830 1 1 0.17 sqm

W= 0.20m x L= 0.850m 0.20 0.850 5 40 45 7.65 sqm

W= 0.20m x L= 0.870m 0.20 0.870 14 14 2.44 sqm

W= 0.20m x L= 0.900m 0.20 0.900 2 40 36 78 14.04 sqm

W= 0.20m x L= 0.940m 0.20 0.940 1 1 0.19 sqm

W= 0.20m x L= 0.950m 0.20 0.950 1 2 12 15 2.85 sqm

W= 0.20m x L= 0.960m 0.20 0.960 1 33 34 6.53 sqm

W= 0.20m x L= 0.975m 0.20 0.975 6 6 1.17 sqm

W= 0.20m x L= 0.990m 0.20 0.990 2 2 4 0.79 sqm

W= 0.20m x L= 1.000m 0.20 1.000 19 3 12 34 6.80 sqm

W= 0.20m x L= 1.010m 0.20 1.010 2 2 0.40 sqm

W= 0.20m x L= 1.020m 0.20 1.020 1 1 0.20 sqm

W= 0.20m x L= 1.025m 0.20 1.025 18 18 3.69 sqm

W= 0.20m x L= 1.040m 0.20 1.040 1 1 0.21 sqm

W= 0.20m x L= 1.050m 0.20 1.050 4 4 0.84 sqm

W= 0.20m x L= 1.100m 0.20 1.100 2 2 0.44 sqm

W= 0.20m x L= 1.140m 0.20 1.140 1 1 0.23 sqm

W= 0.20m x L= 1.155m 0.20 1.155 1 1 0.23 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L= 1.250m 0.20 1.250 1 1 0.25 sqm

W= 0.20m x L= 1.330m 0.20 1.330 1 1 0.27 sqm

W= 0.20m x L= 1.770m 0.20 1.770 1 1 0.35 sqm

W= 0.20m x L= 1.810m 0.20 1.810 2 2 0.72 sqm

W= 0.20m x L= 1.820m 0.20 1.820 14 14 5.10 sqm

W= 0.20m x L= 1.925m 0.20 1.925 1 1 0.39 sqm

W= 0.20m x L= 1.990m 0.20 1.990 1 1 0.40 sqm

Page 155: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

155

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE LEDGE

W= 0.20m x L= 3.100m 0.20 3.100 1 1 0.62 sqm

W= 0.20m x L= 3.150m 0.20 3.150 1 1 0.63 sqm

W= 0.20m x L= 3.840m 0.20 3.840 1 1 0.77 sqm

URINAL PARTITION

W= 0.60m x L= 1.220m 0.60 1.220 4 4 2.93 sqm

W= 0.50m x L= 1.100m 0.50 1.100 46 46 25.30 sqm

W= 0.40m x L= 0.800m 0.40 0.800 21 33 54 17.28 sqm

W= 0.30m x L= 0.800m 0.30 0.800 22 22 5.28 sqm

URINAL LEDGE

W= 0.20m x L= 0.575m 0.20 0.575 27 27 3.11 sqm

W= 0.20m x L= 0.850m 0.20 0.850 4 4 0.68 sqm

W= 0.20m x L= 0.900m 0.20 0.900 33 33 5.94 sqm

W= 0.20m x L= 1.670m 0.20 1.670 1 1 0.33 sqm

W= 0.20m x L= 1.700m 0.20 1.700 1 1 0.34 sqm

W= 0.20m x L= 1.720m 0.20 1.720 1 1 0.34 sqm

W= 0.20m x L= 1.770m 0.20 1.770 1 1 0.35 sqm

W= 0.20m x L= 1.900m 0.20 1.900 1 1 0.38 sqm

W= 0.20m x L= 2.380m 0.20 2.380 1 1 0.48 sqm

W= 0.20m x L= 2.400m 0.20 2.400 1 1 0.48 sqm

W= 0.20m x L= 2.420m 0.20 2.420 1 1 0.48 sqm

W= 0.20m x L= 2.455m 0.20 2.455 2 2 0.98 sqm

W= 0.20m x L= 2.480m 0.20 2.480 7 7 3.47 sqm

W= 0.20m x L= 2.570m 0.20 2.570 1 1 0.51 sqm

W= 0.20m x L= 2.600m 0.20 2.600 1 1 0.52 sqm

W= 0.20m x L= 2.690m 0.20 2.690 2 2 1.08 sqm

W= 0.20m x L= 3.300m 0.20 3.300 1 1 0.66 sqm

GRAND TOTAL 1,000.16 sqm

Page 156: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

156

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H LTO NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.900m 0.900 1.80 26 26 42.12 sqm

H= 1.80m X L= 1.100m 1.100 1.80 42 42 83.16 sqm

H= 1.80m X L= 1.500m 1.500 1.80 137 137 369.90 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 65 65 11.70 sqm

URINAL PARTITION

W=0 .40m x L= 1.200m 0.40 1.200 26 26 12.48 sqm

URINAL LEDGE

GRAND TOTAL 519.36 sqm

Page 157: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

157

ANNEX D

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

1 and CAR LTFRB : San Fernando City, La Union Regional Office San Fernando City La Union

LTO : San Fernando City, La Union Regional Office Alaminos City, Pangasinan

District Office

Lingayen, Pangasinan District

Office Urdaneta, Pangasinan District

Office

LTO : Vigan City, Ilocos Sur District Office Vigan City Candon City, Ilocos Sur District

Office

Laoag City, Ilocos Sur District

Office Batac City, Ilocos Sur District

Office

(CAR) LTO : Baguio City, Mt. Province Regional Office Baguio City La Trinidad, Benguet District

Office Bontoc, Mt. Province District

Office Lamut, Ifugao District Office Tabuk Kalinga District Office Bangued, Abra District Office

CAAP : Vigan, Ilocos Sur, Vigan Airport

2 LTFRB : Tuguegarao City, Cagayan Regional Office Tuguegarao City

LTO : Tuguegarao City, Cagayan Regional Office

Aparri, Cagayan District Office

Gattaran, Cagayan District Office

Roxas, Isabela District Office

Ilagan, Isabela District Office

San Isidro, Isabela District Office

Cabangan, Isabela Extension Office

Cabarroguis, Quirino District Office

Bayombong, Nueva Vizcaya District Office

Basco, Batanes District Office

Page 158: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

158

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

3 LTFRB : San Fernando City, Pampanga Regional Office San Fernando City

Pampanga

LTO : San Fernando City, Pampanga Regional Office

San Fernando City, Pampanga Licensing Office

San Fernando City, Pampanga Motor Vehicle Inspection Service

Angeles City, Pampanga District Office

Guagua, Pampanga District Office

Tarlac, Pampanga District Office

Iba, Zambales District Office

LTO : Gapan, Nueva Ecija District Office Gapan City

Baloc, Nueva Ecija District Office

Palayan City, Nueva Ecija Extension Office

PPA : PMO Limay Bataan

Orion, Bataan Port of Capinpin

Dingalan, Aurora Province Port of Dingalan

4 LTO : Lipa City, Batangas Regional Office Batangas City

Alaminos, Laguna Motor Vehicle Inspection Center

Pila, Laguna District Office

Lipa City, Batangas District Office

Lipa City, Batangas Motor Vehicle Inspection Center

Calapan, Oriental Mindoro Extension Office

San Jose, Occidental Mindoro District Office

Imus, Cavite District Office

PNR : Lucena City, Lucena Quezon Station Lucena City

Lucena, Quezon Station

Tagkawayan, Quezon Station

San Pablo, Laguna Station

Page 159: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

159

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

4 LTO : Lucena City, Lucena District Office

Romblon, Romblon District Office

Boac, Marinduque District Office

Gumaca, Quezon District Office

San Pablo, Laguna Licensing Center

PPA : TMO Lucena

Lucena, Quezon Port of Lucena

Romblon, Romblon Port of Romblon

Sta. Cruz, Marinduque Port of Sta. Cruz

Balanacan, Marinduque Port of Balanacan

PPA : TMO Culion Culion, Palawan, Port of Culion

PPA : PMO Puerto Princesa, Puerto Princesa Palawan Puerto Princesa City

Brookes Point, Palawan Port of Brookes Point Palawan

LTO : Puerto Princesa, Puerto Princesa, Palawan District Office

LTFRB : Legazpi City, Albay Regional Office Legazpi City 5

LTO : Legazpi City, Albay Regional Office Legazpi City, Albay District Office Sorsogon City, Sorsogon Office Masbate City, Masbate District

Office Virac, Catanduanes District

Office PNR : Naga City, Naga Station Naga Sipocot, Camarines Sur Station Naga City, Camarines Sur Station Iriga City, Camarines Sur Station

Page 160: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

160

Legazpi City, Albay Station Ligao City, Albay Station LTO : Naga City, Naga District Office Daet, Camarines Norte District

Office Iriga City, Camarines Sur District

Office Naga City, Camarines Sur District

Office

Page 161: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

161

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

6 LTFRB : Iloilo City, Iloilo Regional Office Iloilo City

LTO : Iloilo City, Iloilo Regional Office

Iloilo City, Iloilo Licensing Center

Iloilo City Iloilo District Office

Calinog, Iloilo District Office

PPA : PMO Iloilo

Jordan, Guimaras Port of Guimaras

CAAP : Roxas City, Capiz Roxas Airport Roxas City

San Jose, Antique Antique Airport

LTO : Roxas City, Roxas City District Office

Roxas City, Capiz District Office

San Jose, Antique District Office

PPA : TMO Culasi, Roxas City

Dumaguit, Aklan Port of Dumaguit

Lipata, Antique Port of Lipata

7 LTO : Cebu City, Cebu Regional Office Cebu City

Danao City, Cebu District Office

Tagbilaran, Bohol District Office

CPA : CPA Headquarters

Argao, Cebu Port of Argao

Camotes, Cebu Port of Camotes

Danao, Cebu Port Of Danao

Dumanjug, Cebu Port of Dumanjug

Santa Fe, Cebu Port of Santa Fe

Olango Island, Cebu Port of Santa Rosa

MCIAA: Lapu -Lapu City, Cebu, Mactan-Cebu Airport

Page 162: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

162

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

7 PPA : PMO Dumaguete Dumaguete

Tandayag, Negros Oriental Port of Tandayag

Larena, Siquijor Port of Larena

Siquijor, Siquijor Port of Siquijor

LTO : Dumaguete

Negros Occidental Licensing Center

Bacolod City, Negros Occidental District Office

Cadiz City, Negros Occidental District Office

Himamaylan City, Negros Occidental District Office

Bais City, Negros Oriental District Office

8 LTFRB : Tacloban City, Leyte Regional Office Tacloban City LTO : Tacloban City, Leyte District Office Ormoc, Leyte District Office Palompon, Leyte District Office Naval, Leyte District Office San Juan, Leyte District Office Catbalogan, Samar District Office Calbayog, Samar District Office Catarman, Samar District Office Borongan, Samar District Office

9 LTO : Zamboanga City Zamboanga Regional Office Zamboanga City

Zamboanga City Zamboanga District Office

Ipil, Zamboanga District Office

CAAP : Zamboanga City, Zamboanga Zamboanga Airport

PPA : PMO Zamboanga

Zamboanga City, Zamboanga Port of Zamboanga

Basilan, Basilan Port of Basilan

LTO : Dipolog City, Dipolog Regional Office Dipolog City

Dipolog, Zamboanga District Office

CAAP : Ozamis City, Misamis Occidental Ozamis Airport

Page 163: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

163

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

10 LTFRB : Cagayan de Oro City, Regional Office Cagayan De Oro City

LTO : Cagayan de Oro City, District Office

Malaybalay City, Bukidnon

Camiguin City, Camiguin District Office

Iligan City, Iligan District Office

Marawi, Lanao Del Sur District Office

PPA : PMO Cagayan De Oro

Balingoan, Misamis Oriental Port of Balingoan

CAAP : Cagayan de Oro, Cagayan Cagayan de Oro Airport

11 LTFRB : Davao City, Davao Regional Office Davao City

LTO : Davao City, Davao Regional Office

Tagum, Davao District Office

Digos, Davao District Office

Mati, Davao District Office

CAAP : Davao City, Davao Davao International Airport

12 LTFRB : Cotabato City, Cotabato Regional Office Cotabato City

LTO : Cotabato City, Cotabato District Office

Kidapawan, North Cotabato District Office

Midsayap, North Cotabato Extension Office

Cotabato District Office

Tacurong, Sultan Kudarat District Office

LTO : General Santos City, Gensan District Office General Santos City

Koronadal, South Cotabato District Office

Surallah, South Cotabato District Office

Alabel, Sarangani Extension Office

CAAP : General Santos Airport

Page 164: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

164

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

13 LTO : Butuan City, Agusan Del Norte Regional Office Butuan City CARAGA Butuan City, Agusan Del Norte Regional Office

Patin-ay, Agusan Del Sur District Office CAAP : Butuan City, Agusan Del Norte Butuan Airport PPA : PMO Surigao Surigao City Surigao City, Surigao Port of Surigao Dapa City, Surigao Del Norte Port of Dapa CAAP : Tandag, Surigao Del Sur Tandag Airport Bislig, Surigao Del Sur Bislig Airport LTO : Surigao City, Surigao District Office Surigao City, Surigao Del Norte District Office Tandag, Surigao Del Sur District Office Bislig, Surigao Del Sur District Office

NCR MIAA : MIAA Warehouse, MIAA Road, Pasay City Pasay City NAIA Terminal 2 NAIA Terminal 4 MIAA : NAIA Terminal 3 (Villamor Air Base), Andrews Ave.,

Pasay City LTO : LTO Headquarters (Central Office) Quezon City Quezon City Regional Office Quezon City District Office Quezon City Licensing Center Diliman District Office PUVRC/North MVIC Manila North District Office/ Manila Licensing Center Manila East District Office Makati District Office Valenzuela District Office Kaloocan District Office/ Kaloocan Licensing Extension Office Pasay District Office/ Pasay Licensing Center South MVIC/ PUVREC

Page 165: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

165

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

NCR MRT3 : Depot North Ave., cor. EDSA North Triangle, Quezon City Quezon City LRTA : LINE 1 - LRTA Compound, Aurora Blvd., Pasay City LRTA : LINE 2 - LRTA Line 2 Depot, Marcos Highway, Pasig City Pasig City PNR : PNR Tutuban, Manila, Main Building, Engineering

Department Manila Calamba, Laguna Station PPA : PMO North Harbor Culion, Palawan Port of Culion

Page 166: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

166

ANNEX E

PA

CK

AG

ING

LIS

T

UR

INA

L

Sen

sor

Typ

e

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

218

.00

18.0

0

Term

inal

398

.00

98.0

0

Term

inal

415

.00

15.0

0

MC

IAA

72.0

072

.00

CA

AP

3.00

0.00

9.00

0.00

10.0

016

.00

39.0

010

.00

18.0

010

5.00

MR

T

LRT

Lin

e 1

Lin

e 2

PN

R

CP

A

PP

A

LTO

LTFR

B

TOTA

L3.

000.

000.

000.

000.

009.

0072

.00

0.00

10.0

016

.00

39.0

010

.00

18.0

00.

0013

1.00

308.

00

PA

CK

AG

ING

LIS

T

UR

INA

L

Leve

r Ty

pe

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

2

Term

inal

3

Term

inal

4

MC

IAA

CA

AP

MR

T62

.00

62.0

0

LRT

Lin

e 1

27.0

027

.00

Lin

e 2

39.0

039

.00

PN

R12

.00

15.0

037

.00

64.0

0

CP

A11

.00

11.0

0

PP

A9.

0044

.00

6.00

8.00

9.00

4.00

7.00

87.0

0

LTO

20.0

015

.00

24.0

036

.00

16.0

09.

008.

0027

.00

11.0

015

.00

8.00

18.0

018

.00

18.0

064

.00

307.

00

LTFR

B3.

003.

004.

005.

003.

002.

004.

003.

003.

0030

.00

TOTA

L23

.00

18.0

037

.00

92.0

036

.00

18.0

027

.00

29.0

020

.00

23.0

011

.00

21.0

025

.00

18.0

022

9.00

627.

00

Page 167: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

167

PA

CK

AG

ING

LIS

T

WA

TER

CLO

SET

(Flo

or

Mo

un

ted

)

Sen

sor

Typ

e

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

20.

000.

00

Term

inal

30.

000.

00

Term

inal

49.

009.

00

MC

IAA

141.

0014

1.00

CA

AP

6.00

20.0

00.

0020

.00

32.0

076

.00

25.0

036

.00

215.

00

MR

T

LRT

Lin

e 1

Lin

e 2

PN

R0.

000.

000.

000.

00

CP

A

PP

A

LTO

LTFR

B

TOTA

L6.

000.

000.

000.

000.

0020

.00

141.

000.

0020

.00

32.0

076

.00

25.0

036

.00

0.00

9.00

365.

00

PA

CK

AG

ING

LIS

T

WA

TER

CLO

SET

(Wal

l Mo

un

ted

)

Sen

sor

Typ

e

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

243

.00

43.0

0

Term

inal

328

5.00

285.

00

Term

inal

422

.00

22.0

0

MC

IAA

0.00

0.00

CA

AP

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

MR

T

LRT

Lin

e 1

Lin

e 2

PN

R0.

000.

000.

000.

00

CP

A

PP

A

LTO

LTFR

B

TOTA

L0.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

0035

0.00

350.

00

Page 168: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

168

PA

CK

AG

ING

LIS

T

WA

TER

CLO

SET

Leve

r Ty

pe

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

2

Term

inal

3

Term

inal

4

MC

IAA

CA

AP

MR

T88

.00

88.0

0

LRT

Lin

e 1

36.0

036

.00

Lin

e 2

87.0

087

.00

PN

R20

.00

25.0

064

.00

109.

00

CP

A20

.00

20.0

0

PP

A20

.00

77.0

012

.00

16.0

018

.00

6.00

19.0

016

8.00

LTO

50.0

020

.00

32.0

048

.00

40.0

012

.00

28.0

036

.00

18.0

020

.00

20.0

045

.00

54.0

024

.00

104.

0055

1.00

LTFR

B6.

006.

008.

0012

.00

8.00

6.00

7.00

6.00

6.00

65.0

0

TOTA

L56

.00

26.0

060

.00

145.

0077

.00

32.0

064

.00

42.0

036

.00

33.0

026

.00

51.0

073

.00

24.0

037

9.00

1,12

4.00

PA

CK

AG

ING

LIS

T

LAV

ATO

RY

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

250

.00

50.0

0

Term

inal

336

7.00

367.

00

Term

inal

424

.00

24.0

0

MC

IAA

143.

0014

3.00

CA

AP

8.00

23.0

00.

0024

.00

38.0

082

.00

28.0

045

.00

248.

00

MR

T10

9.00

109.

00

LRT

0.00

Lin

e 1

35.0

035

.00

Lin

e 2

79.0

079

.00

PN

R20

.00

25.0

060

.00

105.

00

CP

A16

.00

16.0

0

PP

A14

.00

40.0

015

.00

19.0

014

.00

5.00

10.0

011

7.00

LTO

40.0

025

.00

40.0

060

.00

32.0

015

.00

20.0

045

.00

19.0

025

.00

16.0

036

.00

36.0

030

.00

114.

0055

3.00

LTFR

B7.

007.

007.

0018

.00

7.00

7.00

7.00

7.00

7.00

74.0

0

TOTA

L55

.00

32.0

061

.00

120.

0075

.00

60.0

019

8.00

52.0

057

.00

75.0

010

5.00

71.0

091

.00

30.0

083

8.00

1,92

0.00

Page 169: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

169

PA

CK

AG

ING

LIS

T

FAU

CET

Sen

sor

Typ

e

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

250

.00

50.0

0

Term

inal

336

7.00

367.

00

Term

inal

424

.00

24.0

0

MC

IAA

143.

0014

3.00

CA

AP

8.00

23.0

00.

0024

.00

38.0

082

.00

28.0

045

.00

248.

00

MR

T

LRT

Lin

e 1

Lin

e 2

PN

R

CP

A

PP

A

LTO

LTFR

B

TOTA

L8.

000.

000.

000.

000.

0023

.00

143.

000.

0024

.00

38.0

082

.00

28.0

045

.00

0.00

441.

0083

2.00

PA

CK

AG

ING

LIS

T

FAU

CET

Leve

r Ty

pe

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

2

Term

inal

3

Term

inal

4

MC

IAA

CA

AP

MR

T10

9.00

109.

00

LRT

Lin

e 1

35.0

035

.00

Lin

e 2

79.0

079

.00

PN

R20

.00

25.0

060

.00

105.

00

CP

A16

.00

16.0

0

PP

A14

.00

40.0

015

.00

19.0

014

.00

5.00

10.0

011

7.00

LTO

40.0

025

.00

40.0

060

.00

32.0

015

.00

20.0

045

.00

19.0

025

.00

16.0

036

.00

36.0

030

.00

114.

0055

3.00

LTFR

B7.

007.

007.

0018

.00

7.00

7.00

7.00

7.00

7.00

74.0

0

TOTA

L47

.00

32.0

061

.00

120.

0075

.00

37.0

055

.00

52.0

033

.00

37.0

023

.00

43.0

046

.00

30.0

039

7.00

1,08

8.00

Page 170: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

170

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

24,

844

4,84

4

Term

inal

331

,458

31,4

58

Term

inal

43,

227

3,22

7

MC

IAA

8,37

78,

377

CA

AP

946

2,26

90

2,36

03,

562

6,68

93,

327

4,09

723

,250

MR

T15

,982

15,9

82

LRT

Lin

e 1

3,77

73,

777

Lin

e 2

9,51

59,

515

PN

R2,

658

3,32

38,

202

14,1

83

CP

A1,

953

1,95

3

PP

A54

54,

793

995

1,89

41,

671

413

1,43

611

,747

LTO

4,75

92,

040

3,26

34,

895

3,80

71,

224

2,02

03,

671

1,66

12,

040

1,41

24,

283

3,76

82,

448

9,00

850

,299

LTFR

B57

857

860

61,

014

578

468

588

578

578

5,56

6

TOTA

L6,

283

2,61

84,

414

12,3

468,

144

5,06

614

,244

4,13

95,

692

6,60

38,

679

8,18

89,

301

2,44

886

,013

184,

178

PA

CK

AG

ING

LIS

T

TILE

S : W

all T

ile

s (0

.30

x 0

.60

)

Un

it: p

cs

TILE

S : F

loo

r T

ile

s (0

.60

x 0

.60

)

Un

it: p

cs

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

21,

181

1,18

1

Term

inal

310

,425

10,4

25

Term

inal

456

556

5

MC

IAA

1,19

51,

195

CA

AP

137

398

045

471

21,

729

492

748

4,67

0

MR

T2,

151

2,15

1

LRT

0

Lin

e 1

626

626

Lin

e 2

1,09

11,

091

PN

R36

145

123

81,

050

CP

A27

027

0

PP

A84

1,14

217

028

038

364

270

2,39

3

LTO

940

325

519

779

752

195

380

584

290

325

238

846

770

390

1,50

48,

837

LTFR

B74

7481

9274

5578

7474

676

TOTA

L1,

151

399

684

2,28

21,

295

837

2,12

563

91,

127

1,17

92,

041

1,41

21,

788

390

17,7

8135

,130

PA

CK

AG

ING

LIS

T

Page 171: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

171

PA

CK

AG

ING

LIS

T

HA

ND

DR

YER

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

3.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T63

.00

63.0

0

LRT

Lin

e 1

18.0

018

.00

Lin

e 2

45.0

045

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A15

.00

15.0

0

PP

A9.

0019

.00

9.00

9.00

7.00

3.00

6.00

62.0

0

LTO

30.0

030

.00

27.0

036

.00

24.0

025

.00

12.0

027

.00

12.0

015

.00

12.0

027

.00

15.0

018

.00

54.0

036

4.00

LTFR

B5.

005.

005.

0010

.00

5.00

5.00

5.00

5.00

5.00

50.0

0

TOTA

L38

.00

35.0

041

.00

67.0

049

.00

52.0

036

.00

32.0

031

.00

41.0

048

.00

41.0

042

.00

18.0

032

7.00

898.

00

PA

CK

AG

ING

LIS

T

FOO

T D

RY

ER

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

377

.00

77.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

MR

T0.

000.

00

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R0.

000.

00

CP

A0.

000.

00

PP

A0.

000.

000.

000.

000.

000.

000.

000.

00

LTO

0.00

0.00

0.00

LTFR

B0.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

00

TOTA

L0.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

0010

3.00

103.

00

Page 172: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

172

PA

CK

AG

ING

LIS

T

LIQ

UID

SO

AP

DIS

PEN

SER

(A

uto

mat

ic)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

250

.00

50.0

0

Term

inal

336

7.00

367.

00

Term

inal

424

.00

24.0

0

MC

IAA

0.00

0.00

CA

AP

8.00

23.0

00.

0024

.00

38.0

082

.00

28.0

045

.00

248.

00

MR

T0.

000.

00

LRT

0.00

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R0.

000.

000.

000.

00

CP

A16

.00

16.0

0

PP

A14

.00

40.0

015

.00

19.0

014

.00

5.00

10.0

011

7.00

LTO

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

LTFR

B0.

000.

000.

000.

000.

000.

000.

000.

000.

000.

00

TOTA

L8.

000.

0014

.00

40.0

00.

0038

.00

35.0

00.

0038

.00

43.0

082

.00

28.0

055

.00

0.00

441.

0082

2.00

PA

CK

AG

ING

LIS

T

LIQ

UID

SO

AP

DIS

PEN

SER

(M

anu

al)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

2

Term

inal

3

Term

inal

4

MC

IAA

CA

AP

MR

T10

9.00

109.

00

LRT

Lin

e 1

35.0

035

.00

Lin

e 2

79.0

079

.00

PN

R20

.00

25.0

060

.00

105.

00

CP

A0.

000.

00

PP

A0.

000.

000.

000.

000.

000.

000.

000.

00

LTO

40.0

025

.00

40.0

060

.00

32.0

015

.00

20.0

045

.00

19.0

025

.00

16.0

036

.00

36.0

030

.00

114.

0055

3.00

LTFR

B7.

007.

007.

0018

.00

7.00

7.00

7.00

7.00

7.00

74.0

0

TOTA

L47

.00

32.0

047

.00

80.0

075

.00

22.0

020

.00

52.0

019

.00

32.0

023

.00

43.0

036

.00

30.0

039

7.00

955.

00

Page 173: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

173

PA

CK

AG

ING

LIS

T

TRA

SH B

INS

PER

CU

BIC

LE

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

243

.00

43.0

0

Term

inal

328

5.00

285.

00

Term

inal

431

.00

31.0

0

MC

IAA

0.00

0.00

CA

AP

6.00

0.00

20.0

00.

0020

.00

32.0

076

.00

25.0

036

.00

215.

00

MR

T88

.00

88.0

0

LRT

Lin

e 1

36.0

036

.00

Lin

e 2

87.0

087

.00

PN

R20

.00

25.0

064

.00

109.

00

CP

A20

.00

20.0

0

PP

A20

.00

77.0

012

.00

16.0

018

.00

6.00

19.0

016

8.00

LTO

50.0

020

.00

32.0

048

.00

40.0

012

.00

28.0

036

.00

18.0

020

.00

20.0

045

.00

54.0

024

.00

104.

0055

1.00

LTFR

B6.

006.

008.

0012

.00

8.00

6.00

7.00

6.00

6.00

65.0

0

TOTA

L62

.00

26.0

060

.00

145.

0077

.00

52.0

064

.00

42.0

056

.00

65.0

010

2.00

76.0

010

9.00

24.0

073

8.00

1,69

8.00

PA

CK

AG

ING

LIS

T

TRA

SH B

INS

GEN

ERA

L

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

3.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T63

.00

63.0

0

LRT

Lin

e 1

18.0

018

.00

Lin

e 2

45.0

045

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A15

.00

15.0

0

PP

A9.

0019

.00

9.00

9.00

7.00

3.00

6.00

62.0

0

LTO

30.0

030

.00

27.0

036

.00

24.0

025

.00

12.0

027

.00

12.0

015

.00

12.0

027

.00

15.0

018

.00

54.0

036

4.00

LTFR

B5.

005.

005.

0010

.00

5.00

5.00

5.00

5.00

5.00

50.0

0

TOTA

L38

.00

35.0

041

.00

67.0

049

.00

52.0

036

.00

32.0

031

.00

41.0

048

.00

41.0

042

.00

18.0

032

7.00

898.

00

Page 174: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

174

PA

CK

AG

ING

LIS

T

DR

UM

RO

LLTO

ILET

PA

PER

DIS

PEN

SER

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

243

.00

43.0

0

Term

inal

328

5.00

285.

00

Term

inal

431

.00

31.0

0

MC

IAA

0.00

0.00

CA

AP

6.00

0.00

20.0

00.

0020

.00

32.0

076

.00

25.0

036

.00

215.

00

MR

T88

.00

88.0

0

LRT

Lin

e 1

36.0

036

.00

Lin

e 2

87.0

087

.00

PN

R20

.00

25.0

064

.00

109.

00

CP

A20

.00

20.0

0

PP

A20

.00

77.0

012

.00

16.0

018

.00

6.00

19.0

016

8.00

LTO

50.0

020

.00

32.0

048

.00

40.0

012

.00

28.0

036

.00

18.0

020

.00

20.0

045

.00

54.0

024

.00

104.

0055

1.00

LTFR

B6.

006.

008.

0012

.00

8.00

6.00

7.00

6.00

6.00

65.0

0

TOTA

L62

.00

26.0

060

.00

145.

0077

.00

52.0

064

.00

42.0

056

.00

65.0

010

2.00

76.0

010

9.00

24.0

073

8.00

1,69

8.00

PA

CK

AG

ING

LIS

T

PA

PER

TO

WEL

DIS

PEN

SER

(A

irp

ort

on

ly)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

3.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T0.

000.

00

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R0.

000.

00

CP

A0.

000.

00

PP

A0.

000.

000.

000.

000.

000.

000.

000.

000.

00

LTO

0.00

0.00

LTFR

B0.

000.

00

TOTA

L3.

000.

000.

000.

000.

0013

.00

0.00

0.00

12.0

018

.00

31.0

09.

0021

.00

0.00

111.

0021

8.00

Page 175: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

175

PA

CK

AG

ING

LIS

T

AIR

FR

ESH

ENER

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

5.00

13.0

00.

0012

.00

18.0

031

.00

12.0

025

.00

116.

00

MR

T63

.00

63.0

0

LRT

Lin

e 1

18.0

018

.00

Lin

e 2

45.0

045

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A18

.00

18.0

0

PP

A9.

0019

.00

9.00

9.00

7.00

3.00

6.00

62.0

0

LTO

LTFR

B5.

005.

005.

0010

.00

5.00

5.00

5.00

5.00

5.00

50.0

0

TOTA

L10

.00

5.00

14.0

031

.00

25.0

027

.00

27.0

05.

0019

.00

26.0

036

.00

17.0

025

.00

6.00

273.

0054

6.00

PA

CK

AG

ING

LIS

T

BID

ET (

Air

po

rt a

nd

Se

apo

rt o

nly

)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

243

.00

43.0

0

Term

inal

328

5.00

285.

00

Term

inal

431

.00

31.0

0

MC

IAA

0.00

0.00

CA

AP

6.00

20.0

00.

0020

.00

32.0

076

.00

25.0

036

.00

215.

00

MR

T

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R

CP

A20

.00

20.0

0

PP

A20

.00

77.0

012

.00

16.0

018

.00

6.00

19.0

016

8.00

LTO

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

LTFR

B

TOTA

L6

.00

0.0

02

0.0

07

7.0

00

.00

32

.00

36

.00

0.0

03

8.0

03

8.0

07

6.0

02

5.0

05

5.0

00

.00

35

9.0

07

62

.00

Page 176: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

176

PA

CK

AG

ING

LIS

T

HA

ND

SA

NIT

IZER

(A

irp

ort

on

ly)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

3.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T0.

000.

00

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R0.

000.

00

CP

A0.

000.

00

PP

A0.

000.

000.

000.

000.

000.

000.

000.

000.

00

LTO

0.00

0.00

LTFR

B0.

000.

00

TOTA

L3

.00

0.0

00

.00

0.0

00

.00

13

.00

0.0

00

.00

12

.00

18

.00

31

.00

9.0

02

1.0

00

.00

11

1.0

02

18

.00

PA

CK

AG

ING

LIS

T

BA

BY

CH

AN

GIN

G (

Air

po

rt a

nd

Se

apo

rt o

nly

)

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

377

.00

77.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

1.00

3.00

0.00

4.00

9.00

3.00

3.00

7.00

30.0

0

MR

T

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R4.

005.

0012

.00

21.0

0

CP

A5.

005.

00

PP

A2.

0010

.00

0.00

1.00

0.00

1.00

4.00

18.0

0

LTO

LTFR

B

TOTA

L1

.00

0.0

02

.00

14

.00

5.0

03

.00

6.0

00

.00

4.0

01

0.0

03

.00

3.0

01

1.0

00

.00

11

5.0

01

77

.00

Page 177: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

177

PA

CK

AG

ING

LIS

T

Flo

or

Dra

in

Un

it: P

CS

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

253

.00

53.0

0

Term

inal

321

7.00

217.

00

Term

inal

441

.00

41.0

0

MC

IAA

15.0

015

.00

CA

AP

12.0

037

.00

0.00

34.0

054

.00

68.0

037

.00

55.0

029

7.00

MR

T63

.00

63.0

0

LRT

Lin

e 1

18.0

018

.00

Lin

e 2

65.0

065

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A0.

000.

00

PP

A24

.00

52.0

024

.00

27.0

011

.00

8.00

5.00

151.

00

LTO

80.0

065

.00

104.

0015

6.00

64.0

039

.00

68.0

011

7.00

55.0

065

.00

44.0

072

.00

90.0

078

.00

315.

001,

412.

00

LTFR

B10

.00

10.0

013

.00

20.0

010

.00

10.0

013

.00

10.0

010

.00

106.

00

TOTA

L1

02

.00

75

.00

14

1.0

02

20

.00

99

.00

11

0.0

01

10

.00

12

7.0

01

00

.00

14

0.0

01

22

.00

11

9.0

01

50

.00

78

.00

80

8.0

02

,50

1.0

0

PA

CK

AG

ING

LIS

T

WA

TER

PU

MP

1.0

HP

Un

it: S

ET

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

20.

000.

00

Term

inal

30.

000.

00

Term

inal

40.

000.

00

MC

IAA

0.00

0.00

CA

AP

1.00

0.00

1.00

3.00

1.00

2.00

8.00

MR

T0.

00

LRT

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R4.

005.

0011

.00

20.0

0

CP

A4.

004.

00

PP

A0.

004.

001.

000.

005.

00

LTO

10.0

05.

008.

0012

.00

8.00

3.00

5.00

9.00

4.00

5.00

4.00

9.00

9.00

6.00

14.0

011

1.00

LTFR

B1.

001.

001.

001.

001.

001.

001.

001.

001.

009.

00

TOTA

L12

.00

6.00

9.00

20.0

014

.00

4.00

9.00

10.0

05.

0010

.00

6.00

10.0

011

.00

6.00

25.0

015

7.00

Page 178: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

178

PA

CK

AG

ING

LIS

T

WA

TER

PU

MP

2.0

HP

Un

it: S

ET

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

2

Term

inal

3

Term

inal

4

MC

IAA

CA

AP

1.00

2.00

0.00

1.00

2.00

1.00

3.00

10.0

0

MR

T

LRT

Lin

e 1

Lin

e 2 PN

R

CP

A

PP

A4.

004.

00

LTO

LTFR

B

TOTA

L1.

000.

000.

004.

000.

002.

000.

000.

001.

002.

000.

001.

003.

000.

000.

0014

.00

PA

CK

AG

ING

LIS

T

PR

ESSU

RE

TAN

KS

Un

it: S

ET

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

20.

000.

00

Term

inal

30.

000.

00

Term

inal

40.

000.

00

MC

IAA

0.00

0.00

CA

AP

1.00

2.00

0.00

1.00

2.00

0.00

1.00

3.00

10.0

0

MR

T

LRT

Lin

e 1

Lin

e 2

PN

R4.

005.

0011

.00

20.0

0

CP

A4.

004.

00

PP

A2.

003.

000.

000.

000.

005.

00

LTO

10.0

05.

008.

0012

.00

8.00

3.00

5.00

9.00

4.00

5.00

4.00

9.00

9.00

6.00

14.0

011

1.00

LTFR

B1.

001.

001.

001.

001.

001.

001.

001.

001.

009.

00

TOTA

L12

.00

6.00

9.00

18.0

014

.00

9.00

9.00

10.0

05.

008.

005.

0011

.00

12.0

06.

0025

.00

159.

00

Page 179: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

179

PA

CK

AG

ING

LIS

T

PW

D G

rab

Rai

ls

Un

it: S

ET

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

0.00

0.00

CA

AP

2.00

6.00

0.00

8.00

12.0

00.

006.

0014

.00

48.0

0

MR

T21

.00

21.0

0

LRT

Lin

e 1

8.00

8.00

Lin

e 2

22.0

022

.00

PN

R4.

005.

0012

.00

21.0

0

CP

A13

.00

13.0

0

PP

A3.

006.

003.

003.

003.

001.

002.

0021

.00

LTO

30.0

075

.00

120.

0018

0.00

24.0

045

.00

78.0

013

5.00

61.0

075

.00

96.0

027

.00

180.

0090

.00

267.

001,

483.

00

LTFR

B1.

001.

001.

001.

001.

001.

001.

001.

001.

009.

00

TOTA

L33

.00

76.0

012

4.00

190.

0030

.00

55.0

094

.00

136.

0072

.00

89.0

097

.00

34.0

019

6.00

90.0

044

1.00

1,75

7.00

PA

CK

AG

ING

LIS

T

EXH

AU

ST F

AN

Un

it: S

ET

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

30.

000.

00

Term

inal

414

.00

14.0

0

MC

IAA

0.00

0.00

CA

AP

5.00

0.00

9.00

0.00

12.0

018

.00

0.00

11.0

029

.00

84.0

0

MR

T0.

000.

00

LRT

Lin

e 1

18.0

018

.00

Lin

e 2

PN

R12

.00

15.0

036

.00

63.0

0

CP

A

PP

A0.

005.

000.

009.

000.

003.

002.

0019

.00

LTO

7.00

7.00

LTFR

B5.

005.

005.

0010

.00

5.00

5.00

5.00

5.00

5.00

50.0

0

TOTA

L10

.00

5.00

5.00

17.0

025

.00

14.0

09.

005.

0012

.00

26.0

05.

0016

.00

31.0

00.

0091

.00

271.

00

Page 180: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

180

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: DIR

ECTI

ON

AL

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

24.

004.

00

Term

inal

310

.00

10.0

0

Term

inal

43.

003.

00

MC

IAA

10.0

010

.00

CA

AP

2.00

0.00

4.00

0.00

4.00

6.00

25.0

04.

007.

0052

.00

MR

T23

.00

23.0

0

LRT

Lin

e 1

8.00

8.00

Lin

e 2

17.0

017

.00

PN

R8.

0010

.00

24.0

042

.00

CP

A7.

007.

00

PP

A3.

0011

.00

3.00

3.00

2.00

1.00

2.00

25.0

0

LTO

9.00

10.0

09.

0012

.00

8.00

9.00

4.00

9.00

4.00

5.00

4.00

9.00

5.00

6.00

20.0

012

3.00

LTFR

B2.

002.

002.

002.

002.

002.

002.

002.

002.

0018

.00

TOTA

L1

3.0

01

2.0

01

4.0

03

1.0

02

0.0

01

8.0

02

4.0

01

1.0

01

0.0

01

4.0

03

1.0

01

5.0

01

4.0

06

.00

10

9.0

03

42

.00

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: IN

DIV

IDU

AL:

FEM

ALE

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

28.

008.

00

Term

inal

341

.00

41.0

0

Term

inal

45.

005.

00

MC

IAA

45.0

045

.00

CA

AP

1.00

0.00

4.00

0.00

4.00

6.00

14.0

03.

007.

0039

.00

MR

T21

.00

21.0

0

LRT

Lin

e 1

7.00

7.00

Lin

e 2

17.0

017

.00

PN

R4.

005.

0012

.00

21.0

0

CP

A7.

007.

00

PP

A4.

007.

003.

003.

002.

001.

002.

0022

.00

LTO

10.0

010

.00

9.00

12.0

08.

009.

004.

009.

004.

005.

004.

009.

005.

006.

0019

.00

123.

00

LTFR

B2.

002.

002.

003.

002.

002.

002.

002.

002.

0019

.00

TOTA

L1

3.0

01

2.0

01

5.0

02

3.0

01

6.0

01

8.0

05

9.0

01

1.0

01

0.0

01

4.0

02

0.0

01

4.0

01

4.0

06

.00

13

0.0

03

75

.00

Page 181: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

181

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: IN

DIV

IDU

AL:

MA

LE

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

28.

008.

00

Term

inal

341

.00

41.0

0

Term

inal

45.

005.

00

MC

IAA

47.0

047

.00

CA

AP

1.00

0.00

4.00

0.00

4.00

6.00

16.0

03.

007.

0041

.00

MR

T21

.00

21.0

0

LRT

Lin

e 1

7.00

7.00

Lin

e 2

17.0

017

.00

PN

R4.

005.

0012

.00

21.0

0

CP

A7.

007.

00

PP

A4.

007.

003.

003.

002.

001.

002.

0022

.00

LTO

10.0

010

.00

9.00

12.0

08.

009.

004.

009.

004.

005.

004.

009.

005.

006.

0019

.00

123.

00

LTFR

B2.

002.

002.

003.

002.

002.

002.

002.

002.

0019

.00

TOTA

L1

3.0

01

2.0

01

5.0

02

3.0

01

6.0

01

8.0

06

1.0

01

1.0

01

0.0

01

4.0

02

2.0

01

4.0

01

4.0

06

.00

13

0.0

03

79

.00

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: IN

DIV

IDU

AL:

PW

D

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

20.

000.

00

Term

inal

33.

003.

00

Term

inal

40.

000.

00

MC

IAA

18.0

018

.00

CA

AP

1.00

0.00

4.00

0.00

4.00

6.00

1.00

3.00

7.00

26.0

0

MR

T21

.00

21.0

0

LRT

Lin

e 1

4.00

4.00

Lin

e 2

11.0

011

.00

PN

R4.

005.

0012

.00

21.0

0

CP

A1.

001.

00

PP

A1.

004.

003.

003.

003.

001.

002.

0017

.00

LTO

10.0

010

.00

9.00

12.0

08.

007.

004.

009.

004.

005.

004.

009.

005.

006.

0015

.00

117.

00

LTFR

B1.

001.

001.

004.

001.

001.

001.

001.

001.

0012

.00

TOTA

L1

2.0

01

1.0

01

1.0

02

0.0

01

7.0

01

5.0

02

6.0

01

0.0

01

1.0

01

3.0

06

.00

13

.00

14

.00

6.0

06

6.0

02

51

.00

Page 182: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

182

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: IN

DIV

IDU

AL:

CO

MM

ON

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

20.

000.

00

Term

inal

30.

000.

00

Term

inal

40.

000.

00

MC

IAA

0.00

0.00

CA

AP

0.00

0.00

1.00

0.00

0.00

0.00

0.00

0.00

0.00

1.00

MR

T0.

000.

00

LRT

0.00

0.00

Lin

e 1

0.00

0.00

Lin

e 2

0.00

0.00

PN

R0.

000.

000.

000.

00

CP

A0.

00

PP

A0.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

000.

00

LTO

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

1.00

1.00

LTFR

B0.

000.

000.

000.

001.

000.

000.

000.

000.

000.

000.

000.

001.

00

TOTA

L0

.00

0.0

00

.00

0.0

01

.00

1.0

00

.00

0.0

00

.00

0.0

00

.00

0.0

00

.00

0.0

01

.00

3.0

0

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: CLE

AN

ING

CH

ECK

LIST

BO

AR

D

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

110.

0011

0.00

CA

AP

3.00

0.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T63

.00

63.0

0

LRT

0.00

0.00

Lin

e 1

18.0

018

.00

Lin

e 2

45.0

045

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A15

.00

15.0

0

PP

A9.

0019

.00

0.00

9.00

9.00

0.00

7.00

3.00

0.00

0.00

6.00

62.0

0

LTO

30.0

030

.00

27.0

036

.00

24.0

025

.00

12.0

027

.00

12.0

015

.00

12.0

027

.00

15.0

018

.00

54.0

036

4.00

LTFR

B5.

005.

005.

000.

0010

.00

5.00

0.00

5.00

0.00

5.00

5.00

5.00

50.0

0

TOTA

L3

8.0

03

5.0

04

1.0

06

7.0

04

9.0

05

2.0

01

46

.00

32

.00

31

.00

41

.00

48

.00

41

.00

42

.00

18

.00

32

7.0

01

,00

8.0

0

Page 183: Philippine Bidding Documents - DOTr - Homedotr.gov.ph/images/Public_Bidding/Goods/2012/KBK/bd.pdf · 2016-09-08 · It may also be downloaded free of charge from the website of the

183

PA

CK

AG

ING

LIS

T

SIG

NA

GES

: DO

TC A

nn

ou

nce

me

nt

Bo

ard

Un

it: P

C

AG

ENC

YR

egi

on

1R

egi

on

2R

egi

on

3R

egi

on

4R

egi

on

5R

egi

on

6R

egi

on

7R

egi

on

8R

egi

on

9R

egi

on

10

Re

gio

n 1

1R

egi

on

12

CA

RA

GA

CA

RN

CR

TOTA

L

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

QTY

MIA

A

Term

inal

216

.00

16.0

0

Term

inal

385

.00

85.0

0

Term

inal

410

.00

10.0

0

MC

IAA

110.

0011

0.00

CA

AP

3.00

0.00

13.0

00.

0012

.00

18.0

031

.00

9.00

21.0

010

7.00

MR

T63

.00

63.0

0

LRT

0.00

0.00

Lin

e 1

18.0

018

.00

Lin

e 2

45.0

045

.00

PN

R12

.00

15.0

036

.00

63.0

0

CP

A15

.00

15.0

0

PP

A9.

0019

.00

0.00

9.00

9.00

0.00

7.00

3.00

0.00

0.00

6.00

62.0

0

LTO

30.0

030

.00

27.0

036

.00

24.0

025

.00

12.0

027

.00

12.0

015

.00

12.0

027

.00

15.0

018

.00

54.0

036

4.00

LTFR

B5.

005.

005.

000.

0010

.00

5.00

0.00

5.00

0.00

5.00

5.00

5.00

50.0

0

TOTA

L3

8.0

03

5.0

04

1.0

06

7.0

04

9.0

05

2.0

01

46

.00

32

.00

31

.00

41

.00

48

.00

41

.00

42

.00

18

.00

32

7.0

01

,00

8.0

0