51
Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus Annex IV-C (Page 1 of 2) LIST OF REQUIRED KEY PERSONNEL Conforme: __________________________________ Bidder’s Company Name __________________________________ Name & Signature of Authorized Representative __________________________________ Designation _____________________________ Date

LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 107 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex IV-C

(Page 1 of 2)

LIST OF REQUIRED KEY PERSONNEL

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 2: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 108 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex IV-C

(Page 2 of 2)

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 3: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 109 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex V (Page 1 of 2)

BIO – DATA PERSONAL DATA Name : _____________________________________________

Date of Birth : _____________________________________________

Nationality : _____________________________________________

Marital Status : _____________________________________________

Permanent Address : _____________________________________________ EDUCATIONAL QUALIFICATIONS

EDUCATION SCHOOL/INSTITUTION INCLUSIVE DATES

Primary

Secondary

Tertiary

Post Grad.

PROFESSIONAL QUALIFICATIONS Membership in Professional Institutions:

NAME OF INSTITUTION ADDRESS

Work Experiences (Listed in descending chronological order )

Present/Most Recent Assignment :

INCLUSIVE DATES

COMPANY POSITION/ DESIGNATION

BRIEF DESCRIPTION OF

DUTIES AND RESPONSIBILITIES

Page 4: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 110 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex V (Page 2 of 2)

INCLUSIVE DATES

COMPANY POSITION/ DESIGNATION

BRIEF DESCRIPTION OF

DUTIES AND RESPONSIBILITIES

Note:

For Licensed Engineers/Architects, please attach certified true copy of valid and current copy of PRC license.

CERTIFIED TRUE AND CORRECT:

_______________________________________ (NAME AND SIGNATURE)

Page 5: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 111 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VI

Republic of the Philippines ) City/Municipality of ______ ) S.S.

AFFIDAVIT OF SITE INSPECTION

I, ____________________________________ ,of legal age. Filipino and residing at _____________________________________, under oath, hereby depose and say:

1) That I am the ________________position/designation_____________ of the _______________name of the bidder/company_______________ with office at __________address of the bidder/company____________.

2) That I have inspected every proposed site for the Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus on date of inspection.

3) That I have received the pertinent Technical Plans for the aforesaid project;

4) That I am making this Statement as part of the requirements for the Technical

Proposal of the _______________name of bidder/company__________________, for the Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus.

IN WITNESS WHEROF, I hereby affix my signature this ___ day of _________2018 at __________________, Philippines. ____________________________ AFFIANT

SUBSCRIBED AND SWORN TO BEFORE ME, this_______ day of ________, 20___ in the City of ______________. Affiant exhibiting to me his/her Competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice) ________________, issued on ____________ at _____________________.

NOTARY PUBLIC Doc No. _____ Page No. _____ Book No. _____ Series of _____

Page 6: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 112 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VII

(BIDDER’S CLIENT LETTERHEAD)

CERTIFICATE OF PERFORMANCE EVALUATION Issued by Bidder’s Single Largest Contract Client as indicated in the submitted Annex I-A

“Must show a rating of at least Satisfactory”

This is to certify that (NAME OF BIDDER), has contracted and performed with our company/agency the (Name of CONTRACT/WORKS). Based on our evaluation, we give (NAME OF BIDDER), a rating of;

EXCELLENT

VERY SATISFACTORY

SATISFACTORY

POOR

level of performance throughout the term of the contract based on the following performance criteria

1) Quality of service delivered; 2) Time management; 3) Management and suitability of personnel; 4) Contract administration and management; and 5) Provision of regular progress reports.

This Certification shall form part of the Technical Documentary Requirements in line with ___(Name of Bidder)___ participation in Construction of the University of the Philippines

Open University Learning Commons at the UP Open University Campus Issued this _______ day of __________ 20___, in ___________, Philippines.

Name of Company (Bidder’s Client) Full Name of Authorized Representative Address Signature of Authorized Representative Tel. No./Fax E-mail Address

Page 7: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 113 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VIII (Page 1 of 4)

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

Approved Budget for the Contract (ABC) ₱ 21,056,661.56

OMNIBUS SWORN STATEMENTS

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D AV I T I/We, _________________________________________________________, of legal age, with residence at ___________________________________________________________________, after having been duly sworn to in accordance with law and in compliance with the bidding requirements as contained in the Instruction to Bidders /Bid Data Sheet for the bidding of the Construction of the University of the Philippines Open University Learning Commons at the UP Open

University Campus. Do hereby certify under oath as follows:

(a)

AUTHORITY OF THE DESIGNATED REPRESENTATIVE (Please check appropriate box and fill up blanks)

Sole Proprietorship

That I am the sole proprietor of <company name/name of supplier> with business address at _________________________________________; Telephone No. ____________________, with Fax No. ________________ and e-mail address ____________________ and as owner and sole proprietor, I have the full power and authority to do, execute and perform any and all acts necessary to represent it in the negotiation.

Name: _____________________________ Title: ______________________________ Specimen Signature: __________________

- OR –

That I am the duly authorized representative of the owner/sole proprietor of <company name/name of supplier> with business address at _________________________________________; Telephone No. ____________________, with Fax No. ________________ and e-mail address ____________________ as shown in the attached Special Power of Attorney, and granted full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding:

Name: _____________________________ Title: ______________________________ Specimen Signature: __________________

Note: Please attach a Special Power of Attorney, if not the Sole Proprietor/Owner.

Page 8: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 114 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VIII (Page 2 of 4)

Corporation, Partnership, Cooperative

That I/we am/are the duly authorized representative/s of <company name>, located at ________________________________________, with Telephone No. ____________________; Fax No. _____________________ and e-mail address, ___________________________, as shown in the attached Secretary’s Certificate issued by the corporation or the members of the joint venture, and granted full power and authority to execute and perform any and all acts necessary and/or to represent our company in the bidding, including signing all negotiation documents and other related documents such as the contracts:

1) Name: _____________________________ 2) Name:_____________________________ Title: ______________________________ Title:______________________________ Specimen Signature: __________________ Specimen Signature: _________________

Note: Please attach duly executed Secretary’s Certificate.

(b)

NON-INCLUSION IN THE BLACKLIST NOR UNDER SUSPENSION STATUS BY ANY AGENCY OR GOVERNMENT INSTRUMENTALITY

That the firm I/We represent is not blacklisted or barred/suspended from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financial institution whose blacklisting rules have been recognized by the Government Procurement Policy Board.

(c)

AUTHENTICITY OF SUBMITTED DOCUMENTS

That each of the documents submitted by our company 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.

(d)

AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

The undersigned duly authorized representative of the Applicant, for and in behalf of the Applicant, hereby submits this Letter of Authorization in relation with Application to apply for Eligibility and to Bid for the subject contract to be bid. In connection thereat, all public official, engineer, architect, surety company, bank institution or other person, company or corporation named in the eligibility documents and statements are hereby requested and authorized to furnish the Chairman, PITC Bids & Awards Committee I or her duly authorized representative/s any information necessary to verify the correctness and authenticity of any item stated in the said documents and statements or regarding our competence and general reputation. I/We hereby give consent and give authority to the Chairman of PITC Bids and Awards Committee II or her duly authorized representative, to verify the authenticity and correctness, of any or all of the documents and statements submitted herein; and that I/we hereby hold myself liable, criminally or civilly, for any misrepresentation or false statements made therein which shall be ground for outright disqualification and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from participating in future biddings of Philippine International Trading Corporation.

Page 9: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 115 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VIII (Page 3 of 4)

(e)

DISCLOSURE OF RELATIONS

That for and in behalf of the Bidder, I/We hereby declare that the sole proprietor or proprietress/ all officers and members of the partnership or cooperative/ all officers, directors, and controlling stockholders of the corporation/ all partners and members of the Joint Venture are not related by consanguinity or affinity up to the third civil degree with the Head of the Procuring Entity, members of the Board of Directors, the President, Officers or Employees having direct

access to information that may substantially affect the result of the bidding such as, but not limited to, the members of the PITC BAC, the members of the TWG of PITC, the PITC BAC Secretariat, the head of the end-user unit, and the project consultants. It is fully understood that the existence of the aforesaid relation by consanguinity or affinity of the Bidder with the aforementioned Officers of the Corporation shall automatically disqualify the Bid.

(f)

COMPLIANCE WITH EXISTING LABOR LAWS AND STANDARDS

That our company diligently abides and complies with existing labor laws and standards.

(g)

BIDDER’S RESPONSIBILITIES

1) That I/we have taken steps to carefully examine all of the bidding documents; 2) That I/we acknowledge all conditions, local or otherwise affecting the implementation of the

contract; 3) That I/we made an estimate of the facilities available and needed for the contract to be bid, if

any; 4) That I/we will inquire or secure Supplemental /Bid Bulletins issued for this project; 5) That the submission of all bidding requirements shall be regarded as acceptance of all

conditions of bidding and all requirements of authorities responsible for certifying compliance of the contract;

6) That I have complied with our responsibility as provided for in the bidding documents and all Supplemental /Bid Bulletins;

7) That failure to observe any of the above responsibilities shall be at my own risk and 8) That I agree to be bound by the terms and conditions stated in the Conditions of the Contract

for this project.

Page 10: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 116 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ANNEX VIII (Page 4 of 4)

(h)

DID NOT PAY ANY FORM OF CONSIDERATION

That I/we did not give or pay directly or indirectly, any commission, amount, fee or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government project or activity.

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

________________________________ Bidder’s Authorized Representative

Signature over Printed Name

SUBSCRIBED AND SWORN TO BEFORE ME this _________day of

____________________at _____________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice) _____________ issued ___________________________at ________________________, Philippines.

NOTARY PUBLIC

Doc. No. _______ Page No. _______ Book No. _______ Series of _______

Page 11: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 117 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

ANNEX IX Page 1 of 1

PHILIPPINE INTERNATIONAL TRADING CORPORATION

FINANCIAL BID FORM

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

Approved Budget for the Contract (ABC) ₱ 21,056,661.56

(Prices must be VAT inclusive)

BID PRICE MUST NOT EXCEED THE ABC

Description Quantity ABC

(₱)

BID PRICE

(₱)

CONSTRUCTION OF THE UNIVERSITY OF THE

PHILIPPINES OPEN UNIVERSITY LEARNING

COMMONS AT THE UP OPEN UNIVERSITY

CAMPUS

1 lot 21,056,661.56

Total Bid Price (Amount in Words):

________________________________________________________________________

Notes:

The Financial Bid includes taxes, all cost relative to construction.

The Bidder shall shoulder all transportation costs, delivery charges and shall assume all risks until the

works have been completed at the site and accepted by PITC/UP.

The amount in the signed submitted Financial Bid Form (Annex IX) must be equal to the sum of the

bids for each Item indicated in the Bill of Quantities per Annex IX-A.

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby OFFER to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

____________________________________________ Name of Company (in print)

____________________________________________ Signature of Company Authorized Representative

________________________________ Name & Designation (in print)

_____________ Date

Page 12: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 118 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 1 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

I. GENERAL REQUIREMENTS 1. Mobilization / demobilization 1 lot 2. Permits, Licenses, Clearances, etc. 1 lot

2.a Building Permit 2.b Occupancy Permit

2.b.1 CEI and Fire 2.b.2 Occupancy 2.b.3 Municipal Permit

3. Temporary Facilities 1 lot 4. PPE, Safety and Security

Requirements 1 lot

5. As-built plans and Shop Drawings 1 lot SUB TOTAL FOR GENERAL REQUIREMENTS (I):

II. SITE PREPARATION WORKS 1. Site Preparation, Layout & Stake

Out 422 sq.m

2. Clearing and Grubbing 422 sq.m SUB TOTAL FOR SITE PREPARATION WORKS (II):

III. STRUCTURAL WORKS A. EARTH WORKS

1. Excavation 103.5 cu.m 2. Backfilling/Compaction

(Mechanical) 103.5 cu.m

3. Soil Poisoning 300 sq.m 4. Gravel Bedding (3/4") 37.49 cu.m 5. Vapor Barrier (4 mil Polyethylene

Sheet) 300 sq.m

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

___________________ Date

Page 13: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 119 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 2 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

B. STRUCTURAL WORKS 1. Concrete (5000psi @28days)

1.a Footing 27.60 cu.m 1.b Footing Tie beam/Wall Footing 27.70 cu.m 1.c Slab on Grade 37.63 cu.m

1.d Column 24.06 cu.m

1.e Suspended Slab 33.25 cu.m 1.f Ledge 21.30 cu.m 1.g Beams 21.94 cu.m 1.h Stairs 4.00 cu.m 1. i Rain Catcher 6.00 cu.m 1.j Septic Tank 11.00 cu.m

2. Rebars (12mm dia and smaller 275 MPa, 16mm dia and Larger 414 MPa)

2.a Footing 2,535.75 kgs 2.b Footing Tie beam/Wall Footing 4,550 kgs 2.c Slab on Grade 4,800 kgs 2.d Column 3,850 kgs 2.e Suspended Slab 6,400 kgs 2.f Ledge 2,115.20 kgs 2.g Beams 7,129.20 kgs 2.h Stairs 900 kgs 2. i Rain Catcher 600 kgs 2.j Septic Tank 990 kgs

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

___________________ Date

Page 14: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 120 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 3 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

3. Formworks 3.a Footing 75 sq.m 3.b Footing Tie beam/Wall Footing 220 sq.m 3.c Slab on Grade 24 sq.m 3.d Column 467.40 sq.m 3.e Suspended Slab 300 sq.m 3.f Ledge 79 sq.m 3.g Beams 360.32 sq.m 3.h Stairs 10 sq.m 3. i Rain Catcher 6 sq.m 3.j Septic Tank 10 sq.m

C. ROOF PRAMING WORKS 1. Roof Framing 1 lot

SUB TOTAL FOR STRUCTURAL WORKS (III): IV. ARCHITECTURAL WORKS

1. Masonry Works 1.a Exterior Wall-150mm (6") CHB

Walls (350psi, non-load bearing) 372.01 sq.m

1.b Interior Wall-100mm (4") CHB Walls (350psi, non-load bearing)

228.36 sq.m

1.c Plastering Works (Smooth finish, 1:3 mixture)

1,200.74 sq.m

2. Finishes 2.1 Floor Finishes

2.1.a FF-01; 600mm x 600mm Rustic Vitrified Ceramic Tiles (Glazed) with Tile Grout on joints, provide 50mm thk Corrective Levelling Mortar, use Tile Adhesive

525.30 sq.m

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 15: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 121 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 4 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

2.1.b FF-02; Size no. 10 Pebble Wash Out finish with Clear Acrylic Emulsion for Stone Finish, provide 50mm thk Corrective Levelling Mortar(including ramp area)

194.50 sq.m

2.1.c FF-03; 400mm x 400mm Rustic Vitrified Ceramic Unglazed Floor Tiles, Non-slip with Tile, Grout and Sealer Joints, use Tile Adhesive, provied 50mm thk Corrective Levelling Mortar

23.60 sq.m

2.1.d FF-04; Plain Cement Floor Finish, provide 50mm thk Corrective Levelling Mortar sith Anti- shink, Non-structural Polymer Fiber, painted with Acrylic-based Epoxy Paint Finish

5.40 sq.m

2.1.e FF-05; 300mm x 300mm Non-skid Ceramic Tiles with Tile Grout on joints, provide Tile Adhesive and 3mm thk x 38mm Wide Aluminum Stair Nosing

8.50 sq.m

2.1.f Self Levelling Mortar 757.30 sq.m BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 16: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 122 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 5 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

2.1.g FF-06; Metal Trowel Cement Plaster Finish with no.10 Pebble Wash-out Finish (100mm wide on both sides), provide 50mm thk Corrective Levelling Mortar and Clear Acrylic Emulsion Stone Finish

11.52 sq.m

2.2 Wall Finishes 2.2.a WF-03; 400mm x 400mm

Vitrified Ceramic Wall Tiles with Tile Grout & Sealer on joints, use Tile Adhesive

91.20 sq.m

2.3 Ceiling Finishes 2.3.a CF-1; 12.5mm thk

Gypsum board in flat paint finish on stadard metal furring spaced @ 600 x 600mm O.C.B.W.

503.83 sq.m

2.3.b CF-2; 12.5mm thk Moisture Resistant Gypsum Board in flat paint finish on standard metal furring spaced @ 600 x 600mm O.C.B.W.

23.60 sq.m

2.3.c CF-3; UPVC Exterior Ceiling

76.20 sq.m

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 17: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 123 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 6 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

3. Water Proofing Works 3.a Bituminous Water Proofing 25.85 sq.m 3.b Cementitous water proofing 145.86 sq.m

4. Painting Works 4.a AcrytexTM Clear Coat #

1700 to exterior wall 547.20 sq.m

4.b Flat latex paint finish to Plastered wall

596.26 sq.m

4.c Flat latex paint finish to exposed slab

308.40 sq.m

4.d Gloss Enamel Paint (Baseboard)

51.54 sq.m

4.e Teplon Based Paint - Additional coat for all painting Works

94.40 sq.m

4.f Gypsum Putty, Conscrete Putty & Consumables

1 lot

5. Doors and Windows 5.1 Glass door

5.1.a 12mm thick Tempered double leaf swing framed glass door with two (2) fixed panel and glass Transom

1 set

5.1.b 12mm thick Tempered single leaf swing framed glass door 900mm x 2100mm with transom

1 set

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 18: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 124 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 7 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

5.1.c 12mm thick Tempered double leaf swing framed glass door with two (2) fixed panel and glass Transom

1 set

5.2 Wood Door 5.2.a Wood Door - Single leaf,

Single swing, Hollow Core with 6mm thick Glass view panel; 900mm x 2100mm

6 set

5.2.b Wood Door - Single leaf, Single swing, Hollow Core with 6mm thick Glass view panel; 800mm x 2100mm

4 set

5.2.c Wood Door - Single leaf, Single swing, Hollow Core with Louver Vent; 800mm x 2100mm

2 set

5.2.c.1 Wood Door - Single leaf, Single swing, Hollow Core with Louver Vent; 900mm x 2100mm

1 set

5.2.d Wood Door - Single leaf, Single swing, Hollow Core with Louver Vent; 600mm x 2100mm

2 set

5.3 Metal Door 5.3.a Single leaf, Single swing,

Hollow Core Steel Door with Louver Vent and 6mm thick Glass view panel; 800mm x 2100mm

2 set

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 19: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 125 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 8 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost

Labor Unit Cost

Bid Price

5.4 Windows 5.4.1 6mm thk tempered clear glass awning

window on standard aluminum frame powder coated finish with Insect Screen; 5750mm L x 1080mm H

2 set

5.4.2 6mm thk tempered clear glass awning window on standard aluminum frame powder coated finish 5409mm L x 1080mm b1 x 790 mm b2

4 set

5.4.3 6mm thk tempered clear glass awning window on standard aluminum frame powder coated finish 5750mm L x 790mm b1 x 356 mm b2

4 set

5.4.4 6mm thk tempered clear glass awning window on standard aluminum frame powder coated finish 5600mm L x 1015mm b1 x 595 mm b2

2 set

5.4.5 6mm thk tempered clear glass awning window on standard aluminum frame powder coated finish

2 set

5.4.a 6mm thk tempered clear glass on standard aluminum frame powder coated finish awning window; 2200mm x 1200mm

17 set

5.4.b 6mm thk tempered clear glass on 50 x 50mm standard aluminum frame powder coated finish awning window;

5 set

5.4.c 6mm thk tempered clear glass on standard aluminum frame powder coated finish with fixed sliding window; 1700mm x 1500mm

15 set

5.4.d Metal Frame fixed Louver 1 set BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative ___________________

Date

Page 20: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 126 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 9 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

6. Miscellaneous and Metal Works 6.a 50mm ɸ Stainless Steel Stair

Railing Floor mounted 14.20 lm

6.b 50mm ɸ Stainless Steel Ramp Railing Floor mounted

34 lm

6.c Aluminum Stair nosing 56 lm 6.d Steel Canopy with 3mm thk

polycarbonate solid core(CF-5)

1 lot

6.e Planters Box 1 lot 6.f Toilet partitiions with Door 5.80 lm 6.g Built-in Reception Counter 1 lot 6.h Operable Wall 1 lot 6.i Glass Railings 1 lot 6.j Signage 1 lot 6.k 6mm thk Mirror w/ Felt Cloth in

4.5mm Marine Plywood Backing

6.k.1 1.1m x 1.0m 3 set 6.k.2 0.7m x 1.0m 1 set

7. Roofing Works 7.a Prepainted Long span 1 lot 7.b Roofing Insulation 1 lot SUB TOTAL FOR ARCHITECTURAL WORKS ( IV):

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid

documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative

______________ Date

Page 21: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 127 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 10 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

V. ELECTRICAL WORKS 1. Lighting and Power System

PIPES, WIRES & ACCESSORIES 1.1 Roughing-ins

1.1.a 20mm Ø PVC 1,212 lm

1.1.b 20mm Ø IMC 274 lm

1.1.c 25mm Ø IMC 69 lm

1.1.d 32mm Ø IMC 71 lm

1.1.e 90mm Ø IMC 9 lm

1.2 Fittings 1.2.a 2x4 utility boxe #16 90 assy 1.2.b 4x4 junction box w/ cover #16 250 assy 1.2.c 4x4 square box with cover #16 20 assy 1.2.d 15mm diameter Flexible

conduit 250 lm

1.2.e 15mm diameter Flexible connector

500 pcs

1.3 Wires & Cables (THHN/THW) stranded

1.3.a 2.0mm² 1,872 lm

1.3.b 3.5mm² 4,018 lm

1.3.c 5.5mm² 557 lm

1.3.d 8.0mm² 71 lm

1.3.e 14mm² 138 lm

1.3.f 22mm² 168 lm

1.3.g 50mm² 24 lm

1.3.h 200mm² 72 lm

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us. ______________________________________________

Bidder/Name of Company ___________________________________________________________

Printed Name and Signature of Company Authorized Representative

______________ Date

Page 22: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 128 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 11 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

1.4 Wiring Device

1.4.a Simplex Convenience Outlet 15 assy

1.4.b Duplex Convenience Outlet 37 assy

1.4.c Counter Top Outlet 1 assy

1.4.d Hand Dryer Outlet 3 assy

1.4.e Special Purpose Outlet 1 assy 1.4.f One gang Switch 9 assy

1.4.g Two gang Switch 16 assy

1.4.h Three gang Switch 4 assy

1.4.i 2 gang Three Way Switch 4 assy

1.5 Lighting Fixtures

1.5.a 2x18W Troffer Type Surface Flourescent

80 assy

1.5.b 2x18W Troffer Type Luminaire with Prismatic Diffuser

25 assy

1.5.c 2x20W Linear Flourescent Industrial Type

6 assy

1.5.d Downlight 90 assy

1.5.e Surface Type Downlight 46 assy

1.5.f Exit Light 3 assy

1.6 Switchboards and Panelboard

MDP 1 assy

Main : 300AT/300AF,3P, 230V, 18KAIC Branches: 5-70AT/100AF,3P, 230V 3-50AT/100AF,3P, 230V 11-30AT/50AF,3P 230V 1-20AT/50AF,3P 230V In NEMA 1 Surface mounted

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 23: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 129 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 12 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

LP1 1 assy

Main : 70AT/100AF,3P, 230V, 10KAIC Branches: 20-20AT/50AF,2P, 230V In NEMA 1 Surface mounted

PP1 1 assy

Main : 70AT/100AF,3P, 230V, 10KAIC Branches: 20-20AT/50AF,2P, 230V In NEMA 1 Surface mounted

1.7 Electricity Metering

KW-HR Meter 1 assy

1.8 Enclosed Switches and Circuit Breaker

1.8.a 20AT, 2P, 230V, 18KAIC 1 assy

1.8.b 125AT, 3P, 230V, 18KAIC 3 assy

1.8.c 300AT, 3P, 230V, 18KAIC 1 assy

1.9 Testing and Commissioning 1 lot

SUB TOTAL FOR ELECTRICAL WORKS (V):

VI. DATA AND AUXILIARIES

A. Voice, Data and CATV System

1. Voice, Data and CATV System

1.a Testing and Commissioning 1 lot

1.b Grounding and bonding 1 lot

2. Raceway and Boxes for Voice and Data

2.a 40mm diameter conduit PVC 12 m

2.b 20mm diameter conduit PVC 1,014 m

2.c Utility Box 25 no.

2.d Pull Box (type and size as required) 2 no.

2.e Telephone Terminal Cabinet 1 no.

3. Voice, Data and CATV Cables

3.a 4 Pairs UTP Cable Cat6 1,008 m

3.b RG6 Cable 60 m

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 24: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 130 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 13 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

4. Voice, Data and CATV Outlet

4.a Main Distribution Frame 1 lot

4.b Fiber Distribution Panel (24 port) 1 no.

4.c Modular Type Telephone Outlet, wall mounted

12 no.

4.d Modular Type Data Outlet, wall mounted (RJ45)

12 no.

4.e CATV Outlet 1 no.

B. Background Music and Paging System

1. Raceway and Boxes for PABGM

1.a 32mm diameter conduit PVC 12 m

1.b 20mm diameter conduit PVC 162 m

1.c 15mm diameter flexible metal conduit 3 m

1.d 15mm diameter flexible metal connector

6 no.

1.e Junction Box 3 no.

1.f Public Address Box 1 no.

2. PABGM Cables

2.a 1.25mm2 TF Wire 180 m

3. PABGM Equipment

3.a PABGM Workstation with Microphone 1 lot

3.b Speaker, Wall Mounted 3 set

C. Closed Circuit Television System

1. Testing and Commissioning 1 lot

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 25: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 131 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 14 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

2. Raceway and Boxes for Voice and Data

2.a 40mm diameter conduit PVC 12 m

2.b 20mm diameter conduit PVC 216 m

2.c Junction Box 4 no. 2.d Pull Box (type and size as

required) 1 no.

3. CCTV Cables 3.a 4 Pairs UTP Cable Cat6 240 m

4. CCTV Equipment

4.a CCTV Equipment 1 lot

4.b Indoor Dome Type CCTV Camera (2MP)

4 set

D. Fire Detection and Alarm System 1. Testing and Commissioning 1 lot

2. Raceway and Boxes for FDAS

2.a 20mm diameter conduit PVC 720 m 2.b 32mm diameter conduit PVC 12 m 2.c 15mm diameter flexible metal

conduit 30 m

2.d 15mm diameter flexible metal connector

60 no.

2.e Junction Box 30 no.

2.f Square Box 3 no.

2.g Fire Alarm Box 2 no. 3. FDAS Cables

3.a 1.6mm2 Fire rated Cable 936 m BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 26: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 132 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 15 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

4. FDAS Equipment 4.a Conventional Fire Alarm Control Panel 1 set 4.b Conventional Heat detector 1 set

4.c Conventional smoke detector 29 set

4.d Fire alarm manual station 3 set 4.e Fire alarm bell 3 set

SUB TOTAL FOR DATA AND AUXILIARIES (VI): VII. PLUMBING AND SANITARY WORKS

1. Waterline System 1.1 Cold Water Riser, Main Distribution

Lines, Downfeed & Main Tapping Lines (GI Pipe) Pipe (Schedule 40, Heavy Duty)

1.1.a 25 mmØ pipe (90° elbow) 90 lm

1.1.b 90° elbow 25 mmØ (45° elbow) 11 pc/s 1.1.c 90° elbow 25 mmØ (Tee Standard) 13 pc/s 1.1.d 25x25x25 mmØ (Unequl Tee) 5 pc/s

1.1.e 25x25x15 mmØ (Gate Valve) 2 pc/s

1.1.f 25 mmØ (Check Valve) 2 pc/s 1.1.g 25 mmØ (Water Meter) 1 pc/s 1.1.h 25 mmØ (Reducd Pressure Zone Device)

1 pc/s

1.1.i 25 mmØ 1 pc/s 1.2 Lateral Water Lines & Roughing-in of

Toilets (PPRC Pipe)

1.2.A Pipe & Fittings (PN20), Pipe

1. 32 mmØ pipe 1 lm

2. 25 mmØ pipe 4 lm

3. 20 mmØ pipe 10 lm

4. 15 mmØ pipe 7 lm

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 27: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 133 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 16 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

1.2.B Socket

1. 25 mmØ 15 pc/s

2. 20 mmØ 5 pc/s

3. 15 mmØ 7 pc/s

1.2.C 90° elbow

1. 90° elbow 25 mmØ 5 pc/s

2. 90° elbow 20 mmØ 6 pc/s

3. 90° elbow 15 mmØ 8 pc/s

1.2.D 45° elbow

1. 45° elbow 25 mmØ 2 pc/s 1.2.E Equal Tee

1. 25 x 25 x 25 4 pc/s

2. 20 x 20 x 20 8 pc/s

3. 15 x 15 x 15 6 pc/s 1.2.F Unequal Tee

1. 25 x 25 x 20 unequal tee 8 pc/s

2. 25 x 25 x 15 unequal tee 2 pc/s 1.2.G Female Adaptor

1. 25 mmØ x 1 1/2" female adapter

4 pc/s

2. 15 mmØ x 1 1/2" female adapter

3 pc/s

1.2.H Socket Reducer

1. 25 x 20 socket reducer 2 pc/s

2. 25 x 15 socket reducer 1 pc/s

1.2.I Socket Increaser

1. 25 x 32 socket increaser 1 pc/s

2. 20 x 25 socket increaser 5 pc/s

3. 15 x 20 socket increaser 4 pc/s

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 28: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 134 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 17 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

1.2.J Air Chamber Cap

1. 32 mmØ 1 pc/s

2. 25 mmØ 5 pc/s

3. 20 mmØ 4 pc/s 1.2.K Gate Valve

1. 25 mmØ 4 pc/s

2. 15 mmØ 3 pc/s 1.3 Appurtenances

1.3.a Water Closet (Tank Type), Brand: American Standard Winplus II

5 set/s

1.3.b Urinal (Sensor Type Flushometer ), Brand: American Standard New Washbrook back inlet Urinal

1 set/s

1.3.c Lavatory (Brand: American Standard ACTIVE 0440 Undercounter)

4 set/s

1.3.d Lavatory Faucet (Brand: American Standard ACTIVE 0440 Undercounter)

4 set/s

1.3.e Sink (TEKA BE 2B 780) 1 set/s 1.3.f Sink Faucet (American Standard) 1 set/s

1.3.g Hose Bibb 2 set/s 1.3.h Soap Dispenser (Brand:

"BOBRICK") 3 set/s

1.3.i Bidet (Brand: "BOBRICK") 5 set/s

1.3.j Tissue Holder (Brand: "BOBRICK") 5 set/s 1.4 Hangers/Support & Consumable

Materials 1 lot

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 29: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 135 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 18 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

2. Sanitary System 2.1 Soil Stack & Main Collectors and

Waste Stack & Main Collector

2.1.a Pipes & Fittings (Series 1000), Pipes

100 mmØ pipe 50 lm 50 mmØ pipe 15 lm

2.1.b 45° Sanitary Wye Branch

100mmØ x 100mmØ x 100mmØ 15 pc/s 2.1.c 45° Sanitary Wye Branch Reducer 100mmØ x 100mmØ x 50mmØ 11 pc/s

2.1.d Sanitary Tee

100mmØ x 100mmØ x 50mmØ 5 pc/s 50mmØ x 50mmØ x 50mmØ 13 pc/s

2.1.e 90° elbow

100 mmØ 5 pc/s

50 mmØ 9 pc/s 2.1.f 45° elbow

100 mmØ 7 pc/s 2.1.g Floor Cleanout (2-1/8 elbow and

counter sunk floor cleanout)

100 mmØ 6 pc/s

50 mmØ 1 pc/s 2.1.h Ground Cleanout (2-1/8 elbow and

counter sunk floor cleanout)

100 mmØ 4 pc/s

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 30: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 136 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 19 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

2.2 Laterals & Branch Sewers, Waste Branches and Vent Stack & Branch (PVC Pipe)

2.2.a A Pipes & Fittings (Series 1000), Pipes

50 mmØ pipe 92 lm 2.2.b 45° Sanitary Wye Branch

50mmØ x 50mmØ x 50mmØ 2 pc/s 2.2.c 90° elbow

50 mmØ 55 pc/s 2.2.d 45° elbow

50 mmØ 5 pc/s 2.2.e Sanitary Tee

50mmØ x 50mmØ x 50mmØ 17 pc/s 2.2.f Sanitary Double Tee

50mmØ x 50mmØ x 50mmØ x 50mmØ

1 pc/s

2.2.g Cleanout Cap (Grease Trap) 50 mmØ 1 pc/s

2.2.h Floor Drain 50 mmØ 8 pc/s

2.2.i Floor Drain P-Trap 50 mmØ P-Trap Assembly 8 set

2.2.j Lavatory / Sink P-Trap P-Trap Assembly 3 set

2.2.k Appurtenances 50 mmØ Vent Cap w/ Insect Wire Mesh (complete assembly)

2 pc/s

2.3 Hangers/Support & Consumable Materials

1 lot

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 31: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 137 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 20 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

3. Storm Drainage System

3.1 RCP Pipe Pipes 300mmØ Pipe 27 lm

3.2 Downspout & Main Collectors (HDPE) Brand: "GEBERIT", "WAVIN", "THERMOVAR"

Pipes & Fittings a. Pipes

150 mmØ Pipe 40 lm b. 45° Wye Branch

100mmØ x 100mmØ x 100mmØ 9 pc/s c. 45° elbow

150 mmØ 16 pc/s d. Floor Cleanout (2-1/8 elbow and

counter sunk floor cleanout)

150 mmØ 4 pc/s e. Cleanout Cap 150 mmØ 2 pc/s

3.3 Pipe Branches (PVC Type) a. Pipe 50 mmØ 25 lm b. 45° elbow

50 mmØ 30 pc/s c. 90° elbow

50 mmØ 16 pc/s

d. Pathwalk Drain 50 mmØ 14 pc/s

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 32: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 138 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 21 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

e. Gutter Drain

150 mmØ 2 pc/s f. Roof Gutter

300mm x 250mm 46 lm

g. Catch Basin RC Type Catch Basin 4 pc/s

h. Roof Gutter Guard

Micromesh Gutter Guard 36 sq.m 3.4 Air-conditioning Waste

a. 50 mmØ Waste Stacks & Collector Lines (HDPE) & Pipe Branches (PVC Type)

1 lot

b. Hangers/Support & Consumable Materials

1 lot

4. Miscellaneous Works 4.1 Pump

a. Suction pump, 50 gpm, 50 TDH, 2 HP, 3 Phase, 60 cycles, 230V (complete installations)

1 unit

4.2 Hydropneumatic Tank a. 20gals capacity cylindrical

pressure tank (complete installations)

1 unit

b. 150mm Vortex Filter - 100 microns, automatic rainwater diverter device, reduced pressure zone device, smoothing inlet, multi-functional overflow device, float switch, etc.)

1 unit

c. Testing and Commissioning 1 lot SUB TOTAL FOR PLUMBING AND SANITARY WORKS (VII):

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 33: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 139 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 22 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

VIII. FIRE PROTECTION WORKS

1. DSP LAYOUT

1.a B.I. Pipe Sch.40, ASTM, A-53 B.I. Pipe (100mm Dia.) 40 lm

1.b B.I. Elbow Elbow 90deg. (100mm) welded 8 pcs

1.c B.I. Concentric Reducer Concentric Reducer

(100mmx65mm) welded 2 pcs

1.d B.I. Tee Standard

Tee Standard (100mm) welded 2 pcs 1.e B.I. Tee Reducer

Tee Reducer (100mmx75mm) welded

2 pcs

1.f B.I. Union Flat Seat Union Patente (50mm Dia.) 16 pcs Union Patente (25mm Dia.) 32 pcs

1.g Slip-on Flange Slip-on Flange (100mm Dia. x 150

lbs.) 10 pcs

1.h Bolts and Nuts Bolt & Nut, 5/8" x 3" 50 pcs Washers, 5/8" 150 pcs

1.i B.I. Threadoutlet Threadoutlet (38mm Dia.) welded 42 pcs Threadoutlet (32mm Dia.) welded 42 pcs Threadoutlet (25mm Dia.) welded 16 pcs

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 34: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 140 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 23 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

1.j B.I. Straight Nipple Straight Nipple (32mm x 6" Dia.)

double 32 pcs

Straight Nipple (25mm x 6" Dia.) double

64 pcs

1.k B.I. End Cap End Cap (100mm Dia.) threaded 2 pcs End Cap (65mm Dia.) threaded 2 pcs

1.l Fire Hose Cabinet, surface type, 30mtrs. (Including Portable Fire Extinguisher)

2 set

1.m Fire Dep't Connection, 100mm x 65mm x 65mm Dia.

Siamese Twin Fire Dep't Inlet Connection(WET)

1 set

1.n Fire Dep't Connection, Brass Plate Branding, Wet

Standpipe System (65 dia. X 40 dia combination)

1 set

2. FIRE SUPPRESSION 2 nos. X 19.2 kg cylinder NOVEC

fire suppression system complete with interphase, controls and fire smoke detection (including Nozzle and Piping)

1 set

3. MISCELLANEOUS Painting (oxide priming & painting) 1 lot Testing and Commissioning 1 lot BFP Documentations 1 lot

SUB TOTAL FOR FIRE PROTECTION WORKS (VIII):

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 35: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 141 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 24 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430 (Prices must be VAT inclusive)

INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description Qty Unit Material

Unit Cost Labor

Unit Cost Bid Price

IX. MECHANICAL WORKS 1. AIR CONDITIONING AND

VENTILATION LAYOUT

A. 1.5 HP Wall Mounted ACCU , 230V/1PH/60Hz (Inverter Type)

4 nos.

B. 2.0 HP Wall Mounted ACCU , 230V/1PH/60Hz (Inverter Type)

5 nos.

C. 5.0 HP Ceiling Cassette ACCU, 230V/1PH/60Hz (Inverter Type)

3 nos.

D. 2.0 HP Ceiling Cassette , 230V/1PH/60Hz (Inverter Type)

1 nos.

E. 3.0 HP Ceiling Cassette, 230V/1PH/60Hz (Inverter Type)

3 nos.

F. 400 Lps, 85 watts Propeller Mounted Exhaust Fan

1 nos.

G. 150 Lps, 125 watts Ceiling Mounted Exhaust Fan

3 nos.

H. 75 Lps, 45 watts Ceiling Mounted Exhaust Fan

3 nos.

2. OTHERS A. Refrigerant Pipes, Special Pipes,

Insulation 1 lot

B. Electrical Wirings, Signal Wires, Controls, Panels

1 lot

C. Miscellaneous and Consumables 1 lot D. Testing and Commissioning 1 lot

SUB TOTAL FOR MECHANICAL WORKS (IX):

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________ Bidder/Name of Company

___________________________________________________________ Printed Name and Signature of Company Authorized Representative

______________ Date

Page 36: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 142 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PLEASE USE THIS BID FORM DO NOT RE-TYPE OR ALTER

ANNEX IX-A Page 25 of 25

PHILIPPINE INTERNATIONAL TRADING CORPORATION

BILL OF QUANTITIES

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

(Prices must be VAT inclusive) INSTRUCTION TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. INDICATE “0” OR “-” IF ITEM IS BEING OFFERED FOR FREE. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description FINANCIAL BID PRICE (PhP) I. TOTAL OF I TO IX II. OVERHEAD/MISCELLANEOUS III. OTHER COST, MATERIALS NECESSARY TO

COMPLETE THE PROJECT

IV. CONTRACTOR’S PROFIT V. GRAND TOTAL (ITEM I TO IV OF THIS PAGE):

Notes: The Financial Bid includes taxes, all cost relative to construction.

The Bidder shall shoulder all transportation costs, delivery charges and shall assume all risks until the works

have been completed at the site and accepted by PITC/UP.

The amount in the signed submitted Financial Bid Form (Annex IX) must be equal to the sum of the bids for

each Item indicated in the Bill of Quantities per Annex IX-A.

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins,

as applicable, hereby OFFER to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of

Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________________________________

Bidder/Name of Company

___________________________________________________________

Printed Name and Signature of Company Authorized Representative

______________

Date

Page 37: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 143 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Section VII. Post Qualification Documents

(Applicable only to Declared Lowest/Single Calculated Bidder)

Page 38: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 144 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex X

(BIDDER’S COMPANY LETTERHEAD)

COMPANY PROFILE

COMPANY NAME :

ADDRESS :

HEAD OFFICE :

BRANCH :

TELEPHONE NUMBER/S :

HEAD OFFICE :

BRANCH :

FAX NUMBER/S :

HEAD OFFICE :

BRANCH :

E-mail Address :

NUMBER OF YEARS IN BUSINESS :

NUMBER OF EMPLOYEES :

LIST OF MAJOR STOCKHOLDERS :

LIST OF BOARD OF DIRECTORS :

LIST OF KEY PERSONNEL (NAME, SIGNATURE & DESIGNATION) AS AUTHORIZED CONTACT PERSON FOR THE PROJECT [at least THREE (3)]

:

CERTIFIED CORRECT:

_________________________________________________________________ Name & Signature of Authorized Representative

______________________________________

Position _________________________

Date

Page 39: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 145 of 157

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Annex X-A

(Bidder’s Company Letterhead)

_______________________________________

Project Title

Bid Ref. No. ____________

Approved Budget for the Contract: ₱___________________

UNDERTAKING TO SUBMIT SSS CLEARANCE OR LATEST QUARTER

PREMIUM REMITTANCES AND DOLE CLEARANCE IF DECLARED AS THE LOWEST OR SINGLE CALCULATED AND RESPONSIVE BID

I/We, (Name) , (Title or Capacity) , the duly authorized representative of (Company/Bidder) , hereby commit that should we be declared as the Lowest or Single Calculated and Responsive Bid, we shall present original copy and submit Certified True Copy of our Valid and Current SSS Clearance or latest quarter premium remittances and Valid and Current DOLE Clearance pursuant GPPB Circular 01-2008 dated 07 March 2008. This Undertaking shall form part of the Post Qualification Requirements for the aforesaid procurement project. Issued this _______ day of _______________in ___________, Philippines

Name of Company (Bidder) Full Name of Authorized Representative

Address Signature of Authorized Representative

Tel. No./Fax E-mail Address

Page 40: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 146 of 157

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP LOS BANOS CAMPUS

Section VIII. Sample Forms

Page 41: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 147 of 157

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP LOS BANOS CAMPUS

Annex XI

Special Bank Guarantee or Irrevocable Standby Letter of Credit (For Retention Money, As Applicable)

To : ______________________ ______________________ Date : ______________________ WHEREAS, ________________________________________________ with principal offices located at ___________________________________________________ (hereinafter called “the Contractor/Supplier”) has undertaken, in pursuance of _______________________________________________________________ _________________________dated _________________ to execute supply of ________________________ _________ at ________________________________________. AND WHEREAS, it has been stipulated by you in the said Contract that the Contractor/Supplier shall furnish you with a Special Bank Guarantee / Irrevocable Standby Letter of Credit (as applicable) by an authorized bank for the sum specified therein as security for compliance with their obligations in accordance to with the contract, including a warranty that the GOODS supplied are free from patent and latent defects and performance of corrective work for any manufacturing defects will be undertaken as required and that all the conditions imposed under the contract shall been fully met;

AND WHEREAS, we have agreed to give the Contractor/Supplier such a Special Bank Guarantee/ Irrevocable Letter of Credit (as applicable);

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of PhP _____________ proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon you first written demand and without cavil or argument, any sum or sums within the limits of PhP ___________ as aforesaid without you needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby further affirm that this bank guarantee/standby letter of credit (as applicable) is irrevocable and intended to answer for the performance of corrective work for any manufacturing defects, to warrant that the goods supplied are free from patent and latent defects and to warrant that all conditions imposed under the contract have been fully met by the Contractor/Supplier. We hereby waive the necessity of your demanding the said debt from the Contractor/Supplier before presenting us with the demand.

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 you and the Contractor 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 be valid until _________________________________ or a minimum of one (1) year, whichever comes later. ________________________________________ SIGNATURE AND SEAL OF THE GUARANTOR _______________________________ NAME OF BANK ______________________________ ADDDRESS

Page 42: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 148 of 157

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP LOS BANOS CAMPUS

Annex XII

Form of Performance Security (Bank Guarantee)

To : PHILIPPINE INTERNATIONAL TRADING CORPORATION

National Development Company (NDC) Building 116 Tordesillas Street, Salcedo Village, 1227 Makati City WHEREAS, [insert name and address of Supplier] (hereinafter called the “Supplier”) has undertaken, in pursuance of Contract No. [insert number] dated [insert date] to execute [insert name of contract and brief description] (hereinafter called the “Contract”); AND WHEREAS, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS, we have agreed to give the Supplier such a Bank Guarantee; NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of

the Supplier, up to a total of [insert amount of guarantee]1 proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [insert amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Supplier before presenting us with the demand. 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 you 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 be valid until the date of your issuance of the Notice of Final Acceptance. SIGNATURE AND SEAL OF THE GUARANTOR___________________________________________ NAME OF BANK____________________________________________________________________ ADDRESS_________________________________________________________________________ DATE_____________

1 An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price specified in

the Contract.

Page 43: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 149 of 157

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP LOS BANOS CAMPUS

ANNEX XIII

COMPANY LETTERHEAD

STATEMENT OF TIME ELAPSED AND PERCENTAGE OF WORK ACCOMPLISHED

Date submitted ________________________

Name of Project :

Location :

Original ABC (₱) :

Revised ABC (₱) :

1) Original Contract Time (calendar days)

2) Date of Effectivity of Contract

3) Original Expiry Date

4) Time Extension Allowed (calendar days)

5) Revised Expiry Date after Allowed Extension

6) Revised Contract Time (calendar days)

7) Total Calendar Days Elapsed to-date

8) No. of Days Work Suspended (covered by suspension order

9) Contract Time Elapsed to-date

10) Expiry Date due to Work Suspension

11) Percent Time Elapsed

12) Percent Work Accomplished

13) Percent Work Programmed

14) Percent Work Slippage

Submitted by: Conforme:

________________________ _________________________ Name and Signature of Name and Signature of Contractor’s Authorized Representative University of the Philippines’s Authorized Representative

Page 44: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 150 of 157

CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP LOS BANOS CAMPUS

ANNEX XIV

CONTRACTOR’S AFFIDAVIT

I,___(Name of Authorized Representative)____, in my capacity as__(Title of Capacity)__ of ____(Name of Company and Complete Address_____, after having duly sworn to in accordance with law, do hereby depose and say:

1) That the aforementioned company is the Contractor for the _______(Name of Project and Bid Ref.____ located at ______(Name of Client Agency and Address of the Project)_________________;

2) That I hereby certify that all the Labor and Materials used in this work as well as the

taxes and all other obligations incurred therewith, have been fully paid at rates required by law, particularly the minimum wage law;

3) That I further certify that I did not promise officials or employees of the Philippine

International Trading Corporation or the _______(Name of Client Agency)_________, any gift of money to support my claim for payment.

IN WITNESS WHEREOF, I hereto affix my signature this ____ day of ____________ 20__, at the _________________.

_________________________________

Affiant

SUBSCRIBED AND SWORN to before me this ______ of ________________20___, affiant exhibited to me his/her Competent Evidence of Identity____________________ issued on ____________at ____________.

NOTARY PUBLIC

Doc No ________ Page No. ________ Book No. ________ Series of ________

Page 45: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 151 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Section IX.

Checklist of Requirements

Page 46: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 152 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

PITC BIDS AND AWARDS COMMITTEE II

CHECKLIST OF REQUIREMENTS FOR BIDDERS

Name of Company: _________________________________________________________

Project: CONSTRUCTION OF THE UNIVERSITY OF THE PHILIPPINES OPEN UNIVERSITY LEARNING COMMONS AT THE UP OPEN UNIVERSITY CAMPUS

Bid Ref. No. GPG-B2-2018-430

APPROVED BUDGET FOR THE CONTRACT: ₱ 21,056,661.56

Ref. No. Particulars

ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS

A. ELIGIBILITY DOCUMENTS

CLASS "A" DOCUMENTS

12.1. A.(i)

Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

12.1. A.(ii)

Valid and current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas; In cases of recently expired Mayor’s / Business permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as post-qualification requirement.

12.1. A.(iii)

Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

12.1. A.(iv)

Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports):

(a) Independent Auditor’s Report; (b) Balance Sheet (Statement of Financial Position); and (c) Income Statement (Statement of Comprehensive Income)

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR Submission of valid and current PhilGEPS Certifcate of Registration and Membership (Platinum Registration*) together with Annex “A” in lieu of (Items (i), (ii), (iii) and (iv)) Eligibility Documents. 3

* Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PhilGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents together with the Platinum Registration.

In case the bidder opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 (GPPB Circular 07-2017 dated 31 July 2017.

Page 47: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 153 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

12.1.A.(v) Statement of all ongoing government and private contracts including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Annex I).

12.1. A.(vi)

Statement of Single Largest Completed Contract similar to the project to be bid equivalent to at least fifty (50%) of the ABC (Annex I-A).

For purposes of this project, similar contracts shall refer to contracts involving construction or renovation of offices/buildings.

Any of the following documents must be attached to Annex I-A.

a) Constructor’s Performance Evaluation Summary (CPES) Final Rating which must be Satisfactory rating, or

b) Owner’s Certificate of Acceptance, or

c) Owner’s Certificate of Completion

12.1 A.(vii)

Valid and current Philippine Contractors Accreditation Board (PCAB) License with Classification/Category in General Building/General Engineering with Minimum License Category of C or D and Minimum Size Range “Small B.” The PCAB license must indicate “PCAB registered contractor for Government Projects.”

12.1 A.(viii)

Duly signed Certificate of Net Financial Contracting Capacity (Annex II), in accordance with ITB Clause 5.5.

The NFCC, computation must be equal to the ABC of the project. The detailed computation using the required formula must be shown as provided for in Annex II.

CLASS “B” DOCUMENTS (For Joint Venture)

12.1. A.(ix)

Valid Joint Venture Agreement (JVA).

The JVA must specify which Partner/Company of the JV shall be designated as Authorized Representative. It must also clearly state the Name of the Officer/s designated as the Authorized Representative/s of the Joint Venture.

1) Each JV partner, must submit the following:

(i) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

(ii) Valid and current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas;

In cases of recently expired Mayor’s / Business permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as post-qualification requirement.

(iii) Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

(iv) Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports):

(a) Independent Auditor’s Report;

(b) Balance Sheet (Statement of Financial Position); and

(c) Income Statement (Statement of Comprehensive Income)

Page 48: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 154 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR

Submission of valid and current PhilGEPS Certifcate of Registration and Membership (Platinum Registration*) together with Annex “A” in lieu of (Items (i), (ii), (iii) and (iv)) Eligibility Documents.

2) Submission of the following items by any of the Joint Venture Partners constitute compliance :

a) Statement of All Ongoing Contracts (Annex I), and

b) Statement of Single Largest Completed Contract (Annex I-A)

c) Duly signed NFCC

3) Entities forming themselves into a Joint Venture shall likewise submit an additional PCAB license to act in the capacity of such joint venture / consortium.

B. TECHNICAL DOCUMENTS

12.1.B.(i)

Bid Security must be issued in favour of the Philippine International Trading Corporation, in any of the following forms:

1) Bid Securing Declaration per Annex III;

2) Cash or Cashier’s / Manager’s Check equivalent to at least 2% of the ABC;

3) Bank Guarantee / Bank draft or irrevocable LC equivalent to at least 2% of the ABC or

4) Surety bond callable upon demand equivalent to at least 5% of the ABC.

Notes:

(a) The Cashier’s/Manager’s check shall be issued by a Local Universal or Commercial Bank.

(b) The Bank Draft/Guarantee or Irrevocable Letter of Credit shall be issued by a Local Universal or Local Commercial Bank; or

(c) Should bidder opt to submit a Surety Bond as Bid Security, the surety bond must conform with the following:

(1) Issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such bond. Together with the surety bond, a copy of a valid Certification from Insurance Commission must be submitted by the bidder which must state that the surety or insurance company is specifically authorized to issue surety bonds.

Description Qty ABC inclusive

of Vat (₱)

Bid Security

2% of ABC 5% of ABC

Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

1 Lot 21,056,661.56 421,133.23 1,052,833.08

Page 49: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 155 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

(2) Callable upon demand

(3) Must specify the grounds for forfeiture of bid security as stated in Section II, ITB Clause 18.5, to wit:

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 27.3(b);

iii. has a finding against the veracity of any documents submitted as stated in ITB Clause 28.2; or

iv. submission of eligibility requirements containing false information or falsified documents;

v. submits bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

vi. allowing the use of one’s name, or using the name of another for purposes of public bidding;

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 reason.

IF THE SUCCESSFUL BIDDER:

xiii. fails to sign the contract in accordance with ITB Clause 32; or

xiv. fails to furnish performance security in accordance with ITB Clause 33

12.1.B.(ii) Conformed and signed Technical Bid Form Annex IV

12.1.B.(iii) Summary Scope of Works (For reference only) Annex IV-A

12.1.B.(iv) Notarized Affidavit of Undertaking (Annex IV-B) for the Summary Scope of Works and Drawings/Plans as contained in the CD

12.1.B.(v)

Project Requirements, which shall include the following:

1) Organizational chart for the contract to be bid.

2) Conformed and signed list of required key personnel Annex IV-C to be assigned to the contract to be bid, with their complete qualification and experience with attached Bio Data per Annex V;

Page 50: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 156 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

a. Project Manager

b. Resident Engineer

c. Project Architect

d. Project Civil/Structural Engineer

e. Project Registered Electrical Engineer

f. Project Electronics Engineer/ECE

g. Project Registered Mechanical Engineer

h. Project Sanitary Engineer

i. Safety Officer/Engineer

j. Quantity Surveyor

k. Material Engineer

l. CADD Operator

m. General Foreman

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

4) Additional documents to include:

a) Construction Method

b) Construction Schedule – (In S-Curve and PERT / CPM)

c) Manpower Schedule – (In Gantt Chart or any format)

d) Equipment Utilization Schedule – (In Gantt Chart or any format)

12.1.B.(vi) Affidavit of Site Inspection (Annex VI)

12.1.B. (vii)

Certificate of Performance Evaluation (Annex VII) showing a rating at least Satisfactory, issued by the Bidder’s client of the single largest completed contract of similar nature per submitted Annex I-A

12.1.B. (viii)

Proof of Authority of the designated representative/s for purposes of this bidding.

1) Duly notarized Special Power of Attorney - For sole proprietorship if owner opts to designate a representative/s; or

2) Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s, issued by the corporation, cooperative or the members of the joint venture.

3) Provided that in the case of unincorporated joint venture, each member shall submit a separate Special Power of Attorney and/or Secretary’s Certificate evidencing the authority of the designated representative/s.

12.1.B. (ix)

Omnibus Sworn Statements using the form prescribed. (Annex VIII)

(a) Authority of the designated representative

(b) Non-inclusion in blacklist or under suspension status

(c) Authenticity of Submitted Documents

(d) Authority to validate Submitted Documents

(e) Disclosure of Relations

(f) Compliance with existing labor laws and standards

(g) Bidders Responsibilities

(h) Did not pay any form of consideration

Page 51: LIST OF REQUIRED KEY PERSONNEL · 2018-12-03 · Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430 Page 107 of 157 Construction of the University of the Philippines

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2018-430

Page 157 of 157 Construction of the University of the Philippines Open University Learning Commons at the UP Open University Campus

ENVELOPE 2: FINANCIAL COMPONENT

13.1.A

Completed and signed Financial Bid Forms:

Annex IX Financial Bid Form

Annex IX-A Bill of Quantities

Note: In case of inconsistency between the checklist of requirements for bidders and the provisions in

the Instruction to Bidders, Instruction to Bidders shall prevail.