asian development bank · asian development bank 6 adb avenue, mandaluyong city manila, philippines...

343
ASIAN DEVELOPMENT BANK ADB Headquarters, 6 ADB Ave., Mandaluyong City 1550, Philippines Tel. +63 2 632 4444, + 63 2 632 5437, +63 2 632 4527; Fax No. +63 2 636 2577 Email: [email protected] or [email protected] INVITATION TO BID OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM 1. The Asian Development Bank (ADB), a multilateral development finance institution headquartered in Manila, Philippines, wishes to receive bids from eligible bidders for the Office Fit-out in the ADB Headquarters Third Atrium (hereinafter referred to as the “Works”). 2. The Works shall cover the equipment, deployment of skilled personnel, appropriate tools, transportation, materials and supervision in accordance with the policies, standards and procedures established by ADB. 3. Public Competitive Bidding will be conducted in accordance with ADB’s Single Stage: One- Envelope Bidding Procedure. Only eligible bidders with the following key qualifications should participate in this bidding: (a) Has independent legal existence of at least five (5) years as a construction firm in the Philippines; (b) Has a valid regular contractor’s license, Class “B”, issued annually by the Philippine Contractor’s Accreditation Board (PCAB) and with general experience in providing materials, tools, equipment, technical and labor support services for office space fit-out in a multistory building; (c) Has completed at least two (2) contracts of similar size, nature, and site conditions within the last five (5) years, each with a value of at least USD 1,000,000 (or equivalent), to showcase the firm’s expertise and capability in office space fit-out of partially occupied buildings; (d) Has a sound financial and credit position showing annual turnover from construction projects over the past three (3) years from 2013 to 2015 of at least USD 1,000,000 (or equivalent) and a positive net worth calculated as the difference between the total assets and the total liabilities; (e) Does not have any pending litigation affecting 50% of its network nor is blacklisted by the Construction Industry Authority of the Philippines (CIAP); and (f) Have not been under a declaration or record of ineligibility for corrupt and/or fraudulent practices issued or kept by ADB. 4. Bidding documents may be obtained from the office of the Senior Procurement and Contracts Specialist, Procurement and Contracts Administration Unit, Office of the Administrative Services, at ADB Headquarters at the above address, on any working day starting from 23 December 2016, from 9:00 a.m. to 4:00 p.m. Please look for Mr. Jojo Tiangco. 5. Bids should be received before the deadline and at the location indicated in the bidding documents. Bids will be opened at the ADB Headquarters (location and time in the bidding documents) in the presence of bidders’ representatives who choose to attend. Bids must be accomplished by a bid securing declaration as provided in the bidding documents. 6. ADB reserves the right to accept any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for ADB’s action. This Invitation to Bid does not entail any commitment on the part of ADB either financial or otherwise. Any cost in the preparation of bids shall be borne exclusively by the bidder. 7. For inquiries, you may contact the following: Jojo Tiangco (632-5437) or Genylen Mabulay (632 4830) at the above e-mail addresses. JEFFREY TAYLOR Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services

Upload: others

Post on 20-Apr-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

ASIAN DEVELOPMENT BANK ADB Headquarters, 6 ADB Ave., Mandaluyong City 1550, Philippines

Tel. +63 2 632 4444, + 63 2 632 5437, +63 2 632 4527; Fax No. +63 2 636 2577 Email: [email protected] or [email protected]

INVITATION TO BID

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

1. The Asian Development Bank (ADB), a multilateral development finance institution

headquartered in Manila, Philippines, wishes to receive bids from eligible bidders for the Office Fit-out in the ADB Headquarters Third Atrium (hereinafter referred to as the “Works”).

2. The Works shall cover the equipment, deployment of skilled personnel, appropriate tools,

transportation, materials and supervision in accordance with the policies, standards and procedures established by ADB.

3. Public Competitive Bidding will be conducted in accordance with ADB’s Single Stage: One-

Envelope Bidding Procedure. Only eligible bidders with the following key qualifications should participate in this bidding:

(a) Has independent legal existence of at least five (5) years as a construction firm in the Philippines;

(b) Has a valid regular contractor’s license, Class “B”, issued annually by the Philippine Contractor’s Accreditation Board (PCAB) and with general experience in providing materials, tools, equipment, technical and labor support services for office space fit-out in a multistory building;

(c) Has completed at least two (2) contracts of similar size, nature, and site conditions within the last five (5) years, each with a value of at least USD 1,000,000 (or equivalent), to showcase the firm’s expertise and capability in office space fit-out of partially occupied buildings;

(d) Has a sound financial and credit position showing annual turnover from construction projects over the past three (3) years from 2013 to 2015 of at least USD 1,000,000 (or equivalent) and a positive net worth calculated as the difference between the total assets and the total liabilities;

(e) Does not have any pending litigation affecting 50% of its network nor is blacklisted by the Construction Industry Authority of the Philippines (CIAP); and

(f) Have not been under a declaration or record of ineligibility for corrupt and/or fraudulent practices issued or kept by ADB.

4. Bidding documents may be obtained from the office of the Senior Procurement and Contracts Specialist, Procurement and Contracts Administration Unit, Office of the Administrative Services, at ADB Headquarters at the above address, on any working day starting from 23 December 2016, from 9:00 a.m. to 4:00 p.m. Please look for Mr. Jojo Tiangco.

5. Bids should be received before the deadline and at the location indicated in the bidding

documents. Bids will be opened at the ADB Headquarters (location and time in the bidding documents) in the presence of bidders’ representatives who choose to attend. Bids must be accomplished by a bid securing declaration as provided in the bidding documents.

6. ADB reserves the right to accept any bid, and to annul the bidding process and reject all bids

at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for ADB’s action. This Invitation to Bid does not entail any commitment on the part of ADB either financial or otherwise. Any cost in the preparation of bids shall be borne exclusively by the bidder.

7. For inquiries, you may contact the following: Jojo Tiangco (632-5437) or Genylen Mabulay

(632 4830) at the above e-mail addresses. JEFFREY TAYLOR Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services

INSTRUCTIONS TO BIDDERS

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

DECEMBER 2016

ASIAN DEVELOPMENT BANK 6 ADB Avenue, Mandaluyong City

Manila, Philippines Tel. No. 632-5437 or 632-4830; Fax No. 636-2577

The documents comprising this “Instructions to Bidders” shall not be disclosed outside the bidder and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to prepare the bid.

____________________________________________________________________________________

Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this “Instructions to Bidders”.

1

INSTRUCTIONS TO BIDDERS (Please read in conjunction with the Bid Data Sheet [BDS])

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

A. General

1. Scope of Bid

1.1. The Asian Development Bank (hereinafter referred to as “ADB”) wishes to receive Bids from prospective Bidders for the engagement of a Contractor for the Works described in the Bid Data Sheet (BDS).

1.2. The successful Bidder (herein referred to as the “Contractor”) will provide

ADB with the most reliable and efficient Works with the deployment of skilled manpower, equipment, materials and supervision in accordance with ADB’s policies, instructions, standards and procedures.

1.3. The Works shall be complete in all respect, and shall be provided in accordance with the Work Performance Statement (Appendix 1)

1.4. The successful Bidder shall complete the Works within six (6) months.

1.5. The sealed Bids will be completed and submitted to ADB in accordance

with the provisions contained in the "Instructions to Bidders (ITB)."

2. Qualifications of the Bidder

2.1. To be qualified for the Bidding, please refer to the BDS.

2.2. In the case of joint ventures (JV), the qualifications and experience of all firms in the JV will be considered as if the JV was a single Bidder. At least one firm in the JV must be a legally registered commercial enterprise established in the business of providing the required Works or a subsidiary of a legally registered company. ADB will require the identification of the JV partners and either a copy of the agreement entered into by the JV partners or the commitment to enter into a joint venture agreement [Sub-Clause 9.1]. The Contract with ADB must be signed so as to be legally binding on all partners, while only one of the firms in the JV arrangement will be authorized by other partner(s) to receive payments and instructions for and on behalf of any and/or all partners of the JV.

2.3. ADB’s Anticorruption Policy requires borrowers (including beneficiaries of

ADB-financed activity), as well as Bidders, suppliers, and contractors under ADB-financed Contracts, observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the ADB:

(i) defines, for the purposes of this provision, the terms set forth

below as follows:

2

(a) “corrupt practice” is the offering, giving, receiving, or

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

(b) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation.

(c) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party.

(d) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

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

recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(iii) will sanction a party or its successor, including declaring ineligible,

either indefinitely or for a stated period of time, to participate in ADB-financed activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an ADB-financed Contract, the sanction of which will include but not be limited to the execution of the penalties set forth under the Bid Securing Declaration or forfeiture of performance security whichever is applicable, depending what stage of the project when collusion was discovered; and

(iv) will have the right to inspect the accounts and records of the Contractor relating to the performance of the Contract and to have them audited by auditors appointed by ADB.

2.4. ADB considers a conflict of interest to be a situation in which a party has

interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited practice under ADB’s Anticorruption Policy. In pursuance of ADB’s Anticorruption Policy’s requirement that Borrowers (including beneficiaries of Bank-financed activity), as well as Bidders, suppliers, and Contractors under Bank-financed Contracts, observe the highest standard of ethics. ADB will take appropriate actions, which include not financing of the Contract, if it determines that a conflict of interest has flawed the integrity of any procurement process. Consequently all Bidders found to have a conflict of interest will be disqualified. A Bidder

3

may be considered to be in a conflict of interest with one or more parities in this Bidding process if, they:

(i) have controlling shareholders in common; or

(ii) receive or have received any direct or indirect subsidy from any of

them; or

(iii) have the same legal representative for purposes of a Bid; or

(iv) have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on a Bid of another Bidder, or influence the decisions of ADB regarding the bidding process;

(v) have submitted more than one Bid in the bidding process, except

where alternative offers may be permitted under the Bidding Documents; this does not limit the participation of subcontractors in more than one Bid, or Bidders and subcontractors in more than one Bid, or as Bidders and subcontractors simultaneously; or

(vi) have participated as a consultant in preparing the design or

technical specifications of the goods and related services or works that are the subject of a Bid.

2.5. Penalties on Collusion by Bidders

(i) If any Bidder is found to have colluded with other Bidders to fix the

Bid prices prior to award of Contract, the Bidder will be disqualified to bid for any future projects of ADB.

(ii) If the collusion with other Bidders to fix the Bid prices is discovered

after award of Contract, ADB has the right to impose the following penalties on the Successful Bidder:

(a) The Contract will be terminated by ADB immediately;

(b) The Performance Security will be withheld by ADB and will

be called upon for deduction to meet all costs that are incurred due to termination of the Contract and re-Bid processes; and

(c) In addition, the Successful Bidder will be disqualified to Bid

for any future projects of ADB.

3. Bid Procedure – Please refer to the BDS 4. Cost of Bid

The Bidder will bear all the costs associated with the preparation and delivery of its Bid, and ADB will in no case be responsible for such costs.

4

B. Bid Documents

5. Contents of Bid Documents

5.1. Please refer to the BDS.

5.2. The Bidder is expected to examine carefully the contents of the Bid Documents. Bids, which are not substantially responsive to the requirements of the Bid Documents, will be rejected.

5.3. The Bidder will fully disclose whether any of the Bidder's personnel

[including the owner, the directors, the manager(s) or any of the employees] has been formerly connected with ADB in any capacity as a regular or contractual staff or as a consultant. Failure to disclose this information may be grounds for disqualifying the Bidder or for immediate termination of the Contract with the Bidder.

5.4. The Bidder will furnish information as described in the Financial Bid Form

on commissions or gratuities, if any, paid or to be paid relating to this Bid, and to contract execution if the Bidder is awarded the Contract.

6. Clarification on Bid Documents

Bidders requiring any clarification on the Bid Documents may notify ADB by email, at the email address indicated in BDS. ADB will respond to any request for clarification, provided it is received on/or before the date specified in the BDS. Copies of ADB's response will be forwarded to all Bidders, including the description of the inquiry.

7. Pre-Bid Meeting and Site Inspection

7.1. The Bidder’s designated representative is invited to attend a Pre-Bid

meeting, if provided for in the BDS. The purpose of this meeting is to:

(i) answer any queries from the Bidders;

(ii) furnish all information that may be necessary for preparing the Bid and entering into a Contract; and

(iii) provide a tour of ADB premises and facilities covered by the Works.

7.2. Bidders are advised to send appropriate representatives to attend the Pre-Bid meeting. Any claim by the Bidder to change the substance of the Bid due to his failure to understand the requirements will not be entertained. A site inspection will be held immediately after the Pre-Bid meeting. Taking of photos during the site inspection is not allowed. After completion of the site inspection, the Certificate of Site Inspection must be completed by the Bidder for countersignature and confirmation of an ADB designated representative.

5

8. Amendment to Bid Documents

8.1. At any time prior to the deadline for submission of Bids, ADB may for any reason modify the Bid Documents by issuing addenda.

8.2. Any addendum issued will form part of the Bid Documents and will be

communicated in writing or by email to all Bidders. The transmittal of the addendum to the Bidders on the email addresses or facsimile numbers submitted will relieve ADB of its obligations to notify the Bidders of the said addendum.

8.3. To afford prospective Bidders reasonable time to take an addendum into

account in preparing their Bids, ADB may extend the deadline for submission of Bids.

C. Preparation of Bids

9. Composition of Bid (Bid Proposal)

9.1. TECHNICAL BID – it will consist of and be structured as specified in the BDS.

9.2. FINANCIAL BID – It will consist of and be structure as specified in the

BDS.

9.3. The Bid Documents as herein listed will be duly completed with all entries typed or printed in ink.

9.4. The completed Technical and Financial Bid Forms will be without

interlineations or erasures except those required to correct errors made by the Bidder, in which case the erasures and interlineations will be initialed by the person or persons signing the Bid.

9.5. It is incumbent on the Bidder that when the documents mentioned above

are duly completed, they should be submitted simultaneously by the Bidder in accordance with Clauses 16 and 17.

9.6. ADB is not bound to accept the lowest or any Bid, nor is it obliged to give

any reason for the rejection of any Bid.

10. Bid Language

The Bid and other documents including any correspondence related to the Bid will be in the language specified in BDS.

11. Bid Currency

The rates submitted by the Bidders will be as specified in BDS. For purposes of evaluation of Financial Bids, all Bids will be converted in US Dollar at the exchange rate specified in the BDS.

6

12. Bid Price

12.1. Unless otherwise specifically stated in the Contract, the Bid prices will be deemed to include, inter alia, (i) labor costs; (ii) use of facilities, tools and equipment; (iii) supplies and materials including wastage; (iv) transportation to ADB-HQ; (v) administrative, supervision and overhead expenses; (vi) profit; and (vii) incidental expenses for the provision of the required Works. Since ADB is exempted from paying taxes and duties under the Articles of Agreement Establishing the Asian Development Bank (Charter) and the Agreement between the Asian Development Bank and the Government of the Republic of the Philippines regarding the Headquarters of the Asian Development Bank (Headquarters Agreement) the Bidder will calculate its prices for the service items exclusive of all applicable taxes.

12.2. The Bid price offered in the Financial Bid Form will be for full execution of

the Works in every respect. The Bidder will be deemed to have taken account of all the requirements, whether expressed or implied, covered by all parts of the Bid Documents and other stipulated documents, and to have priced the items in the Bid Form accordingly.

12.3. The Bid price under the terms and conditions specified in the Contract will be deemed to be firm and fixed. No claim for adjustments in the contract prices based on the Bids will be considered by ADB for any change in foreign exchange rate, for any increase in wage rates, for any escalation costs of office materials and supplies. Any such change, increase or escalation will be deemed to have been taken into account and included in the Bid price.

13. Bid Validity

13.1. The Bid will remain valid for the period specified in the BDS after the Bid

submission deadline date prescribed by ADB. A Bid valid for a shorter period will be rejected by ADB as non-responsive.

13.2. Prior to the expiry of the Bid validity period, ADB may request the Bidder for

a specified extension in the period of Bid validity. A Bidder may refuse the request or agree to the request without modifying the original Bid. The request from ADB and responses by the Bidder will be made in writing.

14. Bid Security

ADB will waive the Bid security requirement, provided the Bidder signs the Bid Securing Declaration (Appendix 8) accepting that, if the Bidder withdraws or modifies its Bid during the period of validity, or the Bidder is awarded the Contract, and it fails to sign the Contract or submit a Performance Security in accordance with Clause 28, then the Bidder will be disqualified from bidding in any or all future Contract with ADB.

7

15. Bid Signing

A person or persons (in case of Joint Venture) duly authorized to bind the Bidder to the Contract will sign the Bid. Proof of authorization will be furnished in the form of a Secretary’s Certificate or Written Power of Attorney which will accompany the Bid. The name and position held by each person signing the authorization and the duly authorized person or persons must be typed or printed below the signature. All pages of the Bid, except for un-amended printed literature, will be signed or initialed by the person signing the Bid. Failure to do so will be grounds for disqualification of the Bidder.

D. Bid Submission

16. Sealing and Marking of Bids – Please refer to the BDS 17. Deadline for Submission of Bids

Sealed Bids, should reach ADB not later than the date and time indicated in the BDS. The Bids should be sent by courier mail or hand-carried to the attention of Senior Procurement and Contracts Specialist, Procurement and Contracts Administration Unit, Office of Administrative Services, 4th Floor, Room 4532C, Asian Development Bank, 6 ADB Avenue, Mandaluyong City, 1550 Metro Manila, Philippines.

18. Late Bids

ADB will not consider any Bid that arrives after the deadline for submission of Bids, in accordance with Clause 17. Any Bid received by ADB after the deadline for submission of Bids will be rejected and returned unopened to the Bidder.

19. Modification and Withdrawal of Bids

19.1. The Bidder may modify or withdraw its Bid after Bid submission, provided that written notice of the modification or withdrawal is received by ADB, prior to the deadline for the submission of Bids. The Bidder’s modification or withdrawal notice will be prepared, sealed, marked and delivered in accordance with the provisions of Clauses 16 and 17 with the envelope additionally marked “MODIFICATION” or “WITHDRAWAL,” as appropriate.

19.2. No Bid may be modified subsequent to the deadline for submission of Bids.

19.3. No Bid may be withdrawn in the interval between the deadline for

submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form.

E. Bid Opening and Evaluation

20. Bid Opening – Please refer to the BDS

8

21. Bid Evaluation

21.1. To assist in the examination, evaluation and comparison of Bids, ADB

may, at its discretion, ask any Bidder for clarification of its Bid. The request for clarification and response will be in writing or by email. Clarification on the Bidder's technical capability may also be done by way of inspecting Bidder's company premises and/or visits to one or more of the Bidder’s clients by ADB's representatives. The Bidder should provide full cooperation if ADB deems necessary to do so.

21.2. Subject to Clause 21.1, no Bidder will contact ADB on any matter relating to its Bid from the time of the Bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of ADB, it should do so in writing.

21.3. Any effort by the Bidder to influence ADB in ADB’s Bid evaluation, Bid

comparison or contract award decisions may result in: (i) the rejection of the Bidder’s Bid; and (ii) disqualification of the concerned Bidder to Bid for future procurement by ADB.

21.4. ADB will undertake a post qualification review of each Bidder based on

the qualification criteria indicated in Clause 2. Bids submitted by the Bidders who meet the qualification criteria will be considered by ADB for further bid evaluation. Bids, which do not meet the qualification criteria, will be rejected.

21.5. ADB will determine whether each Bid submitted by a qualified Bidder is

(i) properly signed; (ii) the same name of company invited to participate in the Bidding; (iii) substantially responsive to the requirements of the bid documents; (iv) arithmetic errors in computation were made in the bids; and (v) the Bids are otherwise generally in order. ADB may, based on factual justification and in consideration of requirements for competition and transparency, waive minor and/or administrative deficiencies in Bidders’ submissions.

21.6. A Bid that is not substantially responsive to the Bidding documents or

contains inadmissible reservations will be rejected. A Bid will be rejected if it is determined to contain an omission or misrepresentation that is determined by ADB, to amount to an integrity violation of ADB’s Anticorruption Policy.

21.7. Technical Bids will be evaluated based on the Evaluation framework

indicated in the BDS. A substantially responsive Bid is one that conforms to all terms, conditions and specifications of the Bid Documents without material deviation or reservation. A major deviation would normally occur when (i) the scope, quality or performance of the Works offered substantially differ from the Bid Documents; (ii) the Bid offer limits in any substantial way, ADB's rights or the Bidder's obligations under the Contract; or (iii) any rectification would unfairly affect the competitive position of other Bidders with substantially responsive Bids. A major

9

deviation will result in the rejection of the Bidder’s Bid.

21.8. Only Financial Bids of the technically compliant Bids will be considered in the financial evaluation. Bidders who do not conform to the specified requirements will be rejected as deficient and non-responsive Bids and will not be included in the financial evaluation. For evaluation and comparison purposes, the currency of the Bid will be converted into a single currency specified in the BDS.

21.9. In case of discrepancies between price given in words and that given in

figure for the same item, the prices given in words will prevail. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price per item will be corrected. If there is a discrepancy between the total amount stated in the Financial Bid Form and the sum of the total price per item, the sum of the total price per item will prevail and the total amount will be corrected.

21.10. If the Bidder does not accept the corrected amount of Bid as per Sub-

Clause 21.9, its Bid will be considered as withdrawn, and the Bidder will be disqualified to Bid for any future projects of ADB.

22. Non-conformities, Errors and Omissions

22.1 Provided that a Bid is substantially responsive, ADB may waive any non-

conformity or omission in the Bid that does not constitute a material deviation.

22.2 Provided that a Bid is substantially responsive, ADB may request that the

Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial non-conformities or omissions in the Bid related to documentation requirements. Such omission will not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

F. Award of Contract

23. Award

23.1. Following the post qualification review, technical evaluation and financial evaluation of each Bidder, the Bidder that submitted the lowest evaluated, substantially responsive and complying Bid will be selected.

23.2. Subject to Clause 24, ADB will award the Contract to the Bidder that

submitted the lowest evaluated, substantially responsive and complying Bid. ADB may award a Contract based on the submitted supplemental financial bid for levels 8 and 9 of ADB Third Atrium (Appendix 5.2).

23.3. During the Bid evaluation, ADB reserves its right to negotiate the prices

with a view to obtain the best value for money for ADB.

10

24. ADB's Right to Accept or Reject Any Bid

ADB reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for ADB's action.

25. Notification of Award

25.1. ADB will notify the successful Bidder by a Letter of Acceptance of Bid

(Appendix 9) that its Bid has been accepted.

25.2. The Letter of Acceptance of Bid, together with the Bid, will form a contract between ADB and the successful Bidder, until the Contract has been effected pursuant to Clause 27.

26. Transition Period

A one-month transition period will start at the commencement of Services. Key personnel of the successful Bidder are required to come to ADB for familiarization on the service requirement. The number of personnel will gradually increase to the desired number of full personnel complement within the one month period.

27. Execution of the Contract

27.1. The Bidder to whom the Contract is awarded is required to enter into and

execute a Contract Agreement (Appendix 11) in accordance with the form, conditions and requirements in the Bid Documents, and to furnish the required Performance Security, Comprehensive General Liability Insurance and other stipulated documents within fifteen calendar days from the date the Bidder receives ADB's Letter of Acceptance of Bid.

27.2. ADB, as necessary, may include among the conditions of contract requirements that Bidders, suppliers, consultants, contractors, service contractors and concessionaires will allow ADB to: (i) inspect their accounts and records and other documents relating to

the submission of Bids and contract performance and have them audited by auditors appointed by ADB;

(ii) require them to respond to questions or to produce any document necessary for the investigation of allegations of integrity violation;

(iii) require their employees or agents to respond to questions or

produce any document necessary for the investigation of allegations or integrity violation; and

11

(iv) require them, as well as their employees or agents, to report to the Office of Anticorruption and Integrity (OAI) suspected integrity violations of which they have knowledge or become aware in relation to the Bidding process, negotiation, or execution of a contract.

27.3. If the successful Bidder refuses or fails to enter into Contract Agreement

within the stipulated time, the Bidder will be disqualified to Bid for any future projects of ADB.

28. Performance Security

28.1. The successful Bidder will post a Performance Security in favor of ADB in the amount specified in the BDS to guarantee its faithful performance of the Contract. The Performance Security, payable in the currency of Bid or Philippine Peso, will be in the proforma attached herewith (Appendix 10).

28.2. Failure of the successful Bidder to submit to ADB the required Performance

Security will constitute sufficient ground for annulment of the award and shall be disqualified to bid for any future projects of ADB.

29. Notice to Proceed

After the Contract has been entered into, ADB will issue a Notice to Proceed. The effectivity of the Contract is indicated in the BDS.

30. Special Character of ADB

The Bidder's special attention is drawn to the special character of ADB as an international financial institution with status, privileges and immunities as established under the Charter and the Headquarters Agreement. The Bidder is advised to study these documents, copies of which are available from ADB free of charge, during normal office hours, in order to assess his or her rights and obligations under the Contract.

31. Confidentiality/Non-disclosure 31.1. The information contained in this Bid Documents, or accumulated through

other written or verbal communications, is confidential. It is for information purposes only, and is not to be disclosed or used for any other purpose. All information contained herein is private and is protected by law.

31.2. Information received in response to this Bid Documents will be held in

strict confidence, and will not be disclosed to any party other than ADB without written consent. A non-disclosure agreement can be arranged, if requested.

12

32. Warranty Coverage 32.1 The Bidder should include a warranty period of at least one (1) year

starting from the completion of the commissioning. Warranty should cover parts and labor.

32.2 The Bidder will state the extent of warranty and local or alternative

support it can provide in addition to the ADB’s minimum requirements. The Bidder will specify in detail the components that are covered under this warranty and the circumstances by which this warranty is honored.

13

BID DATA SHEET This section consists of provisions that are specific to each procurement and supplement the information or requirements included in the Instructions to Bidders.

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

1.1 Asian Development Bank (ADB) is a multilateral development finance institution headquartered in Manila, Philippines. For further information, please refer to www.adb.org.

ADB issues this Bidding Document for the Office Fit-Out in the ADB Headquarters Third Atrium.

2.1 The Bidder must:

(a) Have independent legal existence of at least five (5) years as a construction firm in the Philippines;

(b) Have a valid regular contractor’s license, minimum Class “B”, issued annually by the Philippine Contractor’s Accreditation Board (PCAB) and with general experience in providing materials, tools, equipment, technical and labor support services for office space fit-out in a multistory building;

(c) Have completed at least two (2) contracts of similar size, nature, and site conditions within the last five (5) years, each with a value of at least USD 1,000,000 (or equivalent), to showcase the firm’s expertise and capability in office space fit-out of partially occupied buildings;

(d) Have a sound financial and credit position showing annual turnover from construction projects over the past three (3) years from 2013 to 2015 of at least USD 1,000,000 (or equivalent) and a positive net worth calculated as the difference between the total assets and the total liabilities;

(e) Not have any pending litigation affecting 50% of its network nor is blacklisted by the Construction Industry Authority of the Philippines (CIAP); and

(f) Have not been under a declaration or record of ineligibility for corrupt and/or fraudulent practices issued or kept by ADB.

14

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

3. Each Bidder will submit only one Bid either by himself, or as a partner in a joint venture. A Bidder who submits or participates in more than one Bid will be disqualified.

A Single Stage—One Envelope Bidding procedure will be followed wherein Bidders submit Bids in one envelope containing both Technical and Financial Bids (refer to Clause 16).

The envelopes are opened in public at the address, date and time specified by ADB (refer to Clause 20).

The Bids are evaluated and the Contract is awarded to the Bidder that submitted the lowest evaluated, substantially responsive and complying Bid.

5.1 In addition to the Instructions to Bidders, the Bid Documents are composed of following documents, which should be read in conjunction with any addendum issued in accordance with Clause 8:

(i) Work Performance Statement — Appendix 1

(ii) Technical Bid Form — Appendix 2

(iii) Technical Bid Proposal Form — Appendix 3

(iv) Technical Evaluation Criteria — Appendix 4

(v) Financial Bid Form — Appendix 5

(vi) Schedule of Rates/Bill of Quantities — Appendix 5.1

(vii) Supplemental Financial Bid — Appendix 5.2

(viii) Certificate of Site Inspection — Appendix 6

(ix) Secretary’s Certificate — Appendix 7

(x) Bid Securing Declaration — Appendix 8

(xi) Letter of Acceptance of Bid — Appendix 9

(xii) Performance Security Form — Appendix 10

(xiii) Contract Agreement Form — Appendix 11

(xiv) Bidder’s Information Sheet — Appendix 12

(xv) Joint Venture Data — Appendix 13

(xvi) List of ADB Eligible Member Countries — Appendix 14

Note: (1) Architectural and Engineering Documents (attachment to WPS), and (2) Appendix 5.1 – Schedule of Rates/Bill of Quantities including attachments are to be provided in CD, please send email request to Jojo

15

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

Tiangco [email protected] and/or Genylen Mabulay at [email protected]

6. Bidders may notify any of the following:

(i) Jojo Tiangco: [email protected]

(ii) Genylen Mabulay: [email protected]

Deadline for submitting requests for clarification is on 13 January 2017.

7.1 A Pre-bid meeting will take place at the following date, time and place:

Date: 10 January 2017

Time: 2:00 P.M.

Place: Room No 61018NW, Asian Development Bank, 6 ADB Avenue, Mandaluyong City, 1550 Metro Manila, Philippines

7.2

After completion of the site inspection, the Certificate of Site Inspection (Appendix 6) must be completed by the Bidder for countersignature and confirmation of an ADB designated representative.

9.1 The Technical Bid will be composed of the following:

(i) Completed Technical Bid Form (Appendix 2);

(ii) Completed Technical Bid Proposal Form (Appendix 3);

(iii) Completed Certificate of Site Inspection (Appendix 6);

(iv) Secretary’s Certificate or Written Power of Attorney (Appendix 7). Furnish a Notarized authorization letter stating the name and official position held by the person authorized to sign the Bid and the formal Contract for the Bidder. The person authorized to sign the Bid should also sign the conforme in the certification. In case of a joint venture, each party to the joint venture will sign the notarized authorization letter (under joint and several liability);

(v) Completed Bid Securing Declaration (Appendix 8);

(vi) Completed Bidder’s Information Sheet (Appendix 12);

(vii) Completed Joint Venture Data (Appendix 13), if applicable; and

(viii) Joint Venture Commitment – In case of a joint venture, provide the official joint venture agreement or a written confirmation signed by all joint venture parties (under joint and several liability), duly notarized, stating that in case of award of Contract, the parties will enter into a joint venture agreement

16

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

and accept joint and several liability for all obligations under the Contract.

9.2 The Financial Bid will be composed of the following:

(i) Completed Financial Bid Form (Appendix 5);

(ii) Schedule of Rates/Bill of Quantities (Appendix 5.1); and

(iii) Supplemental Financial Bid for Levels 8 and 9 (Appendix 5.2).

Bidders are requested to submit, in addition to hard copy, a soft copy of Appendix 5.1 and its related attachments in CD or flash drive for ease in evaluation. Information in the submitted hard copy shall prevail.

10. The Bid language is in English.

11. The rates will be quoted in Philippine Pesos or any acceptable currency of an ADB member country. The rates of exchange will be the ADB Oracle GL Daily rates of 31 January 2017 (date of Bid submission).

13.1 The Bid validity period will be ninety (90) calendar days from bid submission deadline.

16. The Bidder will prepare one original copy of the Technical and Financial Bids and clearly mark each “ORIGINAL COPY—TECHNICAL BID” and “ORIGINAL COPY—FINANCIAL BID”. In addition, the Bidder will prepare one duplicate copy of the Technical and Financial Bids and clearly mark each “DUPLICATE COPY—TECHNICAL BID” and “DUPLICATE COPY—FINANCIAL BID”. In the event of discrepancy between the original copy and duplicate copy, the original copy will prevail.

The Bidder will enclose the original copy and duplicate copy of the Technical and Financial Bids in separate sealed envelopes, duly marking the envelopes as “ORIGINAL COPY—TECHNICAL BID”, “ORIGINAL COPY—FINANCIAL BID”, “DUPLICATE COPY—TECHNICAL BID” and “DUPLICATE COPY—FINANCIAL BID”, as appropriate. These envelopes will be enclosed in one envelope.

The outer envelope will:

(i) bear the name and address of the Bidder:

NAME AND ADDRESS OF THE BIDDER

17

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

(ii) be addressed and submitted to:

Senior Procurement and Contracts Specialist Procurement and Contracts Administration Unit Office of Administrative Services 4th Floor, Room 4532C, Asian Development Bank 6 ADB Avenue, Mandaluyong City 1550 Metro Manila, Philippines Fax No. (632) 636-2577 / Tel No. (632) 632-4444

(iii) bear the following identification:

“SEALED BID FOR THE OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM.

DO NOT OPEN BEFORE 2:00 P.M. OF 31 JANUARY 2017”

If the envelopes is not sealed and marked as required, ADB will assume no responsibility for the misplacement or premature opening of the Bid.

17. The deadline for submission of Bid is on 2:00 P.M. of 31 JANUARY 2017.

20. ADB will open the Technical and Financial Bids, including modifications made pursuant to Clause 19, in the presence of Bidder’s representatives who choose to attend at 3:00 P.M. of 31 January 2017 at the following location: Room No. 61018NW, Asian Development Bank, 6 ADB Avenue, Mandaluyong City, 1550 Metro Manila, Philippines. The Bidders should check with ADB’s receptionist whether there is any change of the Bid-opening venue. The Bidder’s representatives who are present will sign a register evidencing their attendance.

Envelopes marked “WITHDRAWAL” will be opened and read out first. Bids, for which an acceptable notice of withdrawal has been submitted, pursuant to Clause 19, will not be opened.

The envelopes holding the Technical and Financial Bids will be opened and following read out and recorded: name of the Bidder and whether there is withdrawal, substitution or modification; the presence of Bid Securing Declaration; and other details as per Clause 9. Only Bids read out and recorded at the Bid opening will be considered for evaluation. No Bids will be rejected at the opening of Bids except for late Bids, in accordance with Clause 18.

ADB will prepare a record of the opening of the Technical and Financial Bids that will include, as a minimum: the name of the Bidder and whether there is withdrawal, substitution or modification; the presence of Bid Securing

18

ITB Clause

Amendments of, and Supplements to, Clauses in the ITB

Declaration; and other details as per Clause 9. The Bidder’s representatives who are present will be requested to sign the record. The omission of a Bidder’s signature on the record will not invalidate the contents and effect of the record. A copy of the record will be distributed to all Bidders.

ADB will notify Bidders in writing who have been rejected on the grounds of being non-responsive and deficient to the requirement of the Bidding Documents.

21.7 Technical Bids will be evaluated based on a “Pass/Fail” Evaluation framework established by ADB in the Technical Evaluation Criteria (Appendix 4). Bidders must pass all the criteria defined in the Technical Evaluation Criteria to be considered as technically compliant and qualify for the Financial Bid evaluation.

21.8 For evaluation and comparison purposes, the currency of the Bid will be converted to: US Dollars.

The source of exchange rate will be: ADB Oracle GL Daily Rates.

The date of exchange rate will be: 31 January 2017 (date of Bid submission)

26. Not applicable

28.1 The Performance Security will be in the amount equivalent to ten percent (10%) of the total Contract amount.

29. The commencement date of the Works is on March 2017. This date is subject to change.

32. Not Applicable

1 of 5

WORK PERFORMANCE STATEMENT (WPS)

Office Fit-out in the ADB Headquarters Third Atrium

I. SCOPE OF CONTRACT 1. The scope of the Works comprises the following:

(i) Full fit-out of Level 2; and (ii) Fit-out of service areas of the following levels:

Level 3 - Elevator Lobby, Fan Room, Data Room and Toilets Level 8 - Elevator Lobby, Data Room and Toilets Level 9 – Elevator Lobby, Fan Room and Data Room, Toilets.

The office space for fit-out has an estimated gross floor area of 3,015 square meters to be constructed within six (6) months and turned over simultaneously or progressively in the following sequence:

(i) Level 2 (ii) Levels 3, 8 and 9

2. The Contractor shall complete all the Works as shown in the drawings, described in the technical specifications, itemized in the bill of quantities, and expressed herein. The architectural and engineering documents will be provided in CD format. 3. The construction site is within the ADB Headquarters third atrium building. The Contractor shall manage the site properly and carry out effectively all aspects of the project, such as safety, security, dust, noise, smell, vibration, and pest control systems to ensure that daily Bank operations is not affected. 4. The WPS will serve as a guide during office fit-out construction. Any error or unintended omission shall not constitute grounds for additional claim by the Contractor. The Contractor should thoroughly investigate the work area, understand the scope and nature of the Works, and ensure completeness of technical information prior to submission of Bid. Any doubt should be clarified with ADB, or the authorized representative, before the bid is submitted. No claim arising from lack of clarity or available information during bidding will be entertained from the Contractor once contract is awarded by ADB.

II. SITE CONDITIONS, RESTRICTIONS, TRAFFIC, ACCESS AND CONTROLS 5. The Contractor shall thoroughly examine and inspect the existing site conditions, restrictions, access controls, location of materials storage and temporary facilities for workers (ADB will provide), utilities connection and supply (ADB will provide), among others and include in his bid price those which would likely affect the execution of the Works. 6. The Contractor shall monitor at all times the ingress and egress of workers and delivery vehicles. A separate stairwell (South West) will be designated as alternative access of workers to the construction site. Workers are not allowed to use the passenger elevators. The access points

Appendix 1

2 of 5

and details, including use of the service elevator, will be discussed and finalized with ADB Security Services once the Contractor is awarded the contract. 7. The Contractor’s site personnel and vehicles shall not bring inside the ADB premises any unauthorized or unapproved equipment and materials. Hauling out of debris, equipment and materials should have an approved gate pass.

III. CONTRACTOR'S DESIGN PORTION OF THE WORKS 8. Where the Contractor or any designated or nominated sub-contractor or supplier is responsible for the partial or complete design of portion(s) of the Works, whether temporary or permanent, (herein referred to as the "proposed design”), the Contractor shall at his own cost:

(i) submit the comprehensive details of the proposed design, such as but not limited to drawings, specifications, assumptions, risks, calculations, cost estimates, implementation schedule, and methods of construction;

(ii) provide further modifications to the proposed design arising from any inadequacy, insufficiency, errors, defects or design failures discovered at any time in the proposed design or as a result of any Contract variation;

(iii) ensure that the proposed design conforms with the specifications, requirements and office design intent of ADB;

(iv) ensure that the proposed design conforms with all applicable national and/or international office design and construction regulations, laws and rules;

(v) ensure that all consent, approvals and permits necessary for implementing the proposed design are obtained from ADB and all applicable national government regulatory agencies;

(vi) ensure that the proposed design is, where required, approved and supervised by a licensed Professional Engineer;

(vii) carry out the proposed design within the agreed time for completion, as provided in the Contract; and

(viii) indemnify ADB against all cost claims, legal actions, proceedings, expenses, loss and/or damages that ADB may suffer due to any inadequacy, insufficiency, errors, defects, failures or faults in the proposed design.

9. No extension of time shall be granted nor shall claims for any cost, damages, expenses and/or loss be supported in respect of the above requirements. 10. Nevertheless, the acceptance or disapproval of the proposed design shall be at the entire discretion of ADB and/or the Technical Service Provider (TSP). Such actions shall neither relieve nor discharge the Contractor from his responsibility on the proposed design and the observance of all obligations under the Contract. 11. The Contractor is also responsible for all submission, endorsements and approval requirements laid down by the relevant authorities including paying for all fees and charges thereof.

IV. SITE SAFETY AND SECURITY 12. The Contractor shall provide and maintain all necessary safety barricades, tarpaulins, screen, caution tape, among others, to protect the worksite, workers, and occupants of adjacent office floors until time for completion of all construction Works.

3 of 5

13. The Contractor shall provide fire watch, emergency lights, and warning signs at all access points, and well-lit evacuation paths and exits to secure and protect the construction site. The Contractor shall be held solely responsible for the security of the Works including construction materials (installed or otherwise) and all equipment, tools, and scaffolding. Additional protective and safety measures should be put in place if the above are found inadequate. 14. Security at construction will be provided by ADB. Identification cards and company uniforms should also be provided for ease of identifying workers at the construction site. The Contractor shall note that ADB site is highly secure and the movement of the workers shall keep within the site boundary and to the exit of ADB. No workers shall be caught lingering around the ADB’s compound. 15. Workers with the necessary trade certificates in compliance with the requirements of the Department of Labor and Employment, or other relevant government agencies, specific to their task and responsibility, should be endorsed by the Contractor to ADB before being allowed to work at the site.

V. NOISE AND POLLUTION 16. The Contractor is to take all necessary measures to restrict the nuisance of noise, foul smell, dust or other sources of pollution. Noise monitoring devices shall be installed at strategic locations within the site for monitoring. All necessary pollution mitigating measures, such as installing of dust sheets, mufflers, nets shall be in place. Regular housekeeping and removing of construction debris shall be done strictly implemented and followed. ADB reserves the right to engage a separate contractor, at the cost of the general contractor, due to non-compliance to these and other mutually agreed and necessary preventive measures. 17. Fit-out activities (wood varnishing, welding, among others) which create or contribute to high levels or substantial noise, smell, or dust and may be done off-site shall be allowed. Inspection of completed fit-out components will be scheduled to assess output and quality of work.

VI. WORKING HOURS 18. The Contractor shall comply with the working hours on site required by the ADB. Work can only be performed at these time periods due to business operations on the fitted floors (Levels 1, 4 to 7): (i) Monday to Friday – 8:00pm to 5:00am (ii) Saturday, Sunday and ADB official holidays – whole day (Note: Contractor shall

ensure that work areas are clean, safe, and free of debris by 5:00am on the next ADB work day.)

ADB official holidays New Year’s Day 1 January Holy Thursday according to calendar Holy Friday according to calendar Labor Day 1 May Philippine Independence Day 12 June All Saints Day 1 November

4 of 5

Bonifacio Day 30 November Christmas Day 25 December Rizal Day 30 December 10th Bank Holiday 31 December 19. The Contractor shall note that all Works, especially those on occupied or restricted floors/areas, must be coordinated closely with ADB or TSP for approval prior to implementation. Drawings and method of construction may be requested, depending on the type of work entailed.

VII. CONTRACTOR’S UNDERTAKINGS AND GENERAL POLICIES 20. The Contractor shall perform all the works in a safe, timely and efficient manner according to the best possible workmanship standard and as set forth in ADB’s best practices in Environment, Energy, Health and Safety Management Systems (E2HSMS – ISO 14001, ISO 50001, OHSAS 18001, LEED Gold requirements); safety and security procedures. The Contractor shall comply with all the provisions and requirements of these certifications in the course of performing the works. 21. The Contractor shall coordinate all works with OAFA-FM’s authorized representatives or TSP. Before the start of any work, a work permit shall be secured from the Shift Facilities Planning and Management Office. All works shall be subject to compliance and safety inspection anytime. 22. Machines or equipment, if any, that ADB issues to the Contractor for free, shall remain the property of ADB. These items shall be properly maintained, stored and kept in working condition. ADB may recover them from the Contractor at any time. 23. ADB reserves the right to refuse entry into or remove from ADB Premises the Contractor’s personnel who, in ADB’s judgment, are under the influence of alcohol or other drugs or, for any reason, are deemed incapable of safely and reliably performing assigned work or whose behavior does not conform to generally accepted standards 24. The Contractor shall conduct housekeeping of facility spaces and other areas where work is being done or has been done. The work areas shall be left clean and tidy after the completion of the daily work. 25. Sleeping while on duty is not allowed. Eating is likewise not allowed anywhere in the ADB premises except in the approved designated area Food and drinks are not allowed in the work area. In addition, cooking is not allowed in the ADB Premises. 26. The Contractor’s personnel must strictly adhere to the “No Smoking” policy of the ADB. Designated smoking lounges are provided in the Central Courtyard and in the Multi-storey car park. Chewing of gum while within the Premises is likewise prohibited. 27. Safety and security shall not be compromised at all time. The Contractor’s personnel shall wear complete Personnel Protective Equipment (PPE) such as hand glove, safety shoes, etc. during work. The Contractor shall be responsible to ADB for acts and omissions of all its employees, subcontractors and other persons performing any of the works under this Contract. 28. The Contractor’s personnel who commit an offense within the ADB Premises shall be removed from ADB Premises and/or surrendered to local law enforcement authorities. For this purpose, the Contractor recognizes the authority of and Emergency Services, Organizational Resilience Unit, Security (OAOR-SE) to summon its employees for investigation.

5 of 5

29. The Contractor’s personnel shall wear their ADB issued ID cards when they enter and while inside the ADB premises. No Contractor’s personnel shall be allowed to stay in the ADB premises for more than 30 minutes after each tour of duty.

VIII. DOCUMENTS TO BE SUBMITTED BEFORE ISSUANCE OF TAKING OVER CERTIFICATE

30. The Contractor shall submit the following documents requisite to issue the Taking-over Certificate:

(i) Maintenance and operation manuals, equipment and product brochures, and associated technical data and drawings necessary for the efficient operation and maintenance of all installed equipment and building finishes;

(ii) As-built drawings; (iii) Updated shop drawings; and (iv) Certificates and warranties.

IX. NOMINATED SUB-CONTRACTS AND ADB SUPPLIED EQUIPMENT

22. The Contractor shall take note of the following Nominated Sub-contracts and ADB supplied equipment which the Contractor shall include in their construction program and master schedule

(i). Nominated Sub-contracts

S/No Nominated Subcontracts

1 BMS

2 Fire Detection and Alarm System/

Public Address System

(ii) ADB supplied equipment

S/No

ADB Direct Contracts

1 AHUs (assembly by supplier which include piping,

duct plenum, and starter panels/VFD)

2 Fan Power Units

3 Air Dampers (partial)

4 Air Troffers

5 Glass for Timber Glaze Partition of Enclosed Offices

Appendix 2

rev.Aug2015 

TECHNICAL BID FORM

Office Fit-out in the ADB Headquarters Third Atrium

________________________ (Date) To: Asian Development Bank 6 ADB Avenue, Mandaluyong City 1550 Metro Manila, Philippines Attention: Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services We, the undersigned, declare that: (a) We have examined and have no reservations to the Bid Documents; (b) We have examined and have no reservations to the General Conditions of Contract; (c) We understand and agree to be bound by ADB’s Anticorruption and Integrity Policy; (d) We offer to provide the Works in conformity with the Bid Documents; (e) Our Bid shall be valid for a period of ninety (90) calendar days from the date fixed for the bid

submission deadline in accordance with the Bid Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) We confirm that we are financially qualified and compliant to bid for this project in accordance with the minimum requirements for qualification of bidders for this project;

(g) If our Bid is accepted, we commit to obtain a Performance Security in the amount of ten percent (10%) of the Contract Price for the due performance of the Contract;

(h) We are not participating, as Bidders, in more than one Bid in this bidding process in accordance with the Bid Document;

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

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

(k) We understand that you are not bound to accept the lowest bid or any other bid that you may receive.

Very truly yours, _____________________________________

(Name and Signature of Authorized Officer) _____________________________________ (Designation of Authorized Officer) _____________________________________ (Name of Bidder/Company) _____________________________________ (Business Address) _____________________________________ (Telephone Number / Facsimile Number) _____________________________________ (Email Address)

Appendix 3

1

TECHNICAL BID PROPOSAL FORM

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

To: Asian Development Bank 6 ADB Avenue, Mandaluyong City 1550 Metro Manila, Philippines Attention: Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services The Technical Bid Proposal Form forms part of our bid for the above-mentioned requirement, and complements and supplements our Bid price offer for the same. Please use additional sheets, if necessary, following the same format.

I. Qualification of the Firm 1. Eligibility: Has independent legal existence of at least five (5) years as a construction firm in the Philippines

BIDDER’S ANSWER:

2. Contractor's License: Has a valid regular contractor’s license, Class “B”, issued annually by the Philippine Contractor’s Accreditation Board (PCAB) and with general experience in providing materials, tools, equipment, technical and labor support services for office space fit-out in a multistory building

BIDDER’S ANSWER:

3. Experience: Has completed at least two (2) contracts of similar size, nature, and site conditions within the last five (5) years, each with a value of at least USD 1,000,000 (or equivalent), to showcase the firm’s expertise and capability in office space fit-out of partially occupied buildings

BIDDER’S ANSWER:

Appendix 3

2

4. Financial Capability:

(i) Has a sound financial and credit position showing annual turnover from construction projects over the past three (3) years from 2013 to 2015 of at least USD 1,000,000 (or equivalent); and

BIDDER’S ANSWER:

(ii) A positive net worth calculated as the difference between the total assets and the total liabilities.

BIDDER’S ANSWER:

5. Litigation: Does not have any pending litigation affecting 50% of its network nor is blacklisted by the Construction Industry Authority of the Philippines (CIAP).

BIDDER’S ANSWER:

II. Work Approach and Methodology

1. Describe the operational procedures and methodologies you intend to apply in implementing and monitoring the fit-out project. Discuss by indicating your strategy, systems, tools, and resources.

BIDDER’S ANSWER:

III. Organization

1. Provide an organizational chart to be implemented showing the deployment of at least the following key personnel: (i) project manager, (ii) safety officer, (iii) supervisor for each trade: (a) civil/architectural/interior design, (b) mechanical, (c) electrical/electronics, and (d) plumbing/sanitary/fire protection), and (iv) administrative clerk. Discuss briefly the staff positions and functions.

BIDDER’S ANSWER:

Appendix 3

3

2. Provide a list of all the personnel to be assigned in this project. Attach the Curriculum Vitae (CV) of all personnel specifying the years of work experience, educational qualifications, professional affiliations, and licenses for each position, as applicable. The CVs shall demonstrate the suitability of personnel assigned to the project in terms of qualification and experience.

BIDDER’S ANSWER:

BIDDER’S NAME: Date:

Important Note: In order to assist the process of evaluation, bidders are required to submit documentary evidences to support their claims on the above parameters.

Appendix 4

CRITERIA MINIMUM REQUIREMENTS TO PASS

1. Eligibility Has independent legal existence of at least five (5) years as a construction

firm in the Philippines.

2. Contractor's License Has a valid regular contractor’s license, Class “B”, issued annually by the

Philippine Contractor’s Accreditation Board (PCAB) and with general

experience in providing materials, tools, equipment, technical and labor

support services for office space fit-out in a multistory building.

3. Experience Has completed at least two (2) contracts of similar size, nature, and site

conditions within the last five (5) years, each with a value of at least USD

1,000,000 (or equivalent), to showcase the firm’s expertise and capability in

office space fit-out of partially occupied buildings.

4. Financial Capability (i) Has a sound financial and credit position showing annual turnover from

construction projects over the past three (3) years from 2013 to 2015 of at

least USD 1,000,000 (or equivalent); and

(ii) A positive net worth calculated as the difference between the total assets

and the total liabilities.

5. Litigation Does not have any pending litigation affecting 50% of its network nor is

blacklisted by the Construction Industry Authority of the Philippines (CIAP)

1. Describe the operational

procedures and methodologies you

intend to apply in implementing and

monitoring the fit-out project.

Discuss by indicating your strategy,

systems, tools, and resources.

Procedures and methodologies in implementing and monitoring the fit-out

project including strategy, systems, tools, and resources cited the timely

and/or expeditious manner of completing the works within six (6) months and

are in line with all the requirements in the WPS (including its attachments i.e.

drawings, specifications, and bill of quantities.

1. Provide an organizational chart to

be implemented showing the

deployment of at least the following

key personnel:

(i) Project Manager

(ii) Safety Officer

(iii) Supervisor for each trade:

(a) Civil/Architectural/Interior Design

(b) Mechanical

(c) Electrical/Electronics

(d) Plumbing/Sanitary/Fire Protection

(iv) Administrative Clerk

Discuss briefly the staff positions

and functions.

Organizational chart is provided showing the deployment of at least the

following:

(i) Project Manager

(ii) Safety Officer

(iii) Supervisor for each trade:

(a) Civil/Architectural/Interior Design

(b) Mechanical

(c) Electrical/Electronics

(d) Plumbing/Sanitary/Fire Protection

(iv) Administrative Clerk

The key personnel identified are consistent with the chart. Five (5) years

minimum work experience in top and/or management positions, and with

licenses, as applicable.

TECHNICAL EVALUATION CRITERIA

I. Qualification of the Firm

II. Work Approach and Methodology

III. Organization

Page 1 of 2

Appendix 4

CRITERIA MINIMUM REQUIREMENTS TO PASS

TECHNICAL EVALUATION CRITERIA

2. Provide a list of all the personnel

to be assigned in this project. Attach

the Curriculum Vitae (CV) of all

personnel specifying the years of

work experience, educational

qualifications, professional

affiliations, and licenses for each

position, as applicable. The CVs

shall demonstrate the suitability of

personnel assigned to the project in

terms of qualification and

experience.

The personnel identified are consistent with the proposed work approach and

methodology. Minimum work experience for each position as defined, should

be met.

Important Note:In order to assist the process of evaluation, bidders are required to submit documentary evidences to support their

claims on the above parameters. The bidder must PASS in all of the criteria mentioned above.

Page 2 of 2

Appendix 5

Page 1 of 2

FINANCIAL BID FORM

_____________________ (Date)

To: ASIAN DEVELOPMENT BANK 6 ADB Avenue, Mandaluyong City 1550 Metro Manila, Philippines Attention: Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services

Gentlemen and/or Ladies:

1. Having examined the Bid Documents for the above requirement, the receipt is hereby duly acknowledged, I/we, the undersigned, offer to provide the Office Fit-out in the ADB Headquarters Third Atrium as described in the Bidding Documents at the fixed Contract Price with details of which are indicated in Appendix 5.1: Schedule of Rates/Bill of Quantities:

Total Contract Price: ___________________________________________(₱___________) The Contractor is entitled to five percent] (5%) for Profit and Attendance for the Provisional Sum items – expenditure for related to nominated subcontractors. The aforementioned percentage will be used to compute the amount of profit and attendance based on the actual final expenditure of the respective nominated sub-contracts (reference to WPS Section IX). 2. We undertake, if our Bid is accepted, to commence the Works based on the schedule that will be submitted by ADB, and to complete and deliver the whole of the Works in accordance with the Contract. 3. We agree to abide by this Bid for the period of ninety (90) calendar days from the final date fixed for receiving the same, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 4. If our Bid is accepted, we undertake within fifteen (15) calendar days from the date we received the Letter of Acceptance of Bid to submit a Performance Security in the form attached to the Contract in the sum of (10% of total Contract Price), as security for the due and faithful performance or my/our obligations under the Contract. This guarantee will be valid for not less than thirty (30) days after the expiry of the Contract, or until you take it over in accordance with the Contract.

5. If our Bid is accepted, we confirm that the prices submitted by us in our Bid will be fixed and binding upon us for the whole duration of the Contract in accordance with the said conditions. 6. Unless and until a formal Contract is prepared and executed, and a satisfactory Performance Security is executed and delivered, this Bid, together with your written acceptance thereof, shall constitute a binding Contract between us.

Appendix 5

Page 2 of 2

7. We understand that you are not bound to accept this Bid or any other Bid, which you may receive. 8. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to Contract execution if we are awarded the Contract, is/are listed below:

Name and Address of Agent

Amount and Currency

Purpose of Commission or Gratuities

______________ ______________ ______________

______________ ______________ ______________

______________ ______________ ______________

(if none, state “none”) Yours truly, __________________________________________ (Name and Signature of Authorized Officer) __________________________________________ (Designation of Authorized Officer) __________________________________________ (Name of Vendor/Company) __________________________________________ (Business Address) __________________________________________ (Telephone Number/Facsimile Number/Email)

Appendix 5.1

BID FINAL SUMMARY

3rd Atrium Office Fit-Out (L2,L3, L8 &L9) Summary

BID FINAL SUMMARY

1.0 PRELIMINARIES (A) -

2.0 ARCHITECTURAL WORKS (B)

2.1 Internal Wall -

2.2 Wall Finishes -

2.3 Floor Finishes -

2.4 Ceiling Finishes -

2.5 Doors -

2.6 Joineries -

2.7 Plumbing Fixtures -

2.8 Others

Sub-Total for Architectural Works -

3.0 MEPF WORKS (C)

3.1 Mechanical Works -

3.2 Electrical Works -

3.3 Plumbing Works -

3.4 Fire Protection System -

3.5 Electronics -

Sub-Total for MEPF Works -

TOTAL BID PRICE (A+B+C) -

Amount in words :

Level 2 Floor Area = 2,312 sqm.

Bidders Info; Level 3 Floor Area = 226 sqm.

Submitted by: Level 8 Floor Area = 230 sqm.

Level 9 Floor Area = 248 sqm.

Total Area = 3,016 sqm

Bill No. Description Amount (Php)

Bid documents for 3rd Atrium Office Fit-Out Summary/1

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( L2, L3, L8 & L9 )

Material Labour Others Total

GENERAL CONDITION AND PRELIMINARIES

The Contractor Shall insert quantities or additional

description to the following items

It must be understood that the inserted quantities herewith

will be regarded as firm and will not be subject for

remeasurement unless otherwise revised at a latter date by

an instructions from the Project Manager

A General Items

a. Mobilization 1.00 Lot

b. Demobilization 1.00 Lot

c. Site location and inspection 1.00 Lot

d. Site access and works 1.00 Lot

e. Site Protection and covering 1.00 Lot

f. Housekeeping 1.00 Lot

g. hauling and disposal 1.00 Lot

Sub-Total

B Contractor-supplied information

a. Setting out 1.00 Lot

b. As-built drawing 1.00 Lot

c. Product brochure and information 1.00 Lot

d. Product warranty certificates 1.00 Lot

Sub-Total

C Labour, Materials & Workmanships

a. Site management cost 1.00 Lot

b. Approval of samples, specimen stc. 1.00 Lot

Sub-Total

D Temporary Facilities

a. Workshops and storages 1.00 Lot

b. Temporary power connection and consumption 1.00 Lot

c. Temporary water connection and consumption 1.00 Lot

Sub-Total

E Bonds and Insurances

a. Permits (Bldg. Permit) 1.00 Lot

b. Bonds (Surety, Performance Bond ) 1.00 Lot

c. Insurances ( Contractor's All-Risk Insurance ) 1.00 Lot

Sub-Total

FOTHERS: Please Specify; (Contractor to provide

breakdown)

a. Attendance for BMS & FMS Works 1.00 Lot

b. Perro Scanning and Concrete Corring 1.00 Lot

c.

d.

Sub-Total

Bill 1.0/1

TOTAL PRELIMINARIES

Amount (Php)Item Description Qty UnitUnit Rates excluding all taxes

1

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here for works not

covered by the foregoing item but are either indicated on the

Drawings or described in the Specification or alluded

elsewhere or which the Bidder deems necessary for the

proper execution and completion of the works. If this item is

left unpriced, it shall be deemed that the same have been

included and allowed for in the overall bid price. No

subsequent claim for extra payment arising for the works

due to lack of knowledge or any omissions of

incidental/ancillary obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 1.0/2

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the quantities of the

forgoing item, the bidder shall indicate and price such

differences in the quantities which are either indicated on the

Drawings or described in the Specification or alluded

elsewhere or which the Bidder deems necessary for the

proper execution and completion of the works. If there is no

difference indicated hereunder, it shall be deemed that the

quantities for the forgoing items are consistent with the

requirements of the Works. No subsequent claim for extra

payment shall be allowed if the quantities are found to be

different from the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 1.0/3

Sub-Total

3

BILL 1.0 PRELIMS

PAGES

Bill 1.0/1

Bill 1.0/2

Bill 1.0/3

TOTAL TO BID SUMMARY

BID FINAL SUMMARY

3rd Atrium Office Fit-Out ( LEVEL 2 )

BID FINAL SUMMARY

2.0 ARCHITECTURAL WORKS ( LEVEL 2 )

2.1 Internal Wall -

2.2 Wall Finishes -

2.3 Floor Finishes -

2.4 Ceiling Finishes -

2.5 Doors -

2.6 Joineries -

2.7 Plumbing Fixtures -

2.8 Others -

Sub-Total for Architectural Works -

TOTAL BID PRICE -

Amount in words :

Level 2 Floor Area = 2,312 sqm.

Bidders Info;

Submitted by:

Bill No. Description Amount (Php)

Bid documents for 3rd Atrium Office Fit-Out Summary/1

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

CHB WALL AND CONCRETE UPSTAND

1.0

Concrete hollow block infilled with

mortar, laid in cement mortar with

approved plasticiser as specified

1.1 100mm thk CHB wall (W2) 267.14 m²

1.2 100mm thk CHB wall (W3) 116.28 m²

1.3 150mm thk CHB wall (W4) 383.04 m²

2.0Reinforced concrete upstand & AHU

Conc. Plinth including formwork

2.1 100 x 300mm high 70.00 lm

2.2 Concrete Plinth 2.7 cu.

3.0

Steel reinforcement and anchorage

including hooks and cranks in CHB

wall and concrete upstand ; AHU Plinth

including Chem. Anchor

3.110mm dia. bar - to CHB Wall &

Upstand1,120.98 kg

3.2 10mm diameter bar - to AHU Plinth 541.65 kg

4.0 DRYWALL

4.1

(W6)100mm thk. wall; 12mm thk

Moisture resistant Gypsum wall board

partition (Both Sides) on 126mm metal

studs gauge#22 minimum spaced

@400mm O.C.

612.39 m²

4.2

(W8) 100mm thk. wall; 12mm thk

Moisture resistant Ficem wall board

partition (Both Sides) on 76mm metal

studs gauge#22 minimum spaced

@400mm O.C.

35.84 m²

4.312mm thk Moisture resistant Gypsum

wall Cladding (One Side); same196 m²

4.412mm thk Marine Plywood wall

Cladding (One Side); same5.76 m²

LED TV Backing Support

Bill 2.1/1

Sub-Total 0.00

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

LIGHTWELL WALL

5.0

Glass wall on powdercoated aluminum

frame (glazing cost separately)

complete with sealant packers and

fixing accessories. Fabricated and

installed as specified or according to

specialist's details; as shown in ID.603

5.1 Type W/24 2.00 no.

5.2 Type W/25 4.00 no.

5.3 Type W/26 4.00 no.

5.4 Type W/27 1.00 no.

5.5 Type W/28 1.00 no.

5.6 Type W/29 1.00 no.

5.7 Type W/30 1.00 no.

TIMBER GLAZED PARTITION

6.0

Single glazing partition wall (doors and

glass cost separately) on kiln dried

tangile wooden frames complete with

sealant, packers and fixing

accessories, fabricated and installed;

as shown in ID-604-609

6.1 Same; ( Module 1 ) 21.00 no.

6.2 Same; ( Module 2 ) NA no.

6.3 Same; ( Module 3 ) 22.00 no.

6.4 Same; ( Module 4 ) 9.00 no.

6.5 Same; ( Module 5 ) 4.00 no.

6.6 Same; ( Module 6 ) 14 no.

6.7 Same; ( Module 7 ) 16.00 no.

6.8 Same; ( Module 8 ) 9.00 no.

GLAZING

7.06mm Thk. clear float glass for timber

glazed partition (GL1)

7.1 355mm x 357mm 149 pcs

7.2 355mm x 357mm 47 pcs

7.3 885mm x 357mm 36 pcs

7.4 885mm x 357mm 26 pcs

7.5 for Transom 1800mm x 360mm 52 pcs

8.0

3mm+3mm thk. Glass Panel,

Translucent Type#3 with milky white

film for timber glazed partition

8.1 355mm x 357mm 249 pcs

8.2 885mm x 357mm 75 pcs

9.0 Glass on Solid Wood Door

9.16mm thk. Clear Float Glass 1790mm x

590mm ( for D06 )17 pcs

9.26mm thk. Clear Float Glass 1790mm x

590mm ( for D06 )8 pcs

Bill 2.1/2

Sub-Total

LabourItem Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

3

Unit Cost Total Unit Cost Total

10.010mm Thk. clear float glass for timber

glazed partition (Module5)4.30 m²

11.010mm Thk. clear tempered glass for

timber & aluminum partition (GL2)104 m²

12.0

10mm Thk. Clear tempered glass on

powdercoated aluminum frame (Single

Glazed) to match existing.

229 m²

13.0

10mm Thk. Tempered spandrel glass

Back Painted (Single Glazed) to match

existing

62 m²

14.0

W-30 6mm thk. Pilkington Low E

Tempered Glass with 6mm Clear

Tempered Glass (Double Glazed) to

match existing

2.50 m²

15.0 Frosted glass sticker 120 lm

16.0 6mm thk. Backpainted Glass (GL3) 25 m²

17.0 GLASS SIGNAGES

17.1Glass Sign, Type A,

290mmX290mmX6mm Thk.19 no.

17.2Glass Sign, Type A,

290mmX290mmX6mm Thk.30 no.

17.3Glass Sign, Type A,

290mmX290mmX6mm Thk.4 no.

18.0 TOILET PARTITION

Toilet partition; 20mm think pre-fabricated

toilet partition including all stainless steel

standard fittings. Accessories and

anchorage as shown in drawing

18.1

approximately 2600mm wide

comprising of 3 doors and 1 no. of

1800mm deep side panel

4 set/s

18.2Urinal Partition; approximately 325mm

wide3 set/s

Bill 2.1/3

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/4

Sub-Total

5

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/5

Sub-Total

BILL 2.1 INTERNAL WALL

PAGES

Bill 2.1/1

Bill 2.1/2

Bill 2.1/3

Bill 2.1/4

Bill 2.1/5

TOTAL TO BID SUMMARY

7

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 PLASTERING

1.1Cement and sand plastering to

concrete of CHB surfaces as specified1828 m²

2.0 BASE SCREED

2.1Cement and sand screed to receive

homogeneous floor tiles156 m²

3.0 TILE FINISHES

3.1

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT2) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

132 m²

3.2

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT3) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

79 m²

3.3

Supply and lay 600x600mm

Homogenous Tiles to match existing

White marble colour & grain (ST1)

95.14 m²

Bill 2.2/1

Sub-Total

Item LabourDescription Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

8

Unit Cost Total Unit Cost Total

3.4

Supply and lay 600 x 600mm

Homogenous Tiles to match existing

BIEGE marble colour & grain (ST-2)

51.84 m²

3.5

Supply and lay 600 x 600mm

Homogenous Tiles to match existing

RED marble colour & grain (ST-3)

5.47 m²

3.6

Supply and lay 600x600mm

Homogenous Tiles to match existing

Emperador Grey marble colour &

grain (ST-4)

1.02 m²

3.7

Supply and lay 600x600mm

Homogenous Tiles to match existing

Black marble colour & grain (ST-5)

2.08 m²

4.0 FABRIC FINISHES

4.1Supply & install Insulated Acoustic

Fabric Panel (FP1)19 m²

5.0 WOOD FINISHES

5.1

Wood veneer panels including plywood

backing backing/nailer complete with

solid wood frame and all necessary

accessories and connection

10 m²

6.0 PAINT FINISHES

Prepare and apply one coat of sealer

and two finishing coats as specified all

in accordance to the manufacturer's

instructions

6.1 To Plastered wall 933.40 m²

6.2 To Dry wall 592.80 m²

Bill 2.2/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

9

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/3

Sub-Total

10

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/4

Sub-Total

11

BILL 2.2 WALL FINISHES

PAGES

Bill 2.2/1

Bill 2.2/2

Bill 2.2/3

Bill 2.2/4

TOTAL TO BID SUMMARY

12

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 WATERPROOFING

1.1

Apply elastomeric waterproofing 3-ply

cold-applied, liquid type as specified or

approved equivalent.

124.80 m²

2.0 CONCRETE TOPPING

2.1Cement and sand screed topping with

(wire mesh by ADB)2179.13 m²

2.2Wire Mesh Steel Matting 4x4x6mm at

1.22 x 2.44meter per piece 731.25 pcs

3.0 BASE SCREED

3.1Cement and sand screed to receive

homogeneous floor tiles142.42 m²

3.2Cement and sand screed to receive

carpet tiles1905.05 m²

3.3Cement and sand screed to receive

vinyl tiles10.25 m²

4.0 TILES FINISHES

4.1

Supply and Install of 600x600mm

Homogenous Tiles to match existing

White Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-1)

21.86 m²

Bill 2.3/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

13

Unit Cost Total Unit Cost Total

TILES FINISHES (cont'd)

4.2

Supply and Install of 600x600mm

Homogenous Tiles to match existing

Beige Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-2)

21.35 m²

4.3

Supply and Install of 600x600mm

Homogenous Tiles to match existing

Red Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-3)

5.72 m²

4.4

Supply and Install of 300mm x 600mm

Homogenous Floor Tiles to match

existing Non-Skid/Matte Finish (HT-1)

74.62 m²

4.5Supply and Install of 300mm x 300mm

Matte Homogenous Floor Tiles (HT-4)42.65 m²

.

4.6

Supply and Install of 3mm thk. resilient

vinyl floor tiles (VT1) of approved

colours laid to patterns, bedded and

jointed with adhesive as specified.

12.30 m²

5.0 CARPET

5.1

Supply and install of 500mm x 500mm

carpet floor tiles (CPT1) of approved

colours and approved adhesives as

specified.

1959.11 m²

6.0 PAINT FINISHES

6.1

Supply and application of epoxy floor

coating as specified (EF1) or

equivalent

78.75 m²

7.0 SKIRTING

7.1

Supply and Install 25mm x 100mm

solid wood baseboard including joints

in accoordance to manufacturer's

instruction

1071.79 m

Bill 2.3/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide

here for works not covered by the

foregoing item but are either indicated

on the Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/3

Sub-Total

15

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/4

Sub-Total

BILL 2.3 FLOOR FINISHES

PAGES

Bill 2.3/1

Bill 2.3/2

Bill 2.3/3

Bill 2.3/4

TOTAL CARRIED TO BID SUMMARY

17

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 SKIM COAT

1.1

Skim Coat (CF-06) to soffit of exposed

RC slab and suspended beams to

receive painting; paint cost separately

116.40 m²

2.0 SUSPENDED CEILING

2.1

Supply and install 12mm thk moisture

resistant mineral fiber ceiling (CF-01)

on metal furrings including suspesion

system complete with all necessary

supports and fixing accessories as

shown in drawings and specification;

paint cost separately.

82.80 m²

2.2Supply and install 12mm thk. Gypsum

Plaster board (CF-02); same350.00 m²

2.3Supply and install 12mm thk. Calcium

Silicate Board (CF-03); same26.54 m²

2.4Supply and install 9mm thk. Calcium

Silicate Board (CF-04); same15.60 m²

2.5

Supply and install 600 x 600mm

Concealed Acoustic Ceiling Tiles (CF-

06); same

1476.17 m²

3.0 CORNICE/FRAME

3.1

Suppy and install solid wood

frame/cornice including all necessary

fixing and painting as per

manufacturer's details.

1067 lm

4.0 PAINT FINISHES

4.1Prepare and apply paint as specified to

fixed ceiling475 m²

4.2Prepare and apply emulsion paint as

specified to concrete surface107 m²

Bill 2.4/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/2

Sub-Total

19

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/3

Sub-Total

BILL 2.4 CEILING FINISHES

PAGES

Bill 2.4/1

Bill 2.4/2

Bill 2.4/3

TOTAL CARRIED TO BID SUMMARY

21

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 METAL DOORS

Supply and install 45mm thick insulated

metal doors, and complete with frames

(cost included), hardware and fixing all

necessary ironmongery (cost included)

as per manufacturer's detail and as

shown in drawing (See Schedule of

Doors)

1.1 Type D01 5 no.

1.2 Type D03 4 no.

1.3 Type D11 2 no.

1.4 Type D12 4 no.

1.5 Type D15 1 no.

2.0 WOOD DOORS

Supply and Install 45mm thk. hollow

core wooden flush doors on metal door

frame (cost separately), complete with

all fixing accessories and necessary

ironmongery (cost separately) finished

with wood veneer (cost separately) as

shown in drawings (See Schedule of

Doors)

2.1 Type D02 1 no.

2.2 Type D07 2 no.

2.3 Type D08 6 no.

2.4 Type D09 2 no. Re-Used

Bill 2.5/1

Sub-Total

Unit Brand NameTOTAL

Mat'l & Lab.Material LabourItem Description Qty

Unit Rates excluding all taxes

Material Labour Others Total

3.0 GLASS DOORS

Supply and install 6mm thk. tempered

glass doors with 45mm thk. solid wood

frame on metal door jamb complete

with all fixing accessories and

necessary ironmongeries (cost

separately), fabricated and installed

(See Schedule of Doors)

3.1 Type D04 6 no.

3.2 Type D05 9 no.

3.3 Type D06 25 no.

4.0 FRAMELESS GLASS DOORS

Supply and install 10mm thk. tempered

glass doors frameless, complete with

all fixing accessories and necessary

ironmongeries (cost included),(See

Schedule of Doors)

4.1 Type D10 10 no.

5.0 DOOR FRAMES

Door jamb worked to required shape

complete with all accessories including

fixing steel studs and steel dowel

welded to back of frame finished with

approved paint as specified and shown

in the drawings

5.1 Metal Door jamb for Metal doors 117.2 m

5.2 Metal Door jamb for Wood Door 126.85 m

5.3 Metal Door jamb for Glass Door m NA

6.0 WOOD VENEER

6.1Wood venner finish profile on metal

door; to match the existing156 m²

6.2Wood venner finish profile on wood

door; to match the existing138 m²

Bill 2.5/2

Sub-Total

Description QtyUnit Rates excluding all taxes

Amount (Php)Brand NameUnitItem

23

Material Labour Others Total

7.0 PAINTING

7.1Automotive paint finish for general

surfaces on metal doors as specified134 m²

8.0 HARDWARE

Supply and fix following hardware

8.1 Hinges

8.1.1 Nippon GBB 1441 4.5"x4.5" US32D 242 no.

8.1.2 GTS 840 16 no.

8.2 Lockset

8.2.1Yale VL6217 US26D Tubular Entrance

Leverset satin chrome41

no.

8.2.2Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder6

no.

8.2.3Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder1

no.

8.2.4Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder8

no.

8.2.5Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder 6 no.

8.2.6 GL 50S Corner lock 8 no.

8.3 Overhead Closer

8.3.1 Dorma TS91 72 no.

8.3.2 Dorma TS83 4 no.

8.3.3 GT 10 Bottom Fittings, GTS 8 no.

8.4 Door Stop

8.4.1 Hager 241F US26D 64 no.

8.4.2 Perimter Seal (0.9m) N/A no.

8.4.3 Perimter Seal (5.1)

Hager 721 Tan 23 no.

8.4.4 Perimter Seal ( 6m )

Hager 721 Tan 7 no.

8.4.5 Flushbolts (Top & Bottom)

Hager 282D EXT. Flushbolt 12" US3 8 no.

8.4.6 Door Coordinator

Dorma SR390 Door Coordinator 13 no

8.4.7 Threshold

Hager 436S 58 no.

8.4.8 Handle

Gentry Door Series JU-363 8 no.

Bill 2.5/3

Sub-Total

Amount (Php)Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/4

Sub-Total

25

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/5

Sub-Total

BILL 2.5 DOORS

PAGES

Bill 2.5/1

Bill 2.5/2

Bill 2.5/3

Bill 2.5/4

Bill 2.5/5

TOTAL TO BID SUMMARY

27

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 PANTRY CABINETS

Supply and fabrication of Pantry

Counter including natural stone &

12mm thk. Synthetic Stone countertop

with complete hardware and

accessories, as shown in drawing

ID.901-902

1.1 Dry Pantry - OAS Services 2 Sum Phase 2

as shown in drawing; ID.902

1.2Wet Pantry Counter with Overhead

Cabinet - Tea Room1 sum

as shown in drawing; ID.901

2.0 LAVATORY COUNTER

Supply and fabrication of Lavatory

Counter including 12mm thk. Synthetic

Stone countertop with complete metal

support, hardware and accessories. As

shown in drawing, ID.903

2.1 Lavatory Counter - MT5 1 sum

as shown in drawing; ID.514

2.2 Lavatory Counter - FT5 1 sum

as shown in drawing; ID.512

2.3 Lavatory Counter - FT4 1 sum

as shown in drawing; ID.511

2.4 Lavatory Counter - MT4 1 sum

as shown in drawing; ID.513

3.0

Supply and fabrication of Build-up for

Water Closet & Urinal including 12mm

thk. Synthetic Stone SP1 countertop

with complete metal support, as shown

in drawing ID.904

3.1 Water Closet build-up 2650mmL 4 sets

3.2 Urinal build-up 1800mmL 2 sets

Bill 2.6/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/2

Sub-Total

29

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/3

Sub-Total

BILL 2.6 JOINERIES

PAGES

Bill 2.6/1

Bill 2.6/2

Bill 2.6/3

TOTAL TO BID SUMMARY

31

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 2

1.0 PLUMBING FIXTURES

PF - 01

1.1

Siphon Jet Flushing Action. Sloan

Fixture & Flushometer Combination.

Afwall Flowise Elongated Toilet

3351.001

14 no.

PF - 02

1.2

Sensor-Activated Water Battery

Powered Flushometers, Sloan Optima

Plus 8186 HEU

5 no.

PF - 03

1.3

Petite Oval Under Counter Lavatory

Concealed Front Overflow. WP-0433

Victoria

11 no.

PF - 04

1.4Wall-Hung Wash Basin with Rear

Overflow. American Standard 09552 no.

PF - 05

1.5

Battery-powered, Sensor-Activated,

Electric Hand Washing Faucet, Sloan

SF-2350

13 no.

PF - 07

1.6Symmons Symmetrix Kitchen faucet S-

23 Series w/ 0.5 GPM flow restriction1 no.

PF - 08

1.7Inset Kitchen Sink. Teka Universo

model 1112.00261 no.

PF - 09

1.8Single Bowl Mount Top Sink; Elkay

SLPF20201032 no.

PF - 10

1.9Basin-Mounted Soap Dispenser.

Gamco G-64LB-611 no.

Bill 2.7/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

Unit Cost Total Unit Cost Total

PF - 11A

1.10Wall Recessed Waste Disposal and

Toilet Tissue Dispenser. Gamco TSC-76 no.

PF - 11B

1.11Partition Recessed Waste Disposal and

Toilet Tissue Dispenser Gamco TTD-74 no.

PF - 12

1.12Recessed Towel Dispenser & Waste

Receptacle Combination 6 no.

PF - 14

1.13Two Way Wheel Chair Grab Bar.

Gamco 502 no.

PF - 15

1.146mm Thk. Frame Vanity Mirror with

Beveled Edges6 no.

PF - 16

1.15Surfaced Mounted Hand Dryer. Sloan

EHD501-WH6 no.

PF - 17

1.16Heavy Duty Clothes Hook with

Concealed Mounting. Bobrick B-211612 no.

PF - 18

1.17 Folding Utility Shelf. Bobrick B-287 6 no.

PF - 20

1.18Self Contained, Wall Mount Electric

Water Cooler. Elkay EZSVR8S3JO2 no.

PF - 21

1.19Wall Mounted Automatic Hand

Sanitizer4 no.

Bill 2.7/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

33

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/4

Sub-Total

35

BILL 2.7 PLUMBING FIXTURES

PAGES

Bill 2.7/1

Bill 2.7/2

Bill 2.7/3

Bill 2.7/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 2 )

Unit Cost Total Unit Cost Total

1.0 Others: Please Specify

1.1

1.2

1.3

Bill 2.8/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

37

Unit Cost Total Unit Cost Total

Bill 2.8/2

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

BILL 2.8 OTHERS

PAGES

Bill 2.8/1

Bill 2.8/2

TOTAL CARRIED TO BID SUMMARY

39

TIMBER GLAZED PARTITION

B

Single glazing partition wall (doors and glass cost

separately) on kiln dried tangile wooden frames

complete with sealant, packers and fixing

accessories, fabricated and installed; as shown in ID-

604-609

Same; ( Module 1 ) 21.00 no. 12,628.00 265,188.00 6,314.00 132,594.00 397,782.00

Same; ( Module 2 ) NA no.

Same; ( Module 3 ) 22.00 no. 16,225.00 356,950.00 8,112.50 178,475.00 535,425.00

Same; ( Module 4 ) 9.00 no. 15,367.00 138,303.00 7,683.50 69,151.50 207,454.50

Same; ( Module 5 ) 4.00 no. 7,579.00 30,316.00 3,789.50 15,158.00 45,474.00

Same; ( Module 6 ) 14 no. 10,219.00 143,066.00 5,109.50 71,533.00 214,599.00

Same; ( Module 7 ) 16.00 no. 10,219.00 163,504.00 5,109.50 81,752.00 245,256.00

Same; ( Module 8 ) 9.00 no. 8,915.50 80,239.50 4,457.75 40,119.75 120,359.25

C GLAZING

6mm Thk. clear float glass for timber glazed partition

(GL1)119 m²

Pacific

Glass Corp.1,029.00 122,451.00 617.40 73,470.60 195,921.60

6mm Thk. Transluscent glass for timber glazed

partition 144 m²

ADB

Supplied1,456.00 209,664.00 873.60 125,798.40 335,462.40

10mm Thk. clear float glass for timber glazed partition

(Module5)4.30 m²

Pacific

Glass Corp.2,090.00 8,987.00 1,254.00 5,392.20 14,379.20

10mm Thk. clear tempered glass for timber &

aluminum partition (GL2)104 m²

Pacific

Glass Corp.3,355.00 348,920.00 2,013.00 209,352.00 558,272.00

2,870,384.95

TIMBER GLAZED PARTITION

B

Single glazing partition wall (doors and

glass cost separately) on kiln dried tangile

wooden frames complete with sealant,

packers and fixing accessories, fabricated

and installed; as shown in ID-604-609

Same; ( Module 1 ) 35.00 no. 11,044.00 386,540.00 5,522.00 193,270.00

Same; ( Module 2 ) 40.00 no. 10,221.20 408,848.00 5,110.60 204,424.00

Same; ( Module 3 ) 10.00 no. 9,163.00 91,630.00 4,581.50 45,815.00

C GLAZING

6mm Thk. clear float glass for timber

glazed partition (GL1)m² Option 1

6mm Thk. Transluscent glass for timber

glazed partition m² Option 1

10mm Thk. clear float glass for timber

glazed partition (Module5)4.30 m²

Pacific

Glass Corp.2,090.00 8,987.00 1,254.00 5,392.20

10mm Thk. clear tempered glass for

timber & aluminum partition (GL2)303 m²

Pacific

Glass Corp.3,355.00 1,016,565.00 2,013.00 609,939.00

579,810.00

613,272.00

137,445.00

14,379.20

1,626,504.00

2,971,410.20

BID FINAL SUMMARY

3rd Atrium Office Fit-Out ( LEVEL 3 ) - Common Areas

BID FINAL SUMMARY

2.0 ARCHITECTURAL WORKS ( L3 Common Areas)

2.1 Internal Wall -

2.2 Wall Finishes -

2.3 Floor Finishes -

2.4 Ceiling Finishes -

2.5 Doors -

2.6 Joineries -

2.7 Plumbing Fixtures -

2.8 Others -

Sub-Total for Architectural Works -

TOTAL BID PRICE -

Amount in words :

Level 3 Floor Area = 226 sqm.

Bidders Info;

Submitted by:

Bill No. Description Amount (Php)

Bid documents for 3rd Atrium Office Fit-Out Summary/1

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3

CHB WALL AND CONCRETE UPSTAND

1.0

Concrete hollow block infilled with

mortar, laid in cement mortar with

approved plasticiser as specified

1.1 100mm thk CHB wall (W2) 119 m²

1.2 100mm thk CHB wall (W3) 91.20 m²

1.3 150mm thk CHB wall (W4) 209.38 m²

2.0

Steel reinforcement and anchorage

including hooks and cranks in CHB

wall and concrete upstand ; AHU Plinth

including Chem. Anchor

2.1 100 x 300mm high 31.00 lm

2.2 200mm thk. Concrete Plinth 2.70 cu

3.0

Steel reinforcement and anchorage

including hooks and cranks in CHB

wall and concrete upstand

3.110mm dia. bar - to CHB Wall &

Upstand1,648.50 kg

3.2 10mm diameter bar - to AHU Plinth 541.65

4.0 DRYWALL

4.1

(W8) 100mm thk. wall; 12mm thk

Moisture resistant Ficem wall board

partition (Both Sides) on 76mm metal

studs gauge#22 minimum spaced

@400mm O.C.

30.78

TOILET PARTITION

5.0

Toilet partition; 20mm think pre-fabricated

toilet partition including all stainless steel

standard fittings. Accessories and

anchorage as shown in drawing

5.1

approximately 2600mm wide

comprising of 3 doors and 1 no. of

1800mm deep side panel

4 set/s

5.2Urinal Partition; approximately 325mm

wide2 set/s

Bill 2.1/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/4

Sub-Total

3

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/3

Sub-Total

BILL 2.1 INTERNAL WALL

PAGES

Bill 2.1/1

Bill 2.1/2

Bill 2.1/3

TOTAL TO BID SUMMARY

5

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3

1.0 PLASTERING

1.2Cement and sand plastering to

concrete of CHB surfaces as specified838 m²

2.0 BASE SCREED

2.1Cement and sand screed to receive

homogeneous floor tiles213 m²

3.0 TILE FINISHES

3.1

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT7) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

123 m²

3.2

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT8) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

74 m²

3.3

Supply and lay 600x600mm

Homogenous Tiles to match existing

White marble colour & grain (ST1)

95.14 m²

Bill 2.2/1

Sub-Total

Item LabourDescription Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

3.4

Supply and lay 600x600mm

Homogenous Tiles to match existing

BIEGE marble colour & grain (ST-2)

51.84 m²

3.5

Supply and lay 600x600mm

Homogenous Tiles to match existing

RED marble colour & grain (ST-3)

5.47 m²

3.6

Supply and lay 600x600mm

Homogenous Tiles to match existing

Emperador Grey marble colour &

grain (ST-4)

1.02 m²

3.7

Supply and lay 600x600mm

Homogenous Tiles to match existing

Black marble colour & grain (ST-5)

2.08 m²

4.0 PAINT FINISHES

Prepare and apply one coat of sealer

and two finishing coats as specified all

in accordance to the manufacturer's

instructions

4.1 To Plastered wall 710 m²

Bill 2.2/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

7

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/4

Sub-Total

9

BILL 2.2 WALL FINISHES

PAGES

Bill 2.2/1

Bill 2.2/2

Bill 2.2/3

Bill 2.2/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3

1.0 WATERPROOFING

1.1

Apply elastomeric waterproofing 3-ply

cold-applied, liquid type as specified or

approved equivalent.

176.00 m²

2.0 CONCRETE TOPPING

2.1Cement and sand screed topping with

wire mesh247.50 m²

3.0 BASE SCREED

3.1Cement and sand screed to receive

homogeneous floor tiles142.42 m²

4.0 TILES FINISHES

4.1

Supply and Install of 600x600mm

Homogenous Tiles to match existing

White Marble & Grainon prepared

screed (cost separately) as specified;

laid to patterns (ST-1)

21.86 m²

4.2

Supply and Install of 600x600mm

Homogenous Tiles to match existing

Beige Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-2)

21.35 m²

Bill 2.3/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

11

Unit Cost Total Unit Cost Total

TILES FINISHES (cont'd)

4.3

Supply and Install of Natural Stone

(Polished Finish) to match existing Red

Marble & Grain / Homogenous Tiles on

prepared screed (cost separately) as

specified; laid to patterns (ST-3)

5.72 m²

4.4

Supply and Install of 300mm x 600mm

Homogenous Floor Tiles to match

existing Non-Skid/Matte Finish (HT-6)

89.10 m²

5.0 PAINT FINISHES

5.1

Supply and application of epoxy floor

coating as specified (EP1) or

equivalent

80.85 m²

Bill 2.3/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide

here for works not covered by the

foregoing item but are either indicated

on the Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/3

Sub-Total

13

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/4

Sub-Total

BILL 2.3 FLOOR FINISHES

PAGES

Bill 2.3/1

Bill 2.3/2

Bill 2.3/3

Bill 2.3/4

TOTAL CARRIED TO BID SUMMARY

15

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3

1.0 SKIM COAT

1.1

Skim Coat (CF-05) to soffit of exposed

RC slab and suspended beams to

receive painting; paint cost separately

110.55 m²

2.0 SUSPENDED CEILING

2.1

Supply and install 12mm thk moisture

resistant mineral fiber ceiling (CF-01)

on metal furrings including suspesion

system complete with all necessary

supports and fixing accessories as

shown in drawings and specification;

paint cost separately.

74.40 m²

2.2Supply and install 12mm thk. Gypsum

Plaster board (CF-02); same57.00 m²

3.0 PAINT FINISHES

3.1Prepare and apply paint as specified to

false ceiling139 m²

3.2Prepare and apply emulsion paint (CF-

5) as specified to concrete surface110 m²

Bill 2.4/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/2

Sub-Total

17

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/3

Sub-Total

BILL 2.4 CEILING FINISHES

PAGES

Bill 2.4/1

Bill 2.4/2

Bill 2.4/3

TOTAL CARRIED TO BID SUMMARY

19

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3 Common Areas

1.0 METAL DOORS

Supply and install 45mm thick insulated

metal doors, and complete with frames

(cost included), hardware and fixing all

necessary ironmongery (cost included)

as per manufacturer's detail and as

shown in drawing (See Schedule of

Doors)

1.1 Type D01 4 no.

1.2 Type D03 no.

1.3 Type D11 2 no.

1.4 Type D12 4 no.

1.5 Type D15 1 no.

2.0 WOOD DOORS

Supply and Install 45mm thk. hollow

core wooden flush doors on metal door

frame (cost included), complete with all

fixing accessories and necessary

ironmongery (cost included) finished

with wood veneer (cost included) as

shown in drawings (See Schedule of

Doors)

2.1 Type D02 no.

2.2 Type D04 no.

2.3 Type D05 no.

2.4 Type D07 no.

2.5 Type D08 6 no.

2.6 Type D09 - existing door to be retained 2 no.

Bill 2.5/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

3.0 GLASS DOORS

Supply and install 6mm thk. tempered

glass doors with 45mm thk. solid wood

frame on metal door jamb complete

with all fixing accessories and

necessary ironmongeries (cost

included), fabricated and installed (See

Schedule of Doors)

3.1 Type D06 0 no. NA

4.0 FRAMELESS GLASS DOORS

Supply and install 10mm thk. tempered

glass doors frameless, complete with

all fixing accessories and necessary

ironmongeries (cost included),(See

Schedule of Doors)

4.1 Type D10 NA no. NA

5.0 DOOR FRAMES

Door jamb worked to required shape

complete with all accessories including

fixing steel studs and steel dowel

welded to back of frame finished with

approved paint as specified and shown

in the drawings

5.1 Metal Door jamb for Metal doors 40.35 m

5.2 Metal Door jamb for Wood Door 16.05 m

5.3 Metal Door jamb for Glass Door m

6.0 WOOD VENEER

6.1Wood venner finish profile on metal

door; to match the existing92 m²

6.2Wood venner finish profile on wood

door; to match the existing35 m²

Bill 2.5/2

Sub-Total

LabourItem Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

21

Unit Cost Total Unit Cost Total

7.0 PAINTING

7.1Automotive paint finish for general

surfaces on metal doors as specified70 m²

8.0 HARDWARE

Supply and fix following hardware

8.1 Hinges

8.1.1 Nippon GBB 1441 4.5"x4.5" US32D 66 no.

8.1.2 GTS 840 N/A no.

8.2 Lockset

8.2.1Yale VL6217 US26D Tubular Entrance

Leverset satin chrome4

no.

8.2.2Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder6

no.

8.2.3Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.4Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.5Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder 6 no.

8.2.6 GL 50S Corner lock N/A no.

8.3 Overhead Closer

8.3.1 Dorma TS91 18 no.

8.3.2 Dorma TS83 4 no.

8.4 Door Stop

8.4.1 Hager 241F US26D 14 no.

8.4.2 Perimter Seal (0.9m) N/A no.

8.4.3 Perimter Seal (5.1)

Hager 721 Tan 6 no.

8.4.4 Perimter Seal ( 6m )

Hager 721 Tan 6 no.

8.4.5 Flushbolts (Top & Bottom)

Hager 282D EXT. Flushbolt 12" US3 1 no.

8.4.6 Door Coordinator

Dorma SR390 Door Coordinator 6 no.

8.4.7 Threshold

Hager 436S 16 no.

8.4.8 Handle

Gentry Door Series JU-363 N/A no.

Bill 2.5/3

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/4

Sub-Total

23

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/5

Sub-Total

BILL 2.5 DOORS

PAGES

Bill 2.5/1

Bill 2.5/2

Bill 2.5/3

Bill 2.5/4

Bill 2.5/5

TOTAL TO BID SUMMARY

25

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 3 Common Areas

1.0 LAVATORY COUNTER

Supply and fabrication of Lavatory

Counter including 12mm thk. Synthetic

Stone countertop with complete metal

support, hardware and accessories. As

shown in drawing, ID.903

1.1 Lavatory Counter - MT5 1 sum

as shown in drawing; ID.514

1.2 Lavatory Counter - FT5 1 sum

as shown in drawing; ID.512

1.3 Lavatory Counter - FT4 1 sum

as shown in drawing; ID.511

1.4 Lavatory Counter - MT4 1 sum

as shown in drawing; ID.513

2.0

Supply and fabrication of Build-up for

Water Closet & Urinal including 12mm

thk. Synthetic Stone SP1 countertop

with complete metal support, as shown

in drawing ID.904

2.1 Water Closet build-up 2650mmL 4 sets

2.2 Urinal build-up 1800mmL 2 sets

Bill 2.6/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/2

Sub-Total

27

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/3

Sub-Total

BILL 2.6 PLUMBING FIXTURES

PAGES

Bill 2.6/1

Bill 2.6/2

Bill 2.6/3

TOTAL TO BID SUMMARY

29

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

1.0 LEVEL 3 Common Areas

PF - 01

1.1

Siphon Jet Flushing Action. Sloan

Fixture & Flushometer Combination.

Afwall Flowise Elongated Toilet

3351.001

14 no.

PF - 02

1.2

Sensor-Activated Water Battery

Powered Flushometers, Sloan Optima

Plus 8186 HEU

4 no.

PF - 03

1.3

Petite Oval Under Counter Lavatory

Concealed Front Overflow. WP-0433

Victoria

10 no.

PF - 04

1.4Wall-Hung Wash Basin with Rear

Overflow. American Standard 09552 no.

PF - 05

1.5

Battery-powered, Sensor-Activated,

Electric Hand Washing Faucet, Sloan

SF-2350

12 no.

PF - 07

1.6

Single Handle Kitchen Faucet with

Pulldown Handspray Spout and

Retractable Hose, Symmons Sereno S-

2302-PD

NA no.

PF - 08

1.7Inset Kitchen Sink. Teka Universo

1112.0026NA no.

PF - 09

1.8Drop-In Sink with Single Drainboard,

Elkay ilr3322LNA no.

PF - 10

1.9Basin-Mounted Soap Dispenser.

Gamco G-64LB-610 no.

Bill 2.7/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

Unit Cost Total Unit Cost Total

PF - 11A

1.10Wall Recessed Waste Disposal and

Toilet Tissue Dispenser. Gamco TSC-76 no.

PF - 11B

1.11Partition Recessed Waste Disposal and

Toilet Tissue Dispenser; Gamco TTD-74 no.

PF - 12

1.12

Recessed Towel Dispenser & Waste

Receptacle Combination Rough Wall

Opening Size

6 no.

PF - 14

1.13Two Way Wheel Chair Grab Bar.

Gamco 502 no.

PF - 15

1.146mm Thk. Frame Vanity Mirror with

Beveled Edges6 no.

PF - 16

1.15Surfaced Mounted Hand Dryer. Sloan

EHD501-WH6 no.

PF - 17

1.16Heavy Duty Clothes Hook with

Concealed Mounting. Bobrick B-211612 no.

PF - 18

1.17 Folding Utility Shelf. Bobrick B-287 6 no.

PF - 20

1.18Self Contained, Wall Mount Electric

Water Cooler. Elkay EZSVR8S3JO2 no.

PF - 21

1.19Wall Mounted Automatic Hand

Sanitizer4 no. ADB Supplied

Bill 2.7/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

31

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/4

Sub-Total

33

BILL 2.7 PLUMBING FIXTURES

PAGES

Bill 2.7/1

Bill 2.7/2

Bill 2.7/3

Bill 2.7/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 3 )

Material Labour Others Total

Others: Please Specify

A

B

C

Bill 2.8/1

Sub-Total

Amount (Php)Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

35

Material Labour Others Total

Bill 2.8/2

Sub-Total

Unit Rates excluding all taxesAmount (Php)Item Description Qty Unit Brand Name

BILL 2.8 OTHERS

PAGES

Bill 2.8/1

Bill 2.8/2

TOTAL CARRIED TO BID SUMMARY

37

BID FINAL SUMMARY

3rd Atrium Office Fit-Out ( LEVEL 8 ) - Common Area

BID FINAL SUMMARY

2.0 ARCHITECTURAL WORKS ( L8 Common Area)

2.1 Internal Wall -

2.2 Wall Finishes -

2.3 Floor Finishes -

2.4 Ceiling Finishes -

2.5 Doors -

2.6 Joineries -

2.7 Plumbing Fixtures -

2.8 Others -

Sub-Total for Architectural Works -

TOTAL BID PRICE -

Amount in words :

Level 8 Floor Area = 230 sqm.

Bidders Info;

Submitted by:

Bill No. Description Amount (Php)

Bid documents for 3rd Atrium Office Fit-Out Summary/1

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8

CHB WALL AND CONCRETE UPSTAND

1.0

Concrete hollow block infilled with

mortar, laid in cement mortar with

approved plasticiser as specified

1.1 100mm thk CHB wall (W2) 139.08 m²

1.2 100mm thk CHB wall (W3) 91.20 m²

1.3 150mm thk CHB wall (W4) 92.72 m²

2.0Reinforced concrete upstand including

formwork

2.1 100 x 300mm high 38.00 lm

3.0

Steel reinforcement and anchorage

including hooks and cranks in CHB

wall and concrete upstand

3.1 10mm diameter bar 1,271.70 kg

TOILET PARTITION

4.0

Toilet partition; 20mm think pre-fabricated

toilet partition including all stainless steel

standard fittings. Accessories and

anchorage as shown in drawing

4.1

approximately 2600mm wide

comprising of 3 doors and 1 no. of

1800mm deep side panel

4 set/s

4.2Urinal Partition; approximately 325mm

wide2 set/s

Bill 2.1/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/4

Sub-Total

3

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/3

Sub-Total

BILL 2.1 INTERNAL WALL

PAGES

Bill 2.1/1

Bill 2.1/2

Bill 2.1/3

TOTAL TO BID SUMMARY

5

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8

1.0 PLASTERING

1.1Cement and sand plastering to

concrete of CHB surfaces as specified586 m²

2.0 BASE SCREED

2.1Cement and sand screed to receive

homogeneous floor tiles213 m²

3.0 TILE FINISHES

3.1

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT7) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

123 m²

3.2

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT8) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

74 m²

3.3

Supply and lay 600x600mm

Homogenous Tiles to match existing

White marble colour & grain (ST1)

95.14 m²

Bill 2.2/1

Sub-Total

Unit Rates excluding all taxes

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Cost Total Unit Cost Total

3.4

Supply and lay 600x600mm

Homogenous Tiles to match existing

BIEGE marble colour & grain (ST-2)

51.84 m²

3.5

Supply and lay 600x600mm

Homogenous Tiles to match existing

RED marble colour & grain (ST-3)

5.47 m²

3.6

Supply and lay 600x600mm

Homogenous Tiles to match existing

Emperador Grey marble colour &

grain (ST-4)

1.02 m²

3.7

Supply and lay 600x600mm

Homogenous Tiles to match existing

Black marble colour & grain (ST-5)

2.08 m²

4.0 PAINT FINISHES

Prepare and apply one coat of sealer

and two finishing coats as specified all

in accordance to the manufacturer's

instructions

4.1 To Plastered wall 863 m²

Bill 2.2/2

Sub-Total

Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.

7

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/4

Sub-Total

9

BILL 2.2 WALL FINISHES

PAGES

Bill 2.2/1

Bill 2.2/2

Bill 2.2/3

Bill 2.2/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8

1.0 WATERPROOFING

1.1

Apply elastomeric waterproofing 3-ply

cold-applied, liquid type as specified or

approved equivalent.

176.00 m²

2.0 CONCRETE TOPPING

2.1Cement and sand screed topping with

wire mesh247.50 m²

2.2Wire Mesh Steel Matting 4x4x6mm at

1.22 x 2.44meter per piece 83.05 pcs

3.0 BASE SCREED

3.1Cement and sand screed to receive

homogeneous floor tiles142.42 m²

4.0 TILES FINISHES

4.1

Supply and Install of 600x600mm

Homogenous Tiles to match existing

White Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-1)

21.86 m²

Bill 2.3/1

Sub-Total

Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

Item LabourDescription Qty

11

Unit Cost Total Unit Cost Total

TILES FINISHES (cont'd)

4.2

Supply and Install of 600x600mm

Homogenous tiles to match existing

Beige Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-2)

21.35 m²

4.3

Supply and Install of 600x600mm

Homogenous Tiles to match existing

Red Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-3)

5.72 m²

4.4

Supply and Install of 300mm x 600mm

Homogenous Floor Tiles to match

existing Non-Skid/Matte Finish (HT-6)

89.10 m²

5.0 PAINT FINISHES

5.1

Supply and application of epoxy floor

coating as specified (EP1) or

equivalent

80.85 m²

Bill 2.3/2

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide

here for works not covered by the

foregoing item but are either indicated

on the Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/3

Sub-Total

13

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/4

Sub-Total

BILL 2.3 FLOOR FINISHES

PAGES

Bill 2.3/1

Bill 2.3/2

Bill 2.3/3

Bill 2.3/4

TOTAL CARRIED TO BID SUMMARY

15

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8

1.0 SKIM COAT

1.1

Skim Coat (CF-05) to soffit of exposed

RC slab and suspended beams to

receive painting; paint cost separately

110.55 m²

2.0 SUSPENDED CEILING

2.1

Supply and install 12mm thk moisture

resistant mineral fiber ceiling (CF-01)

on metal furrings including suspesion

system complete with all necessary

supports and fixing accessories as

shown in drawings and specification;

paint cost separately.

79.20 m²

2.2Supply and install 12mm thk. Gypsum

Plaster board (CF-02); same57.00 m²

3.0 PAINT FINISHES

3.1Prepare and apply paint as specified to

fixed ceiling139 m²

3.2Prepare and apply emulsion paint (CF-

5) as specified to concrete surface110 m²

Bill 2.4/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/2

Sub-Total

17

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/3

Sub-Total

BILL 2.4 CEILING FINISHES

PAGES

Bill 2.4/1

Bill 2.4/2

Bill 2.4/3

TOTAL CARRIED TO BID SUMMARY

19

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8 Common Areas

1.0 METAL DOORS

Supply and install 45mm thick insulated

metal doors, and complete with frames

(cost included), hardware and fixing all

necessary ironmongery (cost included)

as per manufacturer's detail and as

shown in drawing (See Schedule of

Doors)

1.1 Type D01 4.00 no.

1.2 Type D03 no.

1.3 Type D11 no.

1.4 Type D12 4.00 no.

1.5 Type D15 no.

2.0 WOOD DOORS

Supply and Install 45mm thk. hollow

core wooden flush doors on metal door

frame (cost included), complete with all

fixing accessories and necessary

ironmongery (cost included) finished

with wood veneer (cost included) as

shown in drawings (See Schedule of

Doors)

2.1 Type D02 no.

2.2 Type D04 no.

2.3 Type D05 no.

2.4 Type D07 no.

2.5 Type D08 6 no.

2.6 Type D09 no.

Bill 2.5/1

Sub-Total

Unit Rates excluding all taxes

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Cost Total Unit Cost Total

3.0 GLASS DOORS

Supply and install 6mm thk. tempered

glass doors with 45mm thk. solid wood

frame on metal door jamb complete

with all fixing accessories and

necessary ironmongeries (cost

included), fabricated and installed (See

Schedule of Doors)

3.1 Type D06 no. NA

4.0 FRAMELESS GLASS DOORS

Supply and install 10mm thk. tempered

glass doors frameless, complete with

all fixing accessories and necessary

ironmongeries (cost included),(See

Schedule of Doors)

4.1 Type D10 no.

5.0 DOOR FRAMES

Door jamb worked to required shape

complete with all accessories including

fixing steel studs and steel dowel

welded to back of frame finished with

approved paint as specified and shown

in the drawings

5.1 Metal Door jamb for Metal doors 25.10 m

5.2 Metal Door jamb for Wood Door 16.05 m

5.3 Metal Door jamb for Glass Door m

6.0 WOOD VENEER

6.1Wood venner finish profile on metal

door; to match the existing69.12 m²

6.2Wood venner finish profile on wood

door; to match the existing34.56 m²

Bill 2.5/2

Sub-Total

LabourItem Description Qty Unit

Unit Rates excluding all taxes

Brand Name MaterialTOTAL

Mat'l & Lab.

21

Unit Cost Total Unit Cost Total

7.0 PAINTING

7.1Automotive paint finish for general

surfaces on metal doors as specified165 m²

8.0 HARDWARE

Supply and fix following hardware

8.1 Hinges

8.1.1 Nippon GBB 1441 4.5"x4.5" US32D 42 no.

8.1.2 GTS 840 N/A no.

8.2 Lockset

8.2.1Yale VL6217 US26D Tubular Entrance

Leverset satin chrome4

no.

8.2.2Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder4

no.

8.2.3Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.4Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.5Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder 6 no.

8.2.6 GL 50S Corner lock N/A no.

8.3 Overhead Closer

8.3.1 Dorma TS91 18 no.

8.3.2 Dorma TS83 4 no.

8.4 Door Stop

8.4.1 Hager 241F US26D 10 no.

8.4.2 Perimter Seal (0.9m) N/A no.

8.4.3 Perimter Seal (5.1)

Hager 721 Tan 6 no.

8.4.4 Perimter Seal ( 6m )

Hager 721 Tan 4 no.

8.4.5 Flushbolts (Top & Bottom)

Hager 282D EXT. Flushbolt 12" US3 4 no.

8.4.6 Door Coordinator

Dorma SR390 Door Coordinator 4 no.

8.4.7 Threshold

Hager 436S 14 no.

8.4.8 Handle

Gentry Door Series JU-363 N/A no.

Bill 2.5/3

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/4

Sub-Total

23

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/5

Sub-Total

BILL 2.5 DOORS

PAGES

Bill 2.5/1

Bill 2.5/2

Bill 2.5/3

Bill 2.5/4

Bill 2.5/5

TOTAL TO BID SUMMARY

25

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8 Common Areas

1.0 LAVATORY COUNTER

Supply and fabrication of Lavatory

Counter including 12mm thk. Synthetic

Stone countertop with complete metal

support, hardware and accessories. As

shown in drawing, ID.903

1.1 Lavatory Counter - MT5 1 sum

as shown in drawing; ID.514

1.2 Lavatory Counter - FT5 1 sum

as shown in drawing; ID.512

1.3 Lavatory Counter - FT4 1 sum

as shown in drawing; ID.511

1.4 Lavatory Counter - MT4 1 sum

as shown in drawing; ID.513

2.0

Supply and fabrication of Build-up for

Water Closet & Urinal including 12mm

thk. Synthetic Stone SP1 countertop

with complete metal support, as shown

in drawing ID.904

2.1 Water Closet build-up 2650mmL 4 sets

2.2 Urinal build-up 1800mmL 2 sets

Bill 2.6/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/2

Sub-Total

27

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/3

Sub-Total

BILL 2.6 PLUMBING FIXTURES

PAGES

Bill 2.6/1

Bill 2.6/2

Bill 2.6/3

TOTAL CARRIED TO BID SUMMARY

29

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 8 Common Areas

1.0 PLUMBING FIXTURES

PF - 01

1.1

Siphon Jet Flushing Action. Sloan

Fixture & Flushometer Combination.

Afwall Flowise Elongated Toilet

3351.001

14 no.

PF - 02

1.2

Sensor-Activated Water Battery

Powered Flushometers, Sloan Optima

Plus 8186 HEU

4 no.

PF - 03

1.3

Petite Oval Under Counter Lavatory

Concealed Front Overflow. WP-0433

Victoria

10 no.

PF - 04

1.4Wall-Hung Wash Basin with Rear

Overflow. American Standard 09552 no.

PF - 05

1.5

Battery-powered, Sensor-Activated,

Electric Hand Washing Faucet, Sloan

SF-2350

12 no.

PF - 07

1.6

Single Handle Kitchen Faucet with

Pulldown Handspray Spout and

Retractable Hose, Symmons Sereno S-

2302-PD

NA no.

PF - 08

1.7Inset Kitchen Sink. Teka Universo

1112.0026NA no.

PF - 09

1.8Drop-In Sink with Single Drainboard,

Elkay ilr3322LNA no.

PF - 10

1.9Basin-Mounted Soap Dispenser.

Gamco G-64LB-610 no.

Bill 2.7/1

Sub-Total

Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

Item LabourDescription Qty

Unit Cost Total Unit Cost Total

PF - 11A

1.10Wall Recessed Waste Disposal and

Toilet Tissue Dispenser. Gamco TSC-76 no.

PF - 11B

1.11Partition Recessed Waste Disposal and

Toilet Tissue Dispenser; Gamco TTD 74 no.

PF - 12

1.12

Recessed Towel Dispenser & Waste

Receptacle Combination Rough Wall

Opening Size

6 no.

PF - 14

1.13Two Way Wheel Chair Grab Bar.

Gamco 502 no.

PF - 15

1.146mm Thk. Frame Vanity Mirror with

Beveled Edges6 no.

PF - 16

1.15Surfaced Mounted Hand Dryer. Sloan

EHD501-WH6 no.

PF - 17

1.16Heavy Duty Clothes Hook with

Concealed Mounting. Bobrick B-211612 no.

PF - 18

1.17 Folding Utility Shelf. Bobrick B-287 6 no.

PF - 20

1.18Self Contained, Wall Mount Electric

Water Cooler. Elkay EZSVR8S3JO2 no. ADB Supplied

PF - 21

1.19Wall Mounted Automatic Hand

Sanitizer4 no. ADB Supplied

Bill 2.7/2

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

31

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/4

Sub-Total

33

BILL 2.7 PLUMBING FIXTURES

PAGES

Bill 2.7/1

Bill 2.7/2

Bill 2.7/3

Bill 2.7/4

TOTAL CARRIED TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

Others: Please Specify

A

B

C

Bill 2.8/1

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

35

Unit Cost Total Unit Cost Total

Bill 2.8/2

Sub-Total

Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

BILL 2.8 OTHERS

PAGES

Bill 2.8/1

Bill 2.8/2

TOTAL CARRIED TO BID SUMMARY

37

BID FINAL SUMMARY

3rd Atrium Office Fit-Out ( LEVEL 9 ) - Common Area

BID FINAL SUMMARY

2.0 ARCHITECTURAL WORKS ( L9 Common Area)

2.1 Internal Wall -

2.2 Wall Finishes -

2.3 Floor Finishes -

2.4 Ceiling Finishes -

2.5 Doors -

2.6 Joineries -

2.7 Plumbing Fixtures -

2.8 Others -

Sub-Total for Architectural Works -

TOTAL BID PRICE -

Amount in words :

Level 9 Floor Area = 248 sqm.

Bidders Info;

Submitted by:

Bill No. Description Amount (Php)

Bid documents for 3rd Atrium Office Fit-Out Summary/1

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9

CHB WALL AND CONCRETE UPSTAND

1.0

Concrete hollow block infilled with

mortar, laid in cement mortar with

approved plasticiser as specified

1.1 100mm thk CHB wall (W2) 338.20 m²

1.2 100mm thk CHB wall (W3) 129.96 m²

1.3 150mm thk CHB wall (W4) 229.52 m²

2.0Reinforced concrete upstand & AHU

Conc. Plinth including formwork

2.1 100 x 300mm high 89.00 lm

2.2 200mm thk. Concrete Plinth 2.7 cu

3.0

Steel reinforcement and anchorage

including hooks and cranks in CHB

wall and concrete upstand ; AHU Plinth

including Chem. Anchor

3.110mm dia. bar - to CHB Wall &

Upstand861.93 kg

3.2 10mm diameter bar - to AHU Plinth 541.65 kg

4.0 TOILET PARTITION

Toilet partition; 20mm think pre-fabricated

toilet partition including all stainless steel

standard fittings. Accessories and

anchorage as shown in drawing

4.1

approximately 2600mm wide

comprising of 3 doors and 1 no. of

1800mm deep side panel

4 set/s

4.2Urinal Partition; approximately 325mm

wide2 set/s

Bill 2.1/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

2

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/2

Sub-Total

3

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.1/3

Sub-Total

4

BILL 2.1 INTERNAL WALL

PAGES

Bill 2.1/1

Bill 2.1/2

Bill 2.1/3

TOTAL TO BID SUMMARY

5

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9

1.0 PLASTERING

1.1Cement and sand plastering to

concrete of CHB surfaces as specified1300 m²

2.0 BASE SCREED

2.1Cement and sand screed to receive

homogeneous floor tiles230 m²

3.0 TILE FINISHES

3.1

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT2) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

132 m²

3.2

Supply and lay 300mm x 600mm

Homogenous Wall Tiles (HT3) Non-

Skid/ Matte Finish on prepared screed

(cost separately) as specified; laid to

patterns, bedded and jointed with wall

adhesive and pointed with coloured anti-

microbial grout

78 m²

3.3

Supply and lay 600x600mm

Homogenous Tiles to match existing

White marble colour & grain (ST1)

95.14 m²

Bill 2.2/1

Sub-Total

Item LabourDescription Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

6

Unit Cost Total Unit Cost Total

3.4

Supply and lay 600x600mm

Homogenous Tiles to match existing

BIEGE marble colour & grain (ST-2)

51.84 m²

3.5

Supply and lay 600x600mm

Homogenous Tiles to match existing

RED marble colour & grain (ST-3)

5.47 m²

3.6

Supply and lay 600x600mm

Homogenous Tiles to match existing

Emperador Grey marble colour &

grain (ST-4)

1.02 m²

3.7

Supply and lay 600x600mm

Homogenous Tiles to match existing

Black marble colour & grain (ST-5)

2.08 m²

4.0 PAINT FINISHES

Prepare and apply one coat of sealer

and two finishing coats as specified all

in accordance to the manufacturer's

instructions

4.1 To Plastered wall 697 m²

OTHERS; PLS SPECIFY

Bill 2.2/2

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

7

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/3

Sub-Total

8

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.2/4

Sub-Total

9

BILL 2.2 WALL FINISHES

PAGES

Bill 2.2/1

Bill 2.2/2

Bill 2.2/3

Bill 2.2/4

TOTAL TO BID SUMMARY

10

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9

1.0 WATERPROOFING

1.1

Apply elastomeric waterproofing 3-ply

cold-applied, liquid type as specified or

approved equivalent.

108.00 m²

2.0 CONCRETE TOPPING

2.1Cement and sand screed topping with

wire mesh248.00 m²

3.0 BASE SCREED

3.1Cement and sand screed to receive

homogeneous floor tiles142.42 m²

4.0 TILES FINISHES

4.1

Supply and Install of 600x600mm

Homogenous Tiles to match existing

White Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-1)

21.86 m²

4.2

Supply and Install of 600x600mm

Homogenous tiles to match existing

Beige Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-2)

21.35 m²

Bill 2.3/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

11

Unit Cost Total Unit Cost Total

TILES FINISHES (cont'd)

4.3

Supply and Install of 600x600mm

Homogenous Tiles to match existing

Red Marble & Grain on prepared

screed (cost separately) as specified;

laid to patterns (ST-3)

5.72 m²

4.4

Supply and Install of 300mm x 600mm

Homogenous Floor Tiles to match

existing Non-Skid/Matte Finish (HT-1)

70.40 m²

5.0 PAINT FINISHES

5.1

Supply and application of epoxy floor

coating as specified (EP1) or

equivalent

80.85 m²

Bill 2.3/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

12

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide

here for works not covered by the

foregoing item but are either indicated

on the Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/3

Sub-Total

13

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.3/4

Sub-Total

14

BILL 2.3 FLOOR FINISHES

PAGES

Bill 2.3/1

Bill 2.3/2

Bill 2.3/3

Bill 2.3/4

TOTAL CARRIED TO BID SUMMARY

15

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9

1.0 SKIM COAT

1.1

Skim Coat (CF-05) to soffit of exposed

RC slab and suspended beams to

receive painting; paint cost separately

110.55 m²

2.0 SUSPENDED CEILING

2.1

Supply and install 12mm thk moisture

resistant mineral fiber ceiling (CF-01)

on metal furrings including suspesion

system complete with all necessary

supports and fixing accessories as

shown in drawings and specification;

paint cost separately.

79.20 m²

2.2Supply and install 12mm thk. Gypsum

Plaster board (CF-02); same57.00 m²

3.0 PAINT FINISHES

3.1Prepare and apply paint as specified to

false ceiling139 m²

3.2Prepare and apply emulsion paint (CF-

5) as specified to concrete surface110 m²

Bill 2.4/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/2

Sub-Total

17

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.4/3

Sub-Total

BILL 2.4 CEILING FINISHES

PAGES

Bill 2.4/1

Bill 2.4/2

Bill 2.4/3

TOTAL CARRIED TO BID SUMMARY

19

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9 Common Areas

1.0 METAL DOORS

Supply and install 45mm thick insulated

metal doors, and complete with frames

(cost included), hardware and fixing all

necessary ironmongery (cost included)

as per manufacturer's detail and as

shown in drawing (See Schedule of

Doors)

1.1 Type D01 6.00 no.

1.2 Type D03 no.

1.3 Type D11 2.00 no.

1.4 Type D12 4.00 no.

1.5 Type D15 no.

2.0 WOOD DOORS

Supply and Install 45mm thk. hollow

core wooden flush doors on metal door

frame (cost included), complete with all

fixing accessories and necessary

ironmongery (cost included) finished

with wood veneer (cost included) as

shown in drawings (See Schedule of

Doors)

2.1 Type D02 no.

2.2 Type D04 no.

2.3 Type D05 no.

2.4 Type D07 no.

2.5 Type D08 6 no.

2.6 Type D09 no.

Bill 2.5/1

Sub-Total

Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description

Unit Cost Total Unit Cost Total

3.0 GLASS DOORS

Supply and install 6mm thk. tempered

glass doors with 45mm thk. solid wood

frame on metal door jamb complete

with all fixing accessories and

necessary ironmongeries (cost

included), fabricated and installed (See

Schedule of Doors)

3.1 Type D06 no.

4.0 FRAMELESS GLASS DOORS

Supply and install 10mm thk. tempered

glass doors frameless, complete with

all fixing accessories and necessary

ironmongeries (cost included),(See

Schedule of Doors)

4.1 Type D10 NA no.

5.0 DOOR FRAMES

Door jamb worked to required shape

complete with all accessories including

fixing steel studs and steel dowel

welded to back of frame finished with

approved paint as specified and shown

in the drawings

5.1 Metal Door jamb for Metal doors 25.10 m

5.2 Metal Door jamb for Wood Door 16.05 m

5.3 Metal Door jamb for Glass Door m

6.0 WOOD VENEER

6.1Wood venner finish profile on metal

door; to match the existing69.12 m²

6.2Wood venner finish profile on wood

door; to match the existing34.56 m²

Bill 2.5/2

Sub-Total

LabourTOTAL

Mat'l & Lab.

Unit Rates excluding all taxes

Qty Unit Brand NameItem Description Material

21

Unit Cost Total Unit Cost Total

7.0 PAINTING

7.1Automotive paint finish for general

surfaces on metal doors as specified165 m²

8.0 HARDWARE

Supply and fix following hardware

8.1 Hinges

8.1.1 Nippon GBB 1441 4.5"x4.5" US32D 42 no.

8.1.2 GTS 840 N/A no.

8.2 Lockset

8.2.1Yale VL6217 US26D Tubular Entrance

Leverset satin chrome4

no.

8.2.2Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder4

no.

8.2.3Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.4Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin CylinderN/A

no.

8.2.5Yale M3813 URSS Full Entrance

Mortise Leverset, 6 pin Cylinder 6 no.

8.2.6 GL 50S Corner lock N/A no.

8.3 Overhead Closer

8.3.1 Dorma TS91 24 no.

8.3.2 Dorma TS83 4 no.

8.4 Door Stop

8.4.1 Hager 241F US26D 10 no.

8.4.2 Perimter Seal (0.9m) N/A no.

8.4.3 Perimter Seal (5.1)

Hager 721 Tan 6 no.

8.4.4 Perimter Seal ( 6m )

Hager 721 Tan 4 no.

8.4.5 Flushbolts (Top & Bottom)

Hager 282D EXT. Flushbolt 12" US3 4 no.

8.4.6 Door Coordinator

Dorma SR390 Door Coordinator 6 no.

8.4.7 Threshold

Hager 436S 14 no.

8.4.8 Handle

Gentry Door Series JU-363 N/A no.

Bill 2.5/3

Sub-Total

TOTAL

Mat'l & Lab.Item Description Qty Unit Brand Name Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/4

Sub-Total

23

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.5/5

Sub-Total

BILL 2.5 DOORS

PAGES

Bill 2.5/1

Bill 2.5/2

Bill 2.5/3

Bill 2.5/4

Bill 2.5/5

TOTAL TO BID SUMMARY

25

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9 Common Areas

1.0 LAVATORY COUNTER

Supply and fabrication of Lavatory

Counter including 12mm thk. Synthetic

Stone countertop with complete metal

support, hardware and accessories. As

shown in drawing, ID.903

1.1 Lavatory Counter - MT5 1 sum

as shown in drawing; ID.514

1.2 Lavatory Counter - FT5 1 sum

as shown in drawing; ID.512

1.3 Lavatory Counter - FT4 1 sum

as shown in drawing; ID.511

1.4 Lavatory Counter - MT4 1 sum

as shown in drawing; ID.513

2.0

Supply and fabrication of Build-up for

Water Closet & Urinal including 12mm

thk. Synthetic Stone SP1 countertop

with complete metal support, as shown

in drawing ID.904

2.1 Water Closet build-up 2650mmL 4 sets

2.2 Urinal build-up 1800mmL 2 sets

Bill 2.6/1

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/2

Sub-Total

27

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.6/3

Sub-Total

BILL 2.6 PLUMBING FIXTURES

PAGES

Bill 2.6/1

Bill 2.6/2

Bill 2.6/3

TOTAL CARRIED TO BID SUMMARY

29

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 9 )

Unit Cost Total Unit Cost Total

Notes

If there is any dicrepancy between the

schedule of finishes and ID Drawings,

ID Drawings shall govern over the

Schedule of Finishes.

LEVEL 9 Common Areas

1.0 PLUMBING FIXTURES

PF - 01

1.1

Siphon Jet Flushing Action. Sloan

Fixture & Flushometer Combination.

Afwall Flowise Elongated Toilet

3351.001

16 no.

PF - 02

1.2

Sensor-Activated Water Battery

Powered Flushometers, Sloan Optima

Plus 8186 HEU

4 no.

PF - 03

1.3

Petite Oval Under Counter Lavatory

Concealed Front Overflow. WP-0433

Victoria

10 no.

PF - 04

1.4Wall-Hung Wash Basin with Rear

Overflow. American Standard 09552 no.

PF - 05

1.5

Battery-powered, Sensor-Activated,

Electric Hand Washing Faucet, Sloan

SF-2350

12 no.

PF - 07

1.6

Single Handle Kitchen Faucet with

Pulldown Handspray Spout and

Retractable Hose, Symmons Sereno S-

2302-PD

NA no.

PF - 08

1.7Inset Kitchen Sink. Teka Universo

1112.0026NA no.

PF - 09

1.8Drop-In Sink with Single Drainboard,

Elkay ilr3322LNA no.

PF - 10

1.9Basin-Mounted Soap Dispenser.

Gamco G-64LB-610 no.

Bill 2.7/1

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

Unit Cost Total Unit Cost Total

PF - 11A

1.10Wall Recessed Waste Disposal and

Toilet Tissue Dispenser. Gamco TSC-76 no.

PF - 11B

1.11Partition Recessed Waste Disposal and

Toilet Tissue Dispenser; Gamco TTD-74 no.

PF - 12

1.12

Recessed Towel Dispenser & Waste

Receptacle Combination Rough Wall

Opening Size

6 no.

PF - 14

1.13Two Way Wheel Chair Grab Bar.

Gamco 502 no.

PF - 15

1.146mm Thk. Frame Vanity Mirror with

Beveled Edges6 no.

PF - 16

1.15Surfaced Mounted Hand Dryer. Sloan

EHD501-WH6 no.

PF - 17

1.16Heavy Duty Clothes Hook with

Concealed Mounting. Bobrick B-211612 no.

PF - 18

1.17 Folding Utility Shelf. Bobrick B-287 6 no.

PF - 20

1.18Self Contained, Wall Mount Electric

Water Cooler. Elkay EZSVR8S3JO2 no.

PF - 21

1.19Wall Mounted Automatic Hand

Sanitizer4 no.

Bill 2.7/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

31

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Provide details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 2.7/4

Sub-Total

33

BILL 2.7 PLUMBING FIXTURES

PAGES

Bill 2.7/1

Bill 2.7/2

Bill 2.7/3

Bill 2.7/4

TOTAL CARRIED TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out ( LEVEL 8 )

Unit Cost Total Unit Cost Total

1.0 Others: Please Specify

1.1

1.2

1.3

Bill 2.8/1

Sub-Total

Unit Rates excluding all taxes

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

35

Material Labour Others Total

Bill 2.8/2

Sub-Total

Item Description Qty Unit Brand NameUnit Rates excluding all taxes

Amount (Php)

BILL 2.8 OTHERS

PAGES

Bill 2.8/1

Bill 2.8/2

TOTAL CARRIED TO BID SUMMARY

37

3rd Atrium Office Fit-Out ( LEVELS 2, 3, 8 & 9 )

BID FINAL SUMMARY

3.1 MECHANICAL WORKS

3.1.1 Mechanical Works - Level 2

3.1.2 Mechanical Works - Level 3 - Common Area

3.1.3 Mechanical Works - Level 8 - Common Area

3.1.4 Mechanical Works - Level 9 - Common Area

TOTAL BID PRICE (L2+L3+L8+L9)

Amount in words :

Bidders Info;

Submitted by:

Bill No. Description

-

-

-

-

-

Level 2 Floor Area = 2,312 sqm.

Level 3 Floor Area = 226 sqm.

Level 8 Floor Area = 230 sqm.

Level 9 Floor Area = 248 sqm.

Total Area = 3016 sqm

Amount (Php)

Asian Development Bank3rd Atrium Proposed Office Fit-Out L2

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with standards specified in

the Mechanical plans.

Cost of all items shall include additional installation requirements

indicated in the technical specifications.

LEVEL 2

Mechanical Ventilation System

G.I. sheet rectangular duct and accessories conforming ASTM A

653; SMACNA ACMV Duct Construction Standards

A Gauge 26 65.00 sqm

B TDC Duct Connection

TDC Corner Angle 90 sets

TDC Clip 45 sets

Duct Gasket 3 roll

Nuts & Bolt 3/8" diameter 135 sets

Ductwork ancillaries; including all necessary support and

accessories

C Volume control dampers

150 mm x 150 mm @ Toilet , NER 3.00 No

150 mm x 150 mm @ Toilet , NER 16.00 No

200 mm x 200 mm @ Concessionaire EAG 2.00 No

250 mm x 200 mm 1.00 No

D Fire Dampers

200 mm x 200 mm @ Concessionaire 1.00 No

250 mm x 200 mm @ Riser to Main Branch 3.00 No

E Transfer Air Grille w/ Transfer Air Duct

250 mm x 250 mm 4.00 No

F Exhaust air grilles

150 mm x 150 mm @ TOILET, NER 19.00 No

200 mm x 200 mm @ Concessionaire 2.00 No

Bill 3.1.1/1

Sub-Total

ADB Supplied

Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ADB Supplied

Item Description Qty Unit

3

Unit Cost Total Unit Cost Total

Air-Conditioning System

AG.I. sheet rectangular duct and accessories conforming ASTM A

653; SMACNA ACMV Duct Construction Standards

Gauge 26 381.00 sqm

Gauge 22 248.00 sqm

Gauge 20 759.00 sqm

Gauge 18 124.00 sqm

B TDC Duct Connection

TDC Corner Angle 1800 sets

TDC Clip 900 sets

Duct Gasket 106 roll

Nuts & Bolt 3/8" diameter 2700 sets

C Flexible Ducts

200 mm Ø; length 500 - 1500 mm 156.00 lm

D Mechanical Insulation

Perforated Inner Steel for Noise Reduction 55.00 sqm

Fiberglass w/ Black Matting 452.00 sqm

Ductwork ancillaries; including all necessary support and

accessories

E Volume control dampers

200 mm x 200 mm @ SUPPLY PLENUM 167.00 No

350 mm x 200 mm @ DUCT BEFORE FPU 1.00 No

450 mm x 200 mm @ DUCT BEFORE FPU 3.00 No

450 mm x 200 mm @ DUCT BEFORE FPU 3.00 No

500 mm x 200 mm @ DUCT BEFORE FPU 3.00 No

550 mm x 200 mm @ DUCT BEFORE FPU 3.00 No

600 mm x 200 mm @ DUCT BEFORE FPU 3.00 No

600 mm x 400 mm @ DUCT BEFORE FPU 1.00 No

650 mm x 200 mm @ DUCT BEFORE FPU 1.00 No

700 mm x 200 mm @ DUCT BEFORE FPU 2.00 No

700 mm x 200 mm @ DUCT BEFORE FPU 1.00 No

750 mm x 200 mm @ DUCT BEFORE FPU 1.00 No

800 mm x 200 mm @ DUCT BEFORE FPU 4.00 No

F Fire Dampers

200 mm x 200 mm @ SUPPLY PLENUM 2.00 No

1600 mm x 500 mm @ AHU Supply Duct 4.00 No

G Motorized Damper

1600 mm x 500 mm @ AHU Supply Duct 2.00 No

1600 mm x 500 mm @ AHU Supply Duct 2.00 No

Bill 3.1.1/2

Sub-Total

ADB Supplied

Unit

ADB Supplied

ADB Supplied

Labour

ADB Supplied

ADB Supplied

ADB Supplied

ADB Supplied

ADB Supplied

Unit Rates excluding all taxes

ADB Supplied

MaterialItem Description Qty Brand NameTOTAL

Mat'l & Lab.

ADB Supplied

ADB Supplied

ADB Supplied

Unit Cost Total Unit Cost Total

H Motorized Smoke Fire Dampers

230 mm x 330 mm @ FPU 14.00 No

365 mm x 380 mm @ FPU 10.00 No

1100 mm x 200 mm @ MAIN DUCTS 4.00 No

1600 mm x 500 mm @ AHU Return 2.00 No

I Supply air grilles

150 mm x 150 mm @ STORAGE & PANTRY 2.00 No

200 mm x 200 mm @ CONCESSIONAIRE 2.00 No

J Linear Air Plenum; Supply Diffuser

900 mm x 100 mm 121.00 No

900 mm x 150 mm 2.00 No

K Supply Light Air Diffuser

1200 mm length; 2 sided 43.00 No

L Continuous Supply Linear Diffuser .

1 slot, length 900 mm - 1200 mm 2.00 No

2 slots; length 900 mm - 1200 mm 46.00 No

3 slots; length 900 mm - 1200 mm 4.00 No

4 slots, length 900 mm - 1200 mm 1.00 No

M Transfer Air Duct

250 mm x 250 mm @ Electrical,Storage, 4.00 No

1100 mm x 200 mm @ MAIN DUCT 3.00 No

N Duct Silencer

1600 mm x 500 mm @@ AHU 4.00 No

OSupply and fix specified or approved equipment/device and

ancillaries

BTU Meter assembly 2.00 No

PFan powered units, including all necessary insulation, controls,

accessories and connections; to complete the system as required

FPU-01; 200 - 470 l/s air flow rate 14.00 No

FPU-02; 471 - 730 l/s air flow rate 10.00 No

QVariable air volume; including all necessary insulation, controls

and connections; to complete the system as required

VAV; Air flow rate: 153 l/s 2.00 No

Maximum Outside Air Damper, 600x600 2 No

R

Air handling units; including insulation, electrical/control wirings,

conduits and all necessary accessories and connections, to

complete the system aa required

AHU; Cooling capacity 140.64 kW 2.00 No

Miscellaneous Items

S Testing and Commissioning 1 lot

T Miscellaneous Materials 1 lot

U Supporting Materials 1 lot

V Hardwares & Consumables 1 lot

Bill 3.1.1/3

Sub-Total

TOTAL

Mat'l & Lab.Item Description Qty Unit Brand Name Material

Unit Rates excluding all taxes

Labour

ADB SUPPLIED

ADB SUPPLIED

ADB Supplied

ADB SUPPLIED

ADB SUPPLIED

ADB Supplied

ADB Supplied

ADB Supplied

5

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here for works not covered by

the foregoing item but are either indicated on the Drawings or

described in the Specification or alluded elsewhere or which the

Bidder deems necessary for the proper execution and completion

of the works. If this item is left unpriced, it shall be deemed that

the same have been included and allowed for in the overall bid

price. No subsequent claim for extra payment arising for the

works due to lack of knowledge or any omissions of

incidental/ancillary obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.1/4

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the quantities of the forgoing

item, the bidder shall indicate and price such differences in the

quantities which are either indicated on the Drawings or

described in the Specification or alluded elsewhere or which the

Bidder deems necessary for the proper execution and completion

of the works. If there is no difference indicated hereunder, it shall

be deemed that the quantities for the forgoing items are

consistent with the requirements of the Works. No subsequent

claim for extra payment shall be allowed if the quantities are

found to be different from the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.1/5

Sub-Total

7

BILL 3.1.1 MECHANICAL LEVEL 2

PAGES

Bill 3.1.1/1

Bill 3.1.1/2

Bill 3.1.1/3

Bill 3.1.1/4

Bill 3.1.1/5

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L3

Unit Cost Total Unit Cost Total

LEVEL 3

Mechanical Ventilation System

Steel sheet rectangular duct and accessories

conforming ASTM A 653; SMACNA ACMV Duct

Construction Standards

A Gauge 26 65.00 sqm

B TDC Duct Connection

TDC Corner Angle 90 sets

TDC Clip 45 sets

Duct Gasket 3 roll

Nuts & Bolt 3/8" diameter 135 sets

Ductwork ancillaries; including all necessary support

and accessories

C Volume control dampers

150 mm x 150 mm @ TOILET 18.00 No

200 mm x 200 mm @ TOILET 4.00 No

D Fire Dampers

250 mm x 200 mm @ Riser to Main Branch 4.00 No

E Transfer Air Grille w/ Transfer Air Duct

250 mm x 250 mm 4.00 No

F Exhaust air grilles

150 mm x 150 mm 20.00 No

G

Variable air volume; including all necessary insulation,

controls and connections; to complete the system as

required

VAV; Air flow rate: 153 l/s 2.00 No

Maximum Outside Air Damper, 600x600 2 No

H

Air handling units; including insulation, electrical/control

wirings, conduits and all necessary accessories and

connections, to complete the system aa required

AHU; Cooling capacity 140.64 kW 2.00 No

I Fire Dampers

1600 mm x 500 mm @ AHU Supply duct 3.00 No

1600 mm x 500 mm @ AHU Supply duct 1.00 No

J Motorized Damper

1600 mm x 500 mm @ AHU Supply duct 4.00 No

K Duct Silencer

1600 mm x 500 mm @@ AHU Supply duct 4.00 No

L Motorized Smoke Fire Dampers

1600 mm x 500 mm @ AHU Return 2.00 No

Miscellaneous Items

A Testing and Commissioning 1.00 lot

B Miscellaneous Materials 1 lot

C Supporting Materials 1 lot

D Hardwares & Consumables 1 lot

Bill 3.1.2/1

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxes

ADB SUPPLIED

ADB SUPPLIED

ADB Supplied

ADB Supplied

TOTAL

Mat'l & Lab.Material Labour

9

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here for works not

covered by the foregoing item but are either indicated

on the Drawings or described in the Specification or

alluded elsewhere or which the Bidder deems

necessary for the proper execution and completion of

the works. If this item is left unpriced, it shall be deemed

that the same have been included and allowed for in

the overall bid price. No subsequent claim for extra

payment arising for the works due to lack of knowledge

or any omissions of incidental/ancillary obvious works

will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.2/2

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the quantities of the

forgoing item, the bidder shall indicate and price such

differences in the quantities which are either indicated

on the Drawings or described in the Specification or

alluded elsewhere or which the Bidder deems

necessary for the proper execution and completion of

the works. If there is no difference indicated hereunder,

it shall be deemed that the quantities for the forgoing

items are consistent with the requirements of the

Works. No subsequent claim for extra payment shall be

allowed if the quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.2/3

Sub-Total

11

BILL 3.1.2 MECHANICAL LEVEL 3

Bill 3.1.2/1

Bill 3.1.2/2

Bill 3.1.2/3

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L8

Unit Cost Total Unit Cost Total

LEVEL 8

Mechanical Ventilation System

Steel sheet rectangular duct and accessories

conforming ASTM A 653; SMACNA ACMV Duct

Construction Standards

A Gauge 26 65.00 sqm

B TDC Duct Connection

TDC Corner Angle 90 sets

TDC Clip 45 sets

Duct Gasket 3 roll

Nuts & Bolt 3/8" diameter 135 sets

Ductwork ancillaries; including all necessary support

and accessories

C Volume control dampers

150 mm x 150 mm @ TOILET 18.00 No

200 mm x 200 mm @ TOILET 4.00 No

D Fire Dampers

250 mm x 200 mm @ Riser to Main Branch 4.00 No

E Transfer Air Grille w/ Transfer Air Duct

250 mm x 250 mm 4.00 No

F Exhaust air grilles

150 mm x 150 mm 20.00 No

Air-Conditioning System

H Motorized Smoke Fire Dampers,

1600 mm x 500 mm, AHU Return 2.00 No

I

Variable air volume; including all necessary

insulation, controls and connections; to complete the

system as required

VAV; Air flow rate: 153 l/s 2.00 No

Maximum Outside Air Damper, 600x600 2 No

J

Air handling units; including insulation,

electrical/control wirings, conduits and all necessary

accessories and connections, to complete the system

aa required

AHU; Cooling capacity 140.64 kW 2.00 No

K Fire Dampers

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

L Motorized Damper

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

M Duct Silencer

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

Miscellaneous Items

A Testing and Commissioning 1.00 lot

B Miscellaneous Materials 1 lot

C Supporting Materials 1 lot

D Hardwares & Consumables 1 lot

Bill 3.1.3/1

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxes

ADB SUPPLIED

ADB SUPPLIED

ADB Supplied

TOTAL

Mat'l & Lab.Material Labour

13

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here for works not

covered by the foregoing item but are either indicated

on the Drawings or described in the Specification or

alluded elsewhere or which the Bidder deems

necessary for the proper execution and completion of

the works. If this item is left unpriced, it shall be

deemed that the same have been included and

allowed for in the overall bid price. No subsequent

claim for extra payment arising for the works due to

lack of knowledge or any omissions of

incidental/ancillary obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.3/2

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the quantities of

the forgoing item, the bidder shall indicate and price

such differences in the quantities which are either

indicated on the Drawings or described in the

Specification or alluded elsewhere or which the

Bidder deems necessary for the proper execution

and completion of the works. If there is no difference

indicated hereunder, it shall be deemed that the

quantities for the forgoing items are consistent with

the requirements of the Works. No subsequent claim

for extra payment shall be allowed if the quantities

are found to be different from the drawings and

specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.3/3

Sub-Total

15

BILL 3.1.3 MECHANICAL LEVEL 8

Bill 3.1.3/1

Bill 3.1.3/2

Bill 3.1.3/3

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L9

Unit Cost Total Unit Cost Total

LEVEL 9

Notes

Installation of all items shall comply with standards

specified in the Mechanical plans.

Cost of all items shall include additional installation

requirements indicated in the technical

specifications.

LEVEL 9

Mechanical Ventilation System

Steel sheet rectangular duct and accessories

conforming ASTM A 653; SMACNA ACMV Duct

Construction Standards

A Gauge 26 65.00 sqm

B TDC Duct Connection

TDC Corner Angle 90 sets

TDC Clip 45 sets

Duct Gasket 3 roll

Nuts & Bolt 3/8" diameter 135 sets

Ductwork ancillaries; including all necessary support

and accessories

C Volume control dampers

150 mm x 150 mm 24.00 No

D Exhaust air grilles

150 mm x 150 mm 24.00 No

E Fire Damper

250 mm x 200 mm @ Riser to Main Branch 2.00 No

F Transfer Air Duct

250 mm x 200 mm 2.00 No

250 mm x 250 mm 9.00 No

Bill 3.1.4/1

Sub-Total

Unit Brand NameTOTAL

Mat'l & Lab.Material LabourItem

Unit Rates excluding all taxes

Description Qty

17

Unit Cost Total Unit Cost Total

Air-Conditioning System

G Motorized Smoke Fire Dampers

1600 mm x 500 mm @ AHU Return 2.00 No

H

Variable air volume; including all necessary

insulation, controls and connections; to complete the

system as required

VAV; Air flow rate: 153 l/s 2.00 No

Maximum Outside Air Damper, 600x600 2 No

J

Air handling units; including insulation,

electrical/control wirings, conduits and all necessary

accessories and connections, to complete the

system aa required

AHU; Cooling capacity 140.64 kW 2.00 No

K Fire Dampers

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

L Motorized Damper

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

M Duct Silencer

1600 mm x 500 mm @ AHU SUPPLY DUCT 4.00 No

Miscellaneous Items

A Testing and Commissioning 1.00 lot

B Miscellaneous Materials 1 lot

C Supporting Materials 1 lot

D Hardwares & Consumables 1 lot

Bill 3.1.4/2

Sub-Total

Brand Name

ADB SUPPLIED

TOTAL

Mat'l & Lab.Material Labour

ADB SUPPLIED

Unit Rates excluding all taxes

Item Description Qty Unit

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here for works

not covered by the foregoing item but are either

indicated on the Drawings or described in the

Specification or alluded elsewhere or which the

Bidder deems necessary for the proper execution

and completion of the works. If this item is left

unpriced, it shall be deemed that the same have

been included and allowed for in the overall bid

price. No subsequent claim for extra payment arising

for the works due to lack of knowledge or any

omissions of incidental/ancillary obvious works will

be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.4/3

Sub-Total

19

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the quantities of

the forgoing item, the bidder shall indicate and price

such differences in the quantities which are either

indicated on the Drawings or described in the

Specification or alluded elsewhere or which the

Bidder deems necessary for the proper execution

and completion of the works. If there is no difference

indicated hereunder, it shall be deemed that the

quantities for the forgoing items are consistent with

the requirements of the Works. No subsequent claim

for extra payment shall be allowed if the quantities

are found to be different from the drawings and

specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.1.4/4

Sub-Total

BILL 3.1.4 MECHANICAL LEVEL 9

PAGES

Bill 3.1.4/1

Bill 3.1.4/2

Bill 3.1.4/3

Bill 3.1.4/4

TOTAL TO BID SUMMARY

21

3rd Atrium Office Fit-Out ( LEVEL 2, 3, 8 & 9 )

BID FINAL SUMMARY

3.2 ELECTRICAL WORKS

3.2.1 Electrical Level 2

3.2.2 Electrical Level 3 - Common Area

3.2.3 Electrical Level 8 - Common Area

3.2.4 Electrical Level 9 - Common Area

TOTAL BID PRICE (L2+L3+L8+L9)

Amount in words :

Bidders Info;

Submitted by:

Bill No. Description

-

-

-

-

-

Level 2 Floor Area = 2,312 sqm.

Level 3 Floor Area = 226 sqm.

Level 8 Floor Area = 230 sqm.

Level 9 Floor Area = 248 sqm.

Total Floor Area = 3,016 sqm.

Amount (Php)

Asian Development Bank3rd Atrium Proposed Office Fit-Out L2

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the electrical

plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.2 .1 LEVEL 2

CONDUCTORS AND CABLES

Supply, installation and commissioning

of all low voltage conductors and cables

including termination to existing panel

boards, ECBs and devices; inclusive of

all accessories required for complete

installation as specified

A 3.5 mm² THHN Wire (Red) 1,275.00 lm

B 3.5 mm² THHN Wire (Blue) 1,275.00 lm

C 3.5 mm² THHN Wire (Yellow) 1,275.00 lm

D 3.5 mm² THHN Wire (White) 3,825.00 lm

E 3.5 mm² THHN Wire (Green) 3,825.00 lm

F 22 mm² THHN Wire (Red) 18.00 lm

G 22 mm² THHN Wire (Blue) 18.00 lm

H 22 mm² THHN Wire (Yellow) 18.00 lm

I 8.0 mm² THHN Wire (Green) 18.00 lm

J 24 AWG TF Cable 15.00

K 24 AWG STP 15.00

L 18 AWG Fine Strand Cable 468.00 lm

M 2C STP Cable 20.00 lm

N CAT 6 Cable 20.00 lm

O Wiring Connectors1.00

lot

For BMS Wirings

A CAT 6E 122.00 lm

B 18 AWG TF WIRE 2,402.00 lm

C 24 AWG TF WIRE 1,210.00

For Public Address System Wirings

A #16 AWG 2C TF Wire 618.00 lm

For Fire Dectection and Alarm

system Wirings

A #16 TF 2C Shielded wire 1,120.00 lm

Bill 3.2.1/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

3

Unit Cost Total Unit Cost Total

RACEWAY AND BOXES

Supply, installation and commissioning

of all conduits and boxes including

fittings, supports and accessories for

complete installation as specified.

A 15 mm Ø IMC 3,825 lm

B 15 mm Ø FMC 448 lm

C 32 mm Ø IMC 18 lm

D Conduit Fittings 1.00 lot

E Conduit Supports 1.00 lot

F400 mm (W) x 75 mm (D) Straight type

3-Compartment Under Floor Trunking49 lm

G

400 mm (W) x 75 mm (D) Cross type

Reducer 3-Compartment Under Floor

Trunking

4 No

H

400 mm (W) x 75 mm (D) Tee type

Reducer 3-Compartment Under Floor

Trunking

8 No

I300 mm (W) x 75 mm (D) Straight type

Reducer Under Floor Trunking6 lm

J250 mm (W) x 75 mm (D) Straight Type

3-Compartment Under Floor Trunking715 lm

K250 mm (W) x 75 mm (D) Cross Type 3-

Compartment Under Floor Trunking23 No

L250 mm (W) x 75 mm (D) Tee Type 3-

Compartment Under Floor Trunking76 No

M250 mm (W) x 75 mm (D) Elbow Type 3-

Compartment Under Floor Trunking21 No

N200 mm (W) x 75 mm (D) Straight Type

2-Compartment Under Floor Trunking6 No

O Service Box 128.00 No

P Trunking Fittings 1.00 lot

Q Junction Box 423.00 No

For BMS Conduits

A 15 mm Ø IMC 983.00 lm

BPull Box 250mm(W) x 250mm(H) x

150mm(D) 1.00No

For Public Address System Conduits

A 15 mm Ø IMC 618.00 lm

BPull Box 250mm(W) x 250mm(H) x

150mm(D) 1.00No

For Fire Detection and Alarm System

Conduits

A 15 mm Ø IMC 560.00 lm

BPull Box 250mm(W) x 250mm(H) x

150mm(D) 1.00No

Bill 3.2.1/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

Unit Cost Total Unit Cost Total

WIRING DEVICES

Supply, installation and commissioning

of all devices for switching and outlets;

inclusive of all necessary supports,

boxes and accessories for complete

installation as specified.

ASimplex receptacle outlet, 15A, 250V,

Grounding Type, Twist lock2 No

BCeiling mounted single receptacle outlet

for fan power unit, Twist lock 24.00No

CCeiling mounted simplex outlet twist

lock 4.00No

D

Simplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots, Wall

mounted 94.00

No

E

Simplex receptacle outlet, 15A, 250V,

Grounding Type, for Service Box

(Normal) 128.00

No

F

Simplex receptacle outlet, 15A, 250V,

Isolated Grounding Type, for Service

Box (UPS) 128.00

No

G Hand dryer outlet 1.00 No

H Passive Infrared/Motion Sensor 60.00 No

I Daylight Sensor 26.00 No

J Relay Panel 26.00 No

K One-gang Switch 18 No

L 2 Button Switch On, Off 26.00 No

M5 Button Switch On, Max Bright, Dim,

Off 26.00No

N Smart Bus Controller 2.00 No

O Smart 4 channel dry contact 4.00 No

P Status module 4.00 No

Q Control module 4.00 No

R Power Supply 24Vdc 2.00 No

S Master Switch 2.00 No

T 125AT,3P, 380V NEMA-1 2.00 No

U Utility Box 587.00 No

Bill 3.2.1/3

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

5

Unit Cost Total Unit Cost Total

INTERIOR LUMINAIRES

Supply, installation and commissioning

of all interior luminaires; inclusive of all

fixtures, necessary supports and

accessories for complete installation as

specified.

AL1: 2x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER "TUBE ONLY"30 No

L1: 2x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER "PACKAGE"30 No

B

L1: 2x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER (DIMMABLE)

"TUBE ONLY"

37 No

CL2: 1x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER "TUBE ONLY" 78.00 No

L2: 1x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER "PACKAGE" 78.00 No

D

L2: 1x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER (DIMMABLE)

"TUBE ONLY" 44.00No

E

L2: 1x18W LED TUBE T5 WARM WHITE

RECESSED TROFFER W/ EMERGENCY

BATTERY PACK (DIMMABLE) "TUBE

ONLY" 6.00

No

GL3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH 23.00 No

H

L3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH W/ EMEGENCY

BATTERY PACK 8.00No

IL4: 1x9W LED LAMP W/ BLACK

POLYCARBONATE GEAR COVER 138.00 No

J

L4: 1x9W LED LAMP W/ BLACK

POLYCARBONATE GEAR COVER

(DIMMABLE) 10.00No

K

L4: 1x9W LED W/ BLACK

POLYCARBONATE GEAR COVER W/

EMERGENCY BATTERY PACK 44.00No

LL5: 2x18W T5 LED SURFACE MOUNTED

"TUBE ONLY" 10.00 No

L5: 2x18W T5 LED SURFACE MOUNTED

"PACKAGE" 10.00 No

M

L5: 2x18W T5 LED SURFACE MOUNTED

W/ EMEGENCY BATTERY PACK "TUBE

ONLY" 8.00No

L5: 2x18W T5 LED SURFACE MOUNTED

W/ EMEGENCY BATTERY PACK

"PACKAGE" 8.00No

NL6: 1x18W T5 LED SUSPENDED "TUBE

ONLY" 3.00 No

L6: 1x18W T5 LED SUSPENDED

"PACKAGE" 3.00 No

OL6: 1x18W T5 LED SUSPENDED W/

BATTERY PACK "TUBE ONLY" 1.00 No

L6: 1x18W T5 LED SUSPENDED W/

BATTERY PACK "PACKAGE" 1.00 No

P Relocation of Exit Light 16.00 No

Bill 3.2.1/4

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

A

Hardwares and Consumables (including

nuts, bolts, electrical tape, cement,

cutting discs, drill bits, sealants and

others)

1 lot

B Testing and Commissioning 1 lot

C

Start -up, Field commissioning testing

inclusive of User Orientation /

Installation cost for leviton lighting

controls at level 2

1 lot

Bill 3.2.1/5

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

7

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.1/6

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.1/7

Sub-Total

9

BILL 3.2.1 ELECTRICAL LEVEL 2

PAGES

Bill 3.2.1/1

Bill 3.2.1/2

Bill 3.2.1/3

Bill 3.2.1/4

Bill 3.2.1/5

Bill 3.2.1/6

Bill 3.2.1/7

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L3

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply

with standards specified in the electrical

plans.

Cost of all items shall include additional

installation requirements indicated in

the technical specifications.

3.2.2 LEVEL 3 (Common Area)

CONDUCTORS AND CABLES

Supply, installation and commissioning

of all low voltage conductors and cables

including termination to existing panel

boards, ECBs and devices; inclusive of

all accessories required for complete

installation as specified

A 3.5 mm² THHN Wire (Red) 318.00 lm

B 3.5 mm² THHN Wire (Yellow) 318.00 lm

C 3.5 mm² THHN Wire (Blue) 318.00 lm

D 3.5 mm² THHN Wire (White) 954.00 lm

E 3.5 mm² THHN Wire (Green) 954.00 lm

F 22 mm² THHN Wire (Red) 18.00 lm

G 22 mm² THHN Wire (Blue) 18.00 lm

H 22 mm² THHN Wire (Yellow) 18.00 lm

I 8.0 mm² THHN Wire (Green) 18.00 lm

J Wiring Connectors 1.00 lot

For Public Address System Wirings

A #16 AWG 2C TF Wire 207.00 lm

For Fire Detection and Alarm System

Wirings

A #16 TF 2C Shielded wire 310.00 lm

RACEWAY AND BOXES

Supply, installation and commissioning

of all conduits and boxes including

fittings, supports and accessories for

complete installation as specified.

A 15 mm Ø IMC 318.00 lm

B 15 mm Ø FMC 49 lm

32 mm Ø IMC 18 lm

C Conduit Fittings 1.00 lot

D Conduit Supports 1.00 lot

E Utility Box 20.00 No

F Junction Box 54.00 No

For Public Address System Wirings

A 15 mm Ø IMC 207.00 lm

For Fire Detection and Alarm System

Wirings

A 15 mm Ø IMC 155.00 lm

WIRING DEVICES

Supply, installation and commissioning

of all devices for switching and outlets;

inclusive of all necessary supports,

boxes and accessories for complete

installation as specified.

ASimplex receptacle outlet, 15A, 250V,

Grounding Type, Twist Lock2 No

ASimplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots2 No

B

Simplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots, Wall

mounted 8.00

No

C Hand dryer Outlet 4.00 No

D Motion Sensor 5.00 No

E One-gang Switch 4 No

F 125AT,3P, 380V NEMA-1 2.00 No

Bill 3.2.2/1

Sub-Total

Item LabourDescription Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

11

Unit Cost Total Unit Cost Total

INTERIOR LUMINAIRES

Supply, installation and commissioning

of all interior luminaires; inclusive of all

fixtures, necessary supports and

accessories for complete installation as

specified.

AL3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH22 No

B

L3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH W/ EMEGENCY

BATTERY PACK

7 No

CL4: 1x9W LED LAMP W/ BLACK

POLYCARBONATE GEAR COVER4 No

EL5: 2x18W T5 SURFACE MOUNTED "TUBE ONLY" 6.00 No

L5: 2x18W T5 SURFACE MOUNTED FL

"PACKAGE" 6.00 No

FL5: 2x18W T5 SURFACE MOUNTED W/

EMEGENCY BATTERY PACK "TUBE

ONLY" 2.00No

L5: 2x18W T5 SURFACE MOUNTED W/

EMEGENCY BATTERY PACK "PACKAGE" 2.00No

GL6: 1x18W T5 SUSPENDED "TUBE

ONLY" 2.00 No

L6: 1x18W T5 SUSPENDED "PACKAGE" 2.00 No

HL6: 1x18W T5 SUSPENDED FL W/

BATTERY PACK "TUBE ONLY" 2.00 No

L6: 1x18W T5 SUSPENDED FL W/

BATTERY PACK "PACKAGE" 2.00 No

MISCELLANEOUS ITEMS

Supply and installation of

miscellaneous items and all other

works required to complete the system.

A

Hardwares and Consumables (including

nuts, bolts, electrical tape, cement,

cutting discs, drill bits, sealants and

others)

1 lot

B Testing and Commissioning 1 lot

Bill 3.2.2/2

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.2/3

Sub-Total

13

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.2/4

Sub-Total

BILL 3.2.2 ELECTRICAL LEVEL 3

PAGES

Bill 3.2.2/1

Bill 3.2.2/2

Bill 3.2.2/3

Bill 3.2.2/4

TOTAL TO BID SUMMARY

15

Asian Development Bank3rd Atrium Proposed Office Fit-Out L8

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the electrical

plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.2.3 LEVEL 8 (Common Area)

CONDUCTORS AND CABLES

Supply, installation and commissioning

of all low voltage conductors and cables

including termination to existing panel

boards, ECBs and devices; inclusive of

all accessories required for complete

installation as specified

A 3.5 mm² THHN Wire (Red) 318.00 lm

B 3.5 mm² THHN Wire (Yellow) 318.00 lm

C 3.5 mm² THHN Wire (Blue) 318.00 lm

D 3.5 mm² THHN Wire (White) 954.00 lm

E 3.5 mm² THHN Wire (Green) 954.00 lm

F Wiring Connectors 1.00 lot

For Public Address System Wirings

A #16 AWG 2C TF Wire 207.00 lm

For Fire Detection and Alarm System

Wirings

A #16 TF 2C Shielded wire 310.00 lm

RACEWAY AND BOXES

Supply, installation and commissioning

of all conduits and boxes including

fittings, supports and accessories for

complete installation as specified.

A 15 mm Ø IMC 318.00 lm

B 15 mm Ø FMC 49 lm

C Conduit Fittings 1.00 lot

D Conduit Supports 1.00 lot

E Utility Box 20.00 No

F Junction Box 54.00 No

For Public Address System Wirings

A 15 mm Ø IMC 207.00 lm

For Fire Detection and Alarm System

Wirings

A 15 mm Ø IMC 155.00 lm

WIRING DEVICES

Supply, installation and commissioning

of all devices for switching and outlets;

inclusive of all necessary supports,

boxes and accessories for complete

installation as specified.

ASimplex receptacle outlet, 15A, 250V,

Grounding Type, Twist Lock2 No

ASimplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots2 No

B

Simplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots, Wall

mounted 8.00

No

C Hand dryer Outlet 4.00 No

D Motion Sensor 5.00 No

E One-gang Switch 4 No

Bill 3.2.3/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

INTERIOR LUMINAIRES

Supply, installation and commissioning

of all interior luminaires; inclusive of all

fixtures, necessary supports and

accessories for complete installation as

specified.

AL3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH22 No

B

L3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH W/ EMEGENCY

BATTERY PACK

7 No

CL4: 1x9W LED LAMP W/ BLACK

POLYCARBONATE GEAR COVER4 No

EL5: 2x18W T5 SURFACE MOUNTED "TUBE

ONLY" 6.00 No

L5: 2x18W T8 SURFACE MOUNTED FL "PACKAGE" 6.00 No

FL5: 2x18W T5 SURFACE MOUNTED W/

EMEGENCY BATTERY PACK "TUBE ONLY" 2.00No

L5: 2x18W T8 SURFACE MOUNTED W/

EMEGENCY BATTERY PACK "PACKAGE" 2.00No

G L6: 1x18W T5 SUSPENDED "TUBE ONLY" 2.00 No

L6: 1x18W T5 SUSPENDED "PACKAGE" 2.00 No

HL6: 1x18W T5 SUSPENDED FL W/

BATTERY PACK "TUBE ONLY" 2.00 No

L6: 1x18W T5 SUSPENDED FL W/

BATTERY PACK "PACKAGE" 2.00 No

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

A

Hardwares and Consumables (including

nuts, bolts, electrical tape, cement,

cutting discs, drill bits, sealants and

others)

1 lot

B Testing and Commissioning 1 lot

Bill 3.2.3/2

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

17

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.3/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.3/4

Sub-Total

19

BILL 3.2.3 ELECTRICAL LEVEL 8

PAGES

Bill 3.2.3/1

Bill 3.2.3/2

Bill 3.2.3/3

Bill 3.2.3/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L9

Unit Cost Total Unit Cost Total

Notes

A

Installation of all items shall comply with

standards specified in the electrical

plans.

B

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.2.4 LEVEL 9 (Common Area)

CONDUCTORS AND CABLES

Supply, installation and commissioning

of all low voltage conductors and cables

including termination to existing panel

boards, ECBs and devices; inclusive of

all accessories required for complete

installation as specified

A 3.5 mm² THHN Wire (Red) 308.00 lm

B 3.5 mm² THHN Wire (Blue) 308.00 lm

C 3.5 mm² THHN Wire (Yellow) 308.00 lm

D 3.5 mm² THHN Wire (White) 924.00 lm

E 3.5 mm² THHN Wire (Green) 924.00 lm

F 22 mm² THHN Wire (Red) 21.00 lm

G 22 mm² THHN Wire (Blue) 21.00 lm

H 22 mm² THHN Wire (Yellow) 21.00 lm

I 8.0 mm² THHN Wire (Green) 21.00 lm

J Wiring Connectors 1.00 lot

For Public Address System Wirings

A #16 AWG 2C TF Wire 207.00 lm

For Fire Detection and Alarm System

Wirings

A #16 TF 2C Shielded wire 310.00 lm

RACEWAY AND BOXES

Supply, installation and commissioning

of all conduits and boxes including

fittings, connectors, supports and

accessories for complete installation as

specified.

A 15 mm Ø IMC 308 lm

B 15 mm Ø FMC 57 lm

C 32 mm Ø IMC 21 lm

D Conduit Fittings 1 lot

E Conduit Supports 1 lot

F Utility Box 13.00 No

G Junction Box 58.00 No

For Public Address System Wirings

A 15 mm Ø IMC 207.00 lm

For Fire Detection and Alarm System

Wirings

A 15 mm Ø IMC 155.00 lm

Bill 3.2.4/1

Sub-Total

Unit Rates excluding all taxes

Qty Unit Brand NameItem DescriptionTOTAL

Mat'l & Lab.Material Labour

21

Unit Cost Total Unit Cost Total

WIRING DEVICES

Supply, installation and commissioning

of all devices for switching and outlets;

inclusive of all necessary supports,

boxes and accessories for complete

installation as specified.

A

Duplex receptacle outlet, 15A, 250V,

Grounding Type, Tandem slots, Wall

mounted 3.00

No

B Hand dryer Outlet 4.00 No

C Motion Sensor 5.00 No

D One-gang Switch 6 No

E 125AT,3P, 380V NEMA-1 2.00 No

INTERIOR LUMINAIRES

Supply, installation and commissioning

of all interior luminaires; inclusive of all

fixtures, necessary supports and

accessories for complete installation as

specified.

AL3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH37.00 No

BL3: 1x9W LED LAMP W/ SILVER

ANODISED FINISH W/ EMEGENCY

BATTERY PACK

8.00 No

CL4: 1x9W LED W/ BLACK

POLYCARBONATE GEAR COVER W/

EMERGENCY BATTERY PACK

4.00 No

DL5: 2x18W T5 LED SURFACE MOUNTED "TUBE ONLY"

4.00 No

L5: 2x18W T8 LED SURFACE MOUNTED "PACKAGE"

4.00 No

EL5: 2x18W T5 LED SURFACE MOUNTED

W/ EMEGENCY BATTERY PACK "TUBE

ONLY"

6.00 No

L5: 2x18W T8 LED SURFACE MOUNTED

W/ EMEGENCY BATTERY PACK "PACKAGE"

6.00 No

FL6: 1x18W T5 LED SUSPENDED "TUBE

ONLY"3.00 No

L6: 1x18W T5 LED SUSPENDED

"PACKAGE"3.00

DL6: 1x18W T5 LED SUSPENDED W/

BATTERY PACK "TUBE ONLY"7.00 No

L6: 1x18W T5 LED SUSPENDED W/

BATTERY PACK "PACKAGE"7.00

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

A

Hardwares and Consumables (including

nuts, bolts, electrical tape, cement,

cutting discs, drill bits, sealants and

others)

1 lot

B Testing and Commissioning 1 lot

Bill 3.2.4/2

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.4/3

Sub-Total

23

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.2.4/4

Sub-Total

BILL 3.2.4 ELECTRICAL LEVEL 9

PAGES

Bill 3.2.4/1

Bill 3.2.4/2

Bill 3.2.4/3

Bill 3.2.4/4

TOTAL TO BID SUMMARY

25

3rd Atrium Office Fit-Out ( LEVELS 2, 3, 8 & 9 )

BID FINAL SUMMARY

3.3 PLUMBING WORKS

3.3.1 Plumbing Works - Level 2 -

3.3.2 Plumbing Works - Level 3 - Common Area -

3.3.3 Plumbing Works - Level 8 - Common Area -

3.3.4 Plumbing Works - Level 9 -Common Area -

TOTAL BID PRICE (L2+L3+L8+L9) -

Amount in words :

Level 2 Floor Area = 2,312 sqm.

Bidders Info; Level 3 Floor Area = 226 sqm.

Submitted by: Level 8 Floor Area = 230 sqm.

Level 9 Floor Area = 248 sqm.

Total Area = 3016 sqm

Bill No. Description Amount (Php)

Asian Development Bank3rd Atrium Proposed Office Fit-Out L2

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the Plumbing and

Sanitary plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.3.1 LEVEL 2

WATER SUPPLY SYSTEM

Potable Waterline

A Polypropylene

20 mm Ø 108 lm

15 mm Ø 12 lm

Polypropylene Fittings

B Tee

20mmØ x 20mmØx 20mmØ 25 pcs

C Tee Reducer

40mmØ x 40mmØx 20mmØ 3 pcs

D Elbow

20mm Ø x 90⁰ 17 pcs

15mm Ø x 90⁰ 10 pcs

E Plug

40 mm Ø 2 pcs

20 mm Ø 5 pcs

Coupling

20 mm Ø 17 pcs

F Hose Bibb

20 mm Ø 2 pcs

G Gate Valve

20 mm Ø 7 pcs

Water Hammer Arrester

20 mm Ø 4 pcs

Non-Potable Waterline

H Polypropylene Pipes

25 mm Ø 36 lm

Bill 3.3.1/1

Sub-Total

Brand NameTOTAL

Mat'l & Lab.Material LabourItem Description

Unit Rates excluding all taxes

Qty Unit

Unit Cost Total Unit Cost Total

Polypropylene Fittings

A Tee

25mmØ x 25mmØx 25mmØ 14 pcs

B Tee Reducer

80mmØ x 80mmØx 25mmØ 4 pcs

C Elbow

25 mm Ø x 90⁰ 14 pcs

D Plug

25 mm Ø 8 pcs

Coupling

25 mm Ø 9 pcs

E Water Hammer Arrester

25 mm Ø 4 pcs

F Gate Valve

25mm Ø 4 pcs

SANITARY WASTE AND VENT

Soil and Waste

G PVC Pipes

100 mm Ø Soil Pipe 72 lm

75 mm Ø WP @ AHU 35 lm

PVC Fittings

H WYE

100mmØ x 100mmØx 100mmØ 39 pcs

75mmØ x 75mmØx 75mmØ 6 pcs

I Elbow

100 mm Ø x 45⁰ 30 pcs

75 mm Ø x 45⁰ 8 pcs

50 mm Ø x 45⁰ 3 pcs

L Clean-out

100 mm Ø 25 pcs

M Coupling

100 mm Ø 13 pcs

75 mm Ø 2 pcs

Bill 3.3.1/2

Sub-Total

Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty

3

Unit Cost Total Unit Cost Total

M Floor Drain

100 mm Ø 16 pcs

75 mm Ø @ AHU Drain 4 pcs

Vent pipe

N PVC Pipes

100 mm Ø 108 lm

PVC Fittings

O Tee

100mmØ x 100mm x 100mmØ 24 pcs

P Elbow

100 mm Ø x 90⁰ 25 pcs

Q Plug

100 mm Ø 5 pcs

R Coupling

100 mm Ø 5 pcs

Condensate Drain

S PVC Pipes

50 mm Ø 12 lm

PVC Fittings

T WYE

50mmØ x 50mmØx 50mmØ 12 lm

U Elbow

50 mm Ø x 45⁰ 2 lm

V Plug

50 mm Ø 2 lm

Condensate Drain Piping Insulation

W Flexible Elastomeric 19mm thick

50 mm Ø 12 lm

Miscellaneous Items

X Testing and Commissioning 1 lot

Y Supporting Materials 1 lot

Z Miscellaneous Mat'ls 1 lot

Z Tapping Connections 1 lot

Bill 3.3.1/3

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.1/4

Sub-Total

5

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.1/5

Sub-Total

BILL 3.3.1 PLUMBING LEVEL 2

PAGES

Bill 3.3.1/1

Bill 3.3.1/2

Bill 3.3.1/3

Bill 3.3.1/4

Bill 3.3.1/5

TOTAL TO BID SUMMARY

7

Asian Development Bank3rd Atrium Proposed Office Fit-Out L3

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the Plumbing and

Sanitary plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.3.2 LEVEL 3

WATER SUPPLY SYSTEM

Potable Waterline

A PPR Pipes

20 mm Ø 114 lm

PPR Fittings

B Tee

20mmØ x 20mmØx 20mmØ 27 pcs

C Tee Reducer

40mmØ x 40mmØx 20mmØ 4 pcs

D Elbow

20 mm Ø x 90⁰ 43 pcs

E Plug

20 mm Ø 8 pcs

Coupling

20 mm Ø 24 pcs

F Hose Bibb

20mm Ø 2 pcs

G Gate Valve

20 mm Ø 6 pcs

H Water Hammer Arrester

20mm Ø 8 pcs

Non-Potable Waterline

H PPR Pipes

32 mm Ø 60 lm

Bill 3.3.2/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

PPR Fittings

A Tee

32mmØ x 32mmØx 32mmØ 28 pcs

B Tee Reducer

80mmØ x 80mmØx 32mmØ 4 pcs

C Elbow

32 mm Ø x 90⁰ 15 pcs

Coupling

32 mm Ø x 90⁰ 26 pcs

D Plug

32 mm Ø 4 pcs

E Gate Valve

32mm Ø 4 pcs

F Water Hammer Arrester

32 mm Ø 8 pcs

SANITARY WASTE AND VENT

Soil and Waste

G PVC Pipes

100 mm Ø Toilet 72 lm

75 mm Ø WP @ AHU & JANITORS 18 lm

50 mm Ø @ SSK 9 lm

PVC Fittings

H WYE

100mmØ x 100mmØx 100mmØ 4 pcs

75mmØ x 75mmØx 75mmØ 4 pcs

50mmØ x 50mmØx 50mmØ 8 pcs

I Elbow

100 mm Ø x 45⁰ 14 pcs

75 mm Ø x 45⁰ 8 pcs

50 mm Ø x 45⁰ 5 pcs

L Clean-out

100 mm Ø 8 pcs

75 mm Ø 2 pcs

50 mm Ø 4 pcs

Bill 3.3.2/2

Sub-Total

LabourItem Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

9

Unit Cost Total Unit Cost Total

M Floor Drain

100 mm Ø @ Toilet 8 pcs

75 mm Ø @ AHU Drain 4 pcs

Vent pipe

N PVC Pipes

100 mm Ø 72 lm

PVC Fittings

O Tee

100mmØ x 100mm x 100mmØ 26 pcs

P Elbow

100 mm Ø x 90⁰ 33 pcs

Q Plug

100 mm Ø 8 pcs

K Coupling

100 mm Ø 12 lm

PVC Fittings

L WYE

50mmØ x 50mmØx 50mmØ 2 pcs

M Elbow

50 mm Ø x 45⁰ 2 pcs

N Plug

50 mm Ø 2 pcs

Condensate Drain Piping Insulation

Flexible Elastomeric 19mm thick

50 mm Ø 12 lm

Miscellaneous Items

X Testing and Commissioning 1 lot

Y Supporting Materials 1 lot

Z Miscellaneous Mat'ls 1 lot

Z Tapping Connections 1 lot

Bill 3.3.2/3

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.2/4

Sub-Total

11

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.2/5

Sub-Total

BILL 3.3.2 PLUMBING LEVEL 3

PAGES

Bill 3.3.2/1

Bill 3.3.2/2

Bill 3.3.2/3

Bill 3.3.2/4

Bill 3.3.2/5

TOTAL TO BID SUMMARY

13

Asian Development Bank3rd Atrium Proposed Office Fit-Out L8

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the Plumbing and

Sanitary plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.3.3 LEVEL 8

WATER SUPPLY SYSTEM

Potable Waterline

A PPR Pipes

20 mm Ø 114 lm

PPR Fittings

B Tee

20mmØ x 20mmØx 20mmØ 27 pcs

C Tee Reducer

40mmØ x 40mmØx 20mmØ 4 pcs

D Elbow

20 mm Ø x 90⁰ 43 pcs

E Plug

20 mm Ø 8 pcs

Coupling

20 mm Ø 24 pcs

F Hose Bibb

20mm Ø 2 pcs

G Gate Valve

20 mm Ø 6 pcs

H Water Hammer Arrester

20mm Ø 8 pcs

Non-Potable Waterline

H PPR Pipes

32 mm Ø 60 lm

Bill 3.3.3/1

Sub-Total

Item Description Qty Unit Brand Name

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material Labour

Unit Cost Total Unit Cost Total

PPR Fittings

A Tee

32mmØ x 32mmØx 32mmØ 28 pcs

B Tee Reducer

80mmØ x 80mmØx 32mmØ 4 pcs

C Elbow

32 mm Ø x 90⁰ 15 pcs

Coupling

32 mm Ø x 90⁰ 26 pcs

D Plug

32 mm Ø 4 pcs

E Gate Valve

32mm Ø 4 pcs

F Water Hammer Arrester

32 mm Ø 8 pcs

SANITARY WASTE AND VENT

Soil and Waste

G PVC Pipes

100 mm Ø Toilet 72 lm

75 mm Ø WP @ AHU & JANITORS 18 lm

50 mm Ø @ SSK 9 lm

PVC Fittings

H WYE

100mmØ x 100mmØx 100mmØ 4 pcs

75mmØ x 75mmØx 75mmØ 4 pcs

50mmØ x 50mmØx 50mmØ 8 pcs

I Elbow

100 mm Ø x 45⁰ 14 pcs

75 mm Ø x 45⁰ 8 pcs

50 mm Ø x 45⁰ 5 pcs

L Clean-out

100 mm Ø 8 pcs

75 mm Ø 2 pcs

50 mm Ø 4 pcs

Bill 3.3.3/2

Sub-Total

TOTAL

Mat'l & Lab.Item Description Qty Unit Brand Name

Unit Rates excluding all taxes

Material Labour

15

Unit Cost Total Unit Cost Total

M Floor Drain

100 mm Ø @ Toilet 8 pcs

75 mm Ø @ AHU Drain 4 pcs

Vent pipe

N PVC Pipes

100 mm Ø 72 lm

PVC Fittings

O Tee

100mmØ x 100mm x 100mmØ 26 pcs

P Elbow

100 mm Ø x 90⁰ 33 pcs

Q Plug

100 mm Ø 8 pcs

K Coupling

100 mm Ø 12 lm

PVC Fittings

L WYE

50mmØ x 50mmØx 50mmØ 2 pcs

M Elbow

50 mm Ø x 45⁰ 2 pcs

N Plug

50 mm Ø 2 pcs

Condensate Drain Piping Insulation

Flexible Elastomeric 19mm thick

50 mm Ø 12 lm

Miscellaneous Items

X Testing and Commissioning 1 lot

Y Supporting Materials 1 lot

Z Miscellaneous Mat'ls 1 lot

Z Tapping Connections 1 lot

Bill 3.3.3/3

Sub-Total

Unit Rates excluding all taxesTOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.3/4

Sub-Total

17

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.3/5

Sub-Total

BILL 3.3.3 PLUMBING LEVEL 8

PAGES

Bill 3.3.3/1

Bill 3.3.3/2

Bill 3.3.3/3

Bill 3.3.3/4

Bill 3.3.3/5

TOTAL TO BID SUMMARY

19

Asian Development Bank3rd Atrium Proposed Office Fit-Out L9

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the Plumbing and

Sanitary plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.3.4 LEVEL 9

WATER SUPPLY SYSTEM

Potable Waterline

A PPR Pipes

20 mm Ø 156 lm

PPR Fittings

B Tee

20mmØ x 20mmØx 20mmØ 27 pcs

C Elbow

20 mm Ø x 90⁰ 26 pcs

D Plug

20 mm Ø 28 pcs

E Hose Bibb

20mm Ø 2 pcs

F Gate Valve Bronze

20 mm Ø 4 pcs

G. Water Hammer Arrester

20 mm Ø 4 pcs

Non-Potable Waterline

G PPR Pipes

40 mm Ø 150 lm

Bill 3.3.4/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

PPR Fittings

A Tee

40mmØ x 40mmØx 40mmØ 27 pcs

B Elbow

40 mm Ø x 90⁰ 26 pcs

C Plug

40 mm Ø 28 pcs

D Gate Valve

40 mm Ø 4 pcs

E Water Hammer Arrester

40 mm Ø 4 pcs

SANITARY WASTE AND VENT

Soil and Waste

G PVC Pipes

100 mm Ø 207 lm

75 mm Ø WP @ AHU & JANITORS 18 lm

50 mm Ø @ SSK 6 lm

PVC Fittings

H WYE

100mmØ x 100mmØx 100mmØ 30 pcs

75mmØ x 75mmØx 75mmØ 4 pcs

50mmØ x 50mmØx 50mmØ 2 pcs

I Elbow

100 mm Ø x 45⁰ 41 pcs

75 mm Ø x 45⁰ 8 pcs

50 mm Ø x 45⁰ 5 pcs

L Clean-out

100 mm Ø 8 pcs

75 mm Ø 2 pcs

50 mm Ø 4 pcs

Bill 3.3.4/2

Sub-Total

LabourItem Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material

Unit Rates excluding all taxes

21

Unit Cost Total Unit Cost Total

Vent Pipe

M PVC Pipes

100 mm Ø 171 lm

PVC Fittings

B Elbow

100 mm Ø x 90⁰ 12 pcs

C Tee

100mmØ x 100mm x 100mmØ 18 pcs

D Plug

100 mm Ø 20 pcs

G Floor Drain

100 mm Ø 16 pcs

75 mm Ø @ AHU Drain 4 pcs

Condensate Drain

K PVC Pipes

50 mm Ø 12 lm

PVC Fittings

L WYE

50mmØ x 50mmØx 50mmØ 2 pcs

M Elbow

50 mm Ø x 45⁰ 2 pcs

N Plug

50 mm Ø 2 pcs

Condensate Drain Piping Insulation

Flexible Elastomeric 19mm thick

50 mm Ø 12 lm

Miscellaneous Items

Testing and Commissioning 1 lot

Miscellaneous Materials 1 lot

Supporting Materials 1 lot

Tapping Connection 1 lot

Bill 3.3.4/3

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim for

extra payment arising for the works due

to lack of knowledge or any omissions of

incidental/ancillary obvious works will be

entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.3/4

Sub-Total

23

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the bidder

shall indicate and price such differences

in the quantities which are either

indicated on the Drawings or described in

the Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If there is no difference

indicated hereunder, it shall be deemed

that the quantities for the forgoing items

are consistent with the requirements of

the Works. No subsequent claim for extra

payment shall be allowed if the quantities

are found to be different from the

drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.3.4/5

Sub-Total

BILL 3.3.4 PLUMBING LEVEL 9

PAGES

Bill 3.3.4/1

Bill 3.3.4/2

Bill 3.3.4/3

Bill 3.3.3/4

Bill 3.3.4/5

TOTAL TO BID SUMMARY

25

3rd Atrium Office Fit-Out ( LEVEL 2, 3, 8 & 9 )

BID FINAL SUMMARY

3.4 FIRE PROTECTION SYSTEM

3.4.1 Fire Protection Level 2 -

3.4.2 Fire Protection Level 3 - Common Area -

3.4.3 Fire Protection Level 8 - Common Area -

3.4.4 Fire Protection Level 9 - Common Area -

TOTAL BID PRICE (L2+L3+L8+L9) -

Amount in words :

Level 2 Floor Area = 2,312 sqm.

Bidders Info; Level 3 Floor Area = 226 sqm.

Submitted by: Level 8 Floor Area = 230 sqm.

Level 9 Floor Area = 248 sqm.

Total Area = 3016 sqm

Bill No. Description Amount (Php)

Asian Development Bank3rd Atrium Proposed Office Fit-Out L2

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the fire protection

plans.

Cost of all items shall include additional

installation requirements indicated in

the technical specifications.

3.4.1 LEVEL 2 FIREPRO

SPRINKLER HEADS

Shall be UL Listed and FM approved of

automatic glass bulb type with

designated ratings and standard orifice

(15mm). Pendent and shall be complete

with matching escutcheon plate.

ADDITIONAL SPRINKLER HEADS

C Directional Spray Nozzle 16.00 No

SPRINKLER HEADS RELOCATION

D Pendent 199.00 No

E Upright 4.00 No

BLACK IRON PIPE (SCH. 40) ASTM A53

Supply and installation of pipes

including fittings, connectors, supports

and other necessary accessories for

complete installation as specified.

H 32 mm Ø 24.00 lm

I 25 mm Ø 204.00 lm

FITTINGS

TEE

J 32 mm Ø 2 No

K 25 mm Ø 160 No

L 40 mm Ø x 25 mm Ø tee reducer 5 No

M 32 mm Ø x 25 mm Ø tee reducer 6 No

Bill 3.4.1/1

.

TOTAL

Mat'l & Lab.Material LabourItem Description

Unit Rates excluding all taxes

Qty Unit Brand Name

Unit Cost Total Unit Cost Total

ELBOW

A 40 mm Ø 3 No

B 32 mm Ø 5 No

C 25 mm Ø 254 No

REDUCER

F 32 mm Ø x 25 mm Ø 10 No

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

G

Hardwares and Consumables (including

nuts, bolts, rods, cutting discs, drill bits,

sealants and others)

1 lot

HMiscellaneous Materials, Tools &

Equipment and etc1 lot

ITesting and Commissioning(leak test,

Pressure test adjustments, Tapping and

etc)

1 lot

JCutting and Restoration Works of

Existing Pipes and Sprinkler heads1 lot

K Painting Works 1 lot

L Site Transportation 1 lot

Cost provision for other works not

mentioned in the foregoing items but

are either indicated on drawings or

technical specifications or which are

deemed necessary for completion of

the system.

Please specify

M Gate Valve Flushing 9 Sets

N Inspection Test Valve

25mm dia. 2 pcs

O Pressure Gauge

25mm dia. 2 pcs

P Hose Bibb

25mm dia. 2 pcs

Q Sight Glass

25mm dia. 2 pcs

Bill 3.4.1/2

.

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

3

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.1/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.1/4

Sub-Total

5

BILL 3.4.1 FIRE PRO LEVEL 2

PAGES

Bill 3.4.1/1

Bill 3.4.1/2

Bill 3.4.1/3

Bill 3.4.1/4

TOTAL TO BID SUMMARY

Asian Development Bank3rd Atrium Proposed Office Fit-Out L3

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the fire protection

plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.4.2 LEVEL 3 FIREPRO

SPRINKLER HEADS

Shall be UL Listed and FM approved of

automatic glass bulb type with

designated ratings and standard orifice

(15mm). Pendent and shall be complete

with matching escutcheon plate.

ADDITIONAL SPRINKLER HEADS

B Upright 4.00 No

SPRINKLER HEADS RELOCATION

D Pendent 14.00 No

E Upright 2.00 No

BLACK IRON PIPE (SCH. 40) ASTM A53

Supply and installation of pipes

including fittings, connectors, supports

and other necessary accessories for

complete installation as specified.

I 25 mm Ø 40.00 lm

FITTINGS

TEE

K 25 mm Ø 3 No

M 32 mm Ø x 25 mm Ø tee reducer 2 No

Bill 3.4.2/1

.

TOTAL

Mat'l & Lab.Material LabourItem Description

Unit Rates excluding all taxes

Qty Unit Brand Name

7

Unit Cost Total Unit Cost Total

ELBOW

C 25 mm Ø 10 No

REDUCER

F 32 mm Ø x 25 mm Ø 2 No

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

G

Hardwares and Consumables (including

nuts, bolts, rods, cutting discs, drill bits,

sealants and others)

1 lot

H Testing and Commissioning 1 lot

Cutting and Restoration Works of

Existing Pipes and Sprinkler Heads1 lot

Painting Works 1 lot

Site Transportation 1 lot

Cost provision for other works not

mentioned in the foregoing items but are

either indicated on drawings or technical

specifications or which are deemed

necessary for completion of the system.

I Please specify

Bill 3.4.2/2

.

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

9

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.2/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.2/4

Sub-Total

11

BILL 3.4.2 FIRE PRO LEVEL 3

PAGES

Bill 3.4.2/1

Bill 3.4.2/2

Bill 3.4.2/3

Bill 3.4.2/4

TOTAL TO BID SUMMARY

13

Asian Development Bank3rd Atrium Proposed Office Fit-Out L8

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply with

standards specified in the fire protection

plans.

Cost of all items shall include additional

installation requirements indicated in the

technical specifications.

3.4.3 LEVEL 8 FIREPRO

SPRINKLER HEADS

Shall be UL Listed and FM approved of

automatic glass bulb type with

designated ratings and standard orifice

(15mm). Pendent and shall be complete

with matching escutcheon plate.

ADDITIONAL SPRINKLER HEADS

B Upright 4.00 No

SPRINKLER HEADS RELOCATION

D Pendent 14.00 No

E Upright 2.00 No

BLACK IRON PIPE (SCH. 40) ASTM A53

Supply and installation of pipes

including fittings, connectors, supports

and other necessary accessories for

complete installation as specified.

I 25 mm Ø 40.00 lm

FITTINGS

TEE

K 25 mm Ø 3 No

M 32 mm Ø x 25 mm Ø tee reducer 2 No

Bill 3.4.3/1

.

TOTAL

Mat'l & Lab.Material LabourItem Description

Unit Rates excluding all taxes

Qty Unit Brand Name

Unit Cost Total Unit Cost Total

ELBOW

C 25 mm Ø 10 No

REDUCER

F 32 mm Ø x 25 mm Ø 2 No

MISCELLANEOUS ITEMS

Supply and installation of miscellaneous

items and all other works required to

complete the system.

G

Hardwares and Consumables (including

nuts, bolts, rods, cutting discs, drill bits,

sealants and others)

1 lot

H Testing and Commissioning 1 lot

Cutting and Restoration Works of

Existing Pipes and Sprinkler Heads1 lot

Painting Works 1 lot

Site Transportation 1 lot

Cost provision for other works not

mentioned in the foregoing items but are

either indicated on drawings or technical

specifications or which are deemed

necessary for completion of the system.

I Please specify

Bill 3.4.3/2

.

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

15

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary obvious

works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.3/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or alluded

elsewhere or which the Bidder deems

necessary for the proper execution and

completion of the works. If there is no

difference indicated hereunder, it shall

be deemed that the quantities for the

forgoing items are consistent with the

requirements of the Works. No

subsequent claim for extra payment

shall be allowed if the quantities are

found to be different from the drawings

and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.3/4

Sub-Total

17

BILL 3.4.3 FIRE PRO LEVEL 8

PAGES

Bill 3.4.3/1

Bill 3.4.3/2

Bill 3.4.3/3

Bill 3.4.3/4

TOTAL TO BID SUMMARY

19

Asian Development Bank3rd Atrium Proposed Office Fit-Out L9

Unit Cost Total Unit Cost Total

Notes

Installation of all items shall comply

with standards specified in the fire

protection plans.

Cost of all items shall include additional

installation requirements indicated in

the technical specifications.

3.4.4 LEVEL 9 FIREPRO

SPRINKLER HEADS

Shall be UL Listed and FM approved of

automatic glass bulb type with

designated ratings and standard orifice

(15mm). Pendent and shall be

complete with matching escutcheon

plate.

ADDITIONAL SPRINKLER HEADS

B Upright 4.00 No

SPRINKLER HEADS RELOCATION

A Pendent 14.00 No

B Upright 2.00 No

BLACK IRON PIPE (SCH. 40)

Supply and installation of pipes

including fittings, connectors, supports

and other necessary accessories for

complete installation as specified.

A 40 mm Ø 30.00 lm

C 25 mm Ø 54.00 lm

FITTINGS

TEE

A 40 mm Ø 2 No

B 25 mm Ø 6 No

C 40 mm Ø x 25 mm Ø tee reducer 2 No

Bill 3.4.4/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description

Unit Rates excluding all taxes

Qty Unit Brand Name

Unit Cost Total Unit Cost Total

ELBOW

A 40 mm Ø 2 No

C 25 mm Ø 25 No

REDUCER

D 40 mm Ø x 25 mm Ø 2 No

MISCELLANEOUS ITEMS

Supply and installation of

miscellaneous items and all other

works required to complete the system.

G

Hardwares and Consumables

(including nuts, bolts, rods, cutting

discs, drill bits, sealants and others)

1 lot

H Testing and Commissioning 1 lot

Cutting and Restoration Works of

Existing Pipes and Sprinkler Heads1 lot

Painting Works 1 lot

Site Transportation 1 lot

Cost provision for other works not

mentioned in the foregoing items but

are either indicated on drawings or

technical specifications or which are

deemed necessary for completion of

the system.

Please specify

Bill 3.4.4/2

Sub-Total

Item Description Qty Unit Brand NameTOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

21

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide

here for works not covered by the

foregoing item but are either indicated

on the Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.4/3

Sub-Total

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different

from the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.4.4/4

Sub-Total

23

BILL 3.4.4 FIRE PRO LEVEL 9

PAGES

Bill 3.4.4/1

Bill 3.4.4/2

Bill 3.4.4/3

Bill 3.4.4/4

TOTAL TO BID SUMMARY

3rd Atrium Office Fit-Out ( LEVEL 2 )

BID FINAL SUMMARY

3.5 ELECTRONICS ( STRUCTURED CABLING )

3.5.1 Electronics Level 2 - Structured Cabling Only -

TOTAL BID PRICE (L2) -

Amount in words :

Level 2 Floor Area = 2,312 sqm.

Bidders Info;

Submitted by:

Total Area = 2312 sqm

Bill No. Description Amount (Php)

Asian Development Bank3rd Atrium Proposed Office Fit-Out L2

Unit Cost Total Unit Cost Total

Notes

AInstallation of all items shall comply

with standards specified in the electrical

plans.

BCost of all items shall include additional

installation requirements indicated in

the technical specifications.

LEVEL 2

TELECOMMUNICATION

STRUCTURED CABLING

Supply, installation, testing and

commissioning of Structured Cabling

System; inclusive of wiring, conduit and

fittings and accessories for complete

installation as specified.

A 4 Pairs CAT6e 8,320.00 lm

B Three Port Universal Information Outlet 128.00 No

C

Hardwares and Consumables

(including nuts, bolts, electrical tape,

cement, cutting discs, drill bits, sealants

and others)

1.00 lot

D Testing and Commissioning 1.00 lot

Bill 3.5.1/1

Sub-Total

TOTAL

Mat'l & Lab.Material LabourItem Description Qty Unit Brand Name

Unit Rates excluding all taxes

Unit Cost Total Unit Cost Total

ANY ITEM NOT DESCRIBED

The Bidder shall allow and provide here

for works not covered by the foregoing

item but are either indicated on the

Drawings or described in the

Specification or alluded elsewhere or

which the Bidder deems necessary for

the proper execution and completion of

the works. If this item is left unpriced, it

shall be deemed that the same have

been included and allowed for in the

overall bid price. No subsequent claim

for extra payment arising for the works

due to lack of knowledge or any

omissions of incidental/ancillary

obvious works will be entertained.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.5.1/2

Sub-Total

TOTAL

Mat'l & Lab.Material Labour

Unit Rates excluding all taxes

Item Description Qty Unit Brand Name

3

DISCREPANCIES IN QUANTITIES

If the Bidder finds any difference in the

quantities of the forgoing item, the

bidder shall indicate and price such

differences in the quantities which are

either indicated on the Drawings or

described in the Specification or

alluded elsewhere or which the Bidder

deems necessary for the proper

execution and completion of the works.

If there is no difference indicated

hereunder, it shall be deemed that the

quantities for the forgoing items are

consistent with the requirements of the

Works. No subsequent claim for extra

payment shall be allowed if the

quantities are found to be different from

the drawings and specifications.

Specify details below;

1 _____________________________

2 _____________________________

3 _____________________________

Bill 3.5.1/3

Sub-Total

BILL 3.5.1 ELECTRONICS LEVEL 2

PAGES

Bill 3.5.1/1

Bill 3.5.1/2

Bill 3.5.1/3

TOTAL TO BID SUMMARY

5

Appendix 5.2

SUPPLEMENTAL FINANCIAL BID

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

Covered Area

Price per Square Meter

A. Level 8 (gross floor area = 1,614 sq. m)

₱_______ / sq. m

B. Level 9 (gross floor area = 941 sq. m)

₱_______ / sq. m

C. TOTAL BID PRICE (A + B) (total gross floor area = 2,555 sq. m)

₱_____________

Attachments: Levels 8 and 9 layout/floor plan, for reference purposes.

Appendix 6

DATE : _______________ PROJECT : OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD

ATRIUM LOCATION : 6 ADB AVENUE, MANDALUYONG CITY, PHILIPPINES OWNER : ASIAN DEVELOPMENT BANK

CERTIFICATE OF SITE INSPECTION

BIDDER

This is to certify that I/We have sufficiently and fully familiarized ourselves with the Scope of Work and attendant problems related to the proposed Office Fit-out in the ADB Headquarters Third Atrium and that these attendant problems and difficulties will be considered when we prepare our bids for the same.

__________________________ Name of Firm __________________________ Name of Representative

OWNER

This is to certify that: _______________________ _______________________________________________

Name of Firm/Representative has conducted a thorough inspection and evaluation of the site related to the proposed Office Fit-out in the ADB Headquarters Third Atrium.

ASIAN DEVELOPMENT BANK

By:

_________________________ Authorized ADB Representative

Appendix 7

SECRETARY’S CERTIFICATE

I, (name of corporate secretary), being the Corporate Secretary of (name of the company of bidder), hereinafter referred to as the “Corporation”, a corporation organized under the laws of the_____________________, with office address at (complete address of the company), do hereby certify, that the following resolution was unanimously approved in a meeting of the Board of Directors of Corporation held on (date of the meeting) at its principal office, to wit:

Board Resolution No. _____ Series of _____

RESOLVED, the (name of company) be, as it hereby is hereby, authorized to participate in the bidding for OFFICE FIT-OUT IN THE ADB HEADQUARTERS

THIRD ATRIUM, and in connection therewith the Corporation hereby appoints (name and designation of authorized person – same person who will sign the conforme below) as the duly authorized and designated representative of (name of company), who is granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Corporation in the bidding.

The above resolution in now in full force and effect and that as of this date, no changes or amendments thereon have been made.

IN WITNESS WHEREOF, I have hereunto affixed my signature this (date) at (place).

Signature (Name of corporate secretary) Corporate Secretary CONFORME:

Signature (Name of authorized person) Designation: Company:

SUBSCRIBED AND SWORN to before me this _________, affiant exhibiting to be her/his Community Tax Certificate Number ____________ issued on _________ at _________.

Doc. No. _____; Page No. _____; SEAL AND SIGNATURE Book No. _____; NOTARY PUBLIC Series of ______.

Appendix 8

BID SECURING DECLARATION

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

Date: _____________________

To:

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Asian Development Bank (ADB) starting on the date that we receive a notification from ADB, if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the ITB; or

(b) having been notified of the acceptance of our Bid by the ADB during the period of bid validity, (i) fail or refuse to execute the Contract, if required, (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB, or (iii) fail or refuse to accept the arithmetical correction of our Bid in accordance with the ITB.

We understand this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.

Signed: _______________________________________

In the capacity of ________________________________

Name: ________________________________________

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______

Corporate Seal [where appropriate]

-- Note --

In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.

Appendix 9

Date: _____________ _____________________ _____________________ _____________________ _____________________ Attention: _________________________ Sirs:

Subject: LETTER OF ACCEPTANCE OF BID

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM — Contract No. ADB/OAS-2017/___

With reference to the execution of the above Works, this is to inform you that the Asian Development Bank (hereinafter referred to as ADB) hereby accepts your bid as contained in your Financial Bid Form dated _____________ in accordance with the terms, provisions and stipulations contained in the documents collectively referred to as the “Bid Documents”. The commencement date of this Contract shall be on _______________. A Performance Security in the amount of (10% of the Total Contract Price) (____________) issued by a recognized bank shall be deposited with ADB in the form as attached. A pre-mobilization meeting will be scheduled by OAFA-FM before the commencement date of this Contract.

Sincerely,

JEFFREY TAYLOR Advisor, OAS and Head, Procurement and Contracts Administration Unit Office of Administrative Services

Attachment: Form of Performance Security

Appendix 10

FORM OF PERFORMANCE SECURITY

(from Contractor’s Bank)

To: ASIAN DEVELOPMENT BANK 6 ADB Avenue Mandaluyong City Philippines Dear Sir: WHEREAS, _____________________ (hereinafter called the “Contractor”) and the Asian Development Bank have entered into, or will enter into a contract (Contract No. ADB/OAS-2017/___) for the OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM at ADB Headquarters Building, Mandaluyong City, Philippines (hereinafter called the “Contract”);

WHEREAS, the Contract provides that the Contractor shall furnish you with a Performance Security by a recognized bank for the sum specified therein as security for fulfillment by the Contractor of its obligations under and in accordance with the Contract;

WHEREAS, we have agreed to issue such a Performance Security in your favor;

NOW THEREFORE we, {bank’s name}, hereby irrevocably and absolutely affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total amount of Philippine Pesos (10% of Total Contract Price) words (₱______), which we undertake to pay to you, upon your first written demand, without your having to assign any reason for such demand, and irrespective of whether or not there is any dispute between the Contractor and you in respect of any other matter and irrespective of whether or not such dispute, if any, has been settled, resolved, litigated or adjudicated. This Guarantee is effective from _____________ to 30 days after the expiration date of the Contract (as stated in accordance with Paragraph 12 of the General Conditions of Contract). This Security cannot be canceled without your express written approval.

The giving of time to the Contractor, or the neglect or forbearance by you in requiring or enforcing payment of the sum of Philippine Pesos (10% of Total Contract Price) words (₱______), or other indulgence whether in relation to the Contract or otherwise, shall not, in any way, prejudice, affect, derogate, release or absolve us from our liability under this Guarantee;

No change in organization or constitutional documents or in that of Asian Development Bank or the Contractor shall affect or impair our absolute liability herein.

Dated this ______ day of ________________ 2017.

Signature and Seal of the Guarantor Name of Bank

Address

Appendix 11

Contract No. ADB/OAS- 2017/___

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

THIS CONTRACT (hereinafter the "Contract") made on the ___ day of ____ 2017 between the ASIAN DEVELOPMENT BANK of 6 ADB Avenue, Mandaluyong City, Metro Manila, Philippines (hereinafter " ADB "), of the one part, and _________ (hereinafter " Contractor"), of the other part:

WHEREAS ADB desires that the Provision of Works known as Office Fit-out in the ADB Headquarters Third Atrium shall be executed by the Contractor and has accepted a Bid by the Contractor for the execution and completion of the provision of Works and the remedying of any defects therein, ADB and the Contractor agree as follows: 1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to in the General Conditions of Contract indicated in Paragraph 2 below.

2. The following documents shall be deemed to form and be read and construed as part of this Contract, viz.:

a) Letter of Acceptance of Bid b) Technical Bid Form c) Particular Conditions of Contract d) General Conditions of Contract e) Work Performance Statement (incl. drawings, specifications, and bill of quantities) f) Financial Bid Form and Schedule of Rates/Bill of Quantities g) Technical Bid, Schedules, and other documents

This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the above Contract documents, then the documents shall prevail in the order listed above. 3. In consideration of the payments to be made by ADB to the Contractor as indicated in this Contract, the Contractor hereby covenants with ADB to provide the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract. 4. ADB hereby covenants to pay the Contractor in consideration of the execution and completion of Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused this Contract to be executed in on the day, month and year indicated above. Signed by _______________________ Signed by _________________________ for and on behalf of ADB for and on behalf the Contractor in the presence of in the presence of Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Particular Conditions of Contract 1

Procurement of Works-Small Contract

Particular Conditions of Contract

The following Particular Conditions of Contract shall supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

2 Particular Conditions of Contract

Procurement of Works-Small Contract

Particular Conditions of Contract

A. General

GCC 1.1 (d) The financing institutions is Asian Development Bank (ADB)

GCC 1.1 (r) The Employer is Asian Development Bank (Procurement and Contracts Administration Unit - OAPC)

GCC 1.1 (w) The Intended Completion Date for the whole of the Works shall be six (6) months.

Turnover of Level 2 is 4 months after site possession, and Levels 3, 8 and 9 is 2 months thereafter.

GCC 1.1 (cc) The Project Manager is ArcoGroup Inc.

GCC 1.1 (ff) The Site is located at ADB Headquarters Third Atrium, 6 ADB Ave., Mandaluyong City.

GCC 1.1 (ii) The Start Date shall be March 2017 [exact date to follow/subject to change]

GCC 1.1 (mm) The Works consist of Appendix 1: Work Performance Statement (WPS).

GCC 2.2 Sectional Completions are divided into Levels 2, and Levels 3, 8 and 9.

GCC 2.3 (j) The following documents also form part of the Contract: see Form of Contract Agreement

GCC 3.1 The language of the contract is English.

The law that applies to the Contract is the law of Philippines.

GCC 11.1 Not applicable

GCC 14.1 Schedule of other contractors: see Appendix 1: WPS (Section IX)

GCC 19.1 Contractor shall provide a Comprehensive General Liability Insurance policy, scope of coverage as stated below and with liability limit of at least 20% of the contract amount: 1) Fire and Explosion legal liability 2) Tenants liability 3) Care, custody and control clause 4) First aid facilities 5) Liability arising out of armed robbery 6) Cross liability clause 7) ADB as one of the named insureds.

In addition, the Contractor shall provide a Contractor's All Risks Insurance policy with limit based on the total Contract amount.

Particular Conditions of Contract 3

Procurement of Works-Small Contract

GCC 20.1 Site Investigation Reports should be submitted prior to preparing the shop drawings.

GCC 23.1 The following shall be designed by the Contractor: Not applicable

GCC 26.1 The Site Possession Date(s) shall be on March 2017 [exact date to follow/subject to change].

GCC 29.1 Disputes shall be settled thru Arbitration.

GCC 30.3 Not applicable.

GCC 30.4 Institution whose arbitration procedures shall be used:

Any dispute between ADB and the Contractor arising in connection with the present Contract shall be resolved by the International Chamber of Commerce (ICC). Arbitration shall take place in Singapore and shall be settled under the rules of the ICC.

C. Time Control

GCC 35.1 The Contractor shall submit for approval a Program for the Works within 7 calendar days from the date of the Letter of Acceptance.

GCC 35.3 The period between Program updates is 30 calendar days.

The amount to be withheld for late submission of an updated Program: not applicable.

D. Quality Control

GCC 43.1 The Defects Liability Period is: 365 calendar days.

E. Cost Control

GCC 53.1 The currency of the Employer’s country is: Philippine Pesos

GCC 54.1 The Contract shall not be subject to price adjustment.

GCC 55.1 The proportion of payments retained is: ten percent (10%)

GCC 56.1 The liquidated damages for the whole of the Works are 1/10 of 1% of the Contract amount per day.

The maximum amount of liquidated damages for the whole of the Works is ten percent (10%) of the final Contract Price.

GCC 57.1 The Bonus for the whole of the Works is not applicable.

GCC 58.1 The Advance Payments shall be equivalent to fifteen percent (15%) of the Contract price and shall be paid to the Contractor no later than 15 days from the receipt of advance payment guarantee.

GCC 58.3 Repayment of the Advance Payments shall be: fifteen percent (15%) from each payment certificate.

4 Particular Conditions of Contract

Procurement of Works-Small Contract

GCC 59.1 The Performance Security amount is ten percent (10%) of the final Contract price.

G. Finishing the Contract

GCC 72.1 The period by which operating and maintenance manuals are required is 30 calendar days from turnover date.

The date by which “as built” drawings are required is 30 calendar days from turnover date. Two sets of printed and bound as-built drawings and operating and maintenance manuals, and two sets of electronic copies shall be submitted to ADB.

GCC 72.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required in GCC 72.1 is ten percent (10%) of the final Contract price (ADB shall not release the retention money until the “as built” drawing and/or operating and maintenance manuals are submitted)

GCC 73.2 (h) The maximum number of days is: twenty percent (20%) of the total Contract time including any extension.

GCC 75.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is two hundred percent (200%).

ASIAN DEVELOPMENT BANK

CONFLICT OF INTEREST DISCLOSURE STATEMENT 1. Name of Company /Supplier: _________________________________________________________________________ 2. Name of Company/Supplier’s Representative/Employee submitting statement: _________________________________________________________________________ 3. Title or position in the Company: _________________________________________________________________________ 4. This statement is submitted as a "single transaction disclosure statement," of actual and/or

potential conflict of interest with contracts and/or purchases related to ADB’s Institutional Procurement. It applies to any bidder, offeror, contractor, consultant, or subcontractor or sub-consultant at any tier, and also includes any of their employees or agents who has or will have the authority to control or supervise all or a portion of the work/services for which a bid or offer is made or a contract entered into.

Pursuant to ADB’s Anticorruption Policy, “conflict of interest” refers to a situation in which a party

has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations or compliance with applicable laws and regulations.

5. Description of Contract(s), Purchase(s) or Bid:

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM 6. Description of actual or potential conflict of interest

1

_________________________________________________________________________ _________________________________________________________________________

(Continue in additional sheets, as necessary.) 7. If any material change to the responses provided on this disclosure form occurs, I undertake to

update the information above accordingly and to submit the updated form to the Head, Procurement and Contracts Administration Unit, Office of Administrative Services (OAOD-PC), within thirty (30) calendar days from such occurrence.

8. I affirm, under penalty of perjury, the truth and completeness of the statements made above, and

that I am the above named Representative/Employee of the Contractor. Signature over printed name: ___________________________ Date: _______________

1 Describe in what manner you or your company may derive a profit or financial benefit from, or

otherwise has any interest in the contract(s) and/or purchase(s). If there is no actual and/or potential conflict of interest, indicate "None."

Page 1 of 5

Effective: 15 July 2011

SAFETY AND SECURITY PROCEDURES FOR CONTRACTOR’S PERSONNEL IN THE PREMISES OF THE HEADQUARTERS OF THE ASIAN DEVELOPMENT BANK

I. GENERAL

1. The following guidelines summarize important Safety and Security requirements for the protection of life, limb, and property at the ADB Headquarters premises (ADB premises). It is the contractor’s responsibility to ensure that all its personnel are familiar with these guidelines. ADB staff who monitor the contractor’s work shall ensure that the safety and security rules and regulations pertinent to their areas of operations are followed and implemented by the contractor and its personnel. 2. The Security, Business Continuity and Government Relations Team (OAOD-SBG) of the Office of Administrative Services (OAS) is responsible for the enforcement of ADB’s Safety and Security Systems and Procedures through the security contractor. All contractors’ personnel must undergo a safety and security briefing prior to their deployment. Periodic briefings shall be conducted as the situation warrants. II. ACCESS CONTROL A. Access to ADB Premises 3. The control of access to the Headquarters premises is a major part of ADB’s security program. Security personnel shall ensure that only those individuals who possess valid and appropriate ADB-issued ID cards are allowed access into ADB premises. B. Personnel Identification 4. Contractors’ personnel commencing work at the ADB premises shall be issued a contractor’s ID card upon submission of the following:

(i) Information Sheet; (ii) Details and sketch of the ID applicant’s residence location; (iii) Undertaking Form by the employer; (iv) Current (within 6 months) National Bureau of Investigations (NBI) clearance; and (v) Photocopy of company ID. The forms for the above requirements are available at OAOD-SBG's Pass and Key Control Office.

C. ID/Pass Control 5. The ID card must be worn on the shirt or dress lapel to ensure that it is clearly visible at all times. All contractors’ personnel with ADB-issued IDs can enter/exit ADB through all gates including the MRT gate. The MRT Gate is open from 6:00 a.m. to 9:00 p.m., Mondays to Fridays except during ADB holidays.

Page 2 of 5

Contractors under the influence of illegal drugs or liquor will not be allowed entry at ADB premises. D. After Office Hours Access 6. ADB’s office hours are 7:00 a.m. to 6:00 p.m., Mondays to Fridays.. Contractor’s personnel who shall work after office hours should wear their ADB-issued IDs. They may also be required to present their Contractor Monitoring Checklist General Permit to Work (“Permit to Work”), which they should always carry with them and readily submit to security personnel on duty when requested. E. Prohibited Items 7. Firearms, bladed weapons, deadly weapons, replica weapons, explosives, items of an offensive nature, flammables, prohibited drugs and hazardous materials of any type are not allowed within ADB premises. Possession of any of these prohibited items may be considered a criminal offense and shall be dealt with in accordance with Section VI hereof. F. Vehicle Access 8. Thorough inspection of the contractor’s delivery vehicle, e.g., underchassis, engine hood, storage compartment and passenger cabin shall be undertaken before access is allowed. Yellow-plated vehicles (public utility) are not allowed to enter ADB premises. III. MATERIALS CONTROL G. Gate Pass 9. All contractors’ equipment (personal or company-owned) upon entry to ADB must be covered by an ADB-issued “IN Gate Pass” which shall be issued by the guard on duty at the entry point. In case there is a need to bring out from ADB premises any contractor’s equipment, the persons bringing out the equipment shall present the IN Gate Pass issued earlier for said equipment and a certification from the ADB staff monitoring the contractor’s work allowing the bringing out of the equipment at the exit gate. A copy of the IN Gate Pass shall be retained at the exit gate. For ADB-owned equipment to be brought out of ADB premises for repair, a Gate Pass for ADB property must be secured from OAFA- Asset Management and Commercial Services Unit (OAFA-AC) on-line. H. Movement of Furniture and Equipment 10. OAFA- AC prohibits the movement of ADB properties, particularly furniture from one office to another without prior authorization. The movement of information technology equipment, such as computer hardware PERIPHERALS, without clearance from OAFA-AC and the Office of Information Systems and Technology (OIST) is also prohibited. I. Deliveries of Contractors’ Equipment and Supplies 11. All deliveries of contractor’s equipment and supplies must be directed to main loading dock for inspection, handling and issuance of proper receipt.

Page 3 of 5

IV. SAFETY J. Emergency Assistance 12. ADB maintains a team of trained security service personnel to respond to emergencies within ADB, including incipient stage firefighting, assistance during emergency evacuation, first aid and other types of safety and security incidents. Any person in need of safety or security assistance may dial (local) 5220 or 6333. K. General Safety 13. It is the contractor’s responsibility to ensure that its personnel strictly observe ADB’s safety and security rules and regulations. Further, it is the contractor’s responsibility to safeguard its personnel from any hazards in their respective areas and that any unsafe conditions or incidents, no matter how minor, are reported to OAOD-SBG. 14. Contractor’s personnel, including delivery crew members, are required to wear appropriate personal protective equipment such as hard hat, gloves, safety shoes for bulk and heavy deliveries, gas masks, rubber gloves, protective clothing, goggles for handling of hazardous materials (including chemicals and bio-contaminated material such as sewage and waste water), while performing their duties and/or delivering equipment, supplies and materials within ADB premises. Likewise, wearing of sandos, shorts, slippers and sandals when delivering goods/services to ADB shall not be allowed. 15. Contractor's personnel should be adequately trained to operate industrial tools and machinery. Certifications may be required prior to operation of such equipment. In case a forklift will be used during delivery, the Contractor shall provide a certification vouching that its forklift operator is fit to handle such operation and authorizing him to undertake such task. 16. All contractors are required to participate during emergency/ general evacuation drills. L. Hazardous Materials 16. All hazardous materials requested to be brought or used inside ADB premises must be declared by the contractor to the ISO Secretariat for approval. A material safety data sheet complete with emergency safety information in relation to fire, spill, fumes, allergy, accidental ingestion, etc., must be submitted to OAOD-SBG. The security contractor shall carry out a detailed inspection of the material and ensure that safe handling procedures are followed. M. Fire Safety 17. A Permit to Work shall be secured from the Senior Engineering Officer on Duty (SEO) of the Facilities Planning and Management Unit (OAFA-FM) prior to commencing any hot work operations (e.g., welding, cutting, and grinding). The SEO shall ensure that the site of the hot work is free from any flammables. In this case, it is the responsibility of the contractor to make arrangements for fire protection equipment. OAOD-SBG, upon prior notification, shall deploy a firewatch to ensure that the work is performed safely. Use of personal appliances like water heaters etc are not allowed inside ADB 18. If a fire is discovered, contractor’s personnel are expected to:

(i) Shout “Fire” and activate the nearest fire alarm; (ii) Call 5220 or 6333 and give the exact location and nature of the fire;

Page 4 of 5

(iii) Try to contain or extinguish the fire if it is safe to do so; if not, leave the area as soon as possible; and

(iv) Stay calm and help others requiring assistance. 19. Prior to entry into confined spaces (voids, tanks, tunnels, vaults) a Permit to Work shall be obtained from the ADB staff overseeing the contractor’s work. A technician must examine and declare the space safe and free from toxic, flammable and explosive gases. Further, if the oxygen content is found to be below 19.5% it should be declared immediately dangerous to life and health. OAOD-SBG, upon proper notification, shall provide personnel equipped with self-contained breathing apparatus for standby rescue. N. Evacuation in the Event of Fire or Other Major Emergencies 20. In the event of emergencies requiring evacuation, alarms shall be sounded and instructions shall be relayed over the ADB’s voice communications system. Elevators must not be used for evacuation during emergencies. Elevators shall automatically proceed to the ground floor level when the alarm is activated. Lights should be left on and doors should be closed but not locked. The passageways should be clear of obstructions. All contractors’ personnel should proceed to the nearest exit and follow instructions from the security personnel. O. Earthquake 21. In the event of an earthquake, contractor’s personnel should take shelter initially, away from outside walls and glass partitions or windows. After the initial shock, they should evacuate the building in an orderly manner, staying away from large items of furniture such as bookcases, cabinets, or electrical installations that may have been made unsafe by the tremor. The building shall be surveyed by OAFA-FM before normal work can be resumed. The contractor’s personnel shall be notified when the building has been declared safe; otherwise re-entry to the building is prohibited. P. Health and Fitness 22. The contractor is responsible for monitoring the physical and mental health condition of its personnel. Personnel suffering from communicable diseases should be immediately treated in accordance with the universally accepted medical practices. All contractor’s personnel should be certified physically and mentally fit by a reputable medical facility and the contractor must be able to present such certifications at any time requested by ADB. V. Smoking 23. Contractor’s personnel shall comply with ADB’s Guidelines on the Use of Centralized Smoking Lounges (see attached), which prohibits smoking anywhere outside the designated smoking lounges on the ADB Headquarters premises, to protect non-smokers from exposure to second-hand tobacco smoke. Repeat violations and abusive behavior in response to a request for compliance by contractor’s personnel shall be escalated to the Procurement and Contracts Administration Unit (OAPC). 24. Contractor’s personnel shall also comply with other guidelines, rules and regulations on smoking that may be issued by ADB to protect the health and well-being of all persons within ADB premises.

Page 5 of 5

VI. COMMISSION OF CRIMINAL OFFENSE 25. OAOD-SBG shall have the authority to summon for an investigation any contractor’s personnel who has or is alleged to have committed a criminal offense or who possesses information in connection with the commission of any criminal offense within ADB premises. Pending the completion of the investigation, the contractor’s personnel who has or is alleged to have committed criminal offense may be placed on preventive suspension. 26. OAOD-SBG shall conduct unannounced and random inspections and searches of lockers, work areas and offices and conduct body frisking in aid of any investigation. A representative of the contractor, preferably the duty supervisor, shall be present when such actions will be undertaken.

General Conditions of Contract 1

Procurement of Works-Small Contract

General Conditions of Contract

_______________________________

[Name of Employer]

_______________________________

[Name of Contract]

2 General Conditions of Contract

Procurement of Works-Small Contract

Table of Clauses

A. General ................................................................................................................................................ 7-5

1. Definitions ...................................................................................................................... 7-5 2. Interpretation .................................................................................................................. 7-7 3. Language and Law ......................................................................................................... 7-8 4. Contract Agreement ....................................................................................................... 7-7 5. Assignment .................................................................................................................... 7-7 6. Care and Supply of Documents ..................................................................................... 7-7 7. Confidential Details ........................................................................................................ 7-7 8. Compliance with Laws ................................................................................................... 7-8 9. Joint and Several Liability .............................................................................................. 7-8 10. Project Manager’s Decisions ........................................................................................ 7-10 11. Delegation .................................................................................................................... 7-10 12. Communications .......................................................................................................... 7-10 13. Subcontracting ............................................................................................................. 7-10 14. Other Contractors ......................................................................................................... 7-10 15. Personnel and Equipment ............................................................................................ 7-10 16. Employer’s and Contractor’s Risks .............................................................................. 7-10 17. Employer’s Risks .......................................................................................................... 7-10 18. Contractor’s Risks ........................................................................................................ 7-11 19. Insurance ..................................................................................................................... 7-11 20. Site Investigation Reports ............................................................................................ 7-12 21. Contractor to Construct the Works ............................................................................... 7-11 22. The Works to Be Completed by the Intended Completion Date................................... 7-12 23. Designs by Contractor and Approval by the Project Manager ..................................... 7-12 24. Safety ........................................................................................................................... 7-12 25. Discoveries ................................................................................................................... 7-12 26. Possession of the Site .................................................................................................. 7-12 27. Access to the Site ........................................................................................................ 7-12 28. Instructions, Inspections, and Audits ............................................................................ 7-13 29. Appointment of the Adjudicator .................................................................................... 7-13 30. Procedure for Disputes ................................................................................................ 7-13

B. Staff and Labor ................................................................................................................................. 7-13

31. Forced Labor ................................................................................................................ 7-13 32. Child Labor ................................................................................................................... 7-13 33. Workers' Organizations ................................................................................................ 7-13 34. Nondiscrimination and Equal Opportunity .................................................................... 7-13

C. Time Control ..................................................................................................................................... 7-15

35. Program ....................................................................................................................... 7-15 36. Extension of the Intended Completion Date ................................................................. 7-15 37. Acceleration ................................................................................................................. 7-15 38. Delays Ordered by the Project Manager ...................................................................... 7-15 39. Management Meetings ................................................................................................. 7-16 40. Early Warning ............................................................................................................... 7-16

General Conditions of Contract 3

Procurement of Works-Small Contract

D. Quality Control ................................................................................................................................. 7-16

41. Identifying Defects ........................................................................................................ 7-16 42. Tests ........................................................................................................................... 7-16 43. Correction of Defects .................................................................................................... 7-16 44. Uncorrected Defects ..................................................................................................... 7-16

E. Cost Control ...................................................................................................................................... 7-17

45. Contract Price ............................................................................................................... 7-17 46. Changes in the Contract Price ..................................................................................... 7-17 47. Variations ..................................................................................................................... 7-17 48. Cash Flow Forecasts .................................................................................................... 7-18 49. Payment Certificates .................................................................................................... 7-18 50. Payments ..................................................................................................................... 7-18 51. Compensation Events .................................................................................................. 7-19 52. Tax ........................................................................................................................... 7-20 53. Currencies .................................................................................................................... 7-20 54. Price Adjustment .......................................................................................................... 7-20 55. Retention ...................................................................................................................... 7-21 56. Liquidated Damages .................................................................................................... 7-21 57. Bonus ........................................................................................................................... 7-21 58. Advance Payment ........................................................................................................ 7-21 59. Securities ...................................................................................................................... 7-22 60. Dayworks ...................................................................................................................... 7-22 61. Cost of Repairs ............................................................................................................. 7-22

F. Force Majeure ................................................................................................................................... 7-21

62. Definition of Force Majeure .......................................................................................... 7-21 63. Notice of Force Majeure ............................................................................................... 7-22 64. Duty to Minimize Delay ................................................................................................. 7-22 65. Consequences of Force Majeure ................................................................................. 7-22 66. Force Majeure Affecting Subcontractor ........................................................................ 7-23 67. Optional Termination, Payment, and Release .............................................................. 7-23 68. Release from Performance .......................................................................................... 7-23

G. Finishing the Contract ..................................................................................................................... 7-25

69. Completion ................................................................................................................... 7-25 70. Taking Over .................................................................................................................. 7-25 71. Final Account ................................................................................................................ 7-25 72. Operating and Maintenance Manuals .......................................................................... 7-25 73. Termination .................................................................................................................. 7-25 74. Fraud and Corruption ................................................................................................... 7-26 75. Payment upon Termination .......................................................................................... 7-28 76. Property ........................................................................................................................ 7-28 77. Release from Performance .......................................................................................... 7-28 78. Suspension of ADB Loan or Credit .............................................................................. 7-28 79. Eligibility........................................................................................................................7-288

4 General Conditions of Contract

Procurement of Works-Small Contract

General Conditions of Contract 5

Procurement of Works-Small Contract

General Conditions of Contract

A. General

1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount accepted in the Letter of Acceptance for the execution and completion of the Works and the remedying of any defects.

(b) The Activity Schedule is a schedule of the activities comprising the construction, installation, testing, and commissioning of the Works in a lump sum contract. It includes a lump sum price for each activity, which is used for valuations and for assessing the effects of Variations and Compensation Events.

(c) The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in GCC 29.1 [Appointment of Adjudicator] hereunder.

(d) Bank means the financing institutions named in the Particular Conditions of Contract (PCC).

(e) Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

(f) Compensation Events are those defined in GCC 51.1[Compensation Events] hereunder.

(g) The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with GCC 69.1 [Completion].

(h) The Contract is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC 2.3 below.

(i) The Contractor is the party whose Bid to carry out the Works has been accepted by the Employer.

(j) The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer.

(k) The Contract Price is the Accepted Contract Amount stated in the Letter of Acceptance and thereafter as adjusted in accordance with the Contract.

(l) Days are calendar days; months are calendar months.

(m) Dayworks are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

(n) A Defect is any part of the Works not completed in accordance with the Contract.

(o) The Defects Liability Certificate is the certificate issued by the Project Manager upon correction of defects by the Contractor.

6 General Conditions of Contract

Procurement of Works-Small Contract

(p) The Defects Liability Period is the period calculated from the Completion Date where the Contractor remains responsible for remedying defects.

(q) Drawings include calculations and other information provided or approved by the Project Manager for the execution of the Contract.

(r) The Employer is the party who employs the Contractor to carry out the Works, as specified in the PCC.

(s) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

(t) Force Majeure means an exceptional event or circumstance: which is beyond a Party's control; which such Party could not reasonably have provided against before entering into the Contract; which, having arisen, such Party could not reasonably have avoided or overcome; and, which is not substantially attributable to the other Party.

(u) In writing or written means hand-written, type-written, printed or electronically made, and resulting in a permanent record.

(v) The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

(w) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the PCC. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order.

(x) Letter of Acceptance means the formal acceptance by the Employer of the Bid and denotes the formation of the Contract at the date of acceptance.

(y) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(z) Party means the Employer or the Contractor, as the context requires.

(aa) PCC means Particular Conditions of Contract.

(bb) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

(cc) The Project Manager is the person named in the PCC (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract.

(dd) Retention Money means the aggregate of all monies retained by the Employer pursuant to GCC 55.1 [Retention].

(ee) Schedules means the document(s) entitled schedules, completed by the Contractor and submitted with the Letter of Tender, as included in the Contract. Such document may include the Bill of Quantities, data, lists, and schedules of rates and/or prices.

General Conditions of Contract 7

Procurement of Works-Small Contract

(ff) The Site is the area defined as such in the PCC.

(gg) Site Investigation Reports are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

(hh) Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(ii) The Start Date is given in the PCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(jj) A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(kk) Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

(ll) A Variation is an instruction given by the Project Managerwhich varies the Works.

(mm) The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the PCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the PCC, references in the GCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(a) Contract Agreement,

(b) Letter of Acceptance,

(c) Letter of Bid,

(d) Particular Conditions of Contract,

(e) the List of Eligible Countries that was specified in Section 5 of the bidding document,

(f) General Conditions of Contract,

(g) Specifications,

(h) Drawings,

(i) Completed Activity Schedules or Bill of Quantities, and

8 General Conditions of Contract

Procurement of Works-Small Contract

(j) any other document listed in the PCC as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the PCC.

3.2 Throughout the execution of the Contract, the Contractor shall comply with the import of goods and services prohibitions in the Employer’s country when

(a) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from, or any payments to, a particular country, person,or entity. Where the borrower’s country prohibits payments to a particular firm or for particular goods by such an act of compliance, that firm may be excluded.

4. Contract Agreement

4.1 The Parties shall enter into a Contract Agreement within 28 days after the Contractor receives the Letter of Acceptance, unless the Particular Conditions establish otherwise. The Contract Agreement shall be based upon the attached Contract forms in Section 8. The costs of stamp duties and similar charges (if any) imposed by law in connection with entry into the Contract Agreement shall be borne by the Employer.

5. Assignment 5.1 Neither Party shall assign the whole or any part of the Contract or any benefit or interest in or under the Contract. However, either Party

(a) may assign the whole or any part with the prior agreement of the other Party, at the sole discretion of such other Party; and

(b) may, as security in favor of a bank or financial institution, assign its right to any moneys due, or to become due, under the Contract.

6. Care and Supply of Documents

6.1 The Specification and Drawings shall be in the custody and care of the Employer. Unless otherwise stated in the Contract, two copies of the Contract and of each subsequent Drawing shall be supplied to the Contractor, who may make or request further copies at the cost of the Contractor.

6.2 Each of the Contractor’s Documents shall be in the custody and care of the Contractor, unless and until taken over by the Employer. Unless otherwise stated in the Contract, the Contractor shall supply to the Engineer six copies of each of the Contractor’s Documents.

6.3 The Contractor shall keep, on the Site, a copy of the Contract, publications named in the Specification, the Contractor’s Documents (if any), the Drawings and Variations and other communications given under the Contract. The Employer’s Personnel shall have the right of access to all these documents at all reasonable times.

6.4 If a Party becomes aware of an error or defect in a document which was prepared for use in executing the Works, the Party shall promptly give notice to the other Party of such error or defect.

7. Confidential Details

7.1 The Contractor’s and the Employer’s Personnel shall disclose all such confidential and other information as may be reasonably required in order to verify the Contractor’s compliance with the Contract and allow

General Conditions of Contract 9

Procurement of Works-Small Contract

its proper implementation.

7.2 Each of them shall treat the details of the Contract as private and confidential, except to the extent necessary to carry out their respective obligations under the Contract or to comply with applicable Laws. Each of them shall not publish or disclose any particulars of the Works prepared by the other Party without the previous agreement of the other Party. However, the Contractor shall be permitted to disclose any publicly available information, or information otherwise required to establish his qualifications to compete for other projects.

7.3 Notwithstanding the above, the Contractor may furnish to its Subcontractor(s) such documents, data and other information it receives from the Employer to the extent required for the Subcontractor(s) to perform its work under the Contract, in which event the Contractor shall obtain from such Subcontractor(s) an undertaking of confidentiality similar to that imposed on the Contractor under this Clause.

8. Compliance with Laws

8.1 The Contractor shall, in performing the Contract, comply with applicable Laws.

8.2 Unless otherwise stated in the Particular Conditions,

(a) the Employer shall acquire and pay for all permits, approvals,and/or licenses from all local, state, or national government authorities or public service undertakings in the [Employer’s Country or country where the Site is located] which (i) such authorities or undertakings require the Employer to obtain in the Employer’s name, and (ii) are necessary for the execution of the Contract, including those required for the performance by both the Contractor and the Employer of their respective obligations under the Contract;

(b) the Contractor shall acquire and pay for all permits, approvals,and/or licenses from all local, state, or national government authorities or public service undertakings in the [Employer’s Country or country where the Site is located] which such authorities or undertakings require the Contractor to obtain in its name and which are necessary for the performance of the Contract, including, without limitation, visas for the Contractor’s and Subcontractor’s personnel and entry permits for all imported Contractor’s Equipment. The Contractor shall acquire all other permits, approvals, and/or licenses that are not the responsibility of the Employer under Subclause 8.2(a) hereof and that are necessary for the performance of the Contract. The Contractor shall indemnify and hold harmless the Employer from and against any and all liabilities, damages, claims, fines, penalties, and expenses of whatever nature arising or resulting from the violation of such laws by the Employer or its personnel, including the Subcontractors and their personnel, but without prejudice to Subclause 8.1 hereof.

9. Joint and Several Liability

9.1 If the Contractor is a joint venture of two or more persons, all such persons shall be jointly and severally liable to the Employer for the fulfillment of the provisions of the Contract, and shall designate one of such persons to act as a leader with authority to bind the joint venture.

10 General Conditions of Contract

Procurement of Works-Small Contract

The composition or the constitution of the joint venture shall not be altered without the prior consent of the Employer.

10. Project Manager’s Decisions

10.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Employer and the Contractor in the role representing the Employer.

11. Delegation 11.1 The Project Manager may delegate any of his duties and responsibilities to other people, except to the Adjudicator, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

12. Communica-tions

12.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

13. Subcontracting 13.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.

14. Other Contractors

14.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in thePCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

15. Personnel and Equipment

15.1 The Contractor shall employ the key personnel and use the equipment identified in its Bid to carry out the functions stated in the Schedule or other personnel and equipment approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel and equipment only if their relevant qualifications or characteristics are substantially equal to or better than those proposed in the Bid.

15.2 If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within 7days and has no further connection with the work in the Contract.

15.3 If the Employer, Project Manager, or Contractor determines, that any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or other prohibited practices during the execution of the Works, then that employee shall be removed in accordance with Clause 15.2 above.

16. Employer’s and Contractor’s Risks

16.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

17. Employer’s Risks

17.1 From the Start Date until the Defects Liability Certificate has been issued, the following are Employer’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to

General Conditions of Contract 11

Procurement of Works-Small Contract

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works, or

(ii) negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

17.2 From the Completion Date until the Defects Liability Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is an Employer’s risk except loss or damage due to

(a) a Defect which existed on the Completion Date,

(b) an event occurring before the Completion Date, which was not itself an Employer’s risk, or

(c) the activities of the Contractor on the Site after the Completion Date.

18. Contractor’s Risks

18.1 From the Starting Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risks, are Contractor’s risks.

19. Insurance 19.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in thePCC for the following events, which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and

(d) personal injury or death.

19.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

19.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance, which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

19.4 Alterations to the terms of an insurance shall not be made without the approval of the Project Manager.

12 General Conditions of Contract

Procurement of Works-Small Contract

19.5 Both parties shall comply with any conditions of the insurance policies.

20. Site Investigation Reports

20.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the PCC, supplemented by any information available to the Contractor.

21. Contractor to Construct the Works

21.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

22. The Works to Be Completed by the Intended Completion Date

22.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

23. Designs by Contractor and Approval by the Project Manager

23.1 The Contractor shall carry out design to the extent specified in the PCC. The Contractor shall promptly submit to the Employer all designs prepared by him. Within 14 days of receipt, the Employer shall notify any comments. The Contractor shall not construct any element of the permanent work designed by him within 14 days after the design has been submitted to the Employer or where the design for that element has been rejected. Design that has been rejected shall be promptly amended and resubmitted. The Contractor shall resubmit all designs commented on, taking these comments into account as necessary.

23.2 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, who is to approve them if they comply with the Specifications and Drawings..

23.3 The Contractor shall be responsible for design of Temporary Works.

23.4 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

23.5 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

23.6 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Project Manager before this use.

24. Safety 24.1 The Contractor shall be responsible for the safety of all activities on the Site.

25. Discoveries 25.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

26. Possession of the Site

26.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the PCC, the Employer shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

General Conditions of Contract 13

Procurement of Works-Small Contract

27. Access to the Site

27.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

28. Instructions, Inspections, and Audits

28.1 The Contractor shall carry out all instructions of the Project Manager,which comply with the applicable laws where the Site is located.

28.2 The Contractor shall keep, and shall make all reasonable efforts to cause its Subcontractors and subconsultants to keep accurate and systematic accounts and records in respect of the Works in such form and details as will clearly identify relevant time changes and costs.

28.3 The Contractor shall permit ADB to inspect the Contractor’s accounts, records, and other documents relating to the submission of bids and contract performance and to have them audited by auditors appointed by ADB. The Contractor shall maintain all documents and records related to the Contract for a period of three (3) years after completion of the Works. The Contractor shall provide any documents necessary for the investigation of allegations of fraud, collusion, coercion, or corruption and require its employees or agents with knowledge of the Contract to respond to questions from ADB.

29. Appointment of the Adjudicator

29.1 The Adjudicator shall be appointed jointly by the Employer and the Contractor, at the time of the Employer’s issuance of the Letter of Acceptance. If, in the Letter of Acceptance, the Employer does not agree on the appointment of the Adjudicator, the Employer will request the Appointing Authority designated in the PCC, to appoint the Adjudicator within 14 days of receipt of such request.

29.2 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority at the request of either party, within 14 days of receipt of such request.

30. Procedure for Disputes

30.1 If the Contractor believes that a decision taken by the Project Manager was either outside the authority given to the Project Manager by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Project Manager’s decision.

30.2 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

30.3 The Adjudicator shall be paid by the hour at the rate specified in the PCC, together with reimbursable expenses of the types specified in the PCC, and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision shall be final and binding.

14 General Conditions of Contract

Procurement of Works-Small Contract

30.4 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the PCC.

B. Staff and Labor

31. Forced Labor 31.1 The Contractor shall not employ forced labor, which consists of any work or service, not voluntarily performed, that is exacted from an individual under threat of force or penalty. This covers any kind of involuntary or compulsory labor, such as indentured labor, bonded labor, or similar labor–contracting arrangements.

32. Child Labor 32.1 The Contractor shall not employ children in a manner that is economically exploitative, or is likely to be hazardous, or to interfere with, the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral, or social development. Wherenational laws have provisions for employment of minors, the Contractor shall follow those laws applicable to the Contractor. Children below the age of 18 years shall not be employed in dangerous work.

33. Workers’ Organizations

33.1 In countries where national law recognizes workers’ rights to form and to join workers’ organizations of their choosing without interference and to bargain collectively, the Contractor shall comply with national law. Where national law substantially restricts workers’ organizations, the Contractor shall enable alternative means for the Contractor’s Personnel to express their grievances and protect their rights regarding working conditions and terms of employment. In either case described above, and where national law is silent, the Contractor shall not discourage the Contractor’s Personnel from forming or joining workers’ organizations of their choosing or from bargaining collectively, and shall not discriminate or retaliate against the Contractor’s Personnel who participate, or seek to participate, in such organizations and bargain collectively. The Contractor shall engage with such workers representatives. Worker organizations are expected to fairly represent the workers in the workforce.

34. Nondiscrimina tion and Equal Opportunity

34.1 The Contractor shall not make employment decisions on the basis of personal characteristics unrelated to inherent job requirements. The Contractor shall base the employment relationship on the principle of equal opportunity and fair treatment, and shall not discriminate with respect to aspects of the employment relationship, including recruitment and hiring, compensation (including wages and benefits), working conditions and terms of employment, access to training, promotion, termination of employment or retirement, and discipline. In countries where national law provides for non-discrimination in employment, the Contractor shall comply with national law. When national laws are silent on nondiscrimination in employment, the Contractor shall meet this Subclause’s requirements. Special measures of protection or assistance to remedy past discrimination or selection for a particular job based on the inherent requirements of the job shall not be deemed discrimination.

General Conditions of Contract 15

Procurement of Works-Small Contract

C. Time Control

35. Program

35.1 Within the time stated in the PCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works. In the case of a lump sum contract, the activities in the Program shall be consistent with those in the Activity Schedule.

35.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

35.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in thePCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in thePCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. In the case of a lump sum contract, the Contractor shall provide an updated Activity Schedule within 14 days of being instructed to by the Project Manager.

35.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Project Manager again at any time. A revised Program shall show the effect of Variations and Compensation Events.

36. Extension of the Intended Completion Date

36.1 The Project Manager shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

36.2 The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

37. Acceleration 37.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Employer and the Contractor.

37.2 If the Contractor’s priced proposals for an acceleration are accepted by the Employer, they are incorporated in the Contract Price and treated as a Variation.

38. Delays Ordered by the Project Manager

38.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

16 General Conditions of Contract

Procurement of Works-Small Contract

39. Management Meetings

39.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

39.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

40. Early Warning 40.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

40.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

D. Quality Control

41. Identifying Defects

41.1 The Project Manager shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

42. Tests 42.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

43. Correction of Defects

43.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the PCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

43.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

44. Uncorrected Defects

44.1 If the Contractor has not corrected a Defect within the time specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

General Conditions of Contract 17

Procurement of Works-Small Contract

E. Cost Control

45. Contract Price

45.1 In the case of an admeasurement contract, the Bill of Quantities shall contain priced items for the Works to be performed by the Contractor. The Bill of Quantities is used to calculate the Contract Price. The Contractor will be paid for the quantity of the work accomplished at the rate in the Bill of Quantities for each item.

45.2 In the case of a lump sum contract, the Activity Schedule shall contain the priced activities for the Works to be performed by the Contractor. The Activity Schedule is used to monitor and control the performance of activities on which basis the Contractor will be paid. If payment for Materials on Site shall be made separately, the Contractor shall show delivery of Materials to the Site separately on the Activity Schedule.

46. Changes in the Contract Price

46.1 In the case of an admeasurement contract:

(a) If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25%, provided the change exceeds 1% of the Initial Contract Price, the Project Manager shall adjust the rate to allow for the change.

(b) The Project Manager shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15%, except with the prior approval of the Employer.

(c) If requested by the Project Manager, the Contractor shall provide the Project Manager with a detailed cost breakdown of any rate in the Bill of Quantities.

46.2 In the case of a lump sum contract, the Activity Schedule shall be amended by the Contractor to accommodate changes of Program or method of working made at the Contractor’s own discretion. Prices in the Activity Schedule shall not be altered when the Contractor makes such changes to the Activity Schedule.

47. Variations 47.1 All Variations shall be included in updated Programs, and, in the case of a lump sum contract, also in the Activity Schedule, produced by the Contractor.

47.2 The Contractor shall provide the Project Manager with a quotation for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Project Manager and before the Variation is ordered.

47.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

47.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

18 General Conditions of Contract

Procurement of Works-Small Contract

47.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

47.6 In the case of an admeasurement contract, if the work in the Variation corresponds to an item description in the Bill of Quantities and if, in the opinion of the Project Manager, the quantity of work above the limit stated in GCC 46.1 [Changes in the Contract Price] or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

48. Cash Flow Forecasts

48.1 When the Program, or, in the case of a lump sum contract, the Activity Schedule, is updated, the Contractor shall provide the Project Managerwith an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted asnecessary using the Contract exchange rates.

49. Payment Certificates

49.1 The Contractor shall submit to the Project Manager monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

49.2 The Project Manager shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

49.3 The value of work executed shall be determined by the Project Manager.

49.4 The value of work executed shall comprise,

(a) in the case of an admeasurement contract, the value of the quantities of work in the Bill of Quantities that have been completed; or

(b) in the case of a lump sum contract, the value of work executed shall comprise the value of completed activities in the Activity Schedule.

49.5 The value of work executed shall include the valuation of Variations and Compensation Events.

49.6 The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

50. Payments 50.1 Payments shall be adjusted for deductions for advance payments and retention. The Employer shall pay the Contractor the amounts certified by the Project Manager within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the prevailing

General Conditions of Contract 19

Procurement of Works-Small Contract

rate of interest for commercial borrowing for each of the currencies in which payments are made.

50.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

50.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

50.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

51. Compensation Events

51.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date pursuant to GCC 26.1 [Possession of the Site].

(b) The Employer modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work within the dates and other constraints stated in theContract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Employer’s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of Completion.

51.2 If a Compensation Event would cause additional cost or would prevent

20 General Conditions of Contract

Procurement of Works-Small Contract

the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

51.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event.

51.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Project Manager.

52. Tax 52.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of taxpayable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC 54.1 [Price Adjustment].

53. Currencies 53.1 Where payments are made in currencies other than the currency of the Employer’s country specified in the PCC, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

54. Price Adjustment

54.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the PCC. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency:

Pc = Ac + Bc Imc/Ioc

where:

Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency “c.”

Ac and Bc are coefficients1 specified in the PCC, representing the

nonadjustable and adjustable portions, respectively, of the Contract Price payable in that specific currency “c;” and

1 The sum of the two coefficients Ac and Bc should be 1 (one) in the formula for each currency. Normally, both coefficients

shall be the same in the formulas for all currencies, since coefficient A, for the nonadjustable portion of the payments, is a very approximate figure (usually 0.10 ~ 0.20) to take account of fixed cost elements or other nonadjustable components. The sum of the adjustments for each currency is added to the Contract Price.

General Conditions of Contract 21

Procurement of Works-Small Contract

Imc is a consolidated index prevailing at the end of the month being invoiced and Ioc is the same consolidated index prevailing 28 days before Bid opening for inputs payable; both in the specific currency “c.”

54.2 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

55. Retention 55.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the PCC until Completion of the whole of the Works.

55.2 Upon the issue of a Certificate of Completion of the Works by the Project Manager, in accordance with GCC 69.1 [Completion], half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Project Manager has certified that all Defects notified by the Project Manager to the Contractor before the end of this period have been corrected. The Contractor may substitute retention money with an “on demand” bank guarantee.

56. Liquidated Damages

56.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the PCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the PCC.The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

56.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC 50.1 [Payments].

57. Bonus 57.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the PCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete, although they may not be due to be complete.

58. Advance Payment

58.1 The Employer shall make advance payment to the Contractor of the amounts stated in the PCC by the date stated in the PCC, against provision by the Contractor of an unconditional bank guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest shall not be charged on the advance payment.

22 General Conditions of Contract

Procurement of Works-Small Contract

58.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

58.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

59. Securities 59.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the PCC, by a bank acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 28 days from the date of issue of the Certificate of Completion in the case of a bank guarantee.

60. Dayworks 60.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Project Managerhas given written instructions in advance for additional work to be paid for in that way.

60.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Managerwithin 2 days of the work being done.

60.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

61. Cost of Repairs 61.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

F. Force Majeure

62. Definition of Force Majeure

62.1 In this Clause, “Force Majeure” means an exceptional event or circumstance,

(a) which is beyond a Party’s control;

(b) which such Party could not reasonably have provided against before entering into the Contract;

(c) which, having arisen, such Party could not reasonably have avoided or overcome; and

(d) which is not substantially attributable to the other Party.

General Conditions of Contract 23

Procurement of Works-Small Contract

62.2 Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied:

(a) war, hostilities (whether war be declared or not), invasion, act of foreign enemies;

(b) rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution, insurrection, military or usurped power, or civil war;

(c) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel;

(d) munitions of war, explosive materials, ionizing radiation or contamination by radio-activity, except as may be attributable to the Contractor’s use of such munitions, explosives, radiation or radio-activity; and

(e) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

63. Notice of Force Majeure

63.1 If a Party is or will be prevented from performing its substantial obligations under the Contract by Force Majeure, then it shall give notice to the other Party of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 14 days after the Party became aware, or should have become aware, of the relevant event or circumstance constituting Force Majeure.

63.2 The Party shall, having given notice, be excused performance of its obligations for so long as such Force Majeure prevents it from performing them.

63.3 Notwithstanding any other provision of this Clause, Force Majeure shall not apply to obligations of either Party to make payments to the other Party under the Contract.

64. Duty to Minimize Delay

64.1 Each Party shall at all times use all reasonable endeavours to minimize any delay in the performance of the Contract as a result of Force Majeure.

64.2 A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.

65. Consequences of Force Majeure

65.1 If the Contractor is prevented from performing its substantial obligations under the Contract by Force Majeure of which notice has been given under GCC Subclause 63 [Notice of Force Majeure], and suffers delay and/or incurs Cost by reason of such Force Majeure, the Contractor shall be entitled subject to GCC Subclause 30.1 [Procedure for Disputes] to

(a) an extension of time for any such delay, if completion is or will be delayed, under GCC Subclause 36 [Extension of the Intended Completion Date]; and

(b) if the event or circumstance is of the kind described in sub-paragraphs (a) to (d) of GCC Subclause 62.2 [Definition of Force

24 General Conditions of Contract

Procurement of Works-Small Contract

Majeure] and, in the case of subparagraphs (b) to (d), occurs in the Country, payment of any such Cost, including the costs of rectifying or replacing the Works and/or Goods damaged or destructed by Force Majeure, to the extent they are not indemnified through the insurance policy referred to in GCC Subclause 19 [Insurance].

65.2 After receiving this notice, the Project Manager shall proceed in accordance with GCC Subclause 10 [Project Manager’s Decisions] to agree or determine these matters.

66. Force Majeure Affecting Subcontractor

66.1 If any Subcontractor is entitled under any contract or agreement relating to the Works to relief from force majeure on terms additional to or broader than those specified in this Clause, such additional or broader force majeure events or circumstances shall not excuse the Contractor’s nonperformance or entitle him to relief under this Clause.

67. Optional Termination, Payment and Release

67.1 If the execution of substantially all the Works in progress is prevented for a continuous period of 84 days by reason of Force Majeure of which notice has been given under GCC Subclause 63 [Notice of Force Majeure], or for multiple periods which total more than 140 days due to the same notified Force Majeure, then either Party may give to the other Party a notice of termination of the Contract. In this event, the termination shall take effect 7 days after the notice is given, and the Contractor shall proceed in accordance with GCC Subclause 73.5[Termination].

67.2 Upon such termination, the Project Manager shall determine the value of the work done and issue a Payment Certificate, which shall include

(a) the amounts payable for any work carried out for which a price is stated in the Contract;

(b) the Cost of Plant and Materials ordered for the Works which have been delivered to the Contractor, or of which the Contractor is liable to accept delivery: this Plant and Materials shall become the property of (and be at the risk of) the Employer when paid for by the Employer, and the Contractor shall place the same at the Employer’s disposal;

(c) other Costs or liabilities which in the circumstances were reasonably and necessarily incurred by the Contractor in the expectation of completing the Works;

(d) the Cost of removal of Temporary Works and Contractor’s Equipment from the Site and the return of these items to the Contractor’s works in his country (or to any other destination at no greater cost); and

(e) the Cost of repatriation of the Contractor’s staff and labor employed wholly in connection with the Works at the date of termination.

68. Release from Performance

68.1 Notwithstanding any other provision of this Clause, if any event or circumstance outside the control of the Parties (including, but not limited to, Force Majeure) arises, which makes it impossible or unlawful for either or both Parties to fulfill its or their contractual obligations or which, under the law governing the Contract, entitles the

General Conditions of Contract 25

Procurement of Works-Small Contract

Parties to be released from further performance of the Contract, then upon notice by either Party to the other Party of such event or circumstance,

(a) the Parties shall be discharged from further performance, without prejudice to the rights of either Party in respect of any previous breach of the Contract; and

(b) the sum payable by the Employer to the Contractor shall be the same as would have been payable under GCC Subclause 67 [Optional Termination, Payment and Release] if the Contract had been terminated under GCC Subclause 67.

G. Finishing the Contract

69. Completion 69.1 The Contractor shall request the Project Manager to issue a certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the work is completed.

70. Taking Over 70.1 The Employer shall take over the Site and the Works within 7 days of the Project Manager’s issuing a certificate of Completion.

71. Final Account 71.1 The Contractor shall supply the Project Manager with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

72. Operating and Maintenance Manuals

72.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in thePCC.

72.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the PCC pursuant to GCC 72.1, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the PCC from payments due to the Contractor.

73. Termination 73.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

73.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn

26 General Conditions of Contract

Procurement of Works-Small Contract

within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the Employer to the Contractor within 84 days of the date of the Project Manager’s certificate;

(e) the Project Manager gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

(f) the Project Manager gives two consecutive Notices to update the Program and accelerate the works to ensure compliance with GCC Subclause 22.1 [The Works to be Completed by the Intended Completion Date] and the Contractor fails to update the Program and demonstrate acceleration of the works within a reasonable period of time determined by the Project Manager;

(g) the Contractor does not maintain a Security, which is required;

(h) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the PCC; and

(i) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract, pursuant to GCC 74.1 [Fraud and Corruption].

73.3 When either party to the Contract gives notice of a breach of Contract to the Project Manager for a cause other than those listed under GCC 73.2 above, the Project Manager shall decide whether the breach is fundamental or not.

73.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

73.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

74. Fraud and Corruption

74.1 ADB’s Anticorruption Policy requires that Borrowers (including beneficiaries of ADB-financed activity), as well as Contractors, Subcontractors, Manufacturers, and Consultants under ADB-financed contracts, observe the highest standard of ethics during theprocurement and execution of such contracts. In pursuance of this policy, the ADB

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

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

General Conditions of Contract 27

Procurement of Works-Small Contract

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;

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

(vi) “integrity violation" is any act which violates ADB’s Anticorruption Policy, including (i) to (v) above and the following: abuse, conflict of interest, violations of ADB sanctions, retaliation against whistleblowers or witnesses, and other violations of ADB's Anticorruption Policy, including failure to adhere to the highest ethical standard.

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

(c) will cancel the portion of the financing allocated to a contract if it determines at any time that representatives of the borrower or of a beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations during the procurement or the execution of that contract, without the borrower having taken timely and appropriate action satisfactory to ADB to remedy the situation; and

(d) will impose remedial actions on a firm or an individual, at any time, in accordance with ADB’s Anticorruption Policy and Integrity Principles and Guidelines (both as amended from time to time), including declaring ineligible, either indefinitely or for a

28 General Conditions of Contract

Procurement of Works-Small Contract

stated period of time, to participate2 in ADB-financed,

administered, or supported activities or to benefit from an ADB-financed, administered, or supported contract, financially or otherwise, if it at any time determines that the firm or individual has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations.

75. Payment upon Termination

75.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Project Manager shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the PCC. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

75.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

76. Property 76.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated because of the Contractor’s default.

77. Release from Performance

77.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterward to which a commitment was made.

78. Suspension of ADB Loan or Credit

78.1 In the event that ADB suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made,

(a) the Employer is obligated to notify the Contractor, with copy to the Project Manager, of such suspension within 7 days of having received ADB’s suspension notice.

(b) if the Contractor has not received sums due it within the 28 days for payment provided for in GCC 50.1 [Payments], the Contractor may immediately issue a 14-day termination notice.

2 Whether as a Contractor, Nominated Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any

other capacity (different names are used depending on the particular Bidding Document). A Nominated Subcontractor is one which either has been: (i) included by the Bidder in its prequalification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the Bidder’s prequalification application or the bid; or (ii) appointed by the Employer.

General Conditions of Contract 29

Procurement of Works-Small Contract

79. Eligibility 79.1 The Contractor shall have the nationality of an eligible country as specified in Section 5 [Eligible Countries] of the bidding document. The Contractor shall be deemed to have the nationality of a country if the Contractor is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

79.2 The materials, equipment, and services to be supplied under the Contract shall have their origin in eligible source countries as specified in Section 5 [Eligible Countries] of the bidding document and all expenditures under the Contract will be limited to such materials, equipment, and services. At the Employer’s request, the Contractor may be required to provide evidence of the origin of materials, equipment, and services.

79.3 For purposes of GCC 79.2, “origin” means the place where the materials and equipment are mined, grown, produced, or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that differs substantially in its basic characteristics or in purpose or utility from its components.

Appendix 12

1 of 2

BIDDER’S INFORMATION SHEET

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM

General Information

All individual firms and each partner of a joint venture must complete the information in this form. Nationality information should be provided for all owners or applicants that are partnerships or individually owned firms.

1.

Bidder’s legal name:

2. In case of JV, legal name of each partner:

3. Bidder’s actual or intended country of constitution:

2.

Bidder’s legal address ……………………………………………………………………………………….

3

Telephone Contact

4.

Facsimile Email

5.

Bidder’s satellite office contact details (if any) ………………………………………………………………………………………

6.

Place of incorporation/registration Year of Incorporation/registration

7.

Main lines of business …………………………………………………………………………………………. …………………………………………………………………………………………. 1. Since: …………………………………………………………………………………………. 2. Since: …………………………………………………………………………………………. 3. Since: …………………………………………………………………………………………. 4. Since:

Appendix 12

2 of 2

Please attach the following supporting documents:

1. Articles of Incorporation issued by the Securities and Exchange Commission or Certificate of Registration issued by the Department of Trade and Industry;

2. Latest Contractor’s license, minimum Class “B”, issued by the Philippine Contractor’s Accreditation Board (PCAB)

3. Copy of certificate of completion that will support completed projects 4. Certified copy of latest Annual Income Tax Return; 5. Copy of latest Mayor’s Permit; 6. Organizational Chart; and 7. Company Profile.

Historical Financial Performance from 2013 to 2015

Year 2013 2014 2015

Information from BS

Total Assets

Total Liabilities

Net Worth / Total Equity

Information from IS

Total Revenue

Please attach copies of audited financial statements stamped “Received” by the Bureau of Internal Revenue (Balance Sheets and Income Statements) from 2013 to 2015, complying with the following conditions:

1. All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies;

2. Historic financial statements must be audited by a certified accountant; 3. Historic financial statements must be complete, including all notes to financial statements;

and 4. Historic financial statements must correspond to accounting periods already completed

and audited (no statements for partial records shall be request or accepted).

Appendix 13

JOINT VENTURE DATA

OFFICE FIT-OUT IN THE ADB HEADQUARTERS THIRD ATRIUM FINANCIAL DATA

A copy of the joint venture agreement must be attached. In case the joint venture agreement is not acceptable to ADB, the joint venture may be requested to modify the agreement accordingly. Failure to submit a modified joint venture agreement within twenty one (21) days upon receipt by the Applicant of the request for modification will disqualify the Applicant for further consideration.

Names of all Partners of a Joint Venture 1. Lead Partner

2. Partner

3. Partner

4. Partner

5. Partner

6. Partner

Total value of annual sales turnover, in terms of items/work billed to clients, in US$ equivalent, converted at the rate of exchange at the end of the period reported.

Annual Turnover Data for the Last Three Years (US$ Equivalent) Partner

2013

2014

2015

1. Lead Partner

2. Partner

3. Partner

4. Partner

5. Partner

6. Partner

Totals

Appendix 14

LIST OF ADB MEMBER COUNTRIES

As of 16 July 2012

1. Afghanistan

2. Armenia

3. Australia

4. Austria

5. Azerbaijan

6. Bangladesh

7. Belgium

8. Bhutan

9. Brunei Darussalam

10. Cambodia

11. Canada

12. Cook Islands

13. Denmark

14. Fiji

15. Finland

16. France

17. Georgia

18. Germany

19. Hong Kong, China

20. India

21. Indonesia

22. Ireland

23. Italy

24. Japan

25. Kazakhstan

26. Kiribati

27. Kyrgyz Republic

28. Lao People’s Democratic Republic

29. Luxembourg

30. Malaysia

31. Marshall Islands

32. Micronesia, Federated States of

33. Mongolia

34. Myanmar

35. Nauru

36. Nepal

37. The Netherlands

38. New Zealand

39. Norway

40. Pakistan

41. Palau

42. Papua New Guinea

43. People’s Republic of China

44. Philippines

45. Republic of Korea

46. Republic of Maldives

47. Portugal

48. Samoa

49. Singapore

50. Solomon Islands

51. Spain

52. Sri Lanka

53. Sweden

54. Switzerland

55. Taipei, China

56. Tajikistan

57. Thailand

58. Timor-Leste

59. Tonga

60. Turkey

61. Turkmenistan

62. Tuvalu

63. United Kingdom

64. United States

65. Uzbekistan

66. Vanuatu

67. Viet Nam