republic of the philippines department of transportation...

53
Page 1 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS TERMS OF REFERENCE (TOR) FOR THE NEGOTIATION OF PROCUREMENT OF GOODS FOR THE “KAYO ANG BOSS KO” (KBK) TOILET FACILITIES IMPROVEMENT PROJECT I. INTRODUCTION AND BACKGROUND INFORMATION The Department of Transportation and Communications (DOTC) is the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services. With the end in view of realizing its mandate, the DOTC has embarked on a “Kayo ang Boss Ko (KBK)” Transport Facilities Frontline Services Improvement Project to ensure a more convenient, affordable, reliable, efficient and safe transport services to the public. One of the priority improvement areas of the KBK Project for 2013 are the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB). In support of this improvement project, the DOTC has adopted a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas which will henceforth serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others. It likewise provides standards for maintaining the cleanliness and good working condition of such facilities, including provisions to enhance their safety and security. The Standards likewise dictate adherence to all applicable laws, rules and regulations governing the design, construction and maintenance of public transport infrastructure facilities, including compliance with relevant environmental regulations. Incorporation of the Bidding Documents The Procuring Entity adopts the relevant provisions of the Bidding Documents in the previously conducted bidding for the subject procurement (“Bidding Documents”), whenever applicable. The Procuring Entity adopts the relevant provisions in the General Conditions of Contract (GCC) and Special Conditions of Contract (SCC).

Upload: others

Post on 27-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 1 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

TERMS OF REFERENCE (TOR) FOR THE NEGOTIATION OF PROCUREMENT OF GOODS FOR THE “KAYO

ANG BOSS KO” (KBK) TOILET FACILITIES IMPROVEMENT PROJECT I. INTRODUCTION AND BACKGROUND INFORMATION

The Department of Transportation and Communications (DOTC) is the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services.

With the end in view of realizing its mandate, the DOTC has embarked on a “Kayo ang Boss Ko (KBK)” Transport Facilities Frontline Services Improvement Project to ensure a more convenient, affordable, reliable, efficient and safe transport services to the public.

One of the priority improvement areas of the KBK Project for 2013 are the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB).

In support of this improvement project, the DOTC has adopted a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas which will henceforth serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others. It likewise provides standards for maintaining the cleanliness and good working condition of such facilities, including provisions to enhance their safety and security. The Standards likewise dictate adherence to all applicable laws, rules and regulations governing the design, construction and maintenance of public transport infrastructure facilities, including compliance with relevant environmental regulations. Incorporation of the Bidding Documents

The Procuring Entity adopts the relevant provisions of the Bidding Documents in the previously conducted bidding for the subject procurement (“Bidding Documents”), whenever applicable.

The Procuring Entity adopts the relevant provisions in the General Conditions of Contract (GCC) and Special Conditions of Contract (SCC).

Page 2: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 2 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

II. OBJECTIVES

The project aims to:

1. Ensure delivery of a more convenient, affordable, reliable, efficient and safe transport services to the riding and transacting public; and,

2. Transform and uplift the quality of service to the public – to that which truly cares for their safety, comfort and well-being, respects their dignity and brings forth a fresh and wholesome experience in dealing with DOTC frontline offices/agencies, including the transport services that they provide and/or manage or supervise.

II. COVERAGE

For CY 2012, the DOTC will upgrade and/or rehabilitate 766 existing toilet facilities and construct additional 242 new toilet facilities, as indicated below:

DOTC Sectoral Office, Attached Agency and Corporation

Total Number of Toilets

For Renovation/

Rehabilitation

For New Construction

Manila International Airport Authority (MIAA) 111

Civil Aviation Authority of the Philippines (CAAP)

107 -

Mactan-Cebu International Airport Authority (MCIAA)

110 -

Philippine Ports Authority (PPA) 51 11

Cebu Ports Authority (CPA) 15 -

Light Rail Transport Authority (LRTA) 28 35

Metro Rail Transit-3 (MRT-3) 63 -

Philippine National Railways (PNR) 21 42

Land Transportation Office (LTO) 239 125

Land Transportation Franchising and Regulatory Board (LTFRB)

21 29

GRAND TOTAL 766 242

Attached as Annex “A” is the specific address/location of toilet facilities for

construction and/or rehabilitation on a per Agency per region basis. IV. SCOPE

Page 3: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 3 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

Supply and delivery of Phenolic Board and stainless Accessories for the rehabilitation of existing and/or construction of new toilet facilities:

Particulars Technical Description Quantity Unit Unit Cost Total

PHENOLIC BOARD includes

Cubicle partition, door and ledge

Urinal partition and ledge

12 mm thickness Plain Phenolic Board (5x8), color beige with high grade stainless accessories which includes Footing (height= 150 mm or 6 inches), Top bar (length= 6mtrs, diameter – 50 mm), U Channel (Length – 3.7 meters or 6 meters) , Lockset ( inclusive of an indicator), Hinges (Left or Right), Handle, Corner Fastener Bracket, Screw Headrail, Coathook (refer to Annex “C” for Cutting List)

(a) Supply, Delivery, Cutting and Installation within NCR

Cubicle partition with ledge and stainless accessories

672 Units Php17,000.00 Php 11,424,000.00

Urinal Partition with ledge and stainless accessories

360 Units Php 5,000.00 Php 1,800,000.00

(b) Supply and delivery for toilet facilities outside of NCR*

Cubicle partition with ledge and stainless accessories

916 Units Php16,305.00 Php 14,935,380.00

Urinal Partition with ledge and stainless accessories

575 Units Php 5,019.20 Php 2,886,040.00

TOTAL Php 31,045,420.00

*Note: Pick-up, Cutting and Installation will be under CIVIL WORKS.

V. TERMS AND CONDITIONS

1. PACKAGING OF THE GOODS

Page 4: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 4 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

1.1 The Supplier shall provide such packaging of the Goods as is required

to prevent damage, deterioration, losses or pilferages during transit to their final destination, as indicated in the Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the GOODS’ final destination and the absence of heavy handling facilities at all points in transit.

1.2 The packaging, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity.

1.3 The outer packaging must be clearly marked on at least four (4) sides as

follows:

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

1.4 A packaging list/ cutting list, attached herein as Annex “C” identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.

1.5 Packages destined for a specific Agency shall be delivered to the

designated drop off points located in the regional or local offices of their respective Agencies as appearing in the Distribution List (Annex “B”).

2. INSURANCE

2.1 The Goods supplied under the Contract shall be fully insured by the

Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The Goods remain at the risk and title of the Supplier until their final acceptance by the Procuring Entity.

3. DELIVERY & AVAILABILITY OF GOODS

Page 5: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 5 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

3.1 The supplier shall deliver the above goods strictly in accordance with the specifications herein prescribed and shall guarantee that the same are in good condition and free of defects in materials and workmanship.

3.2 The supplier shall deliver the aforementioned goods at each Agency’s

designated drop-off points in key cities or locations per Distribution List, attached herein as Annex “B”.

3.3 The appropriate delivery charges up to the designated Drop off points

outside the National Capital Region shall be arranged and paid for by the winning supplier of the goods.

3.4 Delivery of goods in all the sites shall be completed within sixty (60)

days upon approval of the contract.

3.5 Goods damaged or lost in transit to the designated drop-off points/addresses shall be replaced by the winning supplier of such damaged or lost goods within ten (10) days from notice thereof.

3.6 The supplier shall ensure the continued availability for re-orders of the

goods for at least five (5) years from date of award of contract.

4. PAYMENT

4.1 Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of the Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under the Contract. Ten percent (10%) of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier’s warranty obligations under the Contract as described in General Conditions of Contract (GCC) Clause 17.

4.2 The Supplier’s request(s) for payment shall be made to the Procuring

Entity in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the Specific Conditions of Contract (SCC) provision for GCC Clause 6.2, and upon fulfillment of other obligations stipulated in the Contract.

4.3 Pursuant to GCC Clause 10.2, payments shall be made promptly by the

Procuring Entity, but in no case later than sixty (60) days after submission of an invoice or claim by the Supplier.

4.4 Unless otherwise provided in the SCC, the currency in which payment

is made to the Supplier under this Contract shall be in Philippine Pesos.

Page 6: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 6 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

5. ADVANCE PAYMENT AND TERMS OF PAYMENT

5.1 Advance payment shall be made only after prior approval of the

President, and shall not exceed fifteen percent (15%) of the Contract amount, unless otherwise directed by the President or in cases allowed under Annex “D” of RA 9184.

5.2 All progress payments shall first be charged against the advance

payment until the latter has been fully exhausted.

5.3 The suppliers shall be paid according to the following schedule of payments:

For the delivery of goods only 100% of the total cost

For the delivery and installation of goods

(a). Upon delivery and initial installation of cubicle & urinal partition with ledge and stainless accessories; and,

75% of the total cost

(b). Upon completion of the installation of cubicle & urinal partition with ledge and stainless accessories.

25% of the total cost

6. TAXES AND DUTIES

6.1 The Supplier, whether local or foreign, shall be entirely responsible for

all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.

7. PERFORMANCE SECURITY

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

the Procuring Entity but in no case later than the signing of the contract by both parties, the successful Supplier shall furnish the performance security in any the forms prescribed in the ITB Clause 33.2.

7.2 The performance security posted in favor of the Procuring Entity shall

be forfeited in the event it is established that the winning Supplier is in default in any of its obligations under the contract.

7.3 The performance security shall remain valid until issuance by the

Procuring Entity of the Certificate of Final Acceptance.

7.4 The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions:

Page 7: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 7 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

(a) There are no pending claims against the Supplier or the surety company filed by the Procuring Entity;

(b) The Supplier has no pending claims for labor and materials filed against it; and

(c) Other terms specified in the SCC.

7.5 In case of a reduction of the contract value, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

8. INSPECTION AND TESTS

8.1 The Procuring Entity or its representative shall have the right to inspect

and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity. The SCC and Section VII. Technical Specifications shall specify what inspections and/or tests the Procuring Entity requires and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

8.2 If applicable, the inspections and tests may be conducted on the

premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring Entity. The Supplier shall provide the Procuring Entity with results of such inspections and tests.

8.3 The Procuring Entity or its designated representative shall be entitled to

attend the tests and/or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

8.4 The Procuring Entity may reject any Goods or any part thereof that fail

to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity, and shall repeat the test and/or inspection, at no cost to the Procuring Entity, upon giving a notice pursuant to GCC Clause 5.

8.5 The Supplier agrees that neither the execution of a test and/or

inspection of the Goods or any part thereof, nor the attendance by the

Page 8: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 8 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

Procuring Entity or its representative, shall release the Supplier from any warranties or other obligations under this Contract.

9. WARRANTY

9.1 The Supplier warrants that the Goods supplied under the Contract are

new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the Procuring Entity provides otherwise.

9.2 The Supplier further warrants that all Goods supplied under this

Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

9.3 In order to assure that manufacturing defects shall be corrected by the

Supplier, a warranty shall be required from the Supplier for a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least ten percent (10%) of the final payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty period specified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met.

9.4 The Procuring Entity shall promptly notify the Supplier in writing of

any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, within the period specified in the SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Procuring Entity.

9.5 If the Supplier, having been notified, fails to remedy the defect(s) within

the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.

9.6 In case where the suppliers will install the phenolic board and ledge,

the suppliers/installers shall give a warranty of six (6) months from date of such delivery and installation, whichever comes later.

10. DELAYS IN THE SUPPLIER’S PERFORMANCE

Page 9: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 9 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

10.1 Delivery of the Goods and/or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI. Schedule of Requirements.

10.2 If at any time during the performance of this Contract, the Supplier or

its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, and upon causes provided for under GCC Clause 22, the Procuring Entity shall evaluate the situation and may extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.

10.3 Except as provided under GCC Clause 22, a delay by the Supplier in the

performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages.

11. LIQUIDATED DAMAGES

11.1 Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily

deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, the Procuring Entity shall rescind the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.

11.2 If the delivery, supply and/or installation of the goods mentioned in

Section VI. Schedule of Requirements are not performed on or before the delivery date as indicated therein, the Supplier shall pay the Procuring Entity liquidated damages in the amount indicated in GCC Clause 19.

11.3 The Supplier shall pay such amount due not later than thirty (30) days

after receipt of each invoice to be presented by the Procuring Entity. If the Supplier fails to pay on the due date, the Procuring Entity shall be entitled to draw from the Performance Security the amount of liquidated damages due and payable.

Page 10: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 10 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

11.4 If the Supplier’s liability for liquidated damages exceeds the amount available to be drawn from under the Performance Security, the Supplier shall pay the excess upon written demand by the Procuring Entity.

11.5 Failure of the suppliers to completely deliver and/or install all

requirements within one (1) month upon issuance of Notice to Proceed would mean a penalty of one per cent (1%) of the ten per cent (10%) of the total contract price per day of delay until full delivery to be automatically deducted from the 25% receivable balance from the DOTC.

12. SETTLEMENT OF DISPUTES

12.1 If any dispute or difference of any kind whatsoever shall arise between

the Procuring Entity and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

12.2 If after thirty (30) days, the parties have failed to resolve their dispute or

difference by such mutual consultation, then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

12.3 Any dispute or difference in respect of which a notice of intention to

commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract.

12.4 In the case of a dispute between the Procuring Entity and the Supplier,

the dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

12.5 Notwithstanding any reference to arbitration herein, the parties shall

continue to perform their respective obligations under the Contract unless they otherwise agree; and the Procuring Entity shall pay the Supplier any monies due the Supplier.

13. CONTRACT AMENDMENT

13.1 Subject to applicable laws, no variation in or modification of the terms

of this Contract shall be made except by written amendment signed by the parties.

14. JOINT VENTURE

Page 11: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

Page 11 of 11 TOR-Negotiation of Procurement of Goods for the KBK Toilet Facilities Improvement Project

14.1 If the Supplier is a joint venture, “All partners to the joint venture shall

be jointly and severally liable to the Procuring Entity.”

15. GENERAL CLAUSE

15.1 In case of any conflicting or missing provisions on the Terms and Conditions then the provisions of the General Conditions of Contract and the Specific Conditions of Contract shall govern whenever applicable.

Page 12: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

CONTRACT

“KAYO ANG BOSS KO” TOILET FACILITIES IMPROVEMENT PROJECT- GOODS (CONTRACT PACKAGE 6)

_______________________________________________________________

This CONTRACT made and entered into this __ day of _______ 2013 at Mandaluyong City, by and between:

The Government of Republic of the Philippines, through the DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS (DOTC), with principal office at Unit __, __ Floor The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City, represented herein by ____________, hereinafter referred to as “the PROCURING ENTITY”,

-and-

[Name of the Supplier], a [corporation/partnership/cooperative, duly organized and existing under the laws of the Philippines, if applicable], with business address at___________, represented herein by its_________, hereinafter referred to as the “the SUPPLIER”.

WHEREAS, the PROCURING ENTITY as the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services invited bids for goods in relation to the “Kayo ang Boss Ko” Toilet Facilities Improvement Project (hereinafter, the “Project”); WHEREAS, the objective of the Project is to transform and uplift the quality of service to the public – to that which truly cares for their safety, comfort and well-being, respects their dignity and brings forth a fresh and wholesome experience in dealing with DOTC frontline offices/agencies, including the transport services that they provide and/or manage or supervise; WHEREAS, the said project intends to improve the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB), adopting a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas, which will serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others;

WHEREAS, the PROCURING ENTITY twice conducted the bidding for the Supply and Delivery of Phenolic Board and Stainless Accessories (“Contract Package 6”) but on both instances declared a failure of bidding on the ground that all prospective bidders were declared ineligible;

WHEREAS, in view of the Two (2)-Failed Biddings for Contract Package 6 of the said Project with an Approved Budget for the Contract (ABC) of THIRTY ONE MILLION FORTY FIVE THOUSAND FOUR HUNDRED TWENTY PESOS (P31,045,420.00), the

Page 13: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

2

PROCURING ENTITY resolved that the mode of Negotiated Procurement pursuant to Section 53.1 of the Revised Implementing Rules and Regulations (“IRR”) of Republic Act No. 9184 (“RA 9184”) shall be adopted and constituted a Negotiating Team to undertake the negotiations, pursuant to BAC Resolution No. ___________;

WHEREAS, the Negotiated Procurement for Contract Package 6 was undertaken by the DOTC-Bids and Awards Committee (BAC) through its Negotiating Team by the publication of the Invitation to Negotiate on 9 July 2013 and the subsequent negotiations for the same; WHEREAS, during the negotiations, the SUPPLIER which is technically, legally, and financially capable to undertake the Supply and Delivery of Phenolic Board and Stainless Accessories, presented the most advantageous offer to the Government; WHEREAS, the PROCURING ENTITY, after the conduct of negotiations and due diligence through its Negotiating Team, has accepted the offer made by the SUPPLIER for the Supply and Delivery of Phenolic Board and Stainless Accessories in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”), inclusive of all applicable taxes and fees.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

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

(a) Bidding Documents (i.e. General and Special Conditions of Contract) and Supplemental/Bid Bulletins in the last conducted bidding for the aforementioned Project;

(b) Terms of Reference;

(c) Invitation to Negotiate and/or Letter of Invitation to Negotiate;

(d) Instructions to Offerers and amendments thereto, if any;

(e) Technical and Financial Proposal/Offer of the Supplier;

(f) Report of the Negotiating Team for the Project;

(g) Notice of Award and the Supplier’s Conforme thereto; and

(h) Performance Security in the form prescribed by RA 9184 and its Revised IRR;

3. In consideration of the payment to be made by the PROCURING ENTITY to the

SUPPLIER as hereinafter mentioned, the SUPPLIER hereby covenants with the PROCURING ENTITY to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The PROCURING ENTITY hereby covenants to pay the SUPPLIER in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.

Page 14: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

3

5. This Contract, together with any documents referred to in it constitutes the whole agreement between the Parties relating to its subject matter and supersedes and extinguishes any prior drafts, agreements, undertakings, representations, warranties and arrangements of any nature, whether in writing or oral, relating to such subject matter.

IN WITNESS WHEREOF the Parties thereto have caused this Contract to be executed on the day and in the year first above written.

DEPARTMENT OF TRANSPORTATION [NAME OF THE SUPPLIER]

AND COMMUNICATIONS

By: By:

_________________________ _____________________

Approved by:

JOSEPH EMILIO A. ABAYA

Secretary

Department of Transportation and Communications

Witnesses:

________________________ ________________________

Page 15: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

4

ACKNOWLEDGMENT

Republic of the Philippines)

City of Mandaluyong ) s.s.

BEFORE ME, a Notary Public, in and for the City of _________________, this ____ day of ______________2013, personally appeared:

Name Passport No. or Date & Place Issued

Government-Issued ID

1)

2)

3)

4)

both known to me, and to me known, to be the same persons who executed the foregoing Contract Agreement and acknowledged to me that the same is their free and voluntary act and deed and that of the entity they represent.

This instrument consists of ___ (__) pages, including this page on which the Acknowledgment is written, duly signed by the authorized representatives of the parties and their witnesses on each and every page thereof.

WITNESS MY HAND AND NOTARIAL SEAL on the date and year first above written.

NOTARY PUBLIC

Doc. No. _______;

Page No. _______;

Book No. _______;

Series of 2013.

Page 16: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

1

ANNEX A

LOCATION OF FACILITIES

LTFRB

REGION DEPOT

EXISTING TOILET

NEW TOILET

1 LTFRB Regional Office No. 1 2 3

Government Center, Brgy. Sevilla,

San Fernando City, La Union 2500

2 LTFRB Regional Office No. II 2 3

CARIG Regional Center,

Tuguegaro, Cagayan 3500

3 LTFRB Regional Office No. III 2 3

Government Center, Brgy. Maimpis

San Fernando City, Pampanga 2000

5 LTFRB Regional Office No. V 5 5

Regional Center, Rawis

Legazpi City 4500

6 LTFRB Regional Office No. VI 2 3

Quintin Salas, Jaro, Iloilo 5000

8 LTFRB Regional Office No. VIII 2 3

Nipa Hut Compound, Jones St.,

Tacloban City 6500

10 LTFRB Regional Office No. X 2 3

Apovel Subdivision, Patag-Bulua Hi-way

Cagayan de Oro City 9000

11 LTFRB Regional Office No. XI 2 3

Balusong Avenue, McArthur Hi-way

Matina, Davao City 8000

12 LTFRB Regional Office No. XII 2 3

ARMM Compound (bet. NFA & NEDA

Offices) Cotabato City 9600

TOTAL 21 29

Page 17: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

2

LOCATION OF FACILITIES

MRT-3

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 Depot North Ave., cor. EDSA North Triangle

NCR Quezon City (per Station Delivery)

North Avenue 6 0

Quezon Avenue 6 0

GMA Kamuning 6 0

Araneta Center-Cubao 3 0

Santolan 6 0

Ortigas 6 0

Shaw Boulevard 6 0

Boni 3 0

Guadalupe 6 0

Buendia 3 0

Ayala 3 0

Magallanes 6 0

Taft Avenue 3 0

TOTAL 63 0

Page 18: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

3

LOCATION OF FACILITIES

LRTA - LINE 1

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 Light Rail Transit Authority (Line 1)

NCR LRTA Compound, Aurora Blvd., Pasay City

Baclaran 2 0

EDSA 6 0

Central 2 0

Doroteo Jose 6 0

Monumento 2 0

TOTAL 18 0

LRTA - LINE 2

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 Light Rail Transit Authority (Line 2)

NCR LRTA Line 2 Depot, Marcos Highway

Pasig City

Recto 1 2

Legarda 1 4

Pureza 1 4

V. Mapa 1 2

J. Ruiz 1 4

Gilmore 1 4

Betty-Go Belmonte 1 4

Cubao 1 2

Anonas 1 4

Katipunan 0 3

Santolan 1 2

TOTAL 10 35

Page 19: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

4

LOCATION OF FACILITIES

PNR

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 PNR Tutuban, Manila

NCR Main Building, Engineering Department

Tutuban 3

Blumentrit 3

Laon-Laan 3

Espana 3

Sta. Mesa 3

Pandacan 3

Buendia 3

Pasay Road 3

EDSA 3

FTI 3

Bicutan 3

Sucat 3

4-A PNR Lucena Station

Engineering Department

Calamba 0 3

San Pablo 0 3

Lucena 0 3

Tagkawayan 0 3

5 PNR Naga Station

Engineering Department

Sipocot 0 3

Naga 0 3

Iriga 3 0

Ligaw 0 3

Legaspi 0 3

TOTAL 21 42

Page 20: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

5

LOCATION OF FACILITIES

PPA

REGION DEPOT EXISTING

TOILET NEW

TOILET

3 Port of Capinpin, Orion, Bataan 7 0

3 Port of Dingalan, Aurora Province 2 0

4-A Port of Lucena 3 0

4-A Port of Sta.Cruz 3 0

4-A Port of Balanacan 3 0

4-B Port of Romblon 3 0

4-B Port of Brookes Point, Palawan 4 0

4-B Port of Culion 3 0

6 Port of Dumaguit, New Washington, Aklan 3 0

6 Port of Jordan, Guimaras 0 3

6 Port of Lipata, Culasi, Antique 0 3

7 Port of Tandayag 3 0

7 Port of Larena 3 0

7 Port of Siquijor 0 3

9 Port of Zamboanga

Zamboanga 3 1

Basilan 2 1

10 Port of Balingoan 3 0

13 Port of Surigao Baseport 3 0

13 Port of Dapa 3 0

TOTAL 51 11

Page 21: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

6

LOCATION OF FACILITIES

CPA

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

7 CIP Complex, Sergio Osmena Blvd.,

North Reclamation Area, Cebu City

Port of Argao, Cebu 2 0

Port of Camotes, Cebu 2 0

Port of Danao, Cebu 3 0

Port of Dumanjug, Cebu 2 0

Port of Santa Fe, Cebu 2 0

Port of Santa Rosa, Olango Island, Cebu 2 0

Port of Toledo, Cebu 2 0

TOTAL 15 0

Page 22: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

7

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

1 LTO Regional Office No. 1

Aguila Road, San Fernando, La Union

Alaminos City, Pangasinan 2 1

Batac City, Pangasinan 2 1

Candon City, Ilocos Sur 2 1

Dagupan City 2 1

Laoag City 2 1

Lingayen, Pangasinan 2 1

Urdaneta, Pangasinan 2 1

Vigan City, Ilocos Sur 2 1

Regional Office 4 2

2 LTO Regional Office No. 2

San Gabriel Village, Tuguegarao, Cagayan

Regional Office 2 1

Ilagan District Office 0 3

San Isidro District Office 0 3

Cabarroguis District Office 2 1

Bayombong District Office 0 3

Aparri District Office 2 1

Basco District Office 0 3

Roxas District Office 2 1

Gattaran Extension Office 0 3

Cabangan Extension Office 2 1

3 LTO Regional Office No. 3

Government Center, Brgy. Maimpis

San Fernando, Pampanga

Angeles District Office 2 1

Baloc District Office 2 1

Gapan District Office 2 1

Guagua District Office 2 1

Iba District Office 2 1

San Fernando MVIS 2 1

Palayan Extension Office 2 1

San Fernando Licensing Center 2 1

Tarlac District Office 2 1

Page 23: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

8

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

4-A LTO Regional Office No. 4-A

JC Abadilla Memorial Bldg.,

Old City Hall Compound

Morada Ave., Lipa city

Alaminos MVIC 3 0

Gumaca District Office 2 1

Imus District Office 2 1

Lipa City District Office 2 1

Lipa MVIC 2 1

Pila District Office 2 1

Laguna Licensing Center 2 1

4-B LTO Regional Office No. 4-B

LTO Compound, East Ave., Quezon City

Romblon 2 1

Boac 2 1

Calapan, Oriental Mindoro 2 1

Palawan 2 1

San Jose, Oriental Mindoro 2 1

5 LTO Regional Office No. 5

Regional Government Center

Legaspi City, Albay

Central Office 2 1

Legaspi District Office 2 1

Sorsogon District Office 2 1

Iriga District Office 2 1

Naga District Office 2 1

Daet District Office 2 1

Masbate District Office 2 1

Virac District Office 2 1

6 LTO Regional Office No. 6

Tabucbuba, Jaro, Iloilo City

Iloilo City District Office 2 1

Calinog District Office 2 1

Iloilo Licensing Center 2 0

Roxas City District Office 2 1

Antique District Office 2 1

Negros Occidental Licensing Center 2 0

Bacolod City District Office 2 1

Cadiz City District Office 2 1

Hinawayan District Office 2 1

Page 24: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

9

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

7 LTO Regional Office No. 7

N. Bacalso Ave., Cebu City

Regional Office 2 1

Bais City District Office 2 1

Tagbilaran District Office 2 1

Danao City District Office 2 1

8 LTO Regional Office No. 8

Old Army Road, Tacloban City

Catbalogan District Office 2 1

Calbayog District Office 2 1

Catarman District Office 2 1

Borongan District Office 2 1

Ormoc District Office 2 1

Palompon District Office 2 1

Naval District Office 2 1

San Juan District Office 2 1

Tacloban District Office 2 1

9 LTO Regional Office No. 9

Veterans Ave., Zamboanga City

Zamboanga District Office 2 1

Dipolog District Office 2 1

Ipil District Office 2 1

Regional Office 2 1

10 LTO Regional Office No. 10

MVIS Compound, Zone 7

Bulua, Cagayan de Oro City

Regional Office 2 1

Malaybalay City District Office 2 1

Gingoog City 2 1

Camiguin City 2 1

Iligan City 2 1

11 LTO Regional Office No. 11

Quimpo Blvd., Davao City

Regional Office 2 1

Tagum District Office 2 1

Digos District Office 2 1

Mati District Office 2 1

Page 25: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

10

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

12 LTO Regional Office No. 12

No. 79 G. Del Pilar St., Koronadal City

Sarangani Extension Office 2 1

General Santos District Office 2 1

Koronadal District Offce 2 1

Surallah District Office 2 1

Tacurong District Office 2 1

Kidapawan District Office 2 1

Midsayap Extension Office 2 1

CotabatoDistrict Office 2 1

Cotabato District Office 2 1

13 LTO Regional Office No. 13

Capitol Ave., Butuan City

Marawi District Office 2 1

Patin-ay District Office 2 1

Surigao District Office 2 1

Tandag District Office 2 1

Bislig District Office 2 1

14 LTO Regional Office CAR

Session Road, Baguio City

Regional Office, Baguio City 2 1

La Trinidad District Office, Benguet 2 1

Bontoc District Office, Mt. Province 2 1

Lamut District Office, Ifugao 2 1

Tabuk District Office, Kalinga 2 1

Bangued District Office, Abra 2 1

Page 26: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

11

LOCATION OF FACILITIES

LTO

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

15 LTO Regional Office NCR

96 Delta Bldg., Mirasol St.,

20th Ave., Cubao Quezon City

Quezon City District Office 0 3

Quezon City Licensing Center 2 1

Diliman District Office 2 1

PUVRC/North MVIC 2 1

Manila North District Office/ 2 1 Manila Licensing Center

Manila East District Office 2 1

Makati District Office 2 1

Valenzuela District Office 2 1

Kaloocan District Office/ 2 1 Kaloocan Licensing Extension Office

Pasay District Office/ Pasay

Licensing Center 2 1

South MVIC/ PUVREC 2 1

15 LTO Central Office

East Ave., Quezon City

Central Office 13 0

Central office, LETAS Building 5 0

Central Office, LTO Compound 2 1

TOTAL 239 125

Page 27: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

12

LOCATION OF FACILITIES

CAAP

REGION PROVINCE/ AREA EXISTING

TOILET NEW

TOILET

1 Vigan Airport 3 0

6 Antique Airport 4 0

6 Roxas Airport 9 0

9 Zamboanga Airport 12 0

10 Cagayan De Oro Airport 9 0

10 Ozamis Airport 9 0

11 Davao International Airport 31 0

12 General Santos International Airport 9 0

13 Tandag Airport 6 0

13 Bislig Airport 6 0

13 Butuan Airport 9 0

TOTAL 107 0

Page 28: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

13

LOCATION OF FACILITIES

MIAA

REGION DEPOT EXISTING

TOILET NEW

TOILET

15 NAIA Terminal 3 (Villamor Air Base) 85 0

NCR Andrews Ave., Pasay City

MIAA Warehouse

MIAA Road, Pasay City

NAIA Terminal 2 16 0

NAIA Terminal 4 10 0

TOTAL 111 0

MCIAA

REGION DEPOT

EXISTING TOILET

NEW TOILET

7 Mactan-Cebu International Airport 110 0

Lapu-Lapu City, Cebu

Page 29: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

14

ANNEX B

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

1 and CAR LTFRB : San Fernando City, La Union Regional Office San Fernando City La Union

LTO : San Fernando City, La Union Regional Office

Alaminos City, Pangasinan District Office

Lingayen, Pangasinan District Office

Urdaneta, Pangasinan District Office

LTO : Vigan City, Ilocos Sur District Office Vigan City

Candon City, Ilocos Sur District Office

Laoag City, Ilocos Sur District Office

Batac City, Ilocos Sur District Office

CAAP : Vigan, Ilocos Sur, Vigan Airport

(CAR) LTO : Baguio City, Mt. Province Regional Office Baguio City La Trinidad, Benguet District Office Bontoc, Mt. Province District Office Lamut, Ifugao District Office Tabuk Kalinga District Office Bangued, Abra District Office

2 LTFRB : Tuguegarao City, Cagayan Regional Office Tuguegarao City

LTO : Tuguegarao City, Cagayan Regional Office

Aparri, Cagayan District Office

Gattaran, Cagayan District Office

Roxas, Isabela District Office

Ilagan, Isabela District Office

San Isidro, Isabela District Office

Cabangan, Isabela Extension Office

Cabarroguis, Quirino District Office

Bayombong, Nueva Vizcaya District Office

Basco, Batanes District Office

Page 30: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

15

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

3 LTFRB : San Fernando City, Pampanga Regional Office San Fernando City

Pampanga

LTO : San Fernando City, Pampanga Regional Office

San Fernando City, Pampanga Licensing Office

San Fernando City, Pampanga Motor Vehicle Inspection Service

Angeles City, Pampanga District Office

Guagua, Pampanga District Office

Tarlac, Pampanga District Office

Iba, Zambales District Office

LTO : Gapan, Nueva Ecija District Office Gapan City

Baloc, Nueva Ecija District Office

Palayan City, Nueva Ecija Extension Office

PPA : PMO Limay Bataan

Orion, Bataan Port of Capinpin

Dingalan, Aurora Province Port of Dingalan

4 LTO : Lipa City, Batangas Regional Office Batangas City

Alaminos, Laguna Motor Vehicle Inspection Center

Pila, Laguna District Office

Lipa City, Batangas District Office

Lipa City, Batangas Motor Vehicle Inspection Center

Calapan, Oriental Mindoro Extension Office

San Jose, Occidental Mindoro District Office

Imus, Cavite District Office

Romblon, Romblon District Office

PPA : PMO Batangas

Romblon, Romblon Port of Romblon

Page 31: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

16

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

4 PNR : Lucena City, Lucena Quezon Station Lucena City

Lucena, Quezon Station Tagkawayan, Quezon Station San Pablo, Laguna Station

LTO : Lucena City, Lucena District Office Boac, Marinduque District Office

Gumaca, Quezon District Office

San Pablo, Laguna Licensing Center

PPA : TMO Lucena

Lucena, Quezon Port of Lucena

Sta. Cruz, Marinduque Port of Sta. Cruz

Balanacan, Marinduque Port of Balanacan

PPA : TMO Culion Culion

Culion, Palawan, Port of Culion Palawan

PPA : PMO Puerto Princesa, Puerto Princesa Palawan Puerto Princesa City

Brookes Point, Palawan Port of Brookes Point Palawan

LTO : Puerto Princesa, Puerto Princesa, Palawan District Office

5 LTFRB : Legazpi City, Albay Regional Office Legazpi City

LTO : Legazpi City, Albay Regional Office Legazpi City, Albay District Office Sorsogon City, Sorsogon Office Masbate City, Masbate District Office Virac, Catanduanes District Office PNR : Naga City, Naga Station Naga Sipocot, Camarines Sur Station Naga City, Camarines Sur Station Iriga City, Camarines Sur Station Legazpi City, Albay Station Ligao City, Albay Station LTO : Naga City, Naga District Office Daet, Camarines Norte District Office Iriga City, Camarines Sur District Office Naga City, Camarines Sur District Office

Page 32: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

17

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

6 LTFRB : Iloilo City, Iloilo Regional Office Iloilo City

LTO : Iloilo City, Iloilo Regional Office

Iloilo City, Iloilo Licensing Center

Iloilo City Iloilo District Office

Calinog, Iloilo District Office

PPA : PMO Iloilo

Jordan, Guimaras Port of Guimaras

CAAP : Roxas City, Capiz Roxas Airport Roxas City

San Jose, Antique Antique Airport

LTO : Roxas City, Roxas City District Office

Roxas City, Capiz District Office

San Jose, Antique District Office

PPA : TMO Culasi, Roxas City

Dumaguit, Aklan Port of Dumaguit

Lipata, Antique Port of Lipata

7 LTO : Cebu City, Cebu Regional Office Cebu City

Danao City, Cebu District Office

Tagbilaran, Bohol District Office

CPA : CPA Headquarters

Argao, Cebu Port of Argao

Camotes, Cebu Port of Camotes

Danao, Cebu Port Of Danao

Dumanjug, Cebu Port of Dumanjug

Santa Fe, Cebu Port of Santa Fe

Olango Island, Cebu Port of Santa Rosa

MCIAA: Lapu -Lapu City, Cebu, Mactan-Cebu Airport

Page 33: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

18

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

7 PPA : PMO Dumaguete Dumaguete

Tandayag, Negros Oriental Port of Tandayag

Larena, Siquijor Port of Larena

Siquijor, Siquijor Port of Siquijor

LTO : Dumaguete

Bais City, Negros Oriental District Office

LTO : Bacolod City Bacolod City

Negros Occidental Licensing Center

Bacolod City, Negros Occidental District Office

Cadiz City, Negros Occidental District Office

Himamaylan City, Negros Occidental District Office

8 LTFRB : Tacloban City, Leyte Regional Office Tacloban City LTO : Tacloban City, Leyte District Office Ormoc, Leyte District Office Palompon, Leyte District Office Naval, Leyte District Office San Juan, Leyte District Office Catbalogan, Samar District Office Calbayog, Samar District Office Catarman, Samar District Office Borongan, Samar District Office

9 LTO : Zamboanga City Zamboanga Regional Office Zamboanga City

Zamboanga City Zamboanga District Office

Ipil, Zamboanga District Office

CAAP : Zamboanga City, Zamboanga Zamboanga Airport

PPA : PMO Zamboanga

Zamboanga City, Zamboanga Port of Zamboanga

Basilan, Basilan Port of Basilan

LTO : Dipolog City, Dipolog Regional Office Dipolog City

Dipolog, Zamboanga District Office

CAAP : Ozamis City, Misamis Occidental Ozamis Airport

Page 34: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

19

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

10 LTFRB : Cagayan de Oro City, Regional Office Cagayan De Oro City

LTO : Cagayan de Oro City, District Office

Malaybalay City, Bukidnon

Camiguin City, Camiguin District Office

Iligan City, Iligan District Office

PPA : PMO Cagayan De Oro

Balingoan, Misamis Oriental Port of Balingoan

CAAP : Cagayan de Oro, Cagayan Cagayan de Oro Airport

11 LTFRB : Davao City, Davao Regional Office Davao City

LTO : Davao City, Davao Regional Office

Tagum, Davao District Office

Digos, Davao District Office

Mati, Davao District Office

CAAP : Davao City, Davao Davao International Airport

12 LTFRB : Cotabato City, Cotabato Regional Office Cotabato City

LTO : Cotabato City, Cotabato District Office

Kidapawan, North Cotabato District Office

Midsayap, North Cotabato Extension Office

Marawi, Lanao Del Sur District Office

Tacurong, Sultan Kudarat District Office

LTO : General Santos City, Gensan District Office General Santos City

Koronadal, South Cotabato District Office

Surallah, South Cotabato District Office

Alabel, Sarangani Extension Office

CAAP : General Santos Airport

Page 35: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

20

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

13 LTO : Butuan City, Agusan Del Norte Regional Office Butuan City CARAGA Butuan City, Agusan Del Norte Regional Office

Patin-ay, Agusan Del Sur District Office CAAP : Butuan City, Agusan Del Norte Butuan Airport PPA : PMO Surigao Surigao City Surigao City, Surigao Port of Surigao Dapa City, Surigao Del Norte Port of Dapa CAAP : Tandag, Surigao Del Sur, Tandag Airport CAAP : Bislig, Surigao Del Sur Bislig Airport LTO : Surigao City, Surigao District Office Surigao City, Surigao Del Norte District Office Tandag, Surigao Del Sur District Office Bislig, Surigao Del Sur District Office

NCR MIAA : MIAA Warehouse, MIAA Road, Pasay City Pasay City NAIA Terminal 2 NAIA Terminal 4 MIAA : NAIA Terminal 3 (Villamor Air Base), Andrews Ave.,

Pasay City LTO : LTO Headquarters (Central Office) Quezon City Quezon City Regional Office Quezon City District Office Quezon City Licensing Center Diliman District Office PUVRC/North MVIC Manila North District Office/ Manila Licensing Center Manila East District Office Makati District Office Valenzuela District Office Kaloocan District Office/ Kaloocan Licensing Extension Office Pasay District Office/ Pasay Licensing Center South MVIC/ PUVREC

Page 36: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

21

DOTC TOILET FACILITIES IMPROVEMENT PROJECT

REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY

NCR MRT3 : Depot North Ave., cor. EDSA North Triangle, Quezon City Quezon City LRTA : LINE 1 - LRTA Compound, Aurora Blvd., Pasay City Pasay City LRTA : LINE 2 - LRTA Line 2 Depot, Marcos Highway, Pasig City Pasig City PNR : PNR Tutuban, Manila, Main Building, Engineering

Department Manila Calamba, Laguna Station

Page 37: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

22

ANNEX C

CUTTING LIST FOR PHENOLIC BOARD

REGION 1

ITEM W L H CAAP LTO LTFRB NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.000m 1.000 1.80 1 1 1.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 40 40 86.40 sqm

H= 1.80m X L= 1.500m 1.500 1.80 1 20 3 24 64.80 sqm

H= 1.80m X L= 1.900m 1.900 1.80 2 2 6.84 sqm

H= 1.80m X L= 1.800m 1.800 1.80 2 2 6.48 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 20 20 3.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 3 0.54 sqm

W= 0.20m x L= 1.000m 0.20 1.000 3 3 0.60 sqm

W= 0.20m x L= 1.200m 0.20 1.200 40 40 9.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 2 20 1 23 11.04 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

W= 0.20m x L= 1.000m 0.20 1.000 2 1 0.20 sqm

TOTAL 192.02 sqm

REGION 2

ITEM W L H LTO LTFRB NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.900m 0.900 1.80 12 12 13.44 sqm

H= 1.80m X L= 1.500m 1.500 1.80 48 3 51 73.44 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 0.36 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 30 3 33 5.94 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 12 1 1 0.48 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

TOTAL 164.24 sqm

Page 38: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

23

CUTTING LIST FOR PHENOLIC BOARD

REGION 3

ITEMS W L H LTO LTFRB PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 3.000m 3.000 1.80 12 12 64.80 sqm

H= 1.80m X L= 1.500m 1.500 1.80 72 3 75 202.50 sqm

H= 1.80m X L= 1.300m 1.300 1.80 13 13 30.42 sqm

H= 1.80m X L= 1.250m 1.250 1.80 8 8 18.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 8 8 17.28 sqm

H= 1.80m X L= 1.000m 1.000 1.80 7 7 12.60 sqm

H= 1.80m X L= 0.900m 0.900 1.80 18 4 22 35.64 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.600m 0.20 1.600 12 12 3.84 sqm

W= 0.20m x L= 1.200m 0.20 1.200 13 13 3.12 sqm

W= 0.20m x L= 0.900m 0.20 0.900 45 4 49 8.82 sqm

URINAL PARTITION

W= 0.60m x L= 1.200m 0.60 1.200 16 16 11.52 sqm

W= 0.40m x L= 1.200m 0.40 1.200 18 3 3 24 11.52 sqm

URINAL LEDGE

W= 0.20m x L=0.800m 0.20 0.800 2 2 0.32 sqm

W= 0.20m x L=0.680m 0.20 0.680 12 12 1.63 sqm

W= 0.20m x L=0.600m 0.20 0.600 2 2 0.24 sqm

GRAND TOTAL 422.25 sqm

Page 39: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

24

CUTTING LIST FOR PHENOLIC BOARD

REGION 4

ITEMS W L H LTO PNR PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 51 12 7 70 189.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 60

60 129.60 sqm

H= 1.80m X L= 1.000m 1.000 1.80

4

4 7.20 sqm

H= 1.80m X L= 0.600m 0.600 1.80 10 10 10.80 sqm

H= 1.80m X L= 0.500m 0.500 1.80 16 16 14.40 sqm

H= 1.80m X L= 0.460m 0.460 1.80 8 8 6.62 sqm

H= 1.80m X L= 0.400m 0.400 1.80 2 2 1.44 sqm

H= 1.80m X L= 0.300m 0.300 1.80 4 4 2.16 sqm

H= 1.80m X L= 0.230m 0.230 1.80 12 12 4.97 sqm

H= 1.80m X L= 0.190m 0.190 1.80 2 2 0.68 sqm

H= 1.80m X L= 0.150m 0.150 1.80 6 6 1.62 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 3.000m 0.20 3.000 1 1 0.60 sqm

W= 0.20m x L= 2.700m 0.20 2.700 1 1 0.54 sqm

W= 0.20m x L= 1.800m 0.20 1.800 2 2 0.72 sqm

W= 0.20m x L= 1.200m 0.20 1.200 60

60 14.40 sqm

W= 0.20m x L= 1.100m 0.20 1.100 14

14 3.08 sqm

W= 0.20m x L= 0.960m 0.20 0.960 12 12 2.30 sqm

W= 0.20m x L= 0.900m 0.20 0.900 12

12 2.16 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 14

4 18 8.64 sqm

W= 0.40m x L= 0.800m 0.40 0.800 12

12 3.84 sqm

URINAL LEDGE

W= 0.20m x L= 1.660m 0.20 1.660 1 1 0.33 sqm

W= 0.20m x L= 1.600m 0.20 1.600 1 1 0.32 sqm

W= 0.20m x L= 0.900m 0.20 0.900 12 12 2.16 sqm

GRAND TOTAL 407.59 sqm

Page 40: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

25

CUTTING LIST FOR PHENOLIC BOARD

REGION 5

ITEMS W L H LTO LTFRB PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 16 3 15 34 91.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 32 32 69.12 sqm

H= 1.80m X L= 1.000m 1.000 1.80 5 5 9.00 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 3.24 sqm

H= 1.80m X L= 0.500m 0.500 1.80 20 20 18.00 sqm

H= 1.80m X L= 0.460m 0.460 1.80 10 10 8.28 sqm

H= 1.80m X L= 0.230m 0.230 1.80 15 15 6.21 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.200m 0.20 1.200 32 32 7.68 sqm

W= 0.20m x L= 0.960m 0.20 0.960 15 15 2.88 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 15 18 3.24 sqm

W= 0.20m x L= 0.800m 0.20 0.800 16 16 2.56 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 16 1 17 8.16 sqm

W= 0.40m x L= 0.800m 0.40 0.800 15 15 4.80 sqm

URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 15 15 2.70 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL 237.99 sqm

Page 41: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

26

CUTTING LIST FOR PHENOLIC BOARD

REGION 6

ITEMS W L H CAAP LTO LTFRB PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 24 3 34 91.80 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 6 2 6 14 22.68 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 9 19 27.36 sqm

H= 1.80m X L= 0.600m 0.600 1.80 9 9 9.72 sqm

H= 1.80m X L= 0.200m 0.200 1.80 2 2 0.72 sqm

H= 1.80m X L= 0.100m 0.100 1.80 3 3 0.54 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 15 3 12 30 5.40 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 6 1 12 5.76 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2 2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.750m 0.20 0.750 6 6 0.90 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL 173.68 sqm

Page 42: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

27

CUTTING LIST FOR PHENOLIC BOARD

REGION 7

ITEMS W L H MCIAA CPA LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 3.000m 3.000 1.80 8 8 43.20 sqm

H= 1.80m X L= 1.500m 1.500 1.80 6 2 8 21.60 sqm

H= 1.80m X L= 1.230m 1.230 1.80 2 2 4.43 sqm

H= 1.80m X L= 1.200m 1.200 1.80 30 12 42 90.72 sqm

H= 1.80m X L= 0.900m 0.900 1.80 30 8 2 40 64.80 sqm

H= 1.80m X L= 0.600m 0.600 1.80 19 19 20.52 sqm

H= 1.80m X L= 0.300m 0.300 1.80 4 4 2.16 sqm

H= 1.80m X L= 0.150m 0.150 1.80 4 4 1.08 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.750m 0.20 1.750 8 8 2.80 sqm

W= 0.20m x L= 1.730m 0.20 1.730 1 1 0.35 sqm

W= 0.20m x L= 1.200m 0.20 1.200 23 23 5.52 sqm

W= 0.20m x L= 0.940m 0.20 0.940 4 4 0.75 sqm

W= 0.20m x L= 0.900m 0.20 0.900 16 8 24 4.32 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 8 3 7 18 8.64 sqm

URINAL LEDGE

W= 0.20m x L= 1.580m 0.20 1.580 4 4 1.26 sqm

W= 0.20m x L= 0.800m 0.20 0.800 14 14 2.24 sqm

GRAND TOTAL

274.39 sqm

Page 43: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

28

CUTTING LIST FOR PHENOLIC BOARD REGION 8

ITEMS W L H LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 80 3 83 224.10 sqm

H= 1.80m X L= 0.900m 0.900 1.80 20 2 22 35.64 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 50 3 53 9.54 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 20 1 21 10.08 sqm

URINAL LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

279.68 sqm

REGION 9

ITEMS W L H CAAP LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 24 13 44 118.80 sqm

H= 1.80m X L= 1.200m 1.200 1.80 4

4 8.64 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3

3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 6

6 9.72 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10

10 14.40 sqm

H= 1.80m X L= 0.600m 0.600 1.80 15 15 16.20 sqm

H= 1.80m X L= 0.300m 0.300 1.80 12 12 6.48 sqm

H= 1.80m X L= 0.150m 0.150 1.80 8 8 2.16 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 6.000m 0.20 6.000 10 10 12.00 sqm

W= 0.20m x L= 1.200m 0.20 1.200 5

5 1.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 15 5 20 3.60 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10

10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 7 8 20 9.60 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2

2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6

6 1.08 sqm

W= 0.20m x L= 0.700m 0.20 0.700 1 1 0.14 sqm

W= 0.20m x L= 0.800m 0.20 0.800 5 5 0.80 sqm

GRAND TOTAL

212.22 sqm

Page 44: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

29

CUTTING LIST FOR PHENOLIC BOARD

REGION 10

ITEMS W L H CAAP LTO PPA LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 10 48 4 3 65 175.50 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3

3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 12

4 16 25.92 sqm

H= 1.80m X L= 0.800m 0.800 1.80 19

19 27.36 sqm

H= 1.80m X L= 0.600m 0.600 1.80 5

5 5.40 sqm

H= 1.80m X L= 0.400m 0.400 1.80 3

3 2.16 sqm

H= 1.80m X L= 0.200m 0.200 1.80 4

4 1.44 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 9

9 1.80 sqm

W= 0.20m x L= 0.900m 0.20 0.900 30 5 4 39 7.02 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10

10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 11 12 3 3 29 13.92 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 8

8 1.60 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6

6 1.08 sqm

W= 0.20m x L= 0.800m 0.20 0.800 3 2 5 0.80 sqm

GRAND TOTAL

271.00 sqm

Page 45: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

30

CUTTING LIST FOR PHENOLIC BOARD

REGION 11

ITEMS W L H CAAP LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 2.860m 2.860 1.80 2 2 10.30 sqm

H= 1.80m X L= 2.150m 2.150 1.80 2 2 7.74 sqm

H= 1.80m X L= 1.500m 1.500 1.80 31 15 3 49 132.30 sqm

H= 1.80m X L= 0.900m 0.900 1.80 43 5 2 50 81.00 sqm

H= 1.80m X L= 0.800m 0.800 1.80 18 20 38 54.72 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.400m 0.20 1.400 6 6 1.68 sqm

W= 0.20m x L= 0.900m 0.20 0.900 36 3 39 7.02 sqm

W= 0.20m x L= 0.850m 0.20 0.850 30 30 5.10 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 19 10 1 30 14.40 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 6 6 1.20 sqm

W= 0.20m x L= 0.900m 0.20 0.900 22 22 3.96 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

319.74 sqm

Page 46: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

31

CUTTING LIST FOR PHENOLIC BOARD

REGION 12

ITEMS W L H CAAP LTO LTFRB

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m 1.500 1.80 7 20 3 30 81.00 sqm

H= 1.80m X L= 1.200m 1.200 1.80 40 40 86.40 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 3.24 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 10 14.40 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.200m 0.20 1.200 40 40 9.60 sqm

W= 0.20m x L= 0.900m 0.20 0.900 3 3 0.54 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 20 30 4.80 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 5 20 1 26 12.48 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 2 2 0.40 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.800m 0.20 0.800 2 2 0.32 sqm

GRAND TOTAL

219.66 sqm

Page 47: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

32

CUTTING LIST FOR PHENOLIC BOARD

REGION 13

ITEMS W L H CAAP LTO PPA

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.800m 1.800 1.80 12 12 38.88 sqm

H= 1.80m X L= 1.500m 1.500 1.80 11 40 51 137.70 sqm

H= 1.80m X L= 1.400m 1.400 1.80 11 11 27.72 sqm

H= 1.80m X L= 1.000m 1.000 1.80 3 3 5.40 sqm

H= 1.80m X L= 0.800m 0.800 1.80 10 50 60 86.40 sqm

H= 1.80m X L= 0.600m 0.600 1.80 11 11 11.88 sqm

H= 1.80m X L= 0.300m 0.300 1.80 8 8 4.32 sqm

H= 1.80m X L= 0.150m 0.150 1.80 6 6 1.62 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 10 10 2.00 sqm

W= 0.20m x L= 0.900m 0.20 0.900 11 11 1.98 sqm

W= 0.20m x L= 0.850m 0.20 0.850 50 50 8.50 sqm

W= 0.20m x L= 0.800m 0.20 0.800 10 10 1.60 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200 13 10 4 27 12.96 sqm

URINAL LEDGE

W= 0.20m x L= 1.000m 0.20 1.000 10 10 2.00 sqm

W= 0.20m x L= 0.900m 0.20 0.900 6 6 1.08 sqm

W= 0.20m x L= 0.650m 0.20 0.650 4 4 0.52 sqm

GRAND TOTAL

344.56 sqm

CAR

ITEMS W L H LTO AREA Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.500m

1.500 1.80 56 151.2 sqm

H= 1.80m X L= 0.900m

0.900 1.80 14 22.68 sqm

CUBICLE & URINAL LEDGE

W= 0.20m x L= 1.100m 0.20 1.100

62 13.64 sqm

W= 0.20m x L= 1.000m 0.20 1.000

7 1.4 sqm

W= 0.20m x L= 0.900m 0.20 0.900

35 6.3 sqm

URINAL PARTITION

W= 0.40m x L= 1.200m 0.40 1.200

35 16.8 sqm

GRAND TOTAL

212.02 sqm

Page 48: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

33

CUTTING LIST FOR PHENOLIC BOARD NATIONAL CAPITAL REGION

ITEMS W L H NAIA

2 NAIA

3 NAIA

4 NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.60m X L= 0.500m 0.500 1.60 2 2 1.60 sqm

H= 1.60m X L= 0.600m 0.600 1.60 37 215 26 278 266.88 sqm

H= 1.60m X L= 0.700m 0.700 1.60 1 1 1.12 sqm

H= 1.60m X L= 0.900m 0.900 1.60 1 61 6 68 97.92 sqm

H= 1.80m X L= 0.500m 0.500 1.80 1 1 0.90 sqm

H= 1.80m X L= 0.600m 0.600 1.80 5 5 5.40 sqm

H= 1.80m X L= 0.750m 0.750 1.80 2 1 3 4.05 sqm

H= 1.80m X L= 0.900m 0.900 1.80 212 13 225 364.50 sqm

H= 1.80m X L= 0.950m 0.950 1.80 2 1 3 5.13 sqm

H= 1.80m X L= 1.000m 1.000 1.80 41 10 51 91.80 sqm

H= 1.80m X L= 1.050m 1.050 1.80 2 3 5 9.45 sqm

H= 1.80m X L= 1.200m 1.200 1.80 1 1 2.16 sqm

H= 1.80m X L= 1.250m 1.250 1.80 1 1 2.25 sqm

H= 1.80m X L= 1.350m 1.350 1.80 9 1 4 14 34.02 sqm

H= 1.80m X L= 1.400m 1.400 1.80 34 34 85.68 sqm

H= 1.80m X L= 1.500m 1.500 1.80 2 1 31 34 91.80 sqm

H= 1.80m X L= 1.550m 1.550 1.80 1 1 2.79 sqm

H= 1.80m X L= 1.700m 1.700 1.80 8 8 24.48 sqm

H= 1.80m X L= 1.800m 1.800 1.80 207 207 670.68 sqm

H= 1.80m X L= 1.850m 1.850 1.80 98 98 326.34 sqm

H= 1.80m X L= 1.950m 1.950 1.80 5 5 17.55 sqm

H= 1.80m X L= 2.150m 2.150 1.80 3 3 11.61 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.700m 0.20 0.700 1 1 0.14 sqm

W= 0.20m x L= 0.850m 0.20 0.850 2 2 0.34 sqm

W= 0.20m x L= 0.900m 0.20 0.900 213 12 225 40.50 sqm

W= 0.20m x L= 1.000m 0.20 1.000 37 10 47 9.40 sqm

W= 0.20m x L= 1.050m 0.20 1.050 3 3 0.63 sqm

W= 0.20m x L= 1.100m 0.20 1.100 1 1 0.22 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L=1.350m 0.20 1.350 4 4 1.08 sqm

URINAL PARTITION

W= 0.40m x L= 1.100m 0.40 1.100 17 67 13 97 42.68 sqm

Page 49: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

34

CUTTING LIST FOR PHENOLIC BOARD NATIONAL CAPITAL REGION

ITEMS W L H NAIA

2 NAIA

3 NAIA

4

NO. OF PCS

Area Unit

URINAL LEDGE

W= 0.20m x L= 0.600m 0.20 0.600 3 3 0.36 sqm

W= 0.20m x L= 0.700m 0.20 0.700 9 9 1.26 sqm

W= 0.20m x L= 0.750m 0.20 0.750 2 2 0.30 sqm

W= 0.20m x L= 0.800m 0.20 0.800 13 8 3 24 3.84 sqm

W= 0.20m x L= 0.850m 0.20 0.850 6 6 1.02 sqm

W= 0.20m x L= 0.900m 0.20 0.900 2 60 62 11.16 sqm

W= 0.20m x L= 0.950m 0.20 0.950 2 2 0.38 sqm

W= 0.20m x L= 1.000m 0.20 1.000 6 6 1.20 sqm

W= 0.20m x L= 1.050m 0.20 1.050 3 3 0.63 sqm

W= 0.20m x L= 1.100m 0.20 1.100 3 3 0.66 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L= 1.300m 0.20 1.300 1 1 0.26 sqm

W= 0.20m x L= 1.400m 0.20 1.400 1 1 0.28 sqm

GRAND TOTAL 2,234.93 sqm

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.60m X L= 0.600m 0.600 1.60 66 66 63.36 sqm

H= 1.80m X L= 0.100m 0.100 1.80 28 28 5.04 sqm

H= 1.80m X L= 0.110m 0.110 1.80 2 2 0.40 sqm

H= 1.80m X L= 0.120m 0.120 1.80 4 4 0.86 sqm

H= 1.80m X L= 0.140m 0.140 1.80 2 2 0.50 sqm

H= 1.80m X L= 0.160m 0.160 1.80 2 2 0.58 sqm

H= 1.80m X L= 0.170m 0.170 1.80 29 29 8.87 sqm

H= 1.80m X L= 0.180m 0.180 1.80 1 2 3 0.97 sqm

H= 1.80m X L= 0.190m 0.190 1.80 3 3 1.03 sqm

H= 1.80m X L= 0.200m 0.200 1.80 1 1 0.36 sqm

H= 1.80m X L= 0.220m 0.220 1.80 2 2 0.79 sqm

H= 1.80m X L= 0.230m 0.230 1.80 4 33 37 15.32 sqm

Page 50: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

35

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.250m 0.250 1.80 2 2 0.90 sqm

H= 1.80m X L= 0.300m 0.300 1.80 2 2 1.08 sqm

H= 1.80m X L= 0.320m 0.320 1.80 3 3 1.73 sqm

H= 1.80m X L= 0.350m 0.350 1.80 20 20 12.60 sqm

H= 1.80m X L= 0.360m 0.360 1.80 2 2 1.30 sqm

H= 1.80m X L= 0.430m 0.430 1.80 3 3 2.32 sqm

H= 1.80m X L= 0.460m 0.460 1.80 4 22 26 21.53 sqm

H= 1.80m X L= 0.450m 0.450 1.80 1 1 0.81 sqm

H= 1.80m X L= 0.500m 0.500 1.80 51 51 45.90 sqm

H= 1.80m X L= 0.660m 0.660 1.80 1 1 1.19 sqm

H= 1.80m X L= 0.825m 0.825 1.80 20 20 29.70 sqm

H= 1.80m X L= 0.830m 0.830 1.80 1 1 1.49 sqm

H= 1.80m X L= 0.860m 0.860 1.80 1 1 1.55 sqm

H= 1.80m X L= 0.880m 0.880 1.80 1 2 3 4.75 sqm

H= 1.80m X L= 0.900m 0.900 1.80 2 2 20 24 38.88 sqm

H= 1.80m X L= 0.950m 0.950 1.80 2 2 3.42 sqm

H= 1.80m X L= 1.000m 1.000 1.80 1 4 6 11 19.80 sqm

H= 1.80m X L= 1.025m 1.025 1.80 12 12 22.14 sqm

H= 1.80m X L= 1.040m 1.040 1.80 4 4 7.49 sqm

H= 1.80m X L= 1.050m 1.050 1.80 3 3 5.67 sqm

H= 1.80m X L= 1.060m 1.060 1.80 1 1 1.91 sqm

H= 1.80m X L= 1.080m 1.080 1.80 2 2 3.89 sqm

H= 1.80m X L= 1.100m 1.100 1.80 7 11 18 35.64 sqm

H= 1.80m X L= 1.225m 1.225 1.80 37 37 81.59 sqm

H= 1.80m X L= 1.230m 1.230 1.80 2 2 4.43 sqm

H= 1.80m X L= 1.250m 1.250 1.80 3 3 6.75 sqm

H= 1.80m X L= 1.330m 1.330 1.80 6 6 14.36 sqm

H= 1.80m X L= 1.350m 1.350 1.80 3 18 21 51.03 sqm

H= 1.80m X L= 1.380m 1.380 1.80 5 5 12.42 sqm

H= 1.80m X L= 1.420m 1.420 1.80 2 2 5.11 sqm

H= 1.80m X L= 1.430m 1.430 1.80 3 3 7.72 sqm

H= 1.80m X L= 1.450m 1.450 1.80 8 8 20.88 sqm

H= 1.80m X L= 1.500m 1.500 1.80 4 39 43 116.10 sqm

H= 1.80m X L= 1.520m 1.520 1.80 4 4 10.94 sqm

Page 51: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

36

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 1.550m 1.550 1.80 2 2 5.58 sqm

H= 1.80m X L= 1.570m 1.570 1.80 10 10 28.26 sqm

H= 1.80m X L= 1.575m 1.575 1.80 4 4 11.34 sqm

H= 1.80m X L= 1.620m 1.620 1.80 5 5 14.58 sqm

H= 1.80m X L= 1.675m 1.675 1.80 36 36 108.54 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.800m 0.20 0.800 4 4 0.64 sqm

W= 0.20m x L= 0.825m 0.20 0.825 40 40 6.60 sqm

W= 0.20m x L= 0.830m 0.20 0.830 1 1 0.17 sqm

W= 0.20m x L= 0.850m 0.20 0.850 5 40 45 7.65 sqm

W= 0.20m x L= 0.870m 0.20 0.870 14 14 2.44 sqm

W= 0.20m x L= 0.900m 0.20 0.900 2 40 36 78 14.04 sqm

W= 0.20m x L= 0.940m 0.20 0.940 1 1 0.19 sqm

W= 0.20m x L= 0.950m 0.20 0.950 1 2 12 15 2.85 sqm

W= 0.20m x L= 0.960m 0.20 0.960 1 33 34 6.53 sqm

W= 0.20m x L= 0.975m 0.20 0.975 6 6 1.17 sqm

W= 0.20m x L= 0.990m 0.20 0.990 2 2 4 0.79 sqm

W= 0.20m x L= 1.000m 0.20 1.000 19 3 12 34 6.80 sqm

W= 0.20m x L= 1.010m 0.20 1.010 2 2 0.40 sqm

W= 0.20m x L= 1.020m 0.20 1.020 1 1 0.20 sqm

W= 0.20m x L= 1.025m 0.20 1.025 18 18 3.69 sqm

W= 0.20m x L= 1.040m 0.20 1.040 1 1 0.21 sqm

W= 0.20m x L= 1.050m 0.20 1.050 4 4 0.84 sqm

W= 0.20m x L= 1.100m 0.20 1.100 2 2 0.44 sqm

W= 0.20m x L= 1.140m 0.20 1.140 1 1 0.23 sqm

W= 0.20m x L= 1.155m 0.20 1.155 1 1 0.23 sqm

W= 0.20m x L= 1.200m 0.20 1.200 1 1 0.24 sqm

W= 0.20m x L= 1.250m 0.20 1.250 1 1 0.25 sqm

W= 0.20m x L= 1.330m 0.20 1.330 1 1 0.27 sqm

W= 0.20m x L= 1.770m 0.20 1.770 1 1 0.35 sqm

W= 0.20m x L= 1.810m 0.20 1.810 2 2 0.72 sqm

W= 0.20m x L= 1.820m 0.20 1.820 14 14 5.10 sqm

W= 0.20m x L= 1.925m 0.20 1.925 1 1 0.39 sqm

W= 0.20m x L= 1.990m 0.20 1.990 1 1 0.40 sqm

Page 52: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

37

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H MRT-

3

LRTA LINE

1

LRTA LINE

2 PNR

NO. OF PCS

Area Unit

PHENOLIC Board

CUBICLE LEDGE

W= 0.20m x L= 3.100m 0.20 3.100 1 1 0.62 sqm

W= 0.20m x L= 3.150m 0.20 3.150 1 1 0.63 sqm

W= 0.20m x L= 3.840m 0.20 3.840 1 1 0.77 sqm

URINAL PARTITION

W= 0.60m x L= 1.220m 0.60 1.220 4 4 2.93 sqm

W= 0.50m x L= 1.100m 0.50 1.100 46 46 25.30 sqm

W= 0.40m x L= 0.800m 0.40 0.800 21 33 54 17.28 sqm

W= 0.30m x L= 0.800m 0.30 0.800 22 22 5.28 sqm

URINAL LEDGE

W= 0.20m x L= 0.575m 0.20 0.575 27 27 3.11 sqm

W= 0.20m x L= 0.850m 0.20 0.850 4 4 0.68 sqm

W= 0.20m x L= 0.900m 0.20 0.900 33 33 5.94 sqm

W= 0.20m x L= 1.670m 0.20 1.670 1 1 0.33 sqm

W= 0.20m x L= 1.700m 0.20 1.700 1 1 0.34 sqm

W= 0.20m x L= 1.720m 0.20 1.720 1 1 0.34 sqm

W= 0.20m x L= 1.770m 0.20 1.770 1 1 0.35 sqm

W= 0.20m x L= 1.900m 0.20 1.900 1 1 0.38 sqm

W= 0.20m x L= 2.380m 0.20 2.380 1 1 0.48 sqm

W= 0.20m x L= 2.400m 0.20 2.400 1 1 0.48 sqm

W= 0.20m x L= 2.420m 0.20 2.420 1 1 0.48 sqm

W= 0.20m x L= 2.455m 0.20 2.455 2 2 0.98 sqm

W= 0.20m x L= 2.480m 0.20 2.480 7 7 3.47 sqm

W= 0.20m x L= 2.570m 0.20 2.570 1 1 0.51 sqm

W= 0.20m x L= 2.600m 0.20 2.600 1 1 0.52 sqm

W= 0.20m x L= 2.690m 0.20 2.690 2 2 1.08 sqm

W= 0.20m x L= 3.300m 0.20 3.300 1 1 0.66 sqm

GRAND TOTAL 1,000.16 sqm

Page 53: Republic of the Philippines DEPARTMENT OF TRANSPORTATION …dotr.gov.ph/images/Alternative_Methods_Procurement... · 2016-09-08 · Cebu Ports Authority (CPA) 15 - Light Rail Transport

38

CUTTING LIST FOR PHENOLIC BOARD

NATIONAL CAPITAL REGION

ITEMS W L H LTO NO. OF

PCS Area Unit

PHENOLIC Board

CUBICLE PARTITION

H= 1.80m X L= 0.900m 0.900 1.80 26 26 42.12 sqm

H= 1.80m X L= 1.100m 1.100 1.80 42 42 83.16 sqm

H= 1.80m X L= 1.500m 1.500 1.80 137 137 369.90 sqm

CUBICLE LEDGE

W= 0.20m x L= 0.900m 0.20 0.900 65 65 11.70 sqm

URINAL PARTITION

W=0 .40m x L= 1.200m 0.40 1.200 26 26 12.48 sqm

URINAL LEDGE

GRAND TOTAL 519.36 sqm