You are on page 1of 131

Republic of the Philippine

Province of Cebu
Municipality of Tuburan
Barangay Montealegre

SUB- PROJECT PROGRAM OF W


Sub-Project Tile

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectional)

Location

Sitio San Roque, Sitio La Purisima, and Sitio Proper

Category

Public Good
0.900
km
Php
1,738,000.00

Physical Target
Total Sub-Project Cost
Mode of Implementation

Community Force Acoount

PROJECT DESCRIPTION : To include site development, common excavation, aggregate base course, Sub-Project Duration
tire path concreting works at 0.75m width and installation of project billboard. Sitio San Roque: Section Equipment/ Tools Needed
1=40m. Sitio La Purisima: Section 2=100m, Section 3=50m, Section 4=50m. Sitio Proper: Section
5=50m, Section 6=35m, Section 7=90m, Section 8=150m, Section 9=50m, Section 10=150m, Section
Technical Personnel
11=50m, Section 12=70m.
The Sub-Project is located 13.113 Km from the municipal proper.
Item no.
Item 100
Item 102
Item 201
Item 311
SPL

No. of Labors

Scope of Work ( Direct Cost )

SITE CLEARING
COMMON EXCAVATION
AGGREGATE BASE COURSE
PORTLAND CEMENT CONCRETE PAVEMENT
PROJECT BILLBOARD
Total Direct Cost

Breakdown of Estimated Project Cost

KALAHI-CIDSS
NCDDP GRANT

Sub-Total ( A )
B. Indirect cost
Pre-Engineering
POW Preparation
Supervision and TA in Project Implementation
Material Testing
Administrative/Operating Cost
Hand Tools/PPE
Treasurer's Bond
Over Head Cost

Quantity

1.58%
2.15%
33.94%
61.54%
0.78%
100%

2,250.00
112.50
337.50
1,423.00
1.00

COMMUNITY CONTRIBUTION
Women

A. Direct Cost
Materials
Equipment Rental
Labor
1) Skilled
2) Unskilled
Handling/Hauling

% Wt.

BLGU
Cash

Men

969,320.00
86,000.00

36,300.00
230,000.00
187,146.00

6,900.00

16,100.00

1,508,766.00

6,900.00

16,100.00

1,000.00
10,000.00
38,159.00
10,000.00
31,500.00

Filing Cabinet
Environmental Mitigating Measure
Sub-Total (B)
Total (A & B)
Contingency

6,500.00
2,000.00

99,159.00
1,607,925.00
70,897.00

6,900.00

16,100.00

LCC - Cash
LCC - Cash

Cost Sharing

1,678,822.00
96.60%

Total Project Cost


ADD: O&M (Other Amenities)
GRAND TOTAL

1,678,822.00

6,900.00

16,100.00

1,678,822.00

6,900.00

16,100.00

Prepared by :

RAYMUNDITO P. LABANGON
PPT Chairperson
Checked & Reviewed by:

ENGR. MARY KIMBERLY L. MENDREZ


ACT-TF
Recommending Approval

ENGR. DEXTER B. DELICA


MCT-TF
Noted by :

ENGR. GEORGE S. ISULAT

Regional Community Infrastructure Special

of the Philippines
ince of Cebu

pality of Tuburan
gay Montealegre

T PROGRAM OF WORKS

nal)

90 Calendar Days (CD)


1-bagger Concrete Mixer, Concrete Vibrator, Plate Compactor
ACT-TF, MCT-TF, ME, Foreman, Mason, L.E. Operator
30
Unit

Unit Price

sq. m
cu.m
cu.m.
sq.m.
unit

Total Amount
10.76
293.33
1,540.36
662.47
12,000.00

24,200.00
33,000.00
519,870.00
942,696.00
12,000.00
1,531,766.00

Source of Fund
BLGU

MLGU
In-Kind

Cash

OTHERS
In-Kind

Cash

In-Kind

TOTAL

969,320.00
86,000.00
36,300.00
253,000.00
187,146.00

1,531,766.00

2,600.00
1,600.00
28,650.00
10,000.00
38,159.00
10,000.00
3,375.00
31,500.00

1,600.00
1,600.00
28,650.00

3,375.00

953.00

6,500.00
2,953.00

36,178.00

135,337.00

36,178.00

1,667,103.00
70,897.00
59,178.00

0.00

LCC - In-Kind

0.00%

LCC - In-Kind

3.40%

59,178.00

1,738,000.00

3.40%

100.00%

36,178.00

1,738,000.00

36,178.00

1,738,000.00

Approved by :

ARCELE M. REGALA
BSPMC Chairperson
Concurred by :

HON. MATILDO T. PAGLINAWAN


Barangay Chairperson

HON. DEMOCRITO M. DIAMANTE


Municipal Mayor

GEORGE S. ISULAT
unity Infrastructure Specialist

Sub - Project Title:

Concreting of 0.900 KM Montealegre Barangay Ti

Location:

Sitio San Roque, Sitio La Purisima, and Sitio Proper

No. of Crew/
DESCRIPTION

QTY

UNIT
Total

Item 100
SITE CLEARING
A. Labor
Laborer

Men

Women

11.00

7.00

1.00

12.00

6.00

0.00

1.00
7.00

0.00
1.00

2,250.00 sq. m
8.00 days
Sub-total
Subtotal for Item 100

Item 102
COMMON EXCAVATION
Manual Cap. 1-Laborer = 1.00 cu.m./day
A. Labor
Laborer
Sub-total
Sub-total for Item 102
Item 201
AGGREGATE BASE COURSE
Shrinkage factor 15%
A. Materials
Base Course Materials
Sub-total
Equipment Capacity : Plate Compactor
B. Equipment
Plate Compactor

112.50

cu.m

10.00

days

337.50

cu.m.

389.00

cu.m.

50.00

m/day

8.00

days

1.00

4.00
20.00

days
days

1.00
20.00

Sub-total
C. Labor
L.E. Operator
Laborer
Sub-total
Subtotal for Item 200
Item 311
PORTLAND CEMENT CONCRETE PAVEMENT
Factor used for Class A Concrete
Cement x 9.00 bags/m
Sand x 0.50 m/m

1,350.00 sq.m.
135.00 cu.m.
72.36 sq.m.
Page 5

L
W
joint L

No. of Crew/
DESCRIPTION

QTY

UNIT
Total

Gravel x 1.00 m/m

Men

7.24 cu.m
Total AREA
Total VOLUME

2" x 4" x 10' Coco Lumber


2" x 2" x 10' Coco Lumber

Women
joint W

1,423.00 sq.m
143.00 cu.m

No. of Joints

400.00 lenghts
400.00 lenghts

Manual Cap. Crew: 2 - Mason, 1 - L.E. Operator


8 - Laborers w/ 1 bagger concrete mixer = 3.5 cu.m./day
c:w = 1 bag: 5 gal
A. Materails
Portland Cement
Sand (Approved Source)
Gravel
12mm x 6m RSB
2" x 2" x 6mm Angle Bar
161-2" x 4" x 10' Coco Lumber
161-2" x 2" x 10' Coco Lumber
Asphalt Joint Filler
Empty Drums
Grease
Water for Mixing
Laminated Sack (Trapal)
Sub-total
B. Equipment
Concrete Mixer (1 bagger)
Concrete Vibrator
Sub-total
C. Labor
L.E. Operator
Mason
Laborer
Sub-total
Subtotal for Item 300
SPL
PROJECT BILLBOARD
Project Billboard
Sub-total
Subtotal for SPL
A. DIRECT COST
MATERIALS COST
LABOR COST
1) Skilled
2) Unskilled
EQUIPMENT COST
Freight & Handling/Hauling
TOTAL DIRECT COST
B. INDIRECT COST
Pre-Engineering
Plans and Specification Preparation
Page 6

1,287.00
72.00
143.00
67.00
1.00
2,667.00
1,334.00
100.00
4.00
1.00
6,435.00
1.00

39.00
39.00

bags
cu.m
cu.m
lengths
lengths
bd.ft.
bd.ft.
kg.
pcs.
liter
galloons
lot

days
days

39.00 days
39.00 days
39.00 days

1.00 unit

1.00
1.00

1.00
2.00
8.00

1.00
2.00
7.00

1.00

No. of Crew/
DESCRIPTION

QTY

UNIT
Total

MCT-Technical Facilitator
Reproduction of Plans and Specifications

2.00
1.00

PD
l.s.

2.00

PD

6.00
6.00
6.00
58.00

PD
PD
PD
PD

1.00

l.s.

1.00
1.00
1.00
1.00
1.00
1.00

l.s.
l.s.
l.s.
l.s.
l.s.
l.s.

4.00
15.00
15.00
15.00
15.00

pcs
pcs
pcs
pcs
sets

1.00
90.00
1.00
1.00

l.s.
days
lot
l.s.

Men

Sub-Total
POW Preparation
MCT-Technical Facilitator
Sub-Total
Supervision and TA in Project Implementation
1- MCT - Technical Facilitator
1- Municipal Driver
1- Vehicle (including Fuel, oil and other expenses)
2- Community Volunteers
Sub-Total
Material Testing
Sub-Total
Administrative Cost (see attached cost derivation)
TE for opening of BSPMC LBP Bank account of CV's
TE for procurement transactions for CV's
Project meetings
ACT-Initiated Meetings
Treasurer's Payroll Processing
Forms/Supplies and Reproduction
Sub-Total
Handtools and Protective Equipment (PPE)
Shovel w/ handle
Safety Boots
Hard Hat
Face Mask
Hand Gloves
Sub-Total
Treasurer's Bond
Over Head Cost
Filing Cabinet
Environmental Mitigating Measure
Contingency
TOTAL INDIRECT COST
ADD: O & M (Other Amenities)
TOTAL CONSTRUCTION COST

Prepared by :

RAYMUNDITO P. LABANGON
PPT Chairperson
Checked & Reviewed by:

ENGR. MARY KIMBERLY L. MENDREZ


Page 7

1.00

1.00

Women

No. of Crew/
DESCRIPTION

QTY

UNIT
Total

ACT-TF
Recommending Approval:

ENGR. DEXTER B. DELICA


MCT-TF
Noted by :

Page 8

Men

Women

Republic of the Philippines


Province of Cebu
Municipality of Tuburan
Barangay Montealegre

Office of the Barangay Sub-Project Management Committee


BILL OF QUANTITIES

ealegre Barangay Tire Path (Sectional)

ma, and Sitio Proper

RATE PER
DAY/UNIT
COST

A=

Total for
Freight &
Freight &
Handling/
Handling/
Hauling
Hauling

900.00

TOTAL
RATE PER
DAY/UNIT
COST

Total

2.50

KALAHI
GRANT

COMMUNITY
CONTRIBUTION

2,250.00

275.00

3,025.00

24,200.00
24,200.00
24,200.00

22,000.00
22,000.00
22,000.00

2,200.00
2,200.00
2,200.00

275.00

3,300.00

33,000.00
33,000.00
33,000.00

30,000.00
30,000.00
30,000.00

3,000.00
3,000.00
3,000.00

V=

900.00

850.00

180.00

70,020.00
70,020.00

1,000.00

2.50

1,030.00

1,000.00

300.00
275.00

300.00
275.00
70,020.00

900.00 meters
1.50 meters
0.60 meters

0.10 meters

joint T

0.10 meters
Page 9

0.15

400,670.00
400,670.00

400,670.00
400,670.00

8,000.00
8,000.00

8,000.00
8,000.00

1,200.00
110,000.00
111,200.00
519,870.00

1,200.00
100,000.00
101,200.00
509,870.00

10,000.00
10,000.00
10,000.00

RATE PER
DAY/UNIT
COST

Total for
Freight &
Freight &
Handling/
Handling/
Hauling
Hauling

TOTAL
RATE PER
DAY/UNIT
COST

Total

KALAHI
GRANT

COMMUNITY
CONTRIBUTION

0.60 meters
201.00

250.00
850.00
900.00
200.00
450.00
20.00
20.00
120.00
1,000.00
150.00

35.00
180.00
180.00
18.00

5.00

45,045.00
12,960.00
25,740.00
1,206.00
32,175.00

5,000.00

285.00
1,030.00
1,080.00
218.00
450.00
20.00
20.00
120.00
1,000.00
150.00
5.00
5,000.00

366,795.00
74,160.00
154,440.00
14,606.00
450.00
53,340.00
26,680.00
12,000.00
4,000.00
150.00
32,175.00
5,000.00
743,796.00

366,795.00
74,160.00
154,440.00
14,606.00
450.00
53,340.00
26,680.00
12,000.00
4,000.00
150.00
32,175.00
5,000.00
743,796.00

39,000.00
39,000.00
78,000.00

39,000.00
39,000.00
78,000.00

300.00
300.00
275.00

11,700.00
23,400.00
85,800.00
120,900.00
942,696.00

11,700.00
23,400.00
78,000.00
113,100.00
934,896.00

12,000.00

12,000.00
12,000.00
12,000.00

12,000.00
12,000.00
12,000.00

969,320.00

969,320.00

36,300.00
253,000.00
86,000.00
187,146.00
1,531,766.00

36,300.00
230,000.00
86,000.00
187,146.00
1,508,766.00

117,126.00
1,000.00
1,000.00

1,000.00
1,000.00

300.00
300.00
275.00
117,126.00

12,000.00

Page 10

7,800.00
7,800.00
7,800.00

23,000.00
23,000.00

RATE PER
DAY/UNIT
COST

Total for
Freight &
Freight &
Handling/
Handling/
Hauling
Hauling

TOTAL
RATE PER
DAY/UNIT
COST

Total

KALAHI
GRANT

COMMUNITY
CONTRIBUTION

800.00
1,000.00

800.00
1,000.00

1,600.00
1,000.00
2,600.00

800.00

1,600.00

1,600.00
1,600.00

800.00
275.00
800.00
300.00

800.00
275.00
800.00
300.00
10,000.00
2,160.00
13,560.00
5,200.00
10,000.00
764.00
6,475.00
-

4,800.00
1,650.00
4,800.00
17,400.00
28,650.00
10,000.00
10,000.00

10,000.00
10,000.00

2,160.00
13,560.00
5,200.00
10,000.00
764.00
6,475.00
38,159.00

2,160.00
13,560.00
5,200.00
10,000.00
764.00
6,475.00
38,159.00

400.00
250.00
200.00
30.00
80.00

400.00
250.00
200.00
30.00
80.00

1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00

3,375.00
350.00
6,500.00
2,953.00

3,375.00
350.00
6,500.00
2,953.00
-

1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00
3,375.00
31,500.00
6,500.00
2,953.00
70,897.00
206,234.00

170,056.00

1,738,000.00

1,678,822.00

10,000.00

2,160.00
13,560.00
5,200.00
10,000.00
764.00
6,475.00

1,000.00
1,000.00
-

31,500.00
6,500.00
2,000.00
70,897.00

96.60%
793,877.00

Page 11

23,000.00
1.32%

RATE PER
DAY/UNIT
COST

Total for
Freight &
Freight &
Handling/
Handling/
Hauling
Hauling

TOTAL
RATE PER
DAY/UNIT
COST

Total

ENGR. GEORGE S. ISULAT


Regional Community Infrastructure Specialist

Page 12

KALAHI
GRANT

COMMUNITY
CONTRIBUTION

COST SHARING
BLGU
CASH

IN-KIND

MLGU
CASH

OTHERS
IN-KIND

CASH

IN-KIND

337.50

Page 13

COST SHARING
BLGU
CASH

IN-KIND

MLGU
CASH

OTHERS
IN-KIND

CASH

IN-KIND

Page 14

COST SHARING
BLGU
CASH

IN-KIND

MLGU
CASH

OTHERS
IN-KIND

CASH

IN-KIND

1,600.00
1,600.00
1,600.00
1,600.00

4,800.00
1,650.00
4,800.00
17,400.00
28,650.00

36,178.00

36,178.00

3,375.00

953.00
-

0.00%

0.00%

0.00%

2.08%

Approved by :

ARCELE M. REGALA
BSPMC Chairperson
Concurred by :

HON. MATILDO T. PAGLINAWAN


Page 15

0.00%

0.00%

COST SHARING
BLGU
CASH

IN-KIND

MLGU
CASH

OTHERS
IN-KIND

Barangay Chairperson

HON. DEMOCRITO M. DIAMANTE


Municipal Mayor

Page 16

CASH

IN-KIND

Republic of the Philippines


Department of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

OFFICE OF THE BARANGAY SUB-PROJECT MANAGEMENT COMMITTE

DETAILED ADMINISTRATIVE COST ESTIMATES


Sub - Project Title:

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectional)

Location:

Sitio San Roque, Sitio La Purisima, and Sitio Proper

Sub-project Acticities

Destination/Description
Initial Deposit

1. TE for the opening of


BSPMC LBP Account

Fare/Allowance/
Unit Price

Quantity

Unit

1,000.00

1.00

BSPMC Office - Tuburan


Terminal Vice Versa

400.00

2.00

persons

Tuburan Terminal - LBP


Toledo Vice Versa

100.00

2.00

persons

Meals Toledo

80.00

2.00

persons

400.00

persons

80.00

persons

400.00

persons

Meals Poblacion

80.00

persons

Supplies

50.00

Snacks

20.00

15

persons

400.00

10

persons

100.00

10

persons

Sub-total
BSPMC Office - Poblacion
II Vice Versa
2. TE for procurement
transactions of CVs
(Serving of canvass and
P.O.'s)

Meals Poblacion
BSPMC Office - Poblacion
II Vice Versa

Sub-Total
3. Sub-project Meetings

Sub-Total
4. ACT Initiated Meetings BSPMC Office - ACT Office
Meals and Snacks
Sub-Total

5. TE for Treasurer's
Bond

BSPMC Office - Tuburan


Terminal Vice Versa

400.00

1.00

persons

Tuburan Terminal - Ayala


Terminal

140.00

1.00

persons

8.00

1.00

persons

Ayala Terminal - Bureau of


Treasury

5. TE for Treasurer's
Bond

Bureau of Treasury - South


Bus Terminal

16.00

1.00

persons

South Bus Terminal - LBP


Toledo

70.00

1.00

persons

LBP Toledo - Tuburan


Terminal

50.00

1.00

persons

Meals Toledo

80.00

1.00

persons

x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x

3
10
1500
1
1
1
1
1
1
4
1
4
1
1
40
1
1
2
1
1
1

reams
pcs
sheets
set
pc
pc
pc
pc
pc
boxes
pc
pcs
ps
pc
pcs
box
pc
pcs
box
pc
pc

Sub-Total
Bondpaper long
Ballpens
Reproduction
Petty cash box w/ padlock
Rubber Stamp
Stampad
Stamping Ink
Stapler with Remover
Stapler Remover
Staple Wire
Calculator
Columnar Book
Correction Tape
Paste/Glue
Folder long
Paper clip
Pentil pen
Log book
Fastener
Packaging Tape
Masking Tape

6. Forms/Supplies and
Reproduction

190.00
5.00
2.00
1,200.00
40.00
50.00
50.00
100.00
100.00
50.00
220.00
50.00
65.00
50.00
5.00
50.00
50.00
80.00
50.00
50.00
20.00

Sub-Total
Total for Administrative
Cost
Prepared by :

Approved by :

RAYMUNDITO P. LABANGON

ARCELE M. RE

PPT Chairperson

BSPMC Chairper

Checked & Reviewed by:

Concurred by :

ENGR. MARY KIMBERLY L. MENDREZ


ACT-TF

HON. MATILDO T. PA

Barangay Chairp

Recommending Approval

ENGR. DEXTER B. DELICA


MCT-TF

HON. DEMOCRITO M

Municipal Ma

Noted by :

GEORGE S. ISULAT
Regional Community Infrastructure Specialist

Republic of the Philippines


nt of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

GAY SUB-PROJECT MANAGEMENT COMMITTEE

DMINISTRATIVE COST ESTIMATES

No. of
Transaction

Amount

1,000.00

1.00

1,000.00

800.00

1.00

800.00

200.00

1.00

200.00

160.00

1.00

160.00

2,160.00

800

6.00

4,800.00

160

6.00

960.00

1200

2.00

2,400.00

160

2.00

320.00

13,560.00

1000

4.00

4,000.00

300

4.00

1,200.00

5,200.00

4000

2.00

8,000.00

1000

2.00

=
=

2,000.00
10,000.00

400.00

1.00

400.00

140.00

1.00

140.00

8.00

1.00

8.00

16.00

1.00

16.00

70.00

1.00

70.00

50.00

1.00

50.00

80.00

1.00

=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=

80.00
764.00
570.00
50.00
3,000.00
1,200.00
40.00
50.00
50.00
100.00
100.00
200.00
220.00
200.00
65.00
50.00
200.00
50.00
50.00
160.00
50.00
50.00
20.00
6,475.00

ARCELE M. REGALA
BSPMC Chairperson

HON. MATILDO T. PAGLINAWAN


Barangay Chairperson

HON. DEMOCRITO M. DIAMANTE


Municipal Mayor

38,159.00

Republic of the Philippines


Department of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

OFFICE OF THE BARANGAY SUB-PROJECT MANAGEMENT COMMITTE


Sub - Project Title:
Location:

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectional)


Sitio San Roque, Sitio La Purisima, and Sitio Proper

DETAILED INDIRECT COST ESTIMATES


DESCRIPTION

UNIT

QTY

UNIT COST

TOTAL

A. Pre-Engineering
MCT-Technical Facilitator

PD

2.00

800.00

1,600.00

Reproduction of Plans and Specifications

l.s.

1.00

1,000.00

1,000.00

Sub-total

2,600.00

B. Preparation of Plans, Specs. & POW


MCT-Technical Facilitator

PD

2.00

800.00

Sub-total

1,600.00
1,600.00

C.Supervision and TA in Project Implementation


1- MCT - Technical Facilitator
1-Mun Driver
1-Vehicle (to include fuel, oil and other expences)
2-Community Volunteers

PD
PD
PD
PD

6.00
6.00
6.00
58.00

800.00
275.00
800.00
300.00

Sub-total

4,800.00
1,650.00
4,800.00
17,400.00
28,650.00

D. Material Testing
lot

1.00

10,000.00

Sub-total

10,000.00
10,000.00

E. Administrative and Overhead Expenses


TE for opening of BSPMC LBP Bank account of CV's

ls

1.00

2,160.00

2,160.00

TE for procurement transactions for CV's

ls

1.00

13,560.00

13,560.00

Project meetings

ls

1.00

5,200.00

5,200.00

ACT-Initiated Meetings

ls

1.00

10,000.00

10,000.00

Treasurer's Payroll Processing

ls

1.00

764.00

764.00

Forms/Supplies and reproduction

ls

1.00

6,475.00

6,475.00

Sub-total

38,159.00

F. Handtools & Protective Equipment (PPE)


Shovel w/ handle

pcs

4.00

400.00

1,600.00

Safety Boots

pcs

15.00

250.00

3,750.00

Hard Hat

pcs

15.00

200.00

3,000.00

Face Mask

pcs

15.00

30.00

450.00

Hand Gloves

pcs

30.00

40.00

1,200.00

Sub-total

10,000.00

G.Treasurer's Bond
lot
Sub-total

H. Overhead Cost

1.00

3,375.00

3,375.00
3,375.00

CD

90.00

350.00

Sub-total

31,500.00
31,500.00

I. Filing Cabinet
lot

1.00

6,500.00

Sub-total
J. Environmental Mitigating Measure

ls

6,500.00
1.00

2,953.00

Sub-total
INDIRECT TOTAL COST

Prepared by:

RAYMUNDITO P. LABANGON
PPT

6,500.00

2,953.00
2,953.00
135,337.00

Checked by:

ENGR. DEXTER B. DELICA


MCT-TF

ENGR. MARY KIMBERLY L. MENDREZ


ACT-TF

Regional Co

Republic of the Philippines


nt of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

GAY SUB-PROJECT MANAGEMENT COMMITTEE

D INDIRECT COST ESTIMATES


BREAKDOWN
COMM
MUN

GRANT
0.00

BRGY

1,600.00

1,000.00
1,000.00

1,600.00

1,600.00

4,800.00
1,650.00
4,800.00
17,400.00

28,650.00

0.00
-

1,600.00

10,000.00
10,000.00

2,160.00
13,560.00

5,200.00
10,000.00
764.00

6,475.00
38,159.00

1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00
3,375.00
-

3,375.00

31,500.00
31,500.00

6,500.00
6,500.00
2,000.00

953.00

2,000.00

953.00

99,159.00

36,178.00

Reviewed by:

ENGR. GEORGE S. ISULAT


Regional Community Infrastructure Specialist
Approved by:
ARCELE M. REGALA
Chairman, BSPMC

Republic of the Philippines


Department of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

OFFICE OF THE BARANGAY SUB-PROJECT MANAGEMENT COMMITTEE

ENVIRONMENTAL MANAGEMENT PLAN


Sub-Project Title
Description of Sub-Project
Location
Total Approved Cost:
Cost Sharing
:

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectional)

To include site development, common excavation, aggregate base course, tire path concreting works at
0.75m width and installation of project billboard.
Sitio San Roque, Sitio La Purisima, and Sitio Proper
1,738,000.00
1,678,822.00
36,178.00
0.00
23,000.00
1,738,000.00

Grant Proceeds :
Municipal LGU Equity :
Barangay LGU Equity :
Community Equity :
Php

Activities

Description

Mitigating

Estimated Cost

Measures

for Measures

Impact

100

Site Clearing

*Possible damage on some


vegetation due to road clearing.

*Advise residents that work is temporary and


will be done only day time. Install warning
signs.

Php 738.25

102

Common Excavation

*Possible damage on some


vegetation due to excavation.

*Advise residents that work is temporary and


will be done only day time. Install warning
signs.

Php 738.25

201

Aggregate Base Course

*Heavy equipment working may


disturb nearby residents.

*Advise residents that work is temporary and


will be done only day time. Install warning
signs.

Php 738.25

311

Portland Cement Concrete


Pavement

*Road materials may pose health


hazard when inhaled nearby
residents.

*Advise nearby residents to stay away from


working area.Inconvinience is only temporary.
Install warning signs.

Php 738.25

SPL

Project Billboard

*Possible damage on some


vegetation due excavation.

*Advise residents that work is temporary and


will be done only day time. Install warning
signs.

NONE

Prepared By:

Reviewed by:

RAYMUNDITO P. LABANGON
PPT Chairperson

ENGR. GEORGE S. ISULAT


Regional Community Infrastructure Specialist

Checked By:

ENGR. MARY KIMBERLY L. MENDREZ


ACT-TF

Approved by:

ENGR. DEXTER B. DELICA


MCT-TF

ARCELE M. REGALA
BSPMC Chairperson

Republic of
Department of Social W
KALAHI CID
Provinc
Municipali
Barangay

OFFICE OF THE BARANGAY SUB-P

SUB-PROJECT IM

BAR CH

SUB-PROJECT TITLE
LOCATION

:
:

Concreting of 0.900 KM Montealegre Barangay T


Sitio San Roque, Sitio La Purisima, and Sitio Pro

ITEM
NO.

DESCRIPTION

QTY

UNIT

100

SITE CLEARING

2,250.00

sq. m

24,200.00

1.58%

102

COMMON EXCAVATION

112.50

cu.m

33,000.00

2.15%

201

AGGREGATE BASE COURSE

337.50

cu.m.

519,870.00

33.94%

311

PORTLAND CEMENT CONCRETE


PAVEMENT

1,423.00

sq.m.

942,696.00

61.54%

SPL

PROJECT BILLBOARD

1.00

unit

12,000.00

0.78%

TOTAL

AMOUNT

1,531,766.00

WEEKLY PROGRESS
PHYSICAL
CUMMULATIVE
WEEKLY PROGRESS
FINANCIAL
CUMMULATIVE

Prepared by:

Checked & Reviewed by:

WEIGHT

100.00%

PHYSICAL
TARGET
PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL

PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL
PLANNED
ACTUAL

RAYMUNDITO P. LABANGON
PPT Chairperson

ENGR. DEXTER B. DELICA


MCT-TF

ENGR. MARY KIMBERLY L


ACT-TF

Republic of the Philippines


nt of Social Welfare and Development
KALAHI CIDSS - NCDDP
Province of Cebu
Municipality of Tuburan
Barangay Montealegre

GAY SUB-PROJECT MANAGEMENT COMMITTEE

OJECT IMPLEMENTATION SCHEDULE


BAR CHART AND S-CURVE

arangay Tire Path (Sectional)


d Sitio Proper
MONTH 1
W1
1.58%

MONTH 2

W2

W3

1.08%

1.08%

W4

W5

W6

9.65%

9.65%

9.65%

W7

12.31%
0.78%
2.36%

1.08%

1.08%

9.65%

9.65%

9.65%

12.31%

2.36%

1.08%

1.08%

9.65%

9.65%

9.65%

12.31%

2.36%

3.44%

4.52%

14.16%

23.81%

33.46%

45.77%

36,200.00

16,500.00

16,500.00

147,760.57

147,760.57

147,760.57

188,539.20

36,200.00

52,700.00

69,200.00

216,960.57

364,721.13

512,481.70

701,020.90

Approved by:

Noted by:

MBERLY L. MENDREZ
CT-TF

ARCELE M. REGALA
BSPMC Chairperson

ENGR. GEOR
Regional Community

MONTH 2
W8

W9

W10

MONTH 3
W11

W12

5%

Noted by:

12.31%

12.31%

12.31%

12.31%

12.31%

12.31%

12.31%

12.31%

5.00%

12.31%

12.31%

12.31%

12.31%

5.00%

58.07%

70.38%

82.69%

95.00%

100.00%

188,539.20

188,539.20

188,539.20

188,539.20

76,588.30

889,560.10

1,078,099.30

1,266,638.50

1,455,177.70

1,531,766.00

ENGR. GEORGE S. ISULAT


Regional Community Infrastructure Specialist

CBPM Form A-1

KALAHI-CIDSS NATIONAL COMMUNITY DRIVEN DEVELOPMENT PROJECT


COMMUNITY PROCUREMENT PLAN (CPP)
Name of Proposed
Community Project :

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectional)

Barangay:

Montealegre

Municipality :

Total Estimated Cost:

Php

Community Project
Duration:

90 Calendar Days (CD)

Type of Plan:

( x ) Initial

Tuburan

Date Prepared:

December 5, 2014

Province :

Cebu

1,738,000.00
Proposed Project Implementation Schedule: January - March 2015

( ) Actual

Items to be Procured

Quantity

Unit of Measure

Unit Cost

Total Cost

Sand (Approved Source)


Gravel

72.00
143.00

cu.m
cu.m

1,030.00
1,080.00

74,160.00
154,440.00
228,600.00

Base Course Materials

389.00

cu.m.

1,030.00

400,670.00
400,670.00

1,287.00
67.00
1.00
100.00
1.00
4.00
1.00
4.00
15.00
15.00
15.00

bags
lengths
lengths
kg.
liter
pcs.
lot
pcs
pcs
pcs
pcs

285.00
218.00
450.00
120.00
150.00
1,000.00
5,000.00
400.00
250.00
200.00
30.00

366,795.00
14,606.00
450.00
12,000.00
150.00
4,000.00
5,000.00
1,600.00
3,750.00
3,000.00
450.00

Procurement
Method

Schedule of
Procurement

CSG

FIRST TRANCHE

CSG

FIRST TRANCHE

CSG

FIRST TRANCHE

Package No. 1

Sub-Total
Package No. 2
Sub-Total
Package No. 3
Portland Cement
12mm x 6m RSB
2" x 2" x 6mm Angle Bar
Asphalt Joint Filler
Grease
Empty Drums
Laminated Sack (Trapal)
Shovel w/ handle
Safety Boots
Hard Hat
Face Mask

Comments/Remarks

Hand Gloves
Caution Tape
1/4 thk. 4'x8' Ordinary Plywood
Assorted CWN
Enamel Paint (White, Black, Yellow)
Paint Brush 2"
Paint Brush 4"

CSG

FIRST TRANCHE

CSG

FIRST TRANCHE

15.00
1.00
1.00
1.00
1.00
1.00
1.00

sets
lot
sht
kg.
l.s.
pc
pc.

80.00
415.00
400.00
65.00
1,000.00
40.00
80.00

1,200.00
415.00
400.00
65.00
1,000.00
40.00
80.00
415,001.00

2,667.00
1,334.00

bd.ft.
bd.ft.

20.00
20.00

53,340.00
26,680.00
80,020.00

Water for Mixing

6,435.00

galloons

5.00

32,175.00
32,175.00

CSG

FIRST TRANCHE

Filing Cabinet

1.00

lot

6,500.00

6,500.00
6,500.00

CSG

FIRST TRANCHE

Project Billboard

1.00

unit

12,000.00

12,000.00
12,000.00

CSG

FIRST TRANCHE

Plate Compactor
Concrete Mixer (1 bagger)
Concrete Vibrator

8.00
39.00
39.00

days
days
days

1,000.00
1,000.00
1,000.00

8,000.00
39,000.00
39,000.00
86,000.00

CSG

FIRST TRANCHE

Sub-Total
Package No. 4
161-2" x 4" x 10' Coco Lumber
161-2" x 2" x 10' Coco Lumber
Sub-Total
Package No. 5
Sub-Total
Package No. 6
Sub-Total
Package No. 7
Sub-Total
Package No. 8

Sub-Total
GRAND TOTAL

Prepared by:

BEVERLYN M. ARMECIN

1,260,966.00

Reviewed by:

ENGR. MARY KIMBERLY L. MENDREZ

Approved by:

ARCELE M. REGALA

Procurement Team Chairperson

ACT-TF

ENGR. DEXTER B. DELICA


MCT-TF

BSPMC Chairperson

D. FINANCIAL AND ECONOMIC ASPECT


Cost Items per
Component

Local Counterpart Contribution (LCC)


Total Cost Kalahi Grant Community BLGU MLGU
Others
Men Women

a. Direct Cost
1,156,466.00
Materials
Cash
In-kind
Labor
289,300.00
Cash
In-kind
Equipment
86,000.00
Cash
In-kind
Sub-total
###
Cash
In-kind
b. Indirect Cost 135,337.00
Cash
In-kind
c. Contingency 70,897.00
GRAND TOTAL ###
Cash
In-kind

###

266,300.00
###

###

###

###

0.00

0.00

###

36,178.00

###

###

###

###

86,000.00

###

99,159.00

70,897.00
###

B. DESCRIPTION OF PROJECT COMPONENTS


1. Physical/Infrastructure Component (POW)
Physical Target:

0.900

METERS

Cost
parame
ter:

Php

###

per

Proposed Scope of Works to be Undertaken:


SITE CLEARING
COMMON EXCAVATION
AGGREGATE BASE COURSE

PORTLAND CEMENT CONCRETE PAVEMENT


PROJECT BILLBOARD

Labor/Workforce Requirement/Sources (disaggregate by skill level and sex):


Type of Worker
Municipal Engineer
Foreman
L.E. Operator

Men
1
1
1

Women

Mason
Laborer

2
18

Equipment Requirement/Sources:
1-bagger Concrete Mixer
Concrete Vibrator
Plate Compactor
Procurement Method/s to be Adopted:
Local Shopping for Goods and Community Force Account

ution (LCC)
Total LCC

###

###

###

###

meter

RETE PAVEMENT
OARD

Women

rce Account

PLAN
: 6/26/2014
: Balaas
: Manjuyod
: Negros Oriental

Mode of
Implementation :

Community Force Account (CFA)

PACKAGES

Date Prepared
Barangay
Municipality
Province

ITEM

ITEM DESCRIPTION

QUANTITY

UNIT

1,287.00
67.00
1.00
100.00
4.00
Err:509
1.00
Err:509
Err:509
Err:509

bags
lengths
lengths
kg.
pcs.
Err:509
liter
Err:509
Err:509
Err:509

Err:509

bags

2,667.00
Err:509
Err:509

bd.ft.
bd.ft.
bd.ft.

Err:509
Err:509
Err:509

cu.m.
cu.m.
cu.m.

389.00

cu.m.

Err:509
39.00
8.00

days
days
days

1.00

lot

1.00

unit

Packag Packag
e8
e7

Package 6

Packag
e5

Package 4

Package 3

Packag
e2

Package 1

Hardware
Portland Cement Type I
12mm x 6m RSB
2" x 2" x 6mm Angle Bar
Asphalt Joint Filler
Empty Drums
Err:509
Grease
Err:509
Err:509
Err:509
Subtotal for Package 1
Hardware-2
Portland Cement Type I
Subtotal for Package 2
Form Lumber
75 - 2" x 6" x 10' Coco Lumber
45 - 2" x 2" x 10' Coco Lumber
12 - 2" x 2" x 8' Coco Lumber
Subtotal for Package 3
Aggregates
Sand
Gravel
Boulders
Subtotal for Package 4
Aggregates (Base Aggregates)
Item 201
Subtotal for Package 5
Equipments
Concrete Mixer (1 bagger)
Concrete Vibrator
Plate Compactor
Subtotal for Package 6
Water for Mixing
Water for Mixing
Subtotal for Package 7
Project Billboard
Project Billboard
Subtotal for Package 9
Page 41

Package 10
PACKAGES
Package 11
Package 12

ITEM

ITEM DESCRIPTION

QUANTITY

UNIT

4.00
15.00
15.00
15.00
15.00

pcs
pcs
pcs
pcs
sets

1.00
1.00
1.00
1.00
90.00
1.00

l.s.
l.s.
l.s.
l.s.
days
l.s.

Labor
Skilled
Unskilled
Subtotal for Package 10
TOTAL DIRECT COST
Handtools and Protective Equipment (PPE)
Shovel w/ handle
Safety Boots
Hard Hat
Face Mask
Hand Gloves
Subtotal for Package 11
Supervision and TA in Project Implementation
Material Testing
Administrative Operating Cost (see attached cost derivation)
Treasurer's Bond
Over Head Cost
Environmental Mitigating Measure
Contingency
Subtotal for Package 12
TOTAL INDIRECT COST
TOTAL CONSTRUCTION COST

Workshop output of:

PRESCILA P. KABRISTANTE
PT Chairperson

Page 42

RAYMUNDITO P. LABANGON
PPT Chairperson

PLANNED COMMUNITY PROCUREMENT PACKAGING


Name of Proposed Sub-Project
Total Cash (Php)
Sub-project Duration

SOURCES OF FUNDS

DESCRIPTION

1st Tranche (Php)


2nd Tranche (Php)

RATE PER
DAY/
UNIT
COST
250.00
218.00
450.00
120.00
1,000.00
Err:509
150.00
Err:509
Err:509
Err:509

Err:509

20.00
20.00
Err:509

: Concreting of 0.900 KM Montealegre Barangay Tire Pat


:
Err:509
:
90 C.D

KC Grant:

LCC:

Err:509

Err:509

107,698.75
Err:509

Err:509

TOTAL CASH (Php)

Err:509

Err:509

Procurement
Method

Total

1,000.00
1,000.00
1,000.00

5.00

12,000.00

Err:509
Err:509

Err:509

1st TRANCHE
KC GRANT

321,750.00
14,606.00
450.00
12,000.00
4,000.00
Err:509
150.00
Err:509
Err:509
Err:509
Err:509
Err:509
Err:509

LSG

Err:509

2nd TRANCHE

LCC

366,795.00
14,606.00
450.00
12,000.00
4,000.00
Err:509
150.00
Err:509
Err:509
Err:509
Err:509

KC GRANT

(45,045.00)
Err:509
Err:509
Err:509
Err:509
Err:509

LCC

LSG
-

Err:509
Err:509
39,000.00
8,000.00
Err:509
Err:509

53,340.00
LSG

Err:509
LSG
Err:509

1,030.00

Err:509

128,907.80

TRANCHING SCHEDULE

53,340.00
1,030.00
1,080.00
Err:509

TO KC GRANT
Err:509

21,209.05

3rd Tranche (Php)

PERCENTAGE WEIGHT

TOTAL

400,670.00
400,670.00
Err:509
39,000.00
8,000.00
Err:509
5.00
5.00
12,000.00
12,000.00

LSG

LSG

LSG

LSG

Err:509
Err:509
Err:509
Err:509
400,670.00
400,670.00

32,175.00
32,175.00
12,000.00
12,000.00
Page 43

Err:509

Err:509

(32,170.00)
(32,170.00)
-

RATE PER
DAY/
UNIT
COST

TRANCHING SCHEDULE
Total

Err:509
Err:509
Err:509
Err:509
400.00
250.00
200.00
30.00
80.00
10,000.00
38,159.00
3,375.00
350.00
2,953.00

O P. LABANGON
rperson

1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00
10,000.00
38,159.00
3,375.00
31,500.00
2,953.00
70,897.00
156,884.00
166,884.00

Procurement
Method

Err:509
Err:509
1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00

LSG

10,000.00
26,324.48

Err:509

30,000.00
77,698.75
107,698.75
107,698.75

(1,126.79)
(21,209.05)

(22,335.84)
(22,335.84)

21,209.05

2,000.00
-

38,324.48
48,324.48

21,209.05
21,209.05

Err:509

Err:509

107,698.75

21,209.05

Err:509

Err:509

Err:509

Err:509

Checked by:

THEODORE C. AMAHIT
MCT-DAC

2nd TRANCHE

Err:509

CFA

Err:509

1st TRANCHE

Submitted by:

KIM G. CORTES
ACT-DAC

Page 44

ARCELE M. REGALA
BSMPC

.900 KM Montealegre Barangay Tire Path (Sectional)


.
FUND SOURCE

AMOUNT

TO LCC CASH

KC GRANT

Err:509

Err:509

TOTAL LCC

59,177.99

LCC - In-kind

59,178.00

PERCENTAGE WEIGHT

LEGEND:

(PESO)

LCC - Cash
Err:509

(0.01)

TOTAL

Err:509

TOTAL

3rd TRANCHE
KC GRANT

LCC

Err:509
Err:509

PROPOSED
IMPLEMENTATION
MONTHS
1

Err:509
Err:509

53,340.00
Err:509
Err:509
Err:509

REMARKS

ANCHING SCHEDULE

321,750.00
14,606.00
450.00
12,000.00
4,000.00
Err:509
150.00
Err:509
Err:509
Err:509
Err:509
Err:509
Err:509

53,340.00

53,340.00
Err:509

Err:509

400,670.00
400,670.00

Err:509
39,000.00
8,000.00
Err:509

5.00
5.00

12,000.00
12,000.00
Page 45

TOTAL

3rd TRANCHE

REMARKS

ANCHING SCHEDULE

PROPOSED
IMPLEMENTATION

Err:509
Err:509

Err:509

11,834.52

1,126.79

70,897.00
82,731.52
82,731.52

1,126.79
1,126.79

Err:509

Err:509

Err:509

Err:509

Err:509
Err:509
1,600.00
3,750.00
3,000.00
450.00
1,200.00
10,000.00
10,000.00
38,159.00
2,000.00
70,897.00
121,056.00
131,056.00
Err:509

Noted by:

ARCELE M. REGALA

ENGR. GEORGE S.
Regional Community Infra. Engineer

Page 46

MONTHS

PROPOSED PROCUREMENT ACTIO


Sub-project Name :
Location :

Procurement Activities

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectio


Balaas, Manjuyod, Negros Oriental
Timeline to complete
the activity (Inclusive
Dates)

1. Preparation of Planned Community Procurement


Packages

June 25,2014

2. Finalization of Packages & PCPP

June 26,2014

Responsible Volunteer/s and Project Staff


( Complete Name)
Carmilita Tubias-BSPMC Chair, Precila P.
Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Richelle G. Amada, Pablito T.
Cadalin, Fidel C. Cadallo - PPT, Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC
-doCarmilita Tubias-BSPMC Chair, Precila P.
Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Cesar M. Cacaldo, Danny E.
Gargoles, Jomar V. Portillo - BAC, Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC

3. Conduct of Pre-procurement Conference

August 20,2014

4. Preparation of Minutes of Conference

August 20,2014

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

December 6,2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

December 10, 2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

December 8-10, 2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT, Reinette P. delos
Santos - ACT-CF

5. Preparation of Procurement Documents

6.a Publication of Invitation to Bid


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)
b. Posting of Invitation to Bid
Post Invitaion to Bid to Provincial/Municipal/Barangay
Hall Billboards, Kalahi-CIDSS MCC Billboard or Bulletin
Board, offices of MIAC and PIAC members, NGO/CSO
offices, conspicuous places such as tricycle,jeep, bus
terminals, public markets and personal serving of
Invitation to Bid to atleast 3 contractors.

7. Issuance of Bidding Documents

December 15-30,

Precila P. Kabristante, Bobby C. Cacaldo,

Procurement Activities

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

December 15-30,
2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT, Reinette P. delos
Santos - ACT-CF, Kim G. Cortes - ACT-DAC

January 03,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Richelle G. Amada, , Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC, Bidders (contractors)

January 4-10, 2013

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

January 10, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 10, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT

January 11, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members

Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

8. Conduct of Pre-Bid Conference and Site Visit


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

9. Submission and Receipt of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

10. Opening of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

11. Preparation of Abstract of Bid


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

12. Examination of Bids

Procurement Activities
Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

Timeline to complete
the activity (Inclusive
Dates)

January 11, 2013

13. Evaluation of Bids

Responsible Volunteer/s and Project Staff


( Complete Name)
Carmilita Tubias-BSPMC Chair, Cesar M.
Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members

January 11, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 14, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 14, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC,Jocelyn
C. Caf - BSPMC-Bookkeeper

16. Preparation of Resolution to Award

January 14, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Reinette P. delos Santos -ACT-CF, Kim G.
Cortes ACT-DAC, Theodore C. Amahit - MCTDAC,

16. Contract Preparation

January 15, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC

Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

14. Conduct of Post-qualification Evaluation

15. Preparation of Minutes of Post-qualification


Evaluation (Post-Qua)

18. Serving of Canvass/Request for Qoutaion

Package 2: Project Billboard

February 1, 2013

Package 3: Handtools and Protective Equipment

February 1, 2013

Procurement Activities

Filling Cabinet

Timeline to complete
the activity (Inclusive
Dates)

February 1, 2013

19. Opening of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment,Part of Package 4 - Filling
Cabinet

February 5, 2013

19. Opening of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

20. Preparation of Minutes of Opening


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 5, 2013

February 5, 2013

21. Evaluation of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 5, 2013

22. Preparation of Abstract of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 5, 2013

23. Preparation of Purchased Order


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 6, 2013

24. Approving of Purchased Order


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 6, 2013

25. Serving of Purchased Order to Winning Suppliers


February 8, 2013

Responsible Volunteer/s and Project Staff


( Complete Name)

Procurement Activities
Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

February 8, 2013

26. Delivery of Goods


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

February 25-28, 2013

17. Issuance of NPMO NOL

January 21,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC,
RPMO/NPMO Staff

18. Preparation of Notice of Award

January 22,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC

19. Issuance of Notice of Award

January 22,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT

January 28,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

January 29,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

January 29,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

January 30-February
5,2013

Contractor

21. Contract Signing

22. Preparation of Notice to Commence

23. Issuance of Notice to Commence

24. Mobilization and Start of SPI

Prepared by:

PRESCILA P. KABRISTANTE
PT Chairperson

Reviewed & Checked by:

THEDORE C. AMAHIT
MCT-DAC

EMENT ACTION PLAN (PAP)

y Tire Path (Sectional)

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC Office

POW/Detailed
Estimates

Draft PCPP

Brgy. Hall/BSPMC Office

POW & Draft PCPP

Final PCPP

Brgy. Hall/BSPMC Office

Final PCPP

Conference Conducted

Brgy. Hall/BSPMC Office

Office supplies

Minutes of Conference

Brgy. Hall/BSPMC Office

POW & Final PCPP

Invitation to Bid/Bid
Documents

Cebu City (Regional


Newspaper Office)

Invitation to Bid
Documents

Invitation to Bid
Published

Invitation to Bid
Documents

Posted Invitaion to Bid

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Provincial/Municipal/Baran
Construction and
gay Hall Billboards, KC
Development,
Earthworks
Billboards, MIAC/PIAC
Construction
and
Supply,
Offices, conspicuous
Kouken Construction,
places, offices of
NAKKA Construction,
contractors
Leymarc Construction

Brgy. Hall/BSPMC

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,

Bid Documents Issued

Venue of meeting and


place/s to conduct
procurement

Resources
Requirement

Expected outputs/
Remarks

Bidding Documents

Bid Documents Issued


to Contractors

Office Supplies

Minutes of Pre-Bid
Conference

Brgy. Hall/BSPMC Office

Office Supplies
/Logbook

Received Bids

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Minutes of Opening

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Abstract of Bids

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Filled-up Pass/Fail
Criteria sheet

Brgy. Hall/BSPMC
Office/Project
Site(proposed route)

Brgy. Hall/BSPMC Office

Name of Potential
Suppliers Contractors
Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Construction and
Development, Earthworks
Construction and Supply,
Kouken Construction,
NAKKA Construction,
Leymarc Construction

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Construction and
Development, Earthworks
Construction and Supply,
Kouken Construction,
NAKKA Construction,
Leymarc Construction

Venue of meeting and


place/s to conduct
procurement

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Filled-up Pass/Fail
Criteria sheet

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Minutes of Evaluation of
Bids

Brgy. Hall/BSPMC Office

Submitted Bid
Documents/Minutes
of Evaluation

Post Qualification
Conducted

Brgy. Hall/BSPMC Office

Submitted Bid
Documents/Minutes
of Evaluation

Post Qualification
Evaluation Report

Brgy. Hall/BSPMC Office

Post Qualification
Evaluation Report

Resolution to Award

Brgy. Hall/BSPMC Office

Resolution to
Award/Post
Qualification Report

Draft Contract

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Supplier's Office

Supplier's Office

Name of Potential
Suppliers Contractors

Supplier's: Jho James


Enterprises, Be Glad
Agrivet and Enterprises,
Ravs
Enterprises,NDK
Supplier's:
Jho James
Hardware
Enterprises, B Glad Agrivet
and Enterprises, Premiun
Hardware, Ravs
Enterprises, Uymatiao
Trading, Citi Hardware,
Octagon Hardware,Zenith
Enterprises, YY Trading,
Dupalmilco Inc.

Venue of meeting and


place/s to conduct
procurement

Resources
Requirement

Expected outputs/
Remarks

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Qoutation

Abstract of Canvass

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Qoutation

Abstract of Canvass

Brgy. Hall/BSPMC Office

Office Supplies

Minutes of Opening

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Quotation

Minutes of Evaluation

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Quotation

Abstract of Canvass

Brgy. Hall/BSPMC Office

Abstract of Canvass

Purchased Order

Brgy. Hall/BSPMC Office

Purchased Order

Approved Purchased
Order

Supplier's Office

Supplier's Office

Name of Potential
Suppliers Contractors
Supplier's: Jho James
Enterprises, Be Glad
Agrivet and Enterprises,
Ravs Enterprises,NDK
Hardware

Approved Purchased Conformed Purchased


Order
Order by Suppliers

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Supplier's Office

Resources
Requirement

Expected outputs/
Remarks

Approved Purchased Conformed Purchased


Order
Order by Suppliers

Project Site

Delivery
Receipt/Delivered
Goods

Goods Received

Kalahi Office
(ACT/RPMO/NPMO)

Compiled
procurement
documents

NOL issued

Brgy. Hall/BSPMC Office

Resolution to Award

Notice of Award

Contractor's Office

Notice of Award

Acknowledgement
receict/Receive Copy of
Notice of Award

Brgy. Hall/BSPMC Office

Contract

Contract Signed

Brgy. Hall/BSPMC Office

Signed
Contract/Office
Supplies

Final Notice to
Commence

Contractor's Office

Final Notice to
Commence

Notice to Commence
Received by the
Contractor

Project Site

Notice to Commence

Mobilization Started

Approved by:

KIM G. CORTES
ACT-DAC

ARCELE M. REGALA
BSPMC Chairperson

PROPOSED PROCUREMENT ACTIO


Sub-project Name :
Location :

Procurement Activities

Concreting of 0.900 KM Montealegre Barangay Tire Path (Sectio


Balaas, Manjuyod, Negros Oriental
Timeline to complete
the activity (Inclusive
Dates)

1. Preparation of Planned Community Procurement


Packages

Nov. 08, 2012

2. Finalization of Packages & PCPP

Nov. 08, 2012

Responsible Volunteer/s and Project Staff


( Complete Name)
Carmilita Tubias-BSPMC Chair, Precila P.
Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Richelle G. Amada, Pablito T.
Cadalin, Fidel C. Cadallo - PPT, Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC
-doCarmilita Tubias-BSPMC Chair, Precila P.
Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Cesar M. Cacaldo, Danny E.
Gargoles, Jomar V. Portillo - BAC, Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC

3. Conduct of Pre-procurement Conference

December 5, 2012

4. Preparation of Minutes of Conference

December 5, 2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

5. Preparation of Procurement Documents

December 5,2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

December 30, 2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

December 28, 2012

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT, Reinette P. delos
Santos - ACT-CF

6.a Publication of Invitation to Bid


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1) - LBW
b. Posting of Invitation to Bid
Post Invitaion to Bid to Provincial/Municipal/Barangay
Hall Billboards, Kalahi-CIDSS MCC Billboard or Bulletin
Board, offices of MIAC and PIAC members, NGO/CSO
offices, conspicuous places such as tricycle,jeep, bus
terminals, public markets and personal serving of
Invitation to Bid to atleast 3 contractors.

Procurement Activities

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

January 3-16, 2013

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT, Reinette P. delos
Santos - ACT-CF, Kim G. Cortes - ACT-DAC

January 11,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Richelle G. Amada, , Reinette P.
delos Santos - ACT-CF, Kim G. Cortes - ACTDAC, Bidders (contractors)

January 12-18, 2013

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT

January 18, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 18, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT

7. Issuance of Bidding Documents


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

8. Conduct of Pre-Bid Conference and Site Visit


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

9. Submission and Receipt of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

10. Opening of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

11. Preparation of Abstract of Bid


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

January 18, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members

January 18, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 21, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

January 22, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC,Jocelyn
C. Caf - BSPMC-Bookkeeper

16. Preparation of Resolution to Award

January 22, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Reinette P. delos Santos -ACT-CF, Kim G.
Cortes ACT-DAC, Theodore C. Amahit - MCTDAC,

17. Contract Preparation

January 22, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC

February 1, 2013

Cesar M. Cacaldo, Danny E. Gargolles, Jomar


V. Portillo - BAC, Reinette P. delos Santos
-ACT-CF

Procurement Activities

12. Examination of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

13. Evaluation of Bids


Package 1: Item 102, Item 105, Item 200, Item 201, Item
311, Item 500 (1)

14. Conduct of Post-qualification Evaluation

15. Preparation of Minutes of Post-qualification


Evaluation (Post-Qua)

18. Serving of Canvass/Request for Qoutaion

Package 2: Project Billboard

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

Package 3: Handtools and Protective Equipment

February 1, 2013

Cesar M. Cacaldo, Danny E. Gargolles, Jomar


V. Portillo - BAC, Reinette P. delos Santos
-ACT-CF

Filling Cabinet

February 1, 2013

Cesar M. Cacaldo, Danny E. Gargolles, Jomar


V. Portillo - BAC, Reinette P. delos Santos
-ACT-CF

February 5, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

February 5, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

February 5, 2013

Carmilita Tubias-BSPMC Chair, Cesar M.


Cacaldo, Danny E. Gargolles, Jomar V. Portillo BAC, Precila P. Kabristante, Bobby C. Cacaldo,
Malisel S. Cadallo - PT, Reinette P. delos
Santos -ACT-CF, Kim G. Cortes ACT-DAC,
Theodore C. Amahit - MCT-DAC,TWG
Members, Jocelyn J. Cafe-BSPMC-Bookkeeper

February 5, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Reinette delos Santos - ACT-CF

Procurement Activities

19. Opening of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment,Part of Package 4 - Filling
Cabinet

20. Preparation of Minutes of Opening


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

21. Evaluation of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

22. Preparation of Abstract of Canvass


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

February 6, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Reinette delos Santos - ACT-CF

February 6, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Reinette delos Santos - ACT-CF

February 8, 2013

Precila P. Kabristante, Bobby C. Cacaldo,


Malisel S. Cadallo - PT, Reinette delos Santos ACT-CF

February 25-28, 2013

Erwin B. Cadalin, Felix A. Palumar, Celdy I.


Herrera - MIT, Reinette delos Santos - ACT-CF

February 28,2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC,
RPMO/NPMO Staff

28. Preparation of Notice of Award

March 1, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes -ACT-DAC

29. Issuance of Notice of Award

March 2, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT

March 7, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

March 8, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

March 11, 2013

Carmilita Tubias-BSPMC Chair, Precila P.


Kabristante, Bobby C. Cacaldo, Malisel S.
Cadallo - PT, Kim G. Cortes- ACT-DAC,
Theodore C. Amahit-MCT-DAC

Procurement Activities

23. Preparation of Purchased Order


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

24. Approving of Purchased Order


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

25. Serving of Purchased Order to Winning Suppliers


Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet
26. Delivery of Goods
Package 2: Project Billboard, Package 3 - Hand tools
and Protective Equipment, Filling Cabinet

27. Issuance of NPMO NOL

30. Contract Signing

31. Preparation of Notice to Commence

32. Issuance of Notice to Commence

Procurement Activities

33. Mobilization and Start of SPI

Prepared by:

PRESCILA P. KABRISTANTE
PT Chairperson

Timeline to complete
the activity (Inclusive
Dates)

Responsible Volunteer/s and Project Staff


( Complete Name)

March 12-18,2013

Contractor

Reviewed & Checked by:

THEDORE C. AMAHIT
MCT-DAC

EMENT ACTION PLAN (PAP)

y Tire Path (Sectional)

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC Office

POW/Detailed
Estimates

Draft PCPP

Brgy. Hall/BSPMC Office

POW & Draft PCPP

Final PCPP

Brgy. Hall/BSPMC Office

Final PCPP

Conference Conducted

Brgy. Hall/BSPMC Office

Office supplies

Minutes of Conference

Brgy. Hall/BSPMC Office

POW & Final PCPP

Invitation to Bid/Bid
Documents

Cebu City (Regional


Newspaper Office)

Invitation to Bid
Documents

Invitation to Bid
Published

Invitation to Bid
Documents

Posted Invitaion to Bid

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Provincial/Municipal/Baran
Construction and
gay Hall Billboards, KC
Development,
Earthworks
Billboards, MIAC/PIAC
Construction
and
Supply,
Offices, conspicuous
Kouken Construction,
places, offices of
NAKKA Construction,
contractors
Leymarc Construction

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC
Office/Project
Site(proposed route)

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Construction and
Development, Earthworks
Construction and Supply,
Kouken Construction,
NAKKA Construction,
Leymarc Construction

Bidding Documents

Bid Documents Issued


to Contractors

Brgy. Hall/BSPMC Office

Contractor's : Uymatiao
Contructions, Philsouth,
VVER Construction, HLJ
Construction, Bigfoot
Construction, Jho James,
Double L Construction,
VESA Engineering, Uy
Construction and
Development, Earthworks
Construction and Supply,
Kouken Construction,
NAKKA Construction,
Leymarc Construction

Office Supplies

Minutes of Pre-Bid
Conference

Brgy. Hall/BSPMC Office

Office Supplies
/Logbook

Received Bids

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Minutes of Opening

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Abstract of Bids

Venue of meeting and


place/s to conduct
procurement

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Filled-up Pass/Fail
Criteria sheet

Brgy. Hall/BSPMC Office

Submitted Bid
Documents

Minutes of Evaluation of
Bids

Brgy. Hall/BSPMC Office

Submitted Bid
Documents/Minutes
of Evaluation

Post Qualification
Conducted

Brgy. Hall/BSPMC Office

Submitted Bid
Documents/Minutes
of Evaluation

Post Qualification
Evaluation Report

Brgy. Hall/BSPMC Office

Post Qualification
Evaluation Report

Resolution to Award

Brgy. Hall/BSPMC Office

Resolution to
Award/Post
Qualification Report

Draft Contract

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Supplier's Office

Name of Potential
Suppliers Contractors

Supplier's: Jho James


Enterprises, Be Glad
Agrivet and Enterprises,
Ravs Enterprises,NDK
Hardware

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Resources
Requirement

Expected outputs/
Remarks

Supplier's Office

Supplier's: Jho James


Enterprises, B Glad Agrivet
and Enterprises, Premiun
Hardware, Ravs
Enterprises, Uymatiao
Trading, Citi Hardware,
Octagon Hardware,Zenith
Enterprises, YY Trading,
Dupalmilco Inc.

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Supplier's Office

Supplier's: Jho James


Enterprises, Be Glad
Agrivet and Enterprises,
Ravs Enterprises,NDK
Hardware

Canvass
Form/Request for
Qoutation

Canvass Form/Request
for Qoutation Served

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Qoutation

Abstract of Canvass

Brgy. Hall/BSPMC Office

Office Supplies

Minutes of Opening

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Quotation

Minutes of Evaluation

Brgy. Hall/BSPMC Office

Submitted Canvass
Form/Request for
Quotation

Abstract of Canvass

Venue of meeting and


place/s to conduct
procurement

Resources
Requirement

Expected outputs/
Remarks

Brgy. Hall/BSPMC Office

Abstract of Canvass

Purchased Order

Brgy. Hall/BSPMC Office

Purchased Order

Approved Purchased
Order

Supplier's Office

Name of Potential
Suppliers Contractors

Approved Purchased Conformed Purchased


Order
Order by Suppliers

Project Site

Delivery
Receipt/Delivered
Goods

Goods Received

Kalahi Office
(ACT/RPMO/NPMO)

Compiled
procurement
documents

NOL issued

Brgy. Hall/BSPMC Office

Resolution to Award

Notice of Award

Contractor's Office

Notice of Award

Acknowledgement
receict/Receive Copy of
Notice of Award

Brgy. Hall/BSPMC Office

Contract

Contract Signed

Brgy. Hall/BSPMC Office

Signed
Contract/Office
Supplies

Final Notice to
Commence

Contractor's Office

Final Notice to
Commence

Notice to Commence
Received by the
Contractor

Venue of meeting and


place/s to conduct
procurement

Name of Potential
Suppliers Contractors

Project Site

Resources
Requirement

Expected outputs/
Remarks

Notice to Commence

Mobilization Started

Approved by:

KIM G. CORTES
ACT-DAC

ARCELE M. REGALA
BSPMC Chairperson

Department of Social Welfare and De


KALAHI-CIDSS:KKB Projec
MCC MT
BARANGAY OPERATIONS AND MAINTENA
CY 2012
Name of Sub-Project
Physical Target
Barangay
Municipality

:
:
:
:

WORK ITEM

Clearing and Grubbing

Rehabilitation of Bolot Farm to Market Road


1000 linear meter
Bolot
Enrique Villanueva, Siquijor

PHYSICAL
SCOPE

lot

ACTIVITY TO BE UNDERTAKEN

Cleaning and clearing of grasses


and shrubs on road shoulders

lot

Manual excavation of drainage canal

Tree planting

lot

Tree planting along the along the


road

RIC JIMENEZ
O & M Group

FREQUENCY

NO.

Excavation of drainage
canal

Prepared by:

LABOR
RATE

RESOURCES NEEDED
MATE
COST

QTY

monthly

14

150.00

2,100.00

ANA

14

200.00

2,800.00

ANA

14

150.00

2,100.00

Reviewed by:

SHIRLEY MAGLINAO
Punong Barangay

Recommending A

elfare and Development


S:KKB Project
C MT
ND MAINTENANCE PROGRAM
2012

NEEDED
MATERIALS
PRICE

SOURCE OF FUND
TOTAL COST
COST

EXPECTED OUTPUT
BRGY

3,500.00

3,500.00

5,600.00

5,600.00

2,500.00

2,500.00

5,300.00

5,300.00

2,500.00

2,500.00

4,600.00

4,600.00

ommending Approval:

JOYCE V. HINAUT
MCT-DAC

MUN

REMARKS

PROV

Ensure the safety of the


users

Conduct O &
M frequently

Ensure the safety of the


users

-do-

Trees along the roadside

-do-

Approved:

MELOJEAN B. ORQUILLAS
Municipal Mayor

NAME OF SUB-PROJECT: Construction of Bolot Farm to Market Road


Location

: Bolot, Enrique Villanueva, Siquijor

BILL OF QUANTITIES
ITEM
NO.

ITEM DESCRIPTION

From Sta. 0+000 - Sta. 1+000


102(2) Surplus Common Excavation
Equip.cap. 60% eff.=15 cu.m/hr.
A. Equipment:
Bulldozer
Backhoe
Prime Mover
B. Labor
Laborer

QUANTITY

UNIT

No. of Crew/
Labor

1,145.98 cu.m.

4.00
days
3.00
days
1.00
days
Sub-total
4.00
days
Sub-total

3.00

Total for Item 102 (2)


103(6) Pipe Culvert and Drain Excavation
Equip.cap. 60% eff.=15 cu.m/hr.
A. Equipment
Backhoe
B Labor
Laborer

115.20

cu.m.

1.00
Sub-total

days

1.00

4.00
Sub-total

days

7.00

Total for Item 103(6)

Page 71

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION

104(1) Embankment
RG-Equip.cap. 60% eff.=24 cu.m/hr.
RR-Equip.cap. 60% eff.=14.40 cmph
WT-Equip.cap. 60% eff.=600 sq.m./hr.
A. Equipment
Road Grader
Road Roller

QUANTITY

UNIT

296.94

cu.m.

1.00
1.00

M-days
M-days

No. of Crew/
Labor

(Cut & Fill)

Sub-total
B Labor
Laborer

2.00
M-days
Sub-total

2.00

Total for Item 104(1)


105(1) Subgrade Preparation
RG-Equip.cap. 60% eff.=180 sq.m/hr.
RR-Equip.cap. 60% eff.=14.40 cmph
A. Equipment
Road Grader
Road Roller

B. Labor
Laborer

6,000.00

sq.m.

2.00
2.00
Sub-total

days
days

2.00
Sub-total

mdays

Total for Item 105(1)

Page 72

2.00

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION

200 Aggregate Sub-base Course


Shrinkage factor 15%
A. Materials
Aggregate Sub-base Course

RG-Equip.cap. 60% eff.=24 cu.m/hr.


RR-Equip.cap. 60% eff.=14.40 cmph
WT-Equip.cap. 60% eff.=600 sq.m./hr.
B. Equipment
Road Grader
Road Roller
Water Truck

QUANTITY

UNIT

1,050.00

cu.m.

1,207.00
Sub-total

cu.m.

No. of Crew/
Labor

cu.m

C. Labor
labor

2.00
4.00
1.00
Sub-total

days
days
days

4.00
Sub-total

mdays

750.00

cu.m.

862.00
Sub-total

cu.m.

2.00
3.00
1.00
Sub-total

days
days
days

1.00
1.00
1.00

3.00
Sub-total

mdays

2.00

2.00

Total for Item 200


201 Aggregate base Course
Shrinkage factor 15%
A. Materials
Aggregate Base Course Materials

RG-Equip.cap. 60% eff.=24 cu.m/hr.


RR-Equip.cap. 60% eff.=14.40 cmph
WT-Equip.cap. 60% eff.=600 sq.m./hr.
B. Equipment
Road Grader
Road Roller
Water Truck

C. Labor
labor

Total for Item 201

Page 73

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION

QUANTITY

301 Bituminous Prime Coat


A. Materials:
Emulsified Asphalt
B. Equipment:
Asphalt Kettle cap.=180 sq.m/hr.

Asphalt kettle
towing truck/stake truck (elf)

UNIT

5.00

tonnes

5.00
Sub-total

tonnes

2,200.00

sq.m

No. of Crew/
Labor

2.00
1.00
Sub-total

C. Labor:
Sprayman
Asst. Sprayman
Laborer

2.0 days
2.0 days
2.0 days
Sub -total

1.00
1.00
4.00

Total for Item 301


304 Bituminous Surface Treatment ST
A. Materials:
Hot Asphalt 85/100
B. Equipment:
Asphalt kettle: 120 sq.m/hr.
Asphalt kettle
towing truck/stake truck (elf)

5.00
5.00

tonnes
tonnes

2,200.00

sq.m

2.00
1.00
Sub-total

M-days
M-days

C. Labor:
Sprayman
Asst. Sprayman
Laborer

2.0 Days
2.0 Days
2.0 Days
Sub-total

Total for Item 304


304(1) Cover Aggregates
A. Materials:
Cover Aggregates
B. Equipment
Road Roller
Dumptruck

70.00

tonnes

70.00
Sub-total

tonnes

1.00
1.00
Sub-total

Page 74

1.00
1.00
4.00

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION
C. Labor:
Laborer

QUANTITY

1.0
Sub -total

Total for Item 304(1)

Page 75

UNIT

Days

No. of Crew/
Labor

6.00

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION

500(1) Installation of Pipe Culverts


Man.cap.Crew: 1-mason,3 -laborer
12 l.m./day
A. Materails
RCPC 600mm x 1m
Portland Cement
Sand (Approved Source)
Crushed Gravel
Ordinary Plywood 1/4" x 4' x 8'
Assorted CW Nails
Cocolumber
B. Labor
Carpenter/Mason
Laborer

QUANTITY

64.00

64.00
32.00
3.00
3.00
2.00
1.00
24.00
Sub-total

UNIT

No. of Crew/
Labor

l.m.

l.m.
bags
cu.m.
cu.m.
sheets
kgs
bd.ft.

4.00
mdays
4.00
mdays
Sub-total

1.00
4.00

Total for Item 500(1)


505(5) Grouted Riprap, Class A

26.00

cu.m.

A. Materials
Portland Cement
Mountain Rocks
Sand (Approved Source)
Formworks

19.00
26.00
21.00
1.00

bags
cu.m.
cu.m.
lot

4.00
4.00

days
days

B. Labor
Crew: 2-Mason, and 10-Laborers
Capability Output: 7.5 cu.m. /day
Mason/Carpenter
Laborer

Total for Item 505(5)


Contractor's Profit (10% of DC)
Prepared by :
RICHARD M. OMONDANG
PPT Head

Checked & Reviewed by:


JOYCE V. HINAUT
MCT-Deputy Area Coordinator (DAC)

Page 76

2.00
10.00

RATE PER
DAY/
UNIT
COST

ITEM
NO.

ITEM DESCRIPTION

QUANTITY

UNIT

No. of Crew/
Labor

RATE PER
DAY/
UNIT
COST

Noted by :

LAWRENCE
Regional Community Infrastruc

Page 77

arket Road

uijor

Total

Page 78

Total

Page 79

Total

Page 80

Total

Page 81

Total

Page 82

Total

Page 83

Total

LAWRENCE B. UY
ommunity Infrastructure Engineer Specialist

Page 84

#REF!

#REF!

#REF!

Page 85

#REF!

#REF!
#REF!

#REF!

#REF!
#REF!

Page 86

#REF!

#REF!

#REF!
#REF!

#REF!

#REF!

#REF!
#REF!

Page 87

#REF!

#REF!

#REF!
#REF!

#REF!

#REF!

#REF!
#REF!

#REF!

#REF!

Page 88

#REF!
#REF!

Page 89

#REF!

#REF!
#REF!

#REF!

#REF!

#REF!
#REF!

Page 90

E B. UY
ucture Engineer Specialist

Page 91

Page 92

Page 93

Page 94

Page 95

Page 96

Page 97

Page 98

Page 99

Page 100

Page 101

Page 102

Page 103

Page 104

Page 105

SCHEDULE OF IN-KIND LOCAL C


Date Prepared
Barangay
Municipality
Province

:
:
:
:

14-Nov-11
Bolot
Enrique Villanueva
Siquijor

Estim

By Contract
CFA

UNIT

Unskilled

1.00

lot

Err:509

Unskilled

1.00

lot

Err:509

Packages
P1
P2

QUANTITY

Mode of Implementation

ITEM DESCRIPTION

DIRECT COST
Pre-Engineering
POW Preparation
TA in Project Implementation
TOTAL INDIRECT COST
GRAND TOTAL

RATE PER DAY/


UNIT
COST

Total

Err:509
1.00
1.00
1.00

Workshop Output of :

lot
lot
lot

9,600.00
9,600.00
Err:509
Reviewed by:

LEONORA JUMALON
PT Head

JOYCE V. HINA
MCT-DAC

Page 106

OCAL COUNTERPART CONTRIBUTION


Rehabilitation of Bolot Farm to Market Road

Total Estimated Cost:


Community Project Duration:
LCC In-Kind:
Estimated Cost:
1st Tranche:
2nd Tranche:
3rd Tranche:

1,738,000.00
90 Calendar Days (CD)
Err:509
Err:509
3,200.00
3,200.00

ESTIMATED COST INVOLVED and SCHEDULE OF DELIVERY

Procurement
1st TRANCHE 2nd Tranche
Method
In Kind

In Kind

3rd
TRANCHE
In Kind

TOTAL

LSW

Err:509

Err:509

CFA

Err:509

Err:509

V. HINAUT
T-DAC

Err:509

3,200.00
3,200.00
Err:509

3,200.00
3,200.00
3,200.00

###
3,200.00
3,200.00

Err:509
0.00
0.00
9,600.00
9,600.00
Err:509

Submitted by:
NORMA DALAGUETE
BSPMC Chair

Page 107

REMARKS

Name of proposed community project:

PROPOSED IMPLEMENTATION

MONTHS
1

Page 108

Page 109

ITEM
NO.
ITEM DESCRIPTION

QUANTITY

RATE PER
DAY/
UNIT
UNIT
COST

Total
VVERConstruction

Unit Cost
102(2) Surplus Common Excavation

1,695.70 cu.m.

105.92

179,612.00

Amount

150 C.D.
8.35
14,153.65

103(6) Pipe Culvert and Drain Excavation

57.60

cu.m.

369.17

21,264.00

115.34

6,643.55

104(1) Embankment

350.20

cu.m.

85.78

30,040.00

255.53

89,485.73

5,880.00

sq.m.

10.12

59,480.00

6.40

37,608.27

105(1) Subgrade Preparation


200

Aggregate Sub-base Course

882.00

cu.m.

376.01

331,644.60

282.51

249,171.84

201

Aggregate base Course

630.00

cu.m.

531.92

335,111.40

463.36

291,916.25

301

Bituminous Prime Coat

4.20 tonnes

55,463.33

232,946.00

31,223.31

131,137.90

304

Bituminous Surface Treatment ST

4.20 tonnes

60,463.33

253,946.00

57,998.33

243,592.98

1,462.79

86,012.00

2,251.85

132,408.84

2,562.00

102,480.00

2,848.31

113,932.52

304(1) (Cover Aggregates) Aggregate Grading

58.80

500(1) Installation of Pipe Culverts

40.00

tonnes
l.m.

Contractor's Profit

163,753.60

Tax (7% of DC)

114,627.52

Subtotal for Package 1

1,910,917.12

Page 110

69,244.80

1,379,296.33

Bid Security

Type

Amount

Cost Analysis

Within Budget

Percentage Cost

165,458.35

%
1,169.02

14,620.45

220.07

(59,445.73)

(66.43)

21,871.73

58.16

82,472.76

33.10

43,195.15

14.80

101,808.10

77.63

10,353.02

4.25

(46,396.84)

(35.04)

(11,452.52)

(10.05)

Remarks

1,465.50

Page 111

CAPABILITIES OF EQUIPMENT
ITEM

DESCRIPTION

102(2) Surplus Common Excavation


105

Sub-grade Preparation

cu.m.

EQUIPMENT
USED
Err:509 1-Backhoe

sq.m
sq.m.

Err:509 1-Road Grader


1-Road Roller

UNIT

QTY.

ENT
CAPABILITY OF
EQPT.
25 cu.m./hr.
300q.m./hr.
300 sq.m./hr.

NO. OF
DAYS
12.00
2.00

Republic of the Philippines


DEPARTMENT OF SOCIAL WELFARE AND DEVELOPMENT
KApit Bisig LAban sa KaHIrapan
Comprehensive and Integrated Delivery of Social Services
(KALAHI-CIDSS):MCC-MT

MATERIALS QUALITY CONTROL PROGRAM


Municipality of Enrique Villanueva
Barangay Bolot
ITEM
DESCRIPTION
NO.
102(2) Surplus Common Excavation
Pipe Culvert and Drain Excavation
103(6)

QUANTITY

UNIT

MINIMUM TEST REQUIRED SUBMITTED TEST

1145.98

cu.m.

1-IR

115.2

cu.m.

1-IR

200

Aggregate Sub-base Course

1050

cu.m.

201

Aggregate Base Course

750

cu.m.

301

Bituminous Prime Coat


Bituminous Surface Treatment ST

tonnes

1-Grading Test
1- Plasticity Test (LL,PL,PI)
1-CBR
3 - FDT
1-Grading Test
1- Plasticity Test (LL,PL,PI)
1-CBR
3 - FDT
3-Grading Test
1- Plasticity Test (LL,PL,PI)
1-CBR
43-FDT
2-Grading Test
1- Plasticity Test (LL,PL,PI)
31-FDT
1-IR

tonnes

1-IR

70

tonnes

1-IR

64

l.m.

1-IR

104(1) Embankment

105(1) Subgrade Preparation

304

(Cover Aggregates) Aggregate


Grading
500(1) Installation of Pipe Culverts
304(1)

Prepared by:

296.93

cu.m.

7000

cu.m.

Attested:

JOYCE V. HINAUT
Municipal Engineer

Approved:

BALANCE TEST

REMARKS

RONILO GAUMA
DAC

CYNTHIA P. SAYRE
BSPMC

Republic of the Philippines


Province of Siquijor
Municipality of Enrique Villanueva
Barangay Bolot
Rehabilitation of Bolot Farm to Market Road
MATERIALS QUALITY CONTROL PROGRAM
ITEM NO

DESCRIPTION

QUANTITY

MINIMUM TEST
REQUIRED

SUBMITTED
TEST

BALANCE
TEST

REMARKS

Surplus Common Excavation


102(2)
103(6)
104(1)

105(1)

200

201

301
304
304(1)
500(1)

1145.98
cu.m.
1-IR
Pipe Culvert and Drain
115.20 cu.m.
Excavation
1-IR
Embankment
296.93
1-Grading Test
cu.m.
1- Plasticity Test
(LL,PL,PI)
1-CBR
3 - FDT
7000 cu.m. 1-Grading Test
Subgrade Preparation
1- Plasticity Test
(LL,PL,PI)
1-CBR
3 - FDT
1050 cu.m. 3-Grading Test
Aggregate Sub-base Course
1- Plasticity Test
(LL,PL,PI)
1-CBR
43-FDT
750 cu.m.
Aggregate Base Course
2-Grading Test
1- Plasticity Test
(LL,PL,PI)
31-FDT
5 tonnes
Bituminous Prime Coat
1-IR
Bituminous Surface Treatment
1-IR
ST
5 tonnes
(Cover Aggregates) Aggregate
1-IR
Grading
70 tonnes
64 l.m.
Installation of Pipe Culverts
1-IR

Prepared by:

Attested:

JOYCE V. HINAUT
Municipal Engineer

RONILO GAUMA
DAC

Approved:

CYNTHIA P. SAYRE
BSPMC

GAUMA
C

P. SAYRE
MC

Itemized Procurement Packages


Name of Sub-Project: Rehabilitation of Bolot Farm to Market Road
Location: Bolot, Enrique Villanueva, Siquijor

Package 1

PACKAGES

Mode of Implementatio Local Bidding for Works

ITEM

ITEM DESCRIPTION

QUANTITY

UNIT

102(2) Surplus Common Excavation

1,145.98

cu.m.

103(6) Pipe Culvert and Drain Excavation

Err:509

cu.m.

104(1) Embankment

296.93

cu.m.

105(1) Subgrade Preparation

7,000.00

sq.m.

200

Aggregate Sub-base Course

1,050.00

cu.m.

201

Aggregate base Course

750.00

cu.m.

301

Bituminous Prime Coat

5.00

tonnes

304

Bituminous Surface Treatment ST

5.00

tonnes

304(1) Cover Aggregates

Package 5Package 4Package 3 Package 2

500(1) Installation of Pipe Culverts


Subtotal for Package 1
2. Hardware
Portland Cement
Subtotal for Package 2
3. Concrete
Sand (Approved Source)
Mountain Rocks
Subtotal for Package 3
4. Formworks
Formworks

tonnes

Err:509

l.m.

19.00

240.00

21.00
26.00

800.00
500.00

1.00

500.00

Subtotal for Package 4


5. Labor
Skilled & Unskilled
Subtotal for Package 6
D

ackage 7

70.00

RATE PER
DAY/
UNIT
COST

Skilled
Err:509

DIRECT COST
POW Preparation
Project Billboard
Material Testing
Administrative Operating Cost (see attached cost derivati
Treasurer's Bond
Over Head Cost
Filling Cabinet
Page 120

1.00
1.00
1.00
1.00
45.00
1.00

Unskilled
Err:509

l.s.
l.s.
days
unit

8,500.00
5,000.00
17,840.00
5,500.00
300.00
6,500.00

Package
PACKAGES
7

ITEM

ITEM DESCRIPTION

QUANTITY
1.00

Environmental Mitigating Measure


Tax (7% of DC)
Contractor's Profit (10% of DC)
Contingency (10% of DC)
Supervision
TOTAL INDIRECT COST
TOTAL CONSTRUCTION COST

UNIT
l.s.

RATE PER
DAY/
UNIT
COST
5,000.00

Workshop output of:

LEONORA JUMALON
Procurement Team Head

Page 121

NORMA DALAGUETE
BSPMC

PACKAGES

ITEM

ITEM DESCRIPTION

Page 122

QUANTITY

UNIT

RATE PER
DAY/
UNIT
COST

Total

Err:509
Err:509
Err:509
Err:509
Err:509
509,870.00
Err:509
Err:509
Err:509
Err:509
Err:509

4,560.00
4,560.00
16,800.00
13,000.00
29,800.00
500.00
500.00

Err:509
Err:509
Err:509
3,000.00
8,500.00
5,000.00
17,840.00
5,500.00
13,500.00
6,500.00
Page 123

Total
5,000.00
Err:509
188,565.70
188,564.21
88,282.10
Err:509
Err:509

LAGUETE

Page 124

Total

Page 125

Page 126

Page 127

Page 128

Itemized Procurement Packages


Name of Sub-Project: Rehabilitation of Bolot Farm to Market Road
Location: Bolot, Enrique Villanueva, Siquijor

PACKAGES

Mode of Implementatio Local Bidding for Works

ITEM

ITEM DESCRIPTION

102(2) Surplus Common Excavation

115.20

cu.m.

7,000.00

sq.m.

1,050.00

cu.m.

201 Aggregate base Course

750.00

cu.m.

311 Cover Aggregates

70.00

tonnes

105(1) Subgrade Preparation


Package 1

UNIT

1,145.98 cu.m.

103(6) Pipe Culvert and Drain Excavation

200 Aggregate Sub-base Course

500(1) Installation of Pipe Culverts


D

Package 2

QUANTITY

RATE PER
DAY/
UNIT
COST

64.00

DIRECT COST
POW Preparation
Project Billboard
Material Testing
Administrative Operating Cost (see attached cost derivati
Treasurer's Bond
Over Head Cost
Filling Cabinet
Environmental Mitigating Measure
Tax (7% of DC)
Contractor's Profit (10% of DC)
Contingency (10% of DC)
Supervision
TOTAL INDIRECT COST
TOTAL CONSTRUCTION COST

1.00
1.00
1.00
1.00
45.00
1.00
1.00

l.m.

l.s.
l.s.
days
unit
l.s.

8,500.00
5,000.00
17,840.00
5,500.00
300.00
6,500.00
5,000.00

Workshop output of:

LEONORA JUMALON
Procurement Team Head

Page 129

NORMA DALAGUETE
BSPMC

Total

Err:509
Err:509
Err:509
Err:509
509,870.00
Err:509
Err:509
Err:509
3,000.00
8,500.00
5,000.00
17,840.00
5,500.00
13,500.00
6,500.00
5,000.00
Err:509
188,565.70
188,564.21
88,282.10
Err:509
Err:509

LAGUETE

Page 130

Page 131

You might also like