Вы находитесь на странице: 1из 307

FORM OF PROPOSAL

SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM Material
Article 2.03)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS


2-00.00 SITE PREPARATION AND EARTHWORKS
3-00.00 ROADS
4-00.00 STORM DRAINAGE SYSTEM
5-00.00 POTABLE AND FIRE WATER DISTRIBUTION SYSTEM
6-00.00 SANITARY WASTEWATER COLLECTION SYSTEM
7-00.00 IRRIGATION DISTRIBUTION SYSTEM
8-00.00 CHILLED WATER PIPING SYSTEM
9-00.00 ELECTRICAL POWER DISTRIBUTION SYSTEM 2,450,269.66
10-00.00 AREA/STREET LIGHTING SYSTEM 2,414,870.70
11-00.00 TELECOMMUNICATION
12-00.00 INSTRUMENTATION
13-00.00 LANDSCAPING
14-00.00 SIX-STOREY STUDENT DORMITORY 10,626,525.34
15-00.00 NEW SKILLS WORKSHOP
16-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) 4,348,904.90
BUILDINGS
17-00.00 COMPRESSOR ROOM
18-00.00 FOOT BRIDGE
19-00.00 POTABLE WATER PUMP STATION
20-00.00 AL-BUSTAN BOUNDARY WALL
21-00.00 GUARD HOUSE
Contract No. 028-C48
P-5
FORM OF PROPOSAL
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM Material
Article 2.03)

19,840,570.60
TOTAL ESTIMATED CONTRACT PRICE
2-00.00 SITE PREPARATION AND EARTHWORKS

Contract No. 028-C48


P-6
BIDDER : _______________________________________________
DATE : _______________________________________________
SIGNATURE : _______________________________________________

AMOUNT
Labor Subcon Equipmnet
(SR)

###
###
###
###
###
###
###
340,247.85 194,301.42 52,967.96 3,037,786.89
1,003,876.15 12.85 367,618.57 3,786,378.28
6,182,280.57
###
###
1,371,306.81 - - 11,997,832.15
###
328,262.50 - - 4,677,167.40

###
###
###
###
###

Contract No. 028-C48


P-7
BIDDER : _______________________________________________
DATE : _______________________________________________
SIGNATURE : _______________________________________________

AMOUNT
Labor Subcon Equipmnet
(SR)
###

3,043,693.31 194,314.27 420,586.54 29,681,445.28

Contract No. 028-C48


P-8
FINAL New PRICE RC-051

1-00.00 SITE PREPARATION AND EARTHWORKS 13,294.40 6,613.70 17,157.00

ELECTRICAL POWER DISTRIBUTION


2-00.00 892,085.27 159,384.96 43,754.28
SYSTEM

3-00.00 SIX-STOREY STUDENT DORMITORY 10,198,196.89 1,373,488.50 -

THREE-STOREY FIRST YEAR STUDENT


4-00.00 4,209,528.39 316,355.53 -
ORIENTATION BUILDING, TWO (2) BUILDINGS

15,313,104.95 1,855,842.69 60,911.28


2,240.00 39,305.10

8,997.83 1,104,222.34

- 11,571,685.39

- 4,525,883.92

11,237.83 17,241,096.75
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

ABBREVIATIONS

Ea - Each

LS - Lump Sum

m - Linear Meter (s)

m² - Square Meter (s)

m³ - Cubic Meter (s)

Mh - Man-hour (s)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS XXX XXX

2-00.00 SITE DEVELOPMENT XXX XXX

3-00.00 SIX-STOREY STUDENT DORMITORY XXX XXX

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) XXX XXX
BUILDINGS

Contract No. 028-C51


P-5
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE XXX XXX

1-00.00 GENERAL ITEMS

1-01.00 Mobilization and Demobilization*


1-01.01 Mobilization - (60%) XXX LS
1-01.02 Demobilization - (40%) XXX LS

1-02.00 Royal Commission Manual Camp Accommodation Costs XXX LS


(Equivalent to a total number of ____________ camp man-days)
(Category III, IV and V)

1-03.00 Instruction and Familiarization of Royal Commission Operations and 150 Mh


Maintenance Personnel

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 1-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Note: * The mobilization and demobilization payments shall not exceed 10% of the total prices for pay items 2-00.00 to 4-00.00

Contract No. 028-C51


P-6
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
2-00.00 SITE DEVELOPMENT

2-01.00 SITE PREPARATION AND EARTHWORKS

2-01.01 Earthworks
a. Excavation 1,385 m³
b. Imported fill 5,041 m³

2-01.02 Trial Trenches/Excavations 500 m

2-01.03 Demolition Works


a. Asphalt pavement (up to base course) including curbs 555 m²
b. Potable water line 308 m
c. Sanitary wastewater line (force main) 97 m
d. Lift station 52 m²
e. Stabilization tank and appurtances 230 m²
f. Existing structures 217 m²
g. Irrigation water line 182 m
h. Irrigation solenoid valve 2 Ea
i. Trees 16 Ea
j. Telecom duct bank 74 m
k. Multi-purpose hall building 739 m²
l. Substation 2 Ea
m. Lighting poles 5 Ea
n. LV cables 258 m

2-06.00 ELECTRICAL POWER DISTRIBUTION SYSTEM

2-06.01 Unit Substations

2-06.01.01 Ring Main Units


a. 13.8kV, SF6 insulated, 3-Way 1 Ea

2-06.01.02 Unit Transformers


a. 1,000kVA 1 Ea

2-06.01.03 Block Wall Enclosure for Substation Including Steel Gate


a. Concrete masonry (CMU) block wall with reinforced concrete foundations, 10 m
beams and columns including paint on cement plaster
b. Double leaf swing steel gate (4,700 mm length x 2,400 mm height) 1 Ea

2-06.02 Power Distribution Panels, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-4X


a. ILVMCCB-11A, 2,500AT/2,500AF ACB, pad mounted 1 Ea

2-06.03 15kV, XLPE Insulated/PVC Sheathed Cables


a. 3C x 50 mm² (Cu), unarmoured 8 m
b. 1C x 500 mm² (Cu), AWA 325 m

Contract No. 028-C51


P-7
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

2-06.04 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 185 mm² (Cu), SWA 416 m
b. 1C x 630 mm² (Cu), unarmoured 60 m
c. 1C x 630 mm² (Cu), AWA 1,440 m

2-06.05 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 70 mm² 208 m
b. 95 mm² 125 m

2-06.06 Grounding System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 9 m
a.2 70 mm² 19 m
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 2,400 mm long 4 Ea

2-06.07 Reinforced Concrete Encased Duct Bank


a. MV duct bank
a.1 1.14 m x 0.50 m with 2 nos. of 160 mm diameter uPVC duct 8 m

2-07.00 AREA/STREET LIGHTING SYSTEM

2-07.01 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), unarmoured 933 m

2-07.02 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 6 mm² 933 m

2-07.03 PVC Conduits


a. 75 mm diameter 933 m

2-07.04 Grounding System


a. Bare copper grounding conductor, tinned
a.1 10 mm² 23 m
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 1,500 mm long 15 Ea

2-07.05 Area/Street Lighting Luminaires


a. Type CC 15 Ea

Contract No. 028-C51


P-8
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 2-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

3-00.00 SIX-STOREY STUDENT DORMITORY

3-16.00 ELECTRICAL WORKS

3-16.01 Power, Lighting and Fire Alarm System

3-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP-1 1 Ea
b. MDP-2 1 Ea
c. DP-G1 1 Ea
d. DP-G2 1 Ea
e. DP-21 1 Ea
f. DP-22 1 Ea
g. DP-41 1 Ea
h. DP-42 1 Ea
i. PP-G1 1 Ea
j. PP-G2 1 Ea
k. PP-G3 1 Ea
l. PP-(11, 21, 31, 41, 51) 5 Ea
m. PP-(12, 22, 32, 42, 52) 5 Ea
n. PP-(13, 23, 33, 43, 53) 5 Ea
o. PP-(14, 24, 34, 44, 54) 5 Ea
p. WHP-G1 1 Ea
q. FCP-G1 1 Ea
r. FCP-G2 1 Ea
s. WHP-(11, 21, 31, 41, 51) 5 Ea
t. WHP-(12, 22, 32, 42, 52) 5 Ea
u. FCP-(11, 12, 21, 22, 31, 32, 41, 42, 51, 52) 10 Ea
v. MECH-R1 1 Ea
w. LCP-G1 1 Ea
x. LCP-G2 1 Ea
y. LCP-(11, 21, 31, 41, 51) 5 Ea
z. LCP-(12, 22, 32, 42, 52) 5 Ea

aa. LCP-R1 1 Ea

3-16.01.02 Lighting Fixtures


a. Type A 413 Ea
b. Type B 320 Ea
c. Type C 41 Ea
d. Type D 234 Ea

Contract No. 028-C51


P-9
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
e. Type E 1,053 Ea
f. Type F 351 Ea
g. Type G 41 Ea
h. Type H 77 Ea
i. Type I 1 Ea
j. Type J 76 Ea
k. Type K 4 Ea
l. Type L 2 Ea
m. Type M 215 Ea
n. Type N 49 Ea
o. Type O 15 Ea
p. Type P 34 Ea
q. Type Q 53 Ea
r. Type R 257 Ea
s. Type S 165 Ea
t. Type T 368 Ea
u. Type U 260 Ea
v. Type V 160 Ea
w. Type W 18 Ea

3-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 755 Ea
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 347 Ea
c. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 400 Ea

d. Light switch, 3-way, 1-pole, 2-gang, 20A, 250V, SASO approved 25 Ea


e. Light switch, 3-way, 1-pole, 3-gang, 20A, 250V, SASO approved 5 Ea
f. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 23 Ea
g. OLS (sets of combination switches) 1 Ea
h. Double pole glow switch "D" with flex outlet, 20A, 250V, SASO approved 54 Ea
i. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 88 Ea

3-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 11 Ea

3-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 2,066 Ea
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 209 Ea
SASO 2203
c. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), weatherproof, 10 Ea
13A, 250V, SASO 2203
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 3 Ea
e. Single special purpose outlet, 20A, 250V, 1-phase 163 Ea

3-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 413 Ea
b. 30A, 600V, 2 pole, NEMA-4X 4 Ea
c. 30A, 600V, 3 pole, NEMA-12 9 Ea
d. 60A, 600V, 3 pole, NEMA-12 2 Ea

Contract No. 028-C51


P - 10
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
e. 60A, 600V, 3 pole, NEMA-4X 4 Ea

3-16.01.07 Transformer for Fire Smoke Dampers


a. 500VA, 230/24V, 1 phase, 60Hz 6 Ea

3-16.01.08 Uninterruptible Power Supply


a. 1kVA, 1-phase, 3-wires, 230V, 60Hz, NEMA-12 1 Ea

3-16.01.09 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), SWA 85 m
b. 4C x 25 mm² (Cu), SWA 134 m
c. 3C x 35 mm² (Cu), SWA 162 m
d. 4C x 35 mm² (Cu), SWA 390 m
e. 4C x 50 mm² (Cu), SWA 311 m
f. 4C x 95 mm² (Cu), SWA 7 m
g. 4C x 150 mm² (Cu), SWA 49 m
h. 4C x 185 mm² (Cu), SWA 5 m
i. 4C x 240 mm² (Cu), SWA 45 m
j. 4C x 300 mm² (Cu), SWA 70 m

3-16.01.10 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 144,614 m
b. 10 mm² 7,091 m

3-16.01.11 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 75,853 m
b. 6 mm² 85 m
c. 10 mm² 61 m
d. 16 mm² 934 m
e. 25 mm² 7 m
f. 35 mm² 49 m
g. 50 mm² 45 m
h. 70 mm² 70 m

3-16.01.12 PVC Conduits


a. 20 mm diameter 53,245 m
b. 25 mm diameter 480 m
c. 32 mm diameter 3,223 m

3-16.01.13 EMT Conduits


a. 20 mm diameter 19,809 m
b. 50 mm diameter 77 m

3-16.01.14 Flexible Metallic Conduits


a. 20 mm diameter 2,572 m

3-16.01.15 Rigid Galvanized Steel Conduits

Contract No. 028-C51


P - 11
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
a. 50 mm diameter 622 m
b. 75 mm diameter 282 m
c. 100 mm diameter 46 m

3-16.01.16 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 51 m
a.2 50 mm² 480 m
a.3 120 mm² 401 m
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 20 Ea
b.2 20 mm diameter x 3,000 mm long with inspection pit 5 Ea
c. Grounding busbar, 800 mm length x 90 mm width x 10 mm thick 6 Ea
d. Bare copper tape, 25 mm width x 3 mm thick 524 m
e. Air terminal, 15 mm diameter x 600 mm long 36 Ea

3-16.01.17 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 10 loops 1 Ea
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 830 Ea
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 4 Ea
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 16 Ea
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 49 Ea

f. Fire alarm bell, UL listed 48 Ea


g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm² (Cu) 7,966 m
g.2 2.5 mm² (Cu) 2,916 m

3-16.02 Telecommunication

3-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea
b. 5-way backbone mount frame, 2/10 6 Ea
c. Krone blocks, LSA-Plus, 2/10 30 Ea
d. Hinged label holder, 2/10 30 Ea
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 132 m
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 3,465 m
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 178 m
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 90 Ea
i. Single line telephone set 90 Ea

3-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 5 Ea
a.2 24-ports 1 Ea
b. RJ-45 patch panel, Cat. 6, UTP
b.1 48-ports 24 Ea
c. Cabinets

Contract No. 028-C51


P - 12
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
c.1 42U rack equipped with fan ventilation 6 Ea
d. Distribution switch
d.1 48-ports FO 1 Ea
e. Ethernet switch
e.1 48-ports UTP 24 Ea
f. Unshielded twisted pair (UTP) cable, Cat. 6 48,398 m

g. Uninterruptible power supply, 5.0kVA with battery pack 6 Ea


h. Wireless access point 54 Ea
i. Data outlet
i.1 Wall mounted 516 Ea
i.2 Floor mounted 4 Ea
j. Data outlet, ceiling mounted
j.1 Wireless access point 54 Ea
j.2 IP-CCTV cameras 54 Ea
j.3 Wireless access point (ACS) 53 Ea
k. Data outlet, wall mounted
k.1 IP-Clock 54 Ea
k.2 BMS system 1 Ea
k.3 Fire alarm control panel 1 Ea
l. Conduits
l.1 EMT conduits, 25 mm diameter 1,380 m
l.2 PVC conduits, 25 mm diameter 2,192 m
m. Color laser printer 1 Ea

3-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 7 m
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 146 m
c. Cable trunking
c.1 200 mm width x 75 mm depth 146 m
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 1 Ea
e. Utility box 1,115 Ea
f. Conduits
f.1 PVC conduits, 50 mm diameter 240 m

3-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea

b. Clamp ground, 16 mm LG clamp, bolted 2 Ea


c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea
d. Bare copper grounding conductor, 120 mm² 114 m
e. Ground wire, 16 mm², insulated copper wire (green) 684 m
f. Connector terminal lug, 14 mm² 48 Ea
g. Connector terminal lug, 120 mm² 120 Ea

3-16.02.05 Access Control System


a. Access control workstation including printer 1 Ea

Contract No. 028-C51


P - 13
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
b. Wireless access point 53 Ea
c. Smart RFID door handle
c.1 Single door assembly 407 Ea
c.2 Double door assembly 13 Ea
d. Online controller 2 Ea
e. Door manager 6 Ea
f. RFID card reader 13 Ea

3-16.02.06 CCTV System


a. Monitoring workstation with video management software 1 Ea
b. Centralized network video recorder 1 Ea
c. Cameras
c.1 Indoor, fixed dome IP-camera, ceiling mounted 44 Ea
c.2 Outdoor, fixed IP-camera, wall mounted 14 Ea
c.3 Indoor, panoramic IP-camera, ceiling mounted 6 Ea
c.4 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 4 Ea

3-16.02.07 Clock System


a. Master clock 1 Ea
b. Wall mounted IP-clock
b.1 Double face 49 Ea
b.2 Single face 9 Ea

3-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 1 Ea
a.2 Power amplifier, 1 x 300 watts 6 Ea
a.3 Paging matrix, 2 x 8 zone 1 Ea
a.4 Uninterruptible power supply, 3.0kVA with battery pack 1 Ea
a.5 Mixer 1 Ea
b. Microphone
b.1 Microphone, 8 zone 1 Ea
c. Speaker
c.1 Ceiling mounted speaker, 10W 170 Ea
c.2 Wall mounted horn speaker, 20W 4 Ea
d. Conduits
d.1 EMT conduits, 25 mm diameter 2,088 m
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 2,436 m
f. Volume controller 1 Ea
g. Monitor unit 1 Ea
h. Network audio adapter 1 Ea

3-16.02.09 CATV System


a. Adjustable amplifier 12 Ea
b. Splitter
b.1 8-Way splitter 12 Ea
c. Indoor tap-off
c.1 1-Way tap-off 446 Ea

Contract No. 028-C51


P - 14
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
d. End line terminator 90 Ea
e. CATV outlet, single gang 378 Ea
f. Conduit
f.1 EMT conduits, 25 mm diameter 1,674 m
f.2 PVC conduits, 25 mm diameter 1,004 m

g. Cable
g.1 RG-6 coaxial cable 3,045 m
g.2 RG-11 coaxial cable 546 m
h. CATV/TVB box, flush mounted (600 mm height x 400 mm width x 200 mm depth) 6 Ea

3-16.03 Instrumentation

3-16.03.01 Monitoring and Control Equipment for Pump Station


a. 32 inch human machine interface (HMI) to be installed in existing O&M building 1 Ea
b. 21 inch touch screen operator station 2 Ea
c. Laptop computer as an engineering station 1 Ea
d. Color laser jet printer 1 Ea
e. Server for SCADA 1 Ea

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 3-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2)


BUILDINGS

4-16.00 ELECTRICAL WORKS

4-16.01 Power, Lighting and Fire Alarm System

4-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP (bldg. 1) 1 Ea

Contract No. 028-C51


P - 15
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
b. MDP (bldg. 2) 1 Ea
c. PP-HVAC (bldg. 1) 1 Ea
d. PP-HVAC (bldg. 2) 1 Ea
e. PP-G (bldg. 1) 1 Ea
f. PP-G (bldg. 2) 1 Ea
g. PP-F (bldg. 1) 1 Ea
h. PP-F (bldg. 2) 1 Ea
i. PP-S (bldg. 1) 1 Ea

j. PP-S (bldg. 2) 1 Ea
k. LCP (bldg. 1) 1 Ea
l. LCP (bldg. 2) 1 Ea

4-16.01.02 Lighting Fixtures


a. Type A 299 Ea
b. Type AA 101 Ea
c. Type B 116 Ea
d. Type BB 58 Ea
e. Type C 68 Ea
f. Type CC 18 Ea
g. Type D 36 Ea
h. Type DD 8 Ea
i. Type EE 30 Ea
j. Type F 23 Ea
k. Type H 18 Ea
l. Type I 18 Ea
m. Type J 39 Ea

4-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 81 Ea
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 11 Ea
c. Light switch, 1-way, 1-pole, 3-gang, 20A, 250V, SASO approved 7 Ea
d. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 4 Ea
e. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 1 Ea
f. 13A spur unit unswitched type, with 5A fuse and glow lamp 2 Ea
g. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 3 Ea

4-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 2 Ea

4-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 345 Ea
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 11 Ea
SASO 2203
c. Duplex receptacle outlet, switched type, weatherproof, 13A, 250V, SASO 2203 38 Ea
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 73 Ea
e. Duplex receptacle outlet, switched type, ceiling mounted, 13A, 250V, SASO 2203 23 Ea

Contract No. 028-C51


P - 16
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

4-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 54 Ea
b. 30A, 600V, 2 pole, NEMA-4X 5 Ea
c. 30A, 600V, 3 pole, NEMA-12 2 Ea
d. 100A, 600V, 3 pole, NEMA-4X 6 Ea

4-16.01.07 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 16 mm² (Cu), unarmoured 22 m
b. 3C x 25 mm² (Cu), unarmoured 29 m
c. 4C x 25 mm² (Cu), unarmoured 44 m
d. 4C x 35 mm² (Cu), unarmoured 29 m
e. 4C x 50 mm² (Cu), unarmoured 154 m
f. 4C x 150 mm² (Cu), unarmoured 22 m

4-16.01.08 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 18,251 m
b. 6 mm² 176 m

4-16.01.09 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 9,126 m
b. 6 mm² 88 m
c. 10 mm² 66 m
d. 16 mm² 183 m

e. 35 mm² 22 m

4-16.01.10 PVC Conduits


a. 20 mm diameter 7,975 m
b. 25 mm diameter 248 m
c. 63 mm diameter 60 m

4-16.01.11 EMT Conduits


a. 20 mm diameter 772 m

4-16.01.12 Flexible Metallic Conduits


a. 20 mm diameter 794 m

4-16.01.13 Rigid Galvanized Steel Conduits


a. 63 mm diameter 52 m
b. 75 mm diameter 140 m
c. 110 mm diameter 20 m

4-16.01.14 Metallic Pull Box


a. 500 mm length x 200 mm width x 150 mm depth, NEMA-4X 2 Ea

4-16.01.15 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 98 m

Contract No. 028-C51


P - 17
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
a.2 50 mm² 212 m
a.3 120 mm² 245 m
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 4 m
b.2 20 mm diameter x 3,000 mm long with inspection pit 8 m
c. Bare copper tape, 25 mm width x 3 mm thick 238 m
d. Air terminal, 15 mm diameter x 600 mm long 30 m

4-16.01.16 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 4 loops 2 Ea
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 104 Ea
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 18 Ea
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 12 Ea
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 16 Ea
f. Fire alarm bell, UL listed 14 Ea
g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm², (Cu) 1,093 m
g.2 2.5 mm² (Cu) 329 m

4-16.02 Telecommunication

4-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea
b. 5-way backbone mount frame, 2/10 36 Ea
c. Krone blocks, LSA-Plus, 2/10 36 Ea
d. Hinged label holder, 2/10 36 Ea
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30 m
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744 m
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164 m
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83 Ea
i. Single line telephone set 83 Ea

4-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 4 Ea
a.2 24-ports 1 Ea
a.3 48-ports 1 Ea

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2 Ea
b.2 48-ports 5 Ea
c. Cabinets
c.1 21U rack equipped with fan ventilation 1 Ea
c.2 42U rack equipped with fan ventilation 3 Ea
c.3 12U rack equipped with fan ventilation 2 Ea
d. Distribution switch

Contract No. 028-C51


P - 18
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
d.1 48-ports FO 2 Ea
e. Ethernet switch
e.1 24-ports UTP 2 Ea
e.2 48-ports UTP 5 Ea
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545 m
g. Uninterruptible power supply, 3.0kVA with battery pack 6 Ea
h. Wireless access point 30 Ea
i. Data outlet
i.1 Wall mounted 74 Ea
i.2 Floor mounted 62 Ea
j. Data outlet, ceiling mounted
j.1 Wireless access point 30 Ea
j.2 IP-CCTV cameras 6 Ea
j.3 Wireless access point (ACS) 8 Ea
k. Data outlet, wall mounted
k.1 IP-Clock 32 Ea
k.2 BMS system 2 Ea
k.3 Fire alarm control panel 2 Ea
l. Conduits
l.1 EMT conduits, 25 mm diameter 236 m
l.2 PVC conduits, 25 mm diameter 359 m
m. Color laser printer 1 Ea

4-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 30 m
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 300 m
c. Cable trunking
c.1 200 mm width x 75 mm depth 26 m
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 4 Ea
e. Utility box 197 Ea
f. Conduits
f.1 PVC conduits, 50 mm diameter 96 m

4-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea
b. Clamp ground, 16 mm LG clamp, bolted 6 Ea
c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea
d. Bare copper grounding conductor, 120 mm² 114 m
e. Ground wire, 16 mm², insulated copper wire (green) 420 m
f. Connector terminal lug, 14 mm² 24 Ea
g. Connector terminal lug, 120 mm² 60 Ea

4-16.02.05 Access Control System


a. Access control workstation including printer 2 Ea
b. Wireless access point 8 Ea
c. Smart RFID door handle
c.1 Single door assembly 56 Ea

Contract No. 028-C51


P - 19
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
c.2 Double door assembly 6 Ea
d. Online controller 2 Ea
e. Door manager 2 Ea

Contract No. 028-C51


P - 20
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
f. RFID card reader 6 Ea

4-16.02.06 CCTV System


a. Monitoring workstation with video management software 2 Ea
b. Centralized network video recorder 2 Ea
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6 Ea
c.2 Outdoor, fixed IP-camera, wall mounted 8 Ea

4-16.02.07 Clock System


a. Master clock 2 Ea
b. Wall mounted IP-clock
b.1 Double face 6 Ea
b.2 Single face 26 Ea

4-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 2 Ea
a.2 Power amplifier, 1 x 100 watts 6 Ea
a.3 Paging matrix, 2 x 8 zone 2 Ea
a.4 Uninterruptible power supply, 3.0kVA with battery pack 2 Ea
a.5 Mixer 2 Ea
b. Microphone
b.1 Microphone, 8 zone 2 Ea
c. Speaker
c.1 Ceiling mounted horn speaker, 5W 47 Ea
d. Conduits
d.1 EMT conduits, 25 mm diameter 168 m
d.2 PVC conduits, 25 mm diameter 68 m
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 758 m
f. Volume controller 8 Ea
g. Monitor unit 2 Ea

h. Network audio adapter 2 Ea

4-16.02.09 CATV System


a. Adjustable amplifier (40 dB) 2 Ea
b. Splitter
b.1 4-Way splitter 2 Ea
c. Indoor tap-off
c.1 1-Way tap-off 15 Ea
d. End line terminator 7 Ea
e. CATV outlet, single gang 15 Ea
f. Conduit
f.1 EMT conduits, 25 mm diameter 175 m

Contract No. 028-C51


P - 21
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
g. Cable
g.1 RG-6 coaxial cable 180 m
g.2 RG-11 coaxial cable 111 m
h. CATV/TVB box, flush mounted (400 mm height x 400 mm width x 200 mm depth) 2 Ea

4-16.02.10 Audio/Visual System


a. Inter-active white board 20 Ea
b. Ultra short throw multi-media projector 23 Ea
c. Speakers 46 Ea
d. Computer sets 23 Ea
e. Motorized projection screen 3 Ea
f. Speaker cable, 2.5 mm², shielded, 1 pair 913 m
g. Data outlet
g.1 Wall mounted 23 Ea
g.2 Floor mounted 23 Ea

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 4-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 22
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX

XXX

XXX

XXX

Contract No. 028-C51


P - 23
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX

XXX
XXX

XXX

XXX

Contract No. 028-C51


P - 24
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

-
-

-
-
-
-
-
-
-
-
-
52.18 3,861.32
- -
14,163.52 28,327.04
369.16 1,845.80
20.43 5,270.94

39,305.10

50,912.29 50,912.29

100,563.24 100,563.24

2,032.53 20,325.30

10,370.78 10,370.78

67,122.41 67,122.41

167.72 1,341.76
324.32 105,404.00

Contract No. 028-C51


P - 25
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

326.55 135,844.80
258.34 15,500.40
302.88 436,147.20

39.53 8,222.24
53.51 6,688.75

27.85 250.65
58.41 1,109.79

179.76 719.04

906.18 7,249.44

20.74 19,350.42

5.74 5,355.42

74.82 69,807.06

12.25 281.75

157.36 2,360.40

2,619.68 39,295.20

Contract No. 028-C51


P - 26
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX 1,104,222.34

71,814.40 71,814.40
38,123.68 38,123.68
14,555.52 14,555.52
17,734.08 17,734.08
26,134.08 26,134.08
14,374.08 14,374.08
27,814.08 27,814.08
16,054.08 16,054.08
4,925.76 4,925.76
5,261.76 5,261.76
3,452.96 3,452.96
4,716.32 23,581.60
4,716.32 23,581.60
5,864.32 29,321.60
6,105.12 30,525.60
5,261.76 5,261.76
6,040.16 6,040.16
5,967.36 5,967.36
5,093.76 25,468.80
4,948.16 24,740.80
7,409.92 74,099.20
10,820.32 10,820.32
5,558.56 5,558.56
5,575.36 5,575.36
5,864.32 29,321.60
4,945.92 24,729.60

4,329.92 4,329.92

387.02 159,839.26
625.02 200,006.40
497.45 20,395.45
735.45 172,095.30

Contract No. 028-C51


P - 27
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

459.37 483,716.61
744.97 261,484.47
243.27 9,974.07
481.27 37,057.79
243.27 243.27
481.27 36,576.52
494.60 1,978.40
732.60 1,465.20
270.88 58,239.20
288.01 14,112.49
526.01 7,890.15
479.37 16,298.58
294.68 15,618.04
532.68 136,898.76
532.68 87,892.20
272.78 100,383.04
475.56 123,645.60
438.43 70,148.80
487.93 8,782.74

49.93 37,697.15
52.68 18,279.96
63.24 25,296.00

78.96 1,974.00
84.26 421.30
105.66 2,430.18
254.69 254.69
109.60 5,918.40
159.17 14,006.96

440.84 4,849.24

81.64 168,668.24
372.18 77,785.62

476.19 4,761.90

430.90 1,292.70
183.06 29,838.78

670.78 277,032.14
1,975.12 7,900.48
670.78 6,037.02
935.81 1,871.62

Contract No. 028-C51


P - 28
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

2,447.35 9,789.40

2,554.72 15,328.32

11,290.72 11,290.72

23.75 2,018.75
48.19 6,457.46
55.05 8,918.10
64.46 25,139.40
84.07 26,145.77
151.80 1,062.60
226.33 11,090.17
365.13 1,825.65
369.87 16,644.15
452.60 31,682.00

3.93 568,333.02
7.78 55,167.98

3.93 298,102.29
5.74 487.90
7.78 474.58
9.73 9,087.82
17.42 121.94
22.83 1,118.67
25.74 1,158.30
40.94 2,865.80

5.97 317,872.65
8.22 3,945.60
12.44 40,094.12

11.69 231,567.21
30.15 2,321.55

14.16 36,419.52

Contract No. 028-C51


P - 29
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

90.61 56,359.42
180.45 50,886.90
260.45 11,980.70

34.69 1,769.19
47.16 22,636.80
90.95 36,470.95

201.27 4,025.40
338.03 1,690.15
870.47 5,222.82
68.44 35,862.56
265.00 9,540.00

70,331.52 70,331.52
268.13 222,547.90
223.05 892.20
711.65 11,386.40

222.10 10,882.90

253.57 12,171.36

7.98 63,568.68
10.97 31,988.52

1,769.38 10,616.28
446.44 2,678.64
121.64 3,649.20
390.44 11,713.20
64.52 8,516.64
10.00 34,650.00
4.70 836.60
93.41 8,406.90
932.29 83,906.10

2,869.44 14,347.20
3,968.16 3,968.16

3,144.96 75,479.04

Contract No. 028-C51


P - 30
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

17,344.32 104,065.92

141,814.40 141,814.40

46,170.88 1,108,101.12
11.90 575,936.20

22,701.29 136,207.74
5,085.36 274,609.44

127.01 65,537.16
446.44 1,785.76

125.89 6,798.06
125.89 6,798.06
125.89 6,672.17

125.89 6,798.06
125.89 125.89
125.89 125.89

13.43 18,533.40
8.53 18,697.76
6,232.58 6,232.58

558.44 3,909.08

131.49 19,197.54

119.73 17,480.58
856.58 856.58
11.13 12,409.95

23.34 5,601.60

179.76 359.52

41.61 83.22
558.44 3,350.64
87.16 9,936.24
13.71 9,377.64
5.00 240.00
22.67 2,720.40

25,665.92 25,665.92

Contract No. 028-C51


P - 31
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

4,366.44 231,421.32

3,081.46 1,254,154.22
5,688.26 73,947.38
31,955.84 63,911.68
9,834.72 59,008.32
10,060.74 130,789.62

15,368.64 15,368.64
67,485.60 67,485.60

4,273.36 188,027.84
6,194.28 86,719.92
9,910.44 59,462.64
18,534.44 74,137.76

24,267.04 24,267.04

4,706.21 230,604.29
2,968.71 26,718.39

7,781.76 7,781.76
4,457.16 26,742.96
24,712.58 24,712.58
7,425.16 7,425.16
6,232.58 6,232.58

3,152.58 3,152.58

621.49 105,653.30
1,027.38 4,109.52

13.43 28,041.84

11.36 27,672.96
405.89 405.89
1,902.44 1,902.44
9,964.87 9,964.87

2,835.84 34,030.08

568.29 6,819.48

108.98 48,605.08

Contract No. 028-C51


P - 32
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

33.94 3,054.60
127.01 48,009.78

13.43 22,481.82
9.81 9,849.24

7.42 22,593.90
10.29 5,618.34
838.44 5,030.64

- -
- -
- -
- -
- -

XXX 11,571,685.39

17,489.92 17,489.92

Contract No. 028-C51


P - 33
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

17,489.92 17,489.92
7,846.72 7,846.72
7,846.72 7,846.72
17,539.20 17,539.20
17,357.76 17,357.76
15,453.76 15,453.76
15,453.76 15,453.76
15,285.76 15,285.76

15,285.76 15,285.76
17,147.20 17,147.20
17,147.20 17,147.20

472.81 141,370.19
758.41 76,599.41
283.59 32,896.44
521.59 30,252.22
306.44 20,837.92
544.44 9,799.92
244.61 8,805.96
482.61 3,860.88
536.88 16,106.40
262.98 6,048.54
404.21 7,275.78
358.85 6,459.30
909.11 35,455.29

63.54 5,146.74
70.68 777.48
75.07 525.49
77.37 309.48
105.53 105.53
146.41 292.82
160.68 482.04

446.44 892.88

94.28 32,526.60
390.84 4,299.24

373.87 14,207.06
502.44 36,678.12
83.89 1,929.47

Contract No. 028-C51


P - 34
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

670.78 36,222.12
1,975.12 9,875.60
670.78 1,341.56
3,891.14 23,346.84

34.69 763.18
40.09 1,162.61
41.77 1,837.88
54.36 1,576.44
80.62 12,415.48
188.28 4,142.16

3.93 71,726.43
5.05 888.80

3.93 35,865.18
5.05 444.40
7.79 514.14
11.06 2,023.98

22.83 502.26

5.24 41,789.00
8.81 2,184.88
26.07 1,564.20

10.71 8,268.12

12.39 9,837.66

134.93 7,016.36
175.91 24,627.40
263.43 5,268.60

2,908.87 5,817.74

34.69 3,399.62

Contract No. 028-C51


P - 35
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

47.16 9,997.92
90.95 22,282.75

177.52 710.08
294.12 2,352.96
68.44 16,288.72
265.00 7,950.00

35,862.40 71,724.80
268.13 27,885.52
223.05 4,014.90
706.05 8,472.60

222.10 3,553.60
226.86 3,176.04

7.98 8,722.14
10.97 3,609.13

1,769.38 10,616.28
446.44 16,071.84
121.64 4,379.04
390.44 14,055.84
64.52 1,935.60
11.40 19,881.60
6.32 1,036.48
93.41 7,753.03
932.29 77,380.07

2,869.44 11,477.76
3,968.16 3,968.16
6,186.88 6,186.88

2,069.76 4,139.52
3,144.96 15,724.80

8,944.32 8,944.32
15,061.76 45,185.28
4,282.88 8,565.76

Contract No. 028-C51


P - 36
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

141,632.96 283,265.92

32,085.76 64,171.52
46,251.52 231,257.60
11.90 65,985.50
15,482.88 92,897.28
5,085.36 152,560.80

127.01 9,398.74
698.44 43,303.28

127.01 3,810.30
127.01 762.06
127.01 1,016.08

127.01 4,064.32
127.01 254.02
127.01 254.02

13.43 3,169.48
9.81 3,521.79
6,232.58 6,232.58

558.44 16,753.20

131.49 39,447.00

119.73 3,112.98
478.02 1,912.08
12.59 2,480.23

23.34 2,240.64

179.76 359.52
41.61 249.66
558.44 3,350.64
87.16 9,936.24
13.71 5,758.20
5.00 120.00
22.67 1,360.20

27,905.92 55,811.84
4,366.44 34,931.52

3,081.46 172,561.76

Contract No. 028-C51


P - 37
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

5,688.26 34,129.56
30,412.48 60,824.96
9,834.72 19,669.44

Contract No. 028-C51


P - 38
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

9,754.98 58,529.88

15,368.64 30,737.28
66,172.18 132,344.36

14,613.20 87,679.20
6,166.28 49,330.24

24,379.04 48,758.08

4,775.24 28,651.44
3,002.28 78,059.28

7,600.32 15,200.64
4,584.16 27,504.96
25,184.32 50,368.64
7,552.16 15,104.32
6,432.16 12,864.32

3,261.44 6,522.88

621.49 29,210.03

13.43 2,256.24
9.81 667.08

11.36 8,610.88
405.89 3,247.12
1,902.44 3,804.88

9,928.58 19,857.16

3,017.28 6,034.56

568.29 1,136.58

108.98 1,634.70
33.94 237.58
127.01 1,905.15

13.43 2,350.25

Contract No. 028-C51


P - 39
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

8.33 1,499.40
10.29 1,142.19
838.44 1,676.88

25,058.88 501,177.60
7,082.88 162,906.24
912.58 41,978.68
7,985.16 183,658.68
8,112.16 24,336.48
11.36 10,371.68

127.01 2,921.23
127.01 2,921.23

XXX 4,525,883.92

Contract No. 028-C51


P - 40
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

ABBREVIATIONS

Ea - Each

LS - Lump Sum

m - Linear Meter (s)

m² - Square Meter (s)

m³ - Cubic Meter (s)

Mh - Man-hour (s)

Contract No. 028-C51


P-5
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

Contract No. 028-C51


P-6
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS XXX XXX XXX

2-00.00 SITE DEVELOPMENT XXX XXX XXX

3-00.00 SIX-STOREY STUDENT DORMITORY XXX XXX XXX

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) XXX XXX XXX
BUILDINGS

Contract No. 028-C51


P-7
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE XXX XXX XXX

Contract No. 028-C51


P-8
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

1-00.00 GENERAL ITEMS

1-01.00 Mobilization and Demobilization*


1-01.01 Mobilization - (60%) XXX LS XXX
1-01.02 Demobilization - (40%) XXX LS XXX

1-02.00 Royal Commission Manual Camp Accommodation Costs XXX LS XXX


(Equivalent to a total number of ____________ camp man-days)
(Category III, IV and V)

1-03.00 Instruction and Familiarization of Royal Commission Operations and Maintenance 150 Mh
Personnel

Contract No. 028-C51


P-9
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 1-00.00


XXX XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Note: * The mobilization and demobilization payments shall not exceed 10% of the total prices for pay items 2-00.00 to 4-00.00

2-00.00 SITE DEVELOPMENT

2-01.00 SITE PREPARATION AND EARTHWORKS

2-01.01 Earthworks
a. Excavation 1,385 m³
b. Imported fill 5,041 m³

2-01.02 Trial Trenches/Excavations 500 m

2-01.03 Demolition Works


a. Asphalt pavement (up to base course) including curbs 555 m²
b. Potable water line 308 m
c. Sanitary wastewater line (force main) 97 m
d. Lift station 52 m²
e. Stabilization tank and appurtances 230 m²
f. Existing structures 217 m²
g. Irrigation water line 182 m

Contract No. 028-C51


P - 10
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

h. Irrigation solenoid valve 2 Ea


i. Trees 16 Ea
j. Telecom duct bank 74 m 52.18
k. Multi-purpose hall building 739 m² -
l. Substation 2 Ea 14,163.52
m. Lighting poles 5 Ea 369.16
n. LV cables 258 m 20.43

2-06.00 ELECTRICAL POWER DISTRIBUTION SYSTEM

2-06.01 Unit Substations

2-06.01.01 Ring Main Units


a. 13.8kV, SF6 insulated, 3-Way 1 Ea 50,912.29
Device 1 ea 35,777.28 50,000.00
Grounding 1 lot 1,734.44
Splicing 1 Ea 10,152.58
test & Commissioning 1 lot 3,248.00
50,912

2-06.01.02 Unit Transformers


a. 1,000kVA 1 Ea 100,563.24 90,000.00
Device 1 ea 72,284.80

Contract No. 028-C51


P - 11
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

Splicing / Cable Termination 1 lot 23,184.00


Grounding 1 lot 1,734.44
test & Commissioning 1 lot 3,360.00
100,563

2-06.01.03 Block Wall Enclosure for Substation Including Steel Gate


a. Concrete masonry (CMU) block wall with reinforced concrete foundations, beams 10 m 2,032.53
and columns including paint on cement plaster
b. Double leaf swing steel gate (4,700 mm length x 2,400 mm height) 1 Ea 10,370.78

2-06.02 Power Distribution Panels, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-4X


a. ILVMCCB-11A, 1,600AT/1,600AF ACB, pad mounted 1 Ea 67,122.41
Device 1 ea 55,771.52
Foundation 1 ea 3,856.30
Terminal lug, 630 mm2 72 lot 88.54
test & commissioning 1 lot 1,120.00
67,122

2-06.03 15kV, XLPE Insulated/PVC Sheathed Cables


a. 3C x 50 mm² (Cu), unarmoured 8 m 167.72
b. 1C x 500 mm² (Cu), AWA 325 m 324.32 320.00
1C-500 mm² 325 m 282.62
1C-185mm² - Grounding Cable 108 m 46.69
Excavation, back filling and compaction 100 m 57.47
red tiles 500 ea 4.27
warning tape 200 m 3.15

Contract No. 028-C51


P - 12
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

324

2-06.04 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 185 mm² (Cu), SWA 416 m 326.55 300.00
4C-185 mm² 416 m 274.96
Terminal lug 32 ea 33.24
110mm UPVC Sleeves 24 m 34.21
Excavation, back filling and compaction 180 m 84.25
red tiles 900 ea 4.27
warning tape 180 m 3.15

326.53

b. 1C x 630 mm² (Cu), unarmoured 60 m 258.34


c. 1C x 630 mm² (Cu), AWA 1,440 m 302.88
1C-630 mm² 1500 m 278.89
Excavation, back filling and compaction 90 m 98.52
200mm UPVC Sleeves 120 m 32.95
Cable ladder for trench 6 m 414.40
red tiles 450 ea 4.27
warning tape 180 m 3.15

303

2-06.05 450/750V, PVC Insulated Grounding Copper Cables, Single Core

Contract No. 028-C51


P - 13
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. 70 mm² 208 m 39.53


b. 95 mm² 125 m 53.51

2-06.06 Grounding System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 9 m 27.85
a.2 70 mm² 19 m 58.41
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 2,400 mm long 4 Ea 179.76

2-06.07 Reinforced Concrete Encased Duct Bank


a. MV duct bank
a.1 1.14 m x 0.50 m with 2 nos. of 160 mm diameter uPVC duct 8 m 906.18
Reinforced Concrete Encased uPVC Ductbank 8 m
2x160 mm dia PVC pipe 18 m
Spacer 6 ea

Contract No. 028-C51


P - 14
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

906

2-07.00 AREA/STREET LIGHTING SYSTEM

2-07.01 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), unarmoured 933 m 20.74

2-07.02 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 6 mm² 933 m 5.74

2-07.03 PVC Conduits


a. 75 mm diameter 933 m 74.82
75 mm Dia. PVC Pipe 910 m 10.52
Excavation & backfilling 910 m 38.92
2x50HDPE - SAND EXCAVATION & BACKFILLING-Telephone 170 m 61.88
red tiles 2275 ea 4.27
warning tape 910 m 3.15

75

2-07.04 Grounding System


a. Bare copper grounding conductor, tinned
a.1 10 mm² 23 m 12.25
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 1,500 mm long 15 Ea 157.36

Contract No. 028-C51


P - 15
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

2-07.05 Area/Street Lighting Luminaires


a. Type CC 15 Ea 2,619.68
Bollard light 1 ea
Foundation 1 ea
Grounding 1 lot
2,619.67

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 2-00.00 XXX XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 16
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-00.00 SIX-STOREY STUDENT DORMITORY

3-16.00 ELECTRICAL WORKS

3-16.01 Power, Lighting and Fire Alarm System

3-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP-1 1 Ea 71,814.40
b. MDP-2 1 Ea 38,123.68
c. DP-G1 1 Ea 14,555.52
d. DP-G2 1 Ea 17,734.08
e. DP-21 1 Ea 26,134.08
f. DP-22 1 Ea 14,374.08
g. DP-41 1 Ea 27,814.08
h. DP-42 1 Ea 16,054.08
i. PP-G1 1 Ea 4,925.76
j. PP-G2 1 Ea 5,261.76
k. PP-G3 1 Ea 3,452.96
l. PP-(11, 21, 31, 41, 51) 5 Ea 4,716.32
m. PP-(12, 22, 32, 42, 52) 5 Ea 4,716.32
n. PP-(13, 23, 33, 43, 53) 5 Ea 5,864.32
o. PP-(14, 24, 34, 44, 54) 5 Ea 6,105.12
p. WHP-G1 1 Ea 5,261.76

Contract No. 028-C51


P - 17
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

q. FCP-G1 1 Ea 6,040.16
r. FCP-G2 1 Ea 5,967.36
s. WHP-(11, 21, 31, 41, 51) 5 Ea 5,093.76
t. WHP-(12, 22, 32, 42, 52) 5 Ea 4,948.16
u. FCP-(11, 12, 21, 22, 31, 32, 41, 42, 51, 52) 10 Ea 7,409.92
v. MECH-R1 1 Ea 10,820.32
w. LCP-G1 1 Ea 5,558.56
x. LCP-G2 1 Ea 5,575.36
y. LCP-(11, 21, 31, 41, 51) 5 Ea 5,864.32
z. LCP-(12, 22, 32, 42, 52) 5 Ea 4,945.92

Contract No. 028-C51


P - 18
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

aa. LCP-R1 1 Ea 4,329.92

3-16.01.02 Lighting Fixtures


a. Type A 413 Ea 387.02
b. Type B 320 Ea 625.02
c. Type C 41 Ea 497.45
d. Type D 234 Ea 735.45
e. Type E 1,053 Ea 459.37
f. Type F 351 Ea 744.97
g. Type G 41 Ea 243.27
h. Type H 77 Ea 481.27
i. Type I 1 Ea 243.27
j. Type J 76 Ea 481.27
k. Type K 4 Ea 494.60
l. Type L 2 Ea 732.60
m. Type M 215 Ea 270.88
n. Type N 49 Ea 288.01
o. Type O 15 Ea 526.01
p. Type P 34 Ea 479.37
q. Type Q 53 Ea 294.68
r. Type R 257 Ea 532.68
s. Type S 165 Ea 532.68
t. Type T 368 Ea 272.78
u. Type U 260 Ea 475.56
v. Type V 160 Ea 438.43

Contract No. 028-C51


P - 19
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

w. Type W 18 Ea 487.93

3-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 755 Ea 49.93 40.00
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 347 Ea 52.68 40.00
c. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 400 Ea 63.24 50.00

d. Light switch, 3-way, 1-pole, 2-gang, 20A, 250V, SASO approved 25 Ea 78.96 70.00
e. Light switch, 3-way, 1-pole, 3-gang, 20A, 250V, SASO approved 5 Ea 84.26 80.00
f. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 23 Ea 105.66 100.00
g. OLS (sets of combination switches) 1 Ea 254.69 200.00
h. Double pole glow switch "D" with flex outlet, 20A, 250V, SASO approved 54 Ea 109.60 100.00
i. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 88 Ea 159.17 150.00

3-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 11 Ea 440.84

3-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 2,066 Ea 81.64 80.00
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 209 Ea 372.18 370.00
SASO 2203
c. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), weatherproof, 10 Ea 476.19 450.00
13A, 250V, SASO 2203
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 3 Ea 430.90 400.00
e. Single special purpose outlet, 20A, 250V, 1-phase 163 Ea 183.06 170.00

Contract No. 028-C51


P - 20
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 413 Ea 670.78
b. 30A, 600V, 2 pole, NEMA-4X 4 Ea 1,975.12
c. 30A, 600V, 3 pole, NEMA-12 9 Ea 670.78
d. 60A, 600V, 3 pole, NEMA-12 2 Ea 935.81
e. 60A, 600V, 3 pole, NEMA-4X 4 Ea 2,447.35

3-16.01.07 Transformer for Fire Smoke Dampers


a. 500VA, 230/24V, 1 phase, 60Hz 6 Ea 2,554.72

3-16.01.08 Uninterruptible Power Supply


a. 1kVA, 1-phase, 3-wires, 230V, 60Hz, NEMA-12 1 Ea 11,290.72

3-16.01.09 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), SWA 85 m 23.75
b. 4C x 25 mm² (Cu), SWA 134 m 48.19
c. 3C x 35 mm² (Cu), SWA 162 m 55.05
d. 4C x 35 mm² (Cu), SWA 390 m 64.46
e. 4C x 50 mm² (Cu), SWA 311 m 84.07
f. 4C x 95 mm² (Cu), SWA 7 m 151.80
g. 4C x 150 mm² (Cu), SWA 49 m 226.33
4C x 150 mm² (Cu), SWA 49 m
Terminal lug 16 ea

Contract No. 028-C51


P - 21
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

226.33
h. 4C x 185 mm² (Cu), SWA 5 m 365.13
4C x 185 mm² (Cu), SWA 5 m
Terminal lug 16 ea

365.11
i. 4C x 240 mm² (Cu), SWA 45 m 369.87
4C-240 mm² 45 m
Terminal lug 24 ea

369.87
j. 4C x 300 mm² (Cu), SWA 70 m 452.60
4C-300mm² 70 m
Terminal lug 40 ea

452.58

3-16.01.10 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 144,614 m 3.93
b. 10 mm² 7,091 m 7.78

3-16.01.11 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 75,853 m 3.93
b. 6 mm² 85 m 5.74
c. 10 mm² 61 m 7.78
d. 16 mm² 934 m 9.73

Contract No. 028-C51


P - 22
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

e. 25 mm² 7 m 17.42
f. 35 mm² 49 m 22.83
g. 50 mm² 45 m 25.74
h. 70 mm² 70 m 40.94

3-16.01.12 PVC Conduits


a. 20 mm diameter 53,245 m 5.97
b. 25 mm diameter 480 m 8.22
c. 32 mm diameter 3,223 m 12.44

3-16.01.13 EMT Conduits


a. 20 mm diameter 19,809 m 11.69
b. 50 mm diameter 77 m 30.15

3-16.01.14 Flexible Metallic Conduits


a. 20 mm diameter 2,572 m 14.16

3-16.01.15 Rigid Galvanized Steel Conduits


a. 50 mm diameter 622 m 90.61
b. 75 mm diameter 282 m 180.45
c. 100 mm diameter 46 m 260.45

3-16.01.16 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned

Contract No. 028-C51


P - 23
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a.1 35 mm² 51 m 34.69


a.2 50 mm² 480 m 47.16
a.3 120 mm² 401 m 90.95
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 20 Ea 201.27
b.2 20 mm diameter x 3,000 mm long with inspection pit 5 Ea 338.03
c. Grounding busbar, 800 mm length x 90 mm width x 10 mm thick 6 Ea 870.47
d. Bare copper tape, 25 mm width x 3 mm thick 524 m 68.44
e. Air terminal, 15 mm diameter x 600 mm long 36 Ea 265.00

3-16.01.17 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 10 loops 1 Ea 70,331.52 80,000.00
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 830 Ea 268.13 300.00
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 4 Ea 223.05
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 16 Ea
711.65
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 49 Ea 222.10

Contract No. 028-C51


P - 24
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f. Fire alarm bell, UL listed 48 Ea 253.57


g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm² (Cu) 7,966 m 7.98
g.2 2.5 mm² (Cu) 2,916 m 10.97

3-16.02 Telecommunication

3-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea 1,769.38
b. 5-way backbone mount frame, 2/10 6 Ea 446.44
c. Krone blocks, LSA-Plus, 2/10 30 Ea 121.64
d. Hinged label holder, 2/10 30 Ea 390.44
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 132 m 64.52
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 3,465 m 10.00
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 178 m 4.70
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 90 Ea 93.41
i. Single line telephone set 90 Ea 932.29

3-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 5 Ea 2,869.44
a.2 24-ports 1 Ea 3,968.16
b. RJ-45 patch panel, Cat. 6, UTP
b.1 48-ports 24 Ea 3,144.96
c. Cabinets

Contract No. 028-C51


P - 25
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

c.1 42U rack equipped with fan ventilation 6 Ea 17,344.32


d. Distribution switch
d.1 48-ports FO 1 Ea 141,814.40
e. Ethernet switch
e.1 48-ports UTP 24 Ea 46,170.88
f. Unshielded twisted pair (UTP) cable, Cat. 6 48,398 m 11.90

Contract No. 028-C51


P - 26
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

g. Uninterruptible power supply, 5.0kVA with battery pack 6 Ea 22,701.29


h. Wireless access point 54 Ea 5,085.36
i. Data outlet
i.1 Wall mounted 516 Ea 127.01
i.2 Floor mounted 4 Ea 446.44
j. Data outlet, ceiling mounted
j.1 Wireless access point 54 Ea 125.89
j.2 IP-CCTV cameras 54 Ea 125.89
j.3 Wireless access point (ACS) 53 Ea 125.89
k. Data outlet, wall mounted
k.1 IP-Clock 54 Ea 125.89
k.2 BMS system 1 Ea 125.89
k.3 Fire alarm control panel 1 Ea 125.89
l. Conduits
l.1 EMT conduits, 25 mm diameter 1,380 m 13.43
l.2 PVC conduits, 25 mm diameter 2,192 m 8.53
m. Color laser printer 1 Ea 6,232.58

3-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 7 m 558.44
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 146 m 131.49
c. Cable trunking
c.1 200 mm width x 75 mm depth 146 m 119.73
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 1 Ea 856.58

Contract No. 028-C51


P - 27
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

e. Utility box 1,115 Ea 11.13


f. Conduits
f.1 PVC conduits, 50 mm diameter 240 m 23.34

3-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea 179.76

Contract No. 028-C51


P - 28
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

b. Clamp ground, 16 mm LG clamp, bolted 2 Ea 41.61


c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea 558.44
d. Bare copper grounding conductor, 120 mm² 114 m 87.16
e. Ground wire, 16 mm², insulated copper wire (green) 684 m 13.71
f. Connector terminal lug, 14 mm² 48 Ea 5.00
g. Connector terminal lug, 120 mm² 120 Ea 22.67

3-16.02.05 Access Control System


a. Access control workstation including printer 1 Ea 25,665.92
b. Wireless access point 53 Ea 4,366.44
c. Smart RFID door handle
c.1 Single door assembly 407 Ea 3,081.46
c.2 Double door assembly 13 Ea 5,688.26
d. Online controller 2 Ea 31,955.84
e. Door manager 6 Ea 9,834.72
f. RFID card reader 13 Ea 10,060.74

3-16.02.06 CCTV System


a. Monitoring workstation with video management software 1 Ea 15,368.64
b. Centralized network video recorder 1 Ea 67,485.60
c. Cameras
c.1 Indoor, fixed dome IP-camera, ceiling mounted 44 Ea 4,273.36
c.2 Outdoor, fixed IP-camera, wall mounted 14 Ea 6,194.28
c.3 Indoor, panoramic IP-camera, ceiling mounted 6 Ea 9,910.44
c.4 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 4 Ea 18,534.44

Contract No. 028-C51


P - 29
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.02.07 Clock System


a. Master clock 1 Ea 24,267.04
b. Wall mounted IP-clock
b.1 Double face 49 Ea 4,706.21
b.2 Single face 9 Ea 2,968.71
380,066.00

Contract No. 028-C51


P - 30
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 1 Ea 7,781.76
a.2 Power amplifier, 1 x 300 watts 6 Ea 4,457.16
a.3 Paging matrix, 2 x 8 zone 1 Ea 24,712.58
a.4 Uninterruptible power supply, 3.0kVA with battery pack 1 Ea 7,425.16
a.5 Mixer 1 Ea 6,232.58
b. Microphone
b.1 Microphone, 8 zone 1 Ea 3,152.58
c. Speaker
c.1 Ceiling mounted speaker, 10W 170 Ea 621.49
c.2 Wall mounted horn speaker, 20W 4 Ea 1,027.38
d. Conduits
d.1 EMT conduits, 25 mm diameter 2,088 m 13.43
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 2,436 m 11.36
f. Volume controller 1 Ea 405.89
g. Monitor unit 1 Ea 1,902.44
h. Network audio adapter 1 Ea 9,964.87

3-16.02.09 CATV System


a. Adjustable amplifier 12 Ea 2,835.84
b. Splitter
b.1 8-Way splitter 12 Ea 568.29
c. Indoor tap-off

Contract No. 028-C51


P - 31
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

c.1 1-Way tap-off 446 Ea 108.98


d. End line terminator 90 Ea 33.94
e. CATV outlet, single gang 378 Ea 127.01
f. Conduit
f.1 EMT conduits, 25 mm diameter 1,674 m 13.43
f.2 PVC conduits, 25 mm diameter 1,004 m 9.81

Contract No. 028-C51


P - 32
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

g. Cable
g.1 RG-6 coaxial cable 3,045 m 7.42
g.2 RG-11 coaxial cable 546 m 10.29
h. CATV/TVB box, flush mounted (600 mm height x 400 mm width x 200 mm depth) 6 Ea 838.44

3-16.03 Instrumentation

3-16.03.01 Monitoring and Control Equipment for Pump Station


a. 32 inch human machine interface (HMI) to be installed in existing O&M building 1 Ea -
b. 21 inch touch screen operator station 2 Ea -
c. Laptop computer as an engineering station 1 Ea -
d. Color laser jet printer 1 Ea -
e. Server for SCADA 1 Ea -

Contract No. 028-C51


P - 33
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 3-00.00


XXX XXX XXX

(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 34
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2)


BUILDINGS

4-16.00 ELECTRICAL WORKS

4-16.01 Power, Lighting and Fire Alarm System

4-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP (bldg. 1) 1 Ea 17,489.92
b. MDP (bldg. 2) 1 Ea 17,489.92
c. PP-HVAC (bldg. 1) 1 Ea 7,846.72
d. PP-HVAC (bldg. 2) 1 Ea 7,846.72
e. PP-G (bldg. 1) 1 Ea 17,539.20
f. PP-G (bldg. 2) 1 Ea 17,357.76
g. PP-F (bldg. 1) 1 Ea 15,453.76
h. PP-F (bldg. 2) 1 Ea 15,453.76
i. PP-S (bldg. 1) 1 Ea 15,285.76

j. PP-S (bldg. 2) 1 Ea 15,285.76


k. LCP (bldg. 1) 1 Ea 17,147.20
l. LCP (bldg. 2) 1 Ea 17,147.20

4-16.01.02 Lighting Fixtures

Contract No. 028-C51


P - 35
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. Type A 299 Ea 472.81


b. Type AA 101 Ea 758.41
c. Type B 116 Ea 283.59
d. Type BB 58 Ea 521.59
e. Type C 68 Ea 306.44
f. Type CC 18 Ea 544.44
g. Type D 36 Ea 244.61
h. Type DD 8 Ea 482.61
i. Type EE 30 Ea 536.88
j. Type F 23 Ea 262.98
k. Type H 18 Ea 404.21
l. Type I 18 Ea 358.85
m. Type J 39 Ea 909.11

4-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 81 Ea 63.54
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 11 Ea 70.68
c. Light switch, 1-way, 1-pole, 3-gang, 20A, 250V, SASO approved 7 Ea 75.07
d. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 4 Ea 77.37
e. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 1 Ea 105.53

Contract No. 028-C51


P - 36
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f. 13A spur unit unswitched type, with 5A fuse and glow lamp 2 Ea 146.41
g. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 3 Ea 160.68

4-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 2 Ea 446.44

4-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 345 Ea 94.28
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 11 Ea 390.84
SASO 2203
c. Duplex receptacle outlet, switched type, weatherproof, 13A, 250V, SASO 2203 38 Ea 373.87
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 73 Ea 502.44

e. Duplex receptacle outlet, switched type, ceiling mounted, 13A, 250V, SASO 2203 23 Ea 83.89

4-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 54 Ea 670.78
b. 30A, 600V, 2 pole, NEMA-4X 5 Ea 1,975.12
c. 30A, 600V, 3 pole, NEMA-12 2 Ea 670.78
d. 100A, 600V, 3 pole, NEMA-4X 6 Ea 3,891.14

4-16.01.07 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 16 mm² (Cu), unarmoured 22 m 34.69
b. 3C x 25 mm² (Cu), unarmoured 29 m 40.09

Contract No. 028-C51


P - 37
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

c. 4C x 25 mm² (Cu), unarmoured 44 m 41.77


d. 4C x 35 mm² (Cu), unarmoured 29 m 54.36
e. 4C x 50 mm² (Cu), unarmoured 154 m 80.62
f. 4C x 150 mm² (Cu), unarmoured 22 m 188.28

4-16.01.08 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 18,251 m 3.93
b. 6 mm² 176 m 5.05

4-16.01.09 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 9,126 m 3.93
b. 6 mm² 88 m 5.05
c. 10 mm² 66 m 7.79
d. 16 mm² 183 m 11.06

Contract No. 028-C51


P - 38
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

e. 35 mm² 22 m 22.83

4-16.01.10 PVC Conduits


a. 20 mm diameter 7,975 m 5.24
b. 25 mm diameter 248 m 8.81
c. 63 mm diameter 60 m 26.07

4-16.01.11 EMT Conduits


a. 20 mm diameter 772 m 10.71

4-16.01.12 Flexible Metallic Conduits


a. 20 mm diameter 794 m 12.39

4-16.01.13 Rigid Galvanized Steel Conduits


a. 63 mm diameter 52 m 134.93
b. 75 mm diameter 140 m 175.91
c. 110 mm diameter 20 m 263.43

4-16.01.14 Metallic Pull Box


a. 500 mm length x 200 mm width x 150 mm depth, NEMA-4X 2 Ea 2,908.87

4-16.01.15 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 98 m 34.69
a.2 50 mm² 212 m 47.16

Contract No. 028-C51


P - 39
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a.3 120 mm² 245 m 90.95


b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 4 m 177.52
b.2 20 mm diameter x 3,000 mm long with inspection pit 8 m 294.12
c. Bare copper tape, 25 mm width x 3 mm thick 238 m 68.44
d. Air terminal, 15 mm diameter x 600 mm long 30 m 265.00

Contract No. 028-C51


P - 40
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-16.01.16 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 4 loops 2 Ea 35,862.40
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 104 Ea 268.13
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 18 Ea 223.05
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 12 Ea 706.05
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 16 Ea 222.10
f. Fire alarm bell, UL listed 14 Ea 226.86
g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm², (Cu) 1,093 m 7.98
g.2 2.5 mm² (Cu) 329 m 10.97

4-16.02 Telecommunication

4-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea 1,769.38
b. 5-way backbone mount frame, 2/10 36 Ea 446.44
c. Krone blocks, LSA-Plus, 2/10 36 Ea 121.64
d. Hinged label holder, 2/10 36 Ea 390.44
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30 m 64.52
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744 m 11.40
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164 m 6.32
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83 Ea 93.41
i. Single line telephone set 83 Ea 932.29

4-16.02.02 Data System

Contract No. 028-C51


P - 41
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. Fiber optic patch panel


a.1 6-ports 4 Ea 2,869.44
a.2 24-ports 1 Ea 3,968.16
a.3 48-ports 1 Ea 6,186.88

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2 Ea 2,069.76
b.2 48-ports 5 Ea 3,144.96
c. Cabinets
c.1 21U rack equipped with fan ventilation 1 Ea 8,944.32
c.2 42U rack equipped with fan ventilation 3 Ea 15,061.76
c.3 12U rack equipped with fan ventilation 2 Ea 4,282.88
d. Distribution switch
d.1 48-ports FO 2 Ea 141,632.96
e. Ethernet switch
e.1 24-ports UTP 2 Ea 32,085.76
e.2 48-ports UTP 5 Ea 46,251.52
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545 m 11.90
g. Uninterruptible power supply, 3.0kVA with battery pack 6 Ea 15,482.88
h. Wireless access point 30 Ea 5,085.36
i. Data outlet
i.1 Wall mounted 74 Ea 127.01
i.2 Floor mounted 62 Ea 698.44
j. Data outlet, ceiling mounted

Contract No. 028-C51


P - 42
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

j.1 Wireless access point 30 Ea 127.01


j.2 IP-CCTV cameras 6 Ea 127.01
j.3 Wireless access point (ACS) 8 Ea 127.01
k. Data outlet, wall mounted
k.1 IP-Clock 32 Ea 127.01
k.2 BMS system 2 Ea 127.01
k.3 Fire alarm control panel 2 Ea 127.01
l. Conduits
l.1 EMT conduits, 25 mm diameter 236 m 13.43
l.2 PVC conduits, 25 mm diameter 359 m 9.81
m. Color laser printer 1 Ea 6,232.58

4-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 30 m 558.44
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 300 m 131.49
c. Cable trunking
c.1 200 mm width x 75 mm depth 26 m 119.73
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 4 Ea 478.02
e. Utility box 197 Ea 12.59
f. Conduits
f.1 PVC conduits, 50 mm diameter 96 m 23.34

4-16.02.04 Telecommunication Grounding System

Contract No. 028-C51


P - 43
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea 179.76


b. Clamp ground, 16 mm LG clamp, bolted 6 Ea 41.61
c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea 558.44
d. Bare copper grounding conductor, 120 mm² 114 m 87.16
e. Ground wire, 16 mm², insulated copper wire (green) 420 m 13.71
f. Connector terminal lug, 14 mm² 24 Ea 5.00
g. Connector terminal lug, 120 mm² 60 Ea 22.67

4-16.02.05 Access Control System


a. Access control workstation including printer 2 Ea 27,905.92
b. Wireless access point 8 Ea 4,366.44
c. Smart RFID door handle
c.1 Single door assembly 56 Ea 3,081.46
c.2 Double door assembly 6 Ea 5,688.26
d. Online controller 2 Ea 30,412.48
e. Door manager 2 Ea 9,834.72
f. RFID card reader 6 Ea 9,754.98

4-16.02.06 CCTV System


a. Monitoring workstation with video management software 2 Ea 15,368.64
b. Centralized network video recorder 2 Ea 66,172.18
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6 Ea 14,613.20

Contract No. 028-C51


P - 44
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

c.2 Outdoor, fixed IP-camera, wall mounted 8 Ea 6,166.28

4-16.02.07 Clock System


a. Master clock 2 Ea 24,379.04
b. Wall mounted IP-clock
b.1 Double face 6 Ea 4,775.24
b.2 Single face 26 Ea 3,002.28
214,336.34
4-16.02.08 Public Address System
a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 2 Ea 7,600.32
a.2 Power amplifier, 1 x 100 watts 6 Ea 4,584.16
a.3 Paging matrix, 2 x 8 zone 2 Ea 25,184.32
a.4 Uninterruptible power supply, 3.0kVA with battery pack 2 Ea 7,552.16
a.5 Mixer 2 Ea 6,432.16
b. Microphone
b.1 Microphone, 8 zone 2 Ea 3,261.44
c. Speaker
c.1 Ceiling mounted horn speaker, 5W 47 Ea 621.49
d. Conduits
d.1 EMT conduits, 25 mm diameter 168 m 13.43
d.2 PVC conduits, 25 mm diameter 68 m 9.81
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 758 m 11.36
f. Volume controller 8 Ea 405.89
g. Monitor unit 2 Ea 1,902.44

Contract No. 028-C51


P - 45
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

h. Network audio adapter 2 Ea 9,928.58

4-16.02.09 CATV System


a. Adjustable amplifier (40 dB) 2 Ea 3,017.28
b. Splitter
b.1 4-Way splitter 2 Ea 568.29
c. Indoor tap-off
c.1 1-Way tap-off 15 Ea 108.98
d. End line terminator 7 Ea 33.94
e. CATV outlet, single gang 15 Ea 127.01
f. Conduit
f.1 EMT conduits, 25 mm diameter 175 m 13.43
g. Cable
g.1 RG-6 coaxial cable 180 m 8.33
g.2 RG-11 coaxial cable 111 m 10.29
h. CATV/TVB box, flush mounted (400 mm height x 400 mm width x 200 mm depth) 2 Ea 838.44

4-16.02.10 Audio/Visual System


a. Inter-active white board 20 Ea 25,058.88
b. Ultra short throw multi-media projector 23 Ea 7,082.88
c. Speakers 46 Ea 912.58
d. Computer sets 23 Ea 7,985.16
e. Motorized projection screen 3 Ea 8,112.16
f. Speaker cable, 2.5 mm², shielded, 1 pair 913 m 11.36

Contract No. 028-C51


P - 46
FORM OF PROPOSAL BIDDER : __________________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : __________________________________
SIGNATURE : __________________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

g. Data outlet
g.1 Wall mounted 23 Ea 127.01
g.2 Floor mounted 23 Ea 127.01

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 4-00.00


XXX XXX XXX

(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 47
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 48
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 49
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

1,104,222.34

11,571,685.39

4,525,883.92

Contract No. 028-C51


P - 50
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

17,201,791.65

Contract No. 028-C51


P - 51
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 52
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 53
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

3,861.32
-
28,327.04
1,845.80
5,270.94

39,305.10

50,912.29

100,563.24

Contract No. 028-C51


P - 54
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

20,325.30

10,370.78

67,122.41

1,341.76
105,404.00

Contract No. 028-C51


P - 55
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

135,844.80

15,500.40
436,147.20

Contract No. 028-C51


P - 56
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

8,222.24
6,688.75

250.65
1,109.79

719.04

7,249.44

Contract No. 028-C51


P - 57
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

19,350.42

5,355.42

69,807.06

281.75

2,360.40

Contract No. 028-C51


P - 58
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

39,295.20

1,104,222.34

Contract No. 028-C51


P - 59
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

71,814.40
38,123.68
14,555.52
17,734.08
26,134.08
14,374.08
27,814.08
16,054.08
4,925.76
5,261.76
3,452.96
23,581.60
23,581.60
29,321.60
30,525.60
5,261.76

Contract No. 028-C51


P - 60
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

6,040.16
5,967.36
25,468.80
24,740.80
74,099.20
10,820.32
5,558.56
5,575.36
29,321.60
24,729.60

Contract No. 028-C51


P - 61
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

4,329.92

159,839.26
200,006.40
20,395.45
172,095.30
483,716.61
261,484.47
9,974.07
37,057.79
243.27
36,576.52
1,978.40
1,465.20
58,239.20
14,112.49
7,890.15
16,298.58
15,618.04
136,898.76
87,892.20
100,383.04
123,645.60
70,148.80

Contract No. 028-C51


P - 62
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

8,782.74

37,697.15
18,279.96
25,296.00

1,974.00
421.30
2,430.18
254.69
5,918.40
14,006.96

4,849.24

168,668.24
77,785.62

4,761.90

1,292.70
29,838.78

Contract No. 028-C51


P - 63
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

277,032.14
7,900.48
6,037.02
1,871.62
9,789.40

15,328.32

11,290.72

2,018.75
6,457.46
8,918.10
25,139.40
26,145.77
1,062.60
11,090.17

Contract No. 028-C51


P - 64
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

1,825.65

16,644.15

31,682.00

568,333.02
55,167.98

298,102.29
487.90
474.58
9,087.82

Contract No. 028-C51


P - 65
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

121.94
1,118.67
1,158.30
2,865.80

317,872.65
3,945.60
40,094.12

231,567.21
2,321.55

36,419.52

56,359.42
50,886.90
11,980.70

Contract No. 028-C51


P - 66
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

1,769.19
22,636.80
36,470.95

4,025.40
1,690.15
5,222.82
35,862.56
9,540.00

70,331.52
222,547.90
892.20

11,386.40

10,882.90

Contract No. 028-C51


P - 67
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

12,171.36

63,568.68
31,988.52

10,616.28
2,678.64
3,649.20
11,713.20
8,516.64
34,650.00
836.60
8,406.90
83,906.10

14,347.20
3,968.16

75,479.04

Contract No. 028-C51


P - 68
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

104,065.92

141,814.40

1,108,101.12
575,936.20

Contract No. 028-C51


P - 69
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

136,207.74
274,609.44

65,537.16
1,785.76

6,798.06
6,798.06
6,672.17

6,798.06
125.89
125.89

18,533.40
18,697.76
6,232.58

3,909.08

19,197.54

17,480.58
856.58

Contract No. 028-C51


P - 70
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

12,409.95

5,601.60

359.52

Contract No. 028-C51


P - 71
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

83.22
3,350.64
9,936.24
9,377.64
240.00
2,720.40

25,665.92
231,421.32

1,254,154.22
73,947.38
63,911.68
59,008.32
130,789.62

15,368.64
67,485.60

188,027.84
86,719.92
59,462.64
74,137.76

Contract No. 028-C51


P - 72
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

24,267.04

230,604.29
26,718.39

Contract No. 028-C51


P - 73
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

7,781.76
26,742.96
24,712.58
7,425.16
6,232.58

3,152.58

105,653.30
4,109.52

28,041.84

27,672.96
405.89
1,902.44
9,964.87

34,030.08

6,819.48

Contract No. 028-C51


P - 74
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

48,605.08
3,054.60
48,009.78

22,481.82
9,849.24

Contract No. 028-C51


P - 75
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

22,593.90
5,618.34
5,030.64

-
-
-
-
-

Contract No. 028-C51


P - 76
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

11,571,685.39

Contract No. 028-C51


P - 77
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

17,489.92
17,489.92
7,846.72
7,846.72
17,539.20
17,357.76
15,453.76
15,453.76
15,285.76

15,285.76
17,147.20
17,147.20

Contract No. 028-C51


P - 78
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

141,370.19
76,599.41
32,896.44
30,252.22
20,837.92
9,799.92
8,805.96
3,860.88
16,106.40
6,048.54
7,275.78
6,459.30
35,455.29

5,146.74
777.48
525.49
309.48
105.53

Contract No. 028-C51


P - 79
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

292.82
482.04

892.88

32,526.60
4,299.24

14,207.06
36,678.12

1,929.47

36,222.12
9,875.60
1,341.56
23,346.84

763.18
1,162.61

Contract No. 028-C51


P - 80
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

1,837.88
1,576.44
12,415.48
4,142.16

71,726.43
888.80

35,865.18
444.40
514.14
2,023.98

Contract No. 028-C51


P - 81
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

502.26

41,789.00
2,184.88
1,564.20

8,268.12

9,837.66

7,016.36
24,627.40
5,268.60

5,817.74

3,399.62
9,997.92

Contract No. 028-C51


P - 82
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

22,282.75

710.08
2,352.96
16,288.72
7,950.00

Contract No. 028-C51


P - 83
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

71,724.80
27,885.52
4,014.90
8,472.60

3,553.60
3,176.04

8,722.14
3,609.13

10,616.28
16,071.84
4,379.04
14,055.84
1,935.60
19,881.60
1,036.48
7,753.03
77,380.07

Contract No. 028-C51


P - 84
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

11,477.76
3,968.16
6,186.88

4,139.52
15,724.80

8,944.32
45,185.28
8,565.76

283,265.92

64,171.52
231,257.60
65,985.50
92,897.28
152,560.80

9,398.74
43,303.28

Contract No. 028-C51


P - 85
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

3,810.30
762.06
1,016.08

4,064.32
254.02
254.02

3,169.48
3,521.79
6,232.58

16,753.20

39,447.00

3,112.98
1,912.08
2,480.23

2,240.64

Contract No. 028-C51


P - 86
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

359.52
249.66
3,350.64
9,936.24
5,758.20
120.00
1,360.20

55,811.84
34,931.52

172,561.76
34,129.56
60,824.96
19,669.44
58,529.88

30,737.28
132,344.36

87,679.20

Contract No. 028-C51


P - 87
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

49,330.24

48,758.08

28,651.44
78,059.28

15,200.64
27,504.96
50,368.64
15,104.32
12,864.32

6,522.88

29,210.03

2,256.24
667.08

8,610.88
3,247.12
3,804.88

Contract No. 028-C51


P - 88
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

19,857.16

6,034.56

1,136.58

1,634.70
237.58
1,905.15

2,350.25

1,499.40
1,142.19
1,676.88

501,177.60
162,906.24
41,978.68
183,658.68
24,336.48
10,371.68

Contract No. 028-C51


P - 89
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

2,921.23
2,921.23

4,525,883.92

Contract No. 028-C51


P - 90
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)

ABBREVIATIONS

Ea - Each

LS - Lump Sum

m - Linear Meter (s)

m² - Square Meter (s)

m³ - Cubic Meter (s)

Mh - Man-hour (s)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS XXX

2-00.00 SITE DEVELOPMENT XXX

3-00.00 SIX-STOREY STUDENT DORMITORY XXX

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) XXX
BUILDINGS

Contract No. 028-C51


P-5
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE XXX

1-00.00 GENERAL ITEMS

1-01.00 Mobilization and Demobilization*


1-01.01 Mobilization - (60%) XXX
1-01.02 Demobilization - (40%) XXX

1-02.00 Royal Commission Manual Camp Accommodation Costs XXX


(Equivalent to a total number of ____________ camp man-days)
(Category III, IV and V)

1-03.00 Instruction and Familiarization of Royal Commission Operations and Maintenance 150
Personnel

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 1-00.00


XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Note: * The mobilization and demobilization payments shall not exceed 10% of the total prices for pay items 2-00.00 to 4-00.00

Contract No. 028-C51


P-6
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
2-00.00 SITE DEVELOPMENT

2-01.00 SITE PREPARATION AND EARTHWORKS

2-01.01 Earthworks
a. Excavation 1,385
b. Imported fill 5,041

2-01.02 Trial Trenches/Excavations 500

2-01.03 Demolition Works


a. Asphalt pavement (up to base course) including curbs 555
b. Potable water line 308
c. Sanitary wastewater line (force main) 97
d. Lift station 52
e. Stabilization tank and appurtances 230
f. Existing structures 217
g. Irrigation water line 182
h. Irrigation solenoid valve 2
i. Trees 16
j. Telecom duct bank 74
k. Multi-purpose hall building 739
l. Substation 2
m. Lighting poles 5
n. LV cables 258

2-06.00 ELECTRICAL POWER DISTRIBUTION SYSTEM

2-06.01 Unit Substations

2-06.01.01 Ring Main Units


a. 13.8kV, SF6 insulated, 3-Way 1

2-06.01.02 Unit Transformers


a. 1,000kVA 1

2-06.01.03 Block Wall Enclosure for Substation Including Steel Gate


a. Concrete masonry (CMU) block wall with reinforced concrete foundations, beams 10
and columns including paint on cement plaster
b. Double leaf swing steel gate (4,700 mm length x 2,400 mm height) 1

2-06.02 Power Distribution Panels, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-4X


a. ILVMCCB-11A, 2,500AT/2,500AF ACB, pad mounted 1

2-06.03 15kV, XLPE Insulated/PVC Sheathed Cables


a. 3C x 50 mm² (Cu), unarmoured 8
b. 1C x 500 mm² (Cu), AWA 325

Contract No. 028-C51


P-7
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
2-06.04 600/1,000V, XLPE Insulated/PVC Sheathed Cables
a. 4C x 185 mm² (Cu), SWA 416
b. 1C x 630 mm² (Cu), unarmoured 60
c. 1C x 630 mm² (Cu), AWA 1,440

2-06.05 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 70 mm² 208
b. 95 mm² 125

2-06.06 Grounding System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 9
a.2 70 mm² 19
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 2,400 mm long 4

2-06.07 Reinforced Concrete Encased Duct Bank


a. MV duct bank
a.1 1.14 m x 0.50 m with 2 nos. of 160 mm diameter uPVC duct 8

2-07.00 AREA/STREET LIGHTING SYSTEM

2-07.01 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), unarmoured 933

2-07.02 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 6 mm² 933

2-07.03 PVC Conduits


a. 75 mm diameter 933

2-07.04 Grounding System


a. Bare copper grounding conductor, tinned
a.1 10 mm² 23
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 1,500 mm long 15

2-07.05 Area/Street Lighting Luminaires


a. Type CC 15

Contract No. 028-C51


P-8
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 2-00.00


XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

3-00.00 SIX-STOREY STUDENT DORMITORY

3-16.00 ELECTRICAL WORKS

3-16.01 Power, Lighting and Fire Alarm System

3-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP-1 1
b. MDP-2 1
c. DP-G1 1
d. DP-G2 1
e. DP-21 1
f. DP-22 1
g. DP-41 1
h. DP-42 1
i. PP-G1 1
j. PP-G2 1
k. PP-G3 1
l. PP-(11, 21, 31, 41, 51) 5
m. PP-(12, 22, 32, 42, 52) 5
n. PP-(13, 23, 33, 43, 53) 5
o. PP-(14, 24, 34, 44, 54) 5
p. WHP-G1 1
q. FCP-G1 1
r. FCP-G2 1
s. WHP-(11, 21, 31, 41, 51) 5
t. WHP-(12, 22, 32, 42, 52) 5
u. FCP-(11, 12, 21, 22, 31, 32, 41, 42, 51, 52) 10
v. MECH-R1 1
w. LCP-G1 1
x. LCP-G2 1
y. LCP-(11, 21, 31, 41, 51) 5
z. LCP-(12, 22, 32, 42, 52) 5

aa. LCP-R1 1

3-16.01.02 Lighting Fixtures


a. Type A 413
b. Type B 320
c. Type C 41
d. Type D 234
e. Type E 1,053

Contract No. 028-C51


P-9
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
f. Type F 351
g. Type G 41
h. Type H 77
i. Type I 1
j. Type J 76
k. Type K 4
l. Type L 2
m. Type M 215
n. Type N 49
o. Type O 15
p. Type P 34
q. Type Q 53
r. Type R 257
s. Type S 165
t. Type T 368
u. Type U 260
v. Type V 160
w. Type W 18

3-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 755
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 347
c. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 400

d. Light switch, 3-way, 1-pole, 2-gang, 20A, 250V, SASO approved 25


e. Light switch, 3-way, 1-pole, 3-gang, 20A, 250V, SASO approved 5
f. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 23
g. OLS (sets of combination switches) 1
h. Double pole glow switch "D" with flex outlet, 20A, 250V, SASO approved 54
i. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 88

3-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 11

3-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 2,066
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, SASO 209
2203
c. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), weatherproof, 10
13A, 250V, SASO 2203
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 3
e. Single special purpose outlet, 20A, 250V, 1-phase 163

3-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 413
b. 30A, 600V, 2 pole, NEMA-4X 4
c. 30A, 600V, 3 pole, NEMA-12 9
d. 60A, 600V, 3 pole, NEMA-12 2
e. 60A, 600V, 3 pole, NEMA-4X 4

Contract No. 028-C51


P - 10
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)

3-16.01.07 Transformer for Fire Smoke Dampers


a. 500VA, 230/24V, 1 phase, 60Hz 6

3-16.01.08 Uninterruptible Power Supply


a. 1kVA, 1-phase, 3-wires, 230V, 60Hz, NEMA-12 1

3-16.01.09 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), SWA 85
b. 4C x 25 mm² (Cu), SWA 134
c. 3C x 35 mm² (Cu), SWA 162
d. 4C x 35 mm² (Cu), SWA 390
e. 4C x 50 mm² (Cu), SWA 311
f. 4C x 95 mm² (Cu), SWA 7
g. 4C x 150 mm² (Cu), SWA 49
h. 4C x 185 mm² (Cu), SWA 5
i. 4C x 240 mm² (Cu), SWA 45
j. 4C x 300 mm² (Cu), SWA 70

3-16.01.10 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 144,614
b. 10 mm² 7,091

3-16.01.11 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 75,853
b. 6 mm² 85
c. 10 mm² 61
d. 16 mm² 934
e. 25 mm² 7
f. 35 mm² 49
g. 50 mm² 45
h. 70 mm² 70

3-16.01.12 PVC Conduits


a. 20 mm diameter 53,245
b. 25 mm diameter 480
c. 32 mm diameter 3,223

3-16.01.13 EMT Conduits


a. 20 mm diameter 19,809
b. 50 mm diameter 77

3-16.01.14 Flexible Metallic Conduits


a. 20 mm diameter 2,572

3-16.01.15 Rigid Galvanized Steel Conduits


a. 50 mm diameter 622

Contract No. 028-C51


P - 11
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
b. 75 mm diameter 282
c. 100 mm diameter 46

3-16.01.16 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 51
a.2 50 mm² 480
a.3 120 mm² 401
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 20
b.2 20 mm diameter x 3,000 mm long with inspection pit 5
c. Grounding busbar, 800 mm length x 90 mm width x 10 mm thick 6
d. Bare copper tape, 25 mm width x 3 mm thick 524
e. Air terminal, 15 mm diameter x 600 mm long 36

3-16.01.17 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 10 loops 1
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 830
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 4
d. Addressable air duct smoke detector with remote LED indicator, photoelectric type, 16
UL listed
e. Addressable manual fire alarm pull station, UL listed 49

f. Fire alarm bell, UL listed 48


g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm² (Cu) 7,966
g.2 2.5 mm² (Cu) 2,916

3-16.02 Telecommunication

3-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6
b. 5-way backbone mount frame, 2/10 6
c. Krone blocks, LSA-Plus, 2/10 30
d. Hinged label holder, 2/10 30
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 132
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 3,465
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 178
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 90
i. Single line telephone set 90

3-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 5
a.2 24-ports 1
b. RJ-45 patch panel, Cat. 6, UTP
b.1 48-ports 24
c. Cabinets
c.1 42U rack equipped with fan ventilation 6

Contract No. 028-C51


P - 12
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
d. Distribution switch
d.1 48-ports FO 1
e. Ethernet switch
e.1 48-ports UTP 24
f. Unshielded twisted pair (UTP) cable, Cat. 6 48,398

g. Uninterruptible power supply, 5.0kVA with battery pack 6


h. Wireless access point 54
i. Data outlet
i.1 Wall mounted 516
i.2 Floor mounted 4
j. Data outlet, ceiling mounted
j.1 Wireless access point 54
j.2 IP-CCTV cameras 54
j.3 Wireless access point (ACS) 53
k. Data outlet, wall mounted
k.1 IP-Clock 54
k.2 BMS system 1
k.3 Fire alarm control panel 1
l. Conduits
l.1 EMT conduits, 25 mm diameter 1,380
l.2 PVC conduits, 25 mm diameter 2,192
m. Color laser printer 1

3-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 7
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 146
c. Cable trunking
c.1 200 mm width x 75 mm depth 146
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 1
e. Utility box 1,115
f. Conduits
f.1 PVC conduits, 50 mm diameter 240

3-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2

b. Clamp ground, 16 mm LG clamp, bolted 2


c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6
d. Bare copper grounding conductor, 120 mm² 114
e. Ground wire, 16 mm², insulated copper wire (green) 684
f. Connector terminal lug, 14 mm² 48
g. Connector terminal lug, 120 mm² 120

3-16.02.05 Access Control System


a. Access control workstation including printer 1
b. Wireless access point 53

Contract No. 028-C51


P - 13
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
c. Smart RFID door handle
c.1 Single door assembly 407
c.2 Double door assembly 13
d. Online controller 2
e. Door manager 6
f. RFID card reader 13

3-16.02.06 CCTV System


a. Monitoring workstation with video management software 1
b. Centralized network video recorder 1
c. Cameras
c.1 Indoor, fixed dome IP-camera, ceiling mounted 44
c.2 Outdoor, fixed IP-camera, wall mounted 14
c.3 Indoor, panoramic IP-camera, ceiling mounted 6
c.4 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 4

3-16.02.07 Clock System


a. Master clock 1
b. Wall mounted IP-clock
b.1 Double face 49
b.2 Single face 9

3-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 1
a.2 Power amplifier, 1 x 300 watts 6
a.3 Paging matrix, 2 x 8 zone 1
a.4 Uninterruptible power supply, 3.0kVA with battery pack 1
a.5 Mixer 1
b. Microphone
b.1 Microphone, 8 zone 1
c. Speaker
c.1 Ceiling mounted speaker, 10W 170
c.2 Wall mounted horn speaker, 20W 4
d. Conduits
d.1 EMT conduits, 25 mm diameter 2,088
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 2,436
f. Volume controller 1
g. Monitor unit 1
h. Network audio adapter 1

3-16.02.09 CATV System


a. Adjustable amplifier 12
b. Splitter
b.1 8-Way splitter 12
c. Indoor tap-off
c.1 1-Way tap-off 446
d. End line terminator 90

Contract No. 028-C51


P - 14
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
e. CATV outlet, single gang 378
f. Conduit
f.1 EMT conduits, 25 mm diameter 1,674
f.2 PVC conduits, 25 mm diameter 1,004

g. Cable
g.1 RG-6 coaxial cable 3,045
g.2 RG-11 coaxial cable 546
h. CATV/TVB box, flush mounted (600 mm height x 400 mm width x 200 mm depth) 6

3-16.03 Instrumentation

3-16.03.01 Monitoring and Control Equipment for Pump Station


a. 32 inch human machine interface (HMI) to be installed in existing O&M building 1
b. 21 inch touch screen operator station 2
c. Laptop computer as an engineering station 1
d. Color laser jet printer 1
e. Server for SCADA 1

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 3-00.00


XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2)


BUILDINGS

4-16.00 ELECTRICAL WORKS

4-16.01 Power, Lighting and Fire Alarm System

4-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP (bldg. 1) 1
b. MDP (bldg. 2) 1

Contract No. 028-C51


P - 15
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
c. PP-HVAC (bldg. 1) 1
d. PP-HVAC (bldg. 2) 1
e. PP-G (bldg. 1) 1
f. PP-G (bldg. 2) 1
g. PP-F (bldg. 1) 1
h. PP-F (bldg. 2) 1
i. PP-S (bldg. 1) 1

j. PP-S (bldg. 2) 1
k. LCP (bldg. 1) 1
l. LCP (bldg. 2) 1

4-16.01.02 Lighting Fixtures


a. Type A 299
b. Type AA 101
c. Type B 116
d. Type BB 58
e. Type C 68
f. Type CC 18
g. Type D 36
h. Type DD 8
i. Type EE 30
j. Type F 23
k. Type H 18
l. Type I 18
m. Type J 39

4-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 81
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 11
c. Light switch, 1-way, 1-pole, 3-gang, 20A, 250V, SASO approved 7
d. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 4
e. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 1
f. 13A spur unit unswitched type, with 5A fuse and glow lamp 2
g. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 3

4-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 2

4-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 345
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, SASO 11
2203
c. Duplex receptacle outlet, switched type, weatherproof, 13A, 250V, SASO 2203 38
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 73
e. Duplex receptacle outlet, switched type, ceiling mounted, 13A, 250V, SASO 2203 23

Contract No. 028-C51


P - 16
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
4-16.01.06 Disconnect Switches, Non-Fusible Type
a. 30A, 600V, 2 pole, NEMA-12 54
b. 30A, 600V, 2 pole, NEMA-4X 5
c. 30A, 600V, 3 pole, NEMA-12 2
d. 100A, 600V, 3 pole, NEMA-4X 6

4-16.01.07 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 16 mm² (Cu), unarmoured 22
b. 3C x 25 mm² (Cu), unarmoured 29
c. 4C x 25 mm² (Cu), unarmoured 44
d. 4C x 35 mm² (Cu), unarmoured 29
e. 4C x 50 mm² (Cu), unarmoured 154
f. 4C x 150 mm² (Cu), unarmoured 22

4-16.01.08 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 18,251
b. 6 mm² 176

4-16.01.09 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 9,126
b. 6 mm² 88
c. 10 mm² 66
d. 16 mm² 183

e. 35 mm² 22

4-16.01.10 PVC Conduits


a. 20 mm diameter 7,975
b. 25 mm diameter 248
c. 63 mm diameter 60

4-16.01.11 EMT Conduits


a. 20 mm diameter 772

4-16.01.12 Flexible Metallic Conduits


a. 20 mm diameter 794

4-16.01.13 Rigid Galvanized Steel Conduits


a. 63 mm diameter 52
b. 75 mm diameter 140
c. 110 mm diameter 20

4-16.01.14 Metallic Pull Box


a. 500 mm length x 200 mm width x 150 mm depth, NEMA-4X 2

4-16.01.15 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 98
a.2 50 mm² 212

Contract No. 028-C51


P - 17
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
a.3 120 mm² 245
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 4
b.2 20 mm diameter x 3,000 mm long with inspection pit 8
c. Bare copper tape, 25 mm width x 3 mm thick 238
d. Air terminal, 15 mm diameter x 600 mm long 30

4-16.01.16 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 4 loops 2
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 104
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 18
d. Addressable air duct smoke detector with remote LED indicator, photoelectric type, 12
UL listed
e. Addressable manual fire alarm pull station, UL listed 16
f. Fire alarm bell, UL listed 14
g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm², (Cu) 1,093
g.2 2.5 mm² (Cu) 329

4-16.02 Telecommunication

4-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6
b. 5-way backbone mount frame, 2/10 36
c. Krone blocks, LSA-Plus, 2/10 36
d. Hinged label holder, 2/10 36
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83
i. Single line telephone set 83

4-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 4
a.2 24-ports 1
a.3 48-ports 1

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2
b.2 48-ports 5
c. Cabinets
c.1 21U rack equipped with fan ventilation 1
c.2 42U rack equipped with fan ventilation 3
c.3 12U rack equipped with fan ventilation 2
d. Distribution switch
d.1 48-ports FO 2

Contract No. 028-C51


P - 18
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
e. Ethernet switch
e.1 24-ports UTP 2
e.2 48-ports UTP 5
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545
g. Uninterruptible power supply, 3.0kVA with battery pack 6
h. Wireless access point 30
i. Data outlet
i.1 Wall mounted 74
i.2 Floor mounted 62
j. Data outlet, ceiling mounted
j.1 Wireless access point 30
j.2 IP-CCTV cameras 6
j.3 Wireless access point (ACS) 8
k. Data outlet, wall mounted
k.1 IP-Clock 32
k.2 BMS system 2
k.3 Fire alarm control panel 2
l. Conduits
l.1 EMT conduits, 25 mm diameter 236
l.2 PVC conduits, 25 mm diameter 359
m. Color laser printer 1

4-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 30
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 300
c. Cable trunking
c.1 200 mm width x 75 mm depth 26
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 4
e. Utility box 197
f. Conduits
f.1 PVC conduits, 50 mm diameter 96

4-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2
b. Clamp ground, 16 mm LG clamp, bolted 6
c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6
d. Bare copper grounding conductor, 120 mm² 114
e. Ground wire, 16 mm², insulated copper wire (green) 420
f. Connector terminal lug, 14 mm² 24
g. Connector terminal lug, 120 mm² 60

4-16.02.05 Access Control System


a. Access control workstation including printer 2
b. Wireless access point 8
c. Smart RFID door handle
c.1 Single door assembly 56
c.2 Double door assembly 6

Contract No. 028-C51


P - 19
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
d. Online controller 2
e. Door manager 2

Contract No. 028-C51


P - 20
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
f. RFID card reader 6

4-16.02.06 CCTV System


a. Monitoring workstation with video management software 2
b. Centralized network video recorder 2
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6
c.2 Outdoor, fixed IP-camera, wall mounted 8

4-16.02.07 Clock System


a. Master clock 2
b. Wall mounted IP-clock
b.1 Double face 6
b.2 Single face 26

4-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 2
a.2 Power amplifier, 1 x 100 watts 6
a.3 Paging matrix, 2 x 8 zone 2
a.4 Uninterruptible power supply, 3.0kVA with battery pack 2
a.5 Mixer 2
b. Microphone
b.1 Microphone, 8 zone 2
c. Speaker
c.1 Ceiling mounted horn speaker, 5W 47
d. Conduits
d.1 EMT conduits, 25 mm diameter 168
d.2 PVC conduits, 25 mm diameter 68
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 758
f. Volume controller 8
g. Monitor unit 2

h. Network audio adapter 2

4-16.02.09 CATV System


a. Adjustable amplifier (40 dB) 2
b. Splitter
b.1 4-Way splitter 2
c. Indoor tap-off
c.1 1-Way tap-off 15
d. End line terminator 7
e. CATV outlet, single gang 15
f. Conduit
f.1 EMT conduits, 25 mm diameter 175

Contract No. 028-C51


P - 21
FORM OF PROPOSAL BIDDER
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES
SIGNATURE
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM
QUANTITY
Article 2.03)
g. Cable
g.1 RG-6 coaxial cable 180
g.2 RG-11 coaxial cable 111
h. CATV/TVB box, flush mounted (400 mm height x 400 mm width x 200 mm depth) 2

4-16.02.10 Audio/Visual System


a. Inter-active white board 20
b. Ultra short throw multi-media projector 23
c. Speakers 46
d. Computer sets 23
e. Motorized projection screen 3
f. Speaker cable, 2.5 mm², shielded, 1 pair 913
g. Data outlet
g.1 Wall mounted 23
g.2 Floor mounted 23

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 4-00.00


XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 22
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

XXX XXX

XXX XXX

XXX XXX

XXX XXX

Contract No. 028-C51


P - 23
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

XXX XXX

LS XXX
LS XXX

LS XXX

Mh

XXX XXX

d 10% of the total prices for pay items 2-00.00 to 4-00.00

Contract No. 028-C51


P - 24
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

m³ 0.00
m³ 0.00

m 0.00

m² 0.00
m 0.00
m 0.00
m² 0.00
m² 0.00
m² 0.00
m 0.00
Ea 0.00
Ea 0.00
m 52.18 3,861.32
m² 0.00 0.00
Ea 14,163.52 28,327.04
Ea 369.16 1,845.80
m 20.43 5,270.94

Ea 50,912.29 50,912.29

Ea 100,563.24 100,563.24

m 2,032.53 20,325.30

Ea 10,370.78 10,370.78

Ea 67,122.41 67,122.41

m 167.72 1,341.76
m 324.32 105,404.00

Contract No. 028-C51


P - 25
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

m 326.55 135,844.80
m 258.34 15,500.40
m 302.88 436,147.20

m 39.53 8,222.24
m 53.51 6,688.75

m 27.85 250.65
m 58.41 1,109.79

Ea 179.76 719.04

m 906.18 7,249.44

m 20.74 19,350.42

m 5.74 5,355.42

m 74.82 69,807.06

m 12.25 281.75

Ea 157.36 2,360.40

Ea 2,619.68 39,295.20

Contract No. 028-C51


P - 26
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

XXX XXX 1,143,527.44

Ea 71,814.40 71,814.40
Ea 38,123.68 38,123.68
Ea 14,555.52 14,555.52
Ea 17,734.08 17,734.08
Ea 26,134.08 26,134.08
Ea 14,374.08 14,374.08
Ea 27,814.08 27,814.08
Ea 16,054.08 16,054.08
Ea 4,925.76 4,925.76
Ea 5,261.76 5,261.76
Ea 3,452.96 3,452.96
Ea 4,716.32 23,581.60
Ea 4,716.32 23,581.60
Ea 5,864.32 29,321.60
Ea 6,105.12 30,525.60
Ea 5,261.76 5,261.76
Ea 6,040.16 6,040.16
Ea 5,967.36 5,967.36
Ea 5,093.76 25,468.80
Ea 4,948.16 24,740.80
Ea 7,409.92 74,099.20
Ea 10,820.32 10,820.32
Ea 5,558.56 5,558.56
Ea 5,575.36 5,575.36
Ea 5,864.32 29,321.60
Ea 4,945.92 24,729.60

Ea 4,329.92 4,329.92

Ea 387.02 159,839.26
Ea 625.02 200,006.40
Ea 497.45 20,395.45
Ea 735.45 172,095.30
Ea 459.37 483,716.61

Contract No. 028-C51


P - 27
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 744.97 261,484.47
Ea 243.27 9,974.07
Ea 481.27 37,057.79
Ea 243.27 243.27
Ea 481.27 36,576.52
Ea 494.60 1,978.40
Ea 732.60 1,465.20
Ea 270.88 58,239.20
Ea 288.01 14,112.49
Ea 526.01 7,890.15
Ea 479.37 16,298.58
Ea 294.68 15,618.04
Ea 532.68 136,898.76
Ea 532.68 87,892.20
Ea 272.78 100,383.04
Ea 475.56 123,645.60
Ea 438.43 70,148.80
Ea 487.93 8,782.74

Ea 49.93 37,697.15
Ea 52.68 18,279.96
Ea 63.24 25,296.00

Ea 78.96 1,974.00
Ea 84.26 421.30
Ea 105.66 2,430.18
Ea 254.69 254.69
Ea 109.60 5,918.40
Ea 159.17 14,006.96

Ea 440.84 4,849.24

Ea 81.64 168,668.24
Ea 372.18 77,785.62

Ea 476.19 4,761.90

Ea 430.90 1,292.70
Ea 183.06 29,838.78

Ea 670.78 277,032.14
Ea 1,975.12 7,900.48
Ea 670.78 6,037.02
Ea 935.81 1,871.62
Ea 2,447.35 9,789.40

Contract No. 028-C51


P - 28
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 2,554.72 15,328.32

Ea 11,290.72 11,290.72

m 23.75 2,018.75
m 48.19 6,457.46
m 55.05 8,918.10
m 64.46 25,139.40
m 84.07 26,145.77
m 151.80 1,062.60
m 226.33 11,090.17
m 365.13 1,825.65
m 369.87 16,644.15
m 452.60 31,682.00

m 3.93 568,333.02
m 7.78 55,167.98

m 3.93 298,102.29
m 5.74 487.90
m 7.78 474.58
m 9.73 9,087.82
m 17.42 121.94
m 22.83 1,118.67
m 25.74 1,158.30
m 40.94 2,865.80

m 5.97 317,872.65
m 8.22 3,945.60
m 12.44 40,094.12

m 11.69 231,567.21
m 30.15 2,321.55

m 14.16 36,419.52

m 90.61 56,359.42

Contract No. 028-C51


P - 29
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

m 180.45 50,886.90
m 260.45 11,980.70

m 34.69 1,769.19
m 47.16 22,636.80
m 90.95 36,470.95

Ea 201.27 4,025.40
Ea 338.03 1,690.15
Ea 870.47 5,222.82
m 68.44 35,862.56
Ea 265.00 9,540.00

Ea 70,331.52 70,331.52
Ea 268.13 222,547.90
Ea 223.05 892.20
Ea 711.65 11,386.40

Ea 222.10 10,882.90

Ea 253.57 12,171.36

m 7.98 63,568.68
m 10.97 31,988.52

Ea 1,769.38 10,616.28
Ea 446.44 2,678.64
Ea 121.64 3,649.20
Ea 390.44 11,713.20
m 64.52 8,516.64
m 10.00 34,650.00
m 4.70 836.60
Ea 93.41 8,406.90
Ea 932.29 83,906.10

Ea 2,869.44 14,347.20
Ea 3,968.16 3,968.16

Ea 3,144.96 75,479.04

Ea 17,344.32 104,065.92

Contract No. 028-C51


P - 30
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 141,814.40 141,814.40

Ea 46,170.88 1,108,101.12
m 11.90 575,936.20

Ea 22,701.29 136,207.74
Ea 5,085.36 274,609.44

Ea 127.01 65,537.16
Ea 446.44 1,785.76

Ea 125.89 6,798.06
Ea 125.89 6,798.06
Ea 125.89 6,672.17

Ea 125.89 6,798.06
Ea 125.89 125.89
Ea 125.89 125.89

m 13.43 18,533.40
m 8.53 18,697.76
Ea 6,232.58 6,232.58

m 558.44 3,909.08

m 131.49 19,197.54

m 119.73 17,480.58
Ea 856.58 856.58
Ea 11.13 12,409.95

m 23.34 5,601.60

Ea 179.76 359.52

Ea 41.61 83.22
Ea 558.44 3,350.64
m 87.16 9,936.24
m 13.71 9,377.64
Ea 5.00 240.00
Ea 22.67 2,720.40

Ea 25,665.92 25,665.92
Ea 4,366.44 231,421.32

Contract No. 028-C51


P - 31
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 3,081.46 1,254,154.22
Ea 5,688.26 73,947.38
Ea 31,955.84 63,911.68
Ea 9,834.72 59,008.32
Ea 10,060.74 130,789.62

Ea 15,368.64 15,368.64
Ea 67,485.60 67,485.60

Ea 4,273.36 188,027.84
Ea 6,194.28 86,719.92
Ea 9,910.44 59,462.64
Ea 18,534.44 74,137.76

Ea 24,267.04 24,267.04

Ea 4,706.21 230,604.29
Ea 2,968.71 26,718.39

Ea 7,781.76 7,781.76
Ea 4,457.16 26,742.96
Ea 24,712.58 24,712.58
Ea 7,425.16 7,425.16
Ea 6,232.58 6,232.58

Ea 3,152.58 3,152.58

Ea 621.49 105,653.30
Ea 1,027.38 4,109.52

m 13.43 28,041.84

m 11.36 27,672.96
Ea 405.89 405.89
Ea 1,902.44 1,902.44
Ea 9,964.87 9,964.87

Ea 2,835.84 34,030.08

Ea 568.29 6,819.48

Ea 108.98 48,605.08
Ea 33.94 3,054.60

Contract No. 028-C51


P - 32
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 127.01 48,009.78

m 13.43 22,481.82
m 9.81 9,849.24

m 7.42 22,593.90
m 10.29 5,618.34
Ea 838.44 5,030.64

Ea 0.00 0.00
Ea 0.00 0.00
Ea 0.00 0.00
Ea 0.00 0.00
Ea 0.00 0.00

XXX XXX 11,571,685.39

Ea 17,489.92 17,489.92
Ea 17,489.92 17,489.92

Contract No. 028-C51


P - 33
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 7,846.72 7,846.72
Ea 7,846.72 7,846.72
Ea 17,539.20 17,539.20
Ea 17,357.76 17,357.76
Ea 15,453.76 15,453.76
Ea 15,453.76 15,453.76
Ea 15,285.76 15,285.76

Ea 15,285.76 15,285.76
Ea 17,147.20 17,147.20
Ea 17,147.20 17,147.20

Ea 472.81 141,370.19
Ea 758.41 76,599.41
Ea 283.59 32,896.44
Ea 521.59 30,252.22
Ea 306.44 20,837.92
Ea 544.44 9,799.92
Ea 244.61 8,805.96
Ea 482.61 3,860.88
Ea 536.88 16,106.40
Ea 262.98 6,048.54
Ea 404.21 7,275.78
Ea 358.85 6,459.30
Ea 909.11 35,455.29

Ea 63.54 5,146.74
Ea 70.68 777.48
Ea 75.07 525.49
Ea 77.37 309.48
Ea 105.53 105.53
Ea 146.41 292.82
Ea 160.68 482.04

Ea 446.44 892.88

Ea 94.28 32,526.60
Ea 390.84 4,299.24

Ea 373.87 14,207.06
Ea 502.44 36,678.12
Ea 83.89 1,929.47

Contract No. 028-C51


P - 34
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 670.78 36,222.12
Ea 1,975.12 9,875.60
Ea 670.78 1,341.56
Ea 3,891.14 23,346.84

m 34.69 763.18
m 40.09 1,162.61
m 41.77 1,837.88
m 54.36 1,576.44
m 80.62 12,415.48
m 188.28 4,142.16

m 3.93 71,726.43
m 5.05 888.80

m 3.93 35,865.18
m 5.05 444.40
m 7.79 514.14
m 11.06 2,023.98

m 22.83 502.26

m 5.24 41,789.00
m 8.81 2,184.88
m 26.07 1,564.20

m 10.71 8,268.12

m 12.39 9,837.66

m 134.93 7,016.36
m 175.91 24,627.40
m 263.43 5,268.60

Ea 2,908.87 5,817.74

m 34.69 3,399.62
m 47.16 9,997.92

Contract No. 028-C51


P - 35
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

m 90.95 22,282.75

m 177.52 710.08
m 294.12 2,352.96
m 68.44 16,288.72
m 265.00 7,950.00

Ea 35,862.40 71,724.80
Ea 268.13 27,885.52
Ea 223.05 4,014.90
Ea 706.05 8,472.60

Ea 222.10 3,553.60
Ea 226.86 3,176.04

m 7.98 8,722.14
m 10.97 3,609.13

Ea 1,769.38 10,616.28
Ea 446.44 16,071.84
Ea 121.64 4,379.04
Ea 390.44 14,055.84
m 64.52 1,935.60
m 11.40 19,881.60
m 6.32 1,036.48
Ea 93.41 7,753.03
Ea 932.29 77,380.07

Ea 2,869.44 11,477.76
Ea 3,968.16 3,968.16
Ea 6,186.88 6,186.88

Ea 2,069.76 4,139.52
Ea 3,144.96 15,724.80

Ea 8,944.32 8,944.32
Ea 15,061.76 45,185.28
Ea 4,282.88 8,565.76

Ea 141,632.96 283,265.92

Contract No. 028-C51


P - 36
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 32,085.76 64,171.52
Ea 46,251.52 231,257.60
m 11.90 65,985.50
Ea 15,482.88 92,897.28
Ea 5,085.36 152,560.80

Ea 127.01 9,398.74
Ea 698.44 43,303.28

Ea 127.01 3,810.30
Ea 127.01 762.06
Ea 127.01 1,016.08

Ea 127.01 4,064.32
Ea 127.01 254.02
Ea 127.01 254.02

m 13.43 3,169.48
m 9.81 3,521.79
Ea 6,232.58 6,232.58

m 558.44 16,753.20

m 131.49 39,447.00

m 119.73 3,112.98
Ea 478.02 1,912.08
Ea 12.59 2,480.23

m 23.34 2,240.64

Ea 179.76 359.52
Ea 41.61 249.66
Ea 558.44 3,350.64
m 87.16 9,936.24
m 13.71 5,758.20
Ea 5.00 120.00
Ea 22.67 1,360.20

Ea 27,905.92 55,811.84
Ea 4,366.44 34,931.52

Ea 3,081.46 172,561.76
Ea 5,688.26 34,129.56

Contract No. 028-C51


P - 37
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 30,412.48 60,824.96
Ea 9,834.72 19,669.44

Contract No. 028-C51


P - 38
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

Ea 9,754.98 58,529.88

Ea 15,368.64 30,737.28
Ea 66,172.18 132,344.36

Ea 14,613.20 87,679.20
Ea 6,166.28 49,330.24

Ea 24,379.04 48,758.08

Ea 4,775.24 28,651.44
Ea 3,002.28 78,059.28

Ea 7,600.32 15,200.64
Ea 4,584.16 27,504.96
Ea 25,184.32 50,368.64
Ea 7,552.16 15,104.32
Ea 6,432.16 12,864.32

Ea 3,261.44 6,522.88

Ea 621.49 29,210.03

m 13.43 2,256.24
m 9.81 667.08

m 11.36 8,610.88
Ea 405.89 3,247.12
Ea 1,902.44 3,804.88

Ea 9,928.58 19,857.16

Ea 3,017.28 6,034.56

Ea 568.29 1,136.58

Ea 108.98 1,634.70
Ea 33.94 237.58
Ea 127.01 1,905.15

m 13.43 2,350.25

Contract No. 028-C51


P - 39
BIDDER : ________________________________________
DATE : ________________________________________
SIGNATURE : ________________________________________

UNIT PRICE AMOUNT


UNIT
(SR) (SR)

m 8.33 1,499.40
m 10.29 1,142.19
Ea 838.44 1,676.88

Ea 25,058.88 501,177.60
Ea 7,082.88 162,906.24
Ea 912.58 41,978.68
Ea 7,985.16 183,658.68
Ea 8,112.16 24,336.48
m 11.36 10,371.68

Ea 127.01 2,921.23
Ea 127.01 2,921.23

XXX XXX 4,525,883.92

Contract No. 028-C51


P - 40
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

ABBREVIATIONS

Ea - Each

LS - Lump Sum

m - Linear Meter (s)

m² - Square Meter (s)

m³ - Cubic Meter (s)

Mh - Man-hour (s)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS XXX XXX

2-00.00 SITE DEVELOPMENT XXX XXX

3-00.00 SIX-STOREY STUDENT DORMITORY XXX XXX

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) XXX XXX
BUILDINGS

Contract No. 028-C51


P-5
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE XXX XXX

1-00.00 GENERAL ITEMS

1-01.00 Mobilization and Demobilization*


1-01.01 Mobilization - (60%) XXX LS
1-01.02 Demobilization - (40%) XXX LS

1-02.00 Royal Commission Manual Camp Accommodation Costs XXX LS


(Equivalent to a total number of ____________ camp man-days)
(Category III, IV and V)

1-03.00 Instruction and Familiarization of Royal Commission Operations and 150 Mh


Maintenance Personnel

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 1-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Note: * The mobilization and demobilization payments shall not exceed 10% of the total prices for pay items 2-00.00 to 4-00.00

Contract No. 028-C51


P-6
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
2-00.00 SITE DEVELOPMENT

2-01.00 SITE PREPARATION AND EARTHWORKS

2-01.01 Earthworks
a. Excavation 1,385 m³
b. Imported fill 5,041 m³

2-01.02 Trial Trenches/Excavations 500 m

2-01.03 Demolition Works


a. Asphalt pavement (up to base course) including curbs 555 m²
b. Potable water line 308 m
c. Sanitary wastewater line (force main) 97 m
d. Lift station 52 m²
e. Stabilization tank and appurtances 230 m²
f. Existing structures 217 m²
g. Irrigation water line 182 m
h. Irrigation solenoid valve 2 Ea
i. Trees 16 Ea
j. Telecom duct bank 74 m
k. Multi-purpose hall building 739 m²
l. Substation 2 Ea
m. Lighting poles 5 Ea
n. LV cables 258 m

2-06.00 ELECTRICAL POWER DISTRIBUTION SYSTEM

2-06.01 Unit Substations

2-06.01.01 Ring Main Units


a. 13.8kV, SF6 insulated, 3-Way 1 Ea

2-06.01.02 Unit Transformers


a. 1,000kVA 1 Ea

2-06.01.03 Block Wall Enclosure for Substation Including Steel Gate


a. Concrete masonry (CMU) block wall with reinforced concrete foundations, 10 m
beams and columns including paint on cement plaster
b. Double leaf swing steel gate (4,700 mm length x 2,400 mm height) 1 Ea

2-06.02 Power Distribution Panels, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-4X


a. ILVMCCB-11A, 2,500AT/2,500AF ACB, pad mounted 1 Ea

2-06.03 15kV, XLPE Insulated/PVC Sheathed Cables


a. 3C x 50 mm² (Cu), unarmoured 8 m
b. 1C x 500 mm² (Cu), AWA 325 m

Contract No. 028-C51


P-7
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
2-06.04 600/1,000V, XLPE Insulated/PVC Sheathed Cables
a. 4C x 185 mm² (Cu), SWA 416 m
b. 1C x 630 mm² (Cu), unarmoured 60 m
c. 1C x 630 mm² (Cu), AWA 1,440 m

2-06.05 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 70 mm² 208 m
b. 95 mm² 125 m

2-06.06 Grounding System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 9 m
a.2 70 mm² 19 m
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 2,400 mm long 4 Ea

2-06.07 Reinforced Concrete Encased Duct Bank


a. MV duct bank
a.1 1.14 m x 0.50 m with 2 nos. of 160 mm diameter uPVC duct 8 m

2-07.00 AREA/STREET LIGHTING SYSTEM

2-07.01 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), unarmoured 933 m

2-07.02 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 6 mm² 933 m

2-07.03 PVC Conduits


a. 75 mm diameter 933 m

2-07.04 Grounding System


a. Bare copper grounding conductor, tinned
a.1 10 mm² 23 m
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 1,500 mm long 15 Ea

2-07.05 Area/Street Lighting Luminaires


a. Type CC 15 Ea

Contract No. 028-C51


P-8
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 2-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

3-00.00 SIX-STOREY STUDENT DORMITORY

3-16.00 ELECTRICAL WORKS

3-16.01 Power, Lighting and Fire Alarm System

3-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP-1 1 Ea
b. MDP-2 1 Ea
c. DP-G1 1 Ea
d. DP-G2 1 Ea
e. DP-21 1 Ea
f. DP-22 1 Ea
g. DP-41 1 Ea
h. DP-42 1 Ea
i. PP-G1 1 Ea
j. PP-G2 1 Ea
k. PP-G3 1 Ea
l. PP-(11, 21, 31, 41, 51) 5 Ea
m. PP-(12, 22, 32, 42, 52) 5 Ea
n. PP-(13, 23, 33, 43, 53) 5 Ea
o. PP-(14, 24, 34, 44, 54) 5 Ea
p. WHP-G1 1 Ea
q. FCP-G1 1 Ea
r. FCP-G2 1 Ea
s. WHP-(11, 21, 31, 41, 51) 5 Ea
t. WHP-(12, 22, 32, 42, 52) 5 Ea
u. FCP-(11, 12, 21, 22, 31, 32, 41, 42, 51, 52) 10 Ea
v. MECH-R1 1 Ea
w. LCP-G1 1 Ea
x. LCP-G2 1 Ea
y. LCP-(11, 21, 31, 41, 51) 5 Ea
z. LCP-(12, 22, 32, 42, 52) 5 Ea

aa. LCP-R1 1 Ea

3-16.01.02 Lighting Fixtures


a. Type A 413 Ea
b. Type B 320 Ea
c. Type C 41 Ea
d. Type D 234 Ea
e. Type E 1,053 Ea

Contract No. 028-C51


P-9
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
f. Type F 351 Ea
g. Type G 41 Ea
h. Type H 77 Ea
i. Type I 1 Ea
j. Type J 76 Ea
k. Type K 4 Ea
l. Type L 2 Ea
m. Type M 215 Ea
n. Type N 49 Ea
o. Type O 15 Ea
p. Type P 34 Ea
q. Type Q 53 Ea
r. Type R 257 Ea
s. Type S 165 Ea
t. Type T 368 Ea
u. Type U 260 Ea
v. Type V 160 Ea
w. Type W 18 Ea

3-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 755 Ea
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 347 Ea
c. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 400 Ea

d. Light switch, 3-way, 1-pole, 2-gang, 20A, 250V, SASO approved 25 Ea


e. Light switch, 3-way, 1-pole, 3-gang, 20A, 250V, SASO approved 5 Ea
f. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 23 Ea
g. OLS (sets of combination switches) 1 Ea
h. Double pole glow switch "D" with flex outlet, 20A, 250V, SASO approved 54 Ea
i. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 88 Ea

3-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 11 Ea

3-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 2,066 Ea
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 209 Ea
SASO 2203
c. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), weatherproof, 10 Ea
13A, 250V, SASO 2203
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 3 Ea
e. Single special purpose outlet, 20A, 250V, 1-phase 163 Ea

3-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 413 Ea
b. 30A, 600V, 2 pole, NEMA-4X 4 Ea
c. 30A, 600V, 3 pole, NEMA-12 9 Ea
d. 60A, 600V, 3 pole, NEMA-12 2 Ea
e. 60A, 600V, 3 pole, NEMA-4X 4 Ea

Contract No. 028-C51


P - 10
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)

3-16.01.07 Transformer for Fire Smoke Dampers


a. 500VA, 230/24V, 1 phase, 60Hz 6 Ea

3-16.01.08 Uninterruptible Power Supply


a. 1kVA, 1-phase, 3-wires, 230V, 60Hz, NEMA-12 1 Ea

3-16.01.09 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), SWA 85 m
b. 4C x 25 mm² (Cu), SWA 134 m
c. 3C x 35 mm² (Cu), SWA 162 m
d. 4C x 35 mm² (Cu), SWA 390 m
e. 4C x 50 mm² (Cu), SWA 311 m
f. 4C x 95 mm² (Cu), SWA 7 m
g. 4C x 150 mm² (Cu), SWA 49 m
h. 4C x 185 mm² (Cu), SWA 5 m
i. 4C x 240 mm² (Cu), SWA 45 m
j. 4C x 300 mm² (Cu), SWA 70 m

3-16.01.10 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 144,614 m
b. 10 mm² 7,091 m

3-16.01.11 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 75,853 m
b. 6 mm² 85 m
c. 10 mm² 61 m
d. 16 mm² 934 m
e. 25 mm² 7 m
f. 35 mm² 49 m
g. 50 mm² 45 m
h. 70 mm² 70 m

3-16.01.12 PVC Conduits


a. 20 mm diameter 53,245 m
b. 25 mm diameter 480 m
c. 32 mm diameter 3,223 m

3-16.01.13 EMT Conduits


a. 20 mm diameter 19,809 m
b. 50 mm diameter 77 m

3-16.01.14 Flexible Metallic Conduits


a. 20 mm diameter 2,572 m

3-16.01.15 Rigid Galvanized Steel Conduits


a. 50 mm diameter 622 m

Contract No. 028-C51


P - 11
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
b. 75 mm diameter 282 m
c. 100 mm diameter 46 m

3-16.01.16 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 51 m
a.2 50 mm² 480 m
a.3 120 mm² 401 m
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 20 Ea
b.2 20 mm diameter x 3,000 mm long with inspection pit 5 Ea
c. Grounding busbar, 800 mm length x 90 mm width x 10 mm thick 6 Ea
d. Bare copper tape, 25 mm width x 3 mm thick 524 m
e. Air terminal, 15 mm diameter x 600 mm long 36 Ea

3-16.01.17 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 10 loops 1 Ea
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 830 Ea
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 4 Ea
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 16 Ea
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 49 Ea

f. Fire alarm bell, UL listed 48 Ea


g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm² (Cu) 7,966 m
g.2 2.5 mm² (Cu) 2,916 m

3-16.02 Telecommunication

3-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea
b. 5-way backbone mount frame, 2/10 6 Ea
c. Krone blocks, LSA-Plus, 2/10 30 Ea
d. Hinged label holder, 2/10 30 Ea
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 132 m
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 3,465 m
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 178 m
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 90 Ea
i. Single line telephone set 90 Ea

3-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 5 Ea
a.2 24-ports 1 Ea
b. RJ-45 patch panel, Cat. 6, UTP
b.1 48-ports 24 Ea
c. Cabinets
c.1 42U rack equipped with fan ventilation 6 Ea

Contract No. 028-C51


P - 12
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
d. Distribution switch
d.1 48-ports FO 1 Ea
e. Ethernet switch
e.1 48-ports UTP 24 Ea
f. Unshielded twisted pair (UTP) cable, Cat. 6 48,398 m

g. Uninterruptible power supply, 5.0kVA with battery pack 6 Ea


h. Wireless access point 54 Ea
i. Data outlet
i.1 Wall mounted 516 Ea
i.2 Floor mounted 4 Ea
j. Data outlet, ceiling mounted
j.1 Wireless access point 54 Ea
j.2 IP-CCTV cameras 54 Ea
j.3 Wireless access point (ACS) 53 Ea
k. Data outlet, wall mounted
k.1 IP-Clock 54 Ea
k.2 BMS system 1 Ea
k.3 Fire alarm control panel 1 Ea
l. Conduits
l.1 EMT conduits, 25 mm diameter 1,380 m
l.2 PVC conduits, 25 mm diameter 2,192 m
m. Color laser printer 1 Ea

3-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 7 m
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 146 m
c. Cable trunking
c.1 200 mm width x 75 mm depth 146 m
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 1 Ea
e. Utility box 1,115 Ea
f. Conduits
f.1 PVC conduits, 50 mm diameter 240 m

3-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea

b. Clamp ground, 16 mm LG clamp, bolted 2 Ea


c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea
d. Bare copper grounding conductor, 120 mm² 114 m
e. Ground wire, 16 mm², insulated copper wire (green) 684 m
f. Connector terminal lug, 14 mm² 48 Ea
g. Connector terminal lug, 120 mm² 120 Ea

3-16.02.05 Access Control System


a. Access control workstation including printer 1 Ea
b. Wireless access point 53 Ea

Contract No. 028-C51


P - 13
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
c. Smart RFID door handle
c.1 Single door assembly 407 Ea
c.2 Double door assembly 13 Ea
d. Online controller 2 Ea
e. Door manager 6 Ea
f. RFID card reader 13 Ea

3-16.02.06 CCTV System


a. Monitoring workstation with video management software 1 Ea
b. Centralized network video recorder 1 Ea
c. Cameras
c.1 Indoor, fixed dome IP-camera, ceiling mounted 44 Ea
c.2 Outdoor, fixed IP-camera, wall mounted 14 Ea
c.3 Indoor, panoramic IP-camera, ceiling mounted 6 Ea
c.4 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 4 Ea

3-16.02.07 Clock System


a. Master clock 1 Ea
b. Wall mounted IP-clock
b.1 Double face 49 Ea
b.2 Single face 9 Ea

3-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 1 Ea
a.2 Power amplifier, 1 x 300 watts 6 Ea
a.3 Paging matrix, 2 x 8 zone 1 Ea
a.4 Uninterruptible power supply, 3.0kVA with battery pack 1 Ea
a.5 Mixer 1 Ea
b. Microphone
b.1 Microphone, 8 zone 1 Ea
c. Speaker
c.1 Ceiling mounted speaker, 10W 170 Ea
c.2 Wall mounted horn speaker, 20W 4 Ea
d. Conduits
d.1 EMT conduits, 25 mm diameter 2,088 m
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 2,436 m
f. Volume controller 1 Ea
g. Monitor unit 1 Ea
h. Network audio adapter 1 Ea

3-16.02.09 CATV System


a. Adjustable amplifier 12 Ea
b. Splitter
b.1 8-Way splitter 12 Ea
c. Indoor tap-off
c.1 1-Way tap-off 446 Ea
d. End line terminator 90 Ea

Contract No. 028-C51


P - 14
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
e. CATV outlet, single gang 378 Ea
f. Conduit
f.1 EMT conduits, 25 mm diameter 1,674 m
f.2 PVC conduits, 25 mm diameter 1,004 m

g. Cable
g.1 RG-6 coaxial cable 3,045 m
g.2 RG-11 coaxial cable 546 m
h. CATV/TVB box, flush mounted (600 mm height x 400 mm width x 200 mm depth) 6 Ea

3-16.03 Instrumentation

3-16.03.01 Monitoring and Control Equipment for Pump Station


a. 32 inch human machine interface (HMI) to be installed in existing O&M building 1 Ea
b. 21 inch touch screen operator station 2 Ea
c. Laptop computer as an engineering station 1 Ea
d. Color laser jet printer 1 Ea
e. Server for SCADA 1 Ea

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 3-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2)


BUILDINGS

4-16.00 ELECTRICAL WORKS

4-16.01 Power, Lighting and Fire Alarm System

4-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP (bldg. 1) 1 Ea
b. MDP (bldg. 2) 1 Ea

Contract No. 028-C51


P - 15
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
c. PP-HVAC (bldg. 1) 1 Ea
d. PP-HVAC (bldg. 2) 1 Ea
e. PP-G (bldg. 1) 1 Ea
f. PP-G (bldg. 2) 1 Ea
g. PP-F (bldg. 1) 1 Ea
h. PP-F (bldg. 2) 1 Ea
i. PP-S (bldg. 1) 1 Ea

j. PP-S (bldg. 2) 1 Ea
k. LCP (bldg. 1) 1 Ea
l. LCP (bldg. 2) 1 Ea

4-16.01.02 Lighting Fixtures


a. Type A 299 Ea
b. Type AA 101 Ea
c. Type B 116 Ea
d. Type BB 58 Ea
e. Type C 68 Ea
f. Type CC 18 Ea
g. Type D 36 Ea
h. Type DD 8 Ea
i. Type EE 30 Ea
j. Type F 23 Ea
k. Type H 18 Ea
l. Type I 18 Ea
m. Type J 39 Ea

4-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 81 Ea
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 11 Ea
c. Light switch, 1-way, 1-pole, 3-gang, 20A, 250V, SASO approved 7 Ea
d. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 4 Ea
e. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 1 Ea
f. 13A spur unit unswitched type, with 5A fuse and glow lamp 2 Ea
g. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 3 Ea

4-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 2 Ea

4-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 345 Ea
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 11 Ea
SASO 2203
c. Duplex receptacle outlet, switched type, weatherproof, 13A, 250V, SASO 2203 38 Ea
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 73 Ea
e. Duplex receptacle outlet, switched type, ceiling mounted, 13A, 250V, SASO 2203 23 Ea

Contract No. 028-C51


P - 16
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
4-16.01.06 Disconnect Switches, Non-Fusible Type
a. 30A, 600V, 2 pole, NEMA-12 54 Ea
b. 30A, 600V, 2 pole, NEMA-4X 5 Ea
c. 30A, 600V, 3 pole, NEMA-12 2 Ea
d. 100A, 600V, 3 pole, NEMA-4X 6 Ea

4-16.01.07 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 16 mm² (Cu), unarmoured 22 m
b. 3C x 25 mm² (Cu), unarmoured 29 m
c. 4C x 25 mm² (Cu), unarmoured 44 m
d. 4C x 35 mm² (Cu), unarmoured 29 m
e. 4C x 50 mm² (Cu), unarmoured 154 m
f. 4C x 150 mm² (Cu), unarmoured 22 m

4-16.01.08 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 18,251 m
b. 6 mm² 176 m

4-16.01.09 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 9,126 m
b. 6 mm² 88 m
c. 10 mm² 66 m
d. 16 mm² 183 m

e. 35 mm² 22 m

4-16.01.10 PVC Conduits


a. 20 mm diameter 7,975 m
b. 25 mm diameter 248 m
c. 63 mm diameter 60 m

4-16.01.11 EMT Conduits


a. 20 mm diameter 772 m

4-16.01.12 Flexible Metallic Conduits


a. 20 mm diameter 794 m

4-16.01.13 Rigid Galvanized Steel Conduits


a. 63 mm diameter 52 m
b. 75 mm diameter 140 m
c. 110 mm diameter 20 m

4-16.01.14 Metallic Pull Box


a. 500 mm length x 200 mm width x 150 mm depth, NEMA-4X 2 Ea

4-16.01.15 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 98 m
a.2 50 mm² 212 m

Contract No. 028-C51


P - 17
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
a.3 120 mm² 245 m
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 4 m
b.2 20 mm diameter x 3,000 mm long with inspection pit 8 m
c. Bare copper tape, 25 mm width x 3 mm thick 238 m
d. Air terminal, 15 mm diameter x 600 mm long 30 m

4-16.01.16 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 4 loops 2 Ea
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 104 Ea
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 18 Ea
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 12 Ea
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 16 Ea
f. Fire alarm bell, UL listed 14 Ea
g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm², (Cu) 1,093 m
g.2 2.5 mm² (Cu) 329 m

4-16.02 Telecommunication

4-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea
b. 5-way backbone mount frame, 2/10 36 Ea
c. Krone blocks, LSA-Plus, 2/10 36 Ea
d. Hinged label holder, 2/10 36 Ea
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30 m
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744 m
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164 m
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83 Ea
i. Single line telephone set 83 Ea

4-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 4 Ea
a.2 24-ports 1 Ea
a.3 48-ports 1 Ea

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2 Ea
b.2 48-ports 5 Ea
c. Cabinets
c.1 21U rack equipped with fan ventilation 1 Ea
c.2 42U rack equipped with fan ventilation 3 Ea
c.3 12U rack equipped with fan ventilation 2 Ea
d. Distribution switch
d.1 48-ports FO 2 Ea

Contract No. 028-C51


P - 18
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
e. Ethernet switch
e.1 24-ports UTP 2 Ea
e.2 48-ports UTP 5 Ea
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545 m
g. Uninterruptible power supply, 3.0kVA with battery pack 6 Ea
h. Wireless access point 30 Ea
i. Data outlet
i.1 Wall mounted 74 Ea
i.2 Floor mounted 62 Ea
j. Data outlet, ceiling mounted
j.1 Wireless access point 30 Ea
j.2 IP-CCTV cameras 6 Ea
j.3 Wireless access point (ACS) 8 Ea
k. Data outlet, wall mounted
k.1 IP-Clock 32 Ea
k.2 BMS system 2 Ea
k.3 Fire alarm control panel 2 Ea
l. Conduits
l.1 EMT conduits, 25 mm diameter 236 m
l.2 PVC conduits, 25 mm diameter 359 m
m. Color laser printer 1 Ea

4-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 30 m
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 300 m
c. Cable trunking
c.1 200 mm width x 75 mm depth 26 m
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 4 Ea
e. Utility box 197 Ea
f. Conduits
f.1 PVC conduits, 50 mm diameter 96 m

4-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea
b. Clamp ground, 16 mm LG clamp, bolted 6 Ea
c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea
d. Bare copper grounding conductor, 120 mm² 114 m
e. Ground wire, 16 mm², insulated copper wire (green) 420 m
f. Connector terminal lug, 14 mm² 24 Ea
g. Connector terminal lug, 120 mm² 60 Ea

4-16.02.05 Access Control System


a. Access control workstation including printer 2 Ea
b. Wireless access point 8 Ea
c. Smart RFID door handle
c.1 Single door assembly 56 Ea
c.2 Double door assembly 6 Ea

Contract No. 028-C51


P - 19
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
d. Online controller 2 Ea
e. Door manager 2 Ea

Contract No. 028-C51


P - 20
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
f. RFID card reader 6 Ea

4-16.02.06 CCTV System


a. Monitoring workstation with video management software 2 Ea
b. Centralized network video recorder 2 Ea
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6 Ea
c.2 Outdoor, fixed IP-camera, wall mounted 8 Ea

4-16.02.07 Clock System


a. Master clock 2 Ea
b. Wall mounted IP-clock
b.1 Double face 6 Ea
b.2 Single face 26 Ea

4-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 2 Ea
a.2 Power amplifier, 1 x 100 watts 6 Ea
a.3 Paging matrix, 2 x 8 zone 2 Ea
a.4 Uninterruptible power supply, 3.0kVA with battery pack 2 Ea
a.5 Mixer 2 Ea
b. Microphone
b.1 Microphone, 8 zone 2 Ea
c. Speaker
c.1 Ceiling mounted horn speaker, 5W 47 Ea
d. Conduits
d.1 EMT conduits, 25 mm diameter 168 m
d.2 PVC conduits, 25 mm diameter 68 m
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 758 m
f. Volume controller 8 Ea
g. Monitor unit 2 Ea

h. Network audio adapter 2 Ea

4-16.02.09 CATV System


a. Adjustable amplifier (40 dB) 2 Ea
b. Splitter
b.1 4-Way splitter 2 Ea
c. Indoor tap-off
c.1 1-Way tap-off 15 Ea
d. End line terminator 7 Ea
e. CATV outlet, single gang 15 Ea
f. Conduit
f.1 EMT conduits, 25 mm diameter 175 m

Contract No. 028-C51


P - 21
FORM OF PROPOSAL BIDDER :
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE :
SIGNATURE :
C - 51
PAY ITEM NO.
ESTIMATED
(Refer to Attach "D" DESCRIPTION OF ITEM UNIT
QUANTITY
Article 2.03)
g. Cable
g.1 RG-6 coaxial cable 180 m
g.2 RG-11 coaxial cable 111 m
h. CATV/TVB box, flush mounted (400 mm height x 400 mm width x 200 mm depth) 2 Ea

4-16.02.10 Audio/Visual System


a. Inter-active white board 20 Ea
b. Ultra short throw multi-media projector 23 Ea
c. Speakers 46 Ea
d. Computer sets 23 Ea
e. Motorized projection screen 3 Ea
f. Speaker cable, 2.5 mm², shielded, 1 pair 913 m
g. Data outlet
g.1 Wall mounted 23 Ea
g.2 Floor mounted 23 Ea

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 4-00.00


XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 22
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX

XXX

XXX

XXX

Contract No. 028-C51


P - 23
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX

XXX
XXX

XXX

XXX

Contract No. 028-C51


P - 24
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

-
-

-
-
-
-
-
-
-
-
-
- -
- -
14,163.52 28,327.04
369.16 1,845.80
20.43 5,270.94

50,912.29 50,912.29

100,563.24 100,563.24

- -

- -

67,122.41 67,122.41

167.72 1,341.76
324.32 105,404.00

Contract No. 028-C51


P - 25
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

326.55 135,844.80
258.34 15,500.40
302.88 436,147.20

39.53 8,222.24
53.51 6,688.75

27.85 250.65
58.41 1,109.79

179.76 719.04

906.18 7,249.44

20.74 19,350.42

5.74 5,355.42

74.82 69,807.06

12.25 281.75

157.36 2,360.40

2,619.68 39,295.20

Contract No. 028-C51


P - 26
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

XXX 1,108,970.04

71,814.40 71,814.40
38,214.40 38,214.40
14,555.52 14,555.52
17,734.08 17,734.08
26,134.08 26,134.08
14,374.08 14,374.08
27,814.08 27,814.08
16,054.08 16,054.08
4,925.76 4,925.76
5,261.76 5,261.76
3,452.96 3,452.96
4,897.76 24,488.80
4,897.76 24,488.80
6,045.76 30,228.80
6,286.56 31,432.80
5,261.76 5,261.76
6,040.16 6,040.16
5,967.36 5,967.36
5,093.76 25,468.80
4,948.16 24,740.80
7,954.24 79,542.40
10,820.32 10,820.32
5,558.56 5,558.56
5,575.36 5,575.36
6,045.76 30,228.80
5,127.36 25,636.80

4,511.36 4,511.36

406.01 167,682.13
658.01 210,563.20
522.93 21,440.13
774.93 181,333.62
482.61 508,188.33

Contract No. 028-C51


P - 27
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

785.01 275,538.51
253.80 10,405.80
505.80 38,946.60
253.80 253.80
505.80 38,440.80
519.91 2,079.64
771.91 1,543.82
283.03 60,851.45
301.17 14,757.33
553.17 8,297.55
503.78 17,128.52
308.23 16,336.19
560.23 143,979.11
560.23 92,437.95
285.05 104,898.40
499.75 129,935.00
460.44 73,670.40
512.85 9,231.30

49.93 37,697.15
52.68 18,279.96
63.24 25,296.00

78.96 1,974.00
84.26 421.30
105.66 2,430.18
254.69 254.69
109.60 5,918.40
159.17 14,006.96

440.84 4,849.24

81.64 168,668.24
372.18 77,785.62

476.19 4,761.90

430.90 1,292.70
183.06 29,838.78

670.78 277,032.14
1,975.12 7,900.48
670.78 6,037.02
935.81 1,871.62
2,447.35 9,789.40

Contract No. 028-C51


P - 28
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

2,554.72 15,328.32

11,290.72 11,290.72

23.75 2,018.75
48.19 6,457.46
55.05 8,918.10
64.46 25,139.40
84.07 26,145.77
151.80 1,062.60
226.33 11,090.17
365.13 1,825.65
369.87 16,644.15
452.60 31,682.00

3.93 568,333.02
7.78 55,167.98

3.93 298,102.29
5.74 487.90
7.78 474.58
9.73 9,087.82
17.42 121.94
22.83 1,118.67
25.74 1,158.30
40.94 2,865.80

5.97 317,872.65
8.22 3,945.60
12.44 40,094.12

11.69 231,567.21
30.15 2,321.55

14.16 36,419.52

90.61 56,359.42

Contract No. 028-C51


P - 29
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

180.45 50,886.90
260.45 11,980.70

34.69 1,769.19
47.16 22,636.80
90.95 36,470.95

201.27 4,025.40
338.03 1,690.15
870.47 5,222.82
68.44 35,862.56
265.00 9,540.00

80,411.52 80,411.52
306.66 254,527.80
249.09 996.36
809.09 12,945.44

247.97 12,150.53

253.57 12,171.36

7.98 63,568.68
10.97 31,988.52

1,769.38 10,616.28
446.44 2,678.64
121.64 3,649.20
390.44 11,713.20
64.52 8,516.64
10.00 34,650.00
4.70 836.60
93.41 8,406.90
932.29 83,906.10

1,189.44 5,947.20
2,288.16 2,288.16

3,144.96 75,479.04

17,344.32 104,065.92

Contract No. 028-C51


P - 30
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

141,814.40 141,814.40

46,170.88 1,108,101.12
11.90 575,936.20

22,701.29 136,207.74
5,085.36 274,609.44

127.01 65,537.16
446.44 1,785.76

125.89 6,798.06
125.89 6,798.06
125.89 6,672.17

125.89 6,798.06
125.89 125.89
125.89 125.89

13.43 18,533.40
8.53 18,697.76
6,232.58 6,232.58

558.44 3,909.08

131.49 19,197.54

119.73 17,480.58
856.58 856.58
11.13 12,409.95

23.34 5,601.60

179.76 359.52

41.61 83.22
558.44 3,350.64
87.16 9,936.24
13.71 9,377.64
5.00 240.00
22.67 2,720.40

27,905.92 27,905.92
4,366.44 231,421.32

Contract No. 028-C51


P - 31
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

3,282.06 1,335,798.42
6,054.50 78,708.50
31,955.84 63,911.68
9,834.72 59,008.32
10,060.74 130,789.62

15,368.64 15,368.64
67,485.60 67,485.60

4,273.36 188,027.84
6,194.28 86,719.92
9,910.44 59,462.64
18,534.44 74,137.76

24,267.04 24,267.04

4,775.24 233,986.76
3,002.28 27,020.52

7,781.76 7,781.76
4,457.16 26,742.96
24,712.58 24,712.58
6,305.16 6,305.16
6,232.58 6,232.58

3,152.58 3,152.58

621.49 105,653.30
1,027.38 4,109.52

13.43 28,041.84

11.36 27,672.96
405.89 405.89
1,902.44 1,902.44
9,964.87 9,964.87

2,835.84 34,030.08

198.69 2,384.28

108.98 48,605.08
33.94 3,054.60

Contract No. 028-C51


P - 32
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

127.01 48,009.78

13.43 22,481.82
9.81 9,849.24

7.42 22,593.90
10.29 5,618.34
838.44 5,030.64

- -
- -
- -
- -
- -

XXX 11,807,726.64

17,489.92 17,489.92
17,489.92 17,489.92

Contract No. 028-C51


P - 33
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

7,846.72 7,846.72
7,846.72 7,846.72
17,539.20 17,539.20
17,357.76 17,357.76
15,453.76 15,453.76
15,453.76 15,453.76
15,285.76 15,285.76

15,285.76 15,285.76
17,147.20 17,147.20
17,147.20 17,147.20

491.57 146,979.43
793.97 80,190.97
294.12 34,117.92
546.12 31,674.96
318.31 21,645.08
570.31 10,265.58
254.69 9,168.84
506.69 4,053.52
563.03 16,890.90
274.41 6,311.43
421.57 7,588.26
375.65 6,761.70
1,006.37 39,248.43

63.54 5,146.74
70.68 777.48
75.07 525.49
77.37 309.48
105.53 105.53
146.41 292.82
160.68 482.04

446.44 892.88

94.28 32,526.60
390.84 4,299.24

373.87 14,207.06
502.44 36,678.12
83.89 1,929.47

Contract No. 028-C51


P - 34
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

670.78 36,222.12
1,975.12 9,875.60
670.78 1,341.56
3,891.14 23,346.84

34.69 763.18
40.09 1,162.61
41.77 1,837.88
54.36 1,576.44
80.62 12,415.48
188.28 4,142.16

3.93 71,726.43
5.05 888.80

3.93 35,865.18
5.05 444.40
7.79 514.14
11.06 2,023.98

22.83 502.26

5.24 41,789.00
8.81 2,184.88
26.07 1,564.20

10.71 8,268.12

12.39 9,837.66

134.93 7,016.36
175.91 24,627.40
263.43 5,268.60

2,908.87 5,817.74

34.69 3,399.62
47.16 9,997.92

Contract No. 028-C51


P - 35
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

90.95 22,282.75

177.52 710.08
294.12 2,352.96
68.44 16,288.72
265.00 7,950.00

39,894.40 79,788.80
293.89 30,564.56
249.09 4,483.62
803.49 9,641.88

247.97 3,967.52
253.57 3,549.98

7.98 8,722.14
10.97 3,609.13

1,769.38 10,616.28
446.44 16,071.84
121.64 4,379.04
390.44 14,055.84
64.52 1,935.60
11.40 19,881.60
6.32 1,036.48
93.41 7,753.03
932.29 77,380.07

4,325.44 17,301.76
2,288.16 2,288.16
4,506.88 4,506.88

2,069.76 4,139.52
3,144.96 15,724.80

8,944.32 8,944.32
15,061.76 45,185.28
4,282.88 8,565.76

141,632.96 283,265.92

Contract No. 028-C51


P - 36
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

32,085.76 64,171.52
46,251.52 231,257.60
11.90 65,985.50
15,482.88 92,897.28
5,085.36 152,560.80

127.01 9,398.74
698.44 43,303.28

127.01 3,810.30
127.01 762.06
127.01 1,016.08

127.01 4,064.32
127.01 254.02
127.01 254.02

13.43 3,169.48
9.81 3,521.79
6,232.58 6,232.58

558.44 16,753.20

131.49 39,447.00

119.73 3,112.98
478.02 1,912.08
12.59 2,480.23

23.34 2,240.64

179.76 359.52
41.61 249.66
558.44 3,350.64
87.16 9,936.24
13.71 5,758.20
5.00 120.00
22.67 1,360.20

27,905.92 55,811.84
4,366.44 34,931.52

3,282.06 183,795.36
5,871.38 35,228.28

Contract No. 028-C51


P - 37
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

30,412.48 60,824.96
9,834.72 19,669.44

Contract No. 028-C51


P - 38
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

9,754.98 58,529.88

15,368.64 30,737.28
66,172.18 132,344.36

14,613.20 87,679.20
6,166.28 49,330.24

24,379.04 48,758.08

4,775.24 28,651.44
3,002.28 78,059.28

7,781.76 15,563.52
4,674.88 28,049.28
25,365.76 50,731.52
6,522.88 13,045.76
6,522.88 13,045.76

3,261.44 6,522.88

621.49 29,210.03

13.43 2,256.24
9.81 667.08

11.36 8,610.88
405.89 3,247.12
1,902.44 3,804.88

9,928.58 19,857.16

4,058.88 8,117.76

1,548.29 3,096.58

108.98 1,634.70
33.94 237.58
127.01 1,905.15

13.43 2,350.25

Contract No. 028-C51


P - 39
_______________________________________________
_______________________________________________
_______________________________________________

UNIT PRICE AMOUNT


(SR) (SR)

8.33 1,499.40
10.29 1,142.19
838.44 1,676.88

25,058.88 501,177.60
7,082.88 162,906.24
912.58 41,978.68
7,985.16 183,658.68
8,112.16 24,336.48
11.36 10,371.68

127.01 2,921.23
127.01 2,921.23

XXX 4,576,414.07

Contract No. 028-C51


P - 40
SUMMARY

PANEL BOARD
1

4&5

10

11

12

13
14

15

16

17 &
18

19

20

21

22

23

24

25

26

27
28

29

30

31

32
https://www.google.com.sa/maps/place/27%C2%B008'02.7%22N+49%C2%B032'16.9%22E/@27.1335675,49.53968,1082m
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350ff01d032971:0x951a6a4c58bc3d36!7e2!8m2!3d27.1340887!4d49.5380348

https://www.google.com.sa/maps/place/27%C2%B008'22.4%22N+49%C2%B032'12.9%22E/@27.1323596,49.5426465,4328
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350ffca1e17c73:0x13e4bb7c9815af7f!7e2!8m2!3d27.1395643!4d49.536919

https://www.google.com.sa/maps/place/27%C2%B008'13.9%22N+49%C2%B031'50.5%22E/@27.1323596,49.5426465,4328
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350ffed528469d:0x750fc3dcd620205b!7e2!8m2!3d27.1371917!4d49.5306963

https://www.google.com.sa/maps/place/7792,+Deffi,+Al+Jubail+35816%C2%A04367/@27.1261054,49.527712,16z/data=!4m5

https://www.google.com.sa/maps/place/4737,+Deffi,+Al+Jubail+35816%C2%A08236/@27.1261054,49.527712,16z/data=!4m5

https://www.google.com.sa/maps/place/7761+As+Siddiq+Rd,+Deffi,+Al+Jubail+35816%C2%A03934/@27.1261054,49.527712

https://www.google.com.sa/maps/place/4852+Al+Faruq+Rd,+Deffi,+Al+Jubail+35816%C2%A07373/@27.1202423,49.5333125

https://www.google.com.sa/maps/place/4187,+Deffi,+Al+Jubail+35816%C2%A08878/@27.1333431,49.5250298,16z/data=!4m

https://www.google.com.sa/maps/place/4073,+Deffi,+Al+Jubail+35816%C2%A08978/@27.1333431,49.5250298,16z/data=!4m

https://www.google.com.sa/maps/place/4159+%D8%A7%D9%84%D8%A7%D8%B1%D9%82%D9%85%D8%8C+Deffi,+Al+Ju

https://www.google.com.sa/maps/place/4123,+Deffi,+Al+Jubail+35816%C2%A08916/@27.1333431,49.5250298,16z/data=!4m

https://www.google.com.sa/maps/place/27%C2%B006'57.8%22N+49%C2%B033'14.4%22E/@27.1274517,49.5459081,15z/da
https://www.google.com.sa/maps/place/27%C2%B007'11.9%22N+49%C2%B033'11.6%22E/@27.1274517,49.5459081,15z/da

https://www.google.com.sa/maps/place/27%C2%B007'17.8%22N+49%C2%B032'56.0%22E/@27.1274517,49.5459081,15z/da

https://www.google.com.sa/maps/place/27%C2%B007'01.6%22N+49%C2%B032'54.7%22E/@27.1274517,49.5459081,15z/da

https://www.google.com.sa/maps/place/27%C2%B007'44.0%22N+49%C2%B032'26.1%22E/@27.1292182,49.5421852,16z/da

https://www.google.com.sa/maps/place/8777+%D8%A7%D9%84%D8%A7%D8%B3%D9%84%D9%85%D9%8A%D8%8C+De

https://www.google.com.sa/maps/place/27%C2%B006'46.6%22N+49%C2%B032'01.1%22E/@27.1099096,49.5374001,16z/da

https://www.google.com.sa/maps/place/27%C2%B009'17.9%22N+49%C2%B033'15.7%22E/@27.1548302,49.5542753,270m
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!7e2!8m2!3d27.1549587!4d49.5543694

https://www.google.com.sa/maps/place/27%C2%B008'49.3%22N+49%C2%B033'24.0%22E/@27.1468862,49.554003,1082m
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fd990a96e3b:0xb0422ca922274e07!7e2!8m2!3d27.1470398!4d49.5566574

https://www.google.com.sa/maps/place/27%C2%B007'39.7%22N+49%C2%B033'20.9%22E/@27.1263632,49.5565511,4328
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fb90b08374b:0x3f1c53b282b60b05!7e2!8m2!3d27.1276841!4d49.5557991

https://www.google.com.sa/maps/place/27%C2%B007'39.1%22N+49%C2%B033'17.4%22E/@27.1263632,49.5565511,4328
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fb91671b837:0x9bf49c4344daaf04!7e2!8m2!3d27.1275409!4d49.5548388

https://www.google.com.sa/maps/place/27%C2%B007'56.3%22N+49%C2%B033'29.5%22E/@27.1263632,49.5565511,4328
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fc7f95af51f:0x27d2cb9df7af55fa!7e2!8m2!3d27.1323008!4d49.5581889

https://www.google.com.sa/maps/place/27%C2%B008'06.3%22N+49%C2%B033'43.4%22E/@27.1352909,49.5563687,2164
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fc9bb62c027:0x9cf2b9cd5d014d36!7e2!8m2!3d27.1350816!4d49.5620513

https://www.google.com.sa/maps/place/27%C2%B008'05.2%22N+49%C2%B033'45.9%22E/@27.1352909,49.5563687,2164
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fc9ecb9635d:0xf473f6db52a01a85!7e2!8m2!3d27.1347761!4d49.562754
https://www.google.com.sa/maps/place/27%C2%B008'35.4%22N+49%C2%B032'47.8%22E/@27.1372482,49.5523454,4327
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fe0cfa69615:0x650511041183c42a!7e2!8m2!3d27.143178!4d49.5466018

https://www.google.com.sa/maps/place/27%C2%B008'13.9%22N+49%C2%B033'08.5%22E/@27.1372482,49.5523454,4327
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fc39e566629:0x3ded2ec76676f4be!7e2!8m2!3d27.1371917!4d49.5523685

https://www.google.com.sa/maps/place/27%C2%B008'24.2%22N+49%C2%B032'59.9%22E/@27.1372482,49.5523454,4327
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fdd3dd90999:0x7ee2bda05f69031a!7e2!8m2!3d27.1400656!4d49.5499706

https://www.google.com.sa/maps/place/27%C2%B008'52.5%22N+49%C2%B032'42.6%22E/@27.1372482,49.5523454,4327
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e35101e3a0f2087:0xbb9bd06ded2d3dd3!7e2!8m2!3d27.1479181!4d49.5451587

https://www.google.com.sa/maps/place/27%C2%B008'47.5%22N+49%C2%B032'49.8%22E/@27.1372482,49.5523454,4327
1s0x3e351026a6d9cb2f:0xb7e14ffde3c7f8a!2zMjfCsDA5JzE3LjkiTiA0OcKwMzMnMTUuNyJF!3b1!7e2!8m2!3d27.154
1s0x3e350fe0154c9f9d:0xed0390c54dc4affc!7e2!8m2!3d27.1465243!4d49.5471543
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

ABBREVIATIONS

Ea - Each

LS - Lump Sum

m - Linear Meter (s)

m² - Square Meter (s)

m³ - Cubic Meter (s)

Mh - Man-hour (s)

Contract No. 028-C51


P-5
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

Contract No. 028-C51


P-6
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

COMPOSITE SUMMARY

1-00.00 GENERAL ITEMS XXX XXX XXX

2-00.00 SITE DEVELOPMENT XXX XXX XXX

3-00.00 SIX-STOREY STUDENT DORMITORY XXX XXX XXX

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2) XXX XXX XXX
BUILDINGS

Contract No. 028-C51


P-7
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE XXX XXX XXX

Contract No. 028-C51


P-8
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

1-00.00 GENERAL ITEMS

1-01.00 Mobilization and Demobilization*


1-01.01 Mobilization - (60%) XXX LS XXX
1-01.02 Demobilization - (40%) XXX LS XXX

1-02.00 Royal Commission Manual Camp Accommodation Costs XXX LS XXX


(Equivalent to a total number of ____________ camp man-days)
(Category III, IV and V)

1-03.00 Instruction and Familiarization of Royal Commission Operations and Maintenance 150 Mh
Personnel

Contract No. 028-C51


P-9
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 1-00.00


XXX XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Note: * The mobilization and demobilization payments shall not exceed 10% of the total prices for pay items 2-00.00 to 4-00.00

2-00.00 SITE DEVELOPMENT

2-01.00 SITE PREPARATION AND EARTHWORKS

2-01.01 Earthworks
a. Excavation 1,385 m³
b. Imported fill 5,041 m³

2-01.02 Trial Trenches/Excavations 500 m

2-01.03 Demolition Works


a. Asphalt pavement (up to base course) including curbs 555 m²
b. Potable water line 308 m
c. Sanitary wastewater line (force main) 97 m
d. Lift station 52 m²
e. Stabilization tank and appurtances 230 m²
f. Existing structures 217 m²
g. Irrigation water line 182 m

Contract No. 028-C51


P - 10
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

h. Irrigation solenoid valve 2 Ea


i. Trees 16 Ea
j. Telecom duct bank 74 m
k. Multi-purpose hall building 739 m² -
l. Substation 2 Ea 11,350.00
m. Lighting poles 5 Ea 200.00
n. LV cables 258 m 15.00

2-06.00 ELECTRICAL POWER DISTRIBUTION SYSTEM

2-06.01 Unit Substations

2-06.01.01 Ring Main Units


a. 13.8kV, SF6 insulated, 3-Way 1 Ea 45,400.00
Device 1 ea 30,000.00
Grounding 1 lot 1,500.00
Splicing 1 Ea 11,000.00
test & Commissioning 1 lot 2,900.00
45,400

2-06.01.02 Unit Transformers


a. 1,000kVA 1 Ea 88,450.00
Device 1 ea 62,250.00

Contract No. 028-C51


P - 11
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

Splicing / Cable Termination 1 lot 21,700.00


Grounding 1 lot 1,500.00
test & Commissioning 1 lot 3,000.00
88,450

2-06.01.03 Block Wall Enclosure for Substation Including Steel Gate


a. Concrete masonry (CMU) block wall with reinforced concrete foundations, beams 10 m -
and columns including paint on cement plaster
b. Double leaf swing steel gate (4,700 mm length x 2,400 mm height) 1 Ea -

2-06.02 Power Distribution Panels, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-4X


a. ILVMCCB-11A, 1,600AT/1,600AF ACB, pad mounted 1 Ea 57,657.72
Device 1 ea 48,500.00
Foundation 1 ea 2,757.72
Terminal lug, 630 mm2 72 lot 75.00
test & commissioning 1 lot 1,000.00
57,658

2-06.03 15kV, XLPE Insulated/PVC Sheathed Cables

2-06.06 Grounding System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 9 m 20.00
a.2 70 mm² 19 m 40.00

Contract No. 028-C51


P - 12
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

b. Grounding rod, copper clad steel


b.1 16 mm diameter x 2,400 mm long 4 Ea 120.00

2-06.07 Reinforced Concrete Encased Duct Bank


a. MV duct bank
a.1 1.14 m x 0.50 m with 2 nos. of 160 mm diameter uPVC duct 8 m 652.96
Reinforced Concrete Encased uPVC Ductbank 8 m
2x160 mm dia PVC pipe 18 m
Spacer 6 ea

Contract No. 028-C51


P - 13
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

653

2-07.03 PVC Conduits


a. 75 mm diameter 933 m 39.61
75 mm Dia. PVC Pipe 910 m 6.95
Excavation & backfilling 910 m 16.75
2x50HDPE - SAND EXCAVATION & BACKFILLING-Telephone 170 m 34.25
red tiles 2275 ea 3.00
warning tape 910 m 2.00

40

2-07.04 Grounding System


a. Bare copper grounding conductor, tinned
a.1 10 mm² 23 m 8.50
b. Grounding rod, copper clad steel
b.1 16 mm diameter x 1,500 mm long 15 Ea 100.00

2-07.05 Area/Street Lighting Luminaires


a. Type CC 15 Ea 1,903.33
Bollard light 1 ea
Foundation 1 ea
Grounding 1 lot
1,903.33

Contract No. 028-C51


P - 14
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 2-00.00 XXX XXX XXX
(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 15
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-00.00 SIX-STOREY STUDENT DORMITORY

3-16.00 ELECTRICAL WORKS

3-16.01 Power, Lighting and Fire Alarm System

3-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP-1 1 Ea 62,500.00
b. MDP-2 1 Ea 32,500.00
c. DP-G1 1 Ea 11,700.00
d. DP-G2 1 Ea 14,700.00
e. DP-21 1 Ea 22,200.00
f. DP-22 1 Ea 11,700.00
g. DP-41 1 Ea 23,700.00
h. DP-42 1 Ea 13,200.00
i. PP-G1 1 Ea 3,750.00
j. PP-G2 1 Ea 4,050.00
k. PP-G3 1 Ea 2,435.00
l. PP-(11, 21, 31, 41, 51) 5 Ea 3,725.00
m. PP-(12, 22, 32, 42, 52) 5 Ea 3,725.00
n. PP-(13, 23, 33, 43, 53) 5 Ea 4,750.00
o. PP-(14, 24, 34, 44, 54) 5 Ea 4,965.00

Contract No. 028-C51


P - 16
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

p. WHP-G1 1 Ea 4,050.00
q. FCP-G1 1 Ea 4,745.00
r. FCP-G2 1 Ea 4,680.00
s. WHP-(11, 21, 31, 41, 51) 5 Ea 3,900.00
t. WHP-(12, 22, 32, 42, 52) 5 Ea 3,770.00
u. FCP-(11, 12, 21, 22, 31, 32, 41, 42, 51, 52) 10 Ea 6,130.00
v. MECH-R1 1 Ea 8,365.00
w. LCP-G1 1 Ea 4,315.00
x. LCP-G2 1 Ea 4,330.00
y. LCP-(11, 21, 31, 41, 51) 5 Ea 4,750.00
z. LCP-(12, 22, 32, 42, 52) 5 Ea 3,930.00

Contract No. 028-C51


P - 17
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

aa. LCP-R1 1 Ea 3,380.00

3-16.01.02 Lighting Fixtures


a. Type A 299 Ea 318.25
b. Type AA 101 Ea 603.25
c. Type B 116 Ea 178.60
d. Type BB 58 Ea 416.10
e. Type C 68 Ea 201.40
f. Type CC 18 Ea 438.90
g. Type D 36 Ea 171.00
h. Type DD 8 Ea 408.50
i. Type EE 30 Ea 493.65
j. Type F 23 Ea 193.80
k. Type H 18 Ea 294.50
l. Type I 18 Ea 285.00
m. Type J 39 Ea 824.94
a. Type A 413 Ea 322.05
b. Type B 320 Ea 559.55
c. Type C 41 Ea 432.25
d. Type D 234 Ea 669.75
e. Type E 1,053 Ea 394.25
f. Type F 351 Ea 679.25
g. Type G 41 Ea 178.60
h. Type H 77 Ea 416.10
i. Type I 1 Ea 178.60

Contract No. 028-C51


P - 18
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

j. Type J 76 Ea 416.10
k. Type K 4 Ea 429.40
l. Type L 2 Ea 691.90
m. Type M 215 Ea 206.15
n. Type N 49 Ea 223.25
o. Type O 15 Ea 460.75
p. Type P 34 Ea 414.20
q. Type Q 53 Ea 229.90
r. Type R 257 Ea 467.40
s. Type S 165 Ea 467.40
t. Type T 368 Ea 208.05
u. Type U 260 Ea 410.40
v. Type V 160 Ea 373.35
w. Type W 18 Ea 422.75

3-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 755 Ea 24.50
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 347 Ea 27.00
c. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 400 Ea 32.49

d. Light switch, 3-way, 1-pole, 2-gang, 20A, 250V, SASO approved 25 Ea 42.67
e. Light switch, 3-way, 1-pole, 3-gang, 20A, 250V, SASO approved 5 Ea 47.50
f. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 23 Ea 67.00
g. OLS (sets of combination switches) 1 Ea 195.00
h. Double pole glow switch "D" with flex outlet, 20A, 250V, SASO approved 54 Ea 70.50

Contract No. 028-C51


P - 19
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

i. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 88 Ea 115.75

3-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 11 Ea 345.00

3-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 2,066 Ea 40.99
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 209 Ea 305.00
SASO 2203
c. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), weatherproof, 10 Ea 382.00
13A, 250V, SASO 2203
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 3 Ea 339.62
e. Single special purpose outlet, 20A, 250V, 1-phase 163 Ea 133.00

3-16.01.06 Disconnect Switches, Non-Fusible Type


a. 30A, 600V, 2 pole, NEMA-12 413 Ea 410.55
b. 30A, 600V, 2 pole, NEMA-4X 4 Ea 1,224.86
c. 30A, 600V, 3 pole, NEMA-12 9 Ea 410.55
d. 60A, 600V, 3 pole, NEMA-12 2 Ea 638.68
e. 60A, 600V, 3 pole, NEMA-4X 4 Ea 1,589.46
4-16.01.06 Disconnect Switches, Non-Fusible Type
a. 30A, 600V, 2 pole, NEMA-12 54 Ea 410.55
b. 30A, 600V, 2 pole, NEMA-4X 5 Ea 1,224.86
c. 30A, 600V, 3 pole, NEMA-12 2 Ea 410.55
d. 100A, 600V, 3 pole, NEMA-4X 6 Ea 2,769.20

Contract No. 028-C51


P - 20
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.01.07 Transformer for Fire Smoke Dampers


a. 500VA, 230/24V, 1 phase, 60Hz 6 Ea 2,200.00

3-16.01.08 Uninterruptible Power Supply


a. 1kVA, 1-phase, 3-wires, 230V, 60Hz, NEMA-12 1 Ea 10,000.00

2-07.00 AREA/STREET LIGHTING SYSTEM

2-07.01 600/1,000V, XLPE Insulated/PVC Sheathed Cables


a. 4C x 10 mm² (Cu), unarmoured 933 m 32.16

2-07.02 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 6 mm² 933 m 7.00
a. 3C x 50 mm² (Cu), unarmoured 8 m 224.25
b. 1C x 500 mm² (Cu), AWA 325 m 495.03
1C-500 mm² 325 m 468.06
1C-185mm² - Grounding Cable 108 m 78.46
Excavation, back filling and compaction 100 m 2.89
red tiles 500 ea -
warning tape 200 m -

495

2-06.04 600/1,000V, XLPE Insulated/PVC Sheathed Cables

Contract No. 028-C51


P - 21
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. 4C x 185 mm² (Cu), SWA 416 m 449.57


4C-185 mm² 416 m 441.50
Terminal lug 32 ea 50.00
110mm UPVC Sleeves 24 m 15.78
Excavation, back filling and compaction 180 m 7.62
red tiles 900 ea -
warning tape 180 m -

449.55

b. 1C x 630 mm² (Cu), unarmoured 60 m 400.55


c. 1C x 630 mm² (Cu), AWA 1,440 m 442.76
1C-630 mm² 1500 m 433.20
Excavation, back filling and compaction 90 m 8.34
200mm UPVC Sleeves 120 m -
Cable ladder for trench 6 m -
red tiles 450 ea -
warning tape 180 m -

443

2-06.05 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 70 mm² 208 m 49.14
b. 95 mm² 125 m 73.13
3-16.01.09 600/1,000V, XLPE Insulated/PVC Sheathed Cables
a. 4C x 10 mm² (Cu), SWA 85 m 35.92

Contract No. 028-C51


P - 22
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

b. 4C x 25 mm² (Cu), SWA 134 m 72.20


c. 3C x 35 mm² (Cu), SWA 162 m 78.86
d. 4C x 35 mm² (Cu), SWA 390 m 94.99
e. 4C x 50 mm² (Cu), SWA 311 m 125.46
f. 4C x 95 mm² (Cu), SWA 7 m 234.54
g. 4C x 150 mm² (Cu), SWA 49 m 357.73
4C x 150 mm² (Cu), SWA 49 m
Terminal lug 16 ea

357.73
h. 4C x 185 mm² (Cu), SWA 5 m 436.95
4C x 185 mm² (Cu), SWA 5 m
Terminal lug 16 ea

436.95
i. 4C x 240 mm² (Cu), SWA 45 m 566.15
4C-240 mm² 45 m
Terminal lug 24 ea

566.14
j. 4C x 300 mm² (Cu), SWA 70 m 706.61
4C-300mm² 70 m
Terminal lug 40 ea

706.60

Contract No. 028-C51


P - 23
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.01.10 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 144,614 m 4.40
b. 10 mm² 7,091 m 10.00

3-16.01.11 450/750V, PVC Insulated Grounding Copper Cables, Single Core


a. 4 mm² 75,853 m 4.40
b. 6 mm² 85 m 7.00
c. 10 mm² 61 m 10.00
d. 16 mm² 934 m 12.50
e. 25 mm² 7 m 23.00
f. 35 mm² 49 m 29.40
g. 50 mm² 45 m 33.00
h. 70 mm² 70 m 50.40
4-16.01.07 600/1,000V, XLPE Insulated/PVC Sheathed Cables
a. 4C x 16 mm² (Cu), unarmoured 22 m 50.58
b. 3C x 25 mm² (Cu), unarmoured 29 m 57.00
c. 4C x 25 mm² (Cu), unarmoured 44 m 60.00
d. 4C x 35 mm² (Cu), unarmoured 29 m 76.00
e. 4C x 50 mm² (Cu), unarmoured 154 m 118.02
f. 4C x 150 mm² (Cu), unarmoured 22 m 300.56

4-16.01.08 450/750V, PVC Insulated Copper Wires, Single Core


a. 4 mm² 18,251 m 4.40
b. 6 mm² 176 m 6.40

4-16.01.09 450/750V, PVC Insulated Grounding Copper Cables, Single Core

Contract No. 028-C51


P - 24
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. 4 mm² 9,126 m 4.40


b. 6 mm² 88 m 6.40
c. 10 mm² 66 m 10.00
d. 16 mm² 183 m 12.60

Contract No. 028-C51


P - 25
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

e. 35 mm² 22 m 29.40

3-16.01.12 PVC Conduits


a. 20 mm diameter 53,245 m 4.30
b. 25 mm diameter 480 m 6.60
c. 32 mm diameter 3,223 m 9.42

3-16.01.13 EMT Conduits


a. 20 mm diameter 19,809 m 8.07
b. 50 mm diameter 77 m 29.52

3-16.01.14 Flexible Metallic Conduits


a. 20 mm diameter 2,572 m 9.40

3-16.01.15 Rigid Galvanized Steel Conduits


a. 50 mm diameter 622 m 63.09
b. 75 mm diameter 282 m 140.68
c. 100 mm diameter 46 m 205.50

3-16.01.16 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 51 m 26.10
a.2 50 mm² 480 m 34.00

Contract No. 028-C51


P - 26
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a.3 120 mm² 401 m 65.00


b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 20 Ea 139.20
b.2 20 mm diameter x 3,000 mm long with inspection pit 5 Ea 253.20
c. Grounding busbar, 800 mm length x 90 mm width x 10 mm thick 6 Ea 680.00
d. Bare copper tape, 25 mm width x 3 mm thick 524 m 53.00
e. Air terminal, 15 mm diameter x 600 mm long 36 Ea 188.00

3-16.01.17 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 10 loops 1 Ea 119,000.00
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 830 Ea 463.00
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 4 Ea 345.00
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 16 Ea
1,195.00
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 49 Ea 358.00

Contract No. 028-C51


P - 27
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f. Fire alarm bell, UL listed 48 Ea 408.00


g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm² (Cu) 7,966 m -
g.2 2.5 mm² (Cu) 2,916 m -

Contract No. 028-C51


P - 28
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-16.01.16 Fire Alarm System


a. Microprocessor based addressable fire alarm control panel (FACP), 4 loops 2 Ea 52,000.00
b. Addressable smoke detector, photoelectric and self diagnostic type, UL listed 104 Ea 443.00
c. Addressable heat detector, photoelectric and self diagnostic type, UL listed 18 Ea 345.00
d. Addressable air duct smoke detector with remote LED indicator, photoelectric 12 Ea 1,195.00
type, UL listed
e. Addressable manual fire alarm pull station, UL listed 16 Ea 358.00
f. Fire alarm bell, UL listed 14 Ea 408.00
g. 600V fire alarm cable, shielded and twisted pair, fire retardant
g.1 1.5 mm², (Cu) 1,093 m -
g.2 2.5 mm² (Cu) 329 m -

3-16.02 Telecommunication

3-16.02.01 Telephone System


a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea 1,515.00
b. 5-way backbone mount frame, 2/10 6 Ea 350.00
c. Krone blocks, LSA-Plus, 2/10 30 Ea 60.00
d. Hinged label holder, 2/10 30 Ea 300.00
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 132 m 99.00
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 3,465 m 12.98
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 178 m 1.90
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 90 Ea 51.00
i. Single line telephone set 90 Ea 800.00

Contract No. 028-C51


P - 29
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 5 Ea 900.00
a.2 24-ports 1 Ea 1,800.00
b. RJ-45 patch panel, Cat. 6, UTP
b.1 48-ports 24 Ea 2,160.00
c. Cabinets
c.1 42U rack equipped with fan ventilation 6 Ea 15,000.00
d. Distribution switch
d.1 48-ports FO 1 Ea 125,000.00
e. Ethernet switch
e.1 48-ports UTP 24 Ea 40,000.00
f. Unshielded twisted pair (UTP) cable, Cat. 6 48,398 m 9.00

Contract No. 028-C51


P - 30
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

g. Uninterruptible power supply, 5.0kVA with battery pack 6 Ea 19,977.41


h. Wireless access point 54 Ea 4,500.00
i. Data outlet
i.1 Wall mounted 516 Ea 81.00
i.2 Floor mounted 4 Ea 350.00
j. Data outlet, ceiling mounted
j.1 Wireless access point 54 Ea 80.00
j.2 IP-CCTV cameras 54 Ea 80.00
j.3 Wireless access point (ACS) 53 Ea 80.00
k. Data outlet, wall mounted
k.1 IP-Clock 54 Ea 80.00
k.2 BMS system 1 Ea 80.00
k.3 Fire alarm control panel 1 Ea 80.00
l. Conduits
l.1 EMT conduits, 25 mm diameter 1,380 m -
l.2 PVC conduits, 25 mm diameter 2,192 m -
m. Color laser printer 1 Ea 5,500.00
4-16.02.01 Telephone System
a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea 1,515.00
b. 5-way backbone mount frame, 2/10 36 Ea 350.00
c. Krone blocks, LSA-Plus, 2/10 36 Ea 60.00
d. Hinged label holder, 2/10 36 Ea 300.00
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30 m 99.00
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744 m 17.10
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164 m 4.80

Contract No. 028-C51


P - 31
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83 Ea 102.00
i. Single line telephone set 83 Ea 800.00

4-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 4 Ea 3,700.00
a.2 24-ports 1 Ea 1,800.00
a.3 48-ports 1 Ea 3,700.00

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2 Ea 1,200.00
b.2 48-ports 5 Ea 2,160.00
c. Cabinets
c.1 21U rack equipped with fan ventilation 1 Ea 7,500.00
c.2 42U rack equipped with fan ventilation 3 Ea 12,800.00
c.3 12U rack equipped with fan ventilation 2 Ea 3,500.00
d. Distribution switch
d.1 48-ports FO 2 Ea 125,000.00
e. Ethernet switch
e.1 24-ports UTP 2 Ea 28,000.00
e.2 48-ports UTP 5 Ea 40,000.00
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545 m 18.00
g. Uninterruptible power supply, 3.0kVA with battery pack 6 Ea 13,500.00
h. Wireless access point 30 Ea 4,500.00

Contract No. 028-C51


P - 32
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

i. Data outlet
i.1 Wall mounted 74 Ea 81.00
i.2 Floor mounted 62 Ea 575.00
j. Data outlet, ceiling mounted
j.1 Wireless access point 30 Ea 81.00
j.2 IP-CCTV cameras 6 Ea 81.00
j.3 Wireless access point (ACS) 8 Ea 81.00
k. Data outlet, wall mounted
k.1 IP-Clock 32 Ea 81.00
k.2 BMS system 2 Ea 81.00
k.3 Fire alarm control panel 2 Ea 81.00
l. Conduits
l.1 EMT conduits, 25 mm diameter 236 m -
l.2 PVC conduits, 25 mm diameter 359 m -
m. Color laser printer 1 Ea 5,500.00

3-16.02.03 Cable Tray, Conduits, Boxes and Fittings


a. Cable ladder, 200 mm width x 75 mm depth 7 m 450.00
b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 146 m 85.00
c. Cable trunking
c.1 200 mm width x 75 mm depth 146 m 66.40
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 1 Ea 700.00
e. Utility box 1,115 Ea 7.50
f. Conduits

Contract No. 028-C51


P - 33
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f.1 PVC conduits, 50 mm diameter 240 m 14.35

3-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea 120.00

Contract No. 028-C51


P - 34
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

b. Clamp ground, 16 mm LG clamp, bolted 2 Ea 25.00


c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea 450.00
d. Bare copper grounding conductor, 120 mm² 114 m 60.00
e. Ground wire, 16 mm², insulated copper wire (green) 684 m 9.00
f. Connector terminal lug, 14 mm² 48 Ea 3.00
g. Connector terminal lug, 120 mm² 120 Ea 17.00

3-16.02.05 Access Control System


a. Access control workstation including printer 1 Ea 46,536.00
b. Wireless access point 53 Ea 7,700.00
c. Smart RFID door handle
c.1 Single door assembly 407 Ea 5,671.50
c.2 Double door assembly 13 Ea 10,464.00
d. Online controller 2 Ea 55,120.00
e. Door manager 6 Ea 17,400.00
f. RFID card reader 13 Ea 18,018.00
4-16.02.05 Access Control System
a. Access control workstation including printer 2 Ea 46,536.00
b. Wireless access point 8 Ea 7,700.00
c. Smart RFID door handle
c.1 Single door assembly 56 Ea 5,671.50
c.2 Double door assembly 6 Ea 10,464.00
d. Online controller 2 Ea 55,120.00
e. Door manager 2 Ea 17,400.00
f. RFID card reader 6 Ea 18,018.00

Contract No. 028-C51


P - 35
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.02.06 CCTV System


a. Monitoring workstation with video management software 1 Ea 25,500.00
b. Centralized network video recorder 1 Ea 117,270.00
c. Cameras
c.1 Indoor, fixed dome IP-camera, ceiling mounted 44 Ea 7,550.00
c.2 Outdoor, fixed IP-camera, wall mounted 14 Ea 10,964.00
c.3 Indoor, panoramic IP-camera, ceiling mounted 6 Ea 17,600.00
4-16.02.06 CCTV System
a. Monitoring workstation with video management software 2 Ea 25,500.00
b. Centralized network video recorder 2 Ea 114,924.60
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6 Ea 26,014.00
c.2 Outdoor, fixed IP-camera, wall mounted 8 Ea 10,914.00

c.4 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 4 Ea 33,000.00

3-16.02.07 Clock System


a. Master clock 1 Ea 23,343.00
b. Wall mounted IP-clock
b.1 Double face 49 Ea 9,884.00
b.2 Single face 9 Ea 8,301.00
4-16.02.07 Clock System
a. Master clock 2 Ea 23,443.00
b. Wall mounted IP-clock

Contract No. 028-C51


P - 36
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

b.1 Double face 6 Ea 9,884.00


b.2 Single face 26 Ea 6,301.00
380,066.00

Contract No. 028-C51


P - 37
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

3-16.02.08 Public Address System


a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 1 Ea 6,300.00
a.2 Power amplifier, 1 x 300 watts 6 Ea 3,850.00
a.3 Paging matrix, 2 x 8 zone 1 Ea 22,000.00
a.4 Uninterruptible power supply, 3.0kVA with battery pack 1 Ea 5,500.00
a.5 Mixer 1 Ea 5,500.00
b. Microphone
b.1 Microphone, 8 zone 1 Ea 2,750.00
c. Speaker
c.1 Ceiling mounted speaker, 10W 170 Ea 522.50
c.2 Wall mounted horn speaker, 20W 4 Ea 852.50
d. Conduits
d.1 EMT conduits, 25 mm diameter 2,088 m -
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 2,436 m -
f. Volume controller 1 Ea 330.00
g. Monitor unit 1 Ea 1,650.00
h. Network audio adapter 1 Ea 8,800.00
4-16.02.08 Public Address System
a. Public address rack equipment
a.1 15U rack equipped with fan ventilation 2 Ea 6,300.00
a.2 Power amplifier, 1 x 100 watts 6 Ea 3,850.00
a.3 Paging matrix, 2 x 8 zone 2 Ea 22,000.00
a.4 Uninterruptible power supply, 3.0kVA with battery pack 2 Ea 5,500.00

Contract No. 028-C51


P - 38
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a.5 Mixer 2 Ea 5,500.00


b. Microphone
b.1 Microphone, 8 zone 2 Ea 2,750.00
c. Speaker
c.1 Ceiling mounted horn speaker, 5W 47 Ea 522.50
d. Conduits
d.1 EMT conduits, 25 mm diameter 168 m -
d.2 PVC conduits, 25 mm diameter 68 m -
e. Cables
e.1 Speaker cable, 2.5 mm², shielded, 1 pair 758 m -
f. Volume controller 8 Ea 330.00
g. Monitor unit 2 Ea 1,650.00

h. Network audio adapter 2 Ea 8,800.00

3-16.02.09 CATV System


a. Adjustable amplifier 12 Ea 2,370.00
b. Splitter
b.1 8-Way splitter 12 Ea 145.00
c. Indoor tap-off
c.1 1-Way tap-off 446 Ea 73.00
d. End line terminator 90 Ea 6.00
e. CATV outlet, single gang 378 Ea 81.00
f. Conduit
f.1 EMT conduits, 25 mm diameter 1,674 m 10.86

Contract No. 028-C51


P - 39
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f.2 PVC conduits, 25 mm diameter 1,004 m 6.60

Contract No. 028-C51


P - 40
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

g. Cable
g.1 RG-6 coaxial cable 3,045 m 5.00
g.2 RG-11 coaxial cable 546 m 6.75
h. CATV/TVB box, flush mounted (600 mm height x 400 mm width x 200 mm depth) 6 Ea 700.00

3-16.03 Instrumentation

3-16.03.01 Monitoring and Control Equipment for Pump Station


a. 32 inch human machine interface (HMI) to be installed in existing O&M building 1 Ea -
b. 21 inch touch screen operator station 2 Ea -
c. Laptop computer as an engineering station 1 Ea -
d. Color laser jet printer 1 Ea -
e. Server for SCADA 1 Ea -

Contract No. 028-C51


P - 41
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 3-00.00


XXX XXX XXX

(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 42
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-00.00 THREE-STOREY FIRST YEAR STUDENT ORIENTATION BUILDING, TWO (2)


BUILDINGS

4-01.00 GENERAL REQUIREMENTS (NOT USED) XXX XXX XXX

4-16.00 ELECTRICAL WORKS

4-16.01 Power, Lighting and Fire Alarm System

4-16.01.01 Lighting/Power Panel, 400/230V, 3-Phase, 4-Wires, 60Hz, NEMA-12


a. MDP (bldg. 1) 1 Ea 14,320.00
b. MDP (bldg. 2) 1 Ea 14,320.00
c. PP-HVAC (bldg. 1) 1 Ea 6,034.00
d. PP-HVAC (bldg. 2) 1 Ea 6,034.00
e. PP-G (bldg. 1) 1 Ea 14,850.00
f. PP-G (bldg. 2) 1 Ea 14,850.00
g. PP-F (bldg. 1) 1 Ea 13,150.00
h. PP-F (bldg. 2) 1 Ea 13,150.00
i. PP-S (bldg. 1) 1 Ea 13,000.00

j. PP-S (bldg. 2) 1 Ea 13,000.00


k. LCP (bldg. 1) 1 Ea 14,500.00
l. LCP (bldg. 2) 1 Ea 14,500.00

Contract No. 028-C51


P - 43
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-16.01.02 Lighting Fixtures

4-16.01.03 Lighting/Power Switches


a. Light switch, 1-way, 1-pole, 1-gang, 20A, 250V, SASO approved 81 Ea 24.50
b. Light switch, 1-way, 1-pole, 2-gang, 20A, 250V, SASO approved 11 Ea 31.00
c. Light switch, 1-way, 1-pole, 3-gang, 20A, 250V, SASO approved 7 Ea 35.00
d. Light switch, 3-way, 1-pole, 1-gang, 20A, 250V, SASO approved 4 Ea 37.00
e. Light switch, 4-way (intermediate), 1-pole, 1-gang, 20A, 250V, SASO approved 1 Ea 62.75

Contract No. 028-C51


P - 44
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

f. 13A spur unit unswitched type, with 5A fuse and glow lamp 2 Ea 100.00
g. Double pole glow switch "D" with flex outlet, 45A, 250V, SASO approved 3 Ea 113.00

4-16.01.04 Photoelectric Cell Switch


a. 230V, with 20A contactor and override switch 2 Ea 350.00

4-16.01.05 Power Receptacles


a. Duplex receptacle outlet, switched type, 13A, 250V, SASO 2203 345 Ea 52.50
b. Duplex receptacle outlet, switched type, RCD (100 mA sensitivity), 13A, 250V, 11 Ea 322.00
SASO 2203
c. Duplex receptacle outlet, switched type, weatherproof, 13A, 250V, SASO 2203 38 Ea 290.00
d. Duplex receptacle outlet, switched type, floor mounted, 13A, 250V, SASO 2203 73 Ea 400.00

e. Duplex receptacle outlet, switched type, ceiling mounted, 13A, 250V, SASO 2203 23 Ea 42.50

4-16.01.10 PVC Conduits


a. 20 mm diameter 7,975 m 3.05
b. 25 mm diameter 248 m 5.83
c. 63 mm diameter 60 m 18.16

4-16.01.11 EMT Conduits


a. 20 mm diameter 772 m 6.86

Contract No. 028-C51


P - 45
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

4-16.01.12 Flexible Metallic Conduits


a. 20 mm diameter 794 m 7.82

4-16.01.13 Rigid Galvanized Steel Conduits


a. 63 mm diameter 52 m 106.49
b. 75 mm diameter 140 m 140.68
c. 110 mm diameter 20 m 205.50

4-16.01.14 Metallic Pull Box


a. 500 mm length x 200 mm width x 150 mm depth, NEMA-4X 2 Ea 2,500.00

4-16.01.15 Grounding and Lightning Protection System


a. Bare copper grounding conductor, tinned
a.1 35 mm² 98 m 26.10
a.2 50 mm² 212 m 34.00
a.3 120 mm² 245 m 65.00
b. Grounding rod, copper clad steel
b.1 20 mm diameter x 3,000 mm long without inspection pit 4 m 118.00
b.2 20 mm diameter x 3,000 mm long with inspection pit 8 m 214.00
c. Bare copper tape, 25 mm width x 3 mm thick 238 m 53.00
d. Air terminal, 15 mm diameter x 600 mm long 30 m 188.00

4-16.02 Telecommunication

4-16.02.01 Telephone System

Contract No. 028-C51


P - 46
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. Indoor distribution box, 320 mm length x 210 mm width x 120 mm height 6 Ea 1,515.00
b. 5-way backbone mount frame, 2/10 36 Ea 350.00
c. Krone blocks, LSA-Plus, 2/10 36 Ea 60.00
d. Hinged label holder, 2/10 36 Ea 300.00
e. Telephone cable, 25 pairs, LSH, plenum type (vertical cabling) 30 m 49.50
f. UTP cable, Cat. 3, No. 24 AWG, plenum type 1,744 m 8.55
g. Telephone jumper wire, blue white, one pair, No. 24 AWG 164 m 2.40
h. Telephone outlet, Cat. 3 6P6C (RG-11), single gang with faceplate 83 Ea 51.00
i. Single line telephone set 83 Ea 800.00

4-16.02.02 Data System


a. Fiber optic patch panel
a.1 6-ports 4 Ea 3,700.00
a.2 24-ports 1 Ea 1,800.00
a.3 48-ports 1 Ea 3,700.00

b. RJ-45 patch panel, Cat. 6, UTP


b.1 24-ports 2 Ea 1,200.00
b.2 48-ports 5 Ea 2,160.00
c. Cabinets
c.1 21U rack equipped with fan ventilation 1 Ea 7,500.00
c.2 42U rack equipped with fan ventilation 3 Ea 12,800.00
c.3 12U rack equipped with fan ventilation 2 Ea 3,500.00
d. Distribution switch

Contract No. 028-C51


P - 47
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

d.1 48-ports FO 2 Ea 125,000.00


e. Ethernet switch
e.1 24-ports UTP 2 Ea 28,000.00
e.2 48-ports UTP 5 Ea 40,000.00
f. Unshielded twisted pair (UTP) cable, Cat. 6 5,545 m 9.00
g. Uninterruptible power supply, 3.0kVA with battery pack 6 Ea 13,500.00
h. Wireless access point 30 Ea 4,500.00
i. Data outlet
i.1 Wall mounted 74 Ea 81.00
i.2 Floor mounted 62 Ea 575.00
j. Data outlet, ceiling mounted
j.1 Wireless access point 30 Ea 81.00
j.2 IP-CCTV cameras 6 Ea 81.00
j.3 Wireless access point (ACS) 8 Ea 81.00
k. Data outlet, wall mounted
k.1 IP-Clock 32 Ea 81.00
k.2 BMS system 2 Ea 81.00
k.3 Fire alarm control panel 2 Ea 81.00
l. Conduits
l.1 EMT conduits, 25 mm diameter 236 m 10.86
l.2 PVC conduits, 25 mm diameter 359 m 6.60
m. Color laser printer 1 Ea 5,500.00

4-16.02.03 Cable Tray, Conduits, Boxes and Fittings

Contract No. 028-C51


P - 48
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

a. Cable ladder, 200 mm width x 75 mm depth 30 m 450.00


b. Cable tray, heavy duty galvanized steel
b.1 200 mm width x 75 mm depth 300 m 85.00
c. Cable trunking
c.1 200 mm width x 75 mm depth 26 m 66.40
d. Pull box, flush mounted (406 mm height x 305 mm width x 203 mm depth) 4 Ea 362.00
e. Utility box 197 Ea 8.00
f. Conduits
f.1 PVC conduits, 50 mm diameter 96 m 14.35

4-16.02.04 Telecommunication Grounding System


a. Grounding rod, 16 mm diameter x 2,440 mm long 2 Ea 120.00
b. Clamp ground, 16 mm LG clamp, bolted 6 Ea 25.00
c. TMGB, 400 mm length x 100 mm width x 5 mm thick 6 Ea 450.00
d. Bare copper grounding conductor, 120 mm² 114 m 60.00
e. Ground wire, 16 mm², insulated copper wire (green) 420 m 9.00
f. Connector terminal lug, 14 mm² 24 Ea 3.00
g. Connector terminal lug, 120 mm² 60 Ea 17.00

4-16.02.05 Access Control System


a. Access control workstation including printer 2 Ea 24,268.00
b. Wireless access point 8 Ea 3,850.00
c. Smart RFID door handle
c.1 Single door assembly 56 Ea 2,985.00
c.2 Double door assembly 6 Ea 5,450.00
d. Online controller 2 Ea 27,560.00

Contract No. 028-C51


P - 49
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

e. Door manager 2 Ea 8,700.00


f. RFID card reader 6 Ea 9,100.00

4-16.02.06 CCTV System


a. Monitoring workstation with video management software 2 Ea 12,750.00
b. Centralized network video recorder 2 Ea 57,462.30
c. Cameras
c.1 Indoor, dome PTZ IP-camera 360 deg. rotating, ceiling mounted 6 Ea 13,007.00
c.2 Outdoor, fixed IP-camera, wall mounted 8 Ea 5,457.00

4-16.02.07 Clock System


a. Master clock 2 Ea 21,443.00
b. Wall mounted IP-clock
b.1 Double face 6 Ea 4,134.00
b.2 Single face 26 Ea 2,551.00
214,336.34

4-16.02.09 CATV System


a. Adjustable amplifier (40 dB) 2 Ea 3,300.00
b. Splitter
b.1 4-Way splitter 2 Ea 1,350.00
c. Indoor tap-off
c.1 1-Way tap-off 15 Ea 73.00

Contract No. 028-C51


P - 50
FORM OF PROPOSAL BIDDER : ___________________________
SECTION 2 - SCHEDULE OF QUANTITIES AND PRICES DATE : ___________________________
SIGNATURE : ___________________________

PAY ITEM NO.


(Refer to Attach "D" DESCRIPTION OF ITEM ESTIMATED UNIT PRICE
UNIT
QUANTITY (SR)
Article 2.03)

d. End line terminator 7 Ea 6.00


e. CATV outlet, single gang 15 Ea 81.00
f. Conduit
f.1 EMT conduits, 25 mm diameter 175 m 10.86
g. Cable
g.1 RG-6 coaxial cable 180 m 5.00
g.2 RG-11 coaxial cable 111 m 6.75
h. CATV/TVB box, flush mounted (400 mm height x 400 mm width x 200 mm depth) 2 Ea 700.00

4-16.02.10 Audio/Visual System


a. Inter-active white board 20 Ea 44,125.00
b. Ultra short throw multi-media projector 23 Ea 11,312.00
c. Speakers 46 Ea 1,533.00
d. Computer sets 23 Ea 15,250.00
e. Motorized projection screen 3 Ea 21,670.00
f. Speaker cable, 2.5 mm², shielded, 1 pair 913 m -
g. Data outlet
g.1 Wall mounted 23 Ea -
g.2 Floor mounted 23 Ea -

TOTAL ESTIMATED CONTRACT PRICE FOR PAY ITEM NO. 4-00.00


XXX XXX XXX

(TO BE CARRIED TO COMPOSITE SUMMARY)

Contract No. 028-C51


P - 51
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 52
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 53
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

292,922.98

17,110,679.62

3,884,290.43

Contract No. 028-C51


P - 54
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

21,287,893.03

Contract No. 028-C51


P - 55
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 56
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

Contract No. 028-C51


P - 57
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

-
22,700.00
1,000.00
3,870.00

45,400.00

88,450.00

Contract No. 028-C51


P - 58
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

57,657.72

180.00
760.00

Contract No. 028-C51


P - 59
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

480.00

5,223.68

Contract No. 028-C51


P - 60
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

36,956.13

195.50

1,500.00

28,549.95

Contract No. 028-C51


P - 61
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

292,922.98

Contract No. 028-C51


P - 62
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

62,500.00
32,500.00
11,700.00
14,700.00
22,200.00
11,700.00
23,700.00
13,200.00
3,750.00
4,050.00
2,435.00
18,625.00
18,625.00
23,750.00
24,825.00

Contract No. 028-C51


P - 63
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

4,050.00
4,745.00
4,680.00
19,500.00
18,850.00
61,300.00
8,365.00
4,315.00
4,330.00
23,750.00
19,650.00

Contract No. 028-C51


P - 64
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

3,380.00

95,156.75
60,928.25
20,717.60
24,133.80
13,695.20
7,900.20
6,156.00
3,268.00
14,809.50
4,457.40
5,301.00
5,130.00
32,172.66
133,006.65
179,056.00
17,722.25
156,721.50
415,145.25
238,416.75
7,322.60
32,039.70
178.60

Contract No. 028-C51


P - 65
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

31,623.60
1,717.60
1,383.80
44,322.25
10,939.25
6,911.25
14,082.80
12,184.70
120,121.80
77,121.00
76,562.40
106,704.00
59,736.00
7,609.50

18,497.50
9,369.00
12,996.00

1,066.75
237.50
1,541.00
195.00
3,807.00

Contract No. 028-C51


P - 66
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

10,186.00

3,795.00

84,685.34
63,745.00

3,820.00

1,018.86
21,679.00

169,557.15
4,899.44
3,694.95
1,277.36
6,357.84

22,169.70
6,124.30
821.10
16,615.20

Contract No. 028-C51


P - 67
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

13,200.00

10,000.00

30,005.28

6,531.00
1,794.00
160,884.75

Contract No. 028-C51


P - 68
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

187,021.12

24,033.24
637,574.40

10,221.12
9,141.25

3,053.20

Contract No. 028-C51


P - 69
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

9,674.80
12,775.32
37,046.10
39,018.06
1,641.78
17,528.77

2,184.75

25,476.75

49,462.70

Contract No. 028-C51


P - 70
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

636,301.60
70,910.00

333,753.20
595.00
610.00
11,675.00
161.00
1,440.60
1,485.00
3,528.00

1,112.76
1,653.00
2,640.00
2,204.00
18,175.08
6,612.32

80,304.40
1,126.40

Contract No. 028-C51


P - 71
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

40,154.40
563.20
660.00
2,305.80

Contract No. 028-C51


P - 72
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

646.80

228,953.50
3,168.00
30,360.66

159,858.63
2,273.04

24,176.80

39,241.98
39,671.76
9,453.00

1,331.10
16,320.00

Contract No. 028-C51


P - 73
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

26,065.00

2,784.00
1,266.00
4,080.00
27,772.00
6,768.00

119,000.00
384,290.00
1,380.00

19,120.00

17,542.00

Contract No. 028-C51


P - 74
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

19,584.00

-
-

Contract No. 028-C51


P - 75
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

104,000.00
46,072.00
6,210.00
14,340.00

5,728.00
5,712.00

-
-

9,090.00
2,100.00
1,800.00
9,000.00
13,068.00
44,975.70
338.20
4,590.00
72,000.00

Contract No. 028-C51


P - 76
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

4,500.00
1,800.00

51,840.00

90,000.00

125,000.00

960,000.00
435,582.00

Contract No. 028-C51


P - 77
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

119,864.46
243,000.00

41,796.00
1,400.00

4,320.00
4,320.00
4,240.00

4,320.00
80.00
80.00

-
-
5,500.00

9,090.00
12,600.00
2,160.00
10,800.00
2,970.00
29,822.40
787.20

Contract No. 028-C51


P - 78
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

8,466.00
66,400.00

14,800.00
1,800.00
3,700.00

2,400.00
10,800.00

7,500.00
38,400.00
7,000.00

250,000.00

56,000.00
200,000.00
99,810.00
81,000.00
135,000.00

Contract No. 028-C51


P - 79
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

5,994.00
35,650.00

2,430.00
486.00
648.00

2,592.00
162.00
162.00

-
-
5,500.00

3,150.00

12,410.00

9,694.40
700.00
8,362.50

Contract No. 028-C51


P - 80
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

3,444.00

240.00

Contract No. 028-C51


P - 81
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

50.00
2,700.00
6,840.00
6,156.00
144.00
2,040.00

46,536.00
408,100.00

2,308,300.50
136,032.00
110,240.00
104,400.00
234,234.00

93,072.00
61,600.00

317,604.00
62,784.00
110,240.00
34,800.00
108,108.00

Contract No. 028-C51


P - 82
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

25,500.00
117,270.00

332,200.00
153,496.00
105,600.00

51,000.00
229,849.20

156,084.00
87,312.00

132,000.00

23,343.00

484,316.00
74,709.00

46,886.00

Contract No. 028-C51


P - 83
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

59,304.00
163,826.00

Contract No. 028-C51


P - 84
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

6,300.00
23,100.00
22,000.00
5,500.00
5,500.00

2,750.00

88,825.00
3,410.00

-
330.00
1,650.00
8,800.00

12,600.00
23,100.00
44,000.00
11,000.00

Contract No. 028-C51


P - 85
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

11,000.00

5,500.00

24,557.50

-
-

-
2,640.00
3,300.00

17,600.00

28,440.00

1,740.00

32,558.00
540.00
30,618.00

18,179.64

Contract No. 028-C51


P - 86
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

6,626.40

Contract No. 028-C51


P - 87
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

15,225.00
3,685.50
4,200.00

-
-
-
-
-

Contract No. 028-C51


P - 88
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

17,110,679.62

Contract No. 028-C51


P - 89
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

XXX

14,320.00
14,320.00
6,034.00
6,034.00
14,850.00
14,850.00
13,150.00
13,150.00
13,000.00

13,000.00
14,500.00
14,500.00

Contract No. 028-C51


P - 90
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

1,984.50
341.00
245.00
148.00
62.75

Contract No. 028-C51


P - 91
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

200.00
339.00

700.00

18,112.50
3,542.00

11,020.00
29,200.00

977.50

24,323.75
1,445.84
1,089.60

5,295.92

Contract No. 028-C51


P - 92
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

6,209.08

5,537.48
19,695.20
4,110.00

5,000.00

2,557.80
7,208.00
15,925.00

472.00
1,712.00
12,614.00
5,640.00

Contract No. 028-C51


P - 93
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

9,090.00
12,600.00
2,160.00
10,800.00
1,485.00
14,911.20
393.60
4,233.00
66,400.00

14,800.00
1,800.00
3,700.00

2,400.00
10,800.00

7,500.00
38,400.00
7,000.00

Contract No. 028-C51


P - 94
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

250,000.00

56,000.00
200,000.00
49,905.00
81,000.00
135,000.00

5,994.00
35,650.00

2,430.00
486.00
648.00

2,592.00
162.00
162.00

2,562.96
2,369.40
5,500.00

Contract No. 028-C51


P - 95
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

13,500.00

25,500.00

1,726.40
1,448.00
1,576.00

1,377.60

240.00
150.00
2,700.00
6,840.00
3,780.00
72.00
1,020.00

48,536.00
30,800.00

167,160.00
32,700.00
55,120.00

Contract No. 028-C51


P - 96
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

17,400.00
54,600.00

25,500.00
114,924.60

78,042.00
43,656.00

42,886.00

24,804.00
66,326.00

6,600.00

2,700.00

1,095.00

Contract No. 028-C51


P - 97
_______________________________________________
_______________________________________________
_______________________________________________

AMOUNT
(SR)

42.00
1,215.00

1,900.50

900.00
749.25
1,400.00

882,500.00
260,176.00
70,518.00
350,750.00
65,010.00
-

-
-

3,884,290.43

Contract No. 028-C51


P - 98
1 Ring Main Unit Saudi Lucy 30,000.00
2 Transformers STC 60,800.00
3 Panel Board EAM F CO 621,655.00
4 Disconnecting Switch Abunayyan 231,517.01
5 Lighting Fixtures Nardeen 2,044,455.32
6 Cables Fowzan 1,230,682.00
7 Fire Alarm System Al Matbouli 353,248.00
8 Telephone & Data System LMT 2,685,401.99
9 Clock System SPS 314,877.60
10 Public address system Al Matbouli 305,862.50
11 Audio Visual System Khaldi EST 779,750.00
12 CCTV System LMT 695,155.60
13 Access Control System Saudi Netlink 1,691,543.78
11,044,948.79
33,600.00
68,096.00 90000
696,253.60
259,299.05
2,289,789.96
1,378,363.84
395,637.76
3,007,650.23
352,662.91
342,566.00
935,700.00
778,574.27
1,894,529.03
3-16.02.05 Access Control System
a. Access control workstation including printer 1 Ea 21,900.00
b. Wireless access point 53 Ea 3,000.00
c. Smart RFID door handle
c.1 Single door assembly 407 Ea 980.00
c.2 Double door assembly 13 Ea 1,100.00
d. Online controller 2 Ea 10,500.00
e. Door manager 6 Ea 5,000.00
f. RFID card reader 13 Ea 3,000.00

4-16.02.05 Access Control System


a. Access control workstation including printer 2 Ea 21,900.00
b. Wireless access point 8 Ea 3,000.00
c. Smart RFID door handle
c.1 Single door assembly 56 Ea 980.00
c.2 Double door assembly 6 Ea 1,100.00
d. Online controller 2 Ea 10,500.00
e. Door manager 2 Ea 5,000.00
f. RFID card reader 6 Ea 3,000.00
21,900.00 22,268.00 22,268.00 21,900.00 21,900.00 1200 23,100.00 23,100.00
159,000.00 3,850.00 204,050.00 3,000.00 159,000.00 800 3,800.00 201,400.00
- - -
398,860.00 2,686.50 1,093,405.50 980.00 398,860.00 1000 1,980.00 805,860.00
14,300.00 5,014.00 65,182.00 1,100.00 14,300.00 1000 2,100.00 27,300.00
21,000.00 27,560.00 55,120.00 10,500.00 21,000.00 5000 15,500.00 31,000.00
30,000.00 8,700.00 52,200.00 5,000.00 30,000.00 1500 6,500.00 39,000.00
39,000.00 8,918.00 115,934.00 3,000.00 39,000.00 2000 5,000.00 65,000.00

- - -
43,800.00 22,268.00 44,536.00 21,900.00 43,800.00 1200 23,100.00 46,200.00
24,000.00 3,850.00 30,800.00 3,000.00 24,000.00 800 3,800.00 30,400.00
- - -
54,880.00 2,686.50 150,444.00 980.00 54,880.00 500 1,480.00 82,880.00
6,600.00 5,014.00 30,084.00 1,100.00 6,600.00 1000 2,100.00 12,600.00
21,000.00 27,560.00 55,120.00 10,500.00 21,000.00 5000 15,500.00 31,000.00
10,000.00 8,700.00 17,400.00 5,000.00 10,000.00 1500 6,500.00 13,000.00
18,000.00 8,918.00 53,508.00 3,000.00 18,000.00 2000 5,000.00 30,000.00
1,990,051.50 862,340.00 1,438,740.00
576,400.00
3-16.02.05 Access Control System Material Mat T
1 Access control workstation 1 Ea 22,268.00 17,900.00 17,900.00
2 printer 1 Ea -
3 Wireless access point 53 Ea 3,850.00 3,700.00 196,100.00
4 Smart RFID door handle -
a Single door assembly 407 Ea 2,686.50 2,186.50 889,905.50
b Double door assembly 13 Ea 5,014.00 4,514.00 58,682.00
5 Online controller 2 Ea 27,560.00 25,560.00 51,120.00
6 Door manager 6 Ea 8,700.00 6,700.00 40,200.00
7 RFID card reader 13 Ea 8,918.00 7,918.00 102,934.00
4-16.02.05 Access Control System -
1 Access control workstation 2 Ea 22,268.00 17,900.00 35,800.00
2 printer 2 Ea -
3 Wireless access point 8 Ea 3,850.00 3,700.00 29,600.00
4 Smart RFID door handle -
a Single door assembly 56 Ea 2,686.50 2,186.50 122,444.00
b Double door assembly 6 Ea 5,014.00 4,514.00 27,084.00
5 Online controller 2 Ea 27,560.00 25,560.00 51,120.00
6 Door manager 2 Ea 8,700.00 6,700.00 13,400.00
7 RFID card reader 6 Ea 8,918.00 7,918.00 47,508.00
Integration with the Existing 3 Lot
-
Test & Commissioning 3 Lot -
1,683,797.50

51,358.33

482
I&T T. I & T ADD
5,000.00 5,000.00 22,900.00 22,900.00 632.00
- -
150.00 7,950.00 3,850.00 204,050.00 -
- - -
500.00 203,500.00 2,686.50 1,093,405.50 -
500.00 6,500.00 5,014.00 65,182.00 -
2,000.00 4,000.00 27,560.00 55,120.00 -
2,000.00 12,000.00 8,700.00 52,200.00 -
1,000.00 13,000.00 8,918.00 115,934.00 -
- - -
5,000.00 10,000.00 22,900.00 45,800.00 632.00
- - -
150.00 1,200.00 3,850.00 30,800.00 -
- - -
500.00 28,000.00 2,686.50 150,444.00 -
500.00 3,000.00 5,014.00 30,084.00 -
2,000.00 4,000.00 27,560.00 55,120.00 -
2,000.00 4,000.00 8,700.00 17,400.00 -
1,000.00 6,000.00 8,918.00 53,508.00 -

-
-
308,150.00 1,991,947.50 (1,991,947.50)

Вам также может понравиться