# 10 — Proposal Draft (Customer-Facing Synthesis)

**Project:** Supply, Delivery, Installation, Integration, and Testing & Commissioning of MRT-7 Stations and Depot Electronics Networks (FDAS + ACS Integration)
**Customer:** SMC MASS RAIL TRANSIT 7, INC.
**Bidder:** [BIDDER NAME — INSERT AT FINAL ASSEMBLY]
**Date:** 2026-04-29
**Bid submission:** 2026-05-08

This document synthesizes the bid pack content for the Commercial Proposal (Envelope 2) and the Technical Proposal narrative supporting Envelope 1. Final assembly into PDF + DOCX + Excel formats per TOR §11.10 / §11.11.

---

## A. COVER LETTER (for bidder's letterhead — Envelope 2 item 1)

```
[BIDDER LETTERHEAD]

[Date]

Ms. Susan Y. Yu
Sr. Vice President — Procurement
San Miguel Holdings Corporation
Podium B, SMC Head Office Complex
#40 San Miguel Avenue, Ortigas Center
Mandaluyong City

c/o Mr. John Francis M. Morse / Ms. Joy de Jesus

Subject: Bid Proposal — Supply, Delivery, Installation, Integration, and Testing
         and Commissioning of MRT-7 Stations and Depot Electronics Networks
         (FDAS + ACS Integration)

Dear Ms. Yu,

[BIDDER NAME] submits the attached bid for the SMC MRT-7 Stations and Depot
Electronics Networks Integration project, as invited by your office.

The bid covers Phase 1 (Stations to Depot Admin OCC integration) and Phase 2
(Depot Buildings to Depot Admin FCCR integration), with our scope limited to
FDAS and ACS integration across 12 stations and the depot compound, per Terms
of Reference (TOR) Section 4.

Total bid price (VAT-inclusive, valid for six (6) months from submission):

  In figures:  PHP [TOTAL — TO PRICE]
  In words:    [Total in words — TO PRICE]

The proposal is anchored to the manufacturer-specified panels per ANNEX_D1 and
ANNEX_D2:
- Fire Alarm Control Panels: Notifier NFS2-3030 (with DVC option) — installed
  by the per-station and depot Civil Contractors; our scope provides the
  Notifier OnyxWorks workstation and integration gateways compatible with the
  installed panels.
- Access Control Controllers: Suprema CoreStation CS-40 — installed by the
  per-station and depot Civil Contractors; our scope provides the Suprema
  BioStar 2 Enterprise workstation and integration gateways.

The proposal explicitly excludes the items identified as out-of-scope in the
Responsibility Matrix: Site Development underground conduit and ductbank,
the FACP/Core Station equipment supplied by Civil Contractors, the L2
network switches at each station and at the depot Buildings supplied by
ROTEM, the IP-MPLS communication backbone supplied by ROTEM-EEI Consortium,
and the Equipment Monitoring and Control System (EMCS), which falls outside
the FDAS+ACS integration scope per TOR Section 4.

Two specific items are priced as separate line items at the bottom of the
BOQ for transparency: Factory Acceptance Test travel to the Notifier facility
in the United States and to the Suprema facility in South Korea, as required
by TOR Section 3.8 and Section 8.11.

The bid follows the format requirements communicated by your office on
2026-04-29 (DUPA per item, VAT-inclusive, lead time per item, brochures
and certificates attached, manpower and schedule per scope) and the
contract-level requirements of TOR rev. 3 of 2026-03-16.

We have reviewed the BOQ and the bid documents (ANNEX A through D, TOR rev. 3,
Email Text, and the Pre-bid Presentation Material). No comments on the draft
contract are submitted at this time; per TOR Section 11.11.3 the contract is
deemed reviewed and accepted.

Signed,

[Authorized Signatory Name]
[Title]
[BIDDER NAME]
```

---

## B. EXECUTIVE SUMMARY (for proposal narrative)

[BIDDER NAME] is bidding for the role of System Integrator on the SMC MRT-7
Stations and Depot Electronics Networks Integration. Our scope is the FDAS
and ACS workstation systems at the Operation Control Center (OCC) and the
Fire Command Center Room (FCCR) of the Depot Administration Building, plus
the integration gateways at each of 12 MRT-7 stations and ~5 depot buildings,
plus the inter-building cabling and field devices at Genset Building and
Guard Houses per the Responsibility Matrix.

The integration platforms are model-locked to the Civil-Contractor-installed
panels: Notifier OnyxWorks for FDAS (compatible with Notifier NFS2-3030
panels) and Suprema BioStar 2 Enterprise for ACS (compatible with Suprema
CoreStation CS-40 controllers). Both platforms are supplied with perpetual
licenses per the BOQ specification.

Total contract duration: 180 calendar days from issuance of Notice to Proceed.
Two phases delivered in parallel: Phase 1 (Stations to OCC) and Phase 2
(Depot Buildings to FCCR).

---

## C. SCOPE NARRATIVE

### C.1 Project Understanding

The SMC MRT-7 line is a 26-kilometer rail system from San Jose del Monte,
Bulacan to North Avenue–EDSA, Quezon City, with 14 stations along the
alignment plus a depot at Quirino Highway, Brgy. Greater Lagro, Quezon City.
Per TOR Section 4.1, our scope covers integration at 12 of the 14 stations
(Stations 1 through 12).

The depot compound includes the Administration Building (housing the
Operation Control Center, Communication Equipment Room, and Fire Command
Center Room), plus operations buildings (Depot O&M, Aux Building, Genset
Building, Depot TPSSR, Pump Houses 1 and 2, Train Washing, Sewage Treatment
Plant, Guard Houses 1, 2A and 2D, Scrap & Waste, Motorpool, ASS no. 2).

### C.2 Phase 1: Station to Depot Admin OCC Integration

At each of 12 stations, the per-station respective Civil Contractor installs
the Notifier NFS2-3030 Fire Alarm Control Panel (FACP) and the Suprema
CoreStation CS-40 Access Control Controller. The station's L2 network
switch is also installed by the per-station Civil Contractor (for stations
with that scope) or supplied by ROTEM-EEI Consortium (REC) per the
Responsibility Matrix.

Our scope at each station is the addition of one FDAS Network Gateway
(Notifier ONYXWorks NCM-W or equivalent network communication module) and
one ACS Gateway (industrial Ethernet media converter), with associated
surge protectors, mounting enclosures where required, and short interface
cabling from the gateway to the FACP and CS-40 termination blocks.

The gateways bridge the panel-end protocols (EIA-485 for the FACP SLC loop;
native Ethernet for CS-40) to the station L2 switch, which connects via
ROTEM's IP-MPLS backbone to the Communication Equipment Room (CER) at the
Depot Administration Building. From CER, our FOC patch cables connect to
our L2 switches at the OCC, which serves the FDAS and ACS Workstation
Computer Systems.

The OCC FDAS Workstation Computer System runs Notifier OnyxWorks software
on a 32-inch LED Full HD operator workstation, backed by a server with 64 GB
ECC memory and RAID-1 storage, on Windows Server 2019. The OCC ACS
Workstation Computer System runs Suprema BioStar 2 Enterprise on equivalent
server hardware with Microsoft SQL Server 2019 LTS for the access database
and a ZebraID-class color card printer for badge issuance. Both systems
are powered by 2 kVA online double-conversion UPS units with 15-30 minute
runtime per ANNEX_C1 Section 1123.2.8.E.

The OCC head-end is provisioned with workstation furniture (table for up
to four workstations and ergonomic chairs per TOR Section 4.5), a 42U server
rack per system, and a HP LaserJet color laser printer for FDAS reporting.

### C.3 Phase 2: Depot Buildings to Depot Admin FCCR Integration

The Phase 2 head-end at the Fire Command Center Room mirrors the OCC
configuration (FDAS + ACS workstation systems, servers, UPS units, racks,
furniture). FCCR provides centralized monitoring of the depot compound and
serves as the secondary control center for the FDAS+ACS systems.

Inter-building integration cabling (single-mode fiber-optic 24-core
armored OS2 plus shielded twisted-pair Cat6A) is pulled through the
Civil-Contractor-built underground conduit and manhole network. We do
not install ductbank or underground conduit per TOR Section 9.1; we
pull cables through the existing infrastructure.

Cable lengths are estimated from ANNEX_A Section 13002 / 13003 / 13004
(Site Development Plan Layouts) and 13005 (Conduit and Handhole Schematic),
classified into per-context typical-range tiers (Admin-adjacent, Admin-mid-zone,
Admin-perimeter) per the cable schedule (Working Document A3). Final
lengths are confirmed at site survey post-NTP. Line surge protection is
provided at every inter-building cable termination per TOR Section 4.2.

At each depot building hosting our gateway, we install the FDAS Network
Gateway and ACS Gateway analogous to the station-side approach. We do not
install the FACPs or CS-40 controllers at depot buildings (these are
supplied and installed by the per-building Civil Contractor or by ROTEM
as per the Responsibility Matrix).

For Genset Building and Guard Houses (GH-1, GH-2A, GH-2D), our scope
includes FDAS field-device installation per Responsibility Matrix Phase 2:
addressable smoke detectors (Notifier FSP-951), heat detectors (FST-951),
manual pull stations (NBG-12LX), horn-strobe notification appliances, and
device monitoring modules. These devices are addressed on the local FACP's
SLC loop per ANNEX_C1 Section 1123.2.5.

### C.4 Programming and Configuration

OnyxWorks server installation at OCC and FCCR includes database build for
all 17 panel-nodes (12 stations + ~5 depot integration points), graphics
page authoring (~30 pages: a system summary plus per-station mini-pages
plus per-depot-building pages plus system-status pages), alarm-logic
Boolean-equation programming (~1500 equations across all panels using the
ONYX intelligent network's 1000-equation per-panel capacity), and VeriFire
Tools panel-side programming for NCM-W network membership.

BioStar 2 Enterprise server installation includes SQL Server setup, the
system database schema build per ANNEX_C1 Section 1124.2.14, the controller
pairing of all ~17 CS-40 controllers with TLS 1.2 cert provisioning, the
user database initial seed (~750 users sized per Q-010 baseline), the
access-group and access-level definitions (~18 groups for transit operations),
door schedules, holiday calendars, and the standard reports per ANNEX_C1
Section 1124.2.13.

L2 switch configuration includes VLAN setup (VLAN 10 FDAS, VLAN 20 ACS,
VLAN 30 management), STP/RSTP configuration for the ring topology, and
uplink to REC's CER L2 switch per TOR Section 4.7.

### C.5 Testing and Commissioning

T&C follows TOR Section 4.21:
1. **Standalone Test** — each panel-node and workstation system is
   functionally verified in isolation (4-6 hours per FDAS panel; 3-4 hours
   per ACS controller).
2. **Integration Test** — end-to-end station-FACP-to-OCC and
   building-FACP-to-FCCR alarm and event flows, including acknowledge,
   silence, reset, and audit-trail verification (6-8 hours per path).
3. **Performance Test** — multi-alarm scenarios, load test, response-time
   measurement, and history-event recording.

Pre-commissioning includes cable continuity tests, FOC OTDR tests, and
Cat6A wire-test per ANNEX_C1 Section 1128. Total T&C effort is estimated
at approximately 600 man-hours (Working Document B3).

Factory Acceptance Tests at the Notifier facility (Northford, Connecticut,
USA) and the Suprema facility (Seongnam, South Korea) are conducted by the
Owner, the DOTr representative, and the Contractor witness team prior to
delivery, per TOR Section 8.11. FAT travel costs are itemized as separate
BOQ line items at the bottom of the BOQ for cost transparency, per the
inviting Email Section 1 ("Proposed additional items must be inserted at
the bottommost of the BOQ") and per the BOQ structure in Working Document
INTEG-BOQ-translated.yaml.

### C.6 Training and Handover

Training per TOR Section 4.22 covers Operation and Maintenance of both
FDAS and ACS systems for MRT-7 personnel and the DOTr representative.
The session(s) are delivered at the depot OCC and FCCR, with classroom
sessions and hands-on practice. Coverage includes OnyxWorks GUI operation
(alarm acknowledge, silence, reset, event-history queries, custom-graphics-page
editing, system diagnostic), BioStar 2 GUI operation (user enrollment,
badge issuance, access-group management, door scheduling, fingerprint
enrollment workflow), TLS 1.2 cert renewal, and software-upgrade procedure
per TOR Section 4.23.

Handover deliverables include the signed and sealed as-built drawings
(soft + hard copy per TOR Section 4.16), the O&M Manual (FDAS + ACS),
the recommended 2-year spare-parts list with justification and metrics
per TOR Section 4.18-4.19, and training certificates for all attendees.

---

## D. RESPONSIBILITY SPLIT (summary; see C/O matrix in Working Document C1 for full detail)

### D.1 In our scope

- FDAS + ACS Workstation Computer Systems at OCC and FCCR (workstation, server, software with perpetual license, L2 industrial Ethernet switch, UPS, peripherals, rack, furniture) — 4 systems total.
- Network interface cards / gateways / media converters at each of 12 stations and ~5 depot integration points (12 × 2 + 5 × 2 = 34 gateways).
- Inter-building FOC and STP cables for Phase 2 (depot inter-building) — pulled through the Civil-Contractor-built underground conduit network.
- FDAS field devices at Genset Building and 3 Guard Houses (smoke + heat + manual pull + horn-strobes + monitoring modules).
- All cable terminations, surge protectors, raceway, conduit at OCC and FCCR and at building stub-ups.
- All engineering deliverables: design drawings, shop drawings, ICD, T&C plan, method statements, as-built drawings, all signed and sealed.
- Programming, T&C, training, 2-year spare-parts kit, 3-year software support per the TOR.

### D.2 Excluded from our scope

- Site Development underground conduit, ductbank, and manholes (TOR Section 9.1; Civil Contractor and ROTEM scope).
- FDAS FACPs (Notifier NFS2-3030) at all 12 stations and most depot buildings — installed by the per-station respective Civil Contractor or by ROTEM at specific depot locations.
- ACS controllers (Suprema CS-40) at all stations and most depot buildings — same supplier scope as FACPs.
- In-station cabling, in-station devices, in-station L2 switches, in-station Access Gathering Panels — per-station Civil Contractor scope.
- Communication Network IP-MPLS backbone (Station ↔ Depot OCC) — ROTEM-EEI Consortium (REC) scope.
- L2 Network Switches at stations (Civil Contractor / per-station) and at certain depot buildings (ROTEM).
- The CER L2 Network Switch at the Depot Administration Building — System Contractor (REC) scope; we interface to it per TOR Section 4.7.
- EMCS (Equipment Monitoring and Control System) — not in our scope per TOR Section 4 (FDAS and ACS only).
- Stations 13 (Tala) and 14 (San Jose del Monte) — TOR Section 4.1 explicitly limits our scope to Stations 1 through 12.

### D.3 Coordination with other parties

The project entails coordination with the per-station Civil Contractors (one per station for stations 1-12), the depot Civil Contractor(s), ROTEM-EEI Consortium (REC), and SMC MRT7 Inc. — approximately 15-18 contracting parties total. The Interface Coordination Document (ICD) per TOR Section 4.6 is the master coordination instrument. Interface Manager and Interface Engineer per TOR Section 8.5 own ICD authoring; weekly multi-party coordination calls during construction phase manage schedule risk.

---

## E. TECHNICAL PROPOSAL NARRATIVE (Envelope 1 supporting content)

### E.1 Performance Standard Compliance (TOR Section 8)

- [BIDDER NAME] has [number] years of experience as an Electronics System Integrator (TOR §8.1 minimum: 10 years; bidder shall populate)
- [BIDDER NAME] has completed [number] similar projects in the past 10 years (TOR §8.1 minimum: 5 projects)
- Project Manager: [NAME], REE, [years] years experience including [number] relevant infrastructure projects (TOR §8.3)
- Engineer-in-charge: [NAME], REE, [years] years experience, supervised by [NAME], PEE, [years] years experience per R.A. 9292 and Revised National Building Code (TOR §8.4)
- Interface Manager: [NAME], licensed Electronics Engineer, [years] years experience (TOR §8.5)
- Interface Engineer: [NAME], licensed Electronics Engineer, [years] years experience (TOR §8.5)
- All Electronics works performed in-house — no subcontracting per TOR §8.6
- All materials UL-listed per TOR §8.8
- All materials brand new and free from defects per TOR §8.9
- No China-origin electronic equipment or software per TOR §8.10

### E.2 Project Schedule (per TOR §4.11 — Primavera P6 .xer attached)

Total duration: 180 calendar days from NTP. Major milestones per Working
Document D1 schedule:

- Days 0-14: Mobilization
- Days 7-60: Engineering design + ICD-Master + shop drawings
- Days 14-30: Material approval submittals
- Days 30-75: Procurement + FAT-USA-Notifier + FAT-Korea-Suprema (overseas; Owner + DOTr witness)
- Days 75-90: Material delivery + customs clearance
- Days 90-110: OCC + FCCR head-end installation
- Days 90-130: Phase-2 inter-building cable pulling
- Days 100-140: Per-station gateway installation × 12 stations
- Days 100-130: Depot integration gateway installation × 5 buildings
- Days 100-120: FDAS field-device install at Genset + Guard Houses
- Days 100-150: Programming + database build
- Days 130-145: Pre-commissioning + cable tests
- Days 140-155: Standalone Test
- Days 150-165: Integration Test
- Days 160-170: Performance Test
- Days 165-172: Final Acceptance Test with SMC + DOTr
- Days 170-175: O&M Training
- Days 170-178: As-built finalization
- Days 178-180: Acceptance + Handover Certificate

Phase 1 and Phase 2 run in parallel where the Responsibility Matrix permits. Critical-path risk is managed through float buffers at the per-station gateway-install milestone (M-09) and the FAT scheduling milestones (M-04, M-05).

### E.3 Manpower Schedule (per TOR §11.12.6 — Working Document D2)

Full-time on-site team for 180 CD: Project Manager (REE), Engineer-in-charge (REE), 2 Site Supervisors. Part-time engagements: PEE supervisor (R.A. 9292), Interface Manager, Interface Engineer. Trade teams scaled per phase:

- Days 0-30: 4-6 personnel (engineering + admin)
- Days 30-90: 5-7 personnel (procurement + FAT travel)
- Days 90-130: 8-12 personnel (installation peak)
- Days 130-160: 7-9 personnel (programming + pre-T&C)
- Days 160-180: 5-7 personnel (T&C + acceptance)

Total person-months: approximately 81. Total productive man-hours: approximately 2,500 (per Working Document B4). Total PM/engineering/site-supervision overhead: approximately 8,000 hours. Combined: approximately 10,500 man-hours.

### E.4 List of Accredited Suppliers (per TOR §11.12.8)

- Honeywell-Notifier (USA, Asia distributor): FACP-compatible OnyxWorks platform, NCM-W gateways, addressable detection devices
- Suprema (Korea, Asia Pacific distributor): CS-40-compatible BioStar 2 Enterprise, BioMini Plus 2, DE-620
- Dell / HP / Lenovo: workstation PCs and servers (NOT-China origin)
- APC / Eaton: online double-conversion UPS (NOT-China)
- Hirschmann / Moxa / Phoenix Contact: managed industrial Ethernet switches and media converters (UL 508, NOT-China)
- DITEK / Phoenix Contact: surge protection devices (NOT-China)
- HP: laser printers
- ZebraID / Fargo: badge / card printers
- Belden / Corning / Phelps Dodge / Phelps PH: FOC, STP, Cat6A, FRLS, power cables (NOT-China)
- Schneider / Phelps PH: conduit, boxes, accessories (NOT-China)
- Microsoft: SQL Server 2019 LTS

(Phase 9 RFQ engagement of these distributors is in progress as of bid submission.)

### E.5 Equipment List + Preventive Maintenance Schedule (per TOR §11.12.10)

Equipment list — see Working Document A6 (head-end equipment) and A2 (equipment takeoff). Total equipment categories:
- 4 head-end systems (FDAS + ACS at OCC + FCCR)
- 4 servers, 4 workstations, 4 UPS units, 4 L2 switches, 2 laser printers, 2 badge printers, 2 enrollment devices, 4 racks, 2 furniture sets
- 24 station gateways + 10 depot integration gateways
- 24 FDAS field devices at Genset + Guard Houses
- ~1700 m FOC + ~200 m STP + ~100 m Cat6A + ~170 m FRLS + ~300 m power cable

Preventive Maintenance Schedule — quarterly inspections during the 2-year warranty + 3-year software support period:
- Quarter 1: post-NTP installation health check
- Quarter 2: spare-parts kit verification + first software upgrade if available
- Quarterly thereafter: panel-level diagnostic, gateway communication test, cable termination integrity, UPS battery health, software update procedure

### E.6 Risk Register and Mitigation (Working Document D3)

Top project risks:
1. Multi-party coordination across 12 per-station Civil Contractors plus depot Civil Contractor plus REC plus SMC plus DOTr — captured in the ICD-Master document with weekly coordination calls; +50% engineering effort baked into our pricing.
2. Per-station-contractor panel-install schedule slip blocking gateway installation — float buffer at M-09 plus parallel preparation activities.
3. Civil Contractor ductbank readiness for cable pulling — coordinate at NTP via INT-007.
4. Notifier USA and Suprema Korea FAT scheduling — pre-NTP supplier MOU and 14-day FAT windows in M-04 and M-05.
5. Staff certification compliance (PCAB, R.A. 9292) — pre-bid validation of PM/EIC/IM/IE credentials.

---

## F. COMMERCIAL PROPOSAL (Envelope 2; see Working Document 06-boq.md for the BOQ)

### F.1 Total Bid Price

- In figures: **PHP [TOTAL — TO PRICE]**
- In words: [Total in words — TO PRICE]
- VAT-inclusive per Email Section 2 + TOR Section 3.4
- Validity: six (6) months from submission per TOR Section 11.9
- Currency: PHP

### F.2 Commercial Terms

- LUMP SUM bid per TOR Section 11.3
- DUPA per BOQ row attached as appendix
- Terms and Conditions per TOR Section 11
- Lead time per BOQ row stated in DUPA
- Delivery point: SMC MRT-7 Depot, Quirino Highway, Brgy. Greater Lagro, Quezon City (final acceptance)
- Three surety bonds per TOR Section 11.6.1 (Advance Payment + 20% Performance + 10% Warranty)
- 10% retention on progress billings per TOR Section 11.6.2
- Liquidated damages 1/10 of 1% per day of delay per TOR Section 11.5
- 2-year warranty from acceptance with 24-hour response time per TOR Section 10
- 3-year software support per TOR Section 4.23

### F.3 Comments on Draft Contract

Per TOR Section 11.11.3, the draft contract is deemed reviewed and accepted; no comments submitted at this time.

---

## G. ATTACHMENTS (per TOR §11.10)

1. Bidder's Updated Company Profile (PCAB license, Mayor's + Business Permits, SEC + DTI Registration Certificates, BIR Registration, BIR Imported Clearance, BOC Certificate of Registration) — attached
2. Bill of Materials (BOM) signed — attached (summarized from A6 + A2)
3. Audited Financial Statements (last 3 years, signed + notarized) — attached
4. Gantt chart / Primavera P6 schedule (signed) — attached
5. Table of Organization (signed) — attached
6. Manpower Schedule (signed) — attached
7. CVs of Key Managers and Engineers (signed) — attached
8. List of Accredited Product and Equipment Suppliers (signed) — attached
9. List of Completed Projects last 10 years (signed; with Owner Final Acceptance Certificates and PRC licenses) — attached
10. List of Equipment + Preventive Maintenance Schedule (signed) — attached
11. Notarized Cert of Non-Inclusion in Government Blacklist (signed + notarized) — attached
12. Updated Calibration Certificates of Equipment + Instruments — attached
13. Training Certificates of Technical and Safety Personnel (signed) — attached
14. Brochures + Technical Datasheets + Certificates per Email Section 8 — attached (Notifier NFS2-3030 datasheet, Suprema CS-40 datasheet, OnyxWorks brochure, BioStar 2 brochure, supplier-specific certs)

---

## H. SUBMISSION FORMAT (per TOR §11.10)

- Two-envelope system: Envelope 1 (Technical Proposal) + Envelope 2 (Commercial Proposal)
- Hard copy + USB soft copy of each envelope
- Combined into single outer package with bidder's name + "Technical and Commercial Proposal" + Project Name
- Submitted to: Ms. Susan Y. Yu, SVP-Procurement, San Miguel Holdings Corporation, Podium B, SMC Head Office Complex, #40 San Miguel Avenue, Ortigas Center, Mandaluyong City
- Attention: Mr. John Francis M. Morse / Ms. Joy de Jesus
- Soft copy file format: PDF + MS Office (Excel for BOQ, Word for narrative)
- Submission deadline: 2026-05-08

---

## I. NOTES FOR FINAL ASSEMBLY (bid team)

This 10-proposal-draft.md is the master narrative. Final assembly deliverables:

- **PDF cover letter** on bidder's letterhead with signed total
- **Excel BOQ** (06-boq.md → spreadsheet with priced unit costs and totals from Phase 9 RFQ)
- **PDF Technical Proposal** (Envelope 1) — narrative + 13 attached company documents
- **PDF Commercial Proposal** (Envelope 2) — cover letter + BOQ+DUPA + draft contract comments
- **Primavera P6 .xer** schedule (resource-loaded, monthly-update-ready)
- **MS Project / Gantt PDF** export of the schedule
- **PowerPoint** customer-facing deck (executive summary + scope + schedule + risk + organization) — optional, not in TOR §11 but customary for SMC bids

The bid team's cost-engineering team prices the BOQ + DUPA from RFQ responses (see Phase 9 RFQ packages). Final pricing must:
- Be VAT-inclusive (A-401)
- Comply with all TOR §11 commercial terms
- Be valid 6 months from submission (A-404)
- Include all surety bonds + insurance + retention + permits + duties + taxes

This proposal draft is anchored to the bid pack received 2026-04-29 and the assumption ledger (07-assumptions.md) + decision log (99-decision-log.md) + clarification list (08-customer-clarifications.md) at this writing. Open Q-### items (Q-021, Q-022 highest priority) may be addressed via bid-bulletin or post-submission clarification meeting; bid baseline reflects the defensible interpretation per the equivalent-items clause (Email Section 1).
