TUBBATAHA REEFS NATURAL PARK RANGER · PDF fileSection 3 Form of Bid ... July 2015 Tubbataha...

263
TUBBATAHA REEFS NATURAL PARK RANGER STATION PROCURING ENTITY / OWNER TUBBATAHA MANAGEMENT OFFICE BID DOCUMENTS FOR CP-01: GENERAL CONSTRUCTION WORKS (Main Module) (Re-Bid) JULY 2015 FIXED LUMP SUM BID DOCUMENTS PREPARED BY: RIDER LEVETT BUCKNALL PHILIPPINES, INC. Quantity Surveyors * Projects and Claims Managers * Construction Cost Consultants

Transcript of TUBBATAHA REEFS NATURAL PARK RANGER · PDF fileSection 3 Form of Bid ... July 2015 Tubbataha...

TTUUBBBBAATTAAHHAA RREEEEFFSS NNAATTUURRAALL PPAARRKK RANGER STATION

PROCURING ENTITY / OWNER

TUBBATAHA MANAGEMENT OFFICE

BID DOCUMENTS

FOR

CP-01: GENERAL CONSTRUCTION WORKS (Main Module) (Re-Bid)

JULY 2015

FIXED LUMP SUM BID DOCUMENTS

PREPARED BY:

RIDER LEVETT BUCKNALL PHILIPPINES, INC. Quantity Surveyors * Projects and Claims Managers * Construction Cost Consultants

TTUUBBBBAATTAAHHAA RREEEEFFSS NNAATTUURRAALL PPAARRKK RRAANNGGEERR SSTTAATTIIOONN Bid Documents for CP-01: General Construction Works

(Main Module)-(Re-Bid)

TTAABBLLEE OOFF CCOONNTTEENNTTSS

Section 1 Invitation to Bid

Section 2 Instructions to Bidders

Section 3 Form of Bid

Section 4 Main Construction Agreement Section 5 General Conditions of Contract Section 6 Special Conditions of Contract Section 7 Summary of Bid Section 8 General Requirements

Section 9 Trade Preambles Section 10 Bills of Materials Section 11 Bid Specifications Section 12 Bid Drawings Section 13 Bid Submission Checklist Section 14 Supplemental Bid Bulletins Section 15 Geotechnical Investigation Report

TTAABBLLEE OOFF CCOONNTTEENNTTSS ((ccoonnttiinnuueedd))

Appendix A – Appendix to Bid Appendix B – Specimen Form of Affidavit of Lien Appendix C – Specimen Form of Performance Bond Appendix D – Specimen Form of Advance Payment Bond Appendix E – Specimen Form of Retention Bond Appendix F – Specimen Form of Sworn Statement of Compliance Appendix G – Specimen Form of Certificate of Site Inspection Appendix H – Specimen Form of Scope, Classification and Attendances of Contractor to Nominated Sub-Contractors Appendix I – Specimen Form of Omnibus Sworn Statement Appendix J – List of Equipment, Owned or Leased and/or Purchased Agreements, Pledged to the Proposed Contract Appendix K – List of Minimum Equipment Requirement Appendix L – Minimum Key Personnel Requirement Appendix M – Bid Securing Declaration Form Appendix N – Contractor’s Profile Appendix O – PCAB License / Registration Particulars Appendix P – Statement of All Government & Private Contracts Completed which are Similar in Nature Appendix Q – List of All On-Going Government and Private Contracts Including Contracts Awarded but not yet Started

Section 1

IInnvviittaattiioonn ttoo BBiidd

Republic of the Philippines Provincial Government of Palawan

Puerto Princesa City

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID FOR THE CP-01: GENERAL CONSTRUCTION WORKS OF MAIN MODULE (RE-BID)

TUBBATAHA REEFS NATIONAL PARK RANGER STATION CAGAYANCILLO, PALAWAN

1. The Provincial Government of Palawan, through the Tubbataha Management Office (Project

Reference No. TMO 01-2015) intends to apply the sum of Forty Million Pesos Only

(PhP 40,000,000.00) as Approved Budget for the Contract (ABC) for the CP-01: General

Construction Works of Main Module Tubbataha Reefs National Park Ranger Station. Bids

received in excess of the ABC shall be automatically rejected at bid opening.

2. The Provincial Government of Palawan now invites bids for the the CP-01: General

Construction Works of Main Module Tubbataha Reefs National Park Ranger Station,

Cagayancillo, Palawan. Completion of the Works is required within one hundred twenty (120)

calendar days at off-shore. Bidders should have completed, within ten (10) years from the date

of submission and receipt of bids, a contract similar to the Project. The description of an

eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions

to Bidders.

3. Bidding will be conducted through open competitive bidding procedures using a non-

discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations

(IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform

Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations

with at least seventy five percent (75%) interest or outstanding capital stock belonging to

citizens of the Philippines.

4. Prospective bidder should possess a valid PCAB License applicable to the contract, have

completed a similar contract with a value of at least 50% of the ABC, and have key personnel

and equipment (listed in eligibility forms) available for the prosecution of the contract. The

BAC will use non - discretionary pass/fail criteria in the Eligibility Check/Screening as well

as the Preliminary Examination of the Bid. The BAC will conduct post -qualification of the

lowest calculated bidder.

5. Interested bidders may obtain further information from Bids and Awards Committee (BAC)

Secretariat, Provincial Government of Palawan and inspect the Bidding Documents at the

address given below during office hours. Monday to Friday, 8:00 AM to 5:00 PM.

6. A complete set of Bidding Documents may be acquired by interested Bidders on July 14, 2015

from the address below and upon payment of a non-refundable fee for the bidding documents,

pursuant to the latest guidelines issued by the GPPB, in the amount of Twenty Five Thousand

Pesos only (P 25,000.00).

It may also be downloaded free of charge from the website of the Philippine Government

Electronic Procurement System (PhilGEPS) and the website of the Provincial Government of

Palawan, provided that Bidders shall pay the non-refundable fee for the Bidding Documents

not later than the submission of their bids.

7. The PROVINCIAL GOVERNMENT OF PALAWAN now calls for the submission of

eligibility documents for the CP-01: General Construction Works of Main Module Tubbataha

Reefs National Park Ranger Station. Interested bidders must submit their Class “A” eligibility

documents on or before July 23, 2015 at the BAC SECRETARIAT, Provincial Government of

Palawan, 3rd

Floor Gov. Alfredo M. Abueg Sr. Building, Provincial Capitol Complex, Rizal Ave.

cor. Fernandez St., Puerto Princesa City 5300. Applications for eligibility will be evaluated

based on a non-discretionary “pass/fail” criterion.

8. The Provincial Government of Palawan will hold a Pre-Bid Conference on July 28, 2015 at

9:00 AM at the BAC Conference Room, 3/F Alfredo M. Abueg Sr. Building, Capitol

Compound, Puerto Princesa City, Palawan which shall be open only to all interested parties who

have purchased the Bidding Documents.

9. Bids must be delivered and received on or before 9:00 AM of August 11, 2015 at the Office of

the BAC Secretariat, 3/F Alfredo M. Abueg Sr. Building, Capitol Compound, Puerto Princesa City, Palawan. All Bids must be accompanied by a Bid Securing Declaration or Bid Security in

any of the acceptable forms and in the amount stated in ITB Clause 27.

Bid opening shall be at 9:00 AM of August 11, 2015 at BAC Conference Room, 3/F Alfredo M.

Abueg Sr. Building, Capitol Compound, Puerto Princesa City, Palawan. Bids will be opened in

the presence of the Bidders or the duly authorized representatives. Late bids shall not be accepted.

10. Schedule of Activities:

Activities PLACE DATE & TIME

1.Issuance of Bid Documents

Office of the BAC Secretariat,

3/F Alfredo M. Abueg Sr.

Building, Capitol Compound

July 14, 2015

2. Submission of Eligibility

Documents

Office of the BAC Secretariat,

3/F Alfredo M. Abueg Sr.

Building, Capitol Compound

July 23, 2015

3. Shorlisting

BAC Conference Room, 3/F

Alfredo M. Abueg Sr.

Building, Capitol Compound

July 24, 2015 at

9:00 AM

4. Pre-Bid Conference

BAC Conference Room, 3/F

Alfredo M. Abueg Sr.

Building, Capitol Compound

July 28, 2015 at

9:00 AM

5. Deadline of Submission

of Bid Querries

Office of the BAC Secretariat,

3/F Alfredo M. Abueg Sr.

Building, Capitol Compound

July 31, 2015

6. Final issuance of

Supplemental Bid Bulletins

Office of the BAC Secretariat,

3/F Alfredo M. Abueg Sr.

Building, Capitol Compound

August 4, 2015

7. Deadline of Submission of

Bids

BAC Conference Room, 3/F

Alfredo M. Abueg Sr.

Building, Capitol Compound

On or before 9:00AM of

August 11, 2015

8. Opening of Bids

BAC Conference Room, 3/F

Alfredo M. Abueg Sr.

Building, Capitol Compound

August 11, 2015 at

9:00AM

9. Bid Evaluation August 12-17, 2015

Site Inspection. The Prospective Bidder is required to visit the site of the works and ascertain for

himself the conditions, approaches and all matters and things which may affect his bid. Site Visit is

scheduled on July 28-30, 2015. Details of the trip will be provided by the TMO.

11. The acquired bidding documents, inclusive of other related procurement documents (Class-A,

Technical, etc.) should be returned/ submitted in sealed envelope(s) by the bidders to the BAC

before the scheduled time, date, and venue of the bid opening.

12. The Provincial Government of Palawan reserves the right to accept or reject any bid, to annul

the bidding process, and to reject all bids at any time prior to the contract award, without thereby

incurring any liability to the affected bidder or bidders.

13. For further information, please refer to:

MR. RICHIEROSS P. AUSTRIA

Chairman, Bids and Awards Committee - II (BAC-II) Secretariat

3rd

floor, Gov. Alfredo M. Abueg Sr. Building,

Provincial Capitol Compound, Puerto Princesa City, Palawan, 5300

[email protected] / www.palawan.gov.ph

(048) 434-6389

ENGR. DENNIS F. ENRIQUEZ

Project Manager, Rider Levett Bucknall Philippines, Inc.

Building 3, Corazon Clemeña Compound,

54 Danny Floro St., Bagong Ilog, Pasig City, Philippines

[email protected] / www.rlb.com

(02) 234-0141 / 234-0129 / 571-3741 / 0917-8484948

ATTY. TEODORO JOSE S. MATTA

BAC-CHAIRMAN

Section 2

IInnssttrruuccttiioonnss ttoo BBiiddddeerrss

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 1 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

IINNSSTTRRUUCCTTIIOONN TTOO BBIIDDDDEERRSS -- TTAABBLLEE OOFF CCOONNTTEENNTTSS IITTBB CCLLAAUUSSEE DDEESSCCRRIIPPTTIIOONN PPAAGGEE

11 PPrroojjeecctt DDeessccrriippttiioonn 22

22 WWoorrkkss UUnnddeerr TThhiiss PPaacckkaaggee 33

33 PPrrooccuurriinngg EEnnttiittyy // OOwwnneerr SSuupppplliieedd MMaatteerriiaallss 33

44 SSiittee VViissiitt 33

55 BBiidd DDooccuummeennttss 44

66 IInntteerrpprreettaattiioonn,, CCllaarriiffiiccaattiioonn aanndd AAmmeennddmmeennttss ooff BBiiddddiinngg DDooccuummeennttss 44

77 TThhee BBiiddss 55

88 BBiiddddeerr’’ss RReessppoonnssiibbiilliittiieess 55

99 BBiidd VVaalliiddiittyy aanndd LLaanngguuaaggee ooff BBiiddss 99

1100 Submission of Bids / Documents Comprising the Bids 9

1111 BBiidd CCllaarriiffiiccaattiioonn,, DDeettaaiilleedd EEvvaalluuaattiioonn aanndd CCoommppaarriissoonn ooff BBiiddss 1122

1122 AAwwaarrdd ooff tthhee CCoonnttrraacctt 1133

1133 SSiiggnniinngg ooff CCoonnttrraacctt DDooccuummeennttss 1144

1144 AAddvvaannccee PPaayymmeenntt BBoonndd 1144

1155 PPeerrffoorrmmaannccee SSeeccuurriittyy 1155

1166 RReetteennttiioonn BBoonndd 1155

1177 IInnssuurraanncceess 1166

1188 PPrree--BBiidd CCoonnffeerreennccee MMeeeettiinngg 1166

1199 CCoorrrruupptt,, FFrraauudduulleenntt,, CCoolllluussiivvee aanndd CCooeerrcciivvee PPrraaccttiicceess 1166

2200 CCoonnfflliicctt ooff IInntteerreesstt 1188

2211 EElliiggiibbllee BBiiddddeerrss 1199

2222 OOrriiggiinn ooff GGooooddss aanndd SSeerrvviicceess 2200

2233 SSuubbccoonnttrraaccttss 2200

2244 AAlltteerrnnaattiivvee BBiiddss 2200

2255 BBiidd PPrriicceess 2211

2266 BBiidd CCuurrrreenncciieess 2211

2277 BBiidd SSeeccuurriittyy 2222

2288 FFoorrmmaatt aanndd SSiiggnniinngg ooff BBiiddss 2244

2299 SSeeaalliinngg aanndd MMaarrkkiinngg ooff BBiiddss 2244

3300 MMooddiiffiiccaattiioonn aanndd WWiitthhddrraawwaall ooff BBiiddss 2255

3311 OOppeenniinngg aanndd PPrreelliimmiinnaarryy EExxaammiinnaattiioonn ooff BBiiddss 2255

3322 PPrroocceessss ttoo bbee CCoonnffiiddeennttiiaall 2266

3333 PPoosstt QQuuaalliiffiiccaattiioonn 2277

3344 RReesseerrvvaattiioonn CCllaauussee 2288

3355 NNoottiiccee ttoo PPrroocceeeedd 2299

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 2 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

IINNSSTTRRUUCCTTIIOONNSS TTOO BBIIDDDDEERRSS

This Section of the Bidding Documents provides the information necessary for bidders to prepare responsive

Bids, in accordance with the requirements of the Procuring Entity/Owner. It also provides information on the

eligibility check, Bid submission, opening, and evaluation, and on the award of contract.

This Section contains provisions that are to be used unchanged. Matters governing the performance of the

Contractor, payments under the contract, or matters affecting the risks, rights, and obligations of the parties

under the contract are not normally included in this section, but rather under Section 4. General Conditions of

Contract (GCC), and/or Section 5. Special Conditions of Contract (SCC). If duplication of a subject is

inevitable in the other sections of the document prepared by the Procuring Entity/Owner, care must be

exercised to avoid contradictions between clauses dealing with the same matter.

1. PROJECT DESCRIPTION

a) The proposed project calls for the Construction of a New Tubbataha Reefs Natural Park Ranger Station situated 160 kilometers southeast of Puerto Princesa City in Palawan. The project was a

joint planning of the Tubbataha Management Office and World Wide Fund for Nature (WWF-

Philippines) to enhance the country’s capacity to protect Tubbataha from mounting poacher

incursions, grounding incidents and the effects of climate change among others. The Gross Floor

Area (GFA) of the proposed ranger station comprising of three structures is approximately 1,400

square meters. The contract package is CP-01: General Construction Works (Main Module).

b) Procuring Entity/Owner: Tubbataha Management Office

c) Project Director: World Wide Fund – Philippines

d) Procuring Entity’s Representative/

Project Manager: Rider Levett Bucknall Philippines, Inc.

e) Construction Manager: Rider Levett Bucknall Philippines, Inc.

f) Architect of Record: Aguila – Melgazo Construction Corporation

g) Design Consultant: Aguila – Melgazo Construction Corporation

h) Structural Consultant: Struktura Pilipinas

i) Civil Design Consultant: Struktura Pilipinas

j) Mechanical Engineer: Tourism Infrastructure and Enterprise Zone Authority

k) Electrical Engineer: Tourism Infrastructure and Enterprise Zone Authority

l) Plumbing and Sanitary Engineer: Tourism Infrastructure and Enterprise Zone Authority

m) Environmental Consultant: Tubbataha Management Office and World Wide Fund – Phils.

n) Quantity Surveyor: Rider Levett Bucknall Philippines, Inc.

o) Funding Source: Tourism Infrastructure and Enterprise Zone Authority

p) Bids and Awards Committee: Provincial Government of Palawan

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 3 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2. WORKS UNDER THIS PACKAGE

a) Provide all necessary plant, materials, labor, supervision including coordination with other

contractors, subcontractors and suppliers including Nominated or directly employed by the

Procuring Entity/Owner and all other items as required for the complete execution of Works

contained within CP-01: General Construction Works (Main Module) in accordance with the

Bid Documents.

b) All such other works as may be shown on the drawings or described in the Specifications or may

be otherwise be in accordance with the Conditions of Contract.

c) Provision of Site Establishment for the whole Project including but not limited to temporary fencing

and gate, access roads, Contractor’s offices, storage yard, staging area, temporary lighting and

power, water, toilet and sanitary facilities, telecommunications, temporary plant and equipment,

project sign board, provision of tapping points for the use of the Nominated and Direct

Subcontractors, safety, signal and warning, security, protection of public roads upon completion of

the Project, Maintenance of facilities and other temporary facilities to complete the works as

described in the Bill of Preliminaries/General Requirements and as directed by the Owner and the

Project Manager.

The Bidder is required to submit a comprehensive layout and details for the proposed temporary

facilities for the Project.

d) Provision of sufficient site management team to include internal quality assurance/ quality control

and environmental/ health/ Safety teams for the construction of the Project.

e) The Bidder shall secure the following permits for the construction of the Project:-

• Locational and Barangay Clearance (if required)

• Building Permit

• Occupancy Permit

• Any other statutory/authority requirements to permit construction

f) The duration of the works shall be as follows (will be disclosed during the Pre-bid

Conference Meeting);

Anticipated Commencement Date: {Insert Anticipated Commencement Date}

Contract Duration: One Hundred Twenty (120) Calendar days (Off-Shore)

Estimated Completion Date: {Insert Date for Completion}

3. PROCURING ENTITY / OWNER SUPPLIED MATERIALS

The Procuring Entity/Owner reserves the right to delete any item or materials from the Contractor’s

scope of Work anytime after the Contract Award and have it supplied by the Procuring Entity/Owner

but still to be installed and commissioned by the Contractor for the same rates included in the Bills of

Quantities / Bills of Materials for “labor” and its directly proportional amount in “others” if it is deemed

advantageous to the Procuring Entity/Owner.

4. SITE VISIT

4.1 The Bidder is required to visit the Site of the Works and ascertain for himself the conditions,

approaches and all matters and things which may affect his Bid. The cost of such visit shall be

borne by the Bidder. No increase in costs or extension of time shall be considered in the event the

Bidder fails to observe this requirement. The schedule of the site visit will be disclosed during the

Pre-Bid Conference Meeting.

4.2 A specimen form of the Certificate of Site Inspection is included as Appendix “F” which shall be

completed and submitted by the Bidder.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 4 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

5. BID DOCUMENTS

The documents issued for bidding purposes comprise the following:

a) Instructions to Bidders

b) Form of Bid

c) Contract Agreement

d) Special Conditions of Contract

e) General Conditions of Contract

f) Summary of Bid

g) Bill of Preliminaries / General Requirements

h) Trade Preambles and Rules for Construction Measurement

i) Bills of Quantities / Bills of Materials

j) Bid Specifications

k) Bid Drawings

l) Bid Submission Checklist

m) Appendices A - Q inclusive

6. INTERPRETATION, CLARIFICATION AND AMENDMENTS OF BIDDING DOCUMENTS

6.1 Any Bidder who is in doubt as to the exact meaning or interpretation of any part of the Bid

Documents shall immediately seek clarification in writing from:

RIDER LEVET BUCKNALL PHILIPPINES, INC. Bldg.3 Corazon Clemeña Compound,

#54 Danny Floro St. (formerly Canley Road)

Bagong Ilog, Pasig City

Attention: Mr. DENNIS F. ENRIQUEZ

Project Manager Telephone: +632 571-3741 / 234-0129 / 234-0141

Facsimile: +632 477-3856

Email: [email protected]

6.2 Any query must reach the aforementioned not later than the date specified in the pre-bid

conference prior to the submission of bids. Copies of Bidder’s queries and the replies shall be

furnished to all Bidders. The Procuring Entity/Owner reserves the right to alter the Bid Documents

to accord with the queries and extend the date for submission of Bids, if necessary.

6.3 The Procuring Entity/Owner shall not assume any responsibility regarding erroneous

interpretations or conclusions by the Bidder out of the data furnished by the Procuring

Entity/Owner.

6.4 Bidders who have purchased the Bidding Documents may request for clarification(s) on any part

of the Bidding Documents or for an interpretation. Such a request must be in writing and

submitted to the Procuring Entity’s Representative/Project Manager at the address indicated in

the above ITB Clause 6.1, at least ten (10) calendar days before the deadline set for the

submission and receipt of Bids.

6.5 Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s/Owner’s initiative for

purposes of clarifying or modifying any provision of the Bidding Documents not later than seven

(7) calendar days before the deadline for the submission and receipt of Bids. Any modification to

the Bidding Documents shall be identified as an amendment.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 5 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

6. INTERPRETATION, CLARIFICATION AND AMENDMENTS OF BIDDING DOCUMENTS (continued)

6.6 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine

Government Electronic Procurement System (PhilGEPS) and the website of the Procuring

Entity/Owner concerned, if available. It shall be the responsibility of all Bidders who secure the

Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the

BAC. However, bidders who have submitted bids before the issuance of the Supplemental/Bid

Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB

Clause 30.

7. THE BIDS

7.1 The Bidder shall insert within Appendix A the percentage to be added to the actual cost of any

item included as a Prime Cost Sum to fulfill his obligations under the Contract, if awarded, until

the issuance of the Certificate of Acceptance for the Works as a whole.

7.2 All Bid Documents shall be fully completed, extended and totaled in ink and submitted. The sum

shown on the Form of Bid must be the same as the total of the Summary of Bid.

7.3 The value of any item left unpriced shall be deemed to have been included elsewhere within the

Bid Documents.

7.4 The completed Bid Documents shall be without interlineations or erasures except those required

so as to correct errors made by the Bidder, and where such occur, they shall be initialed by the

Bidder.

7.5 The Bills of Quantities / Bills of Materials submitted with the bids, shall be used by the Procuring

Entity/Owner as a basis of bid evaluation, and subsequently during the execution of the Works as

a basis for evaluating accomplishment and for valuing variations.

7.6 Note that the Bills of Quantities/ Bills of Materials has been issued to assist the Bidders in

preparing their bids and shall be used as a guide, with the Bidders being responsible for checking

the contents. The Bidders are entitled to amend the quantities as they consider necessary to

reflect the actual scope of work contained in the Works.

7.7 Any item not indicated in the Bills of Quantities / Bills of Materials but necessary to complete the

scope of Works under CP-01: General Construction Works (Main Module) package shall be

the responsibility of the Bidder and is deemed included in the Total Bid Price.

8. BIDDER’S RESPONSIBILITIES

8.1 The Bidder or its duly authorized representative shall submit a sworn statement in the form

described in Section 2. Bid Forms as required in ITB Clause 10.

8.2 The Bidder is responsible for the following:

(a) The Bidder shall be responsible to carefully examine all the Bid Documents and to have

knowledge of all conditions, local or otherwise, affecting the execution of the Works and to

have determined the facilities available and needed for the Works. Failure to do so shall be at

the Bidder’s risk.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 6 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

8. BIDDER’S RESPONSIBILITIES (continued)

(b) It shall be the sole responsibility of the Bidder to determine and satisfy himself by such means

as he considers necessary or desirable, as to all matters pertaining to the Works, including

the location of the Site; climatic conditions; the nature and conditions of the terrain; geological

conditions; transportation and communication facilities; the requirements and the availability

of materials, labor, water, electric power and roads; the locations and extent of material

sources, and other factors that may affect the cost, duration and execution of the Works.

(c) The Bidder shall submit with his bid, a schedule of equipment including a site layout plan for

such as cranes, hoists, storage areas, utility lines, offices, workshops, stores, toilet facilities,

access and egress points, permanent and temporary site roads, fuel storage, batching plant

and silo, temporary elevators, security stations, first-aid facility and parking areas.

(d) The Bidder shall submit his Construction Methodology with his Bid. This program shall show

the manner and sequence of construction in bar chart form and the critical path shall be

identified on it. It shall indicate the appropriate duration of each activity.

(e) The Bidder shall be solely responsible for compliance with all acts, laws, codes, decrees and

regulations of the Government of the Republic of the Philippines together with any and all

Authorities having jurisdiction over the Project, the Site, the Works and any matter effecting

the same whether supplied or performed on or off the Site.

(f) If within twenty eight (28) days prior to the date for submission of the bid for the Works and

within the Republic of the Philippines any law ordinance, regulation, or government issuance

and the like, either nationally or locally are introduced which may add or reduce the costs of

the Bidder who may execute the Works the Procuring Entity’s Representative/Project

Manager will upon receipt of particulars from the Bidder discuss the same with the Owner and

advise the Bidder accordingly.

(g) The Bidders shall submit a “Sworn Statement of Compliance”, signed on company letter

headed paper, certifying that the bid is fully compliant with the Bid Documents and has taken

into consideration all items issued within the Minutes of Pre-Bid Meeting/s, Bid Bulletins, and

all other Pre-Bid Correspondences. The said Sworn Statement shall be submitted together

with the Bid Documents and shall form part of any eventual Contract. A specimen form of the

Sworn Statement of Compliance is included as Appendix “F”.

(h) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin/s as

provided under Clarification and Amendment of Bidding Documents.

(i) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies,

offices, corporations, or LGUs, including foreign government/foreign or international financing

institution whose blacklisting rules have been recognized by the GPPB;

(j) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is

an authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

(k) Authorizing the Head of the Procuring Entity/Owner or its duly authorized representative/s to

verify all the documents submitted;

(l) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted

full power and authority to do, execute and perform any and all acts necessary and/or to

represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to

such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 7 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

8. BIDDER’S RESPONSIBILITIES (continued)

(m) Complying with the disclosure provision under Section 47 of the Act in relation to other

provisions of Republic Act 3019; and

Failure to observe any of the above responsibilities shall be at the risk of the Bidder

concerned.

8.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site,

determined the general characteristics of the contract works and the conditions for this Project

and examine all instructions, forms, terms, and project requirements in the Bidding Documents.

8.4 It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by

such means as it considers necessary or desirable as to all matters pertaining to this Project,

including: (a) the location and the nature of the contract, project, or work; (b) climatic conditions;

(c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site

communication facilities, requirements, location and availability of construction aggregates and

other materials, labor, water, electric power and access roads; and (d) other factors that may

affect the cost, duration and execution or implementation of the contract, project, or work.

8.5 The Bidder shall bear all costs associated with the preparation and submission of his bid, and the

Procuring Entity/Owner will in no case be responsible or liable for those costs, regardless of the

conduct or outcome of the bidding process.

8.6 Bidders should note that the Procuring Entity/Owner will only accept bids only from those that

have paid the non-refundable fee for the Bidding Documents at the office indicated in the

Invitation to Bid.

9. BID VALIDITY AND LANGUAGE OF BIDS

9.1 The Bid shall remain valid for a period of One Hundred and Twenty (120) Days after the Bid

submission date.

9.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring

Entity/Owner may request Bidders to extend the period of validity of their bids. The request and

the responses shall be made in writing. The bid security described in ITB Clause 27 should also

be extended corresponding to the extension of the bid validity period at the least. A Bidder may

refuse the request without forfeiting its bid security, but his bid shall no longer be considered for

further evaluation and award. A Bidder granting the request shall not be required or permitted to

modify its bid.

9.3 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the

Bidder and the Procuring Entity/Owner, shall be written in English. Supporting documents and

printed literature furnished by the Bidder may be in another language provided they are

accompanied by an accurate translation in English certified by the appropriate embassy or

consulate in the Philippines, in which case the English translation shall govern, for purposes of

interpretation of the Bid.

10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID

10.1 The date and time for bid submission shall be on or before 9:00 AM of August 11, 2015.

10.2 The completed bid documents together with the Bidder’s additions all as listed within

sub-clause c) below shall be submitted as follows, Sealing and Marking of Bid to refer in ITB

Clause 29.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 8 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)

a) An outer sealed envelope, containing the two (2) separately sealed envelopes

(1st envelope – Tender and Financial Components , 2

nd envelope - shall be addressed to:

PROVINCIAL GOVERNMENT OF PALAWAN Bids and Awards Committee

3rd

Floor, Gov. Alfredo M. Abueg Sr. Building

Provincial Capitol Compound, Puerto Princesa City, Palawan, 5300

Attention : ATTY. TEODORO JOSE S. MATA

BAC - Chairman

Thru: MR. RICHIEROSS P. AUSTRIA

Chairman, Bids and Awards Committee-II (BAC-II) Secretariat Website: www.palawan.gov.ph

Email: [email protected]

Telephone: (048) 434-6389

b) The inner envelopes shall have the Bidder’s name and address clearly written on them, so

that late submissions may be returned unopened. Any bid submitted after the deadline for

submission and receipt of bids prescribed by the Procuring Entity/Owner, shall be declared

“Late” and shall not be accepted by the Procuring Entity/Owner.

c) The two (2) inner envelopes should comprise of the following components;

c.1) Tender and Financial Components (1st

envelope), all pages must be

signed/initialed and company stamped by the Bidder ;

i) Instructions to Bidders;

ii) A Letter of Certification from the Owner’s approved bonding and/or insurance

company, stating its agreement to furnish an Advance Payment Bond, Performance

Bond, and Retention Bond to the Contractor/Owner, to guarantee the recoupment of

the Advance Payment, the due performance of the Works and fulfillment of the

obligations during the Defects Liability Period by the Bidder respectively upon

Contract Award, including all insurances specified under Clause 2.4 of the General

Conditions of Contract;

iii) Form of Bid;

iv) Main Construction Agreement;

v) General Conditions of Contract;

vi) Special Conditions of Contract;

vii) Summary of Bid;

viii) General Requirements;

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 9 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)

ix) Trade Preambles

x) Rules of Construction Measurement;

xi) Bills of Materials;

xii) Master Construction Program;

xiii) Manpower Schedule;

xiv) Cash Flow forecast based on above;

xv) Contractor’s Equipment Schedule and Site Layout;

xvi) Organization Chart;

xvii) List of Domestic Sub-contractors;

xviii) Key Personnel Resumes;

xix) Construction Methodology;

xx) Site Safety Program;

xxi) Completed BoQ/BoM on CD in Excel Format;

xxii) Bid Submission Checklist duly completed;

xxiii) Accomplished Appendices A – Q

xxiv) Issued Technical Specifications

xxv) Issued Tender Drawings in A3 size paper

xxvi) Issued Bid Bulletins

(xxvi) Issued Addenda Drawings

c.1.1) All Bids that exceed the ABC shall not be accepted.

c.1.2) For foreign-funded procurement, a ceiling may be applied to bid prices

provided the following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely accessible

website. If payment of Bidding Documents is required by the Procuring

Entity/Owner, payment could be made upon the submission of bids.

(ii) The Procuring Entity/Owner has procedures in place to ensure that the ABC

is based on recent estimates made by the engineer or the responsible unit

of the procuring entity and that the estimates are based on adequate

detailed engineering (in the case of works) and reflect the quality,

supervision and risk and inflationary factors, as well as prevailing market

prices, associated with the types of works or goods to be procured.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 10 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)

(iii) The Procuring Entity/Owner has trained cost estimators on estimating

prices and analyzing bid variances. In the case of infrastructure projects,

the procuring entity must also have trained quantity surveyors.

(iv) The Procuring Entity/Owner has established a system to monitor and report

bid prices relative to ABC and engineer’s/procuring entity’s estimate.

(v) The Procuring Entity/Owner has established a monitoring and evaluation

system for contract implementation to provide a feedback on actual total

costs of goods and works.

c.2) Eligibility and Technical Components (2nd

envelope); all pages must

be signed/initialed and company stamped by the Bidder ;

(a) Eligibility Documents –

Class "A" Documents:

(i) Registration certificate from the Securities and Exchange

Commission (SEC), Department of Trade and Industry (DTI) for sole

proprietorship, or Cooperative Development Authority (CDA) for

cooperatives.

(ii) Mayor’s permit issued by the city or municipality where the principal

place of business of the prospective bidder is located;

(iii) Statement of all its ongoing and completed government and private

contracts within ten (10) years from the submission of bids, including

contracts awarded but not yet started, if any. The statement shall

include, for each contract, the following:

(iii.1) name of the contract;

(iii.2) date of the contract;

(iii.3) contract duration;

(iii.4) owner’s name and address;

(iii.5) nature of work;

(iii.6) contractor’s role (whether sole contractor, subcontractor, or

partner in a JV) and percentage of participation;

(iii.7) total contract value at award;

(iii.8) date of completion or estimated completion time;

(iii.9) total contract value at completion, if applicable;

(iii.10) percentages of planned and actual accomplishments,

if applicable;

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 11 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)

(iii.11) value of outstanding works, if applicable;

(iii.12) the statement shall be supported by the notices of award

and/or notices to proceed issued by the owners; and

(iii.13) the statement shall be supported by the Constructors

Performance Evaluation System (CPES) rating sheets,

and/or certificates of completion and owner’s acceptance, if

applicable;

(iv) Valid Philippine Contractors Accreditation Board (PCAB) license and

registration for the type and cost of the contract for this Project;

(v) Audited financial statements, showing, among others, the prospective

total and current assets and liabilities, stamped “received” by the BIR

or its duly accredited and authorized institutions, for the preceding

calendar year which should not be earlier than two (2) years from the

date of bid submission;

(vi) NFCC computation or CLC in accordance with ITB Clause 21.5; and

Class "B" Document:

(vii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof,

duly notarized statements from all the potential joint venture partners

stating that they will enter into and abide by the provisions of the JVA

in the instance that the bid is successful shall be included in the bid.

(b) Technical Documents –

(i) Bid security. Bid Security Declaration or/if the Bidder opts to submit

the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit issued by

a foreign bank, it shall be accompanied by a confirmation from a

Universal or Commercial Bank; or

(i.2) a surety bond accompanied by a certification coming from an

authorized Insurance Commission that a surety or insurance

company is authorized to issue such instrument;

(ii) Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of

RA 9184 and using the form prescribed in Appendix I.

d) A total of three (3) envelopes are to be submitted by the Bidders which Sealing and

Marking is identified in ITB Clause 29.

10.3 Bid Documents shall be opened at a date, time and place that to be disclosed by the Procuring

Entity/Owner during the pre-bid conference meeting. No revision, reduction, addition, alteration

or modification shall be allowed after the date and time of submission.

10.4 Under no circumstances shall the receiving copy of the letter of Bid state the amount, or any

other details. A simple cover letter will only be acknowledged.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 12 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

11. BID CLARIFICATION, DETAILED EVALUATION AND COMPARISON OF BIDS

11.1 Bids that do not comply with all the conditions and requirements will be rejected. However, the

Procuring Entity/Owner reserves the right to waive any deviation in the Bid Documents received

which do not affect the substance, price, or validity of the same.

11.2 Conforming Bid Documents shall be checked arithmetically and any error found shall be

corrected, adjustment made either deductive or additive and the Bidder has the option to abide

by his Total Bid Price or revise accordingly.

11.3 Any item found to be over or under-priced shall be adjusted to a fair rate, with the agreement of

the Bidder, and the new rate shall be used for the purposes of evaluating accomplishments and

variations to the Works and for no other purpose. Such rates are to be agreed prior to the

signing of the Contract with the Procuring Entity/Owner.

11.4 The Procuring Entity/Owner may request the Bidder to clarify, expand or provide detailed

breakdowns of their unit or lump-sum prices, and in complying with the request the Bidder shall

not alter the substance or price of his Bid.

11.5 The Procuring Entity/Owner shall have the option to further evaluate and investigate the

Bidder’s technical and financial capabilities to satisfactorily perform the Works and the results

of which shall form part of the award criteria, including, but not limited to, requesting for

appropriate information, data, papers, and documents from the Bidder.

11.6 The Procuring Entity/Owner will undertake the detailed evaluation and comparison of Bids

which have passed the opening and preliminary examination of Bids, pursuant to ITB Clause

31, in order to determine the Lowest Calculated Bid.

11.7 In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity/Owner shall

undertake the following:

(a) The detailed evaluation of the financial component of the bids, to establish the correct

calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to highest. The bid with

the lowest price shall be identified as the Lowest Calculated Bid.

11.8 The Procuring Entity's/Owner’s BAC shall immediately conduct a detailed evaluation of all bids

rated “passed,” using non-discretionary “pass/fail” criterion. The BAC shall consider the

following in the evaluation of bids:

(a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not

addressing or providing all of the required items in the Schedule of Requirements including,

where applicable, bill of quantities/materials, shall be considered non-responsive and, thus,

automatically disqualified. In this regard, where a required item is provided, but no price is

indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for

the said item would mean that it is being offered for free to the Procuring Entity/Owner; and

(b) Arithmetical corrections. Consider computational errors and omissions to enable proper

comparison of all eligible bids. It may also consider bid modifications if expressly

allowed. Any adjustment shall be calculated in monetary terms to determine the

calculated prices.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 13 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

11. BID CLARIFICATION, DETAILED EVALUATION AND COMPARISON OF BIDS (continued)

Based on the detailed evaluation of bids, those that comply with the above-mentioned

requirements shall be ranked in the ascending order of their total calculated bid prices, as

evaluated and corrected for computational errors, discounts and other modifications, to identify

the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for

computational errors, discounts and other modifications, which exceed the ABC shall not be

considered.

11.9 The Procuring Entity’s/Owner’s evaluation of bids shall only be based on the bid price quoted in

the Financial Bid Form

11.10 Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all

bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to,

value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be

itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes,

shall be the basis for bid evaluation and comparison.

12. AWARD OF THE CONTRACT

12.1 As soon as possible after Bid Evaluation but not later than the date of bid validity, the Procuring

Entity/Owner shall notify the successful Bidder who has been determined to be the Lowest

Calculated and Responsive Bidder, that his bid is acceptable, subject to the bidder executing a

contract and obtaining the required bonds. The Letter of Intent/ Notice of Award/to Proceed

(hereinafter referred to as Contract Award) shall constitute a binding Contract, until the formality

of signing the Contract Documents occurs between the successful Bidder and the Procuring

Entity/Owner.

12.2 The Procuring Entity/Owner reserves the right to reject any or all bids received, or to annul the

bidding for any reason, without incurring any liability to any or all bidders. The Owner also

reserves the right to waive any formality required in the bids received and to disregard any

which is, in the opinion of the Quantity Surveyor, unevenly priced.

12.3 Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the

following conditions:

(a) Submission of the following documents within the prescribed period from receipt by the

Bidder of the notice that it has the Lowest Calculated and Responsive Bid:

(i) Valid JVA, if applicable, within ten (10) calendar days;

(ii) Valid PCAB license and registration for the type and cost of the contract to be bid for

foreign bidders, within thirty (30) calendar days, if allowed under a Treaty or

International or Executive Agreement;

(b) Posting of the performance security in accordance with ITB Clause 15;

(c) Signing of the contract as provided in ITB Clause 13; and

(d) Approval by higher authority, if required.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 14 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

13. SIGNING OF CONTRACT DOCUMENTS

13.1 At the same time as the Procuring Entity/Owner notifies the successful Bidder that its Bid has

been accepted, the Procuring Entity/Owner shall send the Contract Form to the Bidder, which

Contract has been provided in the Bidding Documents, incorporating therein all agreements

between the parties.

13.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall

post the required performance security, sign and date the contract and return it to the Procuring

Entity/Owner.

13.3 The Procuring Entity/Owner shall enter into contract with the successful Bidder within the same

ten (10) calendar day period provided that all the documentary requirements are complied with.

13.4 The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other

documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 21.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existing laws

14. ADVANCE PAYMENT BOND

14.1 The Procuring Entity/Owner shall, upon a written request of the contractor which shall be

submitted as a contract document, make an advance payment to the contractor in an

amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump

sum or, at the most two, installments according to a schedule specified by the Procuring

Entity/Owner.

14.2 The advance payment shall be made only upon the submission to and acceptance by the

Procuring Entity/Owner of an irrevocable standby letter of credit of equivalent value from a

commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a

surety or insurance company duly licensed by the Insurance Commission and confirmed

by the Procuring Entity/Owner.

14.3 The advance payment shall be repaid by the Contractor by an amount equal to the

percentage of the total contract price used for the advance payment.

14.4 The contractor may reduce his standby letter of credit or guarantee instrument by the

amounts refunded by the Monthly Certificates in the advance payment.

14.5 The Procuring Entity/Owner will provide an Advance Payment on the Contract Price as

stipulated in the Conditions of Contract, subject to the maximum amount stated in above

Clause 14.1.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 15 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

15. PERFORMANCE SECURITY

15.1 To guarantee the faithful performance by the winning Bidder of its obligations under the

contract, it shall post a performance security within a maximum period of ten (10) calendar days

from the receipt of the Notice of Award from the Procuring Entity/Owner and in no case later

than the signing of the contract. The Performance Security shall be valid up to one (1) year)

after the scheduled contract completion, and shall be extended as necessary for the account of

the successful Bidder.

15.2 The performance security shall be denominated in Philippine Pesos and posted in favor of the

Procuring Entity/Owner in an amount equal to the percentage of the total contract price in

accordance with the following schedule:

Form of Performance Security

Amount of Performance Security

(Equal to Percentage of the Total

Contract Price)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Ten percent (10%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly certified

by the Insurance Commission as

authorized to issue such

security; and/or

Thirty percent (30%)

(d) Any combination of the

foregoing.

Proportionate to share of form with

respect to total amount of security

15.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall

constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in

which event the Procuring Entity/Owner shall initiate and complete the post qualification of the

second Lowest Calculated Bid. The procedure shall be repeated until the Lowest Calculated

and Responsive Bid is identified and selected for contract award. However if no Bidder passed

post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-

advertisement.

16. RETENTION BOND

The Procuring Entity/Owner shall release the total retention sum withheld from interim certificates

upon the issuance of the Certificate of Practical Completion and upon receipt by the Owner of an

undertaking for the Rectification of Defects within the Defects Liability Period and a Retention Bond

drawn from an Owner-approved bonding or insurance company. A Sample of a Retention Bond is

attached hereto and marked as Appendix “E”.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 16 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

17. INSURANCES

The Contractor shall submit and deliver the Contractor’s All-Risk, Third Party Liability insurance

policies in the amounts as shown within Appendix “A” together with General Liability insurance if

required all of which shall remain in force until the Works are satisfactorily completed and accepted by

the Owner.

18. PRE-BID CONFERENCE MEETING

18.1 The Principal and person-in-charge of each bid is required to attend the Pre-Bid Conference

Meeting which is scheduled to be held on July 28, 2015, 9:00 AM at BAC Conference Room, 3/F Alfredo M. Abueg Sr. Building, Capitol Compound, Puerto Princes City, Palawan.

18.2 The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for

the submission of and receipt of bids. If the Procuring Entity./Owner determines that, by reason

of the method, nature, or complexity of the contract to be bid, or when international participation

will be more advantageous to the Government of the Philippines, a longer period for the

preparation of bids is necessary, the pre-bid conference shall be held at least thirty (30)

calendar days before the deadline for the submission and receipt of bids.

18.3 Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand

the Procuring Entity’s/Owner’s requirements. Non-attendance of the Bidder will in no way

prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to

the Bidding Documents as recorded in the minutes of the pre-bid conference and the

Supplemental/Bid Bulletin.

18.4 Any statement made at the pre-bid conference shall not modify the terms of the bidding

documents unless such statement is specifically identified in writing as an amendment thereto

and issued as a Supplemental/Bid Bulletin.

19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES

19.1 The Procuring Entity/Owner, as well as bidders and contractors, shall observe the highest

standard of ethics during the procurement and execution of the contract. In pursuance of this

policy, the Funding Source:

(a) defines, for purposes of this provision, the terms set forth below as follows:

(i) "corrupt practice" means behavior on the part of officials in the public or

private sectors by which they improperly and unlawfully enrich themselves,

others, or induce others to do so, by misusing the position in which they are

placed, and includes the offering, giving, receiving, or soliciting of anything of

value to influence the action of any such official in the procurement process

or in contract execution; entering, on behalf of the Procuring Entity/Owner,

into any contract or transaction manifestly and grossly disadvantageous to

the same, whether or not the public officer profited or will profit thereby, and

similar acts as provided in Republic Act 3019;

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence

a procurement process or the execution of a contract to the detriment of the

Procuring Entity/Owner, and includes collusive practices among Bidders

(prior to or after Bid submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the Procuring Entity/Owner of the

benefits of free and open competition;

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 17 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES (continued)

(iii) “collusive practices” means a scheme or arrangement between two or more

bidders, with or without the knowledge of the Procuring Entity/Owner,

designed to establish bid prices at artificial, non-competitive levels; and

(iv) “coercive practices” means harming or threatening to harm, directly or

indirectly, persons, or their property to influence their participation in a

procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence

material to an administrative proceedings or investigation or making

false statements to investigators in order to materially impede an

administrative proceedings or investigation of the Procuring

Entity/Owner or any foreign government/foreign or international

financing institution into allegations of a corrupt, fraudulent, coercive

or collusive practice; and/or threatening, harassing or intimidating

any party to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or investigation or from

pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and

audit rights of the Procuring Entity/Owner or any foreign

government/foreign or international financing institution herein.

(b) will reject a proposal for award if it determines that the bidder recommended for

award has engaged in corrupt or fraudulent practices in competing for the Contract;

and

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded Contract funded by the Funding Source if it at any time determines that the

firm has engaged in corrupt or fraudulent practices in competing or, or in executing, a

Contract funded by the Funding Source.

19.2 Further, the Procuring Entity/Owner will seek to impose the maximum civil, administrative,

and/or criminal penalties available under the applicable laws on individuals and organizations

deemed to be involved in any of the practices mentioned in ITB Clause 19.1(a).

19.3 Furthermore, the Funding Source and the Procuring Entity/Owner reserve the right to inspect

and audit records and accounts of a contractor in the bidding for and performance of a contract

themselves or through independent auditors as reflected below;

19.3.1 The Procuring Entity’s Representative/Project Project Manager shall at all reasonable

times during construction of the Work be entitled to examine, inspect, measure and

test the materials and workmanship, and to check the progress of the construction.

19.3.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a test not

specified in the Specification to check whether any work has a defect and the test

shows that it does, the Contractor shall pay for the test and any samples. If there is

no defect, the test shall be a Compensation Event.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 18 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES (continued)

19.3.3 The Contractor shall permit the Funding Source to inspect the Contractor’s accounts

and records relating to the performance of the Contractor and to have them audited

by auditors appointed by the Funding Source, if so required by the Funding Source.

20. CONFLICT OF INTEREST

20.1 All bidders found to have conflicting interests shall be disqualified to participate in the

procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and

criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder

in any of the events described in paragraphs (a) through (c) and a general conflict of interest in

any of the circumstances set out in paragraphs (d) through (g) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from any other

Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for purposes of

this Bid;

(d) A Bidder has a relationship, directly or through third parties, that puts them in a

position to have access to information about or influence on the bid of another Bidder

or influence the decisions of the Procuring Entity/Owner regarding this bidding

process. This will include a firm or an organization who lends, or temporarily seconds,

its personnel to firms or organizations which are engaged in consulting services for

the preparation related to procurement for or implementation of the project if the

personnel would be involved in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process. However, this does not

limit the participation of subcontractors in more than one bid;

(f) A Bidder who participated as a consultant in the preparation of the design or technical

specifications of the goods and related services that are the subject of the bid; or

(g) A Bidder who lends, or temporary seconds, its personnel to firms or organizations

which are engaged in consulting services for the preparation related to procurement

for or implementation of the project, if the personnel would be involved in any

capacity on the same project.

20.2 In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be

accompanied by a sworn affidavit of the Bidder (see Appendix I, for the form) that it is not

related to the Head of the Procuring Entity/Owner, members of the Bids and Awards Committee

(BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the

head of the Project Management Office (PMO) or the end-user unit, and the project

consultants, by consanguinity or affinity up to the third civil degree. On the part of the bidder,

this Clause shall apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c ) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders; and

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 19 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

20. CONFLICT OF INTEREST (continued)

(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause

shall correspondingly apply to each of the members of the said JV, as may be

appropriate.

Relationship of the nature described above or failure to comply with this Clause will result in

the automatic disqualification of a Bidder.

21. ELIGIBLE BIDDERS

21.1 The following persons shall be eligible to participate in this Bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at least

seventy five percent (75%) of the interest belongs to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of which at least

seventy five percent (75%) of the outstanding capital stock belongs to citizens of the

Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of which at least

seventy five percent (75%) of the interest belongs to citizens of the Philippines; and

(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or more

persons/entities that intend to be jointly and severally responsible or liable for a particular

contract: Provided, however, that, in accordance with Letter of Instructions No. 630,

Filipino ownership or interest of the joint venture concerned shall be at least seventy five

percent (75%): Provided, further, that joint ventures in which Filipino ownership or interest

is less than seventy five percent (75%) may be eligible where the structures to be built

require the application of techniques and/or technologies which are not adequately

possessed by a person/entity meeting the seventy five percent (75%) Filipino ownership

requirement: Provided, finally, that in the latter case, Filipino ownership or interest shall

not be less than twenty five percent (25%). For this purpose Filipino ownership or interest

shall be based on the contributions of each of the members of the joint venture as

specified in their JVA.

21.2 The Procuring Entity/Owner may also invite foreign bidders when provided for under any

Treaty or International or Executive Agreement.

21.3 Government Corporate Entities may be eligible to participate only if they can establish that

they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are

not dependent agencies of the GOP or the Procuring Entity/Owner.

21.4 (a) The Bidder must have completed, within ten (10) years from the submission of bids, a

single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the

ABC adjusted to current prices using the National Statistics Office consumer price index.

(b) For Foreign-funded Procurement, the Procuring Entity/Owner and the foreign

government/foreign or international financing institution may agree on another track record

requirement.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 20 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

21. ELIGIBLE BIDDERS (continued)

21.5 The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a

Commitment from a Universal or Commercial bank to extend a credit line in its favor if

awarded the contract for this project (CLC).

The NFCC, computed using the following formula, must be at least equal to the ABC to be

bid:

NFCC = [(Current assets minus current liabilities) (K)] minus the value of all outstanding

or uncompleted portions of the projects under ongoing contracts, including awarded

contracts yet to be started coinciding with the contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration of more than

one year up to two years, and 20 for a contract duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by

a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In

the case of local government units (LGUs), the Bidder may also submit CLC from other banks

certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial

instrument.

22. ORIGIN OF GOODS AND SERVICES

There is no restriction on the origin of Goods, or Contracting of Works or Services other than those

prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter

of the United Nations.

23. SUBCONTRACTS

23.1 The Bidder may subcontract portions of the Works to an extent as may be approved by the

Procuring Entity/Owner. However, subcontracting of any portion shall not relieve the Bidder

from any liability or obligation that may arise from the contract for this Project.

23.2 Subcontractors must submit the documentary requirements under ITB Clause 10 and comply

with the eligibility criteria. In the event that any subcontractor is found by the Procuring

Entity/Owner to be ineligible, the subcontracting of such portion of the Works shall be

disallowed.

23.3 The Bidder may identify the subcontractor to whom a portion of the Works will be

subcontracted at any stage of the bidding process or during contract implementation. If the

Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall

include the required documents as part of the technical component of its bid.

24. ALTERNATIVE BIDS

24.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a

Bidder in addition or as a substitute to its original bid which may be included as part of its

original bid or submitted separately therewith for purposes of bidding. A bid with options is

considered an alternative bid regardless of whether said bid proposal is contained in a single

envelope or submitted in two (2) or more separate bid envelopes.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 21 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

24. ALTERNATIVE BIDS (continued)

24.2 Bidders shall submit offers that comply with the requirements of the Bidding Documents,

including the basic technical design as indicated in the drawings and specifications.

Alternative bids shall not be accepted.

24.3 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder

who submits or participates in more than one bid (other than as a subcontractor if a

subcontractor is permitted to participate in more than one bid) will cause all the proposals with

the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable

criminal, civil and administrative penalties that may be imposed upon the persons and entities

concerned.

25. BID PRICES

25.1 The contract shall be for the whole Works based on the priced Bill of Quantities / Bill of

Materials submitted by the Bidder.

25.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of

Quantities / Bill of Materials. Bids not addressing or providing all of the required items in the

Bidding Documents including, where applicable, bill of quantities/materials, shall be

considered non-responsive and, thus, automatically disqualified. In this regard, where a

required item is provided, but no price is indicated, the same shall be considered as non-

responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for

free to the Government.

25.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any

other cause, prior to the deadline for submission of bids, shall be included in the rates, prices,

and total bid price submitted by the Bidder.

25.4 All bid prices for the given scope of work in the contract as awarded shall be considered as

fixed prices, and therefore not subject to price escalation during contract implementation,

except under extraordinary circumstances. Price escalation may be allowed in extraordinary

circumstances as may be determined by the National Economic and Development Authority

in accordance with the Civil Code of the Philippines, and upon the recommendation of the

Procuring Entity/Owner. Furthermore, in cases where the cost of the awarded contract is

affected by any applicable new laws, ordinances, regulations, or other acts of the GOP,

promulgated after the date of bid opening, a contract price adjustment shall be made or

appropriate relief shall be applied on a no loss-no gain basis.

26. BID CURRENCIES

26.1 All bid prices shall be quoted in Philippine Pesos. However, for purposes of bid evaluation,

bids denominated in foreign currencies shall be converted to Philippine currency based on the

exchange rate prevailing on the day of the Bid opening.

26.2 If so allowed in accordance with ITB Clause 26.1, the Procuring Entity/Owner for purposes of

bid evaluation and comparing the bid prices will convert the amounts in various currencies in

which the bid price is expressed to Philippine Pesos at the exchange rate as published in the

BSP reference rate bulletin on the day of the bid opening.

26.3 Payment of the contract price shall be made in Philippine Pesos.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 22 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

27. BID SECURITY

27.1 The bid security shall be equal to the percentage of the ABC in accordance with the following

schedule:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Two percent (2%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly certified

by the Insurance Commission as

authorized to issue such security;

and/or

Five percent (5%)

(d) Any combination of the foregoing. Proportionate to share of form with

respect to total amount of security

For biddings conducted by local government units, the Bidder may also submit bid securities

in the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of credit

from other banks certified by the BSP as authorized to issue such financial statement.

27.2 The bid security should be valid for a period of one hundred twenty (120) calendar days after

the bid submission. Any bid not accompanied by an acceptable bid security shall be rejected

by the Procuring Entity/Owner as non-responsive.

27.3 No bid securities shall be returned to bidders after the opening of bids and before contract

signing, except to those that failed or declared as post-disqualified, upon submission of a

written waiver of their right to file a motion for reconsideration and/or protest. Without

prejudice on its forfeiture, Bid Securities shall be returned only after the bidder with the

Lowest Calculated Responsive Bid has signed the contract and furnished the Performance

Security, but in no case later than the expiration of the Bid Security validity period indicated in

ITB Clause 27.2.

27.4 Upon signing and execution of the contract, pursuant to ITB Clause 13, and the posting of the

Performance Security, pursuant to ITB Clause 15, the successful Bidder’s Bid security will be

discharged, but in no case later than the Bid security validity period as indicated in ITB Clause

27.2.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 23 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

27. BID SECURITY (continued)

27.5 The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in ITB Clause 9;

(ii) does not accept the correction of errors pursuant to ITB Clause 11.8(b);

(iii) fails to submit the requirements within the prescribed period, or a finding against their

veracity, as stated in ITB Clause 33.2;

(iv) submission of eligibility requirements containing false information or falsified

documents;

(v) submission of bids that contain false information or falsified documents, or the

concealment of such information in the bids in order to influence the outcome of

eligibility screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another for purposes of public

bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into contract with the

Government without justifiable cause, after the Bidder had been adjudged as having

submitted the Lowest Calculated and Responsive Bid;

(viii) refusal or failure to post the required performance security within the prescribed

time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of

seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the outcome of the bidding

in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid

is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive bidding, such as

habitually withdrawing from bidding, submitting late Bids or patently insufficient bid,

for at least three (3) times within a year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 13;

(ii) fails to furnish performance security in accordance with ITB Clause 15.

27.6 Bid Securing Declaration (BSD) may be considered as form of Bid Security as sample format

is specified in Appendix M.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 24 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

28. FORMAT AND SIGNING OF BIDS

28.1 Bidders shall submit their bids through their duly authorized representative using the

appropriate forms provided in Section 2 – Form of Bid on or before the deadline specified in the

ITB Clause 10 in two (2) separate sealed bid envelopes, and which shall be submitted

simultaneously. The first shall contain the technical component of the bid, including the eligibility

requirements under ITB Clause 10, and the second shall contain the financial component of the

bid.

28.2 Forms as mentioned in ITB Clause 28.1 must be completed without any alterations to their

format, and no substitute form shall be accepted. All blank spaces shall be filled in with the

information requested.

28.3 The Bidder shall prepare an original of the first and second envelopes as described in ITB

Clauses 10. In addition, the Bidder shall submit copies of the first and second envelopes. In

the event of any discrepancy between the original and the copies, the original shall prevail.

28.4 The bid, except for unamended printed literature, shall be signed, and each and every page

thereof shall be initialed, by the duly authorized representative/s of the Bidder.

28.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by

the duly authorized representative/s of the Bidder.

29. SEALING AND MARKING OF BIDS

i. Bidders shall enclose their original eligibility and technical documents described in ITB Clause

10, in one sealed envelope marked “ORIGINAL – ELIGIBILITY AND TECHNICAL

COMPONENT”, and the original of their tender and financial component in another sealed

envelope marked “ORIGINAL – TENDER AND FINANCIAL COMPONENT”, sealing them all in

an outer envelope marked “1st

Envelope-ORIGINAL BID”.

ii. Bidder should submit the duplicate copies of the original bid with markings as identified below;

“2nd

Envelope – COPY NO.1” marked in the outer envelope which encloses also the sealed

inner envelopes marked “ COPY NO.1-ELIGIBILITY AND TECHNICAL COMPONENT” and

“COPY NO.1 TENDER AND FINANCIAL COMPONENT”

“3rd Envelope – COPY NO.2” marked in the outer envelope which encloses also the sealed

inner envelopes marked “ COPY NO.2-ELIGIBILITY AND TECHNICAL COMPONENT” and

“COPY NO.2 TENDER AND FINANCIAL COMPONENT”

Each duplicate copy of the 2nd envelope and 3rd

envelope shall be similarly signed sealed

and duly marked. All duplicate pages must have reflected the same signed/initialed and company

stamped by the Bidder ;

iii. The original and the number of copies of the Bid as indicated in ITB Clause 10 shall be typed or

written in indelible ink and shall be signed by the bidder or its duly authorized representative/s.

iv. All outer and inner envelopes shall:

1. contain the name of the project and contract to be bid in capital letters – Project Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION

Contract Package: CP-01: General Construction Works (Main Module), (should be marked on the upper left - back side of the outer and inner envelopes)

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 25 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

29. SEALING AND MARKING OF BIDS (continued)

2. bear the name and address of the Bidder in capital letters;

(should be marked on the lower left - back side of the outer and inner envelopes)

3. be addressed to the Procuring Entity or its representative identified in ITB Clause

10;

(should be marked on the middle - back side of the outer envelope only)

4. bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids,

in accordance with ITB Clause 10

(should be marked on the lower right - back side of the outer envelope only).

5. The markings identified in ITB Clause 29 i and ii should be marked on the upper right -

back side of the outer and inner envelopes

v. If bids are not sealed and marked as required, the Procuring Entity/Owner will assume no

responsibility for the misplacement or premature opening of the bid.

30. MODIFICATION AND WITHDRAWAL OF BIDS

30.1 The Bidder may modify its bid after it has been submitted; provided that the modification is

received by the Procuring Entity/Owner prior to the deadline prescribed for submission and

receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to

submit another bid equally sealed, properly identified, linked to its original bid marked as

“TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by

the BAC. Bid modifications received after the applicable deadline shall not be considered and

shall be returned to the Bidder unopened.

30.2 A Bidder may, through a letter of withdrawal, withdraw its bid after it has been submitted, for

valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring

Entity/Owner prior to the deadline prescribed for submission and receipt of bids.

30.3 Bids requested to be withdrawn in accordance with ITB Clause 0 shall be returned unopened to

the Bidders. A Bidder may also express its intention not to participate in the bidding through a

letter which should reach and be stamped by the BAC before the deadline for submission and

receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid,

directly or indirectly, for the same contract.

30.4 No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in

the interval between the deadline for submission of bids and the expiration of the period of bid

validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this

interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 27.5,

and the imposition of administrative, civil, and criminal sanctions as prescribed by RA 9184 and

its IRR.

31. OPENING AND PRELIMINARY EXAMINATION OF BIDS

31.1 The BAC shall open the first bid envelopes of Bidders in public to determine each Bidder’s

compliance with the documents prescribed in ITB Clause 10. For this purpose, the BAC shall

check the submitted documents of each bidder against a checklist of required documents to

ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder

submits the required document, it shall be rated “passed” for that particular requirement. In this

regard, bids that fail to include any requirement or are incomplete or patently insufficient shall

be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 26 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

31. OPENING AND PRELIMINARY EXAMINATION OF BIDS (continued)

31.2 Immediately after determining compliance with the requirements in the first envelope, the BAC

shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid

envelope was rated “passed”. The second envelope of each complying bidder shall be opened

within the same day. In case one or more of the requirements in the second envelope of a

particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid

price exceeds the ABC unless otherwise provided in ITB Clause 10, the BAC shall rate the bid

concerned as “failed”. Only bids that are determined to contain all the bid requirements for both

components shall be rated “passed” and shall immediately be considered for evaluation and

comparison.

31.3 Letters of withdrawal shall be read out and recorded during bid opening, and the envelope

containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the

withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall

be returned to the representative during the bid opening. If the representative is not in

attendance, the Bid shall be returned unopened by registered mail. The Bidder may withdraw its

bid prior to the deadline for the submission and receipt of bids, provided that the corresponding

letter of withdrawal contains a valid authorization requesting for such withdrawal, subject to

appropriate administrative sanctions.

31.4 If a Bidder has previously secured a certification from the Procuring Entity/Owner to the effect

that it has previously submitted the above-enumerated Class “A” Documents, the said

certification may be submitted in lieu of the requirements enumerated in ITB Clause 10.

31.5 In the case of an eligible foreign Bidder as described in ITB Clause 21, the Class “A”

Documents enumerated in ITB Clause 10 may be substituted with the appropriate equivalent

documents, if any, issued by the country of the foreign Bidder concerned.

31.6 Each partner of a joint venture agreement shall likewise submit the documents required in ITB

Clauses (a)(i). Submission of documents required under ITB Clause 10(10.2)(c)(c.2)(c.2.1)(a)(iii

to vi) by any of the joint venture partners constitutes compliance.

31.7 A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at

the time of bid opening, upon verbal notification within which to file a request for reconsideration

with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is

established that the finding of failure is due to the fault of the Bidder concerned: Provided,

further, that the BAC shall decide on the request for reconsideration within seven (7) calendar

days from receipt thereof. If a failed Bidder signifies his intent to file a request for

reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened

and/or duly sealed until such time that the request for reconsideration or protest has been

resolved.

32. PROCESS TO BE CONFIDENTIAL

32.1 Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are

prohibited from making or accepting any kind of communication with any bidder regarding the

evaluation of their bids until the issuance of the Notice of Award, unless in the case of ITB

Clause 11.

32.2 Any effort by a bidder to influence the Procuring Entity/Owner in the Procuring Entity’s/Owner’s

decision in respect of Bid evaluation, Bid comparison or contract award will result in the

rejection of the Bidder’s Bid.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 27 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

33. POST QUALIFICATION

33.1 The Procuring Entity/Owner shall determine to its satisfaction whether the Bidder that is

evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is

responsive to all the requirements and conditions specified in ITB Clauses 10 and 21.

33.2 Within a non-extendible period of three (3) calendar days from receipt by the Bidder of the

notice from the BAC that it submitted the LCB, the Bidder shall submit the following

documentary requirements:

(a) Tax clearance per Executive Order 398, Series of 2005;

(b) Latest income and business tax returns

(c) Certificate of PhilGEPS Registration; and

(d) Other appropriate licenses and permits required by law

Failure of the Bidder declared as LCB to duly submit the requirements under this Clause or a

finding against the veracity of such, shall be ground for forfeiture of the bid security and

disqualification of the Bidder for award.

33.3 The determination shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted pursuant to ITB Clause 10, as well as other information as the

Procuring Entity/Owner deems necessary and appropriate, using a non-discretionary “pass/fail”

criterion.

33.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for

post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and

recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its

submitted price or its calculated bid price, whichever is lower, subject to ITB Clause 12.3.

33.5 A negative determination shall result in rejection of the Bidder’s Bid, in which event the

Procuring Entity/Owner shall proceed to the next Lowest Calculated Bid to make a similar

determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder,

however, fails the post qualification, the procedure for post qualification shall be repeated for

the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated and

Responsive Bid is determined for contract award.

33.6 Within a period not exceeding seven (7) calendar days from the date of receipt of the

recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the

said recommendation. In the case of government owned and government-owned and/or

controlled corporations (GOCCs) and government financial institutions (GFIs), the period

provided herein shall be fifteen (15) calendar days.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 28 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

34. RESERVATION CLAUSE

34.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity/Owner

concerned reserves the right to review its qualifications at any stage of the procurement

process if it has reasonable grounds to believe that a misrepresentation has been made by the

said bidder, or that there has been a change in the Bidder’s capability to undertake the project

from the time it submitted its eligibility requirements. Should such review uncover any

misrepresentation made in the eligibility and bidding requirements, statements or documents, or

any changes in the situation of the Bidder which will affect its capability to undertake the project

so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity/Owner shall

consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from

obtaining an award or contract.

34.2 Based on the following grounds, the Procuring Entity/Owner reserves the right to reject any and

all Bids, declare a Failure of Bidding at any time prior to the contract award, or not to award the

contract, without thereby incurring any liability, and make no assurance that a contract shall be

entered into as a result of the bidding:

(a) if there is prima facie evidence of collusion between appropriate public officers or

employees of the Procuring Entity/Owner, or between the BAC and any of the bidders, or if

the collusion is between or among the bidders themselves, or between a bidder and a third

party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress

or nullify competition;

(b) if the Procuring Entity’s/Owner’s BAC is found to have failed in following the prescribed

bidding procedures; or

(c) for any justifiable and reasonable ground where the award of the contract will not redound

to the benefit of the Government as follows:

(i) If the physical and economic conditions have significantly changed so as to render the

project no longer economically, financially or technically feasible as determined by the

head of the procuring entity;

(ii) If the project is no longer necessary as determined by the head of the procuring entity;

and

(iii) If the source of funds for the project has been withheld or reduced through no fault of

the Procuring Entity/Owner.

34.3 In addition, the Procuring Entity/Owner may likewise declare a failure of bidding when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-qualification; or

(d) The bidder with the Lowest Calculated Responsive Bid refuses, without justifiable

cause to accept the award of contract, and no award is made.

----------------------------------------------------------------------------------------------------------------------------------------------------------------

Instructions to Bidders Page 29 of 29

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

35. NOTICE TO PROCEED

35.1 Within three (3) calendar days from the date of approval of the Contract by the appropriate

government approving authority, the Procuring Entity/Owner shall issue its Notice to Proceed to

the Bidder.

35.2 The contract effectivity date shall be provided in the Notice to Proceed by the Procuring

Entity/Owner, which date shall not be later than seven (7) calendar days from the issuance of

the Notice to Proceed.

Section 3

FFoorrmm ooff BBiidd

FORM OF BID Date: _____________________

To: Ms. Angelique M. Songco – Protected Area Superintendent

TUBBATAHA MANAGEMENT OFFICE – Procuring Entity/Owner

Address: Manalo Extension, Brgy. Milagrosa, Puerto Princesa City, 5300 Palawan

Project : Tubbataha Reefs Natural Park Ranger Station

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the

Contract CP-01: General Construction Works (Main Module);

(b) We offer to execute the Works for this Contract in accordance with the Bid Documents, General and

Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered in item (d) below is: [insert information];

The discounts offered and the methodology for their application are: [insert information];

(c) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid submission deadline in

accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted

at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain all the Bonds and Insurances for which are acceptable to

the Procuring Entity/Owner and as required by the Bid Documents and for the due performance of

the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities

from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than

alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the

Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in your

notification of award, shall constitute a binding contract between us, until a formal Contract is

prepared and executed; and

(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you

may receive.

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: ___________

Section 4

MMaaiinn CCoonnssttrruuccttiioonn AAggrreeeemmeenntt

MAIN CONSTRUCTION AGREEMENT

THIS AGREEMENT, made this ______ day of [month] 2015 between Tubbataha Management

Office (hereinafter called the “Procuring Entity/Owner”) and [name and address of Contractor]

(hereinafter called the “Contractor”).

WHEREAS, the Procuring Entity/Owner is desirous that the Contractor execute the Tubbataha

Reefs Natural Park Ranger Station as project name with contract package CP-01: General

Construction Works (Main Module) (hereinafter called “the Works”) and the Procuring Entity/Owner has

accepted the Bid for [insert the amount in specified currency in numbers and words] by the Contractor for

the execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be attached, deemed to form, and be read and construed

as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;

(b) Drawings/Plans;

(c) Specifications;

(d) Invitation to Apply for Eligibility and to Bid;

(e) Instructions to Bidders;

(f) Addenda and/or Supplemental/Bid Bulletins, if any;

(g) Bid form, including all the documents/statements contained in the Bidder’s

bidding envelopes, as annexes;

(h) Eligibility requirements, documents and/or statements;

(i) Performance Security;

(j) Credit line issued by a licensed bank, if any;

(k) Notice of Award of Contract and the Bidder’s conforme thereto;

(l) Other contract documents that may be required by existing laws and/or the

Entity.

3. In consideration of the payments to be made by the Procuring Entity/Owner to the

Contractor as hereinafter mentioned, the Contractor hereby covenants with the Procuring

Entity/Owner to execute and complete the Works and remedy any defects therein in

conformity with the provisions of this Contract in all respects.

4. The Procuring Entity/Owner hereby covenants to pay the Contractor in consideration of

the execution and completion of the Works and the remedying of defects wherein, the

Contract Price or such other sum as may become payable under the provisions of this

Contract at the times and in the manner prescribed by this Contract.

5. The Works completion shall be within one hundred twenty (120) days upon receipt of the

Notice to Proceed. The Contractor shall coordinate all site activities and follow the

Procuring Entity’s/Owner’s instructions to prevent interference that may adversely affect

the progress of the agreement.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day

and year first before written.

Signed, sealed, delivered by Ms. Angelique M. Songco the Tubbataha Management Office-Protected

Area Superintendent (for the Procuring Entity/Owner)

Signed, sealed, delivered by [Contractor’s Representative] the Authorized Representative (for the

Contractor).

Binding Signature of PROCURING ENTITY/OWNER Binding Signature of Contractor

___________________________________ __________________________________

Ms. Angelique M. Songco [Contractor’s Representative]

WITNESS

___________________________________ __________________________________

CERTIFIED AS TO FUND AVAILABILITY

___________________________________

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

PUERTO PRINCESA CITY ) SS.

BEFORE ME, this ____ day of _________________, 2015 in ____________________________

personally appeared:

Name CTC / ID No. Issued at Issued On

ANGELIQUE M. SONGCO

[Contractor’s Representative]

all known to me and to me known to be the same persons who executed the foregoing instrument,

consisting of 3 pages, including this page on which the acknowledgement is written, and acknowledged to

me that the same is free and voluntary act and deed and of the entities they represent.

WITNESS MY HAND AND SEAL, at the date and place written above.

NOTARY PUBLIC

Doc No. __________

Page No. _________

Book No. _________

Series of 2015.

Section 5

GGeenneerraall CCoonnddiittiioonnss ooff CCoonnttrraacctt

__________________________________________________________________________________________________________

General Conditions of Contract Page 1 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

GGEENNEERRAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT for Building and Engineering Works designed by the procuring Entity/Owner and Executed in

The Republic of the Philippines

TABLE OF CONTENTS

CLAUSE PAGE NO. Definitions 3

1 General Conditions 5

1.1 Intent of Contract

5

1.2 Contract Documents

6

1.3 Law, Language and Unit System

6

1.4 Authorized Representative and Communication

6

1.5 Singular and Plural

6

1.6 Clause References

6

1.7 Non-Enforceability

6

1.8 Headings

7

1.9 Timely Manner

7

1.10 Public Relations 7

2 Commencement and Progress of the Works 7

2.1 Procuring Entity/Owner’s Obligations

7

2.2 Opening a Letter of Credit

7

2.3 Contractor’s Risk, Submittals, Obligations and Responsibilities

10

2.4 Insurances

10

2.5 Bonds and Guarantees

10

2.6 Provision of Payment by the Contractor

11

2.7 Government and Municipality Notices

11

2.8 Commencement of the Works and Possession of Site

11

2.9 Materials and Workmanship

13

2.10 Contractor’s Employees 15

__________________________________________________________________________________________________________

General Conditions of Contract Page 2 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.11 Antiques

17

2.12 Explosives and Firearms

17

2.13 Procuring Entity/Owner’s Right to Take-Over the Works 17

3 Nominated Sub-contractors/ Suppliers 17

4 Procuring Entity’s/Owner’s Contractor’s/ Sub-contractors/ Specialist

Contractors/ Suppliers 20

5 Contract Sum 21

6 Variations, Instructions and Orders 21

7 Evaluation of Variations 22

8 Interim Valuations and Payments 23

9 Liquidated Damages 24

10 Extension of Time 24

11 Loss and Expense Caused by Delay 26

12 Force Majeure 27

13 Practical Completion and Partial Possession 28

14 Final Account 29

15 Completion of Defects Liability Period 30

16 Release of Retention 30

17 Termination of Contract – General 31

18 Termination of Contract by Procuring Entity/Owner 31

19 Termination of Contract by Contractor 33

20 Settlements of Disputes 34

__________________________________________________________________________________________________________

General Conditions of Contract Page 3 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

DEFINITIONS

Within the Contract/ Contract Documents (as hereinafter defined) the following words and expressions shall

have the meanings hereby assigned to them except where the context otherwise requires:

Beneficial Occupancy means such occupancy as is not unduly affected by rectification works for the

practical use intended by the occupant

Bid means the Contractor’s price for the Works including the remedying of any defects all in accordance

with the Contract.

Bills of Quantities means the priced and completed bills of quantities contained within the Contract

Documents.

Certificate of Acceptance means the Certificate signed by the Procuring Entity’s Representative/Project

Manager upon the satisfactory completion of the Defects Liability Period for the Works pursuant to Clause

15.d).

Certificate of Practical Completion means the certificate signed by the Procuring Entity’s

Representative/Project Manager upon completion of the Works pursuant to Clauses 13.a), b), c) and d).

Construction Drawings means the drawings issued by the Procuring Entity’s Representative/Project

Manager and marked ‘For Construction’ to be used as the basis by the Contractor in the execution of the

Works.

Contract Award means the Letter of Intent, Notice of Award, Notice to Proceed or any similar document

advising the Contractor that his bid is acceptable.

Contract/ Contract Documents means the Special Conditions of Contract (if any), these General

Conditions, the Technical Specifications, the Contract Drawings, the Bill of Preliminaries/General

Requirements, the Bills of Quantities/Materials, the Bid, the Contract Award, the Form of Contract and such

further documents as may be expressly incorporated in the Contract.

Contract Drawings means the drawings, calculations and technical information of a similar intent which

form part of the Contract.

Contractor means the party so named in the Contract, including their domestic sub-contractors together

with all persons employed by the same in connection with the Works.

Contract Period means the period of time stated in Appendix A, or as adjusted in accordance with the

Contract, within which the Contractor must complete the entire Works included in the Contract.

Contractor’s Equipment means all machinery, tools, etc. required for the execution and completion of the

Works including the remedying of defects however excluding such things which will form part of the

permanent Works.

Contract Price means the Contract Sum adjusted by variations, Loss and Expense claims and any other

sums duly authorized by the Procuring Entity’s Representative/Project Manager and/or the Procuring

Entity/Owner.

Contract Sum means the sum stated in the Contract for the completed Works including the remedying of

any defects all in accordance with the Contract Documents.

Cost means proper expenditure whether on or off the Site including overheads except where the contrary is

expressly stated. No allowance for Profit is allowable.

__________________________________________________________________________________________________________

General Conditions of Contract Page 4 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

DEFINITIONS (continued)

Day means a calendar day. All references to days are deemed to include holidays, Saturdays, Sundays and

any days of typhoon or inclement weather unless stated otherwise.

Defects Liability Period means the period stated in Appendix A which commences upon the issuance of

the Certificate of Practical Completion.

Duties, Responsibilities’ and Authorities refers to the Procuring Entity/Owner’s Representatives’ who

have the authority to perform their obligations, duties and responsibilities impartially as specified in the

Contract. Similarly the appointment of any assistants by them is also authorized.

Force Majeure means any act of nature like earthquakes, lightning, war hostilities (whether declared or

not), invasion, acts of public enemies, rebellion, revolution, insurrection, riots, strikes, epidemics, and

quarantine.

Interpretation refers to words importing persons or parties include any corporation, firm and organization

having legal capacity to contract.

Nominated Sub-contractor/ Supplier means a sub-contractor/ supplier selected on behalf of the

Procuring Entity/Owner but employed by and under the control of the Contractor for the purpose of having

such sub-contractor/ supplier undertake a specific portion or supply element of the Works.

Procuring Entity /Owner means the party for which the Works are being executed.

Procuring Entity / Owner’s Representative means any person or entity appointed by the Procuring

Entity/Owner to manage and administer the Works. This includes but not limited to the Procuring Entity’s

Representative/Project Manager, Architect, Quantity Surveyor and Engineers.

Procuring Entity/Owner’s Contractors/ Sub-contractors/ Specialist Contractors/ Suppliers means a

party engaged by the Procuring Entity/Owner to perform such work or supply materials that do not form part

of the Works but are connected with the Project or the Works.

Plant means machinery, equipment, apparatus and the like incorporated or intended for incorporation into

the Works.

Prime Cost Sum means a sum included in the Contract for works that are known but the value thereof

cannot be accurately ascertained

Project means the entire works on the Site for which this Contract forms part thereof.

Provisional Sum means a sum included in the Contract for works that cannot be fully determined or as a

contingency.

Section means a part of the Works identified in the Contract as such.

Site means the place or area where the Works will be executed.

Specification means the technical specification of the Works included within the Contract and any

modification thereof or addition thereto made under these General Conditions.

Valuation means the Contractor’s application/request for payment for works executed, unfixed materials on

Site together with a proportion of preliminaries properly expended.

__________________________________________________________________________________________________________

General Conditions of Contract Page 5 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

DEFINITIONS (continued)

Works means the building, structure or any other form of permanent improvement or facility resulting from

the execution and completion of the construction activities by the Contractor pursuant to the Contract,

including temporary works, improvements or facilities required for the execution and the maintenance of the

building, structure or permanent improvement to be constructed or installed pursuant to the Contract.

Writing means any hand-written, typed or printed communication, including telex, telegram, facsimile and

email and delivered, sent by mail or courier or transmitted as further defined relevant and stated as

applicable to each clause of the Contract.

1. GENERAL CONDITIONS

1.1 INTENT OF CONTRACT

The intent and spirit of the Contract is to provide for all the Works, as specified and shown and to be

executed professionally with all due diligence and responsibility and to be executed between the Date for

Commencement as defined within Clause 2.8 and completed on or before the Date for Completion as

stated within Appendix A.

The Contractor shall execute the Works faithfully and strictly in accordance with every detail for which it is

specifically designed and agrees to furnish everything reasonably and indispensably necessary for the

same to ensure its timely completion and to leave the Works to the entire satisfaction of the Procuring

Entity’s Representative/Project Manager and the Procuring Entity/Owner in accordance with the Contract.

All matters, which may have been omitted from the Contract but may reasonably be inferred to be

obviously necessary for the efficient execution, completion and operation of the Works, shall be deemed

to have been included in the Contract Sum.

If the Contractor is in any doubt as to the exact meaning and intent of any part of the Contract, or finds

any discrepancy in or divergence between the same, he shall immediately inform the Procuring Entity’s

Representative/Project Manager in writing, who will issue instruction relative to the query. The Contractor

shall be held responsible for any error and/or loss he may make as a consequence of failing to obtain

such meaning or intent, or not informing the Procuring Entity’s Representative/Project Manager of any

discrepancy or divergence. The Contractor shall not take advantage of any apparent error, omission,

discrepancy or divergence in, from or between the Contract Documents.

1.2 CONTRACT DOCUMENTS

Subject to Clause 1 of the Form of Contract, all parts of the Contract, shall be of equal weight and shall be

taken as mutually explanatory of one another.

Four (4) sets of the Contract shall be signed by the parties to the Contract, three (3) furnished to the

Procuring Entity/Owner, and one (1) to the Contractor for safekeeping.

Upon commencement of the Works, the Procuring Entity’s Representative/Project Manager may issue, if

deemed necessary, additional drawings, sketches or details, which may be reasonably necessary to

explain or amplify the Contract Drawings or the Works.

The Contract Documents shall not be used by any party for any purpose other than this Contract.

The Contract Documents shall supersede and supplant all other prior communications, promises,

covenants, and undertakings of whatever nature, on the same subject matter, which have not been

incorporated into the Contract.

No amendments or change in any of the provisions of the Contract shall bind either party unless agreed to

in writing by their duly authorized representatives.

__________________________________________________________________________________________________________

General Conditions of Contract Page 6 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

1.3 LAW, LANGUAGE AND UNIT SYSTEM

The Law of the Republic of the Philippines shall apply to the Contract as a whole.

All drawings, designs, specifications, manuals, name plates, markings, instructions, statements,

schedules, programs, notices, documents and all communications concerning the Works shall be in the

English Language.

The metric systems of weights and measures shall be used unless otherwise specified or required in

writing by the Procuring Entity’s Representative/Project Manager.

1.4 AUTHORIZED REPRESENTATIVES AND COMMUNICATIONS

The Procuring Entity’s Representative/Project Manager shall be duly authorized to act on behalf of the Procuring Entity/Owner with respect to the execution and supervision of the Works and the Project as a

whole. The Procuring Entity’s Representative/Project Manager shall also be entitled to appoint

representatives to exercise on his behalf the duties and powers authorized under the Contract. Such

appointment shall be notified in writing to the Contractor.

The representative of the Contractor shall be duly authorized to act on behalf and in respect to any or all

matters relating to the execution of the Works. The Contractor immediately upon Contract Award shall

appoint this representative and request the Procuring Entity’s Representative/Project Manager for

approval thereof.

Unless otherwise required by the Procuring Entity’s Representative/Project Manager, all notices

concerning the Works shall be in writing and sent by fax, telegraph, telex or given either by personal

delivery or by registered mail.

1.5 SINGULAR AND PLURAL

Words’ importing the singular also includes the plural and vice-versa where the context requires.

1.6 CLAUSE REFERENCES

All references herein to clauses are those numbered in these General Conditions of Contract and not to

those in any other documents unless otherwise stated.

1.7 NON-ENFORCEABILITY

Non-enforceability of any provision of the Contract Documents shall not affect the enforceability of any

other provision therein, unless the latter is indispensably or inextricably related to the invalid provision.

The said non-enforceability shall be corrected by written agreement of the parties hereto.

The waiver of any breach, or failure to enforce any of the conditions or other provisions of this Contract at

any time shall not in any way limit or waive the Procuring Entity/Owner’s right thereafter to enforce strict

compliance with every condition or provision hereof.

1.8 HEADINGS

The use of headings and subheadings in these General Conditions of Contract shall not be used for

interpreting the construction of the Contract in any way, or limit, modify or increase the responsibilities,

obligations, rights and benefits of the parties or their representatives under the Contract.

__________________________________________________________________________________________________________

General Conditions of Contract Page 7 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

1.9 TIMELY MANNER

All information and/or action required by the Contract including the issue of any notice, consent, approval,

certificate or determination shall be acted upon in such timely manner and shall not be unreasonably

withheld or delayed.

1.10 PUBLIC RELATIONS

The Contractor agrees that all public relations matters arising out of or in connection with the Procuring

Entity/Owner, the Project and/or the Works shall be the sole responsibility of the Procuring Entity/Owner.

The Contractor shall obtain the Procuring Entity’s/Owner’s written approval of any publication,

announcement or other type of communication concerning the Procuring Entity/Owner, the Project and/or

the Works prior to release. 2. COMMENCEMENT AND PROGRESS OF THE WORKS

2.1 PROCURING ENTITY/OWNER’S OBLIGATIONS

a) The Procuring Entity/Owner shall provide the Contractor with two (2) sets of detailed Construction

Drawings and Specifications, one (1) copy of which, together with all subsequent drawings and

documents shall always be kept in the site for use by the Project Director or Procuring Entity’s

Representative/Project Manager. All documents shall be returned, if requested to the Procuring

Entity/Owner or its representative upon the issue of the Certificate of Acceptance.

The Contractor shall pay for any additional sets of construction drawings and specifications.

b) All information and/or action required by the Contractor or any responsible party involved in the

Works, which can be provided and undertaken by the Procuring Entity/Owner, shall be acted upon by

the Procuring Entity/Owner in such timely manner so as not to delay the progress of the Works,

provided that a written request for such information or action has been made within a reasonably

sufficient time prior to the Works they will effect.

2.2 OPENING A LETTER OF CREDIT

Subject to agreement between the Procuring Entity/Owner and the Contractor, the Procuring Entity/Owner

shall have the option to open a Letter of Credit in favor of a foreign supplier or manufacturer of the

Contractor/ Supplier to cover the importation of materials or plant required for the performance of the

Contract Package awarded to the Contractor or a Nominated Sub-contractor/ Supplier. All costs of such

opening shall be deducted from monies due, or which shall become due, to the Contractor.

2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES

a) The Contractor shall have inspected and examined the Site and its surroundings and to have satisfied

himself before submitting his bid as to the nature of the ground and sub-soil (so far as is practicable

and having taken into account any information in connection therewith which may have been provided

by or on behalf of the Procuring Entity/Owner) the form and nature of the Site, local socio-political

conditions, national and local government actions and requirements on the Site, the extent and nature

of the Works, and materials necessary for the completion of the Works, the means of communication

with, and access to the Site, the accommodation he may require, and in general to have obtained for

himself all necessary information (subject as above-mentioned) as to risks, contingencies and all

other circumstances influencing or affecting his Bid.

b) Any information given in relation to the Site and existing utilities, whether contained in the Bills of

Quantities/ Bills of Materials or Specifications or shown on Contract drawings, or otherwise is given in

good faith, but no guarantee is given as to its accuracy. If the information is inadequate or incorrect,

or incomplete, the Contractor shall not be entitled to any adjustment of the Contract Sum or any

extension of time on the grounds that the information given is inadequate, incorrect, or incomplete.

__________________________________________________________________________________________________________

General Conditions of Contract Page 8 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES (continued)

c) The Contractor shall take upon himself the whole risk of executing the Works in compliance with the

provisions of the Contract, and all the materials provided for the purpose of the Contract and all the

Work executed by him under the Contract, including Construction Equipment shall be at his own risk

until Practical Completion of all portions of the Works, subject to any other provisions of the Contract.

d) If at any time prior to the issue of the Certificate of Acceptance and by reason of any accident, failure

or any other event in the Procuring Entity’s Representative/Project Manager’s opinion requires urgent

repair or remedial work and the Contractor is unable or unwilling to perform such work then the

Procuring Entity’s Representative/Project Manager shall be entitled to employ other persons to

complete the same. Should the Procuring Entity’s Representative/Project Manager also determine

that the work was the liability of the Contractor then the amount for such work shall be deducted from

any monies due to or become due to the Contractor.

e) The Contractor shall be deemed to have satisfied himself before submitting his bid as to the

correctness and sufficiency of the rates and prices stated by him in the Bill of Preliminaries / general

Requirements and Bills of Quantities / Bills of Materials which shall (except in so far as it is otherwise

provided in the Contract) cover all his obligations under the Contract.

f) The Contractor shall, within seven (7) days of Contract Award, submit for approval of the Procuring

Entity’s Representative/Project Manager a fully detailed Master Construction Program, in PERT/CPM

form, showing each and every activity and their interdependency on each other. It shall also show any

off-site work, which will be carried out. The Contractor shall update the program monthly or as

required by the Procuring Entity’s Representative/Project Manager.

g) In addition to the Works specified in the Contract, the Contractor shall design (where there is such

requirement included in the Contract) perform, undertake and submit the following:

i) The timely, proper preparation and submission of six (6) copies of detailed composite utility

drawings and shop drawings based on the latest Construction Drawings and Specifications and

any other drawings necessary for the complete execution of the Works;

ii) The securing, at his own expense, of all necessary permits and licenses that are required for the

execution and completion of the Works and shall submit to the Procuring Entity/Owner, through

the Procuring Entity’s Representative/Project Manager, the original and three (3) copies of the

same including the Occupancy Permit. If the Occupancy Permit has not been obtained as of the

date of final payment then the cost incurred or to be incurred in obtaining the same shall be

deducted from any amounts due or to become due to the Contractor;

iii) Attend all project meetings that will be required by the Construction and Project Managers and

as specified below:

a) Within twenty-one (21) days of the Contract Award the Procuring Entity’s

Representative/Project Manager shall convene a meeting of all parties involved in the Project.

The meeting will be the forum for the Contractor to advise the Procuring Entity/Owner and its

representative as to his general plan for the carrying out of the Works, and to meet and be

acquainted with the personnel involved and their respective duties. The Minutes of said

Meeting shall be distributed to all attendees by the Procuring Entity’s Representative/Project

Manager.

__________________________________________________________________________________________________________

General Conditions of Contract Page 9 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES (continued)

b) Every week the Procuring Entity’s Representative/Project Manager shall convene a meeting

on site and in attendance shall be the Contractor’s senior personnel, the Nominated Sub-

contractors/ Suppliers, the Project Manager, Construction Manager and the Quantity

Surveyor. The Procuring Entity/Owner reserves the right to attend at his option. The purpose

of this meeting is to discuss the progress of the Works and the resolution of any problems

hindering the progress. Other matters shall be taken up as required. The minutes of this

meeting shall be distributed by the Procuring Entity’s Representative/Project Manager as

soon as possible after the meeting date but not later than two (2) days prior to the next

meeting. The minutes of this meeting shall be deemed true and accurate if not objected to in

writing within seven (7) days from receipt thereof by Contractor.

iv) Monthly Progress Reports (five (5) copies), including the following:

- The true progress of the Works

- Particulars of deviations from the approved Master Construction Program

- Circumstances adversely affecting work performance

- Particulars of remedial action taken or to be taken in respect of the circumstances

adversely affecting the Works

- Imported Materials (logistics and shipping), (if any)

- Expected delivery dates of imported materials in the next three (3) months

- Requests for Information (RFI) Summary/ Status

- Submittals Summary/ Status

- Instructions/ Variation Orders Summary

- Updates on Nominated Sub-contractors/ Suppliers

- Copy of the Master Construction Program with proposed schedule which highlights

changes for the Procuring Entity’s Representative/Project Manager’s approval

- Progress for the month in terms of percentage complete

- Register of Staff and labour including grades employed on and off Site

- Off-Site Works

- Schedule of construction equipment on site

- Key decisions required from the Procuring Entity’s Representative/Project

Manager and/or consultants

- Major milestones/ events for the next month

- Contractor’s claims made

- Requests for Extension of Time, if any

- Notice of any intended contractual claims.

- A narrative of the previous month’s events

- Photographs (colored)

h) The Contractor shall provide a sufficient number of Time Recording machines including insert cards

for all personnel for which the Contractor is responsible including those personnel employed either as

a Nominated and/or Domestic Sub-contractors for the entire duration of the Works including any

extended period as the Contract dictates.

__________________________________________________________________________________________________________

General Conditions of Contract Page 10 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.4 INSURANCES

Without limiting his obligations and responsibilities under the Contract, the Contractor shall effect and

maintain the following insurances;

i) Contractor’s All Risk Insurance : The Contractor shall submit and deliver this policy in an amount

equivalent to the Contract Sum for the purpose of insuring against loss and damage caused by fire,

storm, typhoon, tempest, lightning, floods, earthquake, aircraft or anything dropped there from, aerial

objects, riots and civil commotion for at least the full reinstatement value thereof of all work executed

and all unfixed materials and plant intended for, delivered to, and placed on or adjacent to the Works,

but excluding temporary building, plant, tools and equipment owned or hired by the Contractor or any

domestic sub-contractor, and shall keep such work, materials and plant insured until the Works are

completed and accepted by the Procuring Entity/Owner. The insurance coverage shall include Third

Party Liability coverage of at least Pesos: FIVE MILLION (PHP 5,000,000.00), single limit, for death,

bodily injury, sickness and disease and property damages. The Contractor shall present and deliver

these insurance policies to the Procuring Entity/Owner within ten (10) days of the Contract Award, and

the same shall remain in force until the Works are satisfactorily completed and accepted by the

Procuring Entity/Owner.

ii) Any other insurances required by law, be said law enacted prior to or after the Contract Award.

The Contractor shall be responsible for the payment of all premiums and for keeping all insurances

maintained. With the exception of the Third Party Liability Insurance, which shall be valid until the

Certificate of Acceptance is issued; all policies should be maintained until the issuance of the

Certificate of Practical Completion.

Should the Contractor fail to maintain the required insurances the Procuring Entity/Owner may insure

against those risks, which have not been insured by the Contractor. In this instance the Procuring

Entity/Owner may deduct from any monies due or to become due to the Contractor the cost of said

insurance.

All insurances shall be with insurers approved by the Procuring Entity/Owner and the premium receipts

and policies must be deposited with the Procuring Entity/Owner.

The Contractor shall ensure that the reinstatement of the works are to a quality satisfactory to the

Procuring Entity/Owner, and that amount insured covers all penalties set down by Government Authorities

as a result of any construction failure.

2.5 BONDS/SECURITIES AND GUARANTEES

a) The Contractor shall submit to the Procuring Entity/Owner an Advance Payment Bond in the amount

equal to the Advance Payment to guarantee the recoupment by the Procuring Entity/Owner of the

amount of the Advance Payment given to the Contractor. This will be in a format acceptable to the

Procuring Entity/Owner and from a reputable insurance/bonding company acceptable to the Procuring

Entity/Owner.

b) The Contractor shall obtain and pay for a Performance Bond in the form of a guarantee from a

reputable insurance/bonding company acceptable to the Procuring Entity/Owner, to jointly and

severally bind with the Contractor and the surety company to the Procuring Entity/Owner in the

amount specified in Appendix A, for the due, proper and faithful performance of the Contract. The

insurance/bonding firm and the Contractor shall be released from their obligations one (1) year after

the issuance of a Certificate of Practical Completion or the issuance of the Certificate of Acceptance

of the Works whichever is the latter and upon receipt from the Contractor a Statement confirming that

the amount stated therein represents the full and final sum due to the Contractor in respect of the

Contract.

__________________________________________________________________________________________________________

General Conditions of Contract Page 11 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.5 BONDS/SECURITIES AND GUARANTEES (continued)

c) The Procuring Entity/Owner shall afford the Contractor the advance payment, interest free, upon the

issue of the Contract Award or the signing of the Contract, provided that the Procuring Entity/Owner

has received all relevant insurances and a notarized copy of the Performance Bond which shall jointly

and severally bind the Contractor and the Surety to the Procuring Entity/Owner, Advance Payment

Bond, and insurance policies as required by this Contract, and as applicable an acceptable guarantee

issued by a reputable insurance/bonding firm acceptable to the Owner, where applicable in the total

amount of the relevant advance payment. Said guarantee shall remain in force until the advance

payment has been fully repaid. The costs of providing the bonds shall be borne by the Contractor.

The value of the Advance Payment and Bond is stated in Appendix A.

d) The advance payment will be made to assist the Contractor in mobilizing resources for this Contract,

and shall not be used for any other purpose, and if so used it should become repayable immediately.

e) Repayment of the advance payment shall commence with the first interim certificate, and be done

through prorated deductions from the value of interim certificates.

f) In the event of any default in the performance of the Works by the Contractor, whether such default

occurs by itself or in combination with the default of the Nominated Sub-contractors/ Suppliers, the

Procuring Entity/Owner shall have the right to seek satisfaction from the bonds submitted by the

Contractor.

2.6 PROVISION AND PAYMENT BY THE CONTRACTOR

Unless otherwise clearly and specifically provided in the Contract, the Contractor shall provide and pay for

all labor, materials, plant, tools, machinery, water, electricity, oil, fuel, utilities, transportation and all other

facilities and services, as well as any temporary offices, accommodation and other structures necessary

for proper execution and completion of the Works.

2.7 GOVERNMENT AND MUNICIPALITY NOTICES

a) The Contractor shall pay for any and all fees and charges imposed under any act, decree or

ordinance of the national and/or local government or their instrumentalities and agencies as well as

the rules and regulations of any company furnishing utilities in respect of the Works.

b) The Contractor shall comply with and give all notices required by any act, decree or ordinance issued

by the national and/or local government or their instrumentalities and agencies as well as the rules

and regulations of any company furnishing utilities which has jurisdiction over the Site or the Works,

or with whose systems the same are or will be connected.

c) The Contractor shall ensure timely orders; instructions and requests are issued to any government,

instrumentalities, agency or company providing services and/or utilities to or for the Works to ensure

that no delay occurs to the Completion Date. The Contractor will be held totally responsible for any

and all delays caused by or due to delays by any government, instrumentalities, agency or company

providing services and/or utilities.

2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE

The Contractor shall commence the Works on the date stipulated within Appendix A and/or within seven

(7) days of receipt from the Procuring Entity’s Representative/Project Manager of the Contract Award

whichever is the sooner.

The Contractor shall proceed with the Works expeditiously and without delay.

__________________________________________________________________________________________________________

General Conditions of Contract Page 12 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE (continued)

Contractor’s Equipment

The Contractor’s Equipment and the like when delivered to the Site shall be deemed to be for the purpose

of the execution of the Works and therefore shall not be removed from the Site without the prior approval

of the Procuring Entity’s Representative/Project Manager.

The Contractor together with Nominated Sub-contractors/Suppliers shall only bring to the Site hired

equipment, if any, where there is an agreement that in event of the Contractor and/or Nominated Sub-

contractors/ Suppliers default on the Contract the Procuring Entity/Owner and/or the Procuring entity’s

Representative/Project Manager may continue the hire on the same basis as the Contractor/ Nominated

Sub-contractor/ Supplier including rates and prices to ensure the execution and completion of the Works

together with the remedying of any defects. The Procuring Entity/Owner and/or its representative

undertake to pay all hire charges in respect thereof and these will be included as necessary for

completing the Works as the Contract demands to ascertain the amount for the Works as a whole. Any

additional amount for the completed Works which exceeds the sum payable to the Contractor as if he had

completed the same shall be deemed a debt by the Contractor and due to the Procuring Entity/Owner.

Setting Out The Contractor shall be responsible for accurately setting out the Works from drawings supplied by the

Procuring Entity’s Representative/Project Manager, to the lines and levels as directed, and shall at his

own expense correct any error arising from his own inaccuracy.

Access to the Site and the Works

The Contractor is responsible for the provision of access to the site including temporary rights of way and

the like together with any other means of access or any other facility required by him for the execution of

the Works and all costs, fees and charges shall be borne by him.

At all reasonable times the Procuring Entity/Owner and all those employed or authorized by him, including

but not limited to the Procuring Entity’s Representative/Project Manager, Architects, Quantity Surveyors,

Consultants, Sub-contractors/ Suppliers, Testing Agencies and their authorized staff shall have access to

the Works and any other areas (including those outside the Site) where the Contractor is performing work

in connection with the Contract. Obstruction Avoidance During the execution of the Works the Contractor shall keep the entire Site reasonably free from all

unnecessary obstructions and shall move or dispose of any/all obstructions, Contractor’s Equipment and

surplus materials.

Safety and the Environment In addition to the Contractor’s obligations to the Procuring Entity/Owner and all other parties in the

Contract or connected to or venturing on to the Works and/or the Site the Contractor shall ensure general

safety, security, cleanliness and sanitation until the Works are completed and accepted by the Procuring

Entity/Owner.

__________________________________________________________________________________________________________

General Conditions of Contract Page 13 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE (continued)

Contemporary Records For the duration of the Contract the Contractor and Nominated/ Sub- contractor/ Suppliers shall keep

contemporary records in sufficient details as necessary to support any entitlement to which the Contractor

and/or Nominated Sub-contractor/ Suppliers considers themselves entitled to. These records shall be

preserved and available at any reasonable time for audit including the right to photocopy or reproduce any

or all documents in respect of the Contract and the Works.

Procuring Entity’s Representative / Project Manager’s Approval

The approval by the Procuring Entity’s Representative/Project Manager of any Design, Drawing, Program, Material submission or any other approvals shall not relieve the Contractor of any duties or responsibilities

under the Contract. The issue of the Certificate of Acceptance is the only approval acknowledged as final acceptance.

Contractor’s Liability

The Contractor shall be liable for, and shall indemnify the Procuring Entity/Owner against, any expense,

liability, loss or claim or proceedings whatsoever in respect of personal injury or death of any person

whomsoever arising out of, or in the course of, or caused by the carrying out of the Works.

The Contractor shall be liable for, and shall indemnify the Procuring Entity/Owner against, any expense,

liability, loss claim or proceedings in respect of any harm or damage whatsoever to any property real or

personal including, but not limited to, the Works and all materials and goods for incorporation therein

insofar as such harm or damage arises out of, or in the course of, or by reason of the carrying out of the

Works

2.9 MATERIALS AND WORKMANSHIP

All materials and plant incorporated in the Works shall be new and unused, free from defects and of first-

class commercial quality. All works shall be performed and completed in a thorough and workmanlike

manner and shall follow internationally accepted standards to the best modern practice and proven

technology for the completion of the high grade required, notwithstanding any omission from the Contract

Documents.

Where a name of any proprietary article or any firm is included in the Specification and/or Bills of

Quantities/Materials, it is to be understood as ‘read only’ and an indication of the class or quality of

materials and workmanship required.

Quantities and Dimensions

The Contractor shall not order any materials based on the Bills of Quantities/Materials, but shall measure

his requirements from the Construction Drawings. Figured dimensions on Drawings shall be taken in all

cases.

Prior to ordering materials or commencing work, the Contractor shall check all measurements on Site and

any discrepancies shall be brought to the attention of the Procuring Entity’s Representative/Project

Manager for resolution.

Should the Contractor fail to comply with the foregoing, resulting in surplus materials, abortive and/or

remedial work, then the cost of such surplus material, abortive and/or remedial work shall be borne by the

Contractor.

__________________________________________________________________________________________________________

General Conditions of Contract Page 14 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.9 MATERIALS AND WORKMANSHIP (continued)

Patent Rights, Royalties and Indemnity

The Contract Sum shall be deemed to have included all amounts payable for intellectual property rights on

or in respect of the goods, materials and plant, used in the Works or any parts thereof; and the Contractor

shall indemnify and keep free and harmless exempt the Procuring Entity/Owner against all actions and

claims arising out of the use of and/or exercise of any invention or other intellectual property rights by

reason of purchase, possession or the use of such goods, materials and plant.

Samples

The Contractor shall submit two (2) samples, free of charge for all materials to be incorporated into the

Works, for the Procuring Entity’s Representative/Project Manager’s approval, prior to ordering the said

materials. However, the approval of same does not relieve the Contractor from his express obligation to

provide satisfactory materials. Materials found to be non-conforming to that specified or approved shall

be removed from Site immediately, and replaced with approved materials;

Testing

The Procuring Entity’s Representative/Project Manager may require materials, plant and workmanship to

be inspected and/or tested either at the place of production, fabrication, assembly or on Site. The

Contractor shall provide sufficiently qualified persons together with such equipment, instruments,

electricity and fuels to perform such tests to the satisfaction of the Procuring Entity’s

Representative/Project Manager. The costs of such tests are deemed to be included in the Contract Sum.

The Contractor and the Procuring Entity’s Representative/Project Manager shall agree on the

arrangements for any such tests. If the Project Manager or his representative, without notice does not

attend, the Contractor shall continue with the tests and issue the test certificates to the Procuring Entity’s

Representative/Project Manager within three (3) days of each test.

The Procuring Entity’s Representative/Project Manager may require tests to be repeated prior to the

issuance of the Certificate of Practical Completion. The results of such tests shall be compared with the

original test results by the Procuring Entity’s Representative/Project Manager and after consideration of

the Procuring Entity’s/Owner’s use, (if any); of the Works or part thereof so tested the Works shall be

accepted or rejected and remedial work and/or replacement instructed

The Contractor shall furnish the Procuring Entity’s Representative/Project Manager, with all test

certificates, warranties, guarantees and the like in respect of plant, materials, structures and workmanship

showing compliance with the standards required. These warranties and guaranties shall be handed over

to the Procuring Entity’s Representative/Project Manager, and be in favor of the Procuring Entity/Owner

upon Practical Completion of the Works.

__________________________________________________________________________________________________________

General Conditions of Contract Page 15 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.9 MATERIALS AND WORKMANSHIP (continued)

Rejection

If the Procuring Entity’s Representative/Project Manager rejects any material, plant or workmanship upon

inspection or testing then the Contractor shall within the shortest possible time take whatever remedial

action as is necessary to ensure that the same complies with the requirements of the Contract. The

Procuring Entity’s Representative/Project Manager may formulate charges for any repeated testing and

the same shall be deducted from the Contractor accordingly.

The Procuring Entity’s Representative/Project Manager is authorized to issue instructions for the removal,

replacement and/or re-erection of any part of the Works which in his opinion are not in accordance with

the Contract.

If the Contractor should fail to perform and complete such instruction in a timely manner then the

Procuring Entity’s Representative/Project Manager may employ another party and the total sum payable

for this work will be deducted from any monies due or to become due to the Contractor.

Work to be Concealed

The Contractor shall give the Procuring Entity’s Representative/Project Manager a minimum of two (2)

working days written notice, prior to covering up or concealing any work. Any work covered up or

concealed without such notice shall be opened up, reinstated and made good by the Contractor at his

own expense.

Subletting

The Contractor shall not sublet the whole or any part of the Works, without the prior written consent of the

Procuring Entity’s Representative/Project Manager. Such consent, if given, shall not relieve the

Contractor of his duties under the Contract and he shall be responsible for acts, defaults and neglects of

any Domestic Sub-contractor as fully as if they were the acts, defaults or neglects of the Contractor.

No contractual relationship shall exist between the Procuring Entity/Owner and the Domestic Sub-

contractor of the Contractor as a result of the above sub-contract. Should a Domestic Sub-contractor

given prior approval, prove to be unsuitable for performance of his portion of the Contract, the Procuring

Entity’s Representative/Project Manager may direct the replacement of the said Sub-contractor, and the

Contractor shall immediately comply with such direction

2.10 CONTRACTOR’S EMPLOYEES

a) All employees of the Contractor assigned to the execution of the Works shall, at all times, be

identified and considered as his employees under his administrative control and complete

supervision, and shall at no time be considered as employees of the Procuring Entity/Owner or any of

the authorized representatives of the Procuring Entity/Owner.

b) The Contractor shall obtain and furnish necessary security clearance and other documents for his

employees performing the Works. None of such employees, whatsoever including senior staff, shall

be allowed to live on the Site or the Works.

c) The Contractor and his employees shall conform to all applicable laws, regulations, and ordinances,

and shall promptly correct any violations brought to his attention or observed.

__________________________________________________________________________________________________________

General Conditions of Contract Page 16 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.10 CONTRACTOR’S EMPLOYEES continued)

d) The Contractor shall be responsible for the professional and technical competence of his employees,

and shall select and employ only those persons who in his judgment are reliable and competent, and

who will comply with all laws and customs, and conform to a high standard of moral and ethical

conduct. The Contractor’s senior staff must be proficient in the English language, both in written and

oral communications.

e) Unless otherwise prohibited by the Procuring Entity/Owner or the appropriate governmental authority,

the Contractor may execute the Works at night or on Sundays or holidays and the Contractor shall

ensure sufficient numbers of employees are available at these times and/or days.

f) The Contractor agrees, upon written request from the Procuring Entity’s Representative/Project

Manager and after discussion with him, to terminate the employment of any of his employees

performing the Works, if the Procuring Entity’s Representative/Project Manager considers such

termination necessary to protect the interest of the Procuring Entity/Owner and the Works. The

Contractor shall bear all expenses brought about by such termination and shall provide a competent

person for replacement, at his own expense. The person so terminated shall not be re-employed on

the Site in any capacity.

g) The Contractor shall provide a Contractor’s Representative with over five (5) years post qualification

experience and competent in site management to oversee the Project on a full time basis together

with sufficient numbers of technical assistants, skilled, semi-skilled and un-skilled workers as

necessary for the proper and timely execution of the Works.

h) The Contractor shall observe the requirements of the Philippine Labor Code, Social Security,

PhilHealth and Pag-Ibig laws and any other law and/or regulation on employment or employee welfare

and benefits issued by the national or local government for the duration of the Contract and the

Contractor shall provide evidence of such compliance.

i) It shall be understood, however, that stoppage of the execution of the Works at night or on holidays or

Sundays shall not be a ground for any additional cost claim to the Procuring Entity/Owner or extension

of any date for the completion of the Works or portion thereof. The Contractor shall execute the

Works, using his best skill and attention. The Contractor shall be solely responsible for all installation

means, methods, techniques, sequences and procedures and for coordinating all portions of the

Work under the Contract, and should comply with performance, specifications, installation and

application procedures as called for by the product manufacturers.

j) The Contractor shall be solely responsible for, and liable to, his employees; and shall hold the

Procuring Entity/Owner, his representatives/consultants free and harmless against any claim or legal

action of whatsoever nature arising out of the employment of or his relationship with his employees.

k) Furthermore should any of the Contractor’s employees commit or attempt any act such as but not

limited to corruption, bribery, fraud, dishonesty, fraudulent concealment, deceit, theft, violence on or

off the Site the employee shall be removed from the Site and refused re-entry and the appropriate

authorities informed of the event.

l) No employer-employee relationship exists between the Procuring Entity/Owner and the Contractor’s

workers. The Contractor shall bear full responsibility for complying with the required labor laws with

respect to its employees working on the Contract. All provisions required by statutory laws for labor,

tax and others are to be strictly followed. The Procuring Entity/Owner reserves the right to require the

Contractor to show proof of compliance with such laws.

__________________________________________________________________________________________________________

General Conditions of Contract Page 17 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

2.11 ANTIQUES

Should the Contractor find, uncover, or excavate, any antiques, or other things of historical interest or of

financial worth, he shall not disturb the object, and use all care to preserve it, and immediately notify the

Procuring Entity’s Representative/Project Manager of said find, and request for directions. When such

find or discovery occurs, the object shall, either immediately or subsequently after proper excavation

either by others or under instructions, be handed over to the Procuring Entity/Owner.

2.12 EXPLOSIVES AND FIREARMS

a) The Contractor is informed that explosives shall not be allowed on the Site. Firearms are not allowed

on the Site, save for those carried by authorized security guards.

b) Any person in possession of either explosives and/or a firearm, other than those so authorized to do

so, shall be instantly dismissed, and shall not be allowed to enter the Site thereafter.

2.13 PROCURING ENTITY’S/OWNER’S RIGHT TO TAKE-OVER THE WORKS

a) If, at any time within the Contract Period the Contractor incurs a slippage of twenty one (21) days from

the progress indicated in his Master Construction Program, the Contractor is required to submit to the

Procuring Entity’s Representative/Project Manager within three (3) days a catch-up program, including

the required resources to enable the Contractor, to get over the delays or slippage incurred. The

intention of this clause is not to extend the Date for Completion or to accelerate the Works but to

enable the Contractor to perform and complete the balance of Works within the remaining Contract

Period.

b) Should the Contractor fail to perform in accordance with the catch-up program within seven (7) days

after the Contractor was required by the Procuring Entity’s Representative/Project Manager to comply

with the same, including the required resources to perform the same, to get over the delay/slippage

incurred, the Procuring Entity/Owner has the right to take the following courses of actions:

i) Take over certain portions of the Works as deemed necessary;

ii) Stop the Works by giving Notice to the Contractor and take over the remaining Works. The take-

over of the Works by the Procuring Entity/Owner may be performed either by employing another

contractor to complete the Works or employing in-house organizations to undertake and complete

the balance of the Works. Resources of the Contractor shall be under the disposition of the

Procuring Entity/Owner for use for the Works;

iii) Terminate the Contract in accordance with Clause 18.

c) All costs incurred by the Procuring Entity/Owner in undertaking any of the above courses of action

shall be deducted from the account of the Contractor.

3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS

a) The Procuring Entity’s Representative/Project Manager shall have the discretion to choose sub-

contractors/ suppliers to perform specific work or supply materials or plant for the Works, wherein: a

certain item of work or specific plant or materials are identified in the Contract Documents as to be

performed or supplied by a Nominated Sub-contractor/ Supplier, or where the work to be performed

by a particular sub-contractor or supplier cannot be sufficiently nor precisely described for pricing

purposes at the time of the bidding or negotiation, the Procuring Entity’s Representative/Project

Manager shall have the right to select a sub-contractor/ supplier to carry out work and/or supply plant

or materials so described.

__________________________________________________________________________________________________________

General Conditions of Contract Page 18 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)

b) In the event that the Procuring Entity’s Representative/Project Manager elects to designate certain

sub-contractors and/or suppliers to undertake specific items of work or to supply specific plant/

materials and the Contractor accepts and approves the nomination of these sub-contractors and/or

suppliers, the Contractor shall become fully responsible for the Nominated Sub-contractors/ Suppliers

and for any default or breach of contract on their part in the same way and to the same extent that the

Contractor is liable for his performance of the Works or those of his domestic sub-contractors. In all

cases, the Procuring Entity/Owner shall in no circumstance be liable to the Contractor for the default

of any Sub-contractor/ Supplier Nominated or otherwise. Without prejudice to the generality of the

foregoing, the Contractor shall be deemed to have accepted as its own responsibility under the

Contract Documents all the obligations expressed or implied, undertaken by Nominated Sub-

contractors/ Suppliers under their respective sub-contracts, including any obligations as to the design,

suitability, quality or performance of their work, materials or plant, or in regard to providing design

services and whether or not such obligations are expressly mentioned or repeated in the Contract

Documents. In particular, in cases where the Procuring Entity/Owner relies, and having regard to all

the circumstances may be reasonably expected by the Contractor to have relied upon the skill and

judgment of a Nominated Sub-contractor/ Supplier for the design or suitability of the latter’s work,

materials or plant, the Procuring Entity/Owner shall for the purposes of the Contract Documents be

deemed to have so relied upon the skill and judgment of the Contractor.

c) Upon the acceptance of the designation of the Nominated Sub-contractor/ Supplier by the

Contractor, the latter shall forthwith enter into a sub-contract/ supply contract with the Nominated Sub-

contractor/ Supplier in accordance with the terms (if any) agreed upon between the Procuring

Entity/Owner, Contractor and Nominated Sub-contractor/ Supplier, which shall include the following :

i) The Nominated Sub-contractor/ Supplier shall carry out and complete the sub-contract work/

supply in every respect to the reasonable satisfaction of the Contractor and the Procuring Entity’s

Representative/Project Manager.

ii) The Nominated Sub-contractor/ Supplier shall observe, perform and comply with all the provisions

of the Contract Documents as far as they relate and apply to the sub-contract work/ supply.

iii) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against the same

liabilities in respect of the sub-contract work/ supply which the Contractor is liable for under the

Contract Documents.

iv) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against claims arising

from any negligence, omission or fault of such Nominated Sub-contractor/ Supplier.

v) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against all loss and

expenses caused by delay, breach or failure to perform by the Nominated Sub-contractor/

Supplier.

vi) The work of the Nominated Sub-contractor/ Supplier shall be completed within the period required

by the Contractor, and any delay in the completion of the sub-contract work/ supply arising from

the negligence, fault or omission of the Nominated Sub-contractor/ Supplier shall result in

liquidated damages proportionate to the contract price of the sub-contract work. Payment of

liquidated damages by the Nominated Sub-contractor/ Supplier shall not prejudice the right of the

Contractor to claim for other damages caused by the Nominated Sub-contractor/ Supplier’s failure

to perform its work.

vii) The Nominated Sub-contractor/ Supplier shall submit the bonds and insurance required under the

relevant clauses of the Contract Documents and/ or the Nominated Sub-contract/ Supply

Documents.

__________________________________________________________________________________________________________

General Conditions of Contract Page 19 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)

viii) The Nominated Sub-contractor/ Supplier shall be responsible for securing, at his own expense, all

necessary permits that are required specifically for the execution and completion of the Sub-

contract Works/ Supply as described within Clause 2.7.

d) The Procuring Entity/Owner shall not require the Contractor to enter into a Nominated Sub-contract/

Supply contract with any sub-contractor against whom the Contractor has made a reasonable

objection except that the Contractor shall not object to any sub-contractor/ supplier identified in the

Bills of Quantities. The Contractor shall provide such information as the Procuring Entity’s

Representative/Project Manager may reasonably require in relation to any objection, which they make

under this sub-clause. The decision of the Procuring Entity’s Representative/Project Manager as to

whether any objection is reasonable shall be final and conclusive and not subject to Arbitration or

Litigation.

e) Once the Contractor has entered into a contract with a Nominated Sub-contractor/ Supplier it shall not

terminated or assigned without the agreement of the Procuring Entity’s Representative/Project

Manager. Where the Procuring Entity’s Representative/Project Manager has agreed to the termination

of the Nominated Sub-contract/ Supply Contract, the Procuring Entity’s Representative/Project

Manager shall as soon as reasonably practicable either nominate a replacement Nominated Sub-

contractor/ Supplier or direct the Contractor to complete the work or supply in question with their own

resources or by a sub-contractor of their own choice, approved by the Procuring Entity’s

Representative/Project Manager.

f) If a Nominated Sub-contract/ Supply Contract is terminated or assigned, the Procuring Entity/Owner

shall not be required to pay the Contractor any greater sums than would have been payable if

termination or assignment had not occurred.

g) The Contractor shall submit with each application, evidence that Nominated Sub-contractors/

Suppliers valuations included in the last Interim Certificate have been paid. The Procuring

Entity/Owner reserves the right to make direct payments to the Nominated Sub-contractors/ Suppliers

in the event the Contractor defaults on payment, or is late in paying or unreasonably withholds

monies. Such sums shall be recovered by the Procuring Entity/Owner from monies otherwise due to

the Contractor.

h) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against all loss and expenses

caused by delay, breach or failure to perform by the Nominated Sub-contractor/ Supplier. The

Contractor will not be reimbursed by the Procuring Entity/Owner due to any default, delay, breach or

failure to perform by the Nominated Sub-contractor/ Supplier.

i) If the Procuring Entity’s Representative/Project Manager wishes to secure final payment to any

Nominated Sub-contractor/ Supplier before final payment is due to the Contractor, and if such

Nominated Sub-contractor/ Supplier has satisfactorily indemnified the Contractor against any defect

or unsuitability subsequently appearing in their work, then the Procuring Entity’s

Representative/Project Manager may in an Interim Certificate to the Contractor include an amount to

cover such final payment, and upon payment by the Procuring Entity/Owner the Contractor shall pay

the full amount so certified to the Nominated Sub-contractor/ Supplier. Upon such final payment the

Limit of Retention under these Conditions shall be reduced proportionately to the value of the Works

so certified compared with the then Contract Price for the whole of the Works. The Procuring

Entity’s/Owner’s remedies in relation to defective works shall remain unaffected.

__________________________________________________________________________________________________________

General Conditions of Contract Page 20 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)

j) The Contractor shall provide supervision, coordination and provision of attendance together with the

following services or facilities, free of charge, and shall be fully responsible for the Works of the

Nominated Sub-contractors/ Suppliers, so as not to hinder the program of their Works and the

Contract as a whole;

i) space in the building under construction or on the Site to allow them to erect their own offices,

amenities and warehouses with provisions for adequate security for the Site;

ii) use of roads and working space on the Site for access to their respective work with due regard to

the nature of such work;

iii) use of such ladders or scaffolding as may have been provided or erected by the Contractor;

provided that, such use shall be at the convenience of the Contractor and subject to its prior

agreement; provided further that, the Contractor shall be under no obligation to retain such

ladders or scaffolding for a period longer than is necessary for its own use;

iv) use of mess rooms, latrines and all other facilities of the site, provided that the Nominated Sub-

contractor/ Supplier provides reasonable assistance in maintaining these facilities clean and tidy;

v) tapping points for power and water; provided that, the consumption of the same shall be paid for

by the Nominated Sub-contractor/ Supplier directly to the Contractor;

vi) facilities for unloading, hoisting and storing materials, returning packing materials and placing in

position of materials; provided that, if the load of the materials to be hoisted exceeds the lifting

capacity of the Contractor’s hoisting facilities, the Contractor will not be required to provide for

additional facilities specifically for such materials, and the Nominated Sub-contractor/ Supplier

may be required to either disassemble the materials or plant to be hoisted to reduce their load at

any one time or provide their own equipment to handle the load requirements of the materials to

be hoisted

vii) coordination with respect to provision for necessary facilities for cutting away, making good,

covering up and protecting their work for the entire duration of such work, including the necessary

removal and disposal off Site of rubbish and debris; and thorough cleaning of affected areas

within the Site up to the completion of the Works;

viii) removal of rubbish from the Works, provided that the Nominated Sub-contractor/ Supplier will

deposit all rubbish, crates, drums etc. at positions on each floor to be indicated by the Contractor;

and

ix) use of the personnel and material elevators for their works.

k) Nominated Sub-contractors/ Suppliers shall abide to the same regulations as established for Site

Safety and Obstruction Prevention (hereinafter referred to as the “House Rules”) provided by the

Contractor to ensure general safety, security, cleanliness and sanitation of the site during the

construction period up to its completion and acceptance by the Procuring Entity/Owner.

4. PROCURING ENTITY’S/OWNER’S CONTRACTORS/ SUB-CONTRACTORS/ SPECIALIST CONTRACTORS/ SUPPLIERS

The Procuring Entity/Owner reserves the right to directly employ other Contractors/ Sub-

Contractors/ Specialist Contractors/ Suppliers, artists, or tradesmen, to carry out work on the Site

but not forming part of this Contract and shall require them to abide by the “House Rules”. The

Contractor shall coordinate and afford such persons the full facilities of the Site and access to the

Works to the same extent as afforded to Nominated Sub-contractors and Suppliers described within

Sub-clauses j) i) to ix) inclusive above, free of charge so as not to hinder their progress or the

progress of the Project as a whole.

__________________________________________________________________________________________________________

General Conditions of Contract Page 21 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

5. CONTRACT SUM

a) Any error in quantity or omission of items from the Bills of Quantities/Materials shall not vitiate the

Contract and shall not entitle the Contractor to any adjustment in the Contract Sum, as he is deemed

to have satisfied himself as to the accuracy of the quantities at the bid stage. Any error in description

in the Bills of Quantities/Materials shall not vitiate the Contract, but shall be corrected to comply with

the drawn and specified quality. No adjustment in the Contract Sum or Completion date will be made

due to any error in rates, calculation or computations made by the Contractor.

b) The Contractor shall issue to the Procuring Entity’s Representative/Project Manager details regarding

the breakdown of any lump sum included within Contract within seven (7) days from the receipt of a

request to provide.

6. VARIATIONS, INSTRUCTIONS AND ORDERS

a) The quality and quantity of the Works included in the Contract Sum shall be deemed to be those,

which are set out in the Contract Drawings, Specifications and Bills of Quantities/Materials. Bills of

Quantities/Materials shall NOT be subject to final re-measurement by the Quantity Surveyor during

the actual execution of the Works nor upon its completion, except however when there exist

quantities or works marked as “Provisional Sums” or “Prime Cost Sums”.

b) The payment of the portion of the Contract Sum which is described in the Bills of Quantities/Materials

as Provisional Sums and/ or Prime Cost Sums shall be made to the Contractor provided the

Contractor has promptly notified and requested approval from the Procuring Entity’s

Representative/Project Manager in writing in regard to the expenditure of such sums, use of materials

and/ or execution of work so described in the Bills of Quantities/Materials. The Procuring Entity’s

Representative/Project Manager shall require the Contractor, within seven (7) days from receipt of

such request, to submit a detailed estimate including quotations, invoices, receipts and the like of the

value of work and time duration for which a Provisional Sum or Prime Cost Sum is included in the Bills

of Quantities/Materials.

c) All quantities or items marked “Provisional” will be subject to re-measurement. The re-measured

quantities or items at the rate specified in the Bills of Quantities/Materials shall be added to the

Contract Sum and the quantities or items marked “Provisional” are deducted for the purpose of

evaluating the Contract Price.

d) The term “Variation” shall mean alteration, or modification of the design, quality or quantity of the

Works as shown on the Contract Drawings including the sequence and timing thereof, and described

by or referred to in the Specifications; and includes the addition, omission or substitution of any work,

the alteration of the quality, kind or standard of any of the materials or goods to be used in the Works.

e) The Procuring Entity’s Representative/Project Manager may issue a Variation Price Request to the

Contractor requesting an estimate of the time and cost effect of the same. The Contractor shall

provide the necessary information within five (5) days (or sooner if deemed necessary by the

Procuring Entity’s Representative/Project Manager). The Procuring Entity’s Representative/Project

Manager may then issue to the Contractor a formal variation order stating the price to be paid and

time allowed to comply with the variation order; or the Procuring Entity’s Representative/Project

Manager may withdraw it.

f) The Procuring Entity’s Representative/Project Manager may issue an instruction at any time [even if

the Contractor is still executing the Works after the Date for Completion (or after any extended date)

and Practical Completion has not yet been achieved] and the Contractor is obliged to comply with

such instruction. Only the direct time effect of that specific instruction on Practical Completion will be

taken into account by the Procuring Entity’s Representative/Project Manager when calculating any

extension of time due to the Contractor. No variation shall vitiate or invalidate the Contract.

__________________________________________________________________________________________________________

General Conditions of Contract Page 22 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

6. VARIATIONS, INSTRUCTIONS AND ORDERS (continued)

g) Should the Contractor fail to comply with any instruction or order of the Procuring Entity’s

Representative/Project Manager, within seven (7) days from receipt hereof, then the Procuring

Entity/Owner may directly employ others to carry out the work contained in any instruction or order not

complied with; and the additional costs incurred by the Procuring Entity/Owner, in excess of what

should have been the cost had the Contractor carried out the extra work, shall be deducted from any

monies due or to become due to the Contractor.

h) All instructions and orders given by the Procuring Entity’s Representative/Project Manager shall be in

writing. The Contractor shall not carry out instructions given verbally, unless the circumstances are

such that failure to carry out such instruction would endanger life or limb.

i) The Procuring Entity’s Representative/Project Manager reserves the right to vary the Works by

addition or deduction and the Rates and/or Prices included in the Contract shall form the basis of the

evaluation of the same throughout the Contract Period or any extended period thereof. Where no

such rates are available then the provisions of Clause 7. (a) shall apply.

j) The Procuring Entity’s Representative/Project Manager reserves the right to delete any items or

materials from the Contractor’s scope of works after the Contract Award and/or during the

construction period and have it the same supplied by the Procuring Entity/Owner but still installed and

commissioned by the Contractor for the same rates included in the Bills of Quantities/Materials for

“labor” and its directly proportional amount in “others” if it is deemed advantageous to the Procuring

Entity/Owner.

k) The Contractor may request variation to the Works which may shorten the Contract Period, reduce

operating and maintenance costs, enhance efficiency or value of the Works or generally be of benefit

to the Procuring Entity/Owner and if such request is approved, then it shall be issued as a variation by

the Procuring Entity’s Representative/Project Manager. No other Variations to the Works will be

allowed.

l) When requesting a variation, the Contractor must state the reason for same together with the time

and price consequences. The request shall be submitted with due consideration of the sequence and

timing of the work including the issuance of any revised drawings and specifications.

m) If the request for the variation is received in good time and subsequently approved, then the Procuring

Entity’s Representative/Project Manager shall assess the time effect of the variation and the Quantity

Surveyor shall assess the cost effect. The Procuring entity’s Representative/Project Manager shall

communicate to the Contractor in writing the result of such assessments.

7. EVALUATION OF VARIATIONS

a) The unit rates in the Bills of Quantities/Materials shall be the basis of valuation of variations. Where

work is not of a similar character or not executed under similar conditions, the unit rates in the Bills of

Quantities/Materials shall be the basis of establishing the new rates for the Variation so far as may be

reasonable, failing which a fair valuation thereof shall be made by the Procuring Entity’s

Representative/Project Manager in consultation with the Quantity Surveyor.

b) Where the work to be effected under a Variation cannot properly be measured and valued in

accordance with the foregoing rules, the Contractor shall be allowed daywork rates at the rates

specified by the Contractor in the Bill of Preliminaries/General Requirements, or when no such rates

have been specified, at the actual cost to the Contractor plus a margin of 10%, which percentage

shall already include the use of ordinary machinery, tools and existing scaffolding, and for supervision,

overhead, profit, plus value added tax; provided that, day work sheets specifying the time daily spent

in executing the Variation, including the workmen’s names and profession of those employed and the

materials used, shall be delivered for verification to the Procuring entity’s Representative/Project

Manager not later than three (3) days after the execution of the Variation.

__________________________________________________________________________________________________________

General Conditions of Contract Page 23 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

7. EVALUATION OF VARIATIONS (continued)

c) Work on a daywork basis shall not be carried out without the express written permission of the

Procuring Entity’s Representative/Project Manager prior to the work being carried out. Failure of the

Contractor to comply with this clause shall mean non-payment of the work so carried out.

d) The Contractor shall submit to the Procuring Entity’s Representative/Project Manager a written

request to carry out work on a daywork basis at least three (3) days prior to the commencement of the

work. The Contractor must include in his request the estimated man-hours to be expended and the

approximate cost of materials, tools and consumables.

e) When extra work is approved for carrying out on a daywork basis, the Contractor shall submit daily,

during the course of execution of such work, to the Procuring Entity’s Representative/Project

Manager, his record of labor, materials and tools or equipment being used for the work. No payment

shall be made for days when the Procuring Entity’s Representative/Project Manager does not receive

records.

f) The value of all variations, when valued and agreed between the Quantity Surveyor, Procuring Entity’s

Representative/Project Manager and the Contractor, shall be included in interim valuations and the

Contract Sum or Price shall be adjusted accordingly. No addition or deduction in the Advance

Payment shall be made as a result of the evaluation of variations.

g) The value of variations shall not include any amount for direct or indirect loss and/or expense incurred

by the Contractor as a result of delay and/or disruption of the Works, nor shall the value include

fluctuations in prices of materials, labor, tools and/or consumables.

8. INTERIM VALUATIONS AND PAYMENT

a) At the beginning of each month, or as is otherwise agreed, the Contractor shall submit valuations to

the Procuring Entity’s Representative/Project Manager who shall forward the same, immediately, to

the Quantity Surveyor for appropriate evaluation.

b) The Quantity Surveyor shall check the Contractor’s valuations and recommend the resulting value

expeditiously that the Procuring Entity’s Representative/Project Manager can certify for payment the

Interim Certificates to the Procuring Entity/Owner within fifteen (15) days of receipt of them, subject to

the Contractor providing sufficient information as requested by the Quantity Surveyor. The fifteen (15)

days shall be counted from the receipt by the Quantity Surveyor of all information requested. Such

information shall not be vexatiously or unreasonably requested.

c) The value certified for payment in the Interim Certificate by the Procuring entity’s

Representative/Project Manager shall be paid to the Contractor by the Procuring Entity/Owner within

the Period of Honoring Certificates given in Appendix A, commencing from the date of issue of the

Interim Certificate.

d) Interim Valuations shall include the value of Work properly executed or accomplished, the value of

agreed variations to the extent that they have been completed, together with any approved loss and

expense claims.

e) The value of interim valuations shall be reduced by the percentage of retention stated in Appendix A,

and by the repayment of the Advance Payment and by any sums due to the Procuring Entity/Owner

from the Contractor by virtue of the provisions of this Contract. All payments to the Contractor shall be

net of legally mandated tax withholding.

f) The amount of retention retained by the Procuring Entity/Owner from Interim Certificates shall not

exceed the percentage or the maximum amount stated in Appendix A, and shall be held in the

account under the name of the Procuring Entity/Owner only, with any accrued interest to be allocated

to the Procuring Entity/Owner.

__________________________________________________________________________________________________________

General Conditions of Contract Page 24 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

8. INTERIM VALUATIONS AND PAYMENT (continued)

g) Payment for work, materials, or Plant in Interim Certificates shall not be construed as proof that the

same is acceptable to the Procuring Entity’s Representative/Project Manager or in accordance with

the Contract.

h) The Procuring Entity’s Representative/Project Manager may make any correction to any previous

Interim Certificate if any work or material so included, in his opinion is not to the standard required by

the contract. A reduction or omission for this occurrence can be made in any Interim Certificate.

i) All valuations shall be supported by an affidavit of the Contractor to the effect that all costs of labor,

materials, services, plant and supplies used in the accomplishment of the works claimed, have been

paid for by the Contractor. Any valuation not supported by this affidavit will not be recommended for

payment. A specimen form of an Affidavit of Lien is attached as Appendix “B”.

j) Materials on Site; for supply and install packages, interim valuations shall account for delivered and

installed materials only. Major materials delivered at site but yet to be installed can be included only

upon formal request of the Contractor and approval of the Procuring Entity/Owner, the value of which

shall be equivalent to the actual invoiced price of the items/ materials or the material content of the

items in the Bills of Quantities, whichever is lower.

These unfixed items and materials delivered at site shall be properly protected against damage or

deterioration. It is also understood that such unfixed items and materials shall not be removed except

for use upon the Works unless the Project Director has consented in writing to such removal, which

consent shall not be unreasonably withheld.

9. LIQUIDATED DAMAGES

a) If the Contractor fails to achieve Practical Completion of the Works within the Contract Period or any

authorized extended date, then he shall allow to the Procuring Entity/Owner the amount stated in

Appendix A as Liquidated Damages, for every day or part of a day he continues to execute the Works

after the Contract Period or any authorized extended date. The Procuring Entity/Owner shall deduct

such amount of Liquidated Damages, from any monies due or to become due to the Contractor up to

the limit as specified in Appendix A. The deduction of such damages shall not relieve the Contractor

from his obligations to complete the Works, or from any other obligation and/or liability under the

Contract. The Procuring Entity/Owner does not have to prove that he has actually incurred such

damages to be able to deduct same.

b) It is further agreed and understood that the right of the Procuring Entity/Owner to deduct Liquidated

Damages shall be without prejudice to its rights and remedies against the Contractor as provided for

under the Contract or to which the Procuring Entity/Owner may be entitled to under law or in equity.

To give full force and effect to the foregoing, the Contractor hereby, without necessity of any further

act and/or deed, authorizes the Procuring Entity/Owner to deduct any amount that may be due or may

become due to the Contractor in accordance with the Contract and/or to collect such amounts from

the Performance Bond and other bonds that have been submitted by the Contractor in accordance

with the Contract.

10. EXTENSION OF TIME

a) The Contractor shall at all times have the Bid and Master Construction Program on display in his site

office, and have it marked up to date, in addition to issuing updated programs. The Procuring Entity’s

Representative/Project Manager shall not consider any request for an extension of the Contract

Period unless the foregoing programs and reports are maintained and are current at the time when

the event which gives rise to the request took place.

__________________________________________________________________________________________________________

General Conditions of Contract Page 25 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. EXTENSION OF TIME (continued)

b) The Contractor shall carry out the Works strictly in accordance with his approved Construction

Program. If the Contractor is delayed in any area, which may affect Practical Completion of the

Works, then he shall notify the Procuring Entity’s Representative/Project Manager immediately giving

the reason for the delay and the actions he proposes to take to mitigate such delay.

c) In the event of a delay occurring which will prevent the Contractor from completing the Works or

meeting any agreed milestones within the Contract Period or any authorized extended period then the

Contractor shall, not later than twenty eight (28) days after the cause of the delay, provide all

supporting documentation substantiating such delay and extra time required. The Contractor must

also provide full details of the effect on the progress of the Works, the effect on the other trades or

activities, including the works of Nominated Sub-contractors/ Suppliers and the steps to be taken by

the Contractor to comply with his obligation to prevent or mitigate the delay. Any delay attributable to

the Contractor, shall not be considered for an extension of time, but shall be taken into account when

the Procuring Entity’s Representative/Project Manager is assessing an extension of time request.

d) If the Procuring Entity’s Representative/Project Manager considers that the completion of the Works

is likely to be, or has been delayed beyond the Date for Contract Completion stated in Appendix A or

beyond any extended time previously awarded, due to:

i) Force Majeure directly affecting the Site and the Works;

ii) issuance by the Procuring Entity’s Representative/Project Manager of instructions

authorizing a variation;

iii) the failure by the Contractor to receive in due time all the necessary instructions, drawings, details

or levels from the Procuring Entity’s Representative/Project Manager which were specifically

applied for in writing by the Contractor on a date which having regard to the then date of Practical

Completion was neither unreasonably distant from nor unreasonably close to the date on which it

was necessary for the Contractor to receive the same; provided that, the delay was not due to any

delay by the Contractor in providing information or working drawings;

iv) delay on the part of artists, tradesmen, or others engaged by the Procuring Entity/Owner in

executing work not forming part of the Works;

v) opening up for inspection of any work covered up or the testing of any work, materials or plant in

accordance with these Conditions, unless the inspection or test showed that the work, materials

or plant were not in accordance with the Contract, or was as a result of the Contractor covering up

work before giving notice for inspection;

vi) the hoisting of typhoon signal No. 3 or greater by the Philippine Geological and Astronomical

Administration (PAGASA);

vii) the compliance with the provisions of Clause 2.11 (Antiques);

viii) any delay or act of prevention on the part of the Procuring Entity/Owner;

then the Procuring Entity’s Representative/Project Manager shall assess the length of the delay

beyond the date or time aforesaid and award in writing a fair and reasonable extension of time for the

completion of the Works to which the Contractor’s notice relates, taking into account any prior, or

existing delay of the Contractor and basing the award on the effect of the delay on the critical path

indicated in the latest approved Master Construction Program.

e) The Contractor shall, at all times and in all circumstances use constant due diligence and efficiency to

prevent delay and shall, to the best of his ability mitigate any and all delays whether the same be

attributable to him or not.

__________________________________________________________________________________________________________

General Conditions of Contract Page 26 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

10. EXTENSION OF TIME (continued)

f) The Contractor shall submit with his notification under sub-clause (a) herein, the measures, means

and methods he proposes to adopt to mitigate delays.

g) The Contractor shall at all times foresee his requirements and must notify the Procuring Entity’s

Representative/Project Manager in due time when he requires drawings, details, instructions, or any

other matter necessary to complete the Works. No extension of time shall be considered if the

Contractor fails to observe this sub-clause.

h) The Procuring Entity’s Representative/Project Manager reserves the right to delay possession of the

Site or portion thereof or access thereto, or the postponement of any part of the Works, without

compensation to the Contractor except the express provisions for extension of time.

i) The Contractor’s compliance with the requirements of this clause is a condition precedent to its

entitlement to an extension of time.

j) It shall be understood that the Works are to be constructed and carried out in a manner so as not to

cause unnecessary nuisance, noise, dust, smoke or any other inconveniences to nearby building

occupants or residents and the contractor shall employ processes, methods, and equipment to

mitigate such disturbances. Stoppage or deferment of the Works in this regard shall not be a ground

for any additional cost claim to the Procuring Entity/Owner or extension of any date specified herein

for the completion of the Works or portion thereof.

11. LOSS AND EXPENSE CAUSED BY DELAY

a) If in the opinion of the Contractor, he suffers direct loss and/or expense arising from any of the

following;

i) issuance by the Procuring Entity’s Representative/Project Manager of instructions

authorizing a variation;

ii) the failure by the Contractor to receive in due time all the necessary instructions, drawings, details

or levels from the Procuring Entity’s Representative/Project Manager which were specifically

applied for in writing by the Contractor on a date which having regard to the then Date for

Completion was neither unreasonably distant from nor unreasonably close to the date on which it

was necessary for the Contractor to receive the same; provided that, the delay was not due to any

delay by the Contractor in providing information or working drawings;

iii) delay on the part of artists, tradesmen, or others engaged by the Procuring Entity/Owner in

executing work not forming part of the Works;

iv) opening up for inspection of any work covered up or the testing of any work, materials or plant in

accordance with these General Conditions, unless the inspection or test showed that the work,

materials or plant were not in accordance with the Contract or was as a result of the Contractor

covering up work before giving notice for inspection;

v) any delay or act of prevention on the part of the Procuring Entity/Owner.

He shall notify the Procuring Entity’s Representative/Project Manager of the same within fourteen (14)

days of such occurrence, and provide fully substantiated documentation within twenty eight (28) days

of notification to substantiate his direct loss and/or expense. No consideration of any claim under this

heading shall be entertained, if not received within the prescribed period.

__________________________________________________________________________________________________________

General Conditions of Contract Page 27 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

11. LOSS AND EXPENSE CAUSED BY DELAY (continued)

b) If the written application is made within the time specified, then the Procuring Entity’s

Representative/Project Manager shall ascertain the value of any direct loss and/or expense suffered

by the Contractor, and when such is valued and agreed, the value shall be included in interim

valuations and the Contract Sum or Price shall be adjusted accordingly. No addition to the Advance

Payment will be made as a result.

c) The provision of the timely submission of the notification of intention to claim and the fully detailed and

substantiated build-up of such loss and/or expense is a prerequisite for any claim being accepted for

consideration. Notification only of a future intention to submit a claim will not be accepted as

complying with the requirement of this clause. Furthermore, if the Contractor fails to comply then his

entitlement to payment thereof will be limited to such amount as the Procuring Entity’s

Representative/Project Manager considers verified by such substantiation.

d) Loss and expense shall not include; loss of opportunity costs, loss of profit or financing costs.

12. FORCE MAJEURE

a) The Contractor shall not be responsible or liable for any delay or failure in the fulfillment of this

Contract, directly or indirectly due to Force Majeure. The riots specified herein shall refer to public

riots and national strikes. Any local or company related riots or strikes shall not be considered as

Force Majeure and the Contractor shall therefore be responsible and liable for any delays or failure in

the fulfillment of this Contract thereby caused.

b) The Contractor shall report in writing to the Procuring Entity’s Representative/Project Manager within

five (5) days of the onset of Force Majeure stating the reason thereof and at the termination of such

Force Majeure.

c) In case of such Force Majeure, the Contract may be amended or terminated, wholly or partially, by

mutual written agreement of both parties, subject to the approval of the Procuring Entity’s

Representative/Project Manager.

d) In case of Force Majeure as described, the Contractor shall, after mutual agreement with the

Procuring Entity’s Representative/Project Manager, be entitled to suspend the execution of the Works

for such period as the Force Majeure will last. During this suspension period, the Contractor shall

protect and secure the Works. If such protection and securing of the Works are deemed

impracticable, the Contractor shall notify the Procuring Entity’s Representative/Project Manager in

writing of such fact, stating the reason, the Procuring Entity’s Representative/Project Manager shall

issue instructions accordingly which the Contractor shall comply with.

e) If such suspension exceeds twelve (12) months, either of the parties shall be entitled to terminate the

Contract with respect to the remaining work and shall give notice of termination by registered mail or

personal delivery to the other party.

f) In case of such termination, the Procuring Entity/Owner shall pay to the Contractor the cost of the

materials on Site and the cost of the Works executed prior to the date of termination less amounts

previous paid less any outstanding balance due from the Contractor for the Advance Payment and

any other sums which at the date of such determination were recoverable by the Procuring

Entity/Owner from the Contractor.

__________________________________________________________________________________________________________

General Conditions of Contract Page 28 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

12. FORCE MAJEURE (continued)

g) If the Works or any part thereof, suffers any damages due to Force Majeure, then the Procuring

Entity’s Representative/Project Manager shall issue instructions as to the disposal of debris, or

damaged work and the reinstatement or making good of work.

h) The Contractor shall carry out such instructions issued under sub-clause (g) hereof, regardless of any

notice of termination having been issued.

13. PRACTICAL COMPLETION AND PARTIAL POSSESSION

a) Practical Completion shall be deemed to have taken place on the date when, in the Procuring Entity’s

Representative/Project Manager’s opinion, such has taken place and subject to receipt of all permits,

licenses, draft operation and preventative maintenance manuals, warranties, test certificates,

insurances, bonds, guarantees and undertakings as required by Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j),

13.c), d) and e) respectively a certificate will be issued and the Defects Liability Period commences.

b) Practical Completion is attained when the Works are complete to the stage where the Procuring

Entity/Owner can have beneficial occupancy of the Works and where the rectification of any defects

found can be performed during the Defects Liability Period which shall not cause undue disturbance

to the occupants and subject to receipt of all permits, licenses, draft operation and preventative

maintenance manuals, warranties, test certificates, insurances, bonds, guarantees and undertakings

as required by Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j) and 13.c), d) and e) respectively a certificate will be

issued and the Defects Liability Period commences; provided, that “beneficial occupancy” shall mean

such occupancy as is not unduly affected by rectification works for the practical use intended by the

occupant.

c) In all cases prior to issuance of Certificate of Practical Completion the Contractor shall execute a

written undertaking to finish any and all outstanding work and the rectification of defects within thirty

(30) days of the start of the Defects Liability Period.

d) As a precedent to the issue of the Certificate of Practical Completion the Contractor shall submit for

approval six (6) months prior to the original completion date a first draft of the operation and

preventive maintenance manuals, supplier’s warranties, and spare parts list of machinery and plant

supplied and installed by the Contractor, and Nominated Sub-contractors/ Suppliers.

e) All operation and preventative maintenance manuals shall be similarly bound when finalized. The

Contractor shall arrange and pay for the teaching of the Procuring Entity’s/Owner’s staff as nominated

by him, in the operation and maintenance as required. Time, location and duration of teaching shall

be determined by the Procuring Entity’s Representative/Project Manager;

f) Upon the issue of a Certificate of Practical Completion the Contractor shall remove all Temporary

Works, Contractor’s Equipment, surplus materials and waste and leave the Site in a condition to the

satisfaction of the Procuring Entity’s Representative/Project Manager.

In the event that numerous Certificates of Practical Completion are issued the clearance as stated

above shall apply only to the part or section of the Works to which the Certificate of Practical

Completion relates.

The Contractor will be permitted to retain on site the necessary equipment, materials and any other

facility for the completion of any outstanding works and in fulfillment of his obligations in respect of the

Rectification of Defects. However, upon completion of the same all retained equipment, materials and

facilities shall be removed and leave the Site in a condition to the satisfaction of the Procuring Entity’s

Representative/Project Manager.

__________________________________________________________________________________________________________

General Conditions of Contract Page 29 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

13. PRACTICAL COMPLETION AND PARTIAL POSSESSION (continued)

g) The Procuring Entity/Owner reserves the right to occupy any part of the Works, prior to Practical

Completion, providing such part is deemed to be practically complete and a certificate issued by the

Procuring Entity’s Representative/Project Manager to that effect. The Defects Liability Period shall be

deemed to have commenced on the date of issue of the Certificate of Practical Completion for the

part of the Works so occupied. The Contractor may reduce his insurances required by the Contract by

the value of the Works so occupied. The value of any part occupied by the Procuring Entity/Owner

shall be certified by the Procuring Entity’s Representative/Project Manager.

h) The occupation of any portion of the Works by the Procuring Entity/Owner shall be deemed only to be

the actual portion involved and shall not include the services, (including but not limited to mechanical,

electrical, fire protection, elevator services, building management, security and communication

systems), but the Contractor shall afford the Procuring Entity/Owner the full use of all such services

and systems. Practical completion of these services and systems shall not occur until the entire

Contract services are completed, tested and commissioned to the entire satisfaction of the Procuring

Entity’s Representative/Project Manager and in accordance with the Contract.

i) The Contractor may apply for inspection of the portions of the Works, which are distinct and

separable from the remainder of the Works. If the Procuring Entity’s Representative/Project Manager

agrees, then such area or areas shall be closed off after rectification of defects and shall be

inaccessible until the Date of Practical Completion, save where the Procuring Entity’s Representative/

Project Manager requests entry. Closing-off and provision of security personnel, as necessary, shall

be provided by the Contractor at his own cost.

j) The Procuring Entity’s Representative/Project Manager reserves the right to re-inspect the area or

areas closed-off prior to the Date of Practical Completion and any defects found shall be made good

to his entire satisfaction.

k) The Contractor shall not receive any reduction of his responsibility for the area or areas so closed off.

14. FINAL ACCOUNT

a) Upon the issue of a Certificate of Practical Completion for the Works the Contractor shall issue to the

Procuring Entity’s Representative/Project Manager the Final Account and then within the Period of

Final Measurement as given in Appendix A, the Quantity Surveyor shall issue and recommend the

Final Evaluation of the Works, and the Procuring Entity’s Representative/Project Manager shall certify

any amount due to the Contractor from the Procuring Entity/Owner, or due to the Procuring

Entity/Owner from the Contractor, as the case may be, notwithstanding any item which may have

previously been referred to Arbitration. This recommendation shall be called the Final Certificate.

b) Original and a copy of the Certificate of Practical Completion, together with evidence regarding the

fulfillment of the Contractor’s obligations in regards to Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j) and 14.c) must

be submitted to the Procuring Entity/Owner before the Final Certificate shall be released;

c) If a dispute has not been referred to Arbitration prior to the issue of the Final Certificate, or within

fourteen (14) days of its issue, the Final Certificate shall be absolute proof that all things have been

accounted for and the Contractor is entirely satisfied as to the contents and value of the Final

Certificate.

c) Notwithstanding the issuance of the Certificate of Practical Completion, the completion of outstanding

works (if any) and the rectification of defects (if any) as stated within Clause 14.c) the Period for

Honoring the Final Certificate shall be as given in Appendix A for this clause only.

__________________________________________________________________________________________________________

General Conditions of Contract Page 30 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

14. FINAL ACCOUNT (continued)

e) The Contractor shall provide a signed Statement confirming that the amount stated therein represents

the full and final sum due to the Contractor in respect of the Contract as also requested to satisfy

Clause 2.5 c).

f) Any sum certified in the Final Certificate that is in error, can be corrected prior to payment, or

recovered from the Contractor by the Procuring Entity/Owner, or from the Procuring entity/Owner by

the Contractor, as the case may be, if such error is due to fraud, dishonesty, fraudulent concealment,

any defects or omission in the Works not discovered during the course of the Works, any inclusion or

exclusion of any work, materials, goods, or figure in any computation or any arithmetical error in any

computation.

15. COMPLETION OF DEFECTS LIABILITY PERIOD

a) Within the Defects Liability Period specified in Appendix A, the Contractor shall make good all

defects, shrinkages, or other faults which have been identified on the date of or prior to the date of

Practical Completion or have arisen during the Defects Liability Period, entirely at the Contractor’s

own cost. Upon completion of the Defects Liability Period, the Contractor shall give written notice for

inspection of the completed Works.

b) The Procuring Entity/Owner or any of his authorized representative(s) shall issue to the Contractor,

the list(s) of defects found or discovered at the date of completion of the Defects Liability Period of the

Works, otherwise known as the punchlist, which the Contractor, must receive from the Procuring

Entity/Owner not later than thirty (30) days from inspection date.

c) The Contractor shall rectify the said punchlisted works within a period not to exceed thirty (30) days.

d) When in the opinion of the Procuring Entity’s Representative/Project Manager any defects, shrinkages

or other faults which he may have required to be made good under this clause shall have been made

good or on completion of the Defects Liability Period, whichever comes later, the Procuring Entity’s

Representative/Project Manager shall issue a Certificate of Acceptance of the Works. The Contract

shall deem to have been fulfilled by the Contractor on that date, which date may exceed the Defects

Liability Period stated in the Contract. Due to the Contractor’s fault, defects may arise in rectified

work, necessitating rectification work to go beyond the Defects Liability Period.

e) Furthermore, should the Works or any part thereof including major Plant be found damaged and/or

defective and/or be unfit for the purpose for which the Procuring Entity/Owner intended then the

Defects Liability Period may be extended by the Procuring Entity/Owner in writing for a maximum

period of one (1) year from when the damage and/or defect was rectified and/or the Procuring

Entity/Owner was satisfied regarding fitness for purpose.

f) The Contractor shall remain responsible for any and all unfulfilled obligations as at the date of issue of

Certificate of Acceptance and to this therefore the Contract shall be enforceable for the purposes of

establishing the nature and extent of the same.

16. RELEASE OF RETENTION

a) All of the retention retained by the Procuring Entity/Owner, without accrued interest shall be paid to the

Contractor in the Interim Certificate following the issue of the Certificate of Practical Completion,

provided that the Contractor has returned all excess quantities of Procuring Entity/Owner supplied

materials (if any) and has submitted the required Retention Bond to guarantee the rectification of

defects in the Works during the Defects Liability Period and any other requirements stated within the

Contract Documents.

__________________________________________________________________________________________________________

General Conditions of Contract Page 31 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

16. RELEASE OF RETENTION (continued)

b) The insurance/ bonding firm and the Contractor agree the validity of this Retention Bond to be one (1)

year after the issuance of a Certificate of Practical Completion; or until all works and defects have

been completed and/or rectified, or until the issuance of the Certificate of Acceptance whichever is

the latter.

c) The Procuring Entity/Owner shall be in receipt of all as-built drawings before final payment is made to

the Contractor;

d) Furthermore before final payment, the final and approved original and three (3) copies of the

operation and preventive maintenance manuals, supplier’s warranties, and spare parts list of

machinery and plant supplied and installed by the Contractor, and Nominated Sub-contractors/

Suppliers shall be in the possession of the Procuring Entity’s Representative/Project Manager.

17. TERMINATION OF CONTRACT – GENERAL / PROCEDURES FOR TERMNATION OF

CONTRACT

a) Either party is entitled to request for the suspension or termination of this Contract or any part

thereof in case the other party should fail to comply with his Contractual obligations, and has

continued to so fail for a reasonable period after being given notice of the failure. Such facility

however, shall not be executed when the failure to comply is not of major importance, considering

the Works as a whole.

b) If either party to the Contract finds circumstances beyond the control of either party which are

either impossible or unlawful for either or both parties to fulfill their obligations under the Contract

then both parties shall be released from continuing their obligations. In such event the amount

payable by either party shall be determined in accordance with Clauses 18.f) ii) and 18.g).

18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER

a) The Procuring Entity/Owner shall have the right to determine the Contract, if the Contractor fails to

perform the Contract with due diligence and expedition or refuses or neglects to comply with any

reasonable order or instruction of the Procuring Entity’s Representative./Project Manager in respect of

the Contract.

b) The Procuring Entity/Owner shall require the Contractor to make good the said failure, neglect or

contravention within ten (10) days of the occurrence of same and the Contractor must comply with

this notice within fourteen (14) days of receipt. Should the Contractor fail to comply with the notice

within the prescribed period, the Procuring Entity/Owner shall be at liberty to terminate the Contract,

giving written notice of termination to the Contractor. In this event the Procuring Entity/Owner shall be

entitled to retain and apply the balance of money which may be otherwise become due to the

Contractor, towards the payment of the total sum to complete the Works.

c) Without prejudice to any other rights and remedies which the Procuring Entity/Owner may possess if

the Contractor shall make default in any one or more of the following respects, that is to say:

i) If he without reasonable cause suspends the carrying out of the Works or part of the Works

before completion thereof, or

ii) If he fails to proceed regularly and diligently with the Works, or

iii) If he fails to provide the necessary bonds and guarantees;

__________________________________________________________________________________________________________

General Conditions of Contract Page 32 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER (continued)

then the Procuring Entity’s Representative/Project Manager may give the Contractor a notice, by

hand, by registered post or recorded delivery, specifying the default, and if the Contractor either

continues such default for fourteen (14) days after receipt of such notice, or at any time thereafter

repeats such default (whether previously repeated or not), then the Procuring Entity/Owner without

prejudice to any other rights or remedies, may within ten (10) days after such continuance or

repetition, by notice by hand, by registered post or recorded delivery, forthwith terminate the

engagement of the Contractor under this Contract.

d) In the event of the Contractor becoming bankrupt or making a composition or arrangement with his

creditors or having winding-up order made or (except for purposes of solvent reconstruction) a

resolution for voluntary winding-up passed or a receiver or manager of his business or undertaking

duly appointed, or possession taken, by or on behalf of the holders of any debentures secured by a

floating charge, of any property comprised in or subject to the floating charge, the engagement of the

Contractor under this Contract shall be forthwith automatically terminated, unless viewed by the

Procuring Entity/Owner as an attempt by the Contractor to dispose of any liabilities or obligations

under the Contract, but the said engagement may be reinstated and continued if the Procuring

Entity/Owner and the Contractor, his trustee in bankruptcy, liquidator, receiver or manager, as the

case may be, shall so agree.

e) In the event of the engagement of the Contractor being terminated as aforesaid and so long as it has

not been reinstated and continued, the following shall be the respective rights and duties of the

Procuring Entity/Owner and the Contractor.

i) The Procuring Entity/Owner may engage and pay other persons to carry out and complete the

Works and he or they may enter upon the Works and use all temporary buildings, plant, tools,

equipment and materials intended for, or delivered to the Site, and may purchase all materials

and plant necessary for carrying out and completing the Works.

ii) The Contractor shall [except where the termination occurs by reason of the bankruptcy of the

Contractor or of him having a winding-up order made or (except for the purposes of a solvent

reconstruction) a resolution for voluntary winding-up passed], if so required by the Procuring

Entity’s Representative/Project Manager, within fourteen (14) days of the date of termination,

assign to the Procuring Entity/Owner or to any subsequent Contractor appointed by the Procuring

Entity/Owner to complete the Works, without payment, the benefit of any agreement for the

supply of plant, materials or equipment and/or for the execution of any works for the purposes of

this Contract but on the same terms that a supplier or Sub-contractor for any plant, materials or

equipment delivered or works executed for the purposes of this Contract, (whether before or after

the date of termination) in so far as the price thereof has not already been paid by the Contractor.

iii) The Contractor shall, when required in writing by the Procuring Entity’s Representative/Project

Manager so to do (but not before), remove from the Site any temporary buildings, plant, tools,

equipment, and materials, belonging to or hired by him. If within a reasonable time after any such

requirement has been made, the Contractor has not complied therewith, then the Procuring

Entity/Owner may (but without being responsible for any loss or damage) remove and sell any

such property of the Contractor, holding the proceeds, less all costs incurred, to the credit of the

Contractor.

__________________________________________________________________________________________________________

General Conditions of Contract Page 33 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER (continued)

iv) The Contractor shall pay to the Procuring Entity/Owner in the manner hereinafter appearing, the

amount of any direct loss and/or damage caused to the Procuring Entity/Owner by the

termination. Until after completion of the Works under Clause 15.d) the Procuring Entity/Owner

shall not be bound by any provision of this Contract to make any further payment to the

Contractor, but upon such completion and verification within a reasonable time of the accounts

therefore, the Procuring Entity’s Representative/Project Manager with the assistance of the

Quantity Surveyor shall ascertain and certify the amount of expenses properly incurred by the

Procuring Entity/Owner and the amount of any direct loss and/or damage caused to the Procuring

Entity/Owner by the termination and, if such amounts when added to the monies paid to the

Contractor before the date of termination exceed the total amount which would have been

payable on due completion in accordance with this Contract, the difference shall be a debt

payable to the Procuring Entity/Owner by the Contractor.

f) The Procuring Entity/Owner may terminate the engagement of the Contractor under this Contract at

any time, by giving the Contractor a minimum of thirty (30) days written notice of his intention to

terminate the Contract. Upon such termination, then without prejudice to the accrued rights or

remedies of either party or to any liability of the clauses mentioned herein before which may accrue

either before the Contractor shall have materials or goods or by reason of his or their so removing the

same, the respective rights and liabilities of the Contractor and the Procuring Entity/Owner shall be as

follows:

i) The Contractor shall, with all reasonable dispatch and in such a manner and with such

precautions as will prevent injury, death or damage of the classes in respect of which before the

date of termination he was liable to indemnify the Procuring Entity/Owner, remove from the Site

all his temporary buildings, tools, equipment, and materials but subject always to the provisions of

this clause.

ii) After taking into account amounts previously paid under this Contract, the Contractor shall be paid

by the Procuring Entity/Owner:

a) The total value of work completed at the date of termination.

b) Any sum ascertained in respect of direct loss and/or expense under Clause 12 (whether

ascertained before or after the date of termination).

g) Provided always that against any payments due from the Procuring Entity/Owner under this sub-

clause, the Procuring Entity/Owner shall be entitled to be credited with any outstanding balance due

from the Contractor for the Advance Payment and any other sums which at the date of such

termination were recoverable by the Procuring Entity/Owner from the Contractor under the Contract.

19. TERMINATION OF CONTRACT BY CONTRACTOR

a) The Contractor has the right to terminate the Contract, without prejudice to any rights and remedies,

which the Contractor may possess if:

i) The Procuring Entity/Owner does not pay to the Contractor the amount due on any certificate within

the Period for Honoring Certificates as stated in Appendix A, and continues such default for

fourteen (14) days after receipt by registered post or personal delivery of a notice from the

Contractor stating that a notice of determination under the Contract will be served if payment

is not made within fourteen (14) days from receipt thereof; or

__________________________________________________________________________________________________________

General Conditions of Contract Page 34 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

19. TERMINATION OF CONTRACT BY CONTRACTOR (continued)

ii) The Procuring Entity/Owner wrongfully interferes with or obstructs the issue of any certificate due

under the Contract and continues such default for fourteen (14) days after receipt by registered

post or personal delivery of a notice from the Contractor specifying the default; or

iii) The execution of the whole or a substantial part of the Works (other than the execution of the

work required under Clause 6. h) is suspended for a continuous period of the length stated in

Clause 12(e) by reason of fire, lightning, seismic disturbance, explosion, riot, civil commotion,

and/or civil disorder. Provided that this sub-clause shall not be applicable if the suspension arises

out of the default, negligence or act of the Contractor.

iv) The Procuring Entity/Owner passes a resolution for voluntary winding up, then the Contractor

may, thereupon by notice by registered post or by hand to the Procuring Entity/Owner or its

representative, forthwith terminate this Contract; provided that such notice shall not be given

unreasonably or vexatiously.

b) Upon such termination, then without prejudice to the accrued rights or remedies of either party or to

any liability of the clauses mentioned herein before which may accrue either before the Contractor

shall have removed his temporary buildings, plant, tools, equipment, materials or goods or by reason

of his or their so removing the same, the respective rights and liabilities of the Contractor and the

Procuring Entity/Owner shall be as follows, that is to say:

i) The Contractor shall, with all reasonable dispatch and in such manner and with such precautions

as will prevent injury, death or damage of the classes in respect of which before the date of

termination he was liable to indemnify the Procuring Entity/Owner, remove from the Site all his

temporary buildings, plant, tools, equipment, and materials.

ii) After taking into account amounts previously paid under the Contract, the Contractor shall be paid

by the Procuring Entity/Owner;

a) The total value of work completed at the date of termination.

b) Any sum ascertained in respect of direct loss and/or expense under Clause 11 (whether

ascertained before or after the date of termination).

c) However if such termination is resultant of the default, negligence or act of the Contractor as

described in Clause 18 c) above then such payment will only be certified upon the issue of the

Certificate of Acceptance.

iii) Provided always that against any payments due from the Procuring Entity/Owner under this sub-

clause, the Procuring Entity/Owner shall be entitled to be credited with any outstanding balance due

from the Contractor for the Advance Payment and any other sums which at the date of such

termination were recoverable by the Procuring Entity/Owner from the Contractor.

20. SETTLEMENT OF DISPUTES

a) Any dispute which arises out of the Contract, between the Procuring Entity/Owner and / or its

representative and the Contractor shall by all means possible, be settled amicably by the parties

thereto.

c) Failing an amicable agreement of any dispute, any dispute out of or in connection with this contract,

including any question regarding its existence, validity, or termination shall be referred to and finally

resolved by arbitration under the Rules of Procedure Governing Construction Arbitration promulgated

pursuant to Executive Order 1008 (the Construction Industry Arbitration Law) by three (3) arbitrators

to be appointed in accordance with such rules. The place of arbitration shall be at the office of the

Construction Industry Arbitration Commission.

__________________________________________________________________________________________________________

General Conditions of Contract Page 35 of 35

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

20. SETTLEMENT OF DISPUTES (continued)

c) The Contractor shall continue to proceed with the Works with all due diligence, including any disputed

portion thereof, without prejudice to the rights of both parties in any arbitration proceedings.

d) Any Arbitration Proceedings shall take place in Metro Manila, Republic of the Philippines.

Section 6

SSppeecciiaall CCoonnddiittiioonnss ooff CCoonnttrraacctt

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 1 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

SSPPEECCIIAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT

DDeeffiinniittiioonnss

uunnddeerr CCoonnttrraacctt PPeerriioodd,,

TThhee CCoonnttrraacctt PPeerriioodd iiss OOnnee HHuunnddrreedd TTwweennttyy CCaalleennddaarr DDaayyss ((112200 CCDD))..

uunnddeerr PPrrooccuurriinngg EEnnttiittyy//OOwwnneerr,,

TThhee PPrrooccuurriinngg EEnnttiittyy//OOwwnneerr iiss TTuubbbbaattaahhaa MMaannaaggeemmeenntt OOffffiiccee ((TTMMOO))..

uunnddeerr PPrrooccuurriinngg EEnnttiittyy’’ss RReepprreesseennttaattiivvee//PPrroojjeecctt MMaannaaggeerr,,

TThhee PPrrooccuurriinngg EEnnttiittyy’’ss RReepprreesseennttaattiivvee//PPrroojjeecctt MMaannaaggeerr iiss RRiiddeerr LLeevveetttt BBuucckknnaallll

PPhhiilliippppiinneess IInncc.. ((RRLLBBPPII))

uunnddeerr PPrroojjeecctt,,

TThhee PPrroojjeecctt iiss TTuubbbbaattaahhaa RReeeeffss NNaattuurraall PPaarrkk RRaannggeerr SSttaattiioonn..

uunnddeerr SSiittee,,

TThhee SSiittee iiss TTuubbbbaattaahhaa RReeeeffss,, CCaaggaayyaanncciilllloo,, PPaallaawwaann..

BBeellooww ddeeffiinniittiioonnss aanndd ccllaauusseess aarree aaddddiittiioonnaall ddeettaaiillss bbaasseedd oonn tthhee PPhhiilliippppiinnee BBiiddddiinngg DDooccuummeennttss –– PPrrooccuurreemmeenntt ooff IInnffrraassttrruuccttuurree PPrroojjeecctt,, GGoovveerrnnmmeenntt ooff tthhee RReeppuubblliicc ooff tthhee PPhhiilliippppiinneess,, FFoouurrtthh EEddiittiioonn,, DDeecceemmbbeerr 22001100..

uunnddeerr DDeeffiinniittiioonnss,,

1. The Arbiter is the person appointed jointly by the Procuring Entity and the Contractor

to resolve disputes in the first instance, as provided for in GCC Clause 20.

2. Bill of Materials or product structure, is a list of the raw materials, sub-assemblies,

intermediate assemblies, sub-components, parts and the quantities of each needed to

manufacture and end product.

3. The Completion Date is the date of completion of the Works as certified by the

Procuring Entity’s Representative, in accordance with GCC Clause13.

4. The Contract is the contract between the Procuring Entity and the Contractor to

execute, complete, and maintain the Works.

5. Contract Time Extension is the allowable period for the Contractor to complete the

Works in addition to the original Completion Date stated in this Contract.

6. The Contractor’s Bid is the signed offer or proposal submitted by the Contractor to

the Procuring Entity in response to the Bidding Documents.

7. Dayworks are varied work inputs subject to payment on a time basis for the

Contractor’s employees and Equipment, in addition to payments for associated

Materials and Plant.

8. A Defect is any part of the Works not completed in accordance with the Contract.

9. The Defects Liability Certificate is the certificate issued by Procuring Entity’s

Representative upon correction of defects by the Contractor.

10. Equipment refers to all facilities, supplies, appliances, materials or things required for

the execution and completion of the Work provided by the Contractor and which shall

not form or are not intended to form part of the Permanent Works.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 2 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

under Definitions (continued),

11. Materials are all supplies, including consumables, used by the Contractor for

incorporation in the Works.

12. The Notice to Proceed is a written notice issued by the Procuring Entity or the

Procuring Entity’s Representative to the Contractor requiring the latter to begin the

commencement of the work not later than a specified or determinable date.

13. Permanent Works all permanent structures and all other project features and

facilities required to be constructed and completed in accordance with this Contract

which shall be delivered to the Procuring Entity and which shall remain at the Site

after the removal of all Temporary Works.

14. Plant refers to the machinery, apparatus, and the like intended to form an integral part

of the Permanent Works.

15. The Procuring Entity/Owner is the party who employs the Contractor to carry out the

Works which is Tubbataha Management Office.

16. The Procuring Entity’s Representative/Project Manager refers to the Head of the

Procuring Entity/Owner or his duly authorized representative, who shall be responsible

for supervising the execution of the Works and administering this Contract, which is

Rider Levett Bucknall Philippines Inc.

17. Site Investigation Reports are those that were included in the Bidding Documents

and are factual and interpretative reports about the surface and subsurface conditions

at the Site.

18. Slippage is a delay in work execution occurring when actual accomplishment falls

below the target as measured by the difference between the scheduled and actual

accomplishment of the Work by the Contractor as established from the work

schedule. This is actually described as a percentage of the whole Works.

19. The Start Date, is the date when the Contractor is obliged to commence execution of

the Works. It does not necessarily coincide with any of the Site Possession Dates.

20. A Sub-contractor is any person or organization to whom a part of the Works has

been subcontracted by the Contractor, as allowed by the Procuring Entity, but not any

assignee of such person.

21. Temporary Works are works designed, constructed, installed, and removed by the

Contractor that are needed for construction or installation of the Permanent Works.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 3 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

addition to Clause 1.4 – Authorized Representatives and Communications Identifying Defects

The Procuring Entity’s Representative/Project Manager shall check the Contractor’s work and

notify the Contractor of any defects that are found. Such checking shall not affect the

Contractor’s responsibilities. The Procuring Entity’s Representative/Project Manager may

instruct the Contractor to search uncover defects and test any work that the Procuring Entity’s

Representative/Project Manager considers below standards and defective.

aaddddiittiioonn ttoo CCllaauussee 11..55 –– SSiinngguullaarr aanndd PPlluurraall

1. In interpreting the Conditions of Contract, singular also means plural, male also

means female or neuter, and the other way around. Headings have no significance.

Words have their normal meaning under the language of this Contract unless

specifically defined. The Procuring Entity’s Representative will provide instructions

clarifying queries about the Conditions of Contract.

addition to Clause 2.1 – Procuring Entity/Owner’s Obligations

c ) The Procuring Entity’s personnel shall at all reasonable times during construction of

the Work be entitled to examine, inspect, measure and test the materials and

workmanship, and to check the progress of the construction.

c) If the Procuring Entity’s Representative instructs the Contractor to carry out a test not

specified in the Specification to check whether any work has a defect and the test

shows that it does, the Contractor shall pay for the test and any samples. If there is

no defect, the test shall be a Compensation Event.

addition to Clause 2.3 – Contractor’s Risk, Submittals, Obligations and Responsibilities

i. The Contractor shall warn the Procuring Entity’s Representative/Project Manager at

the earliest opportunity of specific likely future events or circumstances that may

adversely affect the quality of the work, increase the Contract Price, or delay the

execution of the Works. The Procuring Entity’s Representative/Project Manager may

require the Contractor to provide an estimate of the expected effect of the future event

or circumstance on the Contract Price and Completion Date. The estimate shall be

provided by the Contractor as soon as reasonably possible.

j. The Contractor shall cooperate with the Procuring Entity’s Representative/Project

Manager in making and considering proposals for how the effect of such an event or

circumstance can be avoided or reduced by anyone involved in the work and in

carrying out any resulting instruction of the Procuring Entity’s Representative/Project

Manager.

k. The Contractor shall permit the Funding Source and/or the Procuring entity/Owner or

its representative to inspect the Contractor’s accounts and records relating to the

performance of the Contractor and to have them audited by auditors appointed by the

Funding Source, if so required by the Funding Source.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 4 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 22..55 –– BBoonnddss//SSeeccuurriittiieess aanndd GGuuaarraanntteeeess

b.1) Within ten (10) calendar days from receipt of the Notice of Award from the Procuring

Entity/Owner but in no case later than the signing of the contract by both parties, tthhee

CCoonnttrraaccttoorr sshhaallll ffuurrnniisshh tthhee ppeerrffoorrmmaannccee sseeccuurriittyy iinn aannyy tthhee ffoorrmmss pprreessccrriibbeedd iinn IITTBB

CCllaauussee 1155..22..

b.2) The Contractor shall post an additional performance security following the amount

and form specified in ITB Clause 15 to cover any cumulative increase of more than

ten percent (10%) over the original value of the contract as a result of amendments to

order or change orders, extra work orders and supplemental agreements, as the case

may be. The Contractor shall cause the extension of the validity of the performance

security to cover approved contract time extensions.

b.3) In case of a reduction in the contract value or for partially completed Works under the

contract which are usable and accepted by the Procuring Entity/Owner the use of

which, in the judgment of the implementing agency or the Procuring Entity/Owner, will

not affect the structural integrity of the entire project, the Procuring Entity/Owner shall

allow a proportional reduction in the original performance security, provided that any

such reduction is more than ten percent (10%) and that the aggregate of such

reductions is not more than fifty percent (50%) of the original performance security.

b.4) The Contractor, by entering into the Contract with the Procuring Entity/Owner,

acknowledges the right of the Procuring Entity/Owner to institute action pursuant to

Act 3688 against any subcontractor be they an individual, firm, partnership,

corporation, or association supplying the Contractor with labor, materials and/or

equipment for the performance of this Contract.

g) The warranty against Structural Defects/Failures, except those occasioned on force

majeure, shall cover and remain effective for one year from the date of issuance of

the Certificate of Final Acceptance by the Procuring Entity/Owner.

g.1) The Contractor shall be required to put up a warranty security in the form of

cash, bank guarantee, letter of credit, GSIS or surety bond callable on

demand, in accordance with the following schedule:

Form of Warranty Minimum Amount in Percentage

(%) of Total Contract Price

(a) Cash or letter of credit issued by Universal

or Commercial bank: provided, however,

that the letter of credit shall be confirmed

or authenticated by a Universal or

Commercial bank, if issued by a foreign

bank

Five Percent (5%)

(b) Bank guarantee confirmed by Universal or

Commercial bank: provided, however, that

the letter of credit shall be confirmed or

authenticated by a Universal or

Commercial bank, if issued by a foreign

bank

Ten Percent (10%)

(c) Surety bond callable upon demand issued

by GSIS or any surety or insurance

company duly certified by the Insurance

Commission

Thirty Percent (30%)

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 5 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 22..55 –– BBoonnddss//SSeeccuurriittiieess aanndd GGuuaarraanntteeeess ((ccoonnttiinnuueedd))

g.2) The warranty security shall be stated in Philippine Pesos and shall remain

effective for one year from the date of issuance of the Certificate of Final

Acceptance by the Procuring Entity/Owner, and returned only after the lapse

of said one year period

g.3) In case of structural defects/failure occurring during the applicable warranty

period, the Procuring Entity/Owner shall undertake the necessary restoration

or reconstruction works and shall be entitled to full reimbursement by the

parties found to be liable for expenses incurred therein upon demand, without

prejudice to the filing of appropriate administrative, civil, and/or criminal

charges against the responsible persons as well as the forfeiture of the

warranty security posted in favor of the Procuring Entity/Owner.

Advance Payment

h) The Procuring Entity/Owner shall, upon a written request of the contractor which shall

be submitted as a contract document, make an advance payment to the contractor in

an amount not exceeding fifteen percent (15%) of the total contract price, to be made

in lump sum or, at the most two, installments according to a schedule specified by the

Procuring Entity/Owner.

i) The advance payment shall be made only upon the submission to and acceptance by

the Procuring Entity/Owner of an irrevocable standby letter of credit of equivalent

value from a commercial bank, a bank guarantee or a surety bond callable upon

demand, issued by a surety or insurance company duly licensed by the Insurance

Commission and confirmed by the Procuring Entity/Owner.

j) The advance payment shall be repaid by the Contractor by an amount equal to the

percentage of the total contract price used for the advance payment.

k) The contractor may reduce his standby letter of credit or guarantee instrument by the

amounts refunded by the Monthly Certificates in the advance payment.

l) The Procuring Entity/Owner will provide an Advance Payment on the Contract Price

as stipulated in the Conditions of Contract, subject to the maximum amount stated

from above.

addition to Clause 2.9 – Materials and Workmanship

Approval of Drawings and Temporary Works by the Procuring Entity’s Representative

a) All Drawings prepared by the Contractor for the execution of the Temporary Works,

are subject to prior approval by the Procuring Entity’s Representative/Project Manager

before its use.

b) The Contractor shall be responsible for design of Temporary Works.

c) The Procuring Entity’s Representative’s/Project Manager approval shall not alter the

Contractor’s responsibility for design of the Temporary Works.

d) The Contractor shall obtain approval of third parties to the design of the Temporary

Works, when required by the Procuring Entity/Owner.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 6 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

addition to Clause 2.9 – Materials and Workmanship (continued) Acceleration and Delays Ordered by the Procuring Entity’s Representative/Project Manager

a) When the Procuring Entity/Owner wants the Contractor to finish before the Intended

Completion Date, the Procuring Entity’s Representative/Project Manager will obtain

priced proposals for achieving the necessary acceleration from the Contractor. If the

Procuring Entity/Owner accepts these proposals, the Intended Completion Date will

be adjusted accordingly and confirmed by both the Procuring Entity/Owner and the

Contractor.

b) If the Contractor’s Financial Proposals for an acceleration are accepted by the

Procuring Entity/Owner, they are incorporated in the Contract Price and treated as a

Variation.

addition to Clause 5 – Contract Sum

d) Except for extraordinary circumstances as determined by NEDA and approved by the

GPPB, no price adjustment shall be allowed. Nevertheless, in cases where the cost

of the awarded contract is affected by any applicable new laws, ordinances,

regulations, or other acts of the GOP, promulgated after the date of bid opening, a

contract price adjustment shall be made or appropriate relief shall be applied on a no

loss-no gain basis.

e) If the final quantity of any work done differs from the quantity in the Bill of

Quantities/Bills of Materials for the particular item and is not more than twenty five

percent (25%) of the original quantity, provided the aggregate changes for all items do

not exceed ten percent (10%) of the Contract price, the Procuring Entity’s

Representative/Project Manager shall make the necessary adjustments to allow for

the changes subject to applicable laws, rules, and regulations.

addition to Clause 6 – Variations, Instructions and Orders

n) The Procuring Entity’s Representative/Project Manager with the prior approval of the

Procuring Entity/Owner may instruct Variations, up to a maximum cumulative amount

of ten percent (10%) of the original contract cost.

o) Variations shall be valued as follows:

(i) At a lump sum price agreed between the parties;

(ii) where appropriate, at rates in this Contract;

(iii) in the absence of appropriate rates, the rates in this Contract shall be used as

the basis for valuation; or failing which

(iv) at appropriate new rates, equal to or lower than current industry rates and to

be agreed upon by both parties and approved by the Head of the Procuring

Entity/Owner

p) If the Contractor incurs cost as a result of any of the events under GCC Clause 2.8,

the Contractor shall be entitled to the amount of such cost. If as a result of any of the

said events, it is necessary to change the Works, this shall be dealt with as a

Variation.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 7 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 99 –– LLiiqquuiiddaatteedd DDaammaaggeess

c) Once the cumulative amount of liquidated damages reaches ten percent (10%) of this

Contract, the Procuring Entity/Owner shall rescind this Contract, without prejudice to

other courses of action and remedies open to it.

d) If the Intended Completion Date is extended after liquidated damages have been paid,

the Procuring Entity’s Representative shall correct any overpayment of liquidated

damages by the Contractor by adjusting the next payment certificate. The Contractor

shall be paid interest on the overpayment, calculated from the date of payment to the

date of repayment, at the rates specified in GCC Clause 8.

addition to Clause 10 – Extension of Time

k) The Procuring Entity’s Representative/Project Manager shall extend the Intended

Completion Date if a Variation is issued which makes it impossible for the Intended

Completion Date to be achieved by the Contractor without taking steps to accelerate

the remaining work, which would cause the Contractor to incur additional costs. No

payment shall be made for any event which may warrant the extension of the Intended

Completion Date.

l) The Procuring Entity’s Representative/Project Manager shall decide whether and by

how much to extend the Intended Completion Date within twenty one (21) days of the

Contractor asking the Procuring Entity’s Representative/Project Manager for a

decision thereto after fully submitting all supporting information. If the Contractor has

failed to give early warning of a delay or has failed to cooperate in dealing with a

delay, the delay by this failure shall not be considered in assessing the new Intended

Completion Date.

aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt

17.3 The following provisions shall govern the procedures for the termination of this

Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative, the

Procuring Entity/Owner shall, within a period of seven (7) calendar days, verify

the existence of such ground(s) and cause the execution of a Verified Report,

with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity/Owner, the Head of the

Procuring Entity shall terminate this Contract only by a written notice to the

Contractor conveying the termination of this Contract. The notice shall state:

(i) that this Contract is being terminated for any of the ground(s) afore-

mentioned, and a statement of the acts that constitute the ground(s)

constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Contractor to show cause as to why this Contract

should not be terminated; and

(iv) special instructions of the Procuring Entity/Owner, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified

Report;

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 8 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt (continued)

(c) Within a period of seven (7) calendar days from receipt of the Notice of

Termination, the Contractor shall submit to the Head of the Procuring

Entity/Owner a verified position paper stating why the contract should not be

terminated. If the Contractor fails to show cause after the lapse of the seven

(7) day period, either by inaction or by default, the Head of the Procuring

Entity/Owner shall issue an order terminating the contract;

(d) The Procuring Entity/Owner may, at any time before receipt of the Bidder’s

verified position paper described in item (c) above withdraw the Notice to

Terminate if it is determined that certain items or works subject of the notice

had been completed, delivered, or performed before the Contractor’s receipt

of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the

verified position paper, the Head of the Procuring Entity/Owner shall decide

whether or not to terminate this Contract. It shall serve a written notice to the

Contractor of its decision and, unless otherwise provided in the said notice,

this Contract is deemed terminated from receipt of the Contractor of the

notice of decision. The termination shall only be based on the ground(s)

stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity/Owner may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this function. All

decisions recommended by the CTRC shall be subject to the approval of the

Head of the Procuring Entity/Owner.

17.3.1 Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition of

additional administrative sanctions as the internal rules of the agency may provide

and/or further criminal prosecution as provided by applicable laws, the Procuring

Entity/Owner shall impose on contractors after the termination of the contract the

penalty of suspension for one (1) year for the first offense, suspension for two (2)

years for the second offense from participating in the public bidding process, for

violations committed during the contract implementation stage, which include but not

limited to the following:

(a) Failure of the Contractor, due solely to his fault or negligence, to mobilize and

start work or performance within the specified period in the Notice to Proceed

(“NTP”);

(b) Failure by the Contractor to fully and faithfully comply with its contractual

obligations without valid cause, or failure by the contractor to comply with any

written lawful instruction of the procuring entity or its representative(s)

pursuant to the implementation of the contract. For the procurement of

infrastructure projects or consultancy contracts, lawful instructions include but

are not limited to the following:

(i) Employment of competent technical personnel, competent engineers

and/or work supervisors;

(ii) Provision of warning signs and barricades in accordance with

approved plans and specifications and contract provisions;

(iii) Stockpiling in proper places of all materials and removal from the

project site of waste and excess materials, including broken

pavement and excavated debris in accordance with approved plans

and specifications and contract provisions;

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 9 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt (continued)

(iv) Deployment of committed equipment, facilities, support staff and

manpower; and

(v) Renewal of the effectivity dates of the performance security after its

expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or

substitution of key personnel named in the proposal without prior written

approval by the Procuring Entity/Owner.

(d) Poor performance by the contractor or unsatisfactory quality and/or progress

of work arising from his fault or negligence as reflected in the Constructor's

Performance Evaluation System (“CPES”) rating sheet. In the absence of the

CPES rating sheet, the existing performance monitoring system of the

procuring entity shall be applied. Any of the following acts by the Contractor

shall be construed as poor performance:

(i) Negative slippage of 15% and above within the critical path of the

project due entirely to the fault or negligence of the contractor; and

(ii) Quality of materials and workmanship not complying with the

approved specifications arising from the contractor's fault or

negligence.

(e) Willful or deliberate abandonment or non-performance of the project

or contract by the contractor resulting to substantial breach thereof

without lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by the

contractor shall also be forfeited.

addition to Clause 18 - Termination of Contract by Procuring Entity/Owner

h) The Procuring Entity/Owner may terminate this Contract, in whole or in part, at any

time for its convenience. The Head of the Procuring Entity/Owner may terminate this

Contract for the convenience of the Procuring Entity if he has determined the

existence of conditions that make Project Implementation economically, financially or

technically impractical and/or unnecessary, such as, but not limited to, fortuitous

event(s) or changes in law and National Government policies.

i) The Procuring Entity/Owner or the Contractor may terminate this Contract if the other

party causes a fundamental breach of this Contract.

j) Fundamental breaches of Contract shall include, but shall not be limited to, the

following:

(i) The Contractor stops work for twenty eight (28) days when no stoppage of

work is shown on the current Program of Work and the stoppage has not

been authorized by the Procuring Entity’s Representative/Project Manager;

(ii) The Procuring Entity’s Representative/Project Manager instructs the

Contractor to delay the progress of the Works, and the instruction is not

withdrawn within twenty eight (28) days;

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 10 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

addition to Clause 18 - Termination of Contract by Procuring Entity/Owner (continued)

(iii) The Procuring Entity/Owner shall terminate this Contract if the Contractor is

declared bankrupt or insolvent as determined with finality by a court of

competent jurisdiction. In this event, termination will be without compensation

to the Contractor, provided that such termination will not prejudice or affect

any right of action or remedy which has accrued or will accrue thereafter to

the Procuring Entity/Owner and/or the Contractor. In the case of the

Contractor's insolvency, any Contractor's Equipment which the Procuring

Entity/Owner instructs in the notice is to be used until the completion of the

Works;

(iv) A payment certified by the Procuring Entity’s Representative/Project Manager

is not paid by the Procuring Entity/Owner to the Contractor within eighty four

(84) days from the date of the Procuring Entity’s Representative’s/Project

Manager certificate;

(v) The Procuring Entity’s Representative/Project Manager gives Notice that

failure to correct a particular Defect is a fundamental breach of Contract and

the Contractor fails to correct it within a reasonable period of time determined

by the Procuring Entity’s Representative/Project Manager;

(vi) The Contractor does not maintain a Security, which is required;

(vii) The Contractor has delayed the completion of the Works by the number of

days for which the maximum amount of liquidated damages can be paid, as

defined in the GCC Clause 9; and

(viii) In case it is determined prima facie by the Procuring Entity/Owner that the

Contractor has engaged, before or during the implementation of the contract,

in unlawful deeds and behaviors relative to contract acquisition and

implementation, such as, but not limited to, the following:

(viii.a) corrupt, fraudulent, collusive, coercive, and obstructive practices as

defined in ITB Clause 1.3.

(viii.b) drawing up or using forged documents;

(viii.c) using adulterated materials, means or methods, or engaging in

production contrary to rules of science or the trade; and

(viii.d) any other act analogous to the foregoing.

k. The Funding Source or the Procuring Entity/Owner, as appropriate, will seek to

impose the maximum civil, administrative and/or criminal penalties available under the

applicable law on individuals and organizations deemed to be involved with corrupt,

fraudulent, or coercive practices.

l. When persons from either party to this Contract gives notice of a fundamental breach

to the Procuring Entity’s Representative/Project Manager in order to terminate the

existing contract for a cause other than those listed under GCC Clause 18, the

Procuring Entity’s Representative/Project Manager shall decide whether the breach is

fundamental or not.

m. If this Contract is terminated, the Contractor shall stop work immediately, make the

Site safe and secure, and leave the Site as soon as reasonably possible.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 11 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 2200 –– SSeettttlleemmeenntt ooff DDiissppuutteess

e) If any dispute or difference of any kind whatsoever shall arise between the

parties in connection with the implementation of the contract covered by the

Act and this IRR, the parties shall make every effort to resolve amicably such

dispute or difference by mutual consultation.

f) If the Contractor believes that a decision taken by the PROCURING

ENTITY’s Representative/Project Manager was either outside the authority

given to the PROCURING ENTITY’s Representative/Project Manager by this

Contract or that the decision was wrongly taken, the decision shall be referred

to the Arbiter within fourteen (14) days of the notification of the PROCURING

ENTITY’s Representative’s/Project Manager’s decision.

g) Any and all disputes arising from the implementation of this Contract covered

by the R.A. 9184 and its IRR shall be submitted to arbitration in the

Philippines according to the provisions of Republic Act No. 876, otherwise

known as the “ Arbitration Law” and Republic Act 9285, otherwise known as

the “Alternative Dispute Resolution Act of 2004”: Provided, however, That,

disputes that are within the competence of the Construction Industry

Arbitration Commission to resolve shall be referred thereto. The process of

arbitration shall be incorporated as a provision in this Contract that will be

executed pursuant to the provisions of the Act and its IRR: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other

alternative modes of dispute resolution.

h) The Procuring Entity/Owner shall have the authority to suspend the work

wholly or partly by written order for such period as may be deemed

necessary, due to force majeure or any fortuitous events or for failure on the

part of the Contractor to correct bad conditions which are unsafe for workers

or for the general public, to carry out valid orders given by the Procuring

Entity/Owner or to perform any provisions of the contract, or due to

adjustment of plans to suit field conditions as found necessary during

construction. The Contractor shall immediately comply with such order to

suspend the work wholly or partly.

i) The Contractor or its duly authorized representative shall have the right to

suspend work operation on any or all projects/activities along the critical path

of activities after fifteen (15) calendar days from date of receipt of written

notice from the Contractor to the district engineer/regional director/consultant

or equivalent official, as the case may be, due to the following:

(i) There exist right-of-way problems which prohibit the Contractor from

performing work in accordance with the approved construction

schedule.

(ii) Requisite construction plans which must be owner-furnished are not

issued to the contractor precluding any work called for by such plans.

(iii) Peace and order conditions make it extremely dangerous, if not

possible, to work. However, this condition must be certified in writing

by the Philippine National Police (PNP) station which has

responsibility over the affected area and confirmed by the

Department of Interior and Local Government (DILG) Regional

Director.

(iv) There is failure on the part of the Procuring Entity/Owner to deliver

government-furnished materials and equipment as stipulated in the

contract.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 12 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

aaddddiittiioonn ttoo CCllaauussee 2200 –– SSeettttlleemmeenntt ooff DDiissppuutteess ((ccoonnttiinnuueedd))

(v) Delay in the payment of Contractor’s claim for progress billing beyond

forty-five (45) calendar days from the time the Contractor’s claim has

been certified to by the procuring entity’s authorized representative

that the documents are complete unless there are justifiable reasons

thereof which shall be communicated in writing to the Contractor.

j) In case of total suspension, or suspension of activities along the critical path,

which is not due to any fault of the Contractor, the elapsed time between the

effective order of suspending operation and the order to resume work shall be

allowed the Contractor by adjusting the contract time accordingly.

aaddddiittiioonnaall CCllaauussee 2211 –– SSiittee IInnvveessttiiggaattiioonn RReeppoorrttss

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

supplemented by any information obtained by the Contractor.

additional Clause 22 - Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation to the

Procuring Entity/Owner, from which part of the payments to the Contractor are being made:

1. The Procuring Entity/Owner is obligated to notify the Contractor of such suspension

within seven (7) days of having received the suspension notice.

2. If the Contractor has not received sums due it for work already done within forty five

(45) days from the time the Contractor’s claim for payment has been certified by the

Procuring Entity’s Representative/Project Manager, the Contractor may immediately

issue a suspension of work notice in accordance with SCC Clause 22.1.

additional Clause 23 - Procuring Entity’s Representative’s/Project Manager’s Decisions

23.1 Except where otherwise specifically stated, the Procuring Entity’s

Representative/Project Manager will decide contractual matters between the

Procuring Entity/Owner and the Contractor in the role representing the Procuring

Entity/Owner.

23.2 The Procuring Entity’s Representative/Project Manager may delegate any of his duties

and responsibilities to other people, except to the Arbiter, after notifying the

Contractor, and may cancel any delegation after notifying the Contractor.

additional Clause 24 – Dayworks

24.1 Subject to GCC Clause 6 on Variation Order, the Dayworks rates in the Contractor’s

Bid shall be used for small additional amounts of work only when the Procuring

Entity’s Representative/Project Manager has given written instructions in advance for

additional work to be paid for in that way.

24.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms

approved by the Procuring Entity’s Representative/Project Manager. Each completed

form shall be verified and signed by the Procuring Entity’s Representative/Project

Manager within two days of the work being done.

24.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks

forms.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 13 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

additional Clause 25 - Program of Work

25.1 The Contractor shall submit to the Procuring Entity’s Representative/Project Manager

for approval a Program of Work showing the general methods, arrangements, order,

and timing for all the activities in the Works.

25.2 An update of the Program of Work shall the show the actual progress achieved on

each activity and the effect of the progress achieved on the timing of the remaining

work, including any changes to the sequence of the activities.

25.3 The Contractor shall submit to the Procuring Entity’s Representative/Project Manager

for approval an updated Program of Work every month. If the Contractor does not

submit an updated Program of Work within this period, the Procuring Entity’s

Representative/Project Manager may withhold the next payment certificate and

continue to withhold this amount until the next payment after the date on which the

overdue Program of Work has been submitted.

25.4 The Procuring Entity’s Representative’s/Project Manager approval of the Program of

Work shall not alter the Contractor’s obligations. The Contractor may revise the

Program of Work and submit it to the Procuring Entity’s Representative/Project

Manager again at any time. A revised Program of Work shall show the effect of any

approved Variations.

25.5 When the Program of Work is updated, the Contractor shall provide the Procuring

Entity’s Representative/Project Manager with an updated cash flow forecast. The

cash flow forecast shall include different currencies, as defined in the Contract,

converted as necessary using the Contract exchange rates.

25.6 All Variations shall be included in updated Program of Work produced by the

Contractor.

additional Clause 26 – Management Conferences

26.1 Either the Procuring Entity’s Representative/Project Manager or the Contractor may

require the other to attend a Management Conference. The Management Conference

shall review the plans for remaining work and deal with matters raised in accordance

with the early warning procedure.

26.2 The Procuring Entity’s Representative/Project Manager shall record the business of

Management Conferences and provide copies of the record to those attending the

Conference and to the Procuring Entity/Owner . The responsibility of the parties for

actions to be taken shall be decided by the Procuring Entity’s Representative/Project

Manager either at the Management Conference or after the Management Conference

and stated in writing to all.

additional Clause 27– Payment on Termination

27.1 If the Contract is terminated because of a fundamental breach of Contract by the

Contractor, the Procuring Entity’s Representative/Project Manager shall issue a

certificate for the value of the work done and Materials ordered less advance

payments received up to the date of the issue of the certificate and less the

percentage to apply to the value of the work not completed. Additional Liquidated

Damages shall not apply. If the total amount due to the Procuring Entity/Owner

exceeds any payment due to the Contractor, the difference shall be a debt payable to

the Procuring Entity/Owner.

-----------------------------------------------------------------------------------------------------------------------------------------------------------

Special Conditions of Contract Page 14 of 14

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

additional Clause 27– Payment on Termination

27.2 If the Contract is terminated for the Procuring Entity’s/Owner’s convenience or

because of a fundamental breach of Contract by the Procuring Entity/Owner, the

Procuring Entity’s Representative/Project Manager shall issue a certificate for the

value of the work done, Materials ordered, the reasonable cost of removal of

Equipment, repatriation of the Contractor’s personnel employed solely on the Works,

and the Contractor’s costs of protecting and securing the Works, and less advance

payments received up to the date of the certificate.

27.3 The net balance due shall be paid or repaid within twenty eight (28) days from the

notice of termination.

27.4 If the Contractor has terminated the Contract under GCC Clauses 18 or 19, the

Procuring Entity/Owner shall promptly return the Performance Security to the

Contractor.

Section 7

SSuummmmaarryy ooff BBiidd

Project :

Location :

Owner :

GENERAL REQUIREMENTS Php

BILLS OF MATERIALS Php

NET BID PRICE Php

VALUE ADDED TAX Php

TOTAL BID PRICE Php

CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)

SUMMARY OF BID

TUBBATAHA REEFS NATURAL PARK RANGER STATION

Cagayancillo, Palawan

TUBBATAHA MANAGEMENT OFFICE

Summary of Bid

CP-01: General Construction Works

Tubbataha Reefs Natural Park Ranger Station

Page 1 of 1

Bid Documents - July 2015

Prepared by: Rider Levett Bucknall Phils., Inc.

Section 8

GGeenneerraall RReeqquuiirreemmeennttss ((iinncclluuddeedd iinn BBiillllss ooff MMaatteerriiaallss))

Section 9

TTrraaddee PPrreeaammbblleess

Trade Preambles Page 1 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

TTRRAADDEE PPRREEAAMMBBLLEESS

A. General

1.0 All descriptions in the Bills of Quantities / Bills of Materials which are not

comprehensive shall be deemed to have been read in conjunction with these

Preambles, Specifications, Drawings, Schedules and any other documents for details

which are relevant to the Whole of the Works for this Project.

2.0 All materials and workmanship shall be the best of its respective kind, and shall be

equal to or better than the specified quality, and the rates shall include for work being

carried out in accordance with the appropriate Specification.

3.0 The rates for “materials” shall be the net cost of the material required by the item

and shall be inclusive of waste and delivery but exclusive of overheads, profit and

value added tax (as this is reflected under the Summary of Bid only).

4.0 The rates for “labor” shall be the direct cost of labor required for the cutting,

assembly, positioning, installation, the use of all plant, tools and equipment,

supervision and fixing of the item and shall be exclusive of overheads, profit and

value added tax (as this is reflected under the Summary of Bid only).

5.0 The rates for “others” shall include the following:

• Profit and Overhead charges;

• Anything that can be reasonably inferred from the description of the item or

indispensably necessary thereto;

6.0 The cost for value-added tax (VAT) shall be included in the Total Bid Price and

reflected in the Summary of Bid. VAT shall not be incorporated in the unit rates.

7.0 The term "as described" contained in the Bills of Quantities/Materials refers to the

materials and workmanship described on the Drawings, in the relevant Specification,

in these Preambles and any other documents for details which are relevant to the

Whole of the Works for this Project.

B. Excavation

1.0 The Contractor is deemed to have visited the Site and acquainted himself with the

nature of the soil or materials to be excavated.

2.0 Rates for excavation are to include for excavating in any material found, including

rock and boulders.

3.0 Disposal shall mean disposal off the Site by the Contractor unless otherwise stated.

The Contractor shall find the dumpsite and pay for all charges in connection

therewith.

4.0 The volume of excavation measured for a structure or foundation shall be the net

volume, which is to be either occupied by, or vertically above any part of the structure

or foundation.

Trade Preambles Page 2 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

B. Excavation (continued)

5.0 Rates for “others” for excavation shall include:

a) Up-holding the sides of excavation;

b) Working space as required by the Contractor;

c) Excavating any material by any means;

d) Trimming, leveling or grading and compacting the bottoms and trimming the

sides, and where over-excavated, filling with specified lean concrete;

e) Supporting existing pipes, ducts and the like;

f) Hand excavation where necessary;

g) Everything indispensably necessary.

6.0 Multiple handling of excavated material is deemed to be allowed for in the rates

inserted by the Contractor.

7.0 The measurements for all earth and stone filling and back filling shall be the net

volume of those voids to be filled and the rates are to include for:

a) Filling and compacting in layers as specified;

b) Any variation in bulk before and after compaction;

c) Any additional material required allowing for compaction;

d) All necessary hand packing at steps, thickness behind walls or similar

positions.

8.0 The rates for filling shall include laying to falls and cambers as required.

9.0 When disposing of excavated material or transporting stone to the Site, the rates for

same are to include for taking the following precautions to prevent material being

deposited on the roads during haulage.

a) All trucks shall have properly fitted and secured sides and tail board;

b) The truck shall only be filled to the same height of the side’s boards;

c) Employing labor at the Site, and dump site to clean the wheels of the truck

prior to entering roads, and for cleaning roads affected by any deposits which

fall from the truck.

C. Concrete Works

1.0 Precast, plain and reinforced concrete shall be measured separately.

2.0 The whole of the concrete work shall be executed in accordance with the relevant

specification clauses, and to the best trade practice.

Trade Preambles Page 3 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

C. Concrete Works (continued)

3.0 The rates for “material” shall be the net cost as before described.

4.0 The rates for “others” shall include:

a) Handling, hoisting, lowering, and waste;

b) Placing, fixing, and use of plant tools and equipment;

c) Establishment charges, profit and overheads;

d) Tamping, consolidating, vibrating, curing and protection;

e) All samples and testing requirements, including trial mixes and submission of

test cubes for testing;

f) Construction joints;

g) Starter bars for columns and walls;

h) Concrete bonding agent if required;

i) Water reducing admixtures where required;

j) Curing, hardening and sealing agents as required;

k) The use of various types of cement;

l) Laying level or to falls, in alternate bays including formwork between bays;

m) Finishing the surface level or to falls and cambers;

n) Floating, trowelling, scratching, brooming, curing, hardening, and sealing.

5.0 The rates for “others” for water stops shall include the following:

a) Joints in the running lengths;

b) Handling, hoisting, lowering, and waste;

c) All fixings, temporary or permanent;

d) Everything indispensably necessary thereto.

6.0 Steel bar reinforcement shall be measured net as shown on the Drawings or the bar

bending schedule, including splices, laps, and hooks at ends.

7.0 The rates for “others” for steel bar reinforcement shall include the following:

a) Allowance for rolling margin;

b) Cutting to length, waste and bending as required;

c) Hoisting, lowering and fixing in position;

Trade Preambles Page 4 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

C. Concrete Works (continued)

d) Tying with approved tying wire;

e) Positioning and supporting with and including all spacers, chairs, supports,

hangers or other subsidiary reinforcement not included in the measured

weight, or precast concrete or proprietary spacers;

f) Supervision and all costs in connection therewith;

g) The provision of test certificates and the provision and submission of

reinforcement for testing.

8.0 Bar reinforcement shall be calculated and paid for at the following standard weights

per linear meter, regardless of actual weight.

DIAMETER KG/M.

6mm 0.222

8mm 0.395

10mm 0.616

12mm 0.888

16mm 1.579

20mm 2.466

25mm 3.854

28mm 4.834

32mm 6.313

36mm 7.990

40mm 9.864

9.0 Steel mesh reinforcement shall be measured net with no allowance for laps.

10.0 The rates for steel mesh reinforcement shall be inclusive of all laps, waste, cutting

around, notchings, obstructions, slopes and the like, and all material, labor,

supervision, etc. as before.

11.0 The rates for materials, labor and others for formworks shall be as described on item

A, which shall include the following and apportioned to whichever they are deemed

part of.

a) Supplying the necessary material, supports, etc;

b) Erecting and strutting up and exceeding 3.50 meters high unless otherwise

stated;

c) All necessary strutting for all cambers required on beams, slabs, etc;

d) Making allowance for all cambers required on beams, slabs, etc;

Trade Preambles Page 5 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

C. Concrete Works (continued)

e) Straight, circular and raking cutting and waste, splayed edges, notchings,

allowance for overlaps and passings at angles, battens, fillets for chases,

drips, grooves, recesses, and the like (other than for formwork to form

ornamental features in self-finished concrete surfaces), rebates, chamfered

and rounded or molded edges, splayed angles and the like and stops to

chamfers, rounded or molded edges and splayed edges;

f) Coating with mold oil, mold liquid, lime white or other required form work

release agents;

g) Forming cavities and holes for pipes, etc. not exceeding 150mm diameter and

for openings not exceeding 0.025 square meter sectional area;

h) Obtaining and fixing in position all bolts, fixings, cores, pipe sleeves or other

approved ferrules and any other inserts necessary;

i) Shuttering simultaneously as many floors as may be necessary for the

continuous and expeditious progress of the work to the satisfaction of the

Project Manager;

j) Easing, striking and removal.

12.0 Wherever formwork is described as "to produce ordinary formed surface finish" such

term shall be held to include any work required to produce the surface finish as

required by the Specification.

13.0 Wherever formwork is described as "to produce a fair face finish" such term shall be

held to include any smooth fair faced finish as specified and the rates are further to

include for forms to be closed jointed to produce a smooth finished appearance in the

concrete surface, free from board marks, voids, holes and other imperfections and

any such marks are to be carefully rubbed down and any holes filled with bead filler

as specified. Fillets or battens to form grooves, rebates, ribs, etc., as features in fair

face concrete have been measured.

14.0 Where steel forms are specifically required to be used in producing a fair face finish,

the rates are further to include for formwork of an approved material at margins of

irregular shape or size such as intersections with other concrete members,

projections, voids, openings and the like.

15.0 The rates for precast concrete works and precast pre stressed concrete works are to

include for all molds, finishing exposed surfaces with a self-finished concrete surface

as herein previously described using additional cement, or leaving rough to receive

finishings, the formation of all angles, miters and ends and stoolings, etc., hoisting

and building in, bedding and pointing in cement mortar, for all temporary supports,

lifting devices and any additional reinforcement required for lifting.

D. Masonry Works 1.0 Unless otherwise described the whole of the masonry work, which includes block

work, brickwork and stone, shall be executed in accordance with the relevant

Specification Clauses.

Trade Preambles Page 6 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

D. Masonry Works (continued)

2.0 The rates for materials, labor and others for masonry works shall be as described on

item A, which shall include the following and apportioned to whichever they are

deemed part of.

a) Waste, cutting, bonding, mortar, etc;

b) Everything indispensably necessary to the items;

c) All other charges as is deemed necessary.

3.0 The rates for reinforced hollow block work are to include for the reinforcement as

before described.

4.0 The rates for faced masonry work are to include for keeping the work perfectly clean

during the progress of the Works, and any special jointing or tooling required.

E. Drainage and Utility Ducting

1.0 Unless otherwise stated the whole of the drainage work shall be executed in

accordance with the relevant Specification Clauses.

2.0 The Preamble Clauses of excavation, concrete and masonry work equally apply to

this section.

3.0 The rates for drainage work shall include every cost or charge of all things

indispensably necessary to execute the work to the entire satisfaction of the Project

Manager, in addition to:

a) The erection of proper site rails;

b) Working space where required;

c) Backfilling and carting away surplus excavated material;

d) Trimming bottoms of trenches to levels and falls, and filling with lean concrete

if over excavated;

e) Material, labor, supervision, and all costs in connection therewith;

f) Cutting and waste and jointing to soil and ventilating pipes, gullies, and the

like, etc;

g) Plugging open ends of pipes and ducts;

h) Laying in of approved heavy-duty pull wire in ducting;

i) The provision and fixing of all brackets required for fixing to manhole sides,

walls, etc;

j) Building in and making good ends of pipes to manhole sides and jointing to

channels;

Trade Preambles Page 7 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

E. Drainage and Utility Ducting (continued)

k) Cutting and forming perforations through any material, of walls, floors, etc.

and making good including providing and fixing all necessary sleeves.

4.0 The rates for gullies, fitting traps, etc. are to include for the additional cutting on the

pipe and all additional joints.

5.0 The rates for pipes, ducts and fittings are to include for the provision and submission

of pipes, ducts, and fittings for testing.

6.0 The rates for work in concrete beds are to include for formwork where deemed

necessary.

F. Finishes

1.0 Unless otherwise described the whole of the finishes work shall be executed in

accordance with the relevant Specification Clauses.

2.0 The rates for “material” shall be the net cost as before described.

3.0 The rates for “others” shall include:

a) Narrow widths;

b) Temporary formwork and rules, edge boards and the like;

c) Laying or executing work in bays or between division or panel strips;

d) Bringing to a true and even surface;

e) Laying or finishing work to flat surfaces, slopes, falls currents;

f) Joints and recessed joints between different finishes;

g) Groin joints and other intersections of curved surfaces;

h) Finishing or cutting around holes and openings, etc;

i) Tile Adhesive and bonding agents, sealer coatings;

j) Covering up and protecting where necessary until completion of the Contract;

k) Cleaning down and making good any damage from whatsoever cause and

upon completion;

l) Any other sundry items of a like nature;

m) Any other matter indispensably necessary.

Trade Preambles Page 8 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

F. Finishes (continued)

Notes on prime cost (P.C.) supply rates and prices (insofar where applicable)

n) Where P. C. rates are quoted for finishings in the Sections and Bills of

Quantities, three items have been allowed in the Bill of Quantities/Materials.

One item for supply including allowance for wastage of the tile, carpet, slab or

block finishing materials, one for profit (upon the supply cost) and another for

fix/lay only (or fix only or lay only) including all cutting and forming edge and

surface finishes, the provision of bedding, jointing and pointing materials,

fixing devices, proprietary pedestal system, accessories such as tile trims,

edge profiles, seals, etc for tile, carpet, slab and block finishing.

o) The unit quantities stated in the Sections and Bill of Quantities/Materials for

all items are net, as fixed in place, measured over all joints and in accordance

with RLB Rules of Measurement and these preambles.

p) The P.C. supply rates and prices stated in the Sections and Bill of

Quantities/Materials are for a unit quantity of the materials closely butted

together with no gaps between. The Contractor shall make allowance in his

supply and waste rates and prices for the materials being spaced apart in

accordance with the joint width stated.

q) The P.C. supply rates and prices for stone work are based upon the area

covered as mounted.

r) The Contractor must allow in the rates and prices which he inserts against

supply for all additional quantities that need to be ordered due to the method

of measurement, wastage, cutting and forming edge and surface finishes,

forming grooves and drilling holes for inserts and fittings, loss, provision of

samples and to maintain a sufficient stock of consistent colour tone for

rectification works during the Maintenance Period.

s) The P. C. supply rates and prices quoted include for delivery to Site and

unloading at ground level in an area accessible to delivery vehicles. The

Contractor shall include in his rates and prices for supply and waste items for

unloading using fork-lift lorries if necessary in the event delivery container

trucks are unable to enter the Site. The Contractor shall also include for all

further handling, storing and distributing about the Works and returning

packing materials to the supplier (including paying transport charges and

obtaining credits therefore).

t) Materials subject to P.C. supply rates and finishings subject to P.C. supply

and supply/install rates will be selected by the Interior Designer/ Owner at a

price agreed between the Owner and the supplier after deduction of all

discounts. Such suppliers shall be deemed to be direct suppliers of the

Contractor.

u) Immediately after the selection, the Contractor shall quantify and place orders

for the materials. The ordering of and accounting for proper quantities is a

matter solely between the Contractor and supplier.

Trade Preambles Page 9 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

F. Finishes (continued)

v) The Contractor’s supply and the waste rates and prices are to make

allowance for the area occupied by joints when fixed in place and to include

for materials at the P.C. supply rates and P.C. supply and apply or P.C.

supply and install rates stated; additional quantities for wastage etc as

mentioned above; absence of discount; administrative’ costs; financing

charges for payment to suppliers; complying with the above clauses and all

other costs in connection with the supply of P.C. supply rate materials and

P.C. supply and apply or P.C. supply and install rate materials.

w) Where P.C. supply rates are quoted for finishes and finishings in these

documents, in the valuation of variations and final account, the rates and

prices inserted by the Contractor against the items of supply and waste and

profit will be adjusted pro rata to the relationship which the actual rate for

supplying materials, as agreed between the Owner and supplier, bears to the

P.C. supply rates and prices stated in the Bill of Quantities and Schedule of

Finishes respectively.

x) Where P.C. supply and apply or P.C. supply and install rates are quoted for

finishes and finishings in these documents, in the valuation variations and

final accounts, the rates inserted by the Contractor against the items of:

(i) Supply, apply/Install and waste; and

(ii) Profit in the Bill of Quantities/Materials will be adjusted pro rata to the

relationship which the actual rate for supplying and applying/installing

finishes and finishings, as agreed between the Owner and supplier, bears

to the P.C. supply and apply/install rates stated in the Bill of

Quantities/Materials and Schedule of Finishes respectively.

aa) The Contractor is to note that the rates and prices inserted for the laying of

tile, carpet, slab, block, board or sheet finishings shall remain, irrespective of

the actual sizes of tile, carpet, slab, block, board or sheet finishings selected

under the P.C. supply rate or P.C. supply and apply rate or P.C. supply and

install rates.

bb) The Contractor is to note that the rates and prices inserted for the laying of

tile, carpet, slab, block, board or sheet finishings shall include for the laying of

all accent/border/corner tile, carpet, slab, block and board or sheet finishings

within a similar area.

G. In-Situ Finishes and Screeds

1.0 The rates for in-situ finishes and screeds are in addition to include for:

a) Cleaning off and wetting surfaces and washing concrete surfaces with cement

grout if the concrete has hardened;

b) Filling or sanding of irregularities in the surface being covered and to form

coves, splays and the like;

c) Internal angles, arrises, fair edges, throats, drips and the like, coves, and

rounded external angles not exceeding 25mm radius;

Trade Preambles Page 10 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

G. In-Situ Finishes and Screeds (continued)

d) Laying or finishing work around and over underground cable ductings;

e) Angles, miters, stops, intersections, fair ends, junctions, wreathed corners

and the like on cornices, moldings, enrichments, coves, skirtings, throatings,

gutters, channels, strings, curbs and similar and sundry items of a like nature;

f) All making good up to the frames and metal work, around pipes, brackets and

similar items and dishings to outlets;

g) Any other sundry labors of a like nature to the foregoing;

h) Additional cement, if permitted by the Specification, for trowelling to a

smooth surface all pavings, rendering, etc;

i) The extra cost of working at night if required where finishes or screeds are to

be applied monolithically to the concrete base before concrete initially sets.

H. Tile, Slab and Sheet Finishes

1.0 The rates for “others” in tile, slab and sheet finishes are in addition to include for:

a) Laying in colors and patterns as required and approved by the Project

Manager and for all cutting and waste for forming equal margins and angles

at corners. etc;

b) Internal angles, arises, fair edges and equal margins;

c) Miters, stops, intersection, fair ends, junctions, wreathed corners and the like

on molding, coves, skirtings, gutters, channels, strings, curbs and similar

except where special tiles or fittings are required;

d) Cutting and fitting up to frames and metal work around pipes, bracket ends

and the like and dishing to outlets.

I. Ceilings and Beams Finishes

1.0 The rates for all work to ceilings and beams are to include for working exceeding

3.50 meters from the floor unless otherwise stated.

J. Carpeting

1.0 The rates for materials, labor and others for carpeting shall be as described on item

A, which shall include the following and apportioned to whichever they are deemed

part of.

a) Supervision and all costs in connection therewith;

b) All underlay, edging or cover strips and carpet grip, etc. of approved quality;

c) All carpeting to returned ends, rounded ends and quadrant ends, etc;

d) All square, raking and curved cutting including cutting around pipes, tubes,

and conduits notching rounded corners and forming openings, etc.

Trade Preambles Page 11 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

K. Metal Lathing and Plaster Board Finishes

1.0 The rates for “others” in all metal lathing, plaster board and similar sheet wall or

ceiling lining are to include for all cutting and laps (if any) holes and notchings and

any other sundry items of a like nature and making good.

2.0 The rates for “others” in all plaster work and other floor, wall and ceiling finishes are

to include for sample panels set up for the Owner, Project Architect or Interior

Designer’s approval prior to the commencement of any work.

3.0 The rates for “others” in division and cover angles and strips at expansion joints to

finishes and pavings are to include for cutting to required lengths, splay cut ends,

drilling, fixing with matching screws and for countersinking the heads of all exposed

screws.

4.0 The rates for “others” in gypsum plaster board are to include for all fixings,

preparation of cut edges and forming scrimmed joints as described.

5.0 The rates for mineral wool and fiberglass blankets are to include for cutting to sizes,

stitching up edges, hanging and overlapping.

L. Roofing

1.0 The rates and prices are to include for:-

a) All laps.

b) Narrow widths, small quantities, temporary rules, covering up, protecting after

laying and cleaning on completion.

c) Straight, skew, raking and circular cutting at eaves, verges, top edges,

abutments, valleys and hips and matching colored mortar.

d) Cutting holes, fitting and working around pipes, outlets, standards, nails,

screws, clips, pellets, straps and the like and making good.

e) Chasing the structure for burning-in or tucking in edges of coverings,

flashings and the like.

f) Bedding and pointing eaves fillers and verges to profiled sheet roofing and

cladding.

g) Ends, angles and intersections to flashings, aprons, cappings, gutters,

hollows, condensation channels and moldings.

h) Supply and installing membrane collars/seals and waterproofing around

membrane collars/seals for pipes, traps, gullies, gratings and the like.

i) Proprietary angle strips at internal and external angles and edges of slabs.

j) Other sundry items of a like nature.

Trade Preambles Page 12 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

L. Roofing (continued)

Rates and prices for sheet metal roofing shall additionally include for:-

a). Welted edges, beaded edges, wedging into grooves, burned or brazed

angles, welted seams, burned or brazed seams and the like.

b). Dressing into hollows, condensation channels and over moldings and the

like.

c). Dressing over glass and glazing bars, corrugated roofing, roman tiling,

pantiling and similar materials, drips, bolts and the like.

d). Bossed, burned, brazed or capped ends, angles and intersections to rolls,

hollows, condensation channels, moldings and the like.

e). Dressing into outlet pipes, dishing to gullies and the like.

M. Carpentry and Joinery 1.0 All work deemed to be sawn

All carpentry work shall be deemed to be left with a sawn surface unless described

as “wrot”.

2.0 Carpentry

The rates and prices are to include for:-

a) Short lengths.

b) Cutting, notching, boring, sinking, pelleting, fitting, trimming, mitring, halving,

morticing, tenoning, dovetailing, scarfing, wedging, and all labor in forming

and drilling for bolts.

c) All ends.

d) Splayed edges.

e) Temporary supports.

f) Approved preservative treatment.

g) Fixing in position complete with nails, screws or adhesives.

h) Sundry items of a like nature.

3.0 Wallboard, hardboard and plywood and other materials of a like nature where used

for lining ceilings, walls, jambs, fittings and the like rates

Trade Preambles Page 13 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

M. Carpentry and Joinery (continued)

The rates and prices are to include for:-

a) Small quantities.

b) All cutting.

c) Forming holes for pipe.

4.0 Joinery timber

All joinery timber shall be kiln-dried, wrot, selected and left clean for staining or clear

finish.

5.0 Contrary to SMM

a) Labors to edges of shelving have not been included in the description, nor

described separately. Rates and prices for shelving are to include for all

labors to edges.

b) Skirtings, cornices, cappings, picture rails and dado rails have not been

described as planted on, plugged or glued. Rates and prices are to include

for fixing with nails, screws, glue and plugging as required.

c) Treads and risers are measured separately in m.

6.0 Rates and prices to include

The rates and prices are to include for:-

a) Nailing, screwing and gluing.

b) Plugging including shot fired fixings where approved, or casting in or

morticing for and inserting fibrous or other approved inserts; building in

concrete fixing blocks to hollow block partitions.

c) Short lengths.

d) Cutting and notching.

e) Holes.

f) Fair, fitted, returned, shaped and housed ends.

g) Mitring.

h) Angles, junctions, heading joints and tongued angles.

i) Splays, chamfers, rounded edges, rebates, grooves and the like including

stops and working cross-grain.

j) Approved preservative treatment.

Trade Preambles Page 14 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

M. Carpentry and Joinery (continued)

k) Fitting and hanging.

l) For board flooring to be fixed on pedestal systems: pedestal system is not

measured nor described separately; rates and prices for flooring shall include

proprietary pedestal system, pedestals, clips, dowels, ties, brackets, sub-

frames, battens, fixings accessories, extra materials and labour in forming

grooves and drilling holes in timber for inserts and other necessary

connections, fittings and the like.

m) Other sundry items of a like nature.

N. Ironmongery

The rates and prices are to include for:-

a) All fixing and accessories and other things necessary for the complete and

satisfactory installation and maintenance.

b) Supply and installing master key system and grand master key system for key

locks.

c) Cutting, sinking, boring, morticing and the like and fitting with matching

screws.

d) Providing blockings for fixing to hollow metal frames.

e) Bolts, explosive tool fastenings and other metal anchors, fastenings and the

like required for fixing ironmongery.

f) Oiling, easing and adjusting all moving parts and leaving in perfect working

order.

g) Taking off and refixing after painting where necessary.

h) Rates and prices for locks shall additionally include for supplying and fixing

temporary construction locks and removal and refixing with permanent locks

upon completion of the works.

i) Handing the keys properly labeled to the Owner on completion.

O. Metal Work

1) Welding

All welds which will be visible in completed work are to be ground to a smooth

finish flush with adjacent surfaces.

Trade Preambles Page 15 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

O. Metal Work (continued)

The rates and prices to include for:-

a) Allowances for rolling margins and the weight of welding materials.

b) Cutting, notching, mitring, scribing, welding, fabricating, hot dipped

galvanizing (where applicable), drilling, delivery, unloading, handling,

assembling, hoisting, fitting and fixing in position, bedding, filling in

solid and pointing including necessary lugs or other attachments.

c) Nuts and washers to bolts.

d) High strength non-shrink cementatious grouts, grouting bolts, anchors,

fastenings, connectors and the like.

e) Protection such as wrapping finished work with paper, coating with

grease or carrying out such other protective measures as may be

required and removing and cleaning on completion.

f) Providing samples and testing as required.

g) Preparation of shop drawings.

h) The rates and prices for railings, handrails and balustrades shall

additionally include for ramps, wreaths, bends, angles, end cappings,

brackets, anchor bolts, fastenings, base plates, cover plates, fixing

accessories and the like.

Additionally, the rates and prices for system ceilings are to include for:-

i) Narrow widths and small quantities.

j) Raking and circular cutting.

k) Forming and supplying proprietary access panels as required and

openings for fittings, diffusers, light fittings, light coves, speakers and

the like including providing specified or approved proprietary framing,

trimming and additional supports.

l) Edge trims and molded edgings.

2) Ironwork

The rates and prices for ironwork shall include for preparing, sand/grit blasting

to remove rust, priming with one coat of red lead primer before delivery, and

all additional touch-up to primer after erection.

Trade Preambles Page 16 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

O. Metal Work (continued)

3) Specialist Contractor Designed Aluminum Works

The rates and prices are to include for:-

a) In respect of aluminum works: Everything for the complete design,

supply and installation including all supports, fixing accessories,

closure panels, plaster stops, cladding panels, head jamb, sill, lining,

finishing stop angles, flashings, cappings, matching hardware,

ironmongery, weather stripping opening lights, packing around and

into frames with cement mortar and pointing externally with sealant

properly caulked.

b) In respect of glazing: Everything necessary for the complete

installation including glazing beads, gaskets, glass adaptors, setting

blocks and glazing sealants.

c) In respect of insulation: Everything necessary for the complete

installation including supports and fixing accessories.

d) In respect of swing doors: Double action floor springs and locksets.

e) Professional Engineer’s designs, calculations and endorsements,

where applicable.

P. Glazing

Including Glazed Panels, Walls and Entrances

The rates for “materials” shall be the net cost as before described.

Rates and prices to include

a) The rates and prices for glazed panels, walls and entrances shall include for:

i) Everything required in and for the complete design, supply and installation

including all cutting; notching; mitring; welding; fabricating; drilling; delivery;

unloading; handling; assembling; lifting; fitting and fixing in position; bedding,

filling in solid around and into frames with cement mortar and pointing

externally with sealant properly caulked; additional metal framing supports,

sections, brackets, plate backing and the like necessary as the support for the

glazed panels, walls, entrances and door insulation; bolts, anchors,

fastenings, connectors and the like; gaskets; seals; flashing; sealant; sealant

backing material; insulation; fire safe insulation, smoke stopping; sound

deadening; hardware; ironmongery; and weather stripping around opening

lights; and all other necessary attachments, accessories and fixing.

ii) Providing samples; mock-ups; engineering design; calculations and testing as

required.

iii) Protection as specified and carrying out such other protective measures as

may be required; and removing and cleaning on completion.

Trade Preambles Page 17 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

P. Glazing (continued)

iv) Preparation of preliminary and shop drawings.

v) Aligning patterned and wired glass.

vi) Springs, blocks, setting blocks, locating blocks, distance pieces and the like

accessories for fixing.

vii) Cleaning off protective wax or tape coating in rebates prior to glazing

windows, screens and doors.

viii) Sealing compounds and putties as recommended by their manufacturers.

ix) Fixing, sprigging to wood, bedding to front, back and edges of panes.

x) Replacing scratched, cracked and broken glass.

xi) Professional Engineer’s design, calculations and endorsements, where

applicable.

b) The rates and prices for glazed panels shall additionally include everything

required In and for the complete design, supply and installation including

grinding, polishing and swiping edges; glazing beads; gaskets; glass

adaptors; setting blocks; glazing sealants; replacing scratched, cracked and

broken glass; cleaning and polishing; and all necessary protection.

c) The rates and prices for doors shall include for all necessary finishes; frames;

hardware; ironmongery; fittings and accessories,

Q. Painting and Decoration 1.0 Unless otherwise described the whole of the painting and decoration work shall be

executed in accordance with the relevant Specification Clauses.

2.0 The rates for “materials” shall be the net cost as before described.

3.0 The rates for “others” in painting works, etc. to include for:

a) All preparation of surfaces including wash down, broom down, scrape or wire

brush, etc. and stopping to plastering surfaces as required;

b) Rubbing down before each coat;

c) All multi-color work and cutting to line;

d) Applying primary coats on new work before the articles are fixed or built in;

e) The cost of setting up tints and colors for approval, if required;

f) The cost of analysis of paint, if required;

g) Painting beads, hinges and other fittings, brackets, stays, bolts, lugs and the

like with which they are associated;

Trade Preambles Page 18 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

Q. Painting and Decoration (continued)

h) Protecting all work, fittings, furniture, etc. during the execution of the painting,

removing all splashes from floors, skirtings, walls, etc. and leaving clean and

perfect on completion;

i) Removing all articles of ironmongery, hardware and similar before painting

and replacing after the painting is complete.

4.0 The rates for “others” in paint work to metal windows and doors are, in addition, to

include for painting on opening edges and all surfaces of frames, mullions, transoms,

sills and the like.

5.0 The rates for “others” in paint work to wood sashes, wood casements, glazed wood

screens and the like are, in addition, to include for painting on opening edges.

6.0 The rates for “others” in paint work to wallpaper work are, in addition, to include for

cutting and fitting paper around holes and openings, pipes, switches, brackets and

the like.

R. Ventilation 1.0 Equipment

All equipment must be complete with accessories, vibration isolators to all moving

equipment, supports, markings, nameplates, electrical connections, controls,

attenuators, miscellaneous and all consumables necessary to complete the work.

2.0 Air Distribution

Ductworks shall include turning veins, access doors, test ports, supports, hangers,

volume control dampers, fire dampers, markings, bracings, ramset pins, sealants,

sleeves, allowance to flexible connections and other miscellaneous items as deemed

necessary to complete the system.

Duct accessories shall include access doors, fittings, miscellaneous and

consumables.

Air inlet and Outlet shall include plenum box, rubber booth, fittings, accessories,

miscellaneous and all consumables.

3.0 Insulations

Insulations shall include adhesives, straps, vapor barrier, cladding (as required),

miscellaneous and consumables.

4.0 Controls

Controls shall include starters, pushbuttons, switches, metering, markings, labeling,

miscellaneous, consumables and other accessories required to complete the system.

Trade Preambles Page 19 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

S. Air-Conditioning

1.0 Equipment

The equipment must be complete with accessories, vibration isolators to all moving

equipment, supports, markings, nameplates, electrical connections, controls,

miscellaneous and all consumables to complete the work.

2.0 Pipes and Fittings

Pipes shall include supports, hangers, markings and color-coding, painting, seismic

restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for

pipes installed underground, miscellaneous and consumables.

Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting;

color coding, markings, miscellaneous and consumables.

3.0 Pipe Specialties

Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting,

color coding, markings, miscellaneous and consumables.

4.0 Air Distribution

Ductworks shall include turning veins, access doors, test ports, supports, hangers,

volume control dampers, fire dampers, markings, bracings, ramset pins, sealants,

sleeves, allowance to flexible connections, consumables and other miscellaneous

items as deemed necessary to complete the system.

Duct accessories shall include access doors, fittings, miscellaneous and

consumables.

Air inlet and outlet shall include plenum box, rubber booth, fittings, accessories,

miscellaneous and all consumables.

5.0 Insulations

Insulations shall include adhesives, straps, vapor barrier, cladding (as required),

miscellaneous and all consumables.

6.0 Controls

Controls shall include starters, pushbuttons, switches, metering, markings, labeling,

miscellaneous, consumables and other accessories required to complete the system.

T. Sanitary and Plumbing Works

1.0 Equipment

All equipment must be complete with accessories, vibration isolators to all moving

equipment, supports, markings, nameplates, electrical connections, controls,

miscellaneous and consumables necessary to complete the work.

Trade Preambles Page 20 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

T. Sanitary and Plumbing Works (continued)

2.0 Pipes and Fittings

Pipes shall include supports, hangers, markings and color-coding, painting, seismic

restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for

pipes installed underground, miscellaneous and consumables.

Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting;

color coding, markings, miscellaneous and consumables.

Insulation shall include adhesive, straps, vapor barrier, cladding (as required),

miscellaneous and consumables.

3.0 Pipe Specialties

Valves, strainers, flexible coupling shall include mechanical couplings, flanges,

gaskets, bolts and nuts, miscellaneous, consumables, and others wherever

necessary to render the system complete.

Floor outlet shall include fittings, cover, sealant, miscellaneous and consumables.

4.0 Toilet Fixtures

Toilet fixtures shall include all necessary fixing materials and accessories not

provided by the Supplier.

U. Fire Protection Works

1.0 Equipment

All equipment must be complete with accessories, vibration isolators to all moving

equipment, supports, markings, nameplates, electrical connections, controls,

miscellaneous and consumables.

2.0 Pipes and Fittings

Pipes shall include supports, hangers, markings and color-coding, painting, seismic

restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for

pipes installed underground, miscellaneous and consumables.

Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting,

color coding, markings, miscellaneous and consumables.

3.0 Sprinkler Heads

The installation of sprinkler heads shall include all fittings, escutcheon plate,

miscellaneous items and consumables necessary to complete the work.

4.0 Control Valves and Accessories

All control valves and accessories shall include mechanical coupling, flanges,

gaskets, bolts and nuts, miscellaneous, consumables and other items wherever

necessary to complete the system.

Trade Preambles Page 21 of 21

CP-01: General Construction Works (Main Module) Bid Documents – July 2015

Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.

V. Electrical Works

1.0 Equipment

All equipment must be complete with the necessary accessories, mounting supports,

markings, nameplates, terminal lugs, miscellaneous and all consumables necessary

to complete the work.

2.0 Conduits and Fittings

All electrical conduits shall include supports, hangers, markings and color-coding,

painting, sleeves, pullwires, miscellaneous and all consumables necessary to

complete the work. The work also includes excavation and backfilling with concrete

encasement for pipes installed underground.

Fittings shall include connectors, color coding, miscellaneous and consumables.

3.0 Wires, Boxes and Wiring Devices

Wires shall include markings, labeling, color coding, protection, miscellaneous and

consumables.

Boxes and wiring devices shall include necessary fittings, miscellaneous and

consumables.

Lighting fixtures shall include lamp/s, supports, fittings and other necessary

accessories not covered by the Supplier.

W. Testing and Commissioning of Works

The Contractor shall conduct testing and commissioning of all facilities included in

this work in accordance with the guidelines and procedures required by the Project

Manager, Owner and the Design Consultant.

All testing equipment and instruments, shall be calibrated at regular intervals as

stated by the manufacturer and the rates including miscellaneous items and

consumables necessary to complete the work shall be shouldered by the Contractor.

The usage of water, electricity including all necessary equipment required during

testing and commissioning shall be included in the Bill of Preliminaries/ General

Requirements, Clauses 27and 28 and General Conditions of Contract, Clause 2.9.

Section 10

BBiillllss ooff MMaatteerriiaallss

Project : TUBBATAHA REEFS NATURAL PARK RANGER STATION

Location : TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

ITEM NO. MATERIALS LABOR EQUIPMENT TOTAL - DIRECT

COST

I Division 1 - General Requirements

1.1 Equipment Rental and Scaffoldings {Sub-Total} {Sub-Total} {Total 1.1}

1.2 Provision of Service Vehicle {Sub-Total} {Total 1.2}

1.3 Field/Laboratory Office and Living Quarters (Rental Basis) {Sub-Total} {Sub-Total} {Total 1.3}

1.4 Assistance to the Engineers {Sub-Total} {Sub-Total} {Sub-Total} {Total 1.4}

1.5 Photographs {Sub-Total} {Total 1.5}

1.6 Health and Safety {Sub-Total} {Sub-Total} {Total 1.6}

1.7 Environmental Compliance {Sub-Total} {Sub-Total} {Total 1.7}

1.8 Communication Equipment {Sub-Total} {Sub-Total} {Total 1.8}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total I}

II Division 2 - Existing Condition

2.1 Survey Works {Sub-Total} {Sub-Total} {Sub-Total} {Total 2.1}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total II}

III Division 3 - Concrete Works

3.1 Formworks {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.1}

3.2 Reinforcing Rebars {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.2}

3.3 Concrete {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.3}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total III}

IV Division 4 - Masonry Works

4.1 Masonry Works {Sub-Total} {Sub-Total} {Total 4.1}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total IV}

V Division 5 - Metals

5.1 Structural Metal Framing {Sub-Total} {Sub-Total} {Sub-Total} {Total 5.1}

5.2 Metal Fabrications

5.2.1a {Sub-Total}Observation Area/Museum Metal Railing

SUMMARY OF COSTS

SCOPE OF WORK

5.2.1a {Sub-Total}

5.2.1b Planter Box {Sub-Total}

5.2.1c Viewing Deck Perimeter Safety Railing {Sub-Total} {Total 5.2}

5.2.1d Retractable Steel Ramp with Modular Float {Sub-Total}

5.2.1e Concrete Slab Steel Form decking {Sub-Total}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total V}

VI Division 7 - Thermal and Moisture Protection

6.1 Waterproofing {Sub-Total} {Sub-Total} {Sub-Total} {Total 6.1}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total VI}

VII Division 8 - Openings

7.1 Doors and Frames {Sub-Total} {Sub-Total} {Total 7.1}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total VII}

VIII Division 9 - Finishes

8.1 Gypsum Board Assemblies @ 2nd Level Rooms {Sub-Total} {Sub-Total} {Total 8.1}

8.2 Gypsum Board Assemblies @ Upper Observation Deck {Sub-Total} {Sub-Total} {Total 8.2}

8.3 Tile Works {Sub-Total} {Sub-Total} {Total 8.3}

Flooring

8.4 Fibergrate Molded Gratings {Sub-Total} {Sub-Total} {Total 8.4}

8.5 200mm x 1200mm Laminated Wood Planks {Sub-Total} {Sub-Total} {Total 8.5}

8.6 150mm x 1200mm Laminated Wood Planks {Sub-Total} {Sub-Total} {Total 8.6}

8.7 Flat Polished Concrete with Epoxy Paint {Sub-Total} {Sub-Total} {Sub-Total} {Total 8.7}

8.8 Metal Flooring {Sub-Total} {Sub-Total} {Sub-Total} {Total 8.8}

8.9 Painting and Coating {Sub-Total} {Sub-Total} - {Total 8.9}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total VIII}

Observation Area/Museum Metal Railing

{Sub-Total} {Sub-Total}

PEPD.QF.03A Page 1 of 2

Project : TUBBATAHA REEFS NATURAL PARK RANGER STATION

Location : TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

ITEM NO. MATERIALS LABOR EQUIPMENT TOTAL - DIRECT

COST

SUMMARY OF COSTS

SCOPE OF WORK

IX Division 10 - Specialties

9.1.1a Cage Ladder with Platform {Sub-Total}

9.1.1b Spiral Stairs {Sub-Total}

9.1.1c Staircase near 2nd level Reception area {Sub-Total}

9.1.1d Rainwater Harvester {Sub-Total}

9.2 Toilet Accessories {Sub-Total} {Sub-Total} {Total 9.2}

9.3 Kitchen Countertop

9.3.1a @ Laundry/Locker Room {Sub-Total}

9.3.1b @Kitchen {Sub-Total}

9.3.1c Reception Desk/Table and Chair {Sub-Total}

9.4 Metal Lockers {Sub-Total} {Sub-Total} {Total 9.4}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total IX}

X Division 31 - Earthworks

10.1 Excavation {Sub-Total} {Sub-Total} {Total 10.1}

10.2 Backfilling and Compaction {Sub-Total} {Sub-Total} {Total 10.2}

10.3 Dewatering {Sub-Total} {Sub-Total} {Total 10.3}

10.4 Shoring {Sub-Total} {Sub-Total} {Sub-Total} {Total 10.4}

10.5 Concrete Piles {Sub-Total} {Sub-Total} {Sub-Total} {Total 10.5}

{Total Matl's} {Total Labor} {Total Eqpt.} {Total X}

XI Division 22 - Plumbing

11.1 Gate Valves {Sub-Total} {Sub-Total} {Total 11.1}

11.2 Check Valves {Sub-Total} {Sub-Total} {Total 11.2}

11.3 Domestic Water Piping {Sub-Total} {Sub-Total} {Total 11.3}

11.4 Compression Fitting {Sub-Total} {Sub-Total} {Total 11.4}

11.5 Cold Water Line {Sub-Total} {Sub-Total} {Total 11.5}

{Sub-Total} {Sub-Total} {Total 9.1}

{Sub-Total} {Total 9.3}

11.5 Cold Water Line {Sub-Total} {Sub-Total} {Total 11.5}

11.6 Domestic Water Pumps {Sub-Total} {Sub-Total} {Total 11.6}

11.7 Sewer Line {Sub-Total} {Sub-Total} {Total 11.7}

11.8 Shower Drain {Sub-Total} {Sub-Total} {Total 11.8}

11.9 Kitchen Waste Pipe {Sub-Total} {Sub-Total} {Total 11.9}

11.10 Grease Interceptor {Sub-Total} {Sub-Total} {Total 11.10}

11.11 Vent Line {Sub-Total} {Sub-Total} {Total 11.11}

11.12 Portable Septic Tank {Sub-Total} {Sub-Total} {Total 11.12}

11.13 Storm Line {Sub-Total} {Sub-Total} {Total 11.13}

11.14 Roof Drain {Sub-Total} {Sub-Total} {Total 11.14}

11.15 Elevated Water Tanks {Sub-Total} {Sub-Total} {Total 11.15}

11.16 Seawater Storage Tanks {Sub-Total} {Sub-Total} {Total 11.16}

11.17 Plumbing Fixtures {Sub-Total} {Sub-Total} {Total 11.7}

{Total Matl's} {Total Labor} {Total XI}

XII Division 26 - Electrical

12.1 Conductors and Cables {Sub-Total} {Sub-Total} {Total 12.1}

12.2 Raceway and Boxes {Sub-Total} {Sub-Total} {Total 12.2}

12.3 Commissioning of Electrical System {Sub-Total} {Sub-Total} {Total 12.3}

12.4 Switchboards and Panel Boards {Sub-Total} {Sub-Total} {Total 12.4}

12.5 Wiring Devices {Sub-Total} {Sub-Total} {Total 12.5}

12.6 Enclosed Switches and Circuit Breakers {Sub-Total} {Sub-Total} {Total 12.6}

12.7 Solar Panels {Sub-Total} {Total 12.7}

12.8 Engine Generators {Sub-Total} {Sub-Total} {Total 12.8}

12.9 Transfer Switches {Sub-Total} {Sub-Total} {Total 12.9}

12.10 Lighting {Sub-Total} {Sub-Total} {Total 12.10}

{Total Matl's} {Total Labor} {Total XII}

{Total = Item 1.1 +

Item II to XII}

XIII Mobilization & Demobilization (1% of Civil Work Items)

{Total=1% of TOTAL

EDC OF CIVIL WORK

ITEMS}

TOTAL EDC OF CIVIL WORK ITEMS (Item 1.1 and II to XII - from

ABC)

PEPD.QF.03A Page 2 of 2

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

I DIVISION 01 - GENERAL REQUIREMENTS

(refer to AMC-General Specifications, Division 1 - General Requirements, pp.3-5)

1.1 Equipment Rental and Scaffoldings

1.1.1 Materials

Bamboos @6m length- for Scaffoldings and Platforms use in Tubbataha site pcs 3,000

Bamboo Strips @ 10m/roll roll 300

{Sub-Total}

1.1.2 Equipment

1 Crane Barge Towed by Tugboat inclusive of Operator and Fuel

(for mobilization and demobilization of materials, tools, equipments)

Non-propelled crane barge, DWT-650 tons with mechanically operated

crane, 60 tons capacity (ACEL Rental rate = P 630,916/month + 20% Premium) months 3

Tugboat 30.96x8.85x3.11(ACEL Rental rate = P763,620.00 + 20% Premium) months 3

Crawler Standard Boom for Puerto Princesa site use - lifting hauling of matl's.

Model SCC1000C, Capacity 100 Tons (ACEL Rental rate=P9,165/hour + 20% Premium) hours 64

Generator to Field/Laboratory Office & Living Quarters (in Tubbataha Site) months 4

Model GEP50, 45KW,56KVA (ACEL Rental rate=P44,505.00 + 20% Premium)

Fishing Boat with platform (for materials transportation from sand bar to site) months 4

Fuel for above equipments liters 1,280

{Sub-Total}

1.2 Provision of Service Vehicle

1.2.1 Equipment

Boat inc. Fuel and Operator ,for v/v use in Puerto Princesa and Tubbataha site) trips 24

(for the transportation of workers aand regularly needed materials, 6 trips/wk)

Service Vehicle in Puerto Princesa including Fuel and Driver months 4

QTY. AMOUNTUNIT COST

DETAILED ESTIMATES

Project

Location

ITEM NO. DESCRIPTION UNIT

Service Vehicle in Puerto Princesa including Fuel and Driver months 4

(for transportation of workers and materials), Mitsubishi L300

(ACEL Rental rate = P35,305.00)

Fuel for above vehicles liters 1,280

{Sub-Total}

1.3 Field/Laboratory Office and Living Quarters (Rental Basis)

1.3.1 Material

Field Offices, Warehouse, Staff Quarters and Workers' Barracks

for GenCon and Consultants/Owner in Puerto Princesa

Rental of Office, Warehouse, Staff Quarters and Worker's Barracks in PPC months 4

Field Offices, Warehouse, Staff Quarters and Workers' Barracks

for GenCon and Consultants/Owner in Tubbataha Site

Bamboo for Offices, Warehouse, Staff Quarters and Barracks pcs 1,500

Nipa Shingles "Pawid" for Roofing, 4 ft long x 10 pcs per bundle bundle 150

Bamboo Strips @ 10m/roll roll 150

{Sub-Total}

1.3.2 Labor - for Tubbataha site office

1-Foreman @ P752.64/day days 5

4- Carpenter @ P605.36/day = P2,421.44 days 5

8 - Unskilled Labor @ P364.80/day = P2,918.40 days 5

{Sub-Total}

1.4 Assistance to the Engineers

1.4.1 Material months 4 {Sub-Total}

1.4.2 Labor months 4 {Sub-Total}

1.4.3 Equipment months 4 {Sub-Total}

1.5 Photographs

1.5.1 Materials

Camera and accessories (for Progress Reports/Work Updates) pc 1

{Sub-Total}

PEPD.QF.03B Page 1 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

1.6 Health and Safety

1.6.1 Materials

Personnel Protective Equipments (PPE), badging and uniform, sets 100

tools and paraphernalias (for Staffs and Workers)

Safety and First Aid items

Fire Extinguisher sets 10

Medicine Cabinet sets 2

Assorted Medicine and Medicinal items months 4

Oxygen Tank pcs 2

Beds pcs 2

Salbabidas pcs 10

Inflatable Boat pcs 2

Life Jacket Vests pcs 50

Flashlights and Whistles pcs 10

Project Billboard - Tarpaulin, 2m x 10m pcs 2

{Sub-Total}

1.6.2 Labor

4- Security Personnels @ P15,250.61/month = P61,002.44 months 4

2 - Safety Officer @ P15,250.61 = P30,501.52/month months 4

2 - First Aider @ P15,250.61/month = P30,501.22 months 4

4-Unskilled Labor @ P364.80/day = P1,459.20 , for fixing project billboard day 2

{Sub-Total}

1.7 Environmental Compliance

1.7.1 Materials

Waste and Drainage Facilities system / Portalet (in Tubbataha site)

Portalets set 4

Drums/ Water Barrel, 30 gals. pcs 10

Safety Barricades with warning signs and lights

Warning signs and ights set 4Warning signs and ights set 4

Bamboos for barricades pcs 100

Bamboo Strips @ 10m/roll roll 10

Net for enclosure m2 100

{Sub-Total}

1.7.2 Labor

for Placing of Portalets

4-Unskilled Labor @ P364.80/day = P1,459.20 day 1

for Construction of Barricade with Warning Signs and Lights

6-Unskilled Labor @ P364.80/day = P2,188.80 days 4

{Sub-Total}

1.8 Communication Equipment

1.8.1 Materials

Single Side Band Radio including license units 1

(for Puerto Princesa and Tubbataha site communication use)

Lighthouse Radar/Radio Tower - Provisional units 1

{Sub-Total}

1.8.2 Labor

2-SSB Radio Operator @ P17,628.28/months = P35,256.56 months 4

Installation of Lighthouse Radar/Radio Tower

1-Foreman @ P752.64/day days 6

2-Skilled Workers @ P605.36/day = P1,210.72 days 6

2-Unskilled Labor @ P364.80/day = P729.60 days 6

{Sub-Total}

PEPD.QF.03B Page 2 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

II DIVISION 2 - EXISTING CONDITION

(refer to AMC-General Specifications, Division

02 - Site Construction, pp.5-7 and Drawing. Nos.

S-001 and S-002)

02 20 00 ASSESSMENT

02 21 00 Surveys

2.1 Staking and lay-out including tools, equipment, and

all necessary sundry items and fixing accessories

to complete the works, all in accordance with

Consultant's issued drawings and specifications.

2.1.1 Materials

pcs 50

Bamboo Strips @ 10m/roll roll 5

Flag/Marker on top of the bamboos pcs 31

Shovel pcs 5

{Sub-Total}

2.1.2 Labor

1-Foreman @ P752.64/day days 3

1- Surveyor @ P752.64/day days 2

8 - Unskilled Labor @ P364.80/day = P2,918.40 days 5

{Sub-Total}

2.1.3 Equipment/Tools

Surveying Transit unit 1

1-Rented Small Boat "Bangka" include Fuel and Operator unit 1

{Sub-Total}

III DIVISION 03 - CONCRETE

Bamboo posts @ 1m high above sea level ( 31 posts), 6m/bamboo pc.

III DIVISION 03 - CONCRETE

(refer to AMC-General Specifications, Division 03 -

Concrete, page 8 and Drawing Nos. S-003 to S-005)

03 10 00 CONCRETE FORMING AND

ACCESSORIES

03110 Structural Cast-in-Place Concrete Form

Supply, delivery, fabrication, installation, stripping

and/or leaving of formworks with the actual surface

in contact with the concrete, including provision of

block-outs, chamfered edges, notching, and

overlaps, necessary greasing and/or coating with

form oil, all necessary hardware, fixing accessories,

scaffolding, shoring, and staging, usage of plant,

equipment and tools, and all necessary items

to complete the works, all in accordance with

with Consultant's issued drawings and

specifications.

Formworks to produce fair surface

Pile cap - (separate Sheet Piles to be used as perimeter formworks) m2 25

3.1 Formworks to produce smooth surface

Columns m2 191

Beam m2 61m2 252

3.1.1 Materials

Phenolic Board, 1/2"x4'x8' , 252m2 for above Columns and Beams pcs 90

2"x3"x12' Good Lumber (6 BF) bd.ft. 3100

Common Wire Nail kgs 15

Concrete Nail kgs 20

#16 Tie Wire (Total Formworks m2/2000=Tie Wire, Roll) kgs 10

(1 Roll = 40 kilos)

Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 10

PEPD.QF.03B Page 3 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

Bamboo for scaffolds @ 6m/bamboo pc. pcs 75

Bamboo Strips @ 10m/roll roll 50

{Sub-Total}

3.1.2 Labor

Standard Productivity Rate for Formworks (with support):

1 Carpenter + 1 Unskilled Labor =10m2/day

1-Foreman @ P752.64/day days 3

4-Carpenter @ P605.36/day = P2,421.44 days 6

4-Unskilled Labor @ P364.80/day = P1,459.20 days 6

for construction of Jib Pole frame and bamboo scaffoldings

1-Foreman @ P752.64/day days 3

2-Carpenter @ P605.36/day = P1,210.72 days 6

4-Unskilled Labor @ P364.80/day = P1,459.20 days 6

{Sub-Total}

3.1.3 Equipment/Tools

Jib Pole for elevating and hauling the formworks 2 units

{Sub-Total}

03 20 00 CONCRETE REINFORCEMENT

03 21 00 Reinforcing Steel

Take delivery, receipt, fabricate, loading/unloading

and installation of OSM Grade 40 & 60 reinforcing

bars, including supply and installation of all

necessary splices, dowels, haunches, control joints,

spacers, all necessary hardwares and fixing

accessories, usage of tools and equipment,

treatment/protection of materials to sea water;

all in accordance with Consultant's issued

drawings and specifications.

3.2 Reinforcing Bars, ASTM A615 (PNS 49)

Pile cap kgs 4,885

Columns kgs 12,720

Beam kgs 2,507

Slab kgs 9,255

kgs 29,367

3.2.1 Materials (OSM Items)

10mm dia Reinforcement Steel Bar, Grade 40 @ 12m length/pc - OSM item pcs 1,911

16mm dia Reinforcement Steel Bar, Grade 40 @ 12m length/pc -OSM item pcs 4

20mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 22

25mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 100

28mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 192

#16 Tie Wire (Total Rebar m2/3000=Tie Wire, Roll), (1 Roll=40 kilos) kgs 392

Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 10

Bamboo for scaffolds @ 6m/bamboo pc. pcs 75

Bamboo Strips @ 10m/roll roll 50

{Sub-Total}

3.2.2 Labor

Standard Productivity Rate for Formworks (with support):

1 Steel Fixer + 1 Unskilled Labor =200kg/day

2-Foreman @ P752.64/day = P1,505.28 days 15

10-Steel Fixer @ P605.36/day = P6,053.60 days 15

10-Unskilled Labor @ P364.80/day = P3,648.00 days 15

Workers for elevating and hauling of rebars using the Jib pole

1-Foreman @ P752.64/day days 3

2-Steel Fixers @ P605.36/day = P1,210.72 days 6

4-Unskilled Labor @ P364.80/day = P1,459.20 days 6

{Sub-Total}

PEPD.QF.03B Page 4 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

3.2.3 Equipment/Tools

Jib Pole for elevating the formworks 2 units

Rebar Cutter Gr.40 Single 13mm (ACEL Rental rate = P13,500/mo) 2 units

Rebar Bender, 32mm Three Phase (ACEL Rental rate=P42,817/mo) 1 units

{Sub-Total}

03 30 00 CAST-IN-PLACE CONCRETE

03 31 00 Structural Concrete

Batching, placing of concrete (OSM cement and

aggregates) and testing, including necessary

grouting, vibrating, hammering, tamping, levelling, plastering,

consolidating, curing, hardening, wetting, sealing,

brooming and scratching, concrete rubbing

protecting, sampling, provision of necessary

extended chutes, and mixing boards, usage of

equipment (bagger mixer, vibrator and portable genset with fuel)

and tools, all in accordance with Consultant's issued

drawings and specifications.

3.3 Concrete

6000 PSI

Pile cap m3 44

Columns m3 40

Beam m3 12

Slab m3 120

3000 PSI

Lean Concrete along Pile Cap, 150mm thick m3 5

221

3.3.1 Materials

Class AAA - 1:1:2 mixture ratioClass AAA - 1:1:2 mixture ratio

Cement = 17.40 bags x 221m3 (40kg/bag) - OSM item bags 3,846

Sand = 0.61m3 x 221m3 - OSM item m3 135

Gravel = 1.94m3 x 221m3 - OSM item m3 429

Water (.10m3 water /1m3 of concrete) m3 30

Mini Bucket pcs 15

Shovel (to be used the other 5 pcs from Survey Works) pcs 3

Mixing Board sets 2

Fabricated Concrete Chute sets 2

Drums for Collecting Waters in Puerto Princesa pcs 150

Sacks for Bagging aggregates pcs 1,000

{Sub-Total}

3.3.2 Labor

1-Foreman @ P752.64/day days 17

6-Mason @ P605.36/day =P3,632.16 days 17

2-Carpenter @ P605.36/day = P1,210.72 days 17

10-Unskilled Labor @ P364.80/day = P3,648.00 days 17

(for Bagging/Arrangement of Cement & Aggregates at Puerto Princesa)

10-Unskilled Labor @ P364.80/day = P3,648.00 days 12

(for Collection of Water in Puerto Princesa for Tubbataha site use)

10-Unskilled Labor @ P364.80/day = P3,648.00 days 7

{Sub-Total}

3.3.3 Equipment/Tools

2-Bagger Mixer Model 0.5 (ACEL Rental rate - P150/hour) hrs 136

2-Concrete Vibrator-Drive Unit 5HP (ACEL Rental rate-P420/day) days 17

1 - Portable Generator (Rental=P1500/day) days 17

Fuel (2 liters/hr = P100/hr, P800/working day of 8 hours) days 17

{Sub-Total}

PEPD.QF.03B Page 5 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

IV DIVISION 04 - MASONRY

(refer to AMC-General Specifications, Division 04 -

Masonry and Drawing Nos. A2/01 rev.1 to A2/05

rev.1)

04 00 00 MASONRY

04 22 23 Architectural Concrete Unit Masonry

Supply, delivery and fixing of Concrete Hollow

Blocks machine made, 5.2 MPA (750 psi) for load

bearing, 2.6 MPA (350 psi) for non-load bearing,

including plastering with all necessary sundries

and other materials to complete the works, all in

accordance with Consultant's issued drawings

and specifications.

4.1 Concrete Hollow Blocks

Interior Walls, 4" (100mm) CHB m2 210

Exterior Walls, 6" (150mm) CHB m2 100

310

4.1.1 Materials

For CHB laying works :

Concrete Hollow Blocks;

4" (100mm) CHB (12.5pcs/m2) pcs 2,625

6" (150mm) CHB (12.5pcs/m2) pcs 1,250

for CHB Mortar, under Class B mixture, OSM item ;

Cement (40kg/bag) for 4" (100mm) CHB, (No. of Bags=Area x 0.522)- OSM item bags 110

Cement (40kg/bag) for 6" (150mm) CHB, (No. of Bags=Area x 1.018) - OSM item bags 102

Sand for 4" (100mm) CHB, (Volume m3=Area x .0435) -OSM item m3 10

Sand for 6" (150mm) CHB, (Volume m3=Area x .0844) - OSM item m3 9Sand for 6" (150mm) CHB, (Volume m3=Area x .0844) - OSM item m3 9

Rebar for CHB, using 10mm, OSM item ;

Vertical Bars (spaced at 60cm) = 310m2 x 2.13- OSM item m 661

Horizontal Bars (spaced at 60cm) = 310m2 x 2.15 -OSM item m 667

1,328

No. of 10mm RSB at 12m length/pc -OSM item pcs 111

#16 G.I.Tie Wire Reinforcement kg 10

Mixing Board sets 2

For CHB Plastering works,

(assume 16mm thickness under Class B mixture) :

Cement (40kg/bag), (No. of Bags=Area x 2 sides x 0.192), OSM item bags 120

Sand, (Volume m3=Area x 2 sides x .016), OSM item m3 10

{Sub-Total}

4.1.2 Labor

For CHB laying works:

Productivity Rate =10m2/8 hrs. with Crew of 1 Mason and

and 2 Unskilled Labors

1-Foreman @ P752.64/day days 4

3-Mason @ P605.36/day = P1,816.08 days 11

6-Unskilled Labor @ P364.80/day = P2,188.80 days 11

For CHB plastering works:

Productivity Rate =15m2/8 hrs. with Crew of 1 Mason and

and 1 Unskilled Labor

1-Foreman @ P752.64/day

3-Mason @ P605.36/day = P1,816.08 days 11

3-Unskilled Labor @ P364.80/day = P1,040.40 days 11

{Sub-Total}

PEPD.QF.03B Page 6 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

V DIVISION 05 - METALS

(refer to AMC-General Specifications, Division 05 -

Metals, pp.8-10 and Drawing Nos. S-006 to S-010)

05 10 00 STRUCTURAL METAL FRAMING

5.1 Fabrication, loading/unloading, installation and

testing of the following structural members, ASTM

A36 to include welding connections, treatment to

sea water and painting, equipment (pole with pulley

for lifting) and other required items to complete the

work, all in accordance with Consultant's issued

drawings and specifications. (Fabrication in Puerto

Princesa and Installation in Tubbataha site)

Materials

5.1.1a Steel Plates (Shear Plate/Base Plate/End Plate) - OSM Item

300mm x 325mm x 10mm thk Shear Plate - OSM item pcs 26.00

300mmW x 600mmH x 25mm thk Shear Plate - OSM item pcs 13.00

600mmW x 600mmH x 25mm thk Shear Plate - OSM item pcs 13.00

90mm x 175mm x 12mm thk Shear Plate - OSM item pcs 13.00

500mm x 250mm x 12mm thk Shear Plate - OSM item pcs 13.00

300mm x 250mm x 12mm thk Shear Plate - OSM item pcs 13.00

240mm x 250mm x 12mm thk Shear Plate -OSM item pcs 13.00

325mm x 360mm x 12mm thk Shear Plate - OSM item pcs 13.00

1200mm x 600mm x 25mm thk Base Plate - OSM item pcs 13.00

290mm x 1040mm x 42mm thk End Plate - OSM item pcs 7.00

177mmW x 1100mmL x 20mm thk Steel Plate - OSMitem pcs 13.00

203mmW x 1100mmL x 20mm thk Steel Plate - OSM Item pcs 13.00

254mmW x 600mmL x 20mm thk Steel Plate - OSM item pcs 51.00 254mmW x 600mmL x 20mm thk Steel Plate - OSM item pcs 51.00

260mmW x 620mmL x 20mm thk Steel Plate - OSM item pcs 26.00

400 x 550 x 20mm Anchor Plate - OSM item pcs 13.00

253

5.1.1b Bolts - OSM Item

28mm Ø Bolt x 150mm Length -OSM Item pcs 144

25mm Ø Bolt x 150mm Length - OSM item pcs 96

16mm Ø Bolt x 150mm Length - OSM item pcs 168

20mm Ø x 100mm Length, A325 Anchor Bolt - OSM item pcs 336

25mm Ø x 200mm Length, A325 Anchor Bolt - OSM item pcs 972

32mm Ø x 400mm Length, A325 Anchor Bolt - OSM item pcs 192

5.1.1c Structural Metal (Beams & Columns) - OSM item

W6x9 - OSM item no. 3

W12x30 - OSM item no. 89

W12x50 - OSM item no. 18

W12x53 - OSM item no. 12

W12x65 -OSM item no. 10

W16x40 - OSM item no. 9

W16x57 - OSM item no. 6

W16x67 - OSM item no. 9

W16x89 - OSM item no. 6

W18x86 - OSM item no. 12

W18x119 - OSM item no. 9

W24x103 - OSM item no. 3

W33x130 - OSM item no. 5

W36x300 - OSM item no. 5

196

PEPD.QF.03B Page 7 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

5.1.1d Additional materials to Supply and Install by the GenCon (as not considered in DENR supply package)

W12x30 no. 13

W12x50 no. 6

W12x65 no. 6

W16x40 no. 3

W33x130 no. 1

W36x300 no. 7

W16x26 no. 4

W16x36 no. 20

W16x77 no. 2

62

5.1.1e Miscellaneous/Others

Welding Rod-Nihonweld (20 kilos/box) boxes 35

(for Spot Welds and Minor Full welds of Plates to W-Flange)

Tie Rope m 100

Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 50

Grinding Disc/Blade pcs 170

Sanding paper pcs 2,000

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 190

Epoxy Paint or equivalent for Final Paint to Structural Steel gal 190

{Sub-Total}

5.1.2 Labor

(for Spot Welds and Minor Full welds of Plates to W-Flange)

2-Foreman @ P752.64/day = P1,505.28 days 24

4-Welders @ P605.36/day = P2,421.44 days 24

8-Unskilled Labor @ P364.80/day = P2,918.40 days 24

(for hauling and lifting of structural steel)

10 - Unskilled Labor @P364.80 = P3,648.00 days 24 10 - Unskilled Labor @P364.80 = P3,648.00 days 24

{Sub-Total}

5.1.3 Equipment/Tools

4-Welding Machines (250 Amp. Gas/Diesel driven, months 4

(ACEL Rental rate =P42,900/month)

4 - Portable Generator (Rental=P2,500/day) days 21

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21

Jib Pole for elevating and hauling the structural steel materials units 4

Below Miscellaneous Tools (assumed Rental rates)

Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2

Sanding Machine units 4

Grinding Machine units 4

{Sub-Total}

5.2 05 50 00 METAL FABRICATIONS

Supply, delivery fabrication, loading/unloading,

installation and testing of the following metal

fabrication including specified treatment and finish,

necessary hardwares and fixing accessories and

usage of equipment and tools; all in accordance with

Consultant's issued drawings and specifications.

(Drawing Nos. A2/03 rev.1 to A2/05 rev.1,

A2/13 rev.1 ,A2/14 rev.1, A2/19.A, A2/19.B & A2/25)

5.2.1a

Materials

40mm dia x 6m stainless steel tube for railing and post pcs 36

(Total length=43m, 6m SS tube/lm)

Cast Aluminum base flange with 1/2" SS HHMB with Nut and Washer sets 44

Welding Rod-Nihonweld (20 kilos/box) boxes 3

Tie Rope m 100

Grinding Disc/Blade pcs 20

Sanding paper pcs 150

{Sub-Total}

Observation Area/Museum Safety Metal Railing at 3rd level (Total length=43 m)

PEPD.QF.03B Page 8 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

5.2.1b Planter Box with Storm Shutter (Total length = 62m)

Materials

for Planter Box :

Commercial Plastic/Clay Pots pcs 896

50mmx50mmx6m Metal Square Tube pcs 134

3/4" PVC Pipe/Equivalent Drip Irrigation with Y Connector sets 448

3/4" x 10ft. PVC Drain Pipe, (32 nos. of 100mmL) pcs 2

Customize Metal Sheet Plant Box, 1500mmL x 500mmW sets 64

1500mmL x 1410mmW x 250mmT Wood Plastic Composite (WPC) Cladding m2 51

Rivet boxes 17

for Storm Shutter:

Metal Storm Shutter, 850mmH (inclusive of 20mm C-Channel Stringers, m 62

7mm Rubber Seal, 1mm thk Aluminum Interlocking Panels, 30mm C-Channel

Stringers, Corner Stake, Aluminum Window Frame and Locking Handle)

50mmx50mmx6m Metal Square Tube (Horizontal and Vertical member) pcs 31

50mmx100mmx6m Metal Tube Handrailing pcs 11

Welding Rod-Nihonweld (20 kilos/box) boxes 15

Tie Rope m 150

Grinding Disc/Blade pcs 15

Sanding paper pcs 300

Paint Treatment to Sea water + Final Paint for Steel materials

Zinc Chromate Primer or equivalent gal 20

Epoxy paint or equivalent for Final Paint to Structural Steel gal 20

Polytuff for retouch gal 5

{Sub-Total}

5.2.1c Viewing deck perimeter safety railing at 3rd level (Total length=73m)

Materials

40mm dia stainless steel tube for railing and post pcs 61

(Total length=73m, 6m SS tube/lm) (Total length=73m, 6m SS tube/lm)

Cast Aluminum base flange with 1/2" SS HHMB with Nut and Washer sets 74

Welding Rod-Nihonweld (20 kilos/box) boxes 4

Tie Rope m 150

Grinding Disc/Blade pcs 30

Sanding paper pcs 250

{Sub-Total}

5.2.1d Retractable steel ramp with railing and mechanisms items 2

including modular floats with cleats & tie and leverage mechanism,at 1st level

Materials

40mm dia stainless steel tube for railing and post pcs 25

(Total length=30m, 6m SS tube/lm)

Cast Aluminum base flange with 1/2" SS HHMB with nut and washer sets 32

Chequered Plate 1/8" x 48" x 17", for Ramp's flooring, Total 24m2 pcs 46

100mm C-Channel,6m length pcs 12

40mmx75mm Hollow Steel Tube Bearer, (1.4m length x 2) m 2.8

Steel Piano Hinge Welded on M.S.Plate sets 2

24"x24"mm High Density Polyethylene (HDPE) Modular Pontoon pcs 120

Inca brand or equivalent

Cleats and Tie for Modular Pontoon sets 2

Leverage Mechanism for Retractable Ramp sets 2

Pulleys and Chains for Retractable Ramp sets 2

Tie Rope m 150

Welding Rod-Nihonweld (20 kilos/box) boxes 4

Grinding Disc/Blade pcs 30

Sanding paper pcs 150

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 6

Epoxy paint or equivalent for Final Paint to Structural Steel gal 6

Polytuff for retouch gal 3

{Sub-Total}

PEPD.QF.03B Page 9 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

05 30 00 METAL DECKING

05 31 33 Steel Form Decking

5.2.1e Concrete Slab Steel Form Decking (Total Area=510 m2)

Materials

R51 deck Profile Metal decking or equivalent, 4'x8' pcs 189

End Tape foam m2 510

19mm dia x 95mm Shear Stud pcs 9,450

Edge Trim and Restraint Strap pcs 10,962

Welding Rod-Nihonweld (20 kilos/box) boxes 32

Tie Rope m 200

{Sub-Total}

5.2.2 Labor (for below works and as also described above)

Planter Box with Storm Shutter

Viewing deck perimeter safety railing at 3rd level

Retractable steel ramp with railing and mechanisms including modular

floats with cleats & tie and leverage mechanism,at 1st level

Concrete Slab Steel Form Decking

2-Foreman @ P752.64/day = P1,505.28 days 21

6-Welders @ P605.36/day = P3,632.16 days 21

10-Unskilled Labor @ P364.80/day = P3,648 days 21

(for hauling and lifting of structural steel)

12 - Unskilled Labor @P364.80 = P4,377.60 days 21

{Sub-Total}

5.2.3 Equipment/Tools

4-Welding Machines (250 Amp. Gas/Diesel driven, months 4 considered

(ACEL Rental rate =P42,900/month) in Structural

4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21

Observation Area/Museum Safety Metal Railing at 3rd level

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21

Jib Pole for elevating and hauling the structural steel materials units 4

Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 100

Below Miscellaneous Tools (assumed Rental rates)

Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 4

Sanding Machine units 4

Grinding Machine units 4

{Sub-Total}

VI DIVISION 07 - THERMAL AND MOISTURE PROTECTION

(refer to AMC-General Specifications, Division 07 - Thermal and

Moisture Protection, pp.13 and Drawing Nos. A2/01 rev. 1, A2/10 rev. 1

and A2/11 rev. 1)

07 10 00 DAMPPROOFING AND WATERPROOFING

6.1 07 13 00 Sheet Waterproofing

Supply, delivery and application of 4mm thick membrane

waterproofing with 200mm x 200mm welded wiremesh topping

reinforcement or approved equivalent, including surface

preparation, use of plant tools, equipment and all necessary

sundry items and fixing accessories to complete the works all in

accordance with Consultant's issued drawings and specifications.

to Floors; at Kitchen, Waste Room, Shower and Water Closet, m2 30

Laundry and Locker Room and Lavatory

6.1.1 Materials

m2 30

75mm thick concrete topping

Cement - OSM item bag 31

Sand - OSM item m3 2

Wire mesh size-200mm x 200mm m2 30

Water m3 1

{Sub-Total}

4mm thick membrane waterproofing

PEPD.QF.03B Page 10 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

6.1.2 Labor

Concrete topping

Standard Productivity Rate:

1 Mason + 1 Unskilled Worker = 30m2/day

1 - Foreman @ P752.64/day day 1

1 - Mason @ P605.36/per day day 1

1 - Unskilled Labor @ P364.80/day day 1

Waterproofing application

1 Skilled Worker + 1 Unskilled Worker = 280m2/day

1 - Foreman @ P752.64/day day 1

1 - Skilled Worker @ P605.36/day day 1

1 - Unskilled Labor @ P364.80/day day 2

{Sub-Total}

6.1.3 Equipment/Tools

1 - Concrete Mixer, 1.5 bagger day 1

1 - Application equipment/Tar Kettle/Pot day 1

{Sub-Total}

VII DIVISION 08 - OPENINGS

(refer to AMC-General Specifications,

Division 08 - Openings, pp.14-16 and Drawings

Nos. A2/01 rev.1, A2/03 rev.1, A2/09 rev.1,

A2/15 rev.1 and A2/16 rev.1)

7.1 08 10 00 DOORS AND FRAMES

Supply, delivery and installation of doors and jambs

including hardwares, ironmongeries, all necessary

fixing accessories, usage of equipment and tools

with required finishes, all in accordance with

Consultant's issued drawings and specifications.Consultant's issued drawings and specifications.

7.1.1a Metal doors and frames

800mmW x 2100mmH Swing Metal Door, D-5 sets 3

800mmW x 2100mmH Swing Steel Door, D-7 set 1

7.1.1b Wood door and frames

800mmW x 2100mmH Flush Door, D-6 sets 4

7.1.1c Plastic doors

800mmW x 2100mmH Plastic Door, D-4 sets 2

7.1.1d Tempered glass door with aluminum frame

1600mmW x 2100mmH Swing Door with 1600mmW x 600mmH Fixed Glass, D1 sets 4

1600mmW x 2100mmH Sliding Door, D-2 sets 2

800mmW x 2100mH Swing Door, D-3 sets 2

7.1.1e Awning glass window with aluminum frame

600mmW x 600mmH, W-7 sets 2

7.1.1f Fixed Louvers

Fixed Louver Type Partition with Folding Access at 1st level, 2.60mH x 18.60mL sets 2

7.1.1g Operable Wall Louvers

Operable Formed Metal Louvers in Steel Frame at 3rd level Dome Area m2 30

{Sub-Total}

7.1.2

2 - Foreman @ P752.64/day = P1,505.28 days 10

8 - Skilled Worker @ P605.36/day = P4,842.88 days 10

8 - Unskilled Labor @ P364.80/day = P2,918.40 days 10

{Sub-Total}

Materials

Labor

PEPD.QF.03B Page 11 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

VIII DIVISION 09 - FINISHES

(refer to AMC-General Specifications, Division 09 - Finishes, pp.18-20

and Drawing Nos. A2/01) all in accordance with Consultant's issued

drawings and specifications

09 26 00 Gypsum Board Assemblies

Installation of OSM 8mm thick Fiber Cement Board to include

metal furring members, hangers and supports, steel trims, corner

beads wherever required, all necessary screws, hardware and fixing

accessories, taping and jointing, ceiling access panels including

edge moldings, trims, attachments, clips and plywood weight;

usage of scaffolding, temporary platforms, equipment and tools

8.1 at 2nd level rooms m2 115

8.1.1 Materials

pcs 39

Double Furring Channel 19mm x 50mm x 0.6mm thick m 421

Wire-clip pcs 2300

Full Threaded Round Bar, 3/8'' diameter m 690

Expansion bolt, 3/8" diameter pcs 2300

Angle Bar 38mm x 38mm x 5mm m 43

{Sub-Total}

8.1.2 Labor

Ceiling frameworks

Standard Productivity Rate:

2 Skilled Worker (Lather) + 1 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64/day days 12

2 - Skilled Worker @ P605.36/day = P1,210.72 days 23

8mm thick x 4' x 8' Fiber Cement Board (Hardiflex brand) - OSM item

2 - Skilled Worker @ P605.36/day = P1,210.72 days 23

1 - Unskilled Labor @ P364.80/day = P364.80 days 23

Ficem board installtion

Standard Productivity Rate:

2 Skilled Worker (Lather) + 2 Carpenter + 2 Unskilled Worker = 20m2/day

1 - Foreman @ P752.64/day days 3

2 - Carpenter @ P605.36/day = P1,210.72 days 6

2 - Skilled Worker @ P605.36/day = P1,210.72 days 6

2 - Unskilled Labor @ P364.80/day = P729.60 days 6

Shadow line / corner bead installation

Standard Productivity Rate:

2 Carpenter + 2 Unskilled Worker = 20m2/day

2 - Carpenter @ P605.36/day = P1,210.72 days 6

2 - Unskilled Labor @ P364.80/day = P729.60 days 6

{Sub-Total}

Supply and installation of OSM 8mm thick Fiber Cement Board to

include metal furring members, hangers and supports, steel trims,

corner beads wherever required, all necessary screws, hardware and

fixing accessories, taping and jointing, ceiling access panels including

edge moldings, trims, attachments, clips and plywood weight;

usage of scaffolding, temporary platforms, equipment and tools

8.2 at Upper Observation Deck, located at perimeter of Rainwater m2 160

Harvester, 69.00m(L) x 2.20m(W)

8.2.1 Materials

pcs 54

Double Furring Channel 19mm x 50mm x 0.6mm thick m 586

Wire-clip pcs 3200

Full Threaded Round Bar, 3/8'' diameter m 960

Expansion bolt, 3/8" diameter pcs 3200

Angle Bar 38mm x 38mm x 5mm m 51

{Sub-Total}

8mm thick x 4' x 8' Fiber Cement Board (Hardiflex brand)

PEPD.QF.03B Page 12 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

8.2.2 Labor

Ceiling frameworks

Standard Productivity Rate:

2 Skilled Worker (Lather) + 1 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64/day days 8

2 - Skilled Worker @ P605.36/day = P1,210.72 days 16

1 - Unskilled Labor @ P364.80/day = 364.80 days 16

Ficem board installation

Standard Productivity Rate:

2 Skilled Worker (Lather) + 2 Carpenter + 2 Unskilled Worker = 20m2/day

1 - Foreman @ P752.64 per day days 4

2 - Carpenter @ P605.36/day = P1,210.72 days 8

2 - Skilled Worker @ P605.36/day = P1,210.72 days 8

2 - Unskilled Labor @ P364.80/day = P729.60 days 8

Shadow line / corner bead install@ion

Standard Productivity Rate:

2 Carpenter + 2 Unskilled Worker = 20m2/day

2 - Carpenter @ P605.36/day = P1,210.72 days 8

2 - Unskilled Labor @ P364.80/day = P729.60 days 8

{Sub-Total}

8.3 09 30 00 TILE

Instalaltion of OSM floor and wall tiles including tile cutting,

necessary topping, mortaring and grouting, levelling, setting, fixing

and cleaning, usage of equipment and tools, and supply and

installation of pvc and aluminum tile trim.

300mm x 600mm Seamless Tiles to Floor (FF-04) at 2nd level m2 28

300mm x 600mm Seamless Tiles to Wall (FF-04) at 2nd level m2 53

8.3.1 Materials

300mm x 600mm Seamless Tiles - OSM item pcs 450

Tile trim for wall tiles m 10

Cement - OSM item bag 18

Sand - OSM item m3 2

Adhesive gal 12

White/colored cement bag 11

{Sub-Total}

8.3.2 Labor

Standard Productivity Rate:

2 Skilled Worker + 4 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64/day day 5

2 - Skilled Worker @ P605.36/day = P1,210.72 day 9

4 - Unskilled Labor @ P364.80/day=P1,459.20 day 9

{Sub-Total}

09 60 00 FLOORING

Installation of OSM flooring finishes as per specification including

all sundry items such as tile caps, beads and trims, adhesives,

sealants, mortar and other miscellaneous materials required to

complete the flooring works

8.4 Fibergate Molded Gratings (FF-01), at 2nd level m2 66

8.4.1 Materials

Fibergate Molded Gratings, 4'x8'- OSM item pcs 23

Stainless steel M-clips pcs 118

{Sub-Total}

PEPD.QF.03B Page 13 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

8.4.2 Labor

Standard Productivity Rate:

3 Steelman + 1 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64/day days 4

4 - Skilled Worker @ P605.36/day = P2,421.44 days 7

8 - Unskilled Labor @ P364.80/day = P2,918.40 days 7

{Sub-Total}

8.5 200mm x 1200mm Laminated Wood Planks (FF-02), at 2nd level m2 25

8.5.1 Materials

200mm x 1200mm Laminated Wood Planks - OSM item m2 25

3mm Provent Swiss made corrugated Underlay m2 25

{Sub-Total}

8.5.2 Labor

Underlayment installation

Standard Productivity Rate:

2 Carpenters + 2 Unskilled Worker = 15m2/day

1 - Foreman @ P752.64/day day 1

2 - Carpenter @ P605.36/day = P1,201.72 day 2

2 - Unskilled Labor @ P364.80/day = P729.60 day 2

Wood planks installation

Standard Productivity Rate:

2 Carpenters + 3 Unskilled Worker = 5m2/day

1 - Foreman @ P752.64/day day 3

2 - Carpenter @ P605.36/day = P1,201.72 day 5

3 - Unskilled Labor @ P364.80/day = P1,094.40 day 5

{Sub-Total}

8.6 150mm x 1200mm Laminated Wood Planks (FF-03), at 2nd level m2 56

8.6.1 Materials

200mm x 1200mm Laminated Wood Planks - OSM item m2 56

3mm Provent Swiss made corrugated Underlay m2 56

{Sub-Total}

8.6.2 Labor

Underlayment installation

Standard Productivity Rate:

2 Carpenters + 2 Unskilled Worker = 15m2/day

1 - Foreman @ P752.64/day day 2

2 - Carpenter @ P605.36/day = P1,201.72 day 4

2 - Unskilled Labor @ P364.80/day = P729.60 day 4

Wood planks installation

Standard Productivity Rate:

2 Carpenters + 3 Unskilled Worker = 5m2/day

1 - Foreman @ P752.64/day day 6

2 - Carpenter @ P605.36/day = P1,201.72 day 12

3 - Unskilled Labor @ P364.80/day = P1,094.40 day 12

{Sub-Total}

8.7 Flat Polished Concrete, 150mm thick with Epoxy Paint Finish m2 241

(FF-05), at all specified areas

8.7.1 Materials

150mm thick concrete topping

Cement - OSM item bag 502

Sand - OSM item m3 38

Wire mesh size-2" x 2" / wire size - 3.2mm / sheet size- (4 X 8Ft) m2 241

Water m3 10

Epoxy paint finish

Epoxy paint, Powerfloor, white (1 - coat) gal 18

Eposeal, clear (1 - coat) gal 6

Epoxy Reducer gal 6

Putty gal 6

PEPD.QF.03B Page 14 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

Paint Roller, 9" no 1

Paint Roller Refill, 9" no 3

Paint Roller Tray no 1

{Sub-Total}

8.7.2 Labor

Concrete topping

Standard Productivity Rate:

2 Mason + 2 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64/day day 13

2 - Mason @ P605.36/day = P1,210.72 day 25

1 - Equipment Checker @ P605.36/day day 13

2 - Unskilled Labor @ P364.80/day = P729.60 day 25

Polishing and epoxy painting (2 - coats)

2 Painter + 1 Unskilled Worker = 165m2/day

1 - Foreman @ P752.64/day day 3

4 - Painter @ P605.36/day = P2,421.44 day 5

4 - Unskilled Labor @ P364.80/day = P1,459.20 day 5

{Sub-Total}

8.7.3 Equipment/Tools

1 - Concrete Mixer, 1.5 bagger day 25

1 - Floor grinder, 22" Path day 5

1 - Floor edger, 7" Path day 5

1 - Vacuum Pick-up System day 5

{Sub-Total}

8.8 09 62 63 METAL FLOORING m2 157

Checkered Plate covered on Steel Grating with

50mm x 100mm Metal Furring @ 400mm c/c

bothways, including paint (FF-07)

at 3rd level Viewing Deck and Control Roomat 3rd level Viewing Deck and Control Room

8.8.1 Materials

Chequered Plate 1/8" x 48" x 17", for Ramp's flooring, Total 24m2 pcs 299

50mm x 100mm x 6m Metal Furring @ 400 c/c bothways pcs 35

Bolts and Nuts lot 1

Welding Rod-Nihonweld (20 kilos/box) boxes 4

Grinding Disc/Blade pcs 15

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 9

Epoxy paint or equivalent for Final Paint to Metals gal 9

Polytuff for retouch gal 1

{Sub-Total}

8.8.2 Labor

Standard Productivity Rate:

4 Skilled Worker + 5 Unskilled Worker = 10m2/day

1 - Foreman @ P752.64 per day days 7

5 - Skilled Worker @ P605.36 per day = P3,026.80 days 14

6 - Unskilled Labor @ P364.80 per day = P1,824.00 days 14

{Sub-Total}

8.8.3 Equipment/Tools

4-Welding Machines (250 Amp. Gas/Diesel driven, months 4 considered

(ACEL Rental rate =P42,900/month) in Structural

4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21

Below Miscellaneous Tools (assumed Rental rates)

Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2

Sanding Machine units 1

Grinding Machine units 1

{Sub-Total}

PEPD.QF.03B Page 15 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

8.9 09 90 00 PAINTING AND COATING m2 1,310

Supply and application of specified paint and

coatings, to include all necessary surface preparation,

treating, neutralizing, patching, sanding, grinding and

cleaning, color tinting, primary and finish coatings,

protection, usage of scaffolding, temporary platforms,

equipment, tools, and others to complete the Work

Preparation to Final Coat Paint to walls, exposed

foundation beams and columns, steel deck

underslab and fiber cement board ceilings,

including on the Rainwater Harvester ceiling

8.9.1 Materials

Latex Paint forWalls and Ceilings - Primer (1 Pail = 16 liters = 100m2 coverage) pail 14

Latex Paint fir First Coat and Final Coat pail 28

Putty (1 liters = 2m2 coverage) liter 655

Concerete Neutralizer (1 lite = 10m2 coverage) liter 58

Sanding Paper pcs 524

Epoxy paint or equivalent for Final Paint to Bottom Metal Deck gal 41

Paint Roller, 9" pcs 4

Paint Roller Refill, 9" pcs 12

Paint Roller Tray pcs 4

{Sub-Total}

8.9.2 Labor

Standard Productivity Rate:

4 Painter + 4 Unskilled Worker = 200m2/day

1 - Foreman @ P752.64 per day days 6

4 - Painter @ P605.36 per day = P1,210.72 days 114 - Painter @ P605.36 per day = P1,210.72 days 11

4 - Unskilled Labor @ P364.80 per day = P1,459.20 days 11

{Sub-Total}

IX DIVISION 10 - SPECIALTIES

(refer to AMC-General Specifications, Division 10 -

Specialties, pp.20-21 and Drawing Nos. A2/04 rev.1,

A2/08 rev.1, A2/12 rev.1, A2/21 and S/009)

9.1 Supply,delivery and installation of the following

items, all in accordance with Consultant's issued

drawings and specifications

9.1.1a Cage Ladder with Glass Casement and Top Platform

Materials

Fabricated Cage Ladder - 4000mmH x 400mm/800mmW set 1

Steel Platform m2 4

Bolts and Nuts m2 4

Epoxy paint or equivalent for Final Paint to Structural Steel gal 2

{Sub-Total}

9.1.1b Spiral stairs with stringer, tread and baluster, item 1

from 1st level to 2nd level, Total Elevation 3.5m

Materials

40mm dia Stainless Steel Tube for Railing x 6m length pcs 4

10mm dia x 6m, Stainless Steel Sub-railings pcs 16

37x150x10mmx6m Thk Stainless Steel Vertical Railing (Total = 18m) pcs 3

2-37 x 10mm thick Stainless Steel Vertical Railing (Total = 10m) pcs 3

Stringer 255mm width x 6m length (Total = 12m) pcs 2

Steel Grating Thread, 160/450mmW x 1130mmL sets 16

Welding Rod-Nihonweld (20 kilos/box) boxes 3

Tie Rope m 50

Grinding Disc/Blade pcs 20

Sanding paper pcs 100

PEPD.QF.03B Page 16 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 2

Epoxy paint or equivalent for Final Paint to Structural Steel gal 2

Polytuff for retouch gal 1

{Sub-Total}

9.1.1c Staircase near 2nd level Reception Area to 3rd level item 1

Observation Area / Museum, Total Elevation 3.15m

Materials

40mm dia Stainless Steel Tube for Railings and Posts pcs 8

(Total length=40m, 6m SS tube/lm)

Stringer 255mm width x 6m length (Total = 12m) pcs 2

Steel Grating Thread, 300mmW x 900mmL sets 21

Welding Rod-Nihonweld (20 kilos/box) boxes 3

Tie Rope m 50

Grinding Disc/Blade pcs 20

Sanding paper pcs 100

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 2

Epoxy paint or equivalent for Final Paint to Structural Steel gal 2

Polytuff for retouch gal 1

{Sub-Total}

9.1.1d Rainwater Harvester m 62

Materials

Rainwater Collector Blades, 11500mm length pcs 42

75mm x 200mm x 6000mm length, Steel Rectangular Hollow Core Section pcs 30

75mm x 75mm x 6000mmL Steel Square Hollow Core Section Joist pcs 6

6mm thk x 6000mm length L-Shape MS Plate pcs 30

Metal Louver Blades at the bottom of the Rainwater Harvester, 11500mmL pcs 108

1000mmx1000mm IBC Water Storage Tanks pcs 301000mmx1000mm IBC Water Storage Tanks pcs 30

100mm depth I-beam Water Tank Support @ 600mm spacing, 6m length pcs 60

75 x 50mm Metal Furring @400 c/c bothways, 6m length pcs 60

40 x 80mm Metal Furring @ 400 c/c bothways, 6m length pcs 30

Drain Pipe @ 6m lnegth pcs 15

Welding Rod-Nihonweld (20 kilos/box) boxes 26

Tie Rope m 300

Grinding Disc/Blade pcs 40

Sanding paper pcs 500

Paint Treatment to Sea water + Final Paint

Zinc Chromate Primer or equivalent gal 24

Epoxy paint or equivalent for Final Paint to Structural Steel gal 24

Polytuff for retouch gal 12

{Sub-Total}

9.1.2 Labor

2-Foreman @ P752.64/day = P1,505.28 days 17

6-Welders @ P605.36/day = P3,632.16 days 17

6-Unskilled Labor @ P364.80/day = P2,188.80 days 17

(for hauling and lifting of materials)

8 - Unskilled Labor @P364.80 = P2,918.40 days 7

{Sub-Total}

9.1.3 Equipment/Tools

4-Welding Machines (250 Amp. Gas/Diesel driven,(ACEL Rental rate=P42,900/month) months 4 included

4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21

Jib Pole for elevating and hauling the structural steel materials units 4

Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 100

Below Miscellaneous Tools (assumed Rental rates)

Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2

Sanding Machine units 2

Grinding Machine units 2

{Sub-Total}

PEPD.QF.03B Page 17 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

9.2 10 28 00 Toilet, Bath, and Laundry Accessories

10 28 13 Toilet Accessories

Supply, delivery and installation of toilet accessories

including all necessary fixing accessories usage of

equipment and tools, all in accordance with

Consultant's issued drawings and specifications

(Drawing No. A2/01 rev.1)

9.2.1 Materials

Tissue Paper Holder at Toilets, 2nd level pcs 2

Robe Hook at Shower Areas, 2nd level pcs 2

1000mmH x 1300mmL Facial Mirror at Laundry/Locker at 2nd level pcs 1

Shower Enclosure with Door including Pre-fabricated Partition, at 2nd level sets 2

{Sub-Total}

9.2.2 Labor

1-Foreman @ P752.64/day = P752.64 days 2

3-Skilled Worker/Installer @ P605.36/day = P1,816.08 days 2

3-Unskilled Labor @ P364.80/day = P1,094.40 days 2

{Sub-Total}

9.3 Supply,delivery and installation of Kitchen Countertop

with bottom cabinet and other joinery works;

including water resistant and junctions to be

waterproofed and other items to complete the work,

all in accordance with Consultant's issued

drawings and specifications

(Drawing Nos. A2/01 rev.1 and A2/22)

9.3.1a 600mmW x 3850mmL x 100mmH Kitchen Countertop at Laundry/Locker Room

at 2nd level

Materials

Kitchen Countertop, 200mm x 200mm Ceramic Tiles pcs 60

100mm high Backsplash Ceramic Tiles m 4

Stainless Steel Kitchen Sink with Faucet pcs 2

Wood cabinetry with Painted Matt Finish including handles and accessories sets 4

700mmH x 900mmW

Cement Mortar bags 0.50

White cement filler kgs 2.00

{Sub-Total}

9.3.1b 600mmW x 2800mmL x 1000mmH Kitchen Countertop with Serving Counter

at Kitchen, at 2nd level

Materials

Kitchen Countertop, 200mm x 200mm Ceramic Tiles pcs 42

100mm high Backsplash Ceramic Tiles m 3

Stainless Steel Kitchen Sink with Faucet pcs 1

Wood cabinetry with Painted Matt Finish including handles and accessories, sets 3

700mmH x 900mmW

Cement Mortar bags 0.50

White cement filler kgs 2.00

Serving Counter with Stainless steel support unit 1.00

{Sub-Total}

9.3.1c Reception Desk/Table with Chair at Reception area, 2nd level

Materials

Reception Desk/Table and Chair set 1

{Sub-Total}

9.3.2 Labor

1-Foreman @ P752.64/day = P752.64 days 4

3-Carpenter @ P605.36/day = P1,816.08 days 4

3-Unskilled Labor @ P364.80/day = P1,094.40 days 4

1-Mason @ P605.36/day days 2

1-Unskilled Labor @ P364.80/day days 2

{Sub-Total}

PEPD.QF.03B Page 18 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

10 51 00 Lockers

10 51 13 Metal Lockers

9.4 Supply, delivery and installation of Rangers' Metal Lockers, Equipment Storage/Shelves

(Drawing Nos. A2/23 & A2/24)

9.4.1 Material

450mmW x 450mmD x 2000mmH Metal Locker unit 6

2000mmW x 325mmD x 2000mmH Metal Locker unit 6

2400mmW x 500mmD x 1850mmH Equipment Storage unit 1

900mmW x 450mmD x 2035mmH Equipment Shelves unit 2

{Sub-Total}

9.4.2 Labor

Placing of Metal Lockers

4-Unskilled Labor @ P364.80/day = P2,918.40 days 4

{Sub-Total}

X DIVISION 31 - EARTHWORKS

(refer to AMC-General Specifications,

Division 31 - Earthworks, pp.37-38 and

Drawing Nos. S-002 to S-003)

31 20 00 EARTH MOVING

31 23 00 Excavation and Fill

Extraction, removal and disposal regardless of

the character of material encountered which

might include breaking of solid core and the

like, within the limits of work, to the lines and

grades indicated on the drawings and depths

indicated, as specified, including manual

trimming and removing of unsuitable materials.trimming and removing of unsuitable materials.

10.1 Structural Excavation m3 132

10.1.1 Materials

Mini Bucket pcs 6

Shovel (to be used the other 5 pcs from Survey Works) pcs 4

Pick-axe "piko" pcs 6

Tie Rope m 60

{Sub-Total}

10.1.2 Labor

1-Foreman @ P752.64/day = P752.64 days 7

12-Unskilled Labor @ P364.80/day = P4,377.60 days 7

{Sub-Total}

10.2 Backfilling and compaction m3 88

10.2.1 Materials

Gravel bedding for Pile Cap m3 7

(Mini bucket , shovel, and others - already considered in Excavation) {Sub-Total}

10.2.2 Labor

1-Foreman @ P752.64/day = P752.64 days 5

12-Unskilled Labor @ P364.80/day = P4,377.60 days 5

{Sub-Total}

PEPD.QF.03B Page 19 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

31 23 19 Dewatering

Removal of subsurface water to permit

construction under reasonably maintained and

continuous dry conditions for preparation and

completion of the foundation works

10.3 Dewatering (including Hauling and Disposal)

10.3.1 Labor

for Construction of Sump Pit:

4-Unskilled Labor @ P364.80/day = P1,459.20 days 2

for Placing and Removal of Pumps and Hose;

2-Unskilled Labor @ P364.80/day = P729.60 days 2

for Maintenance of Pump:

2-Unskilled Labor @ P364.80/day = P729.60 days 14

{Sub-Total}

10.3.2 Equipment/Tools

2-Submersible Pumps, 50mm dia Suction, 5HP (ACEL Rental rate= P17,850/month) month 1

2-Suction Hose, 50mm dia (ACEL Rental rate = P1,953/month) 1

2-Discharge Hose, 50mm dia (ACEL Rental rate = P543/month) month 1

2 - Portable Generator (Rental=P2,500/day) days 14

Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 14

1-Mechanical Tamper, 250-280mm Shoe Size (ACEL Rental rate = P18,842/month) month 1

(for compacting of Gravel bedding and Sea Bed)

{Sub-Total}

31 40 00 SHORING AND UNDER PINNING

10.4 31 41 00 SHORING

Supply,delivery,installation and removal of

temporary sheet piling for soil protection and

executing the foundation works, including site

preparation; hauling, erecting and dismantling the preparation; hauling, erecting and dismantling the

plant items; staging, off-loading, handling and

and pitching piles; extracting; fixing other parts and

others to complete the works, all in accordance

with Consultant's issued drawings and specifications

Shoring - to Ranger Station, Main Module m 25

10.4.1 Materials

6000mmH x 600mmW Temporary Sheet Piles pcs 45

Bamboo for Sheet Piles support pcs 90

{Sub-Total}

10.4.2 Labor

1-Foreman @ P752.64/day = P752.64 days 10

4-Unskilled Labor @ P364.80/day = P729.60 days 10

2-Rigger @ 605.36 = P1,210.72 days 10

{Sub-Total}

10.4.3 Equipment/Tools

Crane Barge, non-propelled, GW-319 tons, NW-313 tons with mechanically

operated crane, 60 tons capacity (ACEL Rental rate = P499,642.00) month 1

Fuel days 10

{Sub-Total}

PEPD.QF.03B Page 20 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

31 60 00 SPECIAL FOUNDATION AND LOAD

BEARING ELEMENT

31 63 00 Concrete Piles

Fabrication, installation, loading/unloading, testing

and data recording of 15 meter pile, 6000 PSI (OSM-

cement, aggregates and rebar) concrete strength

with a minimum 600 KN capacity including usage of

all required tools and equipment, transporting from

Puerto Princesa fabrication site to Tubbataha site,

set-up and removal of equipments and pile driving,

all in accordance with Consultant's's issued

drawings and specifications

10.5 400mm x 400mm x 15000mm Concrete piles no 19

10.5.1 Materials m3 46

for Concrete Works:

Class AAA - 1:1:2 mixture ratio

Cement = 17.40 bags x 46m3 (40kg/bag) - OSM item bags 801

Sand = 0.61m3 x 46m3 - OSM item m3 29

Gravel = 1.94m3 x 46m3 - OSM item m3 90

Water (.10m3 water /1m3 of concrete) m3 10

for Rebar Works - OSM item:

for Formworks (456m2):

Phenolic Board, 1/2"x4'x8' pcs 165

2"x3"x12' Good Lumber (6 BF) bd.ft. 5,610

Common Wire Nail kgs 30

Concrete Nail kgs 40

#16 Tie Wire (Total Formworks m2/2000=Tie Wire, 1 Roll = 40 kilos kgs 20

{Sub-Total}{Sub-Total}

10.5.2 Labor

On-shore (at Puerto Princesa) - Fabrication of Concrete Piles

2-Foreman @ P752.64/day = P752.64 days 21

6-Mason @ P605.36 = P3,632.16 days 21

6-Carpenter @ P605.36 = P3,632.16 days 21

6-Steelman @ P605.36 = P3,632.16 days 21

8-Unskilled Labor @ P364.80/day = P2,918.40 days 21

2-Rigger @ 605.36 = P1,210.72 days 2

Off-shore (at Tubbataha Site) - Unloading and Driving of Piles

1-Foreman @ P752.64/day = P752.64 days 7

2-Rigger @ 605.36 = P1,210.72 days 7

4-Unskilled Labor @ P364.80/day = P1,459.20 days 7

{Sub-Total}

10.5.3 Equipment/Tools

Pile Driver - DELMAG, Single Acting D100-13

(ACEL Rental rate=P10,527/hour + 13% Premium) hours 56

Truck Mounted / Boom Truck-Capacity 241-260 MT/350 HP

(ACEL Rental rate = P9,552/hour) hours 32

Forklift-Capacity 45.35 MT / 360 HP (ACEL Rental rate=P7,022/hour) hours 32

Fuel liters 512

{Sub-Total}

PEPD.QF.03B Page 21 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

XI DIVISION 22 - PLUMBING WORKS

(refer to AMC-General specifications,Division 22

& 26 - MEP Works, pp 24-27 & pp 30-37 and drawing

Works pp 24-27 & pp 30-37 and Drawing Works

pp 24-27 & pp 30-37 and Drawing Nos. E1/01 E2/01

E2/01 to E2/04 P1/02, M1/01 to M1/04.

22 05 23 General-Duty Valves for Plumbing Piping

11.1 Supply, delivery and installation of Gate Valve

11.1.1 Materials

32 mm diameter pcs 13

20 mm diameter pcs 2

15 mm diameter pcs 4

Teflon pcs 30

{Sub-Total}

11.1.2 Labor

1-Plumber @ P605.36/Day day 2

2-Unskilled Labor @ P364.80/Day = P729.60 day 2

{Sub-Total}

11.2 Supply, delivery and installation of Check Valve

11.2.1 Materials

32 mm diameter pcs 12

Teflon pcs 24

{Sub-Total}

11.2.2 Labor

1-Plumber @ P605.36/Day day 11-Plumber @ P605.36/Day day 1

2-Unskilled Labor @ P364.80/Day = P729.60 day 1

{Sub-Total}

22 10 00 Plumbing Piping

22 11 00 Facility Water Distribution

11.3 Domestic Water Piping

Cold Water Line (Rainwater)

Supply, delivery and installation of Rehau

pipe (cross linked high density polyethylene, PE -Xa)

or equivalent type including fittings, painting sleeves,

supports, hangers, and other miscellaneous items as

shown and as required to complete the system.

11.3.1 Materials

32 mm diameter x 25 meter Length / roll rolls 4

20 mm diameter x 5 meter Length / roll rolls 5

15 mm diameter x 5 meter Length / roll rolls 5

{Sub-Total}

11.3.2 Labor

1-Plumber @ P605.36/Day day 8

2-Unskilled Labor @ P364.80/Day = P729.60 day 8

{Sub-Total}

11.4 Supply, delivery and installation of compression fitting,

Brass male adaptor

11.4.1 Materials

32 mm diameter pcs 58

20 mm diameter pcs 2

15 mm diameter pcs 4

Brass female adaptor

20 mm diameter pcs 4

15 mm diameter pcs 10

{Sub-Total}

PEPD.QF.03B Page 22 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

11.4.2 Labor

1-Plumber @ P605.36/Day day 4

2-Unskilled Labor @ P364.80/Day = P729.60 day 4

{Sub-Total}

Cold Water Line (Sea water)

11.5 Supply, delivery and installation of Rehau

pipe (cross linked high density polyethylene, PE -Xa) or

equivalent type including fittings, painting sleeves,

supports, hangers, and other miscellaneous items as

shown and as required to complete the system.

11.5.1 Materials

32 mm diameter x 25 meter Length / roll rolls 1

20 mm diameter x 5 meter Length / roll rolls 2

{Sub-Total}

11.5.2 Labor

1-Plumber @ P605.36/Day day 2

2-Unskilled Labor @ P364.80/Day = P729.60 day 2

{Sub-Total}

22 11 23 Domestic Water Pumps

11.6 Supply, delivery and installation of pumps including

fittings, controls, wirings, conduits, supports, vibration

isolators, and other necessary items as shown and as

required to complete the system.

11.6.1 Materials

Sea water pumpSea water pump

33 GPM at 30m TDH, 2.2 kw set 1

{Sub-Total}

11.6.2 Labor

1-Plumber @ P605.36/Day day 8

2-Unskilled Labor @ P364.80/Day = P729.60 day 8

{Sub-Total}

22 13 00 Facility Sanitary Sewerage

Sewer Line

11.7 Supply,delivery and installation of Polyvinyl Chloride Pipe

(PVC) series 1000 including fittings supports and other

miscellaneous items as shown and as required to

complete the system

11.7.1 Materials

100 mm diameter x 3 meter Length / piece pcs 12

75 mm diameter x 3 meter Length / piece pcs 2

50 mm diameter x 3 meter Length / piece pcs 5

Solvent Cement, 400 cc / Can cans 4

{Sub-Total}

11.7.2 Labor

2-Plumber @ P605.36/Day =P 1210.72 day 5

2-Unskilled Labor @ P364.80/Day = P729.60 day 5

{Sub-Total}

11.8 Supply, delivery and installation of shower drain, floor drain and floor cleanout

11.8.1 Materials

50 mm diameter shower drain pcs 2

50 mm diameter floor drain pcs 2

100 mm diameter floor cleanout pcs 4

{Sub-Total}

PEPD.QF.03B Page 23 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

11.8.2 Labor

1-Plumber @ P605.36/Day day 1

2-Unskilled Labor @ P364.80/Day = P729.60 day 1

{Sub-Total}

Kitchen waste pipe

11.9 Supply, delivery and installation of Polyvinyl Chloride Pipe

(PVS) series 1000 including fittings supports and other

miscellaneous items as shown and as required to

complete the system

11.9.1 Materials

100 mm diameter x 3 meter Length / piece pcs 6

Solvent Cement, 400 cc / Can cans 1

{Sub-Total}

11.9.2 Labor

1-Plumber @ P605.36/Day day 2

2-Unskilled Labor @ P364.80/Day = P729.60 day 2

{Sub-Total}

11.10 Supply of grease interceptor

11.10.1 Materials

Grease trap capacity 4GPM pcs 1

{Sub-Total}

11.10.2 Labor

1-Plumber @ P605.36/Day day 1

1-Unskilled Labor @ P364.80/Day day 1

{Sub-Total}

Vent Line

11.11 Supply, delivery and installation of Polyvinyl Chloride Pipe

(PVC) series 1000 including fittings supports and other(PVC) series 1000 including fittings supports and other

miscellaneous items as shown and as required to

complete the system

11.11.1 Materials

50 mm diameter x 3 meter Length / piece pcs 10

Solvent Cement, 400 cc / Can cans 1

{Sub-Total}

11.11.2 Labor

1-Plumber @ P605.36/Day day 1

2-Unskilled Labor @ P364.80/Day = P729.60 day 1

{Sub-Total}

22 13 53 Facility Septic Tanks

11.12 Supply, delivery and installation of portable septic tank

"INCA" STAH2500 including fittings, markings, supports

and other miscellaneous items as shown and as required

to complete the system

11.12.1 Materials

Portable septic tank, 2500 Liters pcs 1

{Sub-Total}

11.12.2 Labor

1-Foreman @ P752.64/Day day 3

1-Plumber @ P605.36/Day day 3

3-Unskilled Labor @ P364.80/Day = P1,094.40 day 3

{Sub-Total}

PEPD.QF.03B Page 24 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

22 14 00 Facility Storm Drainage

Storm Line

11.13 Supply, delivery and installation of Polyvinyl Chloride Pipe

(PVC) series 1000 including fittings supports and other

miscellaneous items as shown and as required to

complete the system

11.13.1 Materials

100 mm diameter x 3 meter Length / piece pcs 12

Solvent Cement, 400 cc / Can cans 2

{Sub-Total}

11.13.2 Labor

1-Plumber @ P605.36/Day day 4

2-Unskilled Labor @ P364.80/Day = P729.60 day 4

{Sub-Total}

11.14 Supply and install of roof drain

11.14.1 Materials

100 mm diameter pcs 2

{Sub-Total}

11.14.2 Labor

1-Plumber @ P605.36/Day day 1

2-Unskilled Labor @ P364.80/Day = P729.60 day 1

{Sub-Total}

22 14 53 Rainwater Storage Tanks

11.15 Supply, delivery and installation of elevated water tanks

including fittings, markings, supports and other

miscellaneous items as shown and as required to

complete the system

11.15.1 Materials

1152 mm L x 966 mm W x 1050mm H, MDPE Horizontal pcs 2

Cistern Tank, "INCA"- Intermediate Bulk Container(IBC) {Sub-Total}

11.15.2 Labor

1-Foreman @ P752.64/Day day 5

1-Plumber @ P605.36/Day day 5

2-Unskilled Labor @ P364.80/Day = P729.60 day 5

{Sub-Total}

11.16 Seawater Storage Tanks

11.16.1 Materials

1152 mm L x 966 mm W x 1050mm H, MDPE Horizontal pcs 1

Cistern Tank,"INCA" - Intermediate Bulk Container(IBC) {Sub-Total}

11.16.2 Labor

1-Foreman @ P752.64/Day day 2

1-Plumber @ P605.36/Day day 2

2-Unskilled Labor @ P364.80/Day = P729.60 day 2

{Sub-Total}

11.17 22 40 00 Plumbing Fixtures

Supply, delivery and installation of plumbing fixtures

including fittings, supports and other miscellaneous

items as shown and as required to complete the system.

11.17.1 Materials

Lavatory (Rectangular) - under the counter pcs 3

Lavatory (Wall Hung) pcs 1

Lavatory faucet pcs 4

Urinal pcs 2

Shower set pcs 2

Water Closet pcs 2

Kitchen Sink pcs 1

PEPD.QF.03B Page 25 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

Kitchen Sink faucet pcs 1

Ordinary Faucet pcs 2

{Sub-Total}

11.17.2 Labor

1-Foreman @ P752.64/Day day 9

1-Plumber @ P605.36/Day day 9

1-Unskilled Labor @ P364.80/Day day 9

{Sub-Total}

XII DIVISION 26 - ELECTRICAL WORKS

(refer to AMC-General specifications,Division 22

& 26 - MEP Works, pp 24-27 & pp 30-37 and drawing

Works pp 24-27 & pp 30-37 and Drawing Works

pp 24-27 & pp 30-37 and Drawing Nos. E1/01 E2/01

E2/01 to E2/04 P1/02, M1/01 to M1/04.

26 00 00 - ELECTRICAL

26 05 00 Common Work Results for Electrical

12.1 26 05 19 Low Voltage Electrical Power Conductors and Cables

Supply, Delivery and Installation of wires and cables

including necessary consumable, wire identification

and other materials required all in accordance with

Consultants issued drawings and specifications.

12.1.1 Materials

THW Stranded Copper Wire

8.0 mm² THW Stranded Copper Wire / 150 m per roll m 55

5.5 mm² THW Stranded Copper Wire / 150 m per roll m 220

3.5 mm² THW Stranded Copper Wire / 150 m per roll m 806

2.0 mm² THW Stranded Copper Wire / 150 m per roll m 1,0842.0 mm² THW Stranded Copper Wire / 150 m per roll m 1,084

TW Stranded Copper Wire

2.0 mm² TW Stranded Copper Wire / 150 m per roll m 1082

For Solar System

12 mm² cable wire / 150 m per roll m 93

Wires for switches roughing-ins

3.5 mm² THW Stranded Copper Wire / 150 m per roll m 700

{Sub-Total}

12.1.2 Labor

4- Electrician @ P703.52/day = P2,814.08 days 5

5-Unskilled Labor @ P364.80/day = P1,824.00 days 5

{Sub-Total}

12.2 26 05 33 Raceway and Boxes for Electrical System

Supply, delivery and installation of polyvinyl conduit

(PVC) including tagging, painting, fittings, hangers supports

etc. all in accordance consultants issued drawings and specifications.

12.2.1 Materials

PVC pipes for above wirings

25 mm Ø / 3m per length m 125

20 mm Ø / 3m per length m 827

PVC Pipes for switches roughing-ins

20 mm Ø / 3m per length m 200

Supply of flexible metal conduit including fittings and support

15 mm Ø / 3m per length m 127

Supply of flexible metal connector.

15 mm Ø no 254

Supply of boxes and pull boxes including hangers and supports

Utility Box no 33

Junction Box no 127

Square Box no 1

Pull box ( type and size as required) no 1

{Sub-Total}

PEPD.QF.03B Page 26 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

12.2.2 Labor

3- Electrician @ P703.52/day = P2,110.56 days 8

1-Unskilled Labor @ P364.80/day = P364.80 days 8

{Sub-Total}

12.3 26 08 00 Commissioning of Electrical System

Supply labor consumables and necessary testing equipment

needed to complete the above work in accordance with the

testing procedure required by the consultant.

12.3.1 Materials

Checklist Functional Performance Test:

Secondary service electrical systems

Equipment monitoring

Distribution & branch circuit panelboards

Lighting fixtures and controls

Lighting protection equipment & lighting protection system

Fire alarm equipment monitoring system

Grounding equipment and building grounding system

Emergency generators and distribution systems Lot 1

{Sub-Total}

12.3.2 Labor

1-Foreman @ P752.64/day = P752.64 days 2

3-Electrician @ P703.52/day = P2,110.56 days 2

{Sub-Total}

12.4 26 20 00 Low Voltage Electrical Transmission

26 24 00 Switchboards and Panelboards

Supply, delivery and installation of panelboards complete

with nameplates, termination materials, busbars, extension

busbar, breakers, supports including all necessary accessories,busbar, breakers, supports including all necessary accessories,

all in accordance with consultants issued drawings

and specifications.

12.4.1 Materials

Panel LPMM set 1

Main: 30AT/60AF ,2P, 240V

Branches:

8-20AT/ 60AF, 2P

6-15AT/ 60AF, 2P

In NEMA 1 surface mounted

{Sub-Total}

12.4.2 Labor

1-Foreman @ P752.64/day = P752.64 days 2

1- Electrician @ P703.52/day = P703.52 days 2

1- Unskilled Labor @ P364.80/day = P364.80 days 2

{Sub-Total}

12.5 26 27 27 Wiring Devices

Supply delivery and installation of wiring devices including

necessary supports and accessories, all in accordance with

consultants issued drawings and specifications.

12.5.1 Materials

Outlets

Duplex receptacle outlet no 5

Duplex receptacle outlet, weatherproof no 2

Range Outlet no 1

Refrigerator Outlet no 1

Washing machine outlet no 1

Floor Outlet no 13

Floor Outlet, weatherproof (WP) no 9

Fan hanger receptacle outlet no 18

PEPD.QF.03B Page 27 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

Supply of switches roughing-ins

Utility Box sets 33

3 gang Switch, Conventional,230V,15A sets 7

2 gang Switch, Conventional,230V,15A sets 18

1 gang Switch, Conventional,230V,15A sets 5

{Sub-Total}

12.5.2 Labor

3- Electrician @ P703.52/day = P2,110.56 days 6

3- Unskilled Labor @ P364.8/day = P1,094.40 days 6

{Sub-Total}

26 28 00 Low voltage Circuit Protective Devices

12.6 26 28 16 Enclosed Switches and Circuit Breakers

Supply delivery and installation of circuit breaker including

necessary supports and acessories, all in accordance with

consultants issued drawings and specifications.

12.6.1 Materials

30AT/60AF,2P NEMA 1 surfaced mounted sets 2

{Sub-Total}

12.6.2 Labor

1- Electrician @ P703.52/day days 1

1-Unskilled Labor @ P364.80/day days 1

{Sub-Total}

12.7 26 31 00 Photovoltaic Collectors

Supply delivery and installation of Solar Panel including

necessary supports and accessories, all in accordance with

consultants issued drawings and specifications.

12.7.1 Materials - OSM / by Others12.7.1 Materials - OSM / by Others

PV Solar panel, 24vdc, 350 W sets 48

10KW, 125-150A, Inverter with MPPT charge controller sets 1

Solar battery, deep cycle, 12Vdc, 250Ah, in 96Vdc inverter system sets 40

LED flashing beacon with stand alone solar system sets 1

12.7.2 Labor

1-Foreman @ P752.64/day = P752.64 days 7

4- Electrician @ P703.52/day = P2,814.08 days 7

4-Unskilled Labor @ P364.80/day = P1,459.20 days 7

{Sub-Total}

12.8 26 32 13 Engine Generators

Supply, delivery and installation of generating set, complete

with accessories and all anciliary works as shown and specified.

12.8.1 Materials

10KW, 1Ø, 230V, 60Hz Generator Set set 1

Genset switchboard set 1

Incoming/lineside: 1-40AT, 2P

Outgoing/loadside:2-30AT, 2P

Fuel Oil System liters 3300

{Sub-Total}

12.8.2 Labor

1-Foreman @ P752.64/day =P752.64 days 4

3- Electrician @ P703.52/day = P2,110.56 days 4

3- Unskilled Labor @ P364.8/day = P1,094.40 days 4

{Sub-Total}

PEPD.QF.03B Page 28 of 29

: TUBBATAHA REEFS NATURAL PARK RANGER STATION

: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES

QTY. AMOUNTUNIT COST

Project

Location

ITEM NO. DESCRIPTION UNIT

12.9 26 36 00 Transfer Switches

Supply, delivery and installation of transfer switch complete

with nameplates, termination materials, busbars, extension

busbars, breakers, supports including all necessary accessories,

all in accordance with Consultants issued drawings and

specifications.

12.9.1 Materials

30AT, 230V, 60Hz, ATS set 1

{Sub-Total}

12.9.2 Labor

1-Foreman @ P752.64/day days 2

2- Electrician @ P703.52/day = P1,407.04 days 2

2- Unskilled Labor @ P364.80/day = P729.60 days 2

{Sub-Total}

12.10 26 50 00 Lighting

Installation of lighting fixtures including hangers, supports, fittings,

and all necessary materials and consumables, all in accordance

with Consultants issued drawings and specifications.

12.10.1 Materials

3W, LED Pinlight weatherproof (IP 45) sets 32

3W, LED Pinlight (IP 68) sets 32

3W, LED Pinlight (IP 58) sets 12

3W, Industrial LED light (IP 65) connection to steel beams sets 23

8W, Industrial LED light (IP 67) provide connections sets 6

6W, Tower Light (IP 65) provide connections to steel beam sets 4

{Sub-Total}

12.10.2 Labor12.10.2 Labor

5- Electrician @ P703.52/day = P3,517.60 days 7

5- Unskilled Labor @ P364.80/day = P1,324.00 days 7 1,324.00

{Sub-Total}

PEPD.QF.03B Page 29 of 29

Section 11

BBiidd SSppeecciiffiiccaattiioonnss

(Refer to separately bound document)

Section 12

BBiidd DDrraawwiinnggss

(Refer to separately bound document)

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

A.1/01 rev.1 Perspective Architectural 14-Jul-2015 A1

RANGER STATION

A.2/01 rev.1 Ranger station Architectural 14-Jul-2015 A1

First Level Floor Plan

Second Level Floor Plan

A.2/02 rev.1 Ranger station Architectural 14-Jul-2015 A1

Third Level Floor Plan

Roof Plan

A.2/03 rev.1 Ranger station Architectural 14-Jul-2015 A1

Elevation A

Elevation B

A.2/04 rev.1 Ranger station Architectural 14-Jul-2015 A1

Section A

Section B

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

Section B

A.2/05 rev.1 Ranger station Architectural 14-Jul-2015 A1

First Level Floor Finishes Plan

Second Level Floor Finishes Plan

A.2/06 rev.1 Ranger station Architectural 14-Jul-2015 A1

Third Level Floor Finishes Plan

First Level Reflected Ceiling Plan

A.2/07 rev.1 Ranger station Architectural 14-Jul-2015 A1

Second Level Reflected Ceiling Plan

Third Level Reflected Ceiling Plan

A.2/08 rev.1 Ranger Station Spiral Stair Detail Architectural 14-Jul-2015 A1

Spiral Stair Plan 1

Spiral Stair Elevation 2

Spiral Stair Baluster Detail A

Spiral Stair Baluster Detail B

Spiral Stair Baluster Detail C

Spiral Stair Baluster Detail D

Ranger Station Cage Ladder Detail

Plan View

Isometric View

Ladder Detail

Front View

Side View

A.2/09 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Door Schedule

Window Schedule

A.2/10 rev.1 Ranger Station Unisex Toilet Details Architectural 14-Jul-2015 A1

Unisex Toilet Floor Plan

Page 1 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

Unisex Toilet Floor Drain Plan

Unisex Toilet reflected Ceiling Plan

Section A

Section B

Section C

Section D

A.2/11 rev.1 Ranger Station Shower Room Details Architectural 14-Jul-2015 A1

Shower Room Floor Plan

Shower Room Floor Drain Plan

Shower room Reflected Ceiling Plan

Section A

Section B

Section C

Typical Counter Detail

A.2/11 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Entrance Door to the Dome detail Entrance Door to the Dome detail

Spot detail of Steel Stair at the Entrance of Dome

Water Harvester detail

A.2/13 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Rainwater Harvester detail

Rainwater Harvester Blades detail

Isometric View of Concrete Steel Decking detail

Planter Box detail

A.2/14 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Storm Shutter spot detail

Awning Type Storm Shutter spot detail

A.2/15 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Bay Section detail

A.2/16 rev.1 Ranger Station Architectural 14-Jul-2015 A1

Dome Plan

Dome Section

Dome Elevation

Isometric View of Solid Polycarbonate Connection

Typical Solid Polycarbonate Connection spot detail

A.2/17 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Isometric View of Enclosure along Dome

Typical Metal Louver on Metal Frame spot detail

Typical M.S. Plate Frame spot detail

Enclosure detail

A.2/18 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Isometric View of First Level Metal Louver Enclosure

Metal Enclosure Plan View

Typical Metal Enclosure Plan View

Page 2 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

Enclosure Detail

Accordion Door Detail

Enclosure Elevation

Typical Metal Enclosure Elevation

A.2/19a rev.0 Ranger Station Architectural 14-Jul-2015 A1

Planter Module and Storage Cabinet Plan View

Storage Cabinet details

Isometric View

Front Elevation

Side Elevation

Rear Elevation

Section Detail

A.2/19b rev.0 Ranger Station Module Planter Details Architectural 14-Jul-2015 A1

Isometric Drawing Plant Box 1

Plan View Plant Box 1

Plant box Top Plant Box 1 Plant box Top Plant Box 1

Plant box Bottom Plant Box 1

Isometric Drawing Plant Box 2

Plant box Section Plant Box 2

Plant box Top Plant Box 2

Plant box Bottom Plant Box 2

Front Elevation

Typical Side Elevation

Rear Elevation

Section Detail

A.2/20 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Typical CHB Partition detail

Typical CHB Partition at Toilet detail

Typical Drywall Partition detail

Typical CHB Wall section

Typical Toilet Wall section

Typical Drywall section

Typical Drywall Base detail

Typical CHB Base detail

Typical Drywall Partition Head detail

A.2/21 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Typical Drywall Suspension System Detail Iso view

Stair Plan at Reception Area

Typical Baluster Spot detail

Stair Section at Reception Area

Steel Grating Tread

Isometric View of Spiral Stair and Cage Ladder

A.2/22 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Page 3 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

Kitchen Plan

Kitchen Isometric View

Elevation

Section

A.2/23 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Ranger's Locker Isometric view

Ranger's Locker Plan view

Ranger's Locker elevation

Gun Storage Isometric view

Gun Storage section

Gun Rack detail

A.2/24 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Scuba Equipment Storage A at First Level

Isometric View

Plan View

Elevation Elevation

Section

Scuba Equipment Shelves Isometric view

Plan view

Elevation

Section

A.2/25 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Retractable Steel Ramp at First Level

Steel Ramp Plan view

Piano Hinge detail

Steel Ramp section

Typical Railing Connection to C-Channel

Modular Pontoon details

A.2/26 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Rainwater Harvester Plan view

Rainwater Harvester Plan view Individual Tray

Metal Blades profile

Rainwater Harvester exploded drawing

Wrap Around Louvers

A.2/27 rev.0 Ranger Station Architectural 14-Jul-2015 A1

Perimeter Fence

RESEARCH CENTER

A.3/01 rev.0 Research Center Architectural 14-Jul-2015 A1

First Level Floor Plan

Second Level Floor Plan

Roof Plan

A.3/02 rev.0 Research Center Architectural 14-Jul-2015 A1

Page 4 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

Elevation A

Rainwater Harvester Section detail

Section A

Typical Horizontal Railing Detail

A.3/03 rev.0 Research Center detail of Toilet and Shower Facility Architectural 14-Jul-2015 A1

Shower Room Floor Drain Plan Layout

Shower Room Reflected Ceiling Plan

Shower Room Floor Plan

Shower Room Section A

Shower Room Section B

Toilet Floor Drain Plan Layout

Toilet Reflected Ceiling Plan

Toilet Floor Plan

Toilet Section A

Toilet Section B

A.3/04 rev.0 Research Center Architectural 14-Jul-2015 A1A.3/04 rev.0 Research Center Architectural 14-Jul-2015 A1

Door Schedule

Window Schedule

Water Harvester detail

A.3/05 rev.1 Research Center Architectural 14-Jul-2015 A1

Water Container Placement Plan Beneath the Roof

Second Level Floor Finishes Plan

First Level Reflected Ceiling Plan

Second Level Reflected Ceiling Plan

HELIPAD

A.4/01 rev.0 Helipad Architectural 14-Jul-2015 A1

First Level Floor Plan

Second Level Floor Plan

A.4/02 rev.0 Helipad Architectural 14-Jul-2015 A1

First Level Floor Finishes Plan

Second Level Floor Finishes Plan

A.4/03 rev.0 Helipad Architectural 14-Jul-2015 A1

First Level Reflected Ceiling Plan

Second Level Reflected Ceiling Plan

A.4/04 rev.0 Helipad Architectural 14-Jul-2015 A1

Heliport Lighting Layout

Safety Net Outrigger detail

Helipad Trench Drain detail

Water Container Platform detail

A.4/05 rev.0 Helipad Architectural 14-Jul-2015 A1

Helipad Drainage Plan

Water Container Placement Plan

Page 5 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

A.4/06 rev.0 Helipad Architectural 14-Jul-2015 A1

Elevation A

Section A

A.4/07 rev.0 Helipad Stair Details Architectural 14-Jul-2015 A1

Stair Plan

Stair Section

Kerb and Railing at Landing Turn

Typical Stair Railing detail

Typical Handrail at Fight Top

Grating Tread detail

Typical Top Mount Connection to Stringer/C-Chnanel

STRUCTURAL

S/001 rev.0 General Notes Structural 14-Jul-2015 A1

Notes on Masonry and Concrete Blocks

Construction Notes Construction Notes

Table of Lap Splice and Anchorage Length

S/002 rev.0 Foundation Plan Structural 14-Jul-2015 A1

Research Center

Ranger Station

Helipad

S/003 rev.0 First Level Framing Plan Structural 14-Jul-2015 A1

Research Center

Ranger Station

Helipad

S/004 rev.1 Second Level Framing Plan Structural 14-Jul-2015 A1

Research Center

Ranger Station

Helipad

S/005 rev.0 Third Level Framing Plan Structural 14-Jul-2015 A1

Research Center

Ranger Station

Helipad

S/006 rev.1 Roof Framing Plan Structural 14-Jul-2015 A1

Research Center

Ranger Station

Helipad

S/007 rev.1 Typical Section Structural 14-Jul-2015 A1

Ranger Station

S/008 rev.1 Schedule of Column Structural 14-Jul-2015 A1

Schedule of Slab Reinforcement

Schedule of Reinforced Concrete Beam

Typical Reinforced Concrete Beam Elevation

Page 6 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

S/009 rev.1 Connection Details Structural 14-Jul-2015 A1

Connection detail 1

Connection detail 2

Connection detail 3

Connection detail 4

Connection detail 4a

Connection detail 5

Connection detail 5a

Connection detail 6

Connection detail 6a

Connection detail 7

Connection detail 7a

Section thru A

Section thru B

Section thru C

Section thru D Section thru D

Section thru E

Section thru F

S/010 rev.0 Detail of Bored Pile Structural 14-Jul-2015 A1

Pile Cap Partial Elevation for Ranger Station

S/011 rev.0 Pile Cap Partial Elevation for Research Center Structural 14-Jul-2015 A1

Pile Cap Partial Elevation for Helipad

PLUMBING

P.1/01 rev.0 Water Supply Line Plan Plumbing 14-Jul-2015 A1

Ranger Station

Research Center

Helipad

P.1/02 rev.0 Drainage Plan Plumbing 14-Jul-2015 A1

Ranger Station

Research Center

Helipad

E.1/01 rev.0 Ranger Station Electrical 14-Jul-2015 A1

Load Schedule and Computation

General Notes

Solar Powerline Diagram

E.2/01 rev.0 Ranger Station Electrical 14-Jul-2015 A1

First Level Lighting Layout

Second Level Lighting Layout

E.2/02 rev.0 Ranger Station Electrical 14-Jul-2015 A1

Third Level Lighting layout

Light Room Lighting Layout

E.2/03 rev.0 Ranger Station Electrical 14-Jul-2015 A1

Page 7 of 8

QS-002 / Rev. 2 / 01 Jul. 2010

Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS

Client : WORLD WIDE FUND PHILIPPINES Revision No. :

Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015

Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1

(formerly Rider Hunt Liacor, Inc.)

DRAWING REGISTER

RIDER LEVETT BUCKNALL PHILIPPINES, INC.

DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING

SIZETITLE

First Level Lighting Layout

Second Level Power Layout

E.2/04 rev.0 Ranger Station Electrical 14-Jul-2015 A1

Third Level Power Layout

Light Room Power Layout

E.3/01 rev.0 Research Center Electrical 14-Jul-2015 A1

First Level Lighting Layout

Second Level Lighting Layout

E.3/02 rev.0 Research Center Electrical 14-Jul-2015 A1

First Level Power Layout

Second Level Power Layout

E.4/01 rev.0 Helipad Electrical 14-Jul-2015 A1

Under the Bridge Lighting Layout

Under the Helideck Lighting Layout

E.4/02 rev.0 Helipad Electrical 14-Jul-2015 A1

Helideck Ligthing Layout Helideck Ligthing Layout

E.4/03 rev.0 Helipad Electrical 14-Jul-2015 A1

Maintenance Area Level Power Layout

Helideck Level Power Layout

FIRE PROTECTION

M.1/01 rev.0 Fire Protection Plan Fire Protection 14-Jul-2015 A1

Ranger Station

Research Center

Helipad

M.1/02 rev.0 Ranger Station Fire Protection 14-Jul-2015 A1

Water Pump Location Plan

Seawater Distribution System Plan

M.1/03 rev.0 Ranger Station Fire Protection 14-Jul-2015 A1

Seawater Distribution System Plan Section

Seawater Distribution System Plan Isometrci Diagram

M.1/04 rev.0 Research Center Fire Protection 14-Jul-2015 A1

Seawater Distribution System Plan Section

Seawater Distribution System Plan Isometric Diagram

TOTAL NO. OF SHEETS 68

Page 8 of 8

Section 13

BBiidd SSuubbmmiissssiioonn CChheecckklliisstt

ITEM DESCRIPTION SUBMITTED

1

One (1) set of "ORIGINAL COPY" [1st and 2nd Envelope to be sealed and marked

in One (1) outer envelope]

A ELIGIBILITY AND TECHNICAL COMPONENTS (Original Copy-1st Envelope)

Eligibility Documents

Class "A" Documents

a.1

Registration Certificate from Securities and Exchange Commission (SEC), Department

of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development

Authority (CDA) for cooperatives.

a.2

Mayor's Permit issued by the city or municipality where the principal place of business of

the prospective bidder is located

a.3

Statement of all its on-going and completed government and private contracts within ten

(10) years from the submission of bids, including contracts awarded but not yet started, if

any. - (see attached Appendices P & Q)

a.4

Valid PhilippineContractors Accreditation Board (PCAB) license and registration for the

type and cost of the contract for this project & PCAB License/Registration Particulars

(see attached Appendix O)

a.5

Audited financial statements, showing among others, the prospective total and current

assets and liabilities, stamped "received" by the BIR or its duly authorized or accredited

institutions.

a.6

NFCC Computations in accordance with ITB Clause 21.5. (CLC is not considered as

alternate to NFCC)

a.7 Contractor's Profile (see attached Appendix N)

a.8

Contractor's Performance Evaluation System(CPES) Final Rating issued by DPWH,

which must be at least satisfactory

a.9

Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and

approved by the BIR.

a.10 Latest Income and business TaxReturns filed through EFPS(E.O.398, s.2005)

a.11 Renewed Certificate of PhilGEPS Registration

a.12

Tax Clearance issued by the Provincial Treasurer's office as proof of full and timely

payment of taxes/fees due to the PGP, and/or Certification issued by the Provincial

assessors as to "no landholdings" within the tax jurisdiction of Palawan.

Class "B" Documents

a.13

if applicable, valid Joint Venture Agreement (JVA) or, in lieu therof, duly notarized

statements from all the potential joint venture partners stating that they will enter into and

abide by the provisions of the JVA in the instance that the bid is successful shall be

included in the bid.

Technical Documents

a.14 Bid Security or Bid Securing Declaration

a.15 Sworn Statement using the form prescribed in Appendix I

B TENDER AND FINANCIAL COMPONENTS (Original Copy-1st Envelope)

b.1 Instructions to Bidders

b.2 Letter of Certification from the Owner approved bonding and/or insurance company

b.3 Form of Bid

b.4 Main Construction Agreement

b.5 General Conditions of Contract

b.6 Special Conditions of Contract

b.7 Summary of Bid

b.8 Bill of Preliminaries/ General Requirements

b.9 Trade Preambles

b.10 Rules for Construction Measurement

b.11 Bills of Quantities / Bills of Materials

Tubbataha Management Office

Tubbataha Reefs Natural Park Ranger Station

CP-01: General Construction Works (Main Module)

BID SUBMISSION CHECKLIST

Bid Submission Checklist

CP-01: General Construction Works

Tubbataha Reefs Natural Park Ranger Station

Page 1 of 2

Bid Documents - July 2015

Prepared by: Rider Levett Bucknall Phils. Inc.

ITEM DESCRIPTION SUBMITTED

Tubbataha Management Office

Tubbataha Reefs Natural Park Ranger Station

CP-01: General Construction Works (Main Module)

BID SUBMISSION CHECKLIST

b.12 Bid Specification

b.13 Bid Drawings with Drawing Register (in A3 size paper)

b.14 Master Construction Program

b.15 Manpower Schedule

b.16 Cash Flow Forecast

b.17 Equipment Schedule

b.18 Organizational Chart

b.19 List of Domestic Sub-contractors

b.20 Key Personnel Resumes

b.21 Construction Methodology

b.22 Site Safety Program

b.23 Completed BOQ on CD in excel format

b.24 Bid Submission Checklist duly completed

b.25 Appendices A - Q inclusive

b.26 Issued Bid Bulletins

b.27 Issued Addenda Drawings

2

One (1) set of "COPY NO.1" [1st and 2nd Envelope to be sealed and marked in

One (1) outer envelope]

ELIGIBILITY AND TECHNICAL COMPONENTS (Copy No.1-1st Envelope)

TENDER AND FINANCIAL COMPONENTS (Copy No.1-2nd Envelope)

3

One (1) set of "COPY NO.2" [1st and 2nd Envelope to be sealed and marked in

One (1) outer envelope]

ELIGIBILITY AND TECHNICAL COMPONENTS (Copy No.2-1st Envelope)

TENDER AND FINANCIAL COMPONENTS (Copy No.2-2nd Envelope)

Above COPY NO.1 and COPY NO.2 should have the same complete documents

with the ORIGINAL COPY.

Submitted by: _______________________

Date : _________________________

Bid Submission Checklist

CP-01: General Construction Works

Tubbataha Reefs Natural Park Ranger Station

Page 2 of 2

Bid Documents - July 2015

Prepared by: Rider Levett Bucknall Phils. Inc.

Section 14

SSuupppplleemmeennttaall BBiidd BBuulllleettiinnss

Section 15

GGeeootteecchhnniiccaall IInnvveessttiiggaattiioonn RReeppoorrtt

PROPOSED TUBBATAHA RANGER STATION TUBBATAHA PALAWAN

A.M. GEOCONSULT & ASSOCIATES, INC.

SEPTEMBER 2013

Prepared for:

TUBBATAHA MANAGEMENT OFFICE

Report Reference #: 1305SFI1_RGIR_CCA_0

This Geotechnical Investigation Report should not be copied, altered, divulged, or reproduced

without written approval from A.M. Geoconsult & Associates, Inc.

Test results and corresponding opinion and interpretation relate only to the items obtained from

the specified sampling locations and tested in the company’s laboratory and/or other qualified

laboratories commissioned by the company. The Client should be aware that conclusions and

recommendations presented in this report are subject to confirmation (to the extent possible)

based on the conditions revealed after the geotechnical investigation. Variations from the

conditions portrayed such as perched groundwater, soft deposits, hard layers, or cavities, which

are not indicated by the test explorations, may occur in localized areas and may require probing

or corrections in the field to attain a properly constructed project.

Name and address of the laboratory: A.M. Geoconsult & Associates, Inc. #12 South

Zuzuarregui Street, Old Balara, Quezon City, PHILIPPINES 1119.

GEOTECHNICAL INVESTIGATION REPORT

PROPOSED TUBBATAHA RANGER STATION Tubbataha Palawan

TABLE OF CONTENTS Opinion and Interpretation

1.0 Introduction ……………………………………………………………………

2.0 Scope of Work Summary………….…………………………………………

2.1 Drilling Work………..………………………………………………………….

2.2 Laboratory Works……………………………………………………………..

3.0 Methodology of the Investigation………………………………….……..…

3.1 Details of Field Works………..………………….…………………………

3.2 Details of Laboratory Works.....………………………………………………

4.0 Results of the Investigation………….……………………………………….

5.0 Foundation Design Recommendations……..……………….. ……………

5.1 Foundation Condition and Scheme…………..………………………………

5.2 Pile Capacity Data………………………………….…………………………..

5.3 Recommended Pile Tip Elevation……………………………………………

5.4 Horizontal Modulus of Subgrade Reaction, kh………………………………

6.0 Limitations…………………………….…….……. .………………………….

Appendices

Appendix A: Borehole Location Plan

Appendix B: Soil Profiles

Appendix C: Final Boring Logs

Appendix D: Summaries of Test Results and Particle Size Analysis & Atterberg

Limits (ASTM) Test Reports

Appendix E: Photographs

page 1

page 2

page 2

page 2

page 2

page 2-3

page 3-4

page 4-5

page 5

page 5-6

page 6-8

page 8-9

page 9-10

page 10

OPINION AND INTERPRETATION

APPENDIX A: BOREHOLE LOCATION PLAN

PREPARED BY: CLIENT / CONSULTANT: SKETCHED BY:

APPROVED BY:

ARNOLD MARTIN

Field Engineer

CHRISTIAN IBANEZ

Head of Engineering Department

REMEDIOS SOLDAO

Technical Manager

PROJECT TITLE:

SHEET TITLE:LOCATION PLAN

DRAWING NO:

REFERENCE NO.:

CHECKED BY:

LP-01

LP-01

R-LPBH v.2 É 2009 A.M. Geoconsult and Associates, Inc. This report should not be copied, altered, divulged or reproduced, in full or in part, without prior consent from A.M. Geoconsult & Associates, Inc.

#12 South Zuzuarregui Street, Old Balara,

Quezon City Philippines 1119

Email: [email protected]

TELEFAX: +63(2) 931-8883, +63(2) 932-9585

1305SFI1_RLPBH_BH1-3_0

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED

TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

TUBBATAHA MANAGEMENT OFFICE

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

APPENDIX B: SOIL PROFILES

0.00

10 20 30 40 50>500DEPTH(m) SPT N-VALUES

USCSN -

VALUE

1.50

3.00

4.50

5.76

7.31

9.00

10.50

END OF BH-1

@ a depth of 10.50 METERS

BH-1

34

58

11

28

12

25

77

SM

GP-

GM

GP-

GM

SM

SM

SP-

SM

GP-

GM

0.00

10 20 30 40 50>500DEPTH(m) SPT N-VALUES

USCSN -

VALUE

1.50

3.00

4.50

5.76

7.31

9.00

10.50

END OF BH-2

@ a depth of 10.50 METERS

BH-2

50/

7

17

35

55

58

29

54

SP

SP-

SM

SP

SP

SP

SP-

SM

SW-

SM

0.00

10 20 30 40 50>500DEPTH(m) SPT N-VALUES

USCSN -

VALUE

1.50

3.00

4.50

5.76

7.31

9.00

10.50

END OF BH-3

@ a depth of 10.50 METERS

BH-3

15

28

11

30

37

38

54

SM

SM

SP

SM

SP-

SM

SM

SM

PREPARED BY: CLIENT / CONSULTANT: SKETCHED BY:

APPROVED BY:

Field Engineer

Head of Engineering Department

REMEDIOS SOLDAO

PROJECT TITLE:

SHEET TITLE:SOIL PROFILE

DRAWING NO:

REFERENCE NO.:

CHECKED BY:

SP-01

SP-01

R-SPBH v.2 É 2009 A.M. Geoconsult and Associates, Inc. This report should not be copied, altered, divulged or reproduced, in full or in part, without prior consent from A.M. Geoconsult & Associates, Inc.

#12 South Zuzuarregui Street, Old Balara,

Quezon City Philippines 1119

Email: [email protected]

TELEFAX: +63(2) 931-8883, +63(2) 932-9585

CLAY

SILT

SAND

GRAVEL

INFERREDWATER LEVELSPT - NVALUE > 50

ROCK/HARD STRATA

LEGEND

PEAT

CHRISTIAN IBANEZ

Technical Manager

ARNOLD MARTIN

1305SFI1_RSPBH_BH1-3_0

TUBBATAHA MANAGEMENT OFFICE

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED

TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

APPENDIX C: FINAL BORING LOGS

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Sampling Location:

Date of Sampling: Borehole Number:

Site Topography: Borehole Depth (m):

Weather Condition: Ground Elevation (m):

Coordinates: Ground Water Level (m):

Station: Date/Time Measured:

Type of Drilling Machine: Drilling Orientation:

Type of Hammer: Type of Drill Pump:

10 20 30 40 50 >50

1.05

1.50 1.50 SS1 56 - 26 18 16 34 DENSE

2.55

3.00 3.00 SS2 100 - 18 30 28 58 VERY DENSE

4.05

4.50 4.50 SS3 67 - 4 6 5 11 MEDIUM DENSE

5.55

6.00 6.00 SS4 100 - 14 14 14 28 DENSE

7.05

7.50 7.50 SS5 67 - 5 5 7 12 MEDIUM DENSE

8.55

9.00 9.00 SS6 89 - 10 10 15 25 DENSE

10.05

10.50 10.50 SS7 51 - 28 35 42 77 VERY DENSE

TYPES OF SAMPLING TYPES OF SOIL

Wash Boring Clay

Coring Sand

Undisturbed Sampling Silt

Standard Penetration Test Gravel

Shell

Tuff

Performed by:

Checked by:

Approved by: 1305SFI1_RFBL_BH-1 ( OFFSHORE)_0

- LOW TIDE 1M, HIGH TIDE 2M

- -

N 850.999, E 11955.079 FLOODED

SEMI-AUTOMATIC HAMMER FMC DRILL PUMP

TONI RIG MACHINE VERTICAL

FINAL BORING LOG

ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

SUNNY -

TUBBATAHA, PALAWAN

08/31/13 BH-1 ( OFFSHORE)

FLAT 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

SOIL DESCRIPTIONSOIL

SYMBOLREMARKS

Pale Yellow

poorly-graded GRAVEL with silt and

sand (GP-GM)

REC.

(%)

RQD

(%)

SPT BLOWS

PER 15 cm

N-

VALUE

N-VALUE (Graphical) CONSISTENCY/

RQD

DESCRIPTION

DEPTH

(m)

SAMPLING

DEPTH (m)

SAMPLE

ID

TYPE OF

SAMPLING

Buff White

poorly-graded GRAVEL with silt and

sand (GP-GM)

Pale Yellow

silty SAND (SM)

Pale Yellow

poorly-graded SAND with silt (SP-SM)

Buff White

silty SAND with gravel (SM)

Buff White

silty SAND (SM)

Pale Yellow

poorly-graded GRAVEL with silt and

sand (GP-GM)

CHRISTIAN IBAÑEZ

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department Page 1 of 1

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

LEGENDS,

SYMBOLS, AND

RANGE OF

VALUES

Sizes and type of the samplers used are shown in the Field Boring Log

ROMEO MANSALAYSenior Driller

COHESIVE SOIL

N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard

GRANULAR SOIL

N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense

ROCK QUALITY

DESIGNATION (RQD)

RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Sampling Location:

Date of Sampling: Borehole Number:

Site Topography: Borehole Depth (m):

Weather Condition: Ground Elevation (m):

Coordinates: Ground Water Level (m):

Station: Date/Time Measured:

Type of Drilling Machine: Drilling Orientation:

Type of Hammer: Type of Drill Pump:

10 20 30 40 50 >50

1.05

1.50 1.27 SS1 67 - 37 50/7 - 50/7 VERY DENSE

2.55

3.00 3.00 SS2 89 - 6 7 10 17 MEDIUM DENSE

4.05

4.50 4.50 SS3 78 - 12 15 20 35 DENSE

5.55

6.00 6.00 SS4 89 - 15 25 30 55 VERY DENSE

7.05

7.50 7.50 SS5 89 - 20 28 30 58 VERY DENSE

8.55

9.00 9.00 SS6 67 - 10 13 16 29 DENSE

10.05

10.50 10.50 SS7 89 - 21 21 33 54 VERY DENSE

TYPES OF SAMPLING TYPES OF SOIL

Wash Boring Clay

Coring Sand

Undisturbed Sampling Silt

Standard Penetration Test Gravel

Shell

Tuff

Performed by:

Checked by:

Approved by: 1305SFI1_RFBL_BH-2 (OFFSHORE)_0

CHRISTIAN IBAÑEZ

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department Page 1 of 1

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

LEGENDS,

SYMBOLS, AND

RANGE OF

VALUES

Sizes and type of the samplers used are shown in the Field Boring Log

ROMEO MANSALAYSenior Driller

Pale Yellow

well-graded SAND with silt and gravel

(SW-SM)

Pale Yellow

poorly-graded SAND with gravel (SP)

Pale Yellow

poorly-graded SAND with silt (SP-SM)

Pale Yellow

poorly-graded SAND (SP)

Pale Yellow

poorly-graded SAND with gravel (SP)

Pale Yellow

poorly-graded SAND with silt (SP-SM)

DEPTH

(m)

SAMPLING

DEPTH (m)

SAMPLE

ID

TYPE OF

SAMPLINGSOIL DESCRIPTION

SOIL

SYMBOLREMARKS

Pale Yellow

poorly-graded SAND with gravel (SP)

REC.

(%)

RQD

(%)

SPT BLOWS

PER 15 cm

N-

VALUE

N-VALUE (Graphical) CONSISTENCY/

RQD

DESCRIPTION

FINAL BORING LOG

ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

FAIR -

TUBBATAHA, PALAWAN

8/30-31/2013 BH-2 (OFFSHORE)

FLAT 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

- LOW TIDE 1M, HIGH TIDE 2M

- -

N 851.201, E 11953.071 FLOODED

SEMI-AUTOMATIC HAMMER FMC DRILL PUMP

TONI RIG MACHINE VERTICAL

COHESIVE SOIL

N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard

GRANULAR SOIL

N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense

ROCK QUALITY

DESIGNATION (RQD)

RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Sampling Location:

Date of Sampling: Borehole Number:

Site Topography: Borehole Depth (m):

Weather Condition: Ground Elevation (m):

Coordinates: Ground Water Level (m):

Station: Date/Time Measured:

Type of Drilling Machine: Drilling Orientation:

Type of Hammer: Type of Drill Pump:

10 20 30 40 50 >50

1.05

1.50 1.50 SS1 89 - 6 8 7 15 MEDIUM DENSE

2.55

3.00 3.00 SS2 89 - 10 15 13 28 DENSE

4.05

4.50 4.50 SS3 89 - 5 6 5 11 MEDIUM DENSE

5.55

6.00 6.00 SS4 100 - 10 12 18 30 DENSE

7.05

7.50 7.50 SS5 78 - 15 15 22 37 DENSE

8.55

9.00 9.00 SS6 78 - 16 18 20 38 DENSE

10.05

10.50 10.50 SS7 89 - 18 22 32 54 VERY DENSE

TYPES OF SAMPLING TYPES OF SOIL

Wash Boring Clay

Coring Sand

Undisturbed Sampling Silt

Standard Penetration Test Gravel

Shell

Tuff

Performed by:

Checked by:

Approved by: 1305SFI1_RFBL_BH-3 (OFFSHORE)_0

- LOW TIDE 1M, HIGH TIDE 2M

- -

N 850.977, E 11951.073 FLOODED

SEMI-AUTOMATIC HAMMER FMC DRILL PUMP

TONI RIG MACHINE VERTICAL

FINAL BORING LOG

ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

SUNNY -

TUBBATAHA, PALAWAN

09/01/13 BH-3 (OFFSHORE)

FLAT 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

SOIL DESCRIPTIONSOIL

SYMBOLREMARKS

Buff White

poorly-graded SAND (SP)

REC.

(%)

RQD

(%)

SPT BLOWS

PER 15 cm

N-

VALUE

N-VALUE (Graphical) CONSISTENCY/

RQD

DESCRIPTION

DEPTH

(m)

SAMPLING

DEPTH (m)

SAMPLE

ID

TYPE OF

SAMPLING

Buff White

silty SAND with gravel (SM)

Pale Yellow

poorly-graded SAND with silt and gravel

(SP-SM)

Pale Yellow

silty SAND (SM)

Buff White

silty SAND with gravel (SM)

Buff White

silty SAND with gravel (SM)

Buff White

silty SAND with gravel (SM)

CHRISTIAN IBAÑEZ

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department Page 1 of 1

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

LEGENDS,

SYMBOLS, AND

RANGE OF

VALUES

Sizes and type of the samplers used are shown in the Field Boring Log

ROMEO MANSALAYSenior Driller

COHESIVE SOIL

N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard

GRANULAR SOIL

N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense

ROCK QUALITY

DESIGNATION (RQD)

RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

APPENDIX D: SUMMARIES OF TEST RESULTS AND

PARTICLE SIZE ANALYSIS & ATTERBERG LIMITS

TEST REPORTS

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name: Borehole Number:

Project Location: Borehole Depth (m):

Client: Project Reference #: 1305SFI1 Coordinates:

Client's Address: Station:

Consultant: Contact Number: -

Sampling Location: Sampling Proc./Date:

Site Topography: Weather Condition: SUNNY Date of Testing:

SS1 GP-GM NL NP 25.7 - - - - 100 70 58 53 48 28 13 8 NO - - - - -

SS2 GP-GM NL NP 26.1 - - - - - 100 65 55 48 31 17 12 NO - - - - -

SS3 SM NL NP 27.5 - - - - - 100 79 69 62 48 35 29 NO - - - - -

SS4 SM NL NP 30.2 - - - - - 100 93 88 84 57 25 19 NO - - - - -

SS5 SM NL NP 27.8 - - - - - 100 96 92 90 59 27 22 NO - - - - -

SS6 SP-SM NL NP 23.5 - - - - - 100 93 87 78 40 15 11 NO - - - - -

SS7 GP-GM NL NP 15.1 - - - - 100 78 55 47 37 19 9 7 NO - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

Encoded by: Approved by:

Checked by:

1305SFI1_RSBHT_BH-1 ( OFFSHORE)_0

Page 1 of 1

FLAT 09/09/13

SUMMARY OF BOREHOLE TEST RESULTS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-1 ( OFFSHORE)

TUBBATAHA, PALAWAN 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) N 850.999, E 11955.079

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -

-

TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 8/31/13

SAMPLE

ID

SAMPLE

DEPTH (m)USCS SYMBOL

ATTERBERG

LIMITS

MO

IST

UR

E

CO

NT

EN

T (

%)

4.05-4.50

#4 (4.75 mm)

#10 (2.00 mm)

#40 (0.425 mm)

#100 (0.150 mm)

LL (%) PI (%) 3" (75.00 mm)

2 1/2" (63.00 mm)

2" (50.00 mm)

1 1/2" (37.50 mm)

1" (25.00 mm)

3/4" (19.00 mm)

3/8" (9.50 mm)

-

CC

1.05-1.50

2.55-3.00

#200 (0.075 mm)

еоHY

DR

OM

ET

ER

PE

RF

OR

ME

D?

SPECIFIC

GRAVITY UCT (kN/m

2)

*TRIAXIAL

(kg/cm2)

*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)

-

5.55-6.00

7.05-7.50

8.55-9.00

10.05-10.50

-

-

-

*Test/s are not ISO/IEC 17025:2008 Accredited

-

-

ANA LIZA HUISO REMEDIOS SOLDAO

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Office Engineer Head of Engineering Department

CHRISTIAN IBAÑEZ

Technical Manager

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

216.70

176.58

3" 75.000 0.00 0.00 100.00 - - - - 20.54

2 1/2" 63.000 0.00 0.00 100.00 - - - - 40.12

2" 50.000 0.00 0.00 100.00 - - - - 156.04

1 1/2" 37.500 0.00 0.00 100.00 - - - - 25.7

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 73.61 47.17 52.83 ±0.07 1.96

#10 2.000 80.90 51.85 48.15 ±0.1 1.96

#100 0.150 135.95 87.13 12.87 ±1.03 1.96

#200 0.075 143.10 91.71 8.29 ±1.26 1.96 25.7

±0.02

1.96

NL

-

-

NP

-

-

NP

GP-GM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 1 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

-

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

Consultant: - Contact Number:

Sample ID: SS1

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

N 850.999, E 11955.079

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 1.05 - 1.50

09/09/13

Mass of Dry Soil (g)Moisture Content (%)

Number of Blows

Trial Number

Can Number

Wet Soil + Can (g)

Dry Soil + Can (g)

Mass of Can (g)

Moisture Loss (g)

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method Hydrometer Method

Ave. PL

(%):NP

Liquid Limit (%) NL

Plasticity Index (%) NP

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

3/4" 19.000

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

-

3/8" 9.500 64.90 41.59 58.41 ±0.01 1.96 - -

46.64 29.89 70.11 ±0.01 1.96 -

U95x

kx

Plastic Limit (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

111.75 71.62 28.38 ±0.73 1.96

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

#40 0.425

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

USCS Symbol:

Soil Description:

Pale Yellow, poorly-graded GRAVEL

with silt and sand

U95x

kx

Plasticity Index (%):

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Senior Laboratory Technician

CHRISTIAN IBANEZ

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

ass

ing

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cob

ble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

237.46

191.91

3" 75.000 0.00 0.00 100.00 - - - - 17.34

2 1/2" 63.000 0.00 0.00 100.00 - - - - 45.55

2" 50.000 0.00 0.00 100.00 - - - - 174.57

1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.1

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 78.48 44.96 55.04 ±0.07 1.96

#10 2.000 90.70 51.96 48.04 ±0.09 1.96

#100 0.150 145.00 83.06 16.94 ±0.92 1.96

#200 0.075 153.79 88.10 11.90 ±1.13 1.96 26.1

±0.01

1.96

NL

-

-

NP

-

-

NP

GP-GM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 2 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 2.55 - 3.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS2

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 60.63 34.73 65.27 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

31.38 ±0.65 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 119.79 68.62

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Buff White, poorly-graded GRAVEL with

silt and sand

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

271.61

216.93

3" 75.000 0.00 0.00 100.00 - - - - 18.17

2 1/2" 63.000 0.00 0.00 100.00 - - - - 54.68

2" 50.000 0.00 0.00 100.00 - - - - 198.76

1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.5

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 60.84 30.61 69.39 ±0.06 1.96

#10 2.000 75.33 37.90 62.10 ±0.08 1.96

#100 0.150 129.31 65.06 34.94 ±0.81 1.96

#200 0.075 140.71 70.79 29.21 ±0.99 1.96 27.5

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 3 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 4.05 - 4.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS3

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 41.36 20.81 79.19 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

48.25 ±0.57 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 102.85 51.75

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

gray, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

254.12

199.23

3" 75.000 0.00 0.00 100.00 - - - - 17.41

2 1/2" 63.000 0.00 0.00 100.00 - - - - 54.89

2" 50.000 0.00 0.00 100.00 - - - - 181.82

1 1/2" 37.500 0.00 0.00 100.00 - - - - 30.2

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 21.62 11.89 88.11 ±0.06 1.96

#10 2.000 28.24 15.53 84.47 ±0.09 1.96

#100 0.150 135.80 74.69 25.31 ±0.88 1.96

#200 0.075 148.04 81.42 18.58 ±1.08 1.96 30.2

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 4 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 5.55 - 6.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS4

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 13.26 7.29 92.71 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

57.31 ±0.63 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 77.62 42.69

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Buff White, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

395.29

313.98

3" 75.000 0.00 0.00 100.00 - - - - 21.60

2 1/2" 63.000 0.00 0.00 100.00 - - - - 81.31

2" 50.000 0.00 0.00 100.00 - - - - 292.38

1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.8

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 22.47 7.69 92.31 ±0.04 1.96

#10 2.000 30.28 10.36 89.64 ±0.06 1.96

#100 0.150 214.13 73.24 26.76 ±0.55 1.96

#200 0.075 228.58 78.18 21.82 ±0.67 1.96 27.8

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 5 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 7.05 - 7.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS5

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 10.90 3.73 96.27 ±0 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

59.03 ±0.39 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 119.78 40.97

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

267.82

221.04

3" 75.000 0.00 0.00 100.00 - - - - 21.82

2 1/2" 63.000 0.00 0.00 100.00 - - - - 46.78

2" 50.000 0.00 0.00 100.00 - - - - 199.22

1 1/2" 37.500 0.00 0.00 100.00 - - - - 23.5

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 26.74 13.42 86.58 ±0.06 1.96

#10 2.000 43.07 21.62 78.38 ±0.08 1.96

#100 0.150 169.19 84.93 15.07 ±0.81 1.96

#200 0.075 177.76 89.23 10.77 ±0.99 1.96 23.5

±0.01

1.96

NL

-

-

NP

-

-

NP

SP-SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 6 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 8.55 - 9.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS6

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 14.89 7.47 92.53 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

39.72 ±0.57 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 120.08 60.28

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

, poorly-graded SAND with silt

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

333.15

292.62

3" 75.000 0.00 0.00 100.00 - - - - 23.86

2 1/2" 63.000 0.00 0.00 100.00 - - - - 40.53

2" 50.000 0.00 0.00 100.00 - - - - 268.76

1 1/2" 37.500 0.00 0.00 100.00 - - - - 15.1

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 141.68 52.72 47.28 ±0.04 1.96

#10 2.000 168.87 62.83 37.17 ±0.06 1.96

#100 0.150 244.75 91.07 8.93 ±0.6 1.96

#200 0.075 251.04 93.41 6.59 ±0.73 1.96 15.1

±0.01

1.96

NL

-

-

NP

-

-

NP

GP-GM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0

Page 7 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 10.05 - 10.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)

N 850.999, E 11955.079 Sample ID: SS7

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

1.96 - -

3/8" 9.500 121.72 45.29 54.71 ±0.01 1.96

3/4" 19.000 58.33 21.70 78.30 ±0.01

- -

19.44 ±0.42 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 216.50 80.56

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, poorly-graded GRAVEL

with silt and sand

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.20

0.40

0.60

0.80

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Cobble

s

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name: Borehole Number:

Project Location: Borehole Depth (m):

Client: Project Reference #: 1305SFI1 Coordinates:

Client's Address: Station:

Consultant: Contact Number: -

Sampling Location: Sampling Proc./Date:

Site Topography: Weather Condition: FAIR Date of Testing:

SS1 SP NL NP 22.3 - - - - 100 78 63 52 40 16 4 3 NO - - - - -

SS2 SP-SM NL NP 22.5 - - - - - 100 93 90 84 27 8 5 NO - - - - -

SS3 SP NL NP 27.5 - - - - - 100 99 95 82 33 6 3 NO - - - - -

SS4 SP NL NP 18.7 - - - - - 100 95 71 50 21 4 2 NO - - - - -

SS5 SP NL NP 21.6 - - - - - 100 97 78 59 27 5 2 NO - - - - -

SS6 SP-SM NL NP 26.4 - - - - - 100 97 89 81 55 16 11 NO - - - - -

SS7 SW-SM NL NP 19.6 - - - - - 100 93 84 68 23 8 6 NO - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

Encoded by: Approved by:

Checked by:

1305SFI1_RSBHT_BH-2 (OFFSHORE)_0

Page 1 of 1

ANA LIZA HUISO REMEDIOS SOLDAO

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Office Engineer Head of Engineering Department

CHRISTIAN IBAÑEZ

Technical Manager

-

-

*Test/s are not ISO/IEC 17025:2008 Accredited

-

-

-

5.55-6.00

7.05-7.50

8.55-9.00

10.05-10.50

-

-

CC

1.05-1.27

2.55-3.00

#200 (0.075 mm)

еоHY

DR

OM

ET

ER

PE

RF

OR

ME

D?

SPECIFIC

GRAVITY UCT (kN/m

2)

*TRIAXIAL

(kg/cm2)

*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)

4.05-4.50

#4 (4.75 mm)

#10 (2.00 mm)

#40 (0.425 mm)

#100 (0.150 mm)

LL (%) PI (%) 3" (75.00 mm)

2 1/2" (63.00 mm)

2" (50.00 mm)

1 1/2" (37.50 mm)

1" (25.00 mm)

3/4" (19.00 mm)

3/8" (9.50 mm)

SAMPLE

ID

SAMPLE

DEPTH (m)USCS SYMBOL

ATTERBERG

LIMITS

MO

IST

UR

E

CO

NT

EN

T (

%)

FLAT 09/09/13

SUMMARY OF BOREHOLE TEST RESULTS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-2 (OFFSHORE)

TUBBATAHA, PALAWAN 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) N 851.201, E 11953.071

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -

-

TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 8/30/13

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

280.97

233.01

3" 75.000 0.00 0.00 100.00 - - - - 17.68

2 1/2" 63.000 0.00 0.00 100.00 - - - - 47.96

2" 50.000 0.00 0.00 100.00 - - - - 215.33

1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.3

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 102.98 47.82 52.18 ±0.05 1.96

#10 2.000 128.96 59.89 40.11 ±0.08 1.96

#100 0.150 205.71 95.53 4.47 ±0.75 1.96

#200 0.075 208.77 96.95 3.05 ±0.91 1.96 22.3

±0.01

1.96

NL

-

-

NP

-

-

NP

SP

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 1 of 7

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Senior Laboratory Technician

CHRISTIAN IBANEZ

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

USCS Symbol:

Soil Description:

Pale Yellow, poorly-graded SAND with

gravel

U95x

kx

Plasticity Index (%):

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

U95x

kx

Plastic Limit (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

181.92 84.48 15.52 ±0.53 1.96

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

#40 0.425

Mass of Can (g):

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

-

3/8" 9.500 79.98 37.14 62.86 ±0.01 1.96 - -47.23 21.93 78.07 ±0.01 1.96 -

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method Hydrometer Method

Ave. PL

(%):NP

Liquid Limit (%) NL

Plasticity Index (%) NP

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

3/4" 19.000

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Dry Soil (g)Moisture Content (%)

Number of Blows

Trial Number

Can Number

Wet Soil + Can (g)

Dry Soil + Can (g)

Mass of Can (g)

Moisture Loss (g)

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 1.05 - 1.27

09/09/13

Consultant: - Contact Number:

Sample ID: SS1

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

N 851.201, E 11953.071

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

-

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

217.47

181.20

3" 75.000 0.00 0.00 100.00 - - - - 20.27

2 1/2" 63.000 0.00 0.00 100.00 - - - - 36.27

2" 50.000 0.00 0.00 100.00 - - - - 160.93

1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.5

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 15.58 9.68 90.32 ±0.07 1.96

#10 2.000 26.34 16.37 83.63 ±0.1 1.96

#100 0.150 148.74 92.43 7.57 ±1 1.96

#200 0.075 152.30 94.64 5.36 ±1.22 1.96 22.5

±0.01

1.96

NL

-

-

NP

-

-

NP

SP-SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 2 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, poorly-graded SAND with

silt

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 117.06 72.74

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

27.26 ±0.71 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 11.87 7.38 92.62 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 2.55 - 3.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS2

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

214.77

172.86

3" 75.000 0.00 0.00 100.00 - - - - 20.32

2 1/2" 63.000 0.00 0.00 100.00 - - - - 41.91

2" 50.000 0.00 0.00 100.00 - - - - 152.54

1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.5

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 8.36 5.48 94.52 ±0.08 1.96

#10 2.000 27.07 17.75 82.25 ±0.11 1.96

#100 0.150 143.36 93.98 6.02 ±1.05 1.96

#200 0.075 148.43 97.31 2.69 ±1.29 1.96 27.5

±0.02

1.96

NL

-

-

NP

-

-

NP

SP

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 3 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

gray, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 101.64 66.63

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

33.37 ±0.75 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 1.93 1.27 98.73 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 4.05 - 4.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS3

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

206.95

177.15

3" 75.000 0.00 0.00 100.00 - - - - 17.46

2 1/2" 63.000 0.00 0.00 100.00 - - - - 29.80

2" 50.000 0.00 0.00 100.00 - - - - 159.69

1 1/2" 37.500 0.00 0.00 100.00 - - - - 18.7

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 45.80 28.68 71.32 ±0.07 1.96

#10 2.000 80.62 50.49 49.51 ±0.1 1.96

#100 0.150 153.09 95.87 4.13 ±1.01 1.96

#200 0.075 156.53 98.02 1.98 ±1.23 1.96 18.7

±0.01

1.96

NL

-

-

NP

-

-

NP

SP

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 4 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, poorly-graded SAND with

gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 126.36 79.13

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

20.87 ±0.71 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 8.10 5.07 94.93 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 5.55 - 6.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS4

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

257.17

214.47

3" 75.000 0.00 0.00 100.00 - - - - 17.00

2 1/2" 63.000 0.00 0.00 100.00 - - - - 42.70

2" 50.000 0.00 0.00 100.00 - - - - 197.47

1 1/2" 37.500 0.00 0.00 100.00 - - - - 21.6

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 42.47 21.51 78.49 ±0.06 1.96

#10 2.000 81.42 41.23 58.77 ±0.08 1.96

#100 0.150 187.87 95.14 4.86 ±0.81 1.96

#200 0.075 192.81 97.64 2.36 ±1 1.96 21.6

±0.01

1.96

NL

-

-

NP

-

-

NP

SP

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 5 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, poorly-graded SAND with

gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 144.75 73.30

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

26.70 ±0.58 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 6.51 3.30 96.70 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 7.05 - 7.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS5

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

262.91

212.55

3" 75.000 0.00 0.00 100.00 - - - - 21.81

2 1/2" 63.000 0.00 0.00 100.00 - - - - 50.36

2" 50.000 0.00 0.00 100.00 - - - - 190.74

1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.4

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 20.39 10.69 89.31 ±0.06 1.96

#10 2.000 36.82 19.30 80.70 ±0.08 1.96

#100 0.150 160.12 83.95 16.05 ±0.84 1.96

#200 0.075 169.09 88.65 11.35 ±1.03 1.96 26.4

±0.01

1.96

NL

-

-

NP

-

-

NP

SP-SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 6 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

, poorly-graded SAND with silt

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 86.30 45.24

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

54.76 ±0.6 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 5.40 2.83 97.17 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 8.55 - 9.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS6

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

255.93

217.57

3" 75.000 0.00 0.00 100.00 - - - - 21.65

2 1/2" 63.000 0.00 0.00 100.00 - - - - 38.36

2" 50.000 0.00 0.00 100.00 - - - - 195.92

1 1/2" 37.500 0.00 0.00 100.00 - - - - 19.6

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 30.91 15.78 84.22 ±0.06 1.96

#10 2.000 63.21 32.26 67.74 ±0.08 1.96

#100 0.150 179.96 91.85 8.15 ±0.82 1.96

#200 0.075 185.04 94.45 5.55 ±1 1.96 19.6

±0.01

1.96

NL

-

-

NP

-

-

NP

SW-SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0

Page 7 of 7Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, well-graded SAND with silt

and gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 150.20 76.66

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

23.34 ±0.58 1.96

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 13.24 6.76 93.24 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 10.05 - 10.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)

N 851.201, E 11953.071 Sample ID: SS7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name: Borehole Number:

Project Location: Borehole Depth (m):

Client: Project Reference #: 1305SFI1 Coordinates:

Client's Address: Station:

Consultant: Contact Number: -

Sampling Location: Sampling Proc./Date:

Site Topography: Weather Condition: SUNNY Date of Testing:

SS1 SP NL NP 30.6 - - - - - - 100 97 85 18 3 2 NO - - - - -

SS2 SM NL NP 25.5 - - - - - 100 81 73 67 55 28 16 NO - - - - -

SS3 SM NL NP 35.6 - - - - 100 75 60 60 57 43 23 16 NO - - - - -

SS4 SM NL NP 33.8 - - - - - 100 86 82 78 54 19 14 NO - - - - -

SS5 SP-SM NL NP 26.9 - - - - - 100 87 81 76 47 13 9 NO - - - - -

SS6 SM NL NP 28.3 - - - - - 100 91 86 83 66 20 12 NO - - - - -

SS7 SM NL NP 22.1 - - - - - 100 79 70 64 50 31 23 NO - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - -

Encoded by: Approved by:

Checked by:

1305SFI1_RSBHT_BH-3 (OFFSHORE)_0

Page 1 of 1

FLAT 09/09/13

SUMMARY OF BOREHOLE TEST RESULTS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-3 (OFFSHORE)

TUBBATAHA, PALAWAN 10.50M

TUBBATAHA MANAGEMENT OFFICE (TMO) N 850.977, E 11951.073

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -

-

TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 9/1/13

SAMPLE

ID

SAMPLE

DEPTH (m)USCS SYMBOL

ATTERBERG

LIMITS

MO

IST

UR

E

CO

NT

EN

T (

%)

4.05-4.50

#4 (4.75 mm)

#10 (2.00 mm)

#40 (0.425 mm)

#100 (0.150 mm)

LL (%) PI (%) 3" (75.00 mm)

2 1/2" (63.00 mm)

2" (50.00 mm)

1 1/2" (37.50 mm)

1" (25.00 mm)

3/4" (19.00 mm)

3/8" (9.50 mm)

-

CC

1.05-1.50

2.55-3.00

#200 (0.075 mm)

еоHY

DR

OM

ET

ER

PE

RF

OR

ME

D?

SPECIFIC

GRAVITY UCT (kN/m

2)

*TRIAXIAL

(kg/cm2)

*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)

-

5.55-6.00

7.05-7.50

8.55-9.00

10.05-10.50

-

-

-

*Test/s are not ISO/IEC 17025:2008 Accredited

-

-

ANA LIZA HUISO REMEDIOS SOLDAO

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Office Engineer Head of Engineering Department

CHRISTIAN IBAÑEZ

Technical Manager

DPWH-BRS ACCREDITED TESTING LABORATORY

R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

243.93

190.87

3" 75.000 0.00 0.00 100.00 - - - - 17.41

2 1/2" 63.000 0.00 0.00 100.00 - - - - 53.06

2" 50.000 0.00 0.00 100.00 - - - - 173.46

1 1/2" 37.500 0.00 0.00 100.00 - - - - 30.6

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 5.32 3.07 96.93 ±0.07 1.96

#10 2.000 25.88 14.92 85.08 ±0.09 1.96

#100 0.150 168.40 97.08 2.92 ±0.93 1.96

#200 0.075 169.38 97.65 2.35 ±1.13 1.96 30.6

±0.01

1.96

NL

-

-

NP

-

-

NP

SP

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 1 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

-

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

Consultant: - Contact Number:

Sample ID: SS1

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

N 850.977, E 11951.073

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

- Sample Depth (m): 1.05 - 1.50

09/09/13

Mass of Dry Soil (g)Moisture Content (%)

Number of Blows

Trial Number

Can Number

Wet Soil + Can (g)

Dry Soil + Can (g)

Mass of Can (g)

Moisture Loss (g)

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method Hydrometer Method

Ave. PL

(%):NP

Liquid Limit (%) NL

Plasticity Index (%) NP

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

3/4" 19.000

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

-

3/8" 9.500 0.00 0.00 100.00 - - - -0.00 0.00 100.00 - - -

U95x

kx

Plastic Limit (%):

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

142.08 81.91 18.09 ±0.66 1.96

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

#40 0.425

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

USCS Symbol:

Soil Description:

Buff White, poorly-graded SAND

U95x

kx

Plasticity Index (%):

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

Technical Manager

REMEDIOS SOLDAO

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

Senior Laboratory Technician

CHRISTIAN IBANEZ

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

263.54

213.41

3" 75.000 0.00 0.00 100.00 - - - - 16.96

2 1/2" 63.000 0.00 0.00 100.00 - - - - 50.13

2" 50.000 0.00 0.00 100.00 - - - - 196.45

1 1/2" 37.500 0.00 0.00 100.00 - - - - 25.5

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 53.47 27.22 72.78 ±0.06 1.96

#10 2.000 63.88 32.52 67.48 ±0.08 1.96

#100 0.150 142.19 72.38 27.62 ±0.82 1.96

#200 0.075 165.95 84.47 15.53 ±1 1.96 25.5

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 2 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 2.55 - 3.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS2

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 38.26 19.48 80.52 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

54.68 ±0.58 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 89.03 45.32

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Buff White, silty SAND with gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

288.68

219.21

3" 75.000 0.00 0.00 100.00 - - - - 24.05

2 1/2" 63.000 0.00 0.00 100.00 - - - - 69.47

2" 50.000 0.00 0.00 100.00 - - - - 195.16

1 1/2" 37.500 0.00 0.00 100.00 - - - - 35.6

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 78.79 40.37 59.63 ±0.06 1.96

#10 2.000 83.58 42.83 57.17 ±0.08 1.96

#100 0.150 149.35 76.53 23.47 ±0.82 1.96

#200 0.075 163.26 83.65 16.35 ±1.01 1.96 35.6

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 3 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 4.05 - 4.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS3

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

1.96 - -

3/8" 9.500 78.38 40.16 59.84 ±0.01 1.96

3/4" 19.000 49.38 25.30 74.70 ±0.01

- -

42.90 ±0.58 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 111.43 57.10

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

gray, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

231.92

178.54

3" 75.000 0.00 0.00 100.00 - - - - 20.46

2 1/2" 63.000 0.00 0.00 100.00 - - - - 53.38

2" 50.000 0.00 0.00 100.00 - - - - 158.08

1 1/2" 37.500 0.00 0.00 100.00 - - - - 33.8

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 28.45 18.00 82.00 ±0.07 1.96

#10 2.000 34.16 21.61 78.39 ±0.1 1.96

#100 0.150 127.32 80.54 19.46 ±1.02 1.96

#200 0.075 136.19 86.15 13.85 ±1.24 1.96 33.8

±0.02

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 4 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 5.55 - 6.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS4

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 21.56 13.64 86.36 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

53.87 ±0.72 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 72.93 46.13

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Buff White, silty SAND with gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

266.42

214.85

3" 75.000 0.00 0.00 100.00 - - - - 23.15

2 1/2" 63.000 0.00 0.00 100.00 - - - - 51.57

2" 50.000 0.00 0.00 100.00 - - - - 191.70

1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.9

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 37.33 19.47 80.53 ±0.06 1.96

#10 2.000 45.98 23.99 76.01 ±0.08 1.96

#100 0.150 165.85 86.52 13.48 ±0.84 1.96

#200 0.075 173.52 90.52 9.48 ±1.03 1.96 26.9

±0.01

1.96

NL

-

-

NP

-

-

NP

SP-SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 5 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 7.05 - 7.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS5

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 25.48 13.29 86.71 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

46.88 ±0.59 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 101.84 53.12

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Pale Yellow, poorly-graded SAND with

silt and gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

295.69

235.26

3" 75.000 0.00 0.00 100.00 - - - - 21.66

2 1/2" 63.000 0.00 0.00 100.00 - - - - 60.43

2" 50.000 0.00 0.00 100.00 - - - - 213.60

1 1/2" 37.500 0.00 0.00 100.00 - - - - 28.3

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 29.20 13.67 86.33 ±0.05 1.96

#10 2.000 36.48 17.08 82.92 ±0.08 1.96

#100 0.150 170.69 79.91 20.09 ±0.75 1.96

#200 0.075 187.48 87.77 12.23 ±0.92 1.96 28.3

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 6 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 8.55 - 9.00

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS6

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 19.02 8.90 91.10 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

65.67 ±0.53 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 73.32 34.33

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

, silty SAND

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Client's Address:

Sampling Location:

Sampling Procedure/Date:

Coordinates:

Station:

Date of Testing:

1 2 3 1 2

0 0 0 0 0

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0.00 0.00 0.00 0.00 0.00

0 0 0

241.09

201.25

3" 75.000 0.00 0.00 100.00 - - - - 20.65

2 1/2" 63.000 0.00 0.00 100.00 - - - - 39.84

2" 50.000 0.00 0.00 100.00 - - - - 180.60

1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.1

1" 25.000 0.00 0.00 100.00 - - - -

#4 4.750 54.89 30.39 69.61 ±0.06 1.96

#10 2.000 64.88 35.92 64.08 ±0.09 1.96

#100 0.150 124.78 69.09 30.91 ±0.89 1.96

#200 0.075 138.51 76.69 23.31 ±1.09 1.96 22.1

±0.01

1.96

NL

-

-

NP

-

-

NP

SM

Peformed by:

Checked by:

Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0

Page 7 of 7

PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

Consultant: - Contact Number: -

Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1

- Sample Depth (m): 10.05 - 10.50

09/09/13

TUBBATAHA, PALAWAN

ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)

N 850.977, E 11951.073 Sample ID: SS7

LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10

Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve

Wet Soil + Can (g)

Dry Soil + Can (g)

Trial Number

Can Number

Number of Blows Ave. PL

(%):NP

Liquid Limit (%) NL

Mass of Can (g)

Moisture Loss (g)

Mass of Dry Soil (g)Moisture Content (%)

Plasticity Index (%) NP

PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -

ASTM D2216-05

Mechanical Method

Wet Soil + Can (g):

Dry Soil + Can (g):

Mass of Can (g):

Moisture Loss (g):

Original Dry Mass (g):

Moisture Content (%):

Hydrometer Method

Sieve #Particle Diam.

(mm)

Cum. Mass

Ret. (g)

Cum. %

Retained

Cum. %

PassingU95

Coverage

Factor (k)

Particle Diam.

(mm)

Percent

Finer (%)

- - -

3/8" 9.500 37.03 20.50 79.50 ±0.01 1.96

3/4" 19.000 0.00 0.00 100.00 -

- -

49.82 ±0.63 1.96

Moisture Content (%):

U95x

Figure 2. Particle Size Distribution Curve kx

Liquid Limit (%):

#40 0.425 90.63 50.18

*for uncertainty values, refer to

attached Hydrometer Test

Report

SUMMARY OF TEST RESULTS

Specific Gravity: -* for uncertainty value, refer to attached

Specific Gravity of Soils Test Report

USCS Symbol:

Soil Description:

U95x

kx

Plastic Limit (%):

U95x

kx

Plasticity Index (%):

CHRISTIAN IBANEZ

Technical Manager

REMEDIOS SOLDAO

Buff White, silty SAND with gravel

*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.

DANILO DELAN

Senior Laboratory Technician

Head of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

0

10

20

30

40

50

60

70

80

90

100

0.00010.00100.01000.10001.000010.0000100.0000

Cu

mu

lati

ve P

erc

en

tag

e P

assin

g

Particle Diameter (mm)

0.00

0.10

0.20

0.30

0.40

0.50

0.60

0.70

0.80

0.90

1.00

10 15 20 25 30 35

Mo

istu

re C

on

ten

t (%

)

Number of Blows

DPWH-BRS ACCREDITED TESTING LABORATORY

Gravel Clay Sand

Silt Coarse to Medium Fine

Co

bb

les

R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

APPENDIX E: PHOTOGRAPHS

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Photographed by:

Checked by:

Approved by: 1305SFI1_RP_BH-1_0

Page 1 of 1

PHOTOGRAPHS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

- -

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

BOREHOLE 1

STATION: -

SAMPLING LOCATION: TUBBATAHA, PALAWAN

DATE OF SAMPLING: 8/31/13

COORDINATES: N 850.999, E 11955.079SITE TOPOGRAPHY: FLAT

Figure 1.1 Panoramic View Figure 1.2 Wash Boring

Figure 1.3 Standard Penetration Test Figure 1.4 Soil Samples

REMEDIOS O SOLDAOHead of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

ARNOLD MARTINField Engineer

CHRISTIAN IBANEZTechnical Manager

DPWH-BRS ACCREDITED TESTING LABORATORY

R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Photographed by:

Checked by:

Approved by: 1305SFI1_RP_BH-2_0

Page 1 of 1

PHOTOGRAPHS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

- -

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

SAMPLING LOCATION: TUBBATAHA, PALAWAN

DATE OF SAMPLING: 8/30-31/13

BOREHOLE 2

STATION: -

COORDINATES: N 851.201, E 11953.071SITE TOPOGRAPHY: FLAT

Figure 2.1 Panoramic View Figure 2.2 Wash Boring

Figure 2.3 Standard Penetration Test Figure 2.4 Soil Samples

REMEDIOS O SOLDAOHead of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

ARNOLD MARTINField Engineer

CHRISTIAN IBANEZTechnical Manager

DPWH-BRS ACCREDITED TESTING LABORATORY

R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

A.M. GEOCONSULT AND ASSOCIATES, INC.

Project Name:

Project Location:

Client: Project Reference #:

Client's Address:

Consultant: Contact Number:

Photographed by:

Checked by:

Approved by: 1305SFI1_RP_BH-3_0

Page 1 of 1

PHOTOGRAPHS

GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION

TUBBATAHA, PALAWAN

41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN

- -

TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1

SAMPLING LOCATION: TUBBATAHA, PALAWAN

DATE OF SAMPLING: 8/31/13

BOREHOLE 3

STATION: -

COORDINATES: N 850.977, E 11951.073SITE TOPOGRAPHY: FLAT

Figure 3.1 Panoramic View Figure 3.2 Wash Boring

Figure 3.3 Standard Penetration Test Figure 3.4 Soil Samples

REMEDIOS O SOLDAOHead of Engineering Department

THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.

ARNOLD MARTINField Engineer

CHRISTIAN IBANEZTechnical Manager

DPWH-BRS ACCREDITED TESTING LABORATORY

R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����#����#%�()*+,-./012*)34.0*1/56789:;<=9>969?:9<@A< #$%&"'�#��56789:;<BCD9A<<< �����!������ ����������" � ���56789:;<E7:C;F7?A<<< ����� ����� ���G��� ���������HIF9?;A<<< < ����� ����������� ��������������HIF9?;JK<LMM69KKA< N#����!�"� ��" ��� ��� �� ������O� P�&$%%�� ���G��� �����H7?KQI;C?;A<<< < R���H7?;C:;<BQDS96A<<< R���� �<<<<< < < <TUV<01.)*WX-.0*1/<������� ������������� ����� � ������� ���� ��������������� ��� �����!�� �!�� � ���� �����YZ[[\]\\_ \abcd_e]\]fga����� �!�� ������ ����� ���G��� ������������������������ ������ ��� ���G�� ���� ��� ������������������ ������������ �������!���P��� ���� ���G���������������!����������� ������P���!�!����������!� �������� ����� ���������!� ��� �������������!���� ��� ���G��������!��� �!����� ��������!�������� �$%� ��"�� ������%#��h%#$�������G��� �����i�� ���� ���YZ[[\]\\_j\a\bckca]_lmmfnc_oYjlpq��������������G��r����� �����������������!������� ���!�����������������!������� ��P� � ���� ��� ����G� ��" �!��!� �� �� ����� ����" �����!�� �!�� �����P�#�&���� ��������������P������ � ������ ������$�����������G����!�����!�� � ���� �� ������s�����!�� �����#%�&%��� �������G� �������!����������!������������������������������G���������� � �� ��������� ��P����� � ����!��������� ������������!��!������� ��P���� ��� ��������!����G������!�� �!��������!����G� �� �����������"���� P������� ����!��� ��������"���� �!��!������� ����� � ��������� ��������!� ���!��������!� ��������������� �����!� ���!����������������������!�!��� ����� ��� ������������ ������� ���!� �����������!��!������� ��P�G��r������ ���� ������ ��� �����!����!� ���!�����������!� ������� ���������!�YZ[[\]\\_\abcd_e]\]fga��t������������ ���������������������������������� �������� ��P� � ����� ���!���� ���������������!�!� �� �������� ����

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�)*+,-./012/324/562-78895:2����������;������������<��=����� ��������������� ��� ���<��=������� �!�����<>��?@A,BCDEEDFG,HICJK,LICMNIEM, BCDEEDFG, OI@,IP,QRSTEMK, UBQ,OI@, BMTVNW,S, QXY, ZICDFG, OI@,[\]#� #%�&%� � %� %�[\](� #%�&%� � %� %�[\]$� #%�&%� � %� %�,,,,?@?,_RICRVICa,HICJK,_RICRVICa,YMKVK, OI@,IP,QRSTEMK,"��������;�� (#�� �������b��� � (#�c������� ��� (#�d� �������� ����c� � � (#�e�����!�c���������� � ����%��f*+,81gh/i/j/k:2/32gh12lmn1-glk9gl/m2�o@A,BMVRDEK,IP,pDMEq,HICJK,�������������<�����!����!��;��� ��;�!��������!�<����������� ��!���� ��� ��;�<� �� ������ ��!�� �!��!���� �� ��� � ��" ���<����!�� �!�� �����;�#�&��� ���!�� ��� ��������������;����<������� ��;�!������������!��� ������!�<� �� ����� ������ ��������� �� �� ���������<������� �!�����!� ��������<� ����!����������� ������� �������������� ����������������������������������� ���� ����!� ��������<�������>�rstuvwxyzw{||{}~������� ��!���!����!������ �������������������!������!����=��� ���� �����������!���� ��������<� ���������������������� �!�� � �����<����!�<� ������������ ������������������������!�;��� � �!�� ����;������!�<� ���� �����!��������������!��!�<� ���������� �!� ������� ����� ������������ �������!��� ����������� ����������� � �� ����������<� �� ���������� ���<� ����� ������������� �������������!�������������#�&��� ���!�� ��<����!��������������� �����������!��������� ���������r�v��y�tw{}~y������ ��!���!����!������ ������������ ��������!���� ���!��� ����;��� ����������� ������������!�!�<����������!� <� ����� ��� �������������� �� ����!�� � ����!����!�������!�<��������� �����;�������������� ;��� ����<� �����!���� �!� ������� ����� � �� �����������������!��!������� �!��� ���������� ��������� � �� �����������;� ���!�����������!�r

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����$����#%�()*+,*-,./0+0)-*)12+.304)567(389:;<=>?@AB������!�� �!���������C���� �����C�#�&��� ���!�� ��� ������������D�� �����E����� C��������������� �����������������&%�F%�������D���!���� ������ E�����������B� �� ���!���������!�� �� �������!�� � ����� ������ ������������������������B�����G$�&%�H���!���!�����!���!� �������IGJ���� �����!������ ����� �������� �!����������C��K������LI$�JF�M�������������������B���N����!� ��!����� ���������� ������� �����#&%����� �������������!�!������������ ���������������B���N����!� ��!����� ����� � B��#&%���������� ��������!�!��� ���ME�������������� �#&%���������� ����� ���������B�����!���!������!�!��D� ����!������������� ���!��C� ������ E����B���������� �!��������������� ����!������� ��C� � ����.O-2P+,.Q*)0-.R0S0T.����������������B��!� �����!��C�!���� �C���B�������B���� �!� ����� �� ��������� ����!������!���B������!���� ���B� ���B������B�!� �� �!�������������������!����#J�����������B��������� ������ ���!��������!������������ ���!������������ ��� �� �������!�����!��!����� ��������!�������!��� �������!�B� ����������5UVW5XYZ[\]5_5a[b_c[Z_cd5e_cf5���������B��������� ��C� � �B������������!��������!����B� �� ����������!������!��������� �����������"���� C������� ����!��� ��������"�������������� �� � ������!����������������!����"������������� ������� � �!����!��� ��������B����� ��g��8214)P-0.h2+)0+).67(389:ii;>?��� ����� ������ ���B���� ����B� ������������� �� ���B���� �������E�!���!��������.hT*441j1k*)12+.2j.(21T4.j2-.l+m1+00-1+m./P-n2404.67(389:io=p?������B�����������!����!��� ���q����!�"����r������� ���"C ����q"r"����� ���C �������������B� ��������� ��� �������s����� ������g������E�����!�����E�����!���!������CE���������������������B������ �����B������!g����tuvwxyz{wv|}y~AE�������������� �� ������������C��!��!C���� ����B� ��&%�������������� ���!��� ���M���J%%������������|}yz{wv|}y~AE��������������������� C�������� � ������ �������������� ����B� ��&%�������������� ���M���J%%������������|{���Auw{v}|�AE������� ������� � �������� ������������� �����O-*1+.(1�0.7+*T�414.2j.(21T4.67(389:oii?�� ��������������� ��!�B����!� ����!� ������ ���������!� ���� �����������������������������B���!������!���!���!� ������

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%� ���������� �������!�!����������� � �������� ���!��������������������!�!��!� ������� �������� �!�������� ������)��!� ���� ������� ��*+,,-./-.0*1232,4*56*75284*9+7:;<=>?@ABC*���� �����D��!����� ��EE���!���� ������� ���������FGHIGJKFGLGMK�� ������ ������ � �� � ������ ���� ��� ����������� ��� ����D��!� � ���NOPQMGRKFGLGM*�� ������ ������ � �� � ������ ���� ��� �����������S����!� ����� ��� � ���NOPQMGRGMTKUVJWX���� ����������� ������ ������ � � �������Y����� ���������������� ����������Z� ���!����������� Y��� �����D��!����� �����������!���!� ������ ������� ����Y������!���� �[EES E���*\5.-*]-5_-.*]a,25����b����!��� ����� ������ ������ ������������������!� ��� ���� ���!����!����� �� ����c���������������Z��� ����D���� ��#���!������Z����� ���!����c���������������Z��� ������%�&��������*]5d*efa82,*=-420ga,25g*9]e=B��� ��� � ������ �������������!�������������D�����!����� ��� ���#%%��������� ���b����!���������� ���� ��������!�����!�����������Y���D���� � ����!����� ���Y������!����!����hi������j�* klmnopqrsn ktuvpwn#%%Sx%� yb����� �x%Sz&� ���!�z&S&%� '����&%S{&� ����{&S%� |��Z� ����}~��n���������������������������������� ������$�����������!�����!�� � ���� ������ ���������!��I��PMP�PK�PV�W�K�MPMG�V��������!��������������!���� �Z����������� ��������� ����� �Z����"�!�Y� ���������������!��� ������Z��������� ����!���� �������� ���� ��������������!����!��� �����Z�!���������� �!��!���� �� ��� � ��" ����������������������##� ������� ���&%����Y�� ��!��������Z���������Y� ��!�� �����!��� �!��� ��� ������$���������������Z�Z��� ������������� ��� ��� ������$����������������������!� ���� ���� ���� ���c��Z��������������� ���� ������������!������!��������Z����!�!����������� Z�"�!�������Z����!�!�"�!���!�Y�������!�!�"�!��������!���������Z������ S����" S"����!�"�S"���������!����Y� ���"���i{(�z������!� ����!�������Y���� ���!������ �����������������������!���c�Y������ ���!�!����� ��� ���������� ��� �����

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����&����#%�(����� ��)� � ����� �����������!��� �!� �� � ���� �������� ������ � ��������������#&�#%� ��$&�*%�+�,�������� ��� )��!�-��������������������������������� ����������� ������$�����������,������������!���������� �������!,� ��� �����,������!�� ���������������������)������!������ ��� ��� ��������,��� �����������!� ������� ������� ��������� �!��� �������!�-���� �������� ��� ./01234566787973:7;<=/3>878?0;3333333333333333333333333333333333333333333333333333333@ABC3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� $�%%� " �� $WX&%Y� WZ� � X�� X� �����)����!�!��������$�%%� [�&%� " �� ##XZ\� #[� "�� X� �� )�"�!�[�&%� ]�%%� " �� Z&� Z&� " X"� X� �����)����!�!�"�!�]�%%�#%�&% " �� &%Y� &%Y�� X�� X� �����)����!�!���������3333333333333333333476G=3C23./01234566787973:7;<=/3>878?0;B3@ABC3>5FF7/P30K3:=T5G8T3� ./01234566787973:7;<=/3>878?0;3333333333333333333333333333333333333333333333333333333333@ABV3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� ]�%%� " �� #[X&%Y� $\� " X"� X� �����)����!�!�"�!�]�%%�#%�&% " �� &%Y� &%Y� " X"� X� ,�������!�!�"�!��3333333333333333333476G=3V23./01234566787973:7;<=/3>878?0;B3@ABV3>5FF7/P30K3:=T5G8T3� ./01234566787973:7;<=/3>878?0;33333333333333333333333333333333333333333333333333333333333@AB_3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� #�&%� " �� #&� #&� " � X� �����)����!�!�"�!�#�&%� *�%%� " �� ##X$%� Z$� "�� X� �� )�"�!�,� ���������*�%%� [�&%� " �� $\� $\� "�� X� �� )�"�!�[�&%�#%�&% " �� &%Y� &%Y� "�� X� �� )�"�!��3333333333333333333476G=3_23./01234566787973:7;<=/3>878?0;B3@AB_3>5FF7/P30K3:=T5G8T3�ab3cdefghijdfkglmjnfkolpdqqlfghijdfmk�r2C3Q05;R78?0;3M0;R?8?0;37;R3>S9=F=3��!����!��� �����)�!������������� �������!������ ���� ����� ����� �)������ )�"�!��!������)����!�!�"�!����!��� �!������ ��� ������$�������������������������� ���s���)������,��s����!� ����� �������!���)��� ���������!�tuvvwxwywz{w|}~�z�xwx��|z!�� � �� ���������!�������!� ���) ������ �������� ����!������������!������������� �� ���� � ������!� ������������ � � �� ������� �!�����,�#%�%��� ���!�� ������,� ��������!��"�����,����!� ���) ������ ��������!�!����� ���� ��� �����)���)������� �������!� ������������"���� ��� ��� ����,����������� �!����������������� � �� �

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�����!���� �)��� �����!��� �����!������ ��� ��� ����������*�� ���� �����+��� ��+����������!�� ������ ��������!� �� �+������������!� �� ���������!� ��� ����� �� �� ���������������������������� ������!� � ���!�� ���!�������!� ���, ������ ������!�������������� ��� ��� ���� ��� ������� ���� ����� ,��'����+������� ���!� �������,����� ���!�������!�������!� ���, �����-./0123405676829:0;6960'���!������������ ��������+��� ����� �������� ��� ����������!������� �����������!� ���� ��� �����<����!�����+��������!���������� ���!�!������������� ���� ���� �����=>���!��� �������� �����=?����������+��������� �!����!����� � ������!����,������������������� @ABC0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� ($$� #%%� VV%%�$�%� U�&� &%� ($$� VV� VV%%�U�&� (�%� &(� (W%� &(� VU%%�(�%� X�&� (#� (W#� VU� VU%%�X�&� W�%� (&� #U$W� &%� &%%%�W�%� #%�&� (Y� VYXY� #%%� &%%%�� 0000D6F340Z.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@ABC0�� @AB/0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� WXW� $U� $%%%�$�%� U�&� &%� #((W� X%� U%%%�U�&� (�%� &(� #((W� #%%� &%%%�(�%� X�&� (#� #((W� #%%� &%%%�X�&� W�%� (&� #((W� &Y� &%%%�W�%� #%�&� (Y� VYXY� #%%� &&%%�� 0000D6F340-.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@AB/0�� @AB0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� ($$� &(� VV%%�$�%� U�&� &%� ($$� VV� VV%%�U�&� (�%� &(� #XVX� (%� UY%%�(�%� X�&� (#� V#$%� XU� UY%%�X�&� W�%� (&� V#YX� X(� &%%%�W�%� #%�&� (Y� VYXY� #%%� &&%%�� 0000D6F340_.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@AB0�

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�������� ����������������!������� )����!�������!��*�����+%%�,�+%%�����*�����!��������������� ���� ��������������� �!��� ��������-��� ������������� �����*��-���������!�����!�����./012343536���������������!��������)���� �777777777777777777777777777777789:;<7=>7?@AB<C7DA;<7E9F9GAHI7?9H97JK@7LMNO7PQACR7ST7U7ST7GV7W@AB<C7FA;<7777 77777777777777777777777777777777789:;<7X>7?@AB<C7DA;<7E9F9GAHI7?9H97JK@7LMNY7PQACR7ST7U7ST7GV7W@AB<C7FA;<7777777777

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�)))))))))))))))))))))))))))))))))*+,-.)/0)1234.5)63-.)7+8+93:;)1+:+)<=2)>?@A)BC35D)EF)G)EF)9H)I234.5)83-.)������� ��� ���J������� ������������������� K������������� ������������!� ������������ ���!����� ��������L�������������� ��M��� N�� �O�N�P�N��QR ������������������������ N�� �S�%�T%N�P�R ��������Q�� ���������!������������N�� �S�NU$������Q�� �����!��������������������������������N����L�O�N�� �U�'��"�������������������������������������L����M�N�� �O��� ��� ����� �������������� K�����������������VW���� N"�O��� ��� ����� ���� �����VW��� N��O��� ��� ��������� �����VW��� R �O�� �L���� ���� ���������� R �O�L���� ���� ��������Q�L���� ���� ��������������!��VW��� "'�O���� K���� �����X0A)Y.9=HH.5I.I)63-.)*38)Z-.4+:3=5���������� �������!���� �� ���������L�K� �� �� ����� ������� ������������ �� ����!��������!�[�� ������������ ���� ��������������!�!� ���� �� ������L��� ���#\�%��� �������L� �������!�������� ������� �� ������ �����������!�K���J�!��!���V� �!��� ������������ �� ����� �����!����� �!����� �� �!��������������!���� �� ��������������$��� ��������!������������!����������������L�����������������]��� ������� �

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%������������������������������'��������� �������������� ���������)�%��� �������������� �!��������*���� ���������� ��������������!������� *����+,-./012304567.809:7:;.0<.=:>[email protected]@6B5204C.DE.���!!� ��� �� ��������F�� ���!�������� ����� ���������������� *�����!�������������� �!����� �������� ��������G� �����!������������!������ ���DH�� ����� �I��� �� �� � ��������J���������������������� ��������� �������� ����������!������ ����K�������� ��� ���!����!�����G� �����!������������!������ ���LH����������� ����M�� ���DE�N��K��OPQ�������������������G���Q���!�!�� ��O������ �������!�������� �� ������ ����� ��� ������ ������� ��������� ���!��������������GPQ�R�J�����R������� �����*���������������������� �%�S� ��%�T������������J������������� ��� �������������� ��������� �������� ����������!������ ����K����������!� ���� ��� �������G� �����!������������!������ ����DH���������� �������� ����������� ��������� ����� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,.0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� #&�%%� &�#()�&&�$�%� S�&� #&�%%� &�#()�&&�S�&� h�%� #h�%%� &�&$i�T)�h�%� T�&� #T�%%� &�iiS�i(�T�&� (�%� $#�%%� #%�T$#�)T�(�%� #%�&� &)�$(� #i�#$T�$$�.............................]6>[email protected],.=:>[email protected]@<<[email protected]<.61265204.bC.k504;cB:,.<5,l.<01.U/VW.� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� ))�h)� T�i$#�ST�$�%� S�&� $&�%%� #)�##&�(&�S�&� h�%� $&�%%� #)�##&�(&�h�%� T�&� $&�%%� #)�##&�(&�T�&� (�%� $&�)S� #)�#(i�T$�(�%� #%�&� &)�$(� #i�#$T�$$�� .........................]6>[email protected],.=:>[email protected]@<<[email protected]<.61265204.bC.k504;cB:,.<5,l.<01.U/Vm.� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,.0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� #&�%%� &�#()�&&�$�%� S�&� #&�i%� &�Sh(�h#�S�&� h�%� $h�)#� #)�&$&�h#�h�%� T�&� S)�h)� #S�T&S�hh�T�&� (�%� S$�Si� #&�%&%�S(�

�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����#%����#%�(�%� #%�&� &)�$(� #*�#$+�$$�� ,,,,,,,,,,,,,,,,,,,,,,,,,-./01,234,56/78.91,:;1<<=>=1?@,;<,A.8=.@=;?,BC,D@;?EF>64,<@4G,<;8,HIJK,,LMN,OPQPRSRPTUVW�����������������X���!��������!� ��������������������!��X� ���Y!�����!��������!����Z� �� ����������X������ �!��������������������� ������������ �!� �� ������� ����!� X������ ��� ����!������!�������������� ���� � ������������ X���� ���Y!�����!����!�����������!� ����� ���!��� �������� ������ ������Z�!��������������Z��[��!�������� X���� ���Y!�����!������� �!� �� ��������X���X��!��� ������������ �����\ �!�!� ���X� ���!���� X��X��X�������� ������ � �� � �������� �����!���� �������]�� �����!������������ ���Y!�����!���[�Z���!�������� ���������� X����������� ����� �!�������Z�������!��� ��������� ��X��!�����!� � ���������!������ ��� ������$������������"����!��X������ ����� �������!���!� ������������!�!������� ��� ���� ���� � ������ ���Y!�����!�����!���������!� ���� ������������� ����!�����!��������������_$((($$$_*&����_$(+)(+%_*���!��a������!!���� ��b���)%%)cX����������� �� ���������� ����!����� �����������!����� ������!��Xd��efgfhijklmenmopjhmeqrqsmtuvwxvyz{qy|smf{}q{vv~m��emkw�mefmm�����m'����!������������������������"Y������""������"����mhv�xv��v~m����m�������

AAppppeennddiicceess AA –– QQ iinncclluussiivvee

APPENDIX “A” – APPENDIX TO BID

Title Clause Details

Contract Period 120 days (Off-Shore)

Date for Commencement {Insert date for Commencement}

Date for Contract Completion {Insert date for Contract Completion}

Defects Liability Period 15.a) & 15.e) One (1) year upon issuance of the Certificate of Practical Completion

Liquidated Damages

9

1/10th of 1% of the Contract Price a day or part thereof but not exceeding 10% of the Contract Price.

Period of Honoring Interim Certificates

8 c) Thirty (30) days

Period of Honoring Final Certificate

14 d) Sixty (60) days

Retention percentage 8 e) Ten percent (10%)

Limit of Retention 8 f) Ten percent (10%) of the Contract Price

Period of Final Measurement 14 a) One (1) month

Advance Payment Bond and Value

2.5 a) Fifteen percent (15%) of the Contract Sum

Insurance Limits

Contractor’s All Risk 2.4 i) Equivalent to the Contract Sum

Third Party Insurance 2.4 i) Php 5,000,000 Single Limit

Third Party Insurance Including Employer’s Property

2.8 h)

Percentage addition to Prime Cost Sums

Instructions to Bidders 6.1

{Contractor to insert required percentage %}

Performance Bond Value 2.5 b) Twenty percent (20%) of the Contract Sum

Retention Bond Value 16 a) Maximum of Ten percent (10%) of the Contract Price

APPENDIX “B”

SPECIMEN FORM OFAFFIDAVIT OF LIEN

KNOWN ALL MEN BY THESE PRESENTS: That we {Name and Address of Contractor} hereby and herein confirm that all labor, materials, equipment, plant, goods, services, utilities and sub-contractors both nominated and domestic; who have supplied, provided or executed works of any description for the CP-01: General Construction Works (Main Module) have been paid their full entitlement of their due amount to date and in a timely manner. It is also confirmed that {Name of Contractor} retains sufficient funds to fulfill all similar obligations for all materials, equipment, plant, goods, services, utilities and sub-contractors both nominated and domestic delivered to or performed on or in connection with CP-01: General Construction Works (Main Module). It is also fully and faithfully guaranteed by {Name of Contractor} that all materials, equipment, plant, goods, services, utilities and sub-contractors works, both nominated and domestic which have been executed and/or delivered to Site or in fabrication/ manufacture off site are deemed to be under the ownership of Tubbataha Management Office and that no claim contrary can be made, either legally or otherwise. This Affidavit of Lien shall remain valid until the date of the Certificate of Acceptance or superseded by a later issue of an Affidavit of Lien. Signed on behalf of {Inset Name of Contractor} Name of Principal {Insert Name of Principal} Signature of Principal ______________________ Witness my hand and seal this ____________________ Doc. No. ____: Page No.____: Book No.____: Series of 2015.

APPENDIX “C” Specimen Form of Performance Bond (Unconditional) KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto (Name of Contractor/Name of Owner) but not to exceed the sum of __________________________________________________________________(Php______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly

THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:

WHEREAS, the above bounden Principal, on the _____ day of _______________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the CP-01: General Construction Works (Main Module) for Tubbataha Reefs Natural Park Ranger Station, as per Contract Award dated ________________; CALLABLE ON DEMAND;

A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to secure the full and faithful performance on his part of said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.

The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on ___________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of ______________________ 2015.

NAME OF BONDING/INSURANCE COMPANY NAME OF CONTRACTOR (Surety) (Principal)

By: By:

IN THE PRESENCE OF:

_______________________________ ______________________________ Witness my hand and seal this ____________________

Doc. No. ____: Page No.____: Book No.____: Series of 2015.

APPENDIX “D” Specimen Form of Advance Payment Bond KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto (Name of Contractor/Name of Owner) but not to exceed the sum of ________________________________________________________________(Php_______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly

THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:

WHEREAS, the above bounden Principal, on the ______ day of ________________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the repayment of the advance payment granted by the Obligee to said Principal in connection with CP-01: General Construction Works (Main Module) for Tubbataha Reefs Natural Park Ranger Station, as per the Contract Award dated __________________; CALLABLE ON DEMAND; A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to guarantee the unliquidated portion of the advance payment sum in said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.

The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on

________________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of _____________________ 2015. NAME OF BONDING/ INSURANCE COMPANY NAME OF CONTRACTOR

(Surety) (Principal)

By: By:

IN THE PRESENCE OF:

_______________________________ ______________________________

Witness my hand and seal this ____________________

Doc. No. ____: Page No.____: Book No.____: Series of 2015.

APPENDIX “E” Specimen Form of Retention Bond KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto {Name of Contractor} / {Insert Owner’s Name} but not to exceed the sum of ________________________________________________________________(Php_______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly

THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:

WHEREAS, the above bounden Principal, on the ________ day of _________________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the repayment of the retention granted by the Obligee to said Principal in connection with the Works as described within the Project, Tubbataha Reef Natural Park Ranger Station for the CP-01: General Construction Works (Main Module), as per the Contract Award dated _________________________; CALLABLE ON DEMAND; A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to guarantee the unliquidated portion of the retention sum in said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.

The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on

_______________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of ___________________ 2015. NAME OF BONDING/ INSURANCE COMPANY NAME OF CONTRACTOR

(Surety) (Principal)

By: By:

IN THE PRESENCE OF: _______________________________ ______________________________ Witness my hand and seal this ____________________

Doc. No. ____: Page No.____: Book No.____: Series of 2015.

APPENDIX “F” Specimen Form of Sworn Statement of Compliance This Sworn Statement of Compliance certifies that our Bid for the Contract Package CP-01: General Construction Works (Main Module) of the Tubbataha Reefs Natural Park Ranger Station has been prepared in accordance with the Bid Documents, and has taken into consideration all items issued within the Minutes of Pre-Bid Meeting/s, Bid Bulletins, and all other Pre-Bid Correspondences. That we are fully responsible and have carefully examined all the Bid Documents; that we have knowledge of all conditions, local or otherwise affecting the carrying out of the Works and that failure to do so shall be at our own risk. That it is our sole responsibility to determine and satisfy ourselves by means as we consider necessary or desirable as to all matters pertaining to the Project, including the location and the nature of the Works; the adjacent existing structures, facilities and properties, including tenants/residents and activities that may be affected during the construction of the Works; climatic conditions; geological conditions of the site; transportation and communication facilities; requirements and availability of materials, labor, water, electric power and roads; the locations and extent of material sources, and all other factors that may affect the cost, duration and execution of the Works. The Owner shall not assume any responsibility regarding our erroneous interpretations or conclusions out of the data furnished by the Owner. That we are familiar with all laws, decrees, ordinances, acts and regulations of the Republic of the Philippines which may affect or apply to the operations and activities of the Works. We are, Yours faithfully, NAME OF CONTRACTOR (Principal) Name of Bidder : _____________________ Registered Address : _____________________ Signed by : _____________________ Date : _____________________ Signed: Witness my hand and seal this ____________________

Doc. No. ____: Page No.____: Book No.____: Series of 2015.

APPENDIX “G” Specimen Form of Certificate of Site Inspection We, the undersigned, hereby certify that we have visited the Site, and determined the general characteristics of the Project and the conditions therein and have ascertained for ourselves the conditions, approaches and the like etc. and all matters and anything that may affect our Bid for the Contract Package CP-01: General Construction Works (Main Module). We fully understand and agree that no increase in costs or extension of time shall be considered in the event we have failed to observe any and all site conditions and items which may have effects on our Bid. It is also expressly understood that, we, our personnel and/or agents hold free save harmless and indemnify you, your personnel, representatives or agents from and against all claims and liabilities in respect of any damage, or injury to person or property whatsoever caused in exercising our right to visit Site. We are, Yours faithfully, NAME OF CONTRACTOR: (Principal) Name of Bidder : _______________________ Registered Address : _______________________ Signed by : _______________________ Date : _______________________ Signed: Witness my hand and seal this ____________________

Doc. No. ____: Page No.____: Book No.____: Series of 2015:

APPENDIX “H” Specimen Form of Scope & Classification of Contractors Attendances to NSC’s

HARD ATTENDANCE SOFT ATTENDANCE

1 Provision of area/space to build their temporary offices, amenities and warehouses.

1 Coordination, supervision and provision of attendances.

2 Provision for adequate site security for safety from damage or theft of all fixed and unfixed materials, plant, goods, machinery, tools and scaffolding etc.etc.

2 Coordination with respect to provision for necessary facilities for cutting away, making good, covering up and protecting the works for the entire construction duration, including the necessary removal and disposal of rubbish and debris and thorough cleaning of affected areas within Site up to the completion of the works.

3 Provision of tapping points for temporary utilities (power and water) upon request; including metering and collection of each NSC's utility charges.

3 The full responsibility for all NSC's, and for any default or breach of contract on their part in the same way and extent that GenCon is liable to the Owner for its own performance of the Works.

4 Use of roads and working space on Site for access to their respective works/ areas.

4 The responsibility on all obligations undertaken by NSC's, including any obligation as to the design, suitability, quality or performance of their works, materials or goods; The reliable skill and judgment for the design or suitability of NSC's work or materials.

5 Use of ladders and scaffoldings provided by the GenCon provided that such use is at the convenience of the GenCon and that the GenCon shall not be obliged to retain such longer than necessary for its use.

5 The study of the scope of works of NSC's as described and as shown or inferred in the Contract Documents including all necessary attendance and coordination that is manifestly necessary for the satisfaction and timely completion of the Works.

6 Use of mess rooms, latrines and other usual facilities of the site.

6 Making arrangements with NSC's as to the time and manner of executing their works and to obtain full particulars as to their requirements and shall supply them with all necessary information so that their works can be correctly executed.

7 Facilities for unloading, hoisting and storing materials, plant, goods, machinery, tools and scaffolding etc.etc., returning packaging materials; placing in position of materials plant, goods, machinery, tools and scaffolding.etc., provided that if the load to be hoisted exceeds lifting capacity of the GenCon they will not be required to provide additional facilities.

7 The obligation to ensure that NSC's works conform to the requirements of the Contract and the responsibility of arranging and coordinating the execution of all tests required to be carried out by the NSC's.

APPENDIX “H” (continued) Specimen Form of Scope & Classification of Contractors Attendances to NSC’s

8 Use of the personnel elevator by their workers

8 Coordination of activities of all NSC's and compliance with the Owner's instructions concerning relation with NSC's to prevent interference which may adversely affect the progress of the Work.

9 Adherence of Subcontract Agreements with NSC's

9 Attendance and coordination with NSC's in cases of their billing and change order claims

10 Coordination and allowance for integrating with the works of the NSC's so as not to hinder their progress or the progress of the work as a whole

11 Provision of “House Rules” to be abided by NSC's to ensure general safety, security, cleanliness and sanitation of the site during the construction period up to its completion and acceptance by the Owner

APPENDIX “I”

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest: If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. It did not give or pay, directly or indirectly, any commission, amount, fee, or any form of

consideration, pecuniary or otherwise, to any person of official, personnel or representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 2015 at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory

• This form will not apply for WB funded projects.

APPENDIX "H"

Owner MC NSC Owner MC NSC

MC refers to Main Contractor

1. PERMITS

Building Permit √ √

Locational & Barangay Clearance √ √

Occupancy Permit √ √

All additional permits required for the Works. √ √

2. TAXES and DUTIES

Import duties, tariffs, customs clearance, taxes, etc.√ √

3. INSURANCES

All Risk Insurance √ √

Additional insurance required not covered by the

above.√ √

4. OFF-LOADING/ DISTRIBUTION

Delivery to Site √ √

Facilities for off-loading at Site. √ √

Distribution and Positioning on Site √ √

5.PROTECTION OF WORK/ SAFETY/ SECURITY

Safety paraphernalia for NSC personnel. √ √General protection at Site. √ √Watchmen to guard the Site generally. √ √Additional watchmen to guard NSC's work and

materials (if required)√ √

Photo identification (ID) card system for workman

and staff.√ √

Protection (Installation & removal) at NSC work area.√ √

Care & protection of NSC stored materials. √ √Safety, common access areas. √ √Safety, NSC's work area. √ √

6. TEMPORARY WORKS

Temporary roads, access to the Site. √ √Provision of space within the Site. √ √Construction of offices, workshops, storage, etc.

(including removal).√ √

Off-site storage facilities. √ √Toilets including construction, maintenance and

removal. √ √

7. TEMPORARY SERVICES

Power supply √ √Temporary switchboards at selected locations. √ √Consumption Meters √ √Single phase outlets √ √

FACILITY/SERVICESTO BE PROVIDED BY AT THE COST OF

NSC refers to Nominated Subcontractor

APPENDIX "H"

Owner MC NSC Owner MC NSCFACILITY/SERVICES

TO BE PROVIDED BY AT THE COST OF

Three phase outlets √ √Artifical access lighting √ √All additional temporary lighting for the Works. √ √Water supply. √ √Tapping points for water distribution at selected

points.√ √

Additional temporary plumbing from tapping points.

i.e. water hoses and fittings.√ √

NSC Telephone/ Facsmile connections and calls. √ √Temporary ventilation & air conditioning required for

the Works.√ √

8. SCAFFOLDING

External scaffolding including eraction, adaptation &

removal.√ √

Internal scaffoling/ platforms as required for the NSC

Works.√ √

9. CRANAGE/ HOISTING

Tower crane hoisting. √ √Lifts for personnel & materials including the

necessary power, maintenance & operators.√ √

Additional hoisting facilities including operators as

required for the NSC works exceeding Contractors

Limitations.

√ √

10. CLEANING UP

Rubbish Bins √ √Collection of NSC's rubbish & placement in bins. √ √

Disposal of rubbish off-site. √ √

PROVINCIAL GOVERNMENT OF PALAWAN Project Reference No.: TMO-0125

Standard Form Number: SF INFR-49 Location of the Contract : Cagayancillo, Palawan

Revised on: August 11, 2004

Business Name : ______________________________________

Business Address : ______________________________________

Note: Please use additional sheets if necessary

Submitted by : _____________________________________________________________

Designation : _____________________________________________________________

Date : _____________________________________________________________

iii.

Contract Package: CP-01: General Construction Works (Main Module)

APPENDIX "J"

v.

One of the requirements from the bidder to be included in its Technical Envelope is a list of its equipment units pledged for the contract to be bid, which are owned (supported by proofs/

ownership), leased and /or under purchased agreements (with corresponding engine numbers, chassis numbers and/or serial numbers), supported by certification of validity of

equipment from the equipment lessor/vendor for the duration of the project.

Model/YearCapacity

Performance/SizePlate No.

Motor No./

Body No.Location Condition

i.

ii.

ii.

Name of the Contract: Tubbataha Reefs Natural Park Ranger Station

List of Equipment, Owned or Leased and/ or Purchase Agreements, Pledged to the Proposed Contract

B. Leased

iv.

Proof of Ownership/

Lessor or VendorDescription OR & CR No.

v.

iii.

iv.

A. Owned

C. Under Purchased Agreement

iv.

v.

i.

ii.

iii.

i.

PROJECT NAME : TUBBATAHA REEFS NATURAL PARK RANGER STATION

CONTRACT PACKAGE: CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)

PROJECT LOCATION: CAGAYANCILLO, PALAWAN

TYPE OF EQUIPMENT OWNED LEASED

LIST OF MINIMUM EQUIPMENT REQUIREMENT

APPENDIX "K"

PROJECT NAME : TUBBATAHA REEFS NATURAL PARK RANGER STATION

CONTRACT PACKAGE: CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)

PROJECT LOCATION: CAGAYANCILLO, PALAWAN

DESIGNATION

REQUIRED MINIMUM NO. OF

YEARS EXPERIENCE TO

RELATED FIELD

MINIMUM KEY PERSONNEL REQUIREMENT

APPENDIX "L"

USER
Typewriter
APPENDIX "M" (sample format)
USER
Typewriter
USER
Typewriter
USER
Typewriter