Download as pdf or txt
Download as pdf or txt
You are on page 1of 217

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO.

Republic of the Philippines

DAVAO CITY WATER DISTRICT


Km. 5, Jose P. Laurel Avenue, Bajada, Davao City

BIDDING DOCUMENTS

FOR THE

DESIGN AND CONSTRUCTION OF WATER TREATMENT


PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

AT

BARANGAY COMMUNAL, DAVAO CITY

JANUARY 2014

1
BIDDING DOCUMENTS

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

2
BIDDING DOCUMENTS

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
SECTION I. INVITATION TO BID .................................................................................................. 5
SECTION II. INSTRUCTIONS TO BIDDERS ...................................................................................... 9
SECTION III. BID DATA SHEET ................................................................................................. 37
SECTION IV. GENERAL CONDITIONS OF CONTRACT....................................................................... 45
SECTION V. SPECIAL CONDITIONS OF CONTRACT ......................................................................... 77
SECTION VI. PERFORMANCE SPECIFICATIONS AND PARAMETERS .................................................... 83
SECTION VII. DRAWINGS ...................................................................................................... 155
SECTION VIII. BILL OF QUANTITIES ........................................................................................ 171
SECTION IX. SPECIAL PROVISIONS.......................................................................................... 177
SECTION X. MATERIALS AND WORKMANSHIP ............................................................................ 183
SECTION XI. BIDDING FORMS ................................................................................................ 189
SECTION XII. TECHNICAL EVALUATION CRITERIA ...................................................................... 213

3
BIDDING DOCUMENTS

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

4
BIDDING DOCUMENTS

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section I. Invitation to Bid

5
Section I. Invitation to Bid

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

6
Section I. Invitation to Bid

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Republic of the Philippines

DAVAO CITY WATER DISTRICT


Km. 5, Jose P. Laurel Avenue, Bajada, Davao City
Telephone No. (+63) (82) 221-9400 connecting all departments
Fax (+63) (82) 226-4885
Website: http://www.davao-water.gov.ph

INVITATION TO BID
The Davao City Water District now invites interested bidders to participate in the bidding of the herein
described projects, as follows:
Name of Contract :

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR


CABANTIAN PRODUCTION WELL NO. 1

Location

Barangay Communal, Davao City

Brief Description

The work covers the design and construction of Water Treatment Plant
consisting of: (1) installation of low pressure reverse osmosis filtration
system; (2) product tank/cistern; (3) filtration system housing; (4) perimeter
fence; (5) drainage system; (6) discharge line and (7) booster pumps.

Approved Budget for


the Contract (ABC) :
Contract Duration

Thirty-Three Million Pesos Only


(PhP33,000,000.00)
360 Calendar Days

Bidding will be conducted through open competitive bidding procedures using nondiscretionary pass/fail
criterion as specified in the Revised Implementing Rules and Regulations(IRR) of Republic Act 9184 (RA
9184), otherwise known as the Government Procurement Reform Act. Bids received in excess of the
Approved Budget for the Contract (ABC) shall be automatically rejected at bid opening.
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.
Bidders should have completed a contract similar to the Project with a value of at least fifty percent
(50%) of the ABC, for this purpose similar project includes Design and Construction of Water
Treatment Plant or Design and Installation of Water Treatment Facility.
Interested Bidders should have a valid license duly issued by the Philippine Contractors Accreditation
Board (PCAB). In the case of joint venture, the license must be of the joint venture, not any of its
members. The required license and registration particulars are as follows:
Classification
Category
Respective Size Range

: General Engineering/General Building


: B (Minimum Requirement)
: Medium A for Water Treatment Plant and System

A complete set of Bidding Documents may be acquired by interested Bidders from 17 February 2014
to 18 March 2014 from the address given below and upon payment of a nonrefundable fee in the
amount of PhP25,000.00. It may also be downloaded free of charge from the website of the Davao
City Water District at www.davao-water.gov.ph, provided that bidders shall pay the fee for the
Bidding Documents not later than the submission of their bids.
The Davao City Water District will hold a Pre-Bid Conference on 4 March 2014 (2:00 PM) at the
Davao City Water District Conference Room, Jose P. Laurel Avenue, Bajada, Davao City,
which shall be open to all interested parties.
Bids must be submitted on or before 18 March 2014 (9:00 AM) to the address given below:
7
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The BAC-B Chairperson


Davao City Water District
Km. 5, J.P. Laurel Ave., Bajada, 8000 Davao City
Telephone No. (+63) (82) 221-9400 local 234 or 246
Fax (+63) (82) 226-4885
Website: http://www.davao-water.gov.ph
All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated
in Instruction to Bidders (ITB) Clause 18. Bids will be opened in the presence of the bidders
representatives. Late bids shall not be accepted.
The Davao City Water District reserves the right to accept or reject any bid, to annul the bidding
process, and to reject all bids at any time prior to contract award, without thereby incurring any
liability to the affected bidder/s.
For further information, interested bidders may inspect the Bidding Documents or inquire from the
BAC-B Secretariat (Miss Crispe C. Maniquez or Mailene D. Betinol) at the address and contact
numbers stated above from 8:00 AM 5:00 PM, Monday to Friday.

(sgd.)

MILDRED G. AVILES

BAC-B Chairperson

8
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section II. Instructions to Bidders

9
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

10
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
A.

B.

C.

D.

E.

F.

GENERAL ........................................................................................................................ 13
1.

Scope of Bid .............................................................................................................. 13

2.

Source of Funds ......................................................................................................... 13

3.

Corrupt, Fraudulent, Collusive, and Coercive Practices .................................................. 13

4.

Conflict of Interest ..................................................................................................... 14

5.

Eligible Bidders .......................................................................................................... 15

6.

Bidders Responsibilities .............................................................................................. 17

7.

Origin of GOODS and Services .................................................................................... 18

8.

Subcontracts .............................................................................................................. 18

CONTENTS OF BIDDING DOCUMENTS ................................................................................... 18


9.

Pre-Bid Conference..................................................................................................... 18

10.

Clarification and Amendment of Bidding Documents ..................................................... 19

PREPARATION OF BIDS ..................................................................................................... 19


11.

Language of Bids ....................................................................................................... 19

12.

Documents Comprising the Bid: Eligibility and Technical Components ............................ 19

13.

Documents Comprising the Bid: Financial Component................................................... 22

14.

Alternative Bids .......................................................................................................... 23

15.

Bid Prices................................................................................................................... 23

16.

Bid Currencies ............................................................................................................ 24

17.

Bid Validity ................................................................................................................ 24

18.

Bid Security ............................................................................................................... 24

19.

Format and Signing of Bids ......................................................................................... 26

20.

Sealing and Marking of Bids ........................................................................................ 27

SUBMISSION AND OPENING OF BIDS ................................................................................... 27


21.

Deadline for Submission of Bids .................................................................................. 27

22.

Late Bids ................................................................................................................... 28

23.

Modification and Withdrawal of Bids ............................................................................ 28

24.

Opening and Preliminary Examination of Bids............................................................... 28

EVALUATION AND COMPARISON OF BIDS.............................................................................. 30


25.

Process to be Confidential ........................................................................................... 30

26.

Clarification of Bids ..................................................................................................... 30

27.

Detailed Evaluation and Comparison of Bids ................................................................. 30

28.

Post Qualification ....................................................................................................... 31

29.

Reservation Clause ..................................................................................................... 32

AWARD OF CONTRACT....................................................................................................... 33
30.

Contract Award .......................................................................................................... 33

31.

Signing of the Contract ............................................................................................... 33


11
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
32.

Performance Security ................................................................................................. 34

33.

Notice to Proceed ....................................................................................................... 35

34.

Protest Mechanism ..................................................................................................... 35

12
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

A.

General

1.

Scope of Bid

2.

1.1.

The Procuring Entity as defined in the BDS, invites bids for the construction of
Works, as described in Section VI. Performance Specifications and Parameters. The
name and identification number of the Contract is provided in the BDS.

1.2.

The successful bidder will be expected to complete the Works by the intended
completion date specified in SCC Clause 1.16.

Source of Funds
The Procuring Entity has a budget or has applied for or received funds from the Funding
Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part
of the funds received for the Project, as defined in the BDS, to cover eligible payments under
the Contract for the Works.

3.

Corrupt, Fraudulent, Collusive, and Coercive Practices


3.1.

Unless otherwise specified in the BDS, the Procuring Entity, 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, 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, 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 of the benefits of free and open competition;

(iii)

collusive practices means a scheme or arrangement between two


or more bidders, with or without the knowledge of the Procuring
Entity, 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
13
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

investigation or making false statements to investigators in


order to materially impede an administrative proceedings or
investigation of the Procuring Entity 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)

4.

acts intended to materially impede the exercise of the


inspection and audit rights of the Procuring Entity 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.

3.2.

Further, the Procuring Entity 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
3.1(a).

3.3.

Furthermore, the Funding Source and the Procuring Entity 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 in the GCC
Clause 33.

Conflict of Interest
4.1.

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 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
14
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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


capacity on the same project;

4.2.

(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.

In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be
accompanied by a sworn affidavit of the Bidder that it is not related to the Head of
the Procuring Entity, 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

(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.
5.

Eligible Bidders
5.1.

Unless otherwise indicated in the BDS, 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

15
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(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.

5.2.

The Procuring Entity may also invite foreign bidders when provided for under any
Treaty or International or Executive Agreement as specified in the BDS.

5.3.

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.

5.4.

(a) Unless otherwise provided in the BDS, the Bidder must have an experience of
having completed at least one (1) contract that is similar to the Contract to be
bid, and whose value, adjusted to current prices using the NSO consumer price
indices, must be at least fifty percent (50%) of the ABC to be bid: Provied,
however, that Contractors under Small A and Small B categories without similar
experience on the contract is not more than fifty percent (50%) of the Allowable
Range of Contract Cost (ARCC) of their registration based on the guidelines as
prescribed by the PCAB.
(b) For Foreign-funded Procurement, the GOP and the foreign government/foreign or
international financing institution may agree on another track record
requirement, as specified in the BDS.
Moreover, a contract shall be considered similar to the contract to be bid if it has
the same major categories of work as described in the BDS.

5.5.

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.

16
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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.
6.

Bidders Responsibilities
6.1.

The Bidder or its duly authorized representative shall submit a sworn statement in
the form prescribed in Section XI. Bidding Forms as required in ITB Clause
12.1(b)(iii).

6.2.

The Bidder is responsible for the following:


(a)

Having taken steps to carefully examine all of the Bidding Documents;

(b)

Having acknowledged all conditions, local or otherwise, affecting the


implementation of the contract;

(c)

Having made an estimate of the facilities available and needed for the
contract to be bid, if any;

(d)

Having complied with its responsibility to inquire or secure Supplemental/Bid


Bulletin/s as provided under ITB Clause 10.3.

(e)

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;

(f)

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;

(g)

Authorizing the Head of the Procuring Entity or its duly authorized


representative/s to verify all the documents submitted;

(h)

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 Secretarys Certificate attesting to such fact, if the Bidder is a
corporation, partnership, cooperative, or joint venture;

(i)

Complying with the disclosure provision under Section 47 of the Act in


relation to other provisions of Republic Act 3019; and

(j)

Complying with existing labor laws and standards, if applicable.

Failure to observe any of the above responsibilities shall be at the risk of the Bidder
concerned.
6.3.

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.

6.4.

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,
17
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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.

7.

6.5.

The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the data
furnished by the procuring entity.

6.6.

Before submitting their bids, the Bidders are deemed to have become familiar with all
existing laws, decrees, ordinances, acts and regulations of the Philippines which may
affect the contract in any way.

6.7.

The Bidder shall bear all costs associated with the preparation and submission of his
bid, and the Procuring Entity will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

6.8.

Bidders should note that the Procuring Entity will only accept bids only from those
that have paid the nonrefundable fee for the Bidding Documents at the office
indicated in the Invitation to Bid.

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.

8.

Subcontracts
8.1.

Unless otherwise specified in the BDS, the Bidder may subcontract portions of the
Works to an extent as may be approved by the Procuring Entity and stated in the
BDS. However, subcontracting of any portion shall not relieve the Bidder from any
liability or obligation that may arise from the contract for this Project.

8.2.

Subcontractors must submit the documentary requirements under ITB Clause 12 and
comply with the eligibility criteria specified in the BDS. In the event that any
subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of
such portion of the Works shall be disallowed.

8.3.

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.

B.

Contents of Bidding Documents

9.

Pre-Bid Conference
9.1.

(a) If so specified in the BDS, a pre-bid conference shall be held at the venue and
on the date indicated therein, to clarify and address the Bidders questions on the
technical and financial components of this Project.
(b) 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
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
GOP, 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
18
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the submission and receipt of bids, as specified in the BDS.

10.

9.2.

Bidders are encouraged to attend the pre-bid conference to ensure that they fully
understand the Procuring Entitys 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 prebid conference and the Supplemental/Bid Bulletin.

9.3.

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.

Clarification and Amendment of Bidding Documents


10.1.

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 at the address indicated in the
BDS at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

10.2.

Supplemental/Bid Bulletins may be issued upon the Procuring Entitys 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.

10.3.

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 concerned, if available. Unless, otherwise provided in the BDS, 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 23.

C.

Preparation of Bids

11.

Language of Bids
The Bid, as well as all correspondence and documents relating to the Bid exchanged by the
Bidder and the Procuring Entity, 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.

12.

Documents Comprising the Bid: Eligibility and Technical Components


12.1.

Unless otherwise indicated in the BDS, the first envelope shall contain the following
eligibility and technical documents:
(a)

Eligibility Documents
Class "A" Documents:
(i)

Registration certificate from the Securities and Exchange Commission


(SEC), Department of Trade and Industry (DTI) for sole
19
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

proprietorship, or Cooperative Development Authority (CDA) for


cooperatives, or any proof of such registration as stated in the BDS;
(ii)

Mayors 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)

owners name and address;

(iii.5)

nature of work;

(iii.6)

contractors 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;
(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 Owners Certificate
of Final Acceptance; or the Certificate of Completion and,
whenever applicable, the Constructors Performance
Evaluation System (CPES) Final Rating, which must be
satisfactory;
(iv)

Unless otherwise provided in the BDS, 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 5.5; and

Class "B" Document:


20
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(vii)

(b)

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.

Technical Documents
(i)

(ii)

Bid security as prescribed in ITB Clause 18. 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;

Project Requirements, which shall include the following:


(ii.1)

Organizational chart for the contract to be bid;

(ii.2)

List of design and construction key personnel to be


assigned to the contract to be bid, with their complete
qualification and experience data supported by Valid licenses
issued by the Professional Regulatory Commission (PRC) for
design professionals in accordance with the provisions of the
IRR-RA 9184;

(ii.3)

List of contractors construction personnel (viz, Foreman,


Construction Safety and Health Officer), to be assigned to
the contract to be bid, with their complete qualification and
experience data;

(ii.4)

List of contractors equipment units, which are owned,


leased, and/or under purchase agreements, supported by
certification of availability of equipment from the equipment
lessor/vendor for the duration of the project;

(ii.5)

Preliminary Conceptual Design Plans in accordance with the


degree of details specified by the procuring entity (refer to
Bid Data Sheet);

(ii.6)

Design and construction methods ( in narrative form);

(ii.7)

Value engineering analysis of design and construction


method;

(iii)

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


RA 9184 and using the form prescribed in Section XI. Bidding Forms;

(iv)

Relevant statements of all on-going, completed, awarded but not yet


started design/design and build related contracts, curriculum vitae of
key staff, partners or principal officers.

21
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

12.2.

Eligibility Criteria
a)

13.

The eligibility of design and build contractors shall be based on the legal,
technical and financial requirements abovementioned. In the technical
requirements, the design and build contractor (as solo or in joint
venture/consortia) should be able to comply with the experience requirement
under the IRR of R.A. 9184, where one of the parties (in a joint
venture/consortia) should have at least one similar project, both in design
and construction, with at least 50% of the cost of the ABC.

b)

If the bidder has no experience in design and build projects on its own it may
enter into partnerships or joint venture with design or engineering firms for
the design portion of the contract.

c)

The relevant provisions under Section 23.5.2.1 (Procurement of


Infrastructure Projects) of the IRR of R.A. 9184 on eligibility requirements
shall be observed, with the following exceptions: Joint ventures/consortia
among Filipino contractors and consultants or among Filipino contractors and
foreign consultants shall be allowed subject to pertinent laws and the
relevant provisions of the IRR of R.A. 9184. The joint venture/consortia shall
be jointly and severally responsible for the obligations and the civil liabilities
arising from the design and build contract: Provided, however, That Filipino
ownership or interest thereof shall be at least seventy five percent (75%):
Provided further, That joint ventures/consortia 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 Filipinos and that
Filipino ownership or interest shall not be less than twenty-five percent
(25%): Provided, finally, that when the design services in which the joint
venture wishes to engage involve the practice of professions regulated by
law, all those who will actually perform the services shall be Filipino citizens
and registered professionals authorized by the appropriate regulatory body to
practice those professions and allied professions and where foreign designers
are required, the foreign designer must be authorized by the appropriate
Philippine Government professional regulatory body to engage in the practice
of those professions and allied professions.

Documents Comprising the Bid: Financial Component


13.1.

Unless otherwise stated in the BDS, the financial component of the bid shall contain
the following:
(a)

Financial Bid Form in accordance with the form prescribed in Section XI.
Bidding Forms; and

(b)

Lump sum bid prices, which shall include the detailed engineering cost, in the
prescribed Bill of Quantities;

(c)

Detailed estimates including a summary sheet indicating the unit prices of


construction materials, labor rates and equipment rentals used in coming up
with the bid; and

(d)

Cash flow by quarter and payments schedule.

(e)

Any other document related to the financial component of the bid as stated
in the BDS.
22
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

13.2.

(a)

Unless indicated in the BDS, all Bids that exceed the ABC shall not be
accepted.

(b)

Unless otherwise indicated in the BDS, 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, payment could be made upon the submission of bids.

(ii)

The procuring entity 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.

(iii) The procuring entity 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 has established a system to monitor and report bid
prices relative to ABC and engineers/procuring entitys estimate.
(v) The procuring entity has established a monitoring and evaluation system
for contract implementation to provide a feedback on actual total costs
of goods and works.
14.

15.

Alternative Bids
14.1.

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.

14.2.

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. Unless there is a value engineering clause in the BDS, alternative bids
shall not be accepted.

14.3.

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 Bidders 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.

Bid Prices
15.1.

The contract shall be for the whole Works, as described in ITB Clause 1.1, based on
the priced Bill of Quantities submitted by the Bidder.

23
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

16.

17.

18.

15.2.

The Bidder shall fill in rates and prices for all items of the Works described in the Bill
of Quantities. Bids not addressing or providing all of the required items in the
Bidding Documents including, where applicable, bill of quantities, 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 nonresponsive, but specifying a "0" (zero) for the said item would mean that it is being
offered for free to the Government.

15.3.

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.

15.4.

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 as specified in
GCC Clause 47. 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. 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.

Bid Currencies
16.1.

All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the
BDS. 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.

16.2.

If so allowed in accordance with ITB Clause 16.1, the Procuring Entity 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.

16.3.

Unless otherwise specified in the BDS, payment of the contract price shall be made in
Philippine Pesos.

Bid Validity
17.1.

Bids shall remain valid for the period specified in the BDS which shall not exceed one
hundred twenty (120) calendar days from the date of the opening of bids.

17.2.

In exceptional circumstances, prior to the expiration of the bid validity period, the
Procuring Entity 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 18 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.

Bid Security
18.1.

The bid security in the amount stated in the BDS shall be equal to the percentage of
the ABC in accordance with the following schedule:

24
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Form of Bid Security


(a)
(b)

(c)

(d)
(e)

Cash or cashiers/managers check


issued by a Universal or Commercial
Bank.
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.
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
Any combination of items (a) to (c)
above.
Bid Securing Declaration

Amount of Bid Security


(Equal to Percentage of the ABC)

Two percent (2%)

Five percent (5%)


Proportionate to share of form
with respect to total amount of
security
No percentage required

For biddings conducted by local government units, the Bidder may also submit bid
securities in the form of cashiers/managers check, bank draft/guarantee, or
irrevocable letter of credit from other banks certified by the BSP as authorized to
issue such financial statement.
The Bid Securing Declaration mentioned above is an undertaking which states,
among others, that the bidder shall enter into contract with the procuring entity and
furnish the performance security required under ITB Clause 32.2, from receipt of the
Notice of Award, and committing to pay the corresponding fine, and be suspended
for a period of time from being qualified to participate in any government
procurement activity in the event it violates any of the conditions stated therein as
provided in the guidelines issued by the GPPB.
18.2.

The bid security should be valid for the period specified in the BDS. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring Entity
as non-responsive.

18.3.

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 18.2.

18.4.

Upon signing and execution


posting of the performance
Bidders Bid security will be
validity period as indicated in

18.5.

The bid security may be forfeited:


(a)

of the contract, pursuant to ITB Clause 31, and the


security, pursuant to ITB Clause 32, the successful
discharged, but in no case later than the Bid security
ITB Clause 18.2.

if a Bidder:

25
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(b)

19.

(i)

withdraws its bid during the period of bid validity specified in ITB
Clause 17;

(ii)

does not accept the correction of errors pursuant to ITB Clause


27.3(b);

(iii)

fails to submit the requirements within the prescribed period, or a


finding against their veracity, as stated in ITB Clause 28.2;

(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 ones 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.

if the successful Bidder:


(i)

fails to sign the contract in accordance with ITB Clause 31;

(ii)

fails to furnish performance security in accordance with ITB Clause


32.

Format and Signing of Bids


19.1.

Bidders shall submit their bids through their duly authorized representative using the
appropriate forms provided in Section XI. Bidding Forms on or before the deadline
specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which
shall be submitted simultaneously. The first shall contain the technical component of
26
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the bid, including the eligibility requirements under ITB Clause 12.1, and the second
shall contain the financial component of the bid.

20.

19.2.

Forms as mentioned in ITB Clause 19.1 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.

19.3.

The Bidder shall prepare an original of the first and second envelopes as described in
ITB Clauses 12 and 13. 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.

19.4.

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.

19.5.

Any interlineations, erasures, or overwriting shall be valid only if they are signed or
initialed by the duly authorized representative/s of the Bidder.

Sealing and Marking of Bids


20.1.

Bidders shall enclose their original eligibility and technical documents described in
ITB Clause 12, in one sealed envelope marked ORIGINAL - TECHNICAL
COMPONENT, and the original of their financial component in another sealed
envelope marked ORIGINAL - FINANCIAL COMPONENT, sealing them all in an outer
envelope marked ORIGINAL BID.

20.2.

Each copy of the first and second envelopes shall be similarly sealed duly marking the
inner envelopes as COPY NO. ___ - TECHNICAL COMPONENT and COPY NO. ___
FINANCIAL COMPONENT and the outer envelope as COPY NO. ___, respectively.
These envelopes containing the original and the copies shall then be enclosed in one
single envelope.

20.3.

The original and the number of copies of the Bid as indicated in the BDS shall be
typed or written in indelible ink and shall be signed by the bidder or its duly
authorized representative/s.

20.4.

All envelopes shall:

20.5.

(a)

contain the name of the contract to be bid in capital letters;

(b)

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

(c)

be addressed to the Procuring Entitys BAC identified in ITB Clause 10.1;

(d)

bear the specific identification of this bidding process indicated in the


Invitation to Bid; and

(e)

bear a warning DO NOT OPEN BEFORE the date and time for the opening
of bids, in accordance with ITB Clause 21.

If bids are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of the bid.

D.

Submission and Opening of Bids

21.

Deadline for Submission of Bids


27
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Bids must be received by the Procuring Entitys BAC at the address and on or before the date
and time indicated in the BDS.
22.

Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed by the
Procuring Entity, pursuant to ITB Clause 21, shall be declared Late and shall not be
accepted by the Procuring Entity.

23.

24.

Modification and Withdrawal of Bids


23.1.

The Bidder may modify its bid after it has been submitted; provided that the
modification is received by the Procuring Entity 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.

23.2.

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

23.3.

Bids requested to be withdrawn in accordance with ITB Clause 23.1 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.

23.4.

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
Bidders bid security, pursuant to ITB Clause 18.5, and the imposition of
administrative, civil, and criminal sanctions as prescribed by RA 9184 and its IRR.

Opening and Preliminary Examination of Bids


24.1.

The BAC shall open the first bid envelopes of Bidders in public as specified in the
BDS to determine each Bidders compliance with the documents prescribed in ITB
Clause 12. 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.
(a)

For the detailed evaluation of the design and build proposals a two step
procedure shall be adopted by the BAC, which may be undertaken with the
assistance of the DBC
First-Step Procedure:

28
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

i.

The first step of the evaluation shall involve the review of the
preliminary conceptual designs and track record submitted by the
contractor as indicated in the bid documents using a nondiscretionary
pass/fail criteria that involve compliance with the following
requirements:
a. Adherence of preliminary design plans to the required
performance specifications and parameters and degree of
details;
b. Concept of approach and methodology for detailed engineering,
design and construction with emphasis on the clarity, feasibility,
innovativeness and comprehensiveness of the plan approach,
and the quality of interpretation of project problems, risks, and
suggested solutions;
c.

ii.

Quality of personnel to be assigned to the project which covers


suitability of key staff to perform the duties of the particular
assignments and general qualifications and competence including
education and training of the key staff;

For complex or unique undertakings, such as those involving highly


specialized or advanced engineering technology, eligible bidders may
be required, at the option of the agency concerned, to make an oral
presentation within fifteen (15) calendar days after the deadline for
submission of technical proposals.

Second-Step Procedure:
Only those bids that passed the above criteria shall be subjected to the
second step of evaluation.
The BAC shall open the financial proposal of each passed bidder and shall
obtain the correct calculated prices. The financial bids as so calculated shall
be ranked, in ascending order, from lowest to highest. The bid with the
lowest price shall be identified as the Lowest Calculated Bid (LCB).
24.2.

Unless otherwise specified in the BDS, 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 13.1(e), 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.

24.3.

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 Bidders 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.
29
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

24.4.

If a Bidder has previously secured a certification from the Procuring Entity 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 12.1(a), items (i) to (vi).

24.5.

In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class A
Documents enumerated in ITB Clause 12.1(a) may be substituted with the
appropriate equivalent documents, if any, issued by the country of the foreign Bidder
concerned.

24.6.

Each partner of a joint venture agreement shall likewise submit the documents
required in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission of documents required
under ITB Clauses 12.1(a)(iii) to 12.1(a)(vi) by any of the joint venture partners
constitutes compliance.

E.

Evaluation and Comparison of Bids

25.

Process to be Confidential

26.

25.1.

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 n the case of ITB Clause 26.

25.2.

Any effort by a bidder to influence the Procuring Entity in the Procuring Entitys
decision in respect of Bid evaluation, Bid comparison or contract award will result in
the rejection of the Bidders Bid.

Clarification of Bids
To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity
may ask in writing any Bidder for a clarification of its bid. All responses to requests for
clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and
that is not in response to a request by the Procuring Entity shall not be considered

27.

Detailed Evaluation and Comparison of Bids


27.1.

The Procuring Entity will undertake the detailed evaluation and comparison of Bids
which have passed the opening and preliminary examination of Bids, pursuant to ITB
Clause 24, in order to determine the Lowest Calculated Bid.

27.2.

In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall
undertake the following:

27.3.

(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.

The Procuring Entity'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
30
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Requirements including, where applicable, bill of quantities, 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; and
(b)

28.

Arithmetical corrections. Consider computational errors and omissions to


enable proper comparison of all eligible bids. It may also consider bid
modifications if expressly allowed in the BDS. Any adjustment shall be
calculated in monetary terms to determine the calculated prices.

27.4.

Based on the detailed evaluation of bids, those that comply with the abovementioned 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, unless otherwise
indicated in the BDS.

27.5.

The Procuring Entitys evaluation of bids shall only be based on the bid price quoted
in the Financial Bid Form

27.6.

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.

Post Qualification
28.1.

The Procuring Entity 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 5, 12, and
13.

28.2.

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 in the form specified in the BDS;

(c)

Certificate of PhilGEPS Registration; and

(d)

Other appropriate licenses and permits required by law and stated in the
BDS.

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.
28.3.

The determination shall be based upon an examination of the documentary evidence


of the Bidders qualifications submitted pursuant to ITB Clauses 12 and 13, as well as
other information as the Procuring Entity deems necessary and appropriate, using a
non-discretionary pass/fail criterion.
31
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

29.

28.4.

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 30.3.

28.5.

A negative determination shall result in rejection of the Bidders Bid, in which event
the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar
determination of that Bidders 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.

28.6.

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.

Reservation Clause
29.1.

Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity


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 Bidders
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 shall
consider the said Bidder as ineligible and shall disqualify it from submitting a bid or
from obtaining an award or contract.

29.2.

Based on the following grounds, the Procuring Entity 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, 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 Entitys BAC is found to have failed in


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)

following the

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;

32
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

29.3.

(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.

In addition, the Procuring Entity 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.

F.

Award of Contract

30.

Contract Award
30.1.

Subject to ITB Clause 28, the Procuring Entity shall award the contract to the Bidder
whose Bid has been determined to be the Lowest Calculated and Responsive Bid
(LCRB).

30.2.

Prior to the expiration of the period of Bid validity, the Procuring Entity shall notify
the successful Bidder in writing that its Bid has been accepted, through a Notice of
Award received personally or sent by registered mail or electronically, receipt of
which must be confirmed in writing within two (2) days by the LCRB and submitted
personally or sent by registered mail or electronically to the Procuring Entity.

30.3.

Notwithstanding the issuance of the Notice of Award, award of contract shall be


subject to the following conditions:
(a)

31.

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 mentioned in ITB Clause 12.1(a)(iv);

(b)

Posting of the performance security in accordance with ITB Clause 32;

(c)

Signing of the contract as provided in ITB Clause 31; and

(d)

Approval by higher authority, if required.

Signing of the Contract


31.1.

At the same time as the Procuring Entity notifies the successful Bidder that its Bid has
been accepted, the Procuring Entity shall send the Contract Form to the Bidder,
33
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

which Contract has been provided in the Bidding Documents, incorporating therein all
agreements between the parties.

32.

31.2.

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.

31.3.

The Procuring Entity 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.

31.4.

The following documents shall form part of the contract:


(a)

Contract Agreement;

(b)

Bidding Documents;

(c)

Winning bidders bid, including the Technical and Financial Proposals, and all
other documents/statements submitted;

(d)

Performance Security;

(e)

Credit line in accordance with ITB Clause 5.5, if applicable;

(f)

Notice of Award of Contract; and

(g)

Other contract documents that may be required by existing laws and/or


specified in the BDS.

Performance Security
32.1.

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
and in no case later than the signing of the contract.

32.2.

The performance security shall be denominated in Philippine Pesos and posted in


favor of the Procuring Entity in an amount equal to the percentage of the total
contract price as stated in the BDS in accordance with the following schedule:
Form of Performance Security
(a) Cash or cashiers/managers check
issued by a Universal or Commercial
Bank.
(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

Amount of Performance Security


(Equal to Percentage of the Total
Contract Price)

Ten percent (10%)

Thirty percent (30%)

34
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

to issue such security; and/or


(d) Any combination of the foregoing.
32.3.

33.

34.

Proportionate to share of form with


respect to total amount of security

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 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.

Notice to Proceed
33.1.

Within three (3) calendar days from the date of approval of the Contract by the
appropriate government approving authority, the Procuring Entity shall issue its
Notice to Proceed to the Bidder.

33.2.

The contract effectivity date shall be provided in the Notice to Proceed by the
Procuring Entity, which date shall not be later than seven (7) calendar days from the
issuance of the Notice to Proceed.

Protest Mechanism
Decision of the procuring entity at any stage of the procurement process may be questioned
in accordance with Section 55 of the Revised Implementing Rules and Regulations of Republic
Act 9184.

35
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

36
Section II. Instructions to Bidders

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section III. Bid Data Sheet

37
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

38
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Bid Data Sheet


ITB Clause
1.1

The PROCURING ENTITY is DAVAO CITY WATER DISTRICT (DCWD).


The name of the Contract is DESIGN AND CONSTRUCTION OF WATER
TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1.

The Funding Source is:


The Government of the Philippines (GOP) through the 2013 Corporate Budget in
the amount of Thirty Three Million Pesos (PhP33,000,000.00)

3.1

No further instructions.

5.1

No further instructions.

5.2

Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4

The Bidder must have an experience of having completed at least one (1) contract
that is similar to the contract to be bid, and whose value, adjusted to current prices
using the NSO consumer price indices, must be at least fifty percent (50%) of the
ABC to be bid.
Moreover, a contract shall be considered similar to the contract to be bid if it has
the same major categories of work.
For this purpose, similar contracts shall refer to Design and Construction of
Water Treatment Plant or Design and Installation of Water Treatment
Facility.

8.1
8.2
9.1

Subcontracting is not allowed.


Not applicable.
The Procuring Entity will hold a pre-bid conference for this Project on the time and
address below:
______________________
DAVAO CITY WATER DISTRICT (Bajada Office)
J.P. Laurel Avenue, Bajada Davao City

10.1

The Procuring Entitys address is:


DAVAO CITY WATER DISTRICT
J.P. Laurel Ave. Bajada, Davao City
Telephone No. (082) 221-9400 & Fax No. (082) 226-4885
Email address: dcwd@davao-water.gov.ph

10.3

No further instructions.

39
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

12.1

If the Procuring Entity maintains a registry system using the PhilGEPS or its own
electronic system:
The first envelope shall contain the eligibility and technical documents stated in the
ITB Clause. However, if the Bidder maintains a current and updated file of his Class
A Documents with the Procuring Entity, a written letter of intent may be submitted
in lieu of the Class A Documents; otherwise, it shall submit an application for
eligibility and its latest Class A Documents on or before [insert date]. Any
application for eligibility or updates submitted after the deadline for the submission
of the letter of intent shall not be considered for the bidding at hand.

12.1(a)(i)

No other acceptable proof of registration is recognized.

12.1(a)(iii)

The Bidder must submit the following documents using the forms in Section XI of
the Bidding Documents:
1. Statement of all On-going Government & Private Construction
Contracts including contracts awarded but not yet started, supported
with the following:
a. Notice of Award
b. Notice to Proceed
c. Certificate of Accomplishments signed by the Client or Clients Representative
2. Statement of all Completed Government & Private Construction
Contracts, supported with the following:

a. Certificate of Acceptance or Certificate of Completion


3. Statement of all Completed Government and Private Construction
Contracts which are Similar to the Contract to be Bid, supported with the
following:
a. Contract Agreement
b. Certificate of Completion or Certificate of Acceptance
12.1(a)(iv)

PCAB License Category Requirements:


Principal Classification : General Engineering/General Building
License Category
: B (Minimum Requirement)
Size Range
: Medium A for Water Treatment Plant and System
In case of JV, the JV must have a special PCAB License.

40
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

12.1(b)(ii.2)

The Contractor shall employ the following Key Personnel:


Design:
(1) Team Leader
(2) Civil Engineer
(3) Geotechnical Engineer
(4) Chemical Engineer
(5) Professional Electrical Engineer
(6) Professional Mechanical Engineer
Construction:
(1) Team Leader
(2) Project Engineer
(3) Cost/Quantity/Specifications Engineer
(4) Chemical Engineer
(5) Materials Engineer

12.1(b)(ii.3)

However, in addition to the key personnel, the following construction personnel will
be required as stated in the List of contractors construction personnel:
(1) Foreman
(2) Construction Safety and Health Officer who satisfactorily completed the DOLE
training on occupational safety and health in the construction industry and
accredited by the DOLE Bureau of Working Conditions (BWC) and must have a
minimum of 3 years experience in construction industry.

12.1(b)(ii.4)

The Contractor must commit the following minimum equipment requirements which
should be indicated in the list of equipment:
1. 1-Bagger Concrete Mixer
2. Plate Compactor
3. Backhoe
4. Dump Truck
5. Welding Machine
6. Concrete Vibrator
In addition, the Bidder must submit a Certificate of Commitment that all items in
the List of Contractors Equipment Units are all present and committed to the project
if awarded the contact.

41
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

12.1(b)(ii.5)

The Bidder shall submit a Preliminary Conceptual Design Plans in accordance to


the Schematic Design Plans under Section VII. Drawings and to the degree of details
as provided herein:
a. Filtration System shall be a Low Pressure Reverse Osmosis Filtration System in 2assemblies to ensure continuous operation during maintenance works which shall
be mounted on top of the product/cistern tank with appropriate housing;
b. Product Tank shall be a reinforced concrete underground tank (cistern type) with
2-chambers as balancing reservoir with a minimum total storage capacity of 500
cubic meters;
c. Booster pump and motor assembly shall be so designed to ensure continuous
operation in case of pump/motor breakdown;
d. Wall enclosure shall be galvanized welded wire mesh.
Details as to type of structure or material specifically provided in the Schematic
Design Plans shall be followed. Positioning and orientation of the structures to be
built or installed shall be for the discretion of the Contractor, unless otherwise
specifically provided in the Schematic Design Plans. Electric hoist shall be so located
to provide ease of hauling of a 1-tonner gas chlorine tank from the service vehicle.
Plans shall be in A3 size (297x420mm) drawing sheets; the labels and drawings
are to be presented clearly.
In the preparation of the Preliminary Conceptual Design Plans, the Bidder shall
comply with all specific instructions regarding an item or items of work indicated in
the schematic design plans, unless otherwise allowed for modification.
For purposes of fair bid evaluation and comparison, the Bidder is not allowed to
submit alternative concept other than specified in the schematic design plans in
these Bidding Documents.

12.1(b)(vii)

The value engineering analysis shall not form part of the technical submission during
the opening of bids. This may be required when necessary in the course of the
detailed design phase.

13.1(e)2

The ABC is Thirty Three Million Pesos (PhP33,000,000.00). Any bid with a
financial component exceeding this amount shall not be accepted.

14.2

No further instructions.

15.4

No further instruction.

16.1

The bid prices shall be quoted in Philippine Pesos.

17.1

Bids will be valid until One Hundred Twenty (120) calendar days from the Opening
of Bids.

42
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

18.1

The bid security shall be in the following amount:


1. The amount of PhP660,000.00 [2% of ABC], if bid security is in cash,
cashiers/managers check, bank draft/guarantee or irrevocable letter of credit;
2. The amount of PhP1,650,000.00 [5% of ABC] if bid security is in Surety Bond;
In addition, if the Bid Security is in a form of Surety Bond, the Certification from
the Insurance Commission accompanying the Surety Bond authorizing the
insurance company to issue surety bonds callable on demand shall also be
specific to the contract to be bid.
3. Any combination of the foregoing proportionate to the share of form with
respect to total amount of security.
4. Bid Securing Declaration, specific to the contract to be bid.

18.2

The bid security shall be valid until One Hundred Twenty (120) calendar days from
the Opening of Bids.

20.3

Each Bidder shall submit one (1) original and one (1) copy of the technical and
financial components of its bid, labeled accordingly.

21

The address for submission of bids is:


The Chairperson, BAC-B
DAVAO CITY WATER DISTRICT, Bajada Office
J.P. Laurel Avenue, Bajada, Davao City
The deadline for submission of bids is _______________

24.1

The date of bid opening for the first envelope is _______________ at:
DAVAO CITY WATER DISTRICT, Bajada Office
J.P. Laurel Avenue, Bajada, Davao City

24.2

After undertaking the first step evaluation process, the BAC shall open the financial
proposal of each passed bidder on____________ at the:
DAVAO CITY WATER DISTRICT
Bajada Office J.P. Laurel Avenue,
Bajada, Davao City

27.3(b)

No further instructions.

27.4

No further instructions.
The taxes, such as but not limited to, value added tax (VAT), income tax, local taxes
and other fiscal levies and duties shall be itemized in the bid form and reflected in
the detailed estimates.

27.6

28.2
28.2(b)

Failure to submit the Tax Clearance, Latest Income and Business Tax Returns and
Certificate of PhilGEPS Registration within the non-extendible period of three (3)
days shall result to disqualification and forfeiture of bid security.
Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment
System (EFPS) shall be accepted.

NOTE: The latest income and business tax returns are those within the last six
months preceding the date of bid submission.
43
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

28.2(d)

No further instructions.

31.4(g)

The following documents shall be submitted by the winning bidder within ten (10)
calendar days from the receipt of the Notice of Award:
1.
2.
3.
4.
5.
6.
7.

Duly signed Design and Construction Schedule and S-curve


Duly signed Design and Construction PERT/CPM
Duly signed Design and Construction Cash Flow Chart and Payment Schedule
Duly signed Design and Construction Manpower Schedule
Duly signed Design and Construction Methods in narrative form
Duly signed Design and Construction Equipment Utilization Schedule
Construction safety and health program approved by the Department of Labor
and Employment
8. Contractors All Risk Insurance Policy
Items 1 to 3 of the foregoing documents are subject to approval of the Procuring
Entity or his duly authorized representative.
32.2

The performance security shall be in the following amount:


1. The amount of __________ [Insert 10% of the Total Contract Price], if
performance security is in cash, cashiers/managers check, bank draft/guarantee
or irrevocable letter of credit;
2. The amount of __________ [Insert 30% of the Total Contract Price], if
performance security is in Surety Bond; or
In addition, if the Performance Security is in a form of Surety Bond, the Certification
from the Insurance Commission accompanying the Surety Bond authorizing the
insurance company to issue surety bonds callable on demand shall also be specific
to the contract to be bid.

33.2

The effective date of the Contract shall be indicated in the Notice to Proceed, which
date shall not be later than seven (7) calendar days from its issuance.

44
Section III. Bid Data Sheet

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section IV. General Conditions of Contract

45
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

46
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
1.

DEFINITIONS .................................................................................................................. 49

2.

INTERPRETATION ............................................................................................................. 51

3.

GOVERNING LANGUAGE AND LAW ....................................................................................... 51

4.

COMMUNICATIONS ........................................................................................................... 51

5.

POSSESSION OF SITE ........................................................................................................ 51

6.

THE CONTRACTORS OBLIGATIONS...................................................................................... 51

7.

PERFORMANCE SECURITY .................................................................................................. 52

8.

SUBCONTRACTING............................................................................................................ 53

9.

LIQUIDATED DAMAGES ..................................................................................................... 53

10. SITE INVESTIGATION REPORTS .......................................................................................... 54


11. THE PROCURING ENTITY, LICENSES AND PERMITS................................................................. 54
12. CONTRACTORS RISK AND WARRANTY SECURITY................................................................... 54
13. LIABILITY OF THE CONTRACTOR ......................................................................................... 56
14. PROCURING ENTITYS RISK ............................................................................................... 56
15. INSURANCE..................................................................................................................... 56
16. TERMINATION FOR DEFAULT OF CONTRACTOR ....................................................................... 57
17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................................................. 58
18. TERMINATION FOR OTHER CAUSES ..................................................................................... 58
19. PROCEDURES FOR TERMINATION OF CONTRACTS ................................................................... 59
20. FORCE MAJEURE, RELEASE FROM PERFORMANCE................................................................... 61
21. RESOLUTION OF DISPUTES ................................................................................................ 62
22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................................................. 62
23. PROCURING ENTITYS REPRESENTATIVES DECISIONS............................................................ 63
24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITYS
REPRESENTATIVE ............................................................................................................. 63
25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITYS REPRESENTATIVE ............... 63
26. EXTENSION OF THE INTENDED COMPLETION DATE ................................................................. 63
27. RIGHT TO VARY ............................................................................................................... 64
28. CONTRACTORS RIGHT TO CLAIM ......................................................................................... 64
29. DAYWORKS ..................................................................................................................... 64
30. EARLY WARNING ............................................................................................................. 64
31. PROGRAM OF WORK ......................................................................................................... 65
32. MANAGEMENT CONFERENCES ............................................................................................. 65
33. BILL OF QUANTITIES ........................................................................................................ 65
34. INSTRUCTIONS, INSPECTIONS AND AUDITS .......................................................................... 66
35. IDENTIFYING DEFECTS...................................................................................................... 66
47
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
36. COST OF REPAIRS ............................................................................................................ 66
37. CORRECTION OF DEFECTS .................................................................................................. 66
38. UNCORRECTED DEFECTS .................................................................................................... 67
39. ADVANCE PAYMENT .......................................................................................................... 67
40. PROGRESS PAYMENTS....................................................................................................... 67
41. PAYMENT CERTIFICATES ................................................................................................... 68
42. RETENTION ..................................................................................................................... 68
43. VARIATION ORDERS ......................................................................................................... 69
44. CONTRACT COMPLETION ................................................................................................... 70
45. SUSPENSION OF WORK ..................................................................................................... 70
46. PAYMENT ON TERMINATION ............................................................................................... 71
47. EXTENSION OF CONTRACT TIME ......................................................................................... 71
48. PRICE ADJUSTMENT ......................................................................................................... 72
49. COMPLETION................................................................................................................... 72
50. TAKING OVER.................................................................................................................. 73
51. OPERATING AND MAINTENANCE MANUALS ........................................................................... 73
52. DETAILED ENGINEERING REQUIREMENTS ............................................................................. 73
53. Design and Build Contract Implementation ................................................................. 73

48
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1.

Definitions
For purposes of this Clause, boldface type is used to identify defined terms.
1.1.

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.

1.2.

Bill of Quantities refers to a list of the specific items of the Work and their
corresponding unit prices, lump sums, and/or provisional sums.

1.3.

The Completion Date is the date of completion of the Works as certified by the
Procuring Entitys Representative, in accordance with GCC Clause 48.

1.4.

The Contract is the contract between the Procuring Entity and the Contractor to
execute, complete, and maintain the Works.

1.5.

The Contract Price is the price stated in the Letter of Acceptance and thereafter to
be paid by the Procuring Entity to the Contractor for the execution of the Works in
accordance with this Contract.

1.6.

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.

1.7.

The Contractor is the juridical entity whose proposal has been accepted by the
Procuring Entity and to whom the Contract to execute the Work was awarded.

1.8.

The Contractors Bid is the signed offer or proposal submitted by the Contractor to
the Procuring Entity in response to the Bidding Documents.

1.9.

Days are calendar days; months are calendar months.

1.10.

Dayworks are varied work inputs subject to payment on a time basis for the
Contractors employees and Equipment, in addition to payments for associated
Materials and Plant.

1.11.

A Defect is any part of the Works not completed in accordance with the Contract.

1.12.

The Defects Liability Certificate is the certificate issued by Procuring Entitys


Representative upon correction of defects by the Contractor.

1.13.

The Defects Liability Period is the one year period between contract completion
and final acceptance within which the Contractor assumes the responsibility to
undertake the repair of any damage to the Works at his own expense.

1.14.

Drawings are graphical presentations of the Works. They include all supplementary
details, shop drawings, calculations, and other information provided or approved for
the execution of this Contract.

1.15.

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.

1.16.

The Intended Completion Date refers to the date specified in the SCC when the
Contractor is expected to have completed the Works. The Intended Completion Date
may be revised only by the Procuring Entitys Representative by issuing an extension
of time or an acceleration order.
49
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1.17.

Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.

1.18.

The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entitys Representative to the Contractor requiring the latter to begin the
commencement of the work not later than a specified or determinable date.

1.19.

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.

1.20.

Plant refers to the machinery, apparatus, and the like intended to form an integral
part of the Permanent Works.

1.21.

The Procuring Entity is the party who employs the Contractor to carry out the
Works stated in the SCC.

1.22.

The Procuring Entitys Representative refers to the Head of the Procuring Entity
or his duly authorized representative, identified in the SCC, who shall be responsible
for supervising the execution of the Works and administering this Contract.

1.23.

The Site is the place provided by the Procuring Entity where the Works shall be
executed and any other place or places which may be designated in the SCC, or
notified to the Contractor by the Procuring Entitys Representative as forming part of
the Site.

1.24.

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.

1.25.

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.

1.26.

Specifications means the description of Works to be done and the qualities of


materials to be used, the equipment to be installed and the mode of construction.

1.27.

The Start Date, as specified in the SCC, 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.

1.28.

A Subcontractor 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.

1.29.

Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Permanent Works.

1.30.

Work(s) refer to the Permanent Works and Temporary Works to be executed by the
Contractor in accordance with this Contract, including (i) the furnishing of all labor,
materials, equipment and others incidental, necessary or convenient to the complete
execution of the Works; (ii) the passing of any tests before acceptance by the
Procuring Entitys Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in the SCC.
50
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

2.

2.

3.

Interpretation
2.1

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 Entitys Representative will provide instructions
clarifying queries about the Conditions of Contract.

2.2

If sectional completion is specified in the SCC, references in the Conditions of


Contract to the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the Completion Date and
Intended Completion Date for the whole of the Works).

Governing Language and Law


2.1.

This Contract has been executed in the English language, which shall be the binding
and controlling language for all matters relating to the meaning or interpretation of
this Contract. All correspondence and other documents pertaining to this Contract
which are exchanged by the parties shall be written in English.

2.2.

This Contract shall be interpreted in accordance with the laws of the Republic of the
Philippines.

Communications
Communications between parties that are referred to in the Conditions shall be effective only
when in writing. A notice shall be effective only when it is received by the concerned party.

4.

5.

Possession of Site
4.1.

On the date specified in the SCC, the Procuring Entity shall grant the Contractor
possession of so much of the Site as may be required to enable it to proceed with the
execution of the Works. If the Contractor suffers delay or incurs cost from failure on
the part of the Procuring Entity to give possession in accordance with the terms of
this clause, the Procuring Entitys Representative shall give the Contractor a Contract
Time Extension and certify such sum as fair to cover the cost incurred, which sum
shall be paid by Procuring Entity.

4.2.

If possession of a portion is not given by the date stated in the SCC Clause 4.1, the
Procuring Entity will be deemed to have delayed the start of the relevant activities.
The resulting adjustments in contact time to address such delay shall be in
accordance with GCC Clause 46.

4.3.

The Contractor shall bear all costs and charges for special or temporary right-of-way
required by it in connection with access to the Site. The Contractor shall also provide
at his own cost any additional facilities outside the Site required by it for purposes of
the Works.

4.4.

The Contractor shall allow the Procuring Entitys Representative and any person
authorized by the Procuring Entitys Representative access to the Site and to any
place where work in connection with this Contract is being carried out or is intended
to be carried out.

The Contractors Obligations


5.1.

The Contractor shall carry out the Works properly and in accordance with this
Contract. The Contractor shall provide all supervision, labor, Materials, Plant and
51
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Contractor's Equipment, which may be required. All Materials and Plant on Site shall
be deemed to be the property of the Procuring Entity.

6.

5.2.

The Contractor shall commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Program of Work submitted by the
Contractor, as updated with the approval of the Procuring Entitys Representative,
and complete them by the Intended Completion Date.

5.3.

The Contractor shall be responsible for the safety of all activities on the Site.

5.4.

The Contractor shall carry out all instructions of the Procuring Entitys Representative
that comply with the applicable laws where the Site is located.

5.5.

The Contractor shall employ the key personnel named in the Schedule of Key
Personnel, as referred to in the SCC, to carry out the supervision of the Works. The
Procuring Entity will approve any proposed replacement of key personnel only if their
relevant qualifications and abilities are equal to or better than those of the personnel
listed in the Schedule.

5.6.

If the Procuring Entitys Representative asks the Contractor to remove a member of


the Contractors staff or work force, for justifiable cause, the Contractor shall ensure
that the person leaves the Site within seven (7) days and has no further connection
with the Work in this Contract.

5.7.

During Contract implementation, the Contractor and his subcontractors shall abide at
all times by all labor laws, including child labor related enactments, and other
relevant rules.

5.8.

The Contractor shall submit to the Procuring Entity for consent the name and
particulars of the person authorized to receive instructions on behalf of the
Contractor.

5.9.

The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Procuring Entity between the dates given in the schedule
of other contractors particularly when they shall require access to the Site. The
Contractor shall also provide facilities and services for them during this period. The
Procuring Entity may modify the schedule of other contractors, and shall notify the
Contractor of any such modification thereto.

5.10.

Should anything of historical or other interest or of significant value be unexpectedly


discovered on the Site, it shall be the property of the Procuring Entity. The
Contractor shall notify the Procuring Entitys Representative of such discoveries and
carry out the Procuring Entitys Representatives instructions in dealing with them.

Performance Security
6.1.

Within ten (10) calendar days from receipt of the Notice of Award from the Procuring
Entity but in no case later than the signing of the contract by both parties, the
Contractor shall furnish the performance security in any the forms prescribed in ITB
Clause 32.2.

6.2.

The performance security posted in favor of the Procuring Entity shall be forfeited in
the event it is established that the Contractor is in default in any of its obligations
under the Contract.

6.3.

The performance security shall remain valid until issuance by the Procuring Entity of
the Certificate of Final Acceptance.
52
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

6.4.

7.

8.

The performance security may be released by the Procuring Entity and returned to
the Contractor after the issuance of the Certificate of Final Acceptance subject to the
following conditions:
(a)

There are no pending claims against the Contractor or the surety company
filed by the Procuring Entity;

(b)

The Contractor has no pending claims for labor and materials filed against it;
and

(c)

Other terms specified in the SCC.

6.5.

The Contractor shall post an additional performance security following the amount
and form specified in ITB Clause 32.2 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.

6.6.

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 the use of which,
in the judgment of the implementing agency or the Procuring Entity, will not affect
the structural integrity of the entire project, the Procuring Entity shall allow a
proportional reduction in the original performance security, provided that any such
reduction is more than ten percent (10%) and that the aggregate of such reductions
is not more than fifty percent (50%) of the original performance security.

6.7.

Unless otherwise indicated in the SCC, the Contractor, by entering into the Contract
with the Procuring Entity, acknowledges the right of the Procuring Entity 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.

Subcontracting
7.1.

Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works
more than the percentage specified in ITB Clause 8.1.

7.2.

Subcontracting of any portion of the Works does not relieve the Contractor of any
liability or obligation under this Contract. The Contractor will be responsible for the
acts, defaults, and negligence of any subcontractor, its agents, servants or workmen
as fully as if these were the Contractors own acts, defaults, or negligence, or those
of its agents, servants or workmen.

7.3.

Subcontractors disclosed and identified during the bidding may be changed during
the implementation of this Contract, subject to compliance with the required
qualifications and the approval of the Procuring Entity.

Liquidated Damages
8.1.

The Contractor shall pay liquidated damages to the Procuring Entity for each day
that the Completion Date is later than the Intended Completion Date. The applicable
liquidated damages is at least one-tenth (1/10) of a percent of the cost of the
unperformed portion for every day of delay. The total amount of liquidated damages
shall not exceed ten percent (10%) of the amount of the contract. The Procuring
Entity may deduct liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the Contractor. Once the cumulative
53
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

amount of liquidated damages reaches ten percent (10%) of the amount of this
Contract, the Procuring Entity shall rescind this Contract, without prejudice to other
courses of action and remedies open to it.
8.2.

9.

If the Intended Completion Date is extended after liquidated damages have been
paid, the Engineer of the Procuring Entity 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 39.3.

Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to
in the SCC supplemented by any information obtained by the Contractor.

10.

The Procuring Entity, Licenses and Permits


The Procuring Entity shall, if requested by the Contractor, assist him in applying for permits,
licenses or approvals, which are required for the Works.

11.

Contractors Risk and Warranty Security


11.1.

The Contractor shall assume full responsibility for the Works from the time project
construction commenced up to final acceptance by the Procuring Entity and shall be
held responsible for any damage or destruction of the Works except those occasioned
by force majeure. The Contractor shall be fully responsible for the safety, protection,
security, and convenience of his personnel, third parties, and the public at large, as
well as the Works, Equipment, installation, and the like to be affected by his
construction work.

11.2.

The defects liability period for infrastructure projects shall be one year from contract
completion up to final acceptance by the Procuring Entity. During this period, the
Contractor shall undertake the repair works, at his own expense, of any damage to
the Works on account of the use of materials of inferior quality within ninety (90)
days from the time the Head of the Procuring Entity has issued an order to undertake
repair. In case of failure or refusal to comply with this mandate, the Procuring Entity
shall undertake such repair works and shall be entitled to full reimbursement of
expenses incurred therein upon demand.

11.3.

Unless otherwise indicated in the SCC, in case the Contractor fails to comply with the
preceding paragraph, the Procuring Entity shall forfeit its performance security,
subject its property(ies) to attachment or garnishment proceedings, and perpetually
disqualify it from participating in any public bidding. All payables of the GOP in his
favor shall be offset to recover the costs.

11.4.

After final acceptance of the Works by the Procuring Entity, the Contractor shall be
held responsible for Structural Defects, i.e., major faults/flaws/deficiencies in one or
more key structural elements of the project which may lead to structural failure
of
the completed elements or structure, or Structural Failures, i.e., where one or more
key structural elements in an infrastructure facility fails or collapses, thereby
rendering the facility or part thereof incapable of withstanding the design loads,
and/or endangering the safety of the users or the general public:
(a)

Contractor Where Structural Defects/Failures arise due to faults attributable


to improper construction, use of inferior quality/substandard materials, and
any violation of the contract plans and specifications, the contractor shall be
held liable;
54
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(b)

Consultants Where Structural Defects/Failures arise due to faulty and/or


inadequate design and specifications as well as construction supervision, then
the consultant who prepared the design or undertook construction
supervision for the project shall be held liable;

(c)

Procuring Entitys Representatives/Project Manager/Construction Managers


and Supervisors The project owners representative(s), project manager,
construction manager, and supervisor(s) shall be held liable in cases where
the Structural Defects/Failures are due to his/their willful intervention in
altering the designs and other specifications; negligence or omission in not
approving or acting on proposed changes to noted defects or deficiencies in
the design and/or specifications; and the use of substandard construction
materials in the project;

(d)

Third Parties - Third Parties shall be held liable in cases where Structural
Defects/Failures are caused by work undertaken by them such as leaking
pipes, diggings or excavations, underground cables and electrical wires,
underground tunnel, mining shaft and the like, in which case the applicable
warranty to such structure should be levied to third parties for their
construction or restoration works.

(e)

Users - In cases where Structural Defects/Failures are due to abuse/misuse


by the end user of the constructed facility and/or noncompliance by a user
with the technical design limits and/or intended purpose of the same, then
the user concerned shall be held liable.

11.5.

The warranty against Structural Defects/Failures, except those occasioned on force


majeure, shall cover the period specified in the SCC reckoned from the date of
issuance of the Certificate of Final Acceptance by the Procuring Entity.

11.6.

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
(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
(b) Bank guarantee confirmed by a Universal or
Commercial Bank.
(c) Surety bond callable upon demand issued
by GSIS or any surety or insurance
company duly certified by the Insurance
Commission

Minimum Amount in Percentage


(%) of Total Contract Price

Five Percent (5%)

Ten Percent (10%)

Thirty Percent (30%)

11.7.

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, and returned only after the lapse of said one year period.

11.8.

In case of structural defects/failure occurring during the applicable warranty period


provided in GCC Clause 11.5, the Procuring Entity 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
55
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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.
12.

Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractors liability under
this Contract shall be as provided by the laws of the Republic of the Philippines.

13.

Procuring Entitys Risk


13.1.

From the Start Date until the Certificate of Final Acceptance has been issued, the
following are risks of the Procuring Entity:
(a)

(b)

14.

The risk of personal injury, death, or loss of or damage to property


(excluding the Works, Plant, Materials, and Equipment), which are due to:
(i)

any type of use or occupation of the Site authorized by the Procuring


Entity after the official acceptance of the works; or

(ii)

negligence, breach of statutory duty, or interference with any legal


right by the Procuring Entity or by any person employed by or
contracted to him except the Contractor.

The risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Procuring Entity or in the Procuring
Entitys design, or due to war or radioactive contamination directly affecting
the country where the Works are to be executed.

Insurance
14.1.

The Contractor shall, under his name and at his own expense, obtain and maintain,
for the duration of this Contract, the following insurance coverage:
(a)

Contractors All Risk Insurance;

(b)

Transportation to the project Site of Equipment, Machinery, and Supplies


owned by the Contractor;

(c)

Personal injury or death of Contractors employees; and

(d)

Comprehensive insurance for third party liability to Contractors direct or


indirect act or omission causing damage to third persons.

14.2.

The Contractor shall provide evidence to the Procuring Entitys Representative that
the insurances required under this Contract have been effected and shall, within a
reasonable time, provide copies of the insurance policies to the Procuring Entitys
Representative. Such evidence and such policies shall be provided to the Procuring
Entitys through the Procuring Entitys Representative.

14.3.

The Contractor shall notify the insurers of changes in the nature, extent, or program
for the execution of the Works and ensure the adequacy of the insurances at all
times in accordance with the terms of this Contract and shall produce to the
Procuring Entitys Representative the insurance policies in force including the receipts
for payment of the current premiums.

56
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The above insurance policies shall be obtained from any reputable insurance
company approved by the Procuring Entitys Representative.
14.4.

If the Contractor fails to obtain and keep in force the insurances referred to herein or
any other insurance which he may be required to obtain under the terms of this
Contract, the Procuring Entity may obtain and keep in force any such insurances and
pay such premiums as may be necessary for the purpose. From time to time, the
Procuring Entity may deduct the amount it shall pay for said premiums including
twenty five percent (25%) therein from any monies due, or which may become due,
to the Contractor, without prejudice to the Procuring Entity exercising its right to
impose other sanctions against the Contractor pursuant to the provisions of this
Contract.

14.5.

In the event the Contractor fails to observe the above safeguards, the Procuring
Entity may, at the Contractors expense, take whatever measure is deemed necessary
for its protection and that of the Contractors personnel and third parties, and/or
order the interruption of dangerous Works. In addition, the Procuring Entity may
refuse to make the payments under GCC Clause 39 until the Contractor complies
with this Clause.

14.6.

The Contractor shall immediately replace the insurance policy obtained as required in
this Contract, without need of the Procuring Entitys demand, with a new policy
issued by a new insurance company acceptable to the Procuring Entity for any of the
following grounds:
(a)

15.

The issuer of the insurance policy to be replaced has:


(i)

become bankrupt;

(ii)

been placed under receivership or under a management committee;

(iii)

been sued for suspension of payment; or

(iv)

been suspended by the Insurance Commission and its license to


engage in business or its authority to issue insurance policies
cancelled; or

(v)

Where reasonable grounds exist that the insurer may not be able,
fully and promptly, to fulfill its obligation under the insurance policy.

Termination for Default of Contractor


15.1.

The Procuring Entity shall terminate this Contract for default when any of the
following conditions attend its implementation:

15.2.

Due to the Contractors fault and while the project is on-going, it has incurred
negative slippage of fifteen percent (15%) or more in accordance with Presidential
Decree 1870, regardless of whether or not previous warnings and notices have been
issued for the Contractor to improve his performance;

15.3.

Due to its own fault and after this Contract time has expired, the Contractor incurs
delay in the completion of the Work after this Contract has expired; or

15.4.

The Contractor:
(a)

abandons the contract Works, refuses or fails to comply with a valid


instruction of the Procuring Entity or fails to proceed expeditiously and
without delay despite a written notice by the Procuring Entity;
57
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

15.5.

16.

(b)

does not actually have on the project Site the minimum essential equipment
listed on the Bid necessary to prosecute the Works in accordance with the
approved Program of Work and equipment deployment schedule as required
for the project;

(c)

does not execute the Works in accordance with this Contract or persistently
or flagrantly neglects to carry out its obligations under this Contract;

(d)

neglects or refuses to remove materials or to perform a new Work that has


been rejected as defective or unsuitable; or

(e)

sub-lets any part of this Contract without approval by the Procuring Entity.

All materials on the Site, Plant, Equipment, and Works shall be deemed to be the
property of the Procuring Entity if this Contract is rescinded because of the
Contractors default.

Termination for Default of Procuring Entity


The Contractor may terminate this Contract with the Procuring Entity if the works are
completely stopped for a continuous period of at least sixty (60) calendar days through no
fault of its own, due to any of the following reasons:

17.

(a)

Failure of the Procuring Entity to deliver, within a reasonable time, supplies,


materials, right-of-way, or other items it is obligated to furnish under the terms of
this Contract; or

(b)

The prosecution of the Work is disrupted by the adverse peace and order situation,
as certified by the Armed Forces of the Philippines Provincial Commander and
approved by the Secretary of National Defense.

Termination for Other Causes


17.1.

The Procuring Entity may terminate this Contract, in whole or in part, at any time for
its convenience. The Head of the Procuring Entity 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.

17.2.

The Procuring Entity or the Contractor may terminate this Contract if the other party
causes a fundamental breach of this Contract.

17.3.

Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
(a)

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 Entitys Representative;

(b)

The Procuring Entitys Representative instructs the Contractor to delay the


progress of the Works, and the instruction is not withdrawn within twenty
eight (28) days;

(c)

The Procuring Entity 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
58
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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 and/or the Contractor. In the case of the Contractor's
insolvency, any Contractor's Equipment which the Procuring Entity instructs
in the notice is to be used until the completion of the Works;

18.

(d)

A payment certified by the Procuring Entitys Representative is not paid by


the Procuring Entity to the Contractor within eighty four (84) days from the
date of the Procuring Entitys Representatives certificate;

(e)

The Procuring Entitys Representative 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
Entitys Representative;

(f)

The Contractor does not maintain a Security, which is required;

(g)

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 8; and

(h)

In case it is determined prima facie by the Procuring Entity 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:
(i)

corrupt, fraudulent, collusive, coercive, and obstructive practices as


defined in ITB Clause 3.1(a), unless otherwise specified in the SCC;

(ii)

drawing up or using forged documents;

(iii)

using adulterated materials, means or methods, or engaging in


production contrary to rules of science or the trade; and

(iv)

any other act analogous to the foregoing.

17.4.

The Funding Source or the Procuring Entity, 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.

17.5.

When persons from either party to this Contract gives notice of a fundamental breach
to the Procuring Entitys Representative in order to terminate the existing contract
for a cause other than those listed under GCC Clause 17.3, the Procuring Entitys
Representative shall decide whether the breach is fundamental or not.

17.6.

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.

Procedures for Termination of Contracts


18.1.

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 shall, within a period of seven (7) calendar days, verify the
59
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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, 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) aforementioned, 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, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified


Report;

18.2.

(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
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 shall
issue an order terminating the contract;

(d)

The Procuring Entity may, at anytime before receipt of the Bidders 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 Contractors 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 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 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.

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 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:

60
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(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;

(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.

(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:

(e)

(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.

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.
19.

Force Majeure, Release From Performance


19.1.

For purposes of this Contract the terms force majeure and fortuitous event may
be used interchangeably. In this regard, a fortuitous event or force majeure shall be
61
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

interpreted to mean an event which the Contractor could not have foreseen, or which
though foreseen, was inevitable. It shall not include ordinary unfavorable weather
conditions; and any other cause the effects of which could have been avoided with
the exercise of reasonable diligence by the Contractor.
19.2.

If this Contract is discontinued by an outbreak of war or by any other event entirely


outside the control of either the Procuring Entity or the Contractor, the Procuring
Entitys Representative shall certify that this Contract has been discontinued. The
Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all works carried out before receiving it
and for any Work carried out afterwards to which a commitment was made.

19.3.

If the event continues for a period of eighty four (84) days, either party may then
give notice of termination, which shall take effect twenty eight (28) days after the
giving of the notice.

19.4.

After termination, the Contractor shall be entitled to payment of the unpaid balance
of the value of the Works executed and of the materials and Plant reasonably
delivered to the Site, adjusted by the following:

19.5.
20.

21.

(a)

any sum to which the Contractor is entitled under GCC Clause 27;

(b)

the cost of his suspension and demobilization;

(c)

any sum to which the Procuring Entity is entitled.

The net balance due shall be paid or repaid within a reasonable time period from the
time of the notice of termination.

Resolution of Disputes
20.1.

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.

20.2.

If the Contractor believes that a decision taken by the PROCURING ENTITYs


Representative was either outside the authority given to the PROCURING ENTITYs
Representative by this Contract or that the decision was wrongly taken, the decision
shall be referred to the Arbiter indicated in the SCC within fourteen (14) days of the
notification of the PROCURING ENTITYs Representatives decision.

20.3.

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.

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, from which part of the payments to the Contractor are being made:
62
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

22.

23.

24.

25.

(a)

The Procuring Entity is obligated to notify the Contractor of such suspension


within seven (7) days of having received the suspension notice.

(b)

If the Contractor has not received sums due it for work already done within
forty five (45) days from the time the Contractors claim for payment has been
certified by the Procuring Entitys Representative, the Contractor may immediately
issue a suspension of work notice in accordance with GCC Clause 44.2.

Procuring Entitys Representatives Decisions


22.1.

Except where otherwise specifically stated, the Procuring Entitys Representative will
decide contractual matters between the Procuring Entity and the Contractor in the
role representing the Procuring Entity.

22.2.

The Procuring Entitys Representative 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.

Approval of Drawings
Representative

and

Temporary

Works

by

the

Procuring

Entitys

23.1.

All Drawings prepared by the Contractor for the execution of the Temporary Works,
are subject to prior approval by the Procuring Entitys Representative before its use.

23.2.

The Contractor shall be responsible for design of Temporary Works.

23.3.

The Procuring Entitys Representatives approval shall not alter the Contractors
responsibility for design of the Temporary Works.

23.4.

The Contractor shall obtain approval of third parties to the design of the Temporary
Works, when required by the Procuring Entity.

Acceleration and Delays Ordered by the Procuring Entitys Representative


24.1.

When the Procuring Entity wants the Contractor to finish before the Intended
Completion Date, the Procuring Entitys Representative will obtain priced proposals
for achieving the necessary acceleration from the Contractor. If the Procuring Entity
accepts these proposals, the Intended Completion Date will be adjusted accordingly
and confirmed by both the Procuring Entity and the Contractor.

24.2.

If the Contractors Financial Proposals for an acceleration are accepted by the


Procuring Entity, they are incorporated in the Contract Price and treated as a
Variation.

Extension of the Intended Completion Date


25.1.

The Procuring Entitys Representative 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.

25.2.

The Procuring Entitys Representative shall decide whether and by how much to
extend the Intended Completion Date within twenty one (21) days of the Contractor
asking the Procuring Entitys Representative for a decision thereto after fully
submitting all supporting information. If the Contractor has failed to give early
63
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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.
26.

27.

Right to Vary
26.1.

The Procuring Entitys Representative with the prior approval of the Procuring Entity
may instruct Variations, up to a maximum cumulative amount of ten percent (10%)
of the original contract cost.

26.2.

Variations shall be valued as follows:


(a)

At a lump sum price agreed between the parties;

(b)

where appropriate, at rates in this Contract;

(c)

in the absence of appropriate rates, the rates in this Contract shall be used
as the basis for valuation; or failing which

(d)

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.

Contractor's Right to Claim


If the Contractor incurs cost as a result of any of the events under GCC Clause 12, 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.

28.

29.

Dayworks
28.1.

Subject to GCC Clause 42 on Variation Order, and if applicable as indicated in the


SCC, the Dayworks rates in the Contractors Bid shall be used for small additional
amounts of work only when the Procuring Entitys Representative has given written
instructions in advance for additional work to be paid for in that way.

28.2.

All work to be paid for as Dayworks shall be recorded by the Contractor on forms
approved by the Procuring Entitys Representative. Each completed form shall be
verified and signed by the Procuring Entitys Representative within two days of the
work being done.

28.3.

The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks
forms.

Early Warning
29.1.

The Contractor shall warn the Procuring Entitys Representative 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 Entitys Representative 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.

29.2.

The Contractor shall cooperate with the Procuring Entitys Representative 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 Entitys Representative.
64
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

30.

31.

32.

Program of Work
30.1.

Within the time stated in the SCC, the Contractor shall submit to the Procuring
Entitys Representative for approval a Program of Work showing the general
methods, arrangements, order, and timing for all the activities in the Works.

30.2.

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.

30.3.

The Contractor shall submit to the Procuring Entitys Representative for approval an
updated Program of Work at intervals no longer than the period stated in the SCC.
If the Contractor does not submit an updated Program of Work within this period, the
PROCURING ENTITYs Representative may withhold the amount stated in the SCC
from 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.

30.4.

The Procuring Entitys Representatives approval of the Program of Work shall not
alter the Contractors obligations. The Contractor may revise the Program of Work
and submit it to the Procuring Entitys Representative again at any time. A revised
Program of Work shall show the effect of any approved Variations.

30.5.

When the Program of Work is updated, the Contractor shall provide the Procuring
Entitys Representative 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.

30.6.

All Variations shall be included in updated Program of Work produced by the


Contractor.

Management Conferences
31.1.

Either the Procuring Entitys Representative 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.

31.2.

The Procuring Entitys Representative shall record the business of Management


Conferences and provide copies of the record to those attending the Conference and
to the Procuring Entity . The responsibility of the parties for actions to be taken shall
be decided by the PROCURING ENTITYs Representative either at the Management
Conference or after the Management Conference and stated in writing to all who
attended the Conference.

Bill of Quantities
32.1.

The Bill of Quantities shall contain items of work for the construction, installation,
testing, and commissioning of work to be done by the Contractor.

32.2.

The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid
for the quantity of the work done at the rate in the Bill of Quantities for each item.

32.3.

If the final quantity of any work done differs from the quantity in the Bill of Quantities
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 Entitys Representative shall make the
65
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

necessary adjustments to allow for the changes subject to applicable laws, rules, and
regulations.
32.4.

33.

34.

If requested by the Procuring Entitys Representative, the Contractor shall provide the
Procuring Entitys Representative with a detailed cost breakdown of any rate in the
Bill of Quantities.

Instructions, Inspections and Audits


33.1.

The Procuring Entitys 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.

33.2.

If the Procuring Entitys 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.

33.3.

The Contractor shall permit the Funding Source named in the SCC to inspect the
Contractors 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.

Identifying Defects
The Procuring Entitys Representative shall check the Contractors work and notify the
Contractor of any defects that are found. Such checking shall not affect the Contractors
responsibilities. The Procuring Entitys Representative may instruct the Contractor to search
uncover defects and test any work that the Procuring Entitys Representative considers below
standards and defective.

35.

Cost of Repairs
Loss or damage to the Works or Materials to be incorporated in the Works between the Start
Date and the end of the Defects Liability Periods shall be remedied by the Contractor at the
Contractors cost if the loss or damage arises from the Contractors acts or omissions.

36.

Correction of Defects
36.1.

The Procuring Entitys Representative shall give notice to the Contractor of any
defects before the end of the Defects Liability Period, which is One (1) year from
project completion up to final acceptance by the Procuring Entitys.

36.2.

Every time notice of a defect is given, the Contractor shall correct the notified defect
within the length of time specified in the Procuring Entitys Representatives notice.

36.3.

The Contractor shall correct the defects which he notices himself before the end of
the Defects Liability Period.

36.4.

The Procuring Entity shall certify that all defects have been corrected. If the
Procuring Entity considers that correction of a defect is not essential, he can request
the Contractor to submit a quotation for the corresponding reduction in the Contract
Price. If the Procuring Entity accepts the quotation, the corresponding change in the
SCC is a Variation.

66
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

37.

38.

39.

Uncorrected Defects
37.1.

The Procuring Entity shall give the Contractor at least fourteen (14) days notice of his
intention to use a third party to correct a Defect. If the Contractor does not correct
the Defect himself within the period, the Procuring Entity may have the Defect
corrected by the third party. The cost of the correction will be deducted from the
Contract Price.

37.2.

The use of a third party to correct defects that are uncorrected by the Contractor will
in no way relieve the Contractor of its liabilities and warranties under the Contract.

Advance Payment
38.1.

The Procuring Entity 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 in the
SCC.

38.2.

The advance payment shall be made only upon the submission to and acceptance by
the Procuring Entity 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.

38.3.

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.

38.4.

The contractor may reduce his standby letter of credit or guarantee instrument by
the amounts refunded by the Monthly Certificates in the advance payment.

38.5.

The Procuring Entity will provide an Advance Payment on the Contract Price as
stipulated in the Conditions of Contract, subject to the maximum amount stated in
SCC Clause 38.1.

Progress Payments
39.1.

The Contractor may submit a request for payment for Work accomplished. Such
request for payment shall be verified and certified by the Procuring Entitys
Representative/Project Engineer.
Except as otherwise stipulated in the SCC,
materials and equipment delivered on the site but not completely put in place shall
not be included for payment.

39.2.

The Procuring Entity shall deduct the following from the certified gross amounts to be
paid to the contractor as progress payment:
(a)

Cumulative value of the work previously certified and paid for.

(b)

Portion of the advance payment to be recouped for the month.

(c)

Retention money in accordance with the condition of contract.

(d)

Amount to cover third party liabilities.

(e)

Amount to cover uncorrected discovered defects in the works.

67
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

40.

39.3.

Payments shall be adjusted by deducting therefrom the amounts for advance


payments and retention. The Procuring Entity shall pay the Contractor the amounts
certified by the Procuring Entitys Representative within twenty eight (28) days from
the date each certificate was issued. No payment of interest for delayed payments
and adjustments shall be made by the Procuring Entity.

39.4.

The first progress payment may be paid by the Procuring Entity to the Contractor
provided that at least twenty percent (20%) of the work has been accomplished as
certified by the Procuring Entitys Representative.

39.5.

Items of the Works for which a price of 0 (zero) has been entered will not be paid
for by the Procuring Entity and shall be deemed covered by other rates and prices in
the Contract.

Payment Certificates
40.1.

The Contractor shall submit to the Procuring Entitys Representative monthly


statements of the estimated value of the work executed less the cumulative amount
certified previously.

40.2.

The Procuring Entitys Representative shall check the Contractors monthly statement
and certify the amount to be paid to the Contractor.

40.3.

The value of Work executed shall:

40.4.

41.

(a)

be determined by the Procuring Entitys Representative;

(b)

comprise the value of the quantities of the items in the Bill of Quantities
completed; and

(c)

include the valuations of approved variations.

The Procuring Entitys Representative may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified in any certificate
in the light of later information.

Retention
41.1.

The Procuring Entity shall retain from each payment due to the Contractor an amount
equal to a percentage thereof using the rate as specified in GCC Sub-Clause 41.2.

41.2.

Progress payments are subject to retention of ten percent (10%), referred to as the
retention money. Such retention shall be based on the total amount due to the
Contractor prior to any deduction and shall be retained from every progress payment
until fifty percent (50%) of the value of Works, as determined by the Procuring
Entity, are completed. If, after fifty percent (50%) completion, the Work is
satisfactorily done and on schedule, no additional retention shall be made; otherwise,
the ten percent (10%) retention shall again be imposed using the rate specified
therefor.

41.3.

The total retention money shall be due for release upon final acceptance of the
Works. The Contractor may, however, request the substitution of the retention
money for each progress billing with irrevocable standby letters of credit from a
commercial bank, bank guarantees or surety bonds callable on demand, of amounts
equivalent to the retention money substituted for and acceptable to the Procuring
Entity, provided that the project is on schedule and is satisfactorily undertaken.
Otherwise, the ten (10%) percent retention shall be made. Said irrevocable standby
68
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

letters of credit, bank guarantees and/or surety bonds, to be posted in favor of the
Government shall be valid for a duration to be determined by the concerned
implementing office/agency or Procuring Entity and will answer for the purpose for
which the ten (10%) percent retention is intended, i.e., to cover uncorrected
discovered defects and third party liabilities.
41.4.
42.

On completion of the whole Works, the Contractor may substitute retention money
with an on demand Bank guarantee in a form acceptable to the Procuring Entity.

Variation Orders
42.1.

Variation Orders may be issued by the Procuring Entity to cover any


increase/decrease in quantities, including the introduction of new work items that are
not included in the original contract or reclassification of work items that are either
due to change of plans, design or alignment to suit actual field conditions resulting in
disparity between the preconstruction plans used for purposes of bidding and the as
staked plans or construction drawings prepared after a joint survey by the
Contractor and the Procuring Entity after award of the contract, provided that the
cumulative amount of the Variation Order does not exceed ten percent (10%) of the
original project cost. The addition/deletion of Works should be within the general
scope of the project as bid and awarded. The scope of works shall not be reduced so
as to accommodate a positive Variation Order. A Variation Order may either be in the
form of a Change Order or Extra Work Order.

42.2.

A Change Order may be issued by the Procuring Entity to cover


increase/decrease in quantities of original Work items in the contract.

42.3.

An Extra Work Order may be issued by the Procuring Entity to cover the introduction
of new work necessary for the completion, improvement or protection of the project
which were not included as items of Work in the original contract, such as, where
there are subsurface or latent physical conditions at the site differing materially from
those indicated in the contract, or where there are duly unknown physical conditions
at the site of an unusual nature differing materially from those ordinarily encountered
and generally recognized as inherent in the Work or character provided for in the
contract.

42.4.

Any cumulative Variation Order beyond ten percent (10%) shall be subject of another
contract to be bid out if the works are separable from the original contract. In
exceptional cases where it is urgently necessary to complete the original scope of
work, the Head of the Procuring Entity may authorize a positive Variation Order go
beyond ten percent (10%) but not more than twenty percent (20%) of the original
contract price, subject to the guidelines to be determined by the GPPB: Provided,
however, That appropriate sanctions shall be imposed on the designer, consultant or
official responsible for the original detailed engineering design which failed to
consider the Variation Order beyond ten percent (10%).

42.5.

In claiming for any Variation Order, the Contractor shall, within seven (7) calendar
days after such work has been commenced or after the circumstances leading to
such condition(s) leading to the extra cost, and within twenty-eight (28) calendar
days deliver a written communication giving full and detailed particulars of any extra
cost in order that it may be investigated at that time. Failure to provide either of such
notices in the time stipulated shall constitute a waiver by the contractor for any
claim. The preparation and submission of Variation Orders are as follows:
(a)

any

If the Procuring Entitys representative/Project Engineer believes that a


Change Order or Extra Work Order should be issued, he shall prepare the
proposed Order accompanied with the notices submitted by the Contractor,
69
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the plans therefore, his computations as to the quantities of the additional


works involved per item indicating the specific stations where such works are
needed, the date of his inspections and investigations thereon, and the log
book thereof, and a detailed estimate of the unit cost of such items of work,
together with his justifications for the need of such Change Order or Extra
Work Order, and shall submit the same to the Head of the Procuring Entity
for approval.

43.

(b)

The procuring entitys representative/Project Engineer, upon receipt of the


proposed Change Order or Extra Work Order shall immediately instruct the
technical staff of the Procuring Entitys to conduct an on-the-spot
investigation to verify the need for the Work to be prosecuted. A report of
such verification shall be submitted directly to the procuring entitys
representative/Project Engineer.

(c)

The, procuring entitys representative/Project Engineer, after being satisfied


that such Change Order or Extra Work Order is justified and necessary, shall
review the estimated quantities and prices and forward the proposal with the
supporting documentation to the Head of Procuring Entity or his duly
authorized representative for consideration.

(d)

If, after review of the plans, quantities and estimated unit cost of the items
of work involved, the proper office of the procuring entity empowered to
review and evaluate Change Orders or Extra Work Orders recommends
approval thereof, Head of the Procuring Entity or his duly authorized
representative, believing the Change Order or Extra Work Order to be in
order, shall approve the same.

(e)

The timeframe for the processing of Variation Orders from the preparation up
to the approval by the Head of the Procuring Entity concerned shall not
exceed thirty (30) calendar days.

Contract Completion
Once the project reaches an accomplishment of ninety five (95%) of the total contract
amount, the Procuring Entity may create an inspectorate team to make preliminary inspection
and submit a punch-list to the Contractor in preparation for the final turnover of the project.
Said punch-list will contain, among others, the remaining Works, Work deficiencies for
necessary corrections, and the specific duration/time to fully complete the project considering
the approved remaining contract time. This, however, shall not preclude the claim of the
Procuring Entity for liquidated damages.

44.

Suspension of Work
44.1.

The Procuring Entity 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 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.

44.2.

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
70
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Contractor to the district engineer/regional director/consultant or equivalent official,


as the case may be, due to the following:

44.3.

45.

46.

(a)

There exist right-of-way problems which prohibit the Contractor from


performing work in accordance with the approved construction schedule.

(b)

Requisite construction plans which must be owner-furnished are not issued to


the contractor precluding any work called for by such plans.

(c)

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.

(d)

There is failure on the part of the Procuring Entity to deliver governmentfurnished materials and equipment as stipulated in the contract.

(e)

Delay in the payment of Contractors claim for progress billing beyond fortyfive (45) calendar days from the time the Contractors claim has been
certified to by the procuring entitys authorized representative that the
documents are complete unless there are justifiable reasons thereof which
shall be communicated in writing to the Contractor.

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.

Payment on Termination
45.1.

If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Procuring Entitys Representative 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, as indicated in the SCC. Additional Liquidated Damages shall
not apply. If the total amount due to the Procuring Entity exceeds any payment due
to the Contractor, the difference shall be a debt payable to the Procuring Entity.

45.2.

If the Contract is terminated for the Procuring Entitys convenience or because of a


fundamental breach of Contract by the Procuring Entity, the Procuring Entitys
Representative shall issue a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment, repatriation of the
Contractors personnel employed solely on the Works, and the Contractors costs of
protecting and securing the Works, and less advance payments received up to the
date of the certificate.

45.3.

The net balance due shall be paid or repaid within twenty eight (28) days from the
notice of termination.

45.4.

If the Contractor has terminated the Contract under GCC Clauses 16 or 17, the
Procuring Entity shall promptly return the Performance Security to the Contractor.

Extension of Contract Time


46.1.

Should the amount of additional work of any kind or other special circumstances of
any kind whatsoever occur such as to fairly entitle the contractor to an extension of
contract time, the Procuring Entity shall determine the amount of such extension;
71
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

provided that the Procuring Entity is not bound to take into account any claim for an
extension of time unless the Contractor has, prior to the expiration of the contract
time and within thirty (30) calendar days after such work has been commenced or
after the circumstances leading to such claim have arisen, delivered to the Procuring
Entity notices in order that it could have investigated them at that time. Failure to
provide such notice shall constitute a waiver by the Contractor of any claim. Upon
receipt of full and detailed particulars, the Procuring Entity shall examine the facts
and extent of the delay and shall extend the contract time completing the contract
work when, in the Procuring Entitys opinion, the findings of facts justify an
extension.

47.

46.2.

No extension of contract time shall be granted the Contractor due to (a) ordinary
unfavorable weather conditions and (b) inexcusable failure or negligence of
Contractor to provide the required equipment, supplies or materials.

46.3.

Extension of contract time may be granted only when the affected activities fall
within the critical path of the PERT/CPM network.

46.4.

No extension of contract time shall be granted when the reason given to support the
request for extension was already considered in the determination of the original
contract time during the conduct of detailed engineering and in the preparation of
the contract documents as agreed upon by the parties before contract perfection.

46.5.

Extension of contract time shall be granted for rainy/unworkable days considered


unfavorable for the prosecution of the works at the site, based on the actual
conditions obtained at the site, in excess of the number of rainy/unworkable days
pre-determined by the Procuring Entity in relation to the original contract time during
the conduct of detailed engineering and in the preparation of the contract documents
as agreed upon by the parties before contract perfection, and/or for equivalent
period of delay due to major calamities such as exceptionally destructive typhoons,
floods and earthquakes, and epidemics, and for causes such as non-delivery on time
of materials, working drawings, or written information to be furnished by the
Procuring Entity, non-acquisition of permit to enter private properties within the rightof-way resulting in complete paralyzation of construction activities, and other
meritorious causes as determined by the Procuring Entitys Representative and
approved by the Head of the Procuring Entity. Shortage of construction materials,
general labor strikes, and peace and order problems that disrupt construction
operations through no fault of the Contractor may be considered as additional
grounds for extension of contract time provided they are publicly felt and certified by
appropriate government agencies such as DTI, DOLE, DILG, and DND, among others.
The written consent of bondsmen must be attached to any request of the Contractor
for extension of contract time and submitted to the Procuring Entity for consideration
and the validity of the Performance Security shall be correspondingly extended.

Price Adjustment
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.

48.

Completion
The Contractor shall request the Procuring Entitys Representative to issue a certificate of
Completion of the Works, and the Procuring Entitys Representative will do so upon deciding
that the work is completed.
72
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

49.

Taking Over
The Procuring Entity shall take over the Site and the Works within seven (7) days from the
date the Procuring Entitys Representative issues a certificate of Completion.

50.

51.

52.

Operating and Maintenance Manuals


50.1.

If as built Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the SCC.

50.2.

If the Contractor does not supply the Drawings and/or manuals by the dates stated in
the SCC, or they do not receive the Procuring Entitys Representatives approval, the
Procuring Entitys Representative shall withhold the amount stated in the SCC from
payments due to the Contractor.

Detailed Engineering Requirements


51.1

Upon award of the design and build contract, the winning bidder shall be responsible
for the preparation and submission of all necessary detailed engineering
investigations, surveys and designs in accordance with the provisions of Annex A of
the IRR of R.A. 9184, excluding the Preparation of Bid/Tender Documents and the
Approved Budget of the Contract).

51.2

The Procuring Entity shall ensure that all the necessary schedules with regard to the
submission, confirmation and approval of the detailed engineering design and the
details of the construction methods and procedures shall be included in the contract
documents.

51.3

The Procuring Entity shall review, order rectification, and approve or disapprove for
implementation only - the submitted plans within these schedules. All instructions for
rectification shall be in writing stating the reasons for such rectification. The design
and build contractor shall be solely responsible for the integrity of the detailed
engineering design and the performance of the structure irrespective of the
approval/confirmation by the Procuring Entity.

Design and Build Contract Implementation


52.1

No works shall commence unless the contractor has submitted the required
documentary requirements and the procuring entity has given written approval. Work
execution shall be in accordance with reviewed and approved documents.

52.2

The contractor shall be responsible for obtaining all necessary information as to risks,
contingencies and other circumstances which may affect the works and shall prepare
and submit all necessary documents specified by the procuring entity to meet all
regulatory approvals as specified in the contract documents.

52.3

The Contractor shall submit a detailed program of work within fourteen (14) calendar
days after the issuance of the Notice to Proceed for approval by the procuring entity
that shall include, among others:
i.

The order in which it intends to carry out the work including anticipated
timing for each stage of design/detailed engineering and construction;

ii.

Periods for review of specific outputs and any other submissions and
approvals;
73
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

iii.

Sequence of timing for inspections and tests as specified in the contract


documents;

iv.

General description of the design and construction methods to be adopted;

v.

Number and names of personnel to be assigned for each stage of the work;

vi.

List of equipment required on site for each major stage of the work; and

vii.

Description of the quality control system to be utilized for the project.

52.4

Any errors, omissions, inconsistencies, inadequacies or failure submitted by the


contractor that do not comply with the requirements shall be rectified, resubmitted
and reviewed at the contractors cost. If the Contractor wishes to modify any design
or document which has been previously submitted, reviewed and approved, the
contractor shall notify the procuring entity within a reasonable period of time and
shall shoulder the cost of such changes.

52.5

As a rule, changes in design and construction requirements shall be limited only to


those that have not been anticipated in the contract documents prior to contract
signing and approval. The following guidelines shall govern approval for change or
variation orders:
i.

Change Orders resulting from design errors, omissions or nonconformance


with the performance specifications and parameters and the contract
documents by the contractor shall be implemented by the contractor at no
additional cost to the procuring entity.

ii.

Provided that the contractor suffers delay and/or incurs costs due to changes
or errors in the procuring entitys performance specifications and parameters,
he shall be entitled to either one of the following:
a. an extension of time for any such delays under Section 10 of Annex
E of IRR of RA 9184; or
b. payment for such costs as specified in the contract documents,
provided, that the cumulative amount of the variation order does not
exceed ten percent (10%) of the original contract cost.

52.6

The contract documents shall include the manner and schedule of payment specifying
the estimated contract amount and installments in which the contract price will be
paid.

52.7

The contractor shall be entitled to advance payment subject to the provisions of


Section 4 of Annex E of the IRR of RA 9184.

52.8

The procuring entity shall define the quality control procedures for the design and
construction in accordance with agency guidelines and shall issue the proper
certificates of acceptance for sections of the works or the whole of the works as
provided for in the contract documents.

52.9

The contractor shall provide all necessary equipment, personnel, instruments,


documents and others to carry out specified tests.

52.10

All design and build projects shall have a minimum Defects Liability Period of one (1)
year after contract completion or as provided for in the contract documents. This is
without prejudice, however, to the liabilities imposed upon the engineer/architect
74
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

who drew up the plans and specification for a building sanctioned under Section 1723
of the New Civil Code of the Philippines.
52.11

The contractor shall be held liable for design and structural defects and/or failure of
the completed project within the warranty periods specified in Section 62.2.2 of the
IRR of the IRR of RA 9184.

75
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

76
Section IV. General Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section V. Special Conditions of Contract

77
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

78
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Special Conditions of Contract


GCC Clause
1.16
1.21

The Intended Completion Date is 360 calendar days which will commence
within seven (7) calendar days from receipt of the Notice to Proceed.
The Procuring Entity is DAVAO CITY WATER DISTRICT, Km. 5, JP. Laurel
Avenue, Bajada, Davao City.

1.22

The Procuring Entitys Representative is

1.23

EDWIN V. REGALADO
Acting General Manager
DAVAO CITY WATER DISTRICT
Km. 5, J.P. Laurel Ave. Bajada,
8000 Davao City
The Site is located in Barangay Communal, Davao City

1.27
1.30

1.31

The Start Date is within seven days from the receipt of the Contractor of the
Notice to Proceed.
The work covers the design and construction of Water Treatment Plant consisting
of: (1) installation of low pressure reverse osmosis filtration system; (2) product
tank/cistern; (3) filtration system housing; (4) perimeter fence; (5) drainage
system; (6) discharge line and (7) booster pumps and other incidental work
necessary to complete the project.
Project Manager means the representative of the Owner responsible for all the
works required in the Contract. He shall act in behalf of the Owner while the work is
in progress.

2.2

No sectional completion of Works.

4.1

The Procuring Entity shall give possession of all parts of the Site to the Contractor
upon receipt of the Notice to Proceed.

The application, processing, and payment of permits, licenses and other issuances
that may be required by the local government unit and/or any government agency
for installation, completion, final turn-over and commissioning of the project shall be
the responsibility of the Contractor.

6.1

The Contractor shall be responsible for the preparation and submission of all
necessary detailed engineering investigations, surveys and designs in accordance
with the provisions of Annex A Detailed Engineering for the Procurement of
Infrastructure Projects of the Implementing Rules and Regulations of R.A. 9184.
The Contractor shall be solely responsible for the integrity of the detailed
engineering designs and the performance of the structure irrespective of the
approval or confirmation by the Davao City Water District (DCWD).

5.5

The Contractor shall employ the following Key Personnel:


Design:
(1) Team Leader
(2) Civil Engineer
(3) Geotechnical Engineer
(4) Chemical Engineer
(5) Professional Electrical Engineer
(6) Professional Mechanical Engineer

79
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Construction:
(1) Team Leader
(2) Project Engineer
(3) Cost/Quantity/Specifications Engineer
(4) Chemical Engineer
(5) Materials Engineer
However, in addition to the key personnel above, the following construction
personnel will be required as stated in the List of Contractors personnel:
(1) Foreman
(2) Construction Safety and Health Officer who satisfactorily completed the DOLE
training on occupational safety and health in the construction industry and
accredited by the DOLE Bureau of Working Conditions (BWC) and must have a
minimum of 3 years experience in construction industry.
7.4(c)

No further instructions.

6.7

No further instructions.

7.8

The Performance security shall cover the period from the time of the signing of the
contract until the final acceptance of the project by the government wherein the
warranty period as prescribed in Sec. 62.2.2 of the IRR of RA 9184 shall have
commenced. For this reason, the coverage of the performance security shall include
the defects liability period of one (1) year and shall be due for release only after the
Certificate of Final Acceptance is issued by the procuring entity.

7.1

No further instructions.

The imposition of liquidated damages in all instances shall be automatic, except


upon prior request for extension and approval thereof by the Procuring Entity before
the scheduled delivery date. Any request for extension not acted upon before
delivery date shall be considered denied.

There is no available Site Investigation Report. The Bidder shall conduct a site visit
prior to the preparation of his bid.

11.3

No further instructions.

11.5

In case of permanent structures, such as buildings of types 4 and 5 as classified


under the National Building Code of the Philippines and other structures made of
steel, iron, or concrete which comply with relevant structural codes (e.g., DPWH
Standard Specifications), such as, but not limited to, steel/concrete bridges, flyovers,
aircraft movement areas, ports, dams, tunnels, filtration and treatment plants,
sewerage systems, power plants, transmission and communication towers, railway
system, and other similar permanent structures: Fifteen (15) years.

12

If the Contractor is a joint venture, all partners to the joint venture shall be jointly
and severally liable to the Procuring Entity.

18.3(h)(i)
20.2

No further instructions.
The Arbiter is: CONSTRUCTION INDUSTRY ARBITRATION COMMISSION
(CIAC), 2/F & 5/F Executive Center Bldg., 369 Gil Puyat Ave. Cor. Makati Ave.,
Makati City.

21.4

In case of legal actions requiring court litigation that may arise in the enforcement
of the contract, the venue shall be exclusively, to the exclusion of the others, the
court of competent jurisdiction in Davao City.

28.1

No dayworks are applicable to the contract.

80
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

30.1

The Contractor shall submit the Program of Work to the Procuring Entitys
Representative within Fourteen (14) calendar days after the issuance of the Notice
to Proceed.

30.3
33.3

No further instruction.
The Funding Source is the Government of the Philippines through the Davao City
Water District 2013 Corporate Budget.
The amount of the advance payment shall be fifteen percent (15%) of the
corresponding phases as follows:

38.1

Service Phase
I. Design Phase
II. Construction
Phase

Percentage of
Contract Price
(CP)
5%

Allowable
Percentage of
Advance Payment
15% of 5% of CP

95%

15% of 95% of
CP

Schedule of
Release
Upon Issuance of
NTP
Upon Acquisition
of all required
Permits
for
construction

The said amounts shall be given to the Contractor not later than fifteen (15)
calendar days from receipt by the Procuring Entity of the Contractors request,
subject to the requirements under GCC Clause 39.2. Said period shall be exclusive
of the time necessitated by and as a result of external factors such as pre-audit of
the request for advance payment.
39.1

The Contractor shall be paid for in the following manner and condition:
(1) First Progress Payment upon submission and approval of all the required
plans and documentation during the Detailed Conceptual Design Phase as
stipulated in these Contract Documents and provided that all conditions
precedent to payment have been satisfied;
(2) Second Progress Payment upon submission and approval of all the
required plans and documentation during the Detailed Design Phase as
stipulated in these Contract Documents and provided that all conditions
precedent to payment have been satisfied;
(3) Third Progress Payment upon acquisition of all the required permits prior
the start of the construction phase and provided that all conditions
precedent to payment have been satisfied;
(4) Fourth Progress Payment upon exceeding 20% accomplishment of the
work during construction phase and provided that all conditions precedent
to payment have been satisfied;
(5) Succeeding Progress Payments upon 15% accrued accomplishment but
not more than once a month for the duration of the construction works and
provided that all conditions precedent to payment have been satisfied;
(6) Final Payment upon completion of all works required by, and in strict
compliance with, the Contract Documents, including Contractors provision
to Owner of all documents and things required to be provided by the
Contractor and provided that all conditions precedent to payment have
been satisfied
Progress payments during the construction phase shall be based on the
Updated Bill of Quantities. Such updated Bill of Quantities is based from the
detailed cost estimates prepared and submitted by the Contractor during the
81
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Detailed Design Phase which is part of his submittals.


Bill of Quantities as submitted by the Contractor during the bidding process
shall serve only for that purpose and shall not in any way become a basis for
payment.
Materials and equipment delivered on site but not completely put in place shall
not be included for payment.
43

This GCC clause shall be supplemented by the provisions of the Guidelines for the
Procurement and Implementation of Contracts for Design and Build Infrastructure
Projects, Annex A of the IRR of R.A. 9184.

50.1

The following documents shall be submitted within ten (10) calendar days from
project completion in size and form described herein:
(1)

As-Built Drawings shall be printed in A1 size (594mmx841mm) drawing sheets


and shall be submitted both in hard copy and electronic copy (CADD editable
file);

(2) Operation and Maintenance Manual shall be printed in letter size (8.5x11)
white print, book form, and shall be submitted both in hard and electronic
copy.
50.2

No amount will be withheld for failing to submit as built drawings and/or operating
and maintenace manuals within the date required. However, such documents which
are subject to Owners approval, will form part of requirements in the processing of
the final payment.

82
Section V. Special Conditions of Contract

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section VI. Performance Specifications and Parameters

83
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

84
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
1.

PROJECT DESCRIPTION ..................................................................................... 87

2.

GENERAL CONCEPTUAL DESIGN ........................................................................ 87

3.

GENERAL STANDARDS AND SPECIFICATIONS .................................................. 87

4.

DESIGN AND CONSTRUCTION SCHEDULE ......................................................... 88

5.

PRELIMINARY SURVEY AND MAPPING ............................................................. 88


5.1. Boundaries .................................................................................................. 88
5.2. Existing Terrain, Line and Grade ................................................................. 88
5.3. Location and Orientation of Facilities ......................................................... 88

6.

PRELIMINARY INVESTIGATION ........................................................................ 88


6.1. Soil and Geotechnical .................................................................................. 88
6.2. Hydrology .................................................................................................... 89
6.3 Hydraulic ...................................................................................................... 89
6.5 Environmental Conditions ............................................................................ 89

7.

UTILITY LOCATIONS .......................................................................................... 89

8.

SPECIFIC PERFORMANCE SPECIFICATIONS ..................................................... 89


8.1 Detailed Conceptual Design Phase .............................................................. 90
8.2 Detailed Design Phase ................................................................................. 90
8.2.1 Preliminary Survey and Investigations .............................................. 90
8.2.2 Water Treatment Plant ...................................................................... 91
8.2.3 Filtration System Housing .................................................................. 96
8.2.4 Perimeter Fence ................................................................................. 97
8.2.5 Site Drainage...................................................................................... 97
8.2.6 Landscape .......................................................................................... 98
8.2.7 Construction Documents .................................................................... 98
8.3 Permits ......................................................................................................... 99
8.4 Construction Phase ...................................................................................... 99
8.4.1 General Requirements ....................................................................... 99
8.4.2 Mobilization/Demobilization.............................................................. 99
8.4.3 Demolition ........................................................................................ 100
8.4.4 Preparation of Site and Disposal ...................................................... 100
8.4.5 Falseworks ....................................................................................... 100
8.4.6 Earthworks ....................................................................................... 102
8.4.7 Reinforced Concrete......................................................................... 106
8.4.8 Forms ............................................................................................... 118
8.4.9 Construction Joints .......................................................................... 121
85
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
8.4.10 Waterstop ...................................................................................... 122
8.4.11 Placing Reinforcement ................................................................... 124
8.4.12 Miscellaneous Metalworks ............................................................. 125
8.4.13 Concrete Joint Sealing and Waterproofing .................................... 127
8.4.14 Piping Works .................................................................................. 128
8.4.15 Specials .......................................................................................... 132
8.4.16 Drainage Pipe ................................................................................. 134
8.4.17 Valves ............................................................................................. 134
8.4.18 Hydrostatic Pressure and Leak Test and Disinfection ................... 136
8.4.19 Painting and Coating ...................................................................... 138
8.4.20 Testing & Commissioning .............................................................. 141
8.4.21 Other General Requirements ......................................................... 141
8.4.22 Other Services ................................................................................ 142
8.4.23 Support Services and Warranty ..................................................... 142
9.

MINIMUM REQUIREMENTS FOR A CONSTRUCTION SAFETY AND HEALTH


PROGRAM ......................................................................................................... 143

10.

SUBMITTALS .................................................................................................... 149

11.

STAFF REQUIREMENT ...................................................................................... 152

86
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1.

PROJECT DESCRIPTION
The Davao City Water District (DCWD), a government owned and controlled corporation
(GOCC), is planning to improve the quality of water produced of its Cabantian Production Well
No. 1 (Cabantian PW#1) located in Cabantian, Davao City. As of this writing, the well is
discharging at a rate of 652 gallons per minutes supplying the areas of Barangay Cabantian,
together with two (2) other wells namely: Cabantian PW#2 and Indangan PW#1. As a water
service provider committed to supply quality water at reasonable cost, DCWD never stops in
seeking advanced technology in the field of water treatment.
It is on this premise that DCWD embarks on improving the water quality produced by
Cabantian PW#1 by constructing a Water treatment Plant through the use of Low Pressure
Reverse Osmosis Filtration Technology. The proposed project is comprised of designing,
furnishing, installing and constructing of the following: (1) low pressure reverse osmosis
filtration assembly including all piping and appurtenances, (2) product tank/cistern, (3)
filtration system housing, (4) perimeter fence, (5) drainage system, (6) discharge line and (7)
booster pumps, among others.
The project aims to improve the quality of water specifically color, turbidity, hardness, total
dissolved solids, and other physical and chemical properties, meeting the requirements of the
2007 Philippine National Standards for Drinking Water (PNSDW for brevity). The presence of
limes especially during high pumping rate has to be addressed as well.
The proposed project has an approved budget for the contract (ABC) of Thirty Three Million
Pesos (Php 33,000,000.00) for the design, installation and construction services, including
procuring and furnishing all materials, equipment, services and labor inferable from the
contract documents.

2.

GENERAL CONCEPTUAL DESIGN


The Contractor shall conceptualize a high performance and efficient water treatment plant
that will enhance the water quality extracted from Cabantian PW#1 in compliance to the
quality standards set by the Owner.
The conceptual design shall be based from the Schematic Design Plans prepared by the
Owner. The Contractor shall abide to all specific instructions regarding an item or items of
work indicated in the schematic design plans, unless otherwise allowed for modification.
The design concept preferred by the Owner is the use of Low Pressure Reverse Osmosis
Filtration Technology to treat the water quality in Cabantian PW#1. All appurtenant piping,
storage of treated water, housing and other incidental services required for full operation of
the project shall be considered in the conceptual design.

3.

GENERAL STANDARDS AND SPECIFICATIONS


The design and specifications shall conform to, but shall not be limited to, the following
standards set by the:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)

Philippine National Standards for Drinking Water (PNSDW), 2007 edition


National Building Code of the Philippines (NBCP), latest edition
National Structural Code of the Philippines (NSCP), latest edition
Fire Code of the Philippines
Uniform Building Code
Electrical Code of the Philippines
Mechanical Code of the Philippines
87
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(viii)
(ix)
(x)
4.

Revised National Plumbing Code of the Philippines


Code on Sanitation of the Philippines
Applicable Local Regulations and Ordinances

DESIGN AND CONSTRUCTION SCHEDULE


The project shall be carried out in the following phases and within the following period. The
period includes approval by the Owner of the Construction Documents.
(a) Detailed Conceptual Design Phase

30 Calendar Days

(b) Detailed Design Phase

60 Calendar Days

(c) Construction Phase (including Acquisition of Permits)

210 Calendar Days

(d) Post Construction (Testing/Commissioning) Phase

60 Calendar Days

Total Project Duration is Three Hundred Sixty (360) Calendar Days.


5.

PRELIMINARY SURVEY AND MAPPING


5.1

Boundaries
The project site is bounded by a private property in northern, southern and eastern
part and a roadway in the western part.
The Contractor shall be responsible for verifying the property boundaries for the
construction of perimeter fence based on the approved technical description of the lot
to be provided by the Owner.

5.2

Existing Terrain, Line and Grade


Existing terrain is sloping downwards in the rear part as per initial topographic survey
conducted by the Owner. The Contractor shall conduct his own topographic survey to
determine actual and correct ground elevations to be used in its design and cost
estimations.

5.3

Location and Orientation of Facilities


The location and orientation of existing facilities are shown in the Schematic Design
Plans as provided herein. These facilities shall be maintained and keep protected at
all times during construction. Minor construction works may affect the existing
facilities but only limited to tapping works of the new discharge line.

6.

PRELIMINARY INVESTIGATION
The Owner does not guarantee that the preliminary data provided are fully correct, up to
date and applicable to the project at hand. The Contractor shall be solely responsible for the
accuracy and applicability of all data that it will use in its design and build proposal and
services.
6.1

Soil and Geotechnical


The construction site is located in a relatively sloping terrain which is predominantly
underlain with clay, fine to coarse sand and gravel formations based from the well
lithology of Cabantian PW#1. Characteristics of soil materials shall be determined by
88
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the Contractor through soil penetration tests or other soil exploration methodology
deemed appropriate.
The Contractor shall conduct further geotechnical investigations, when necessary, to
be used in the evaluation and design of foundation components.
6.2

Hydrology
The climatic condition of Davao City is generally temperate, with no pronounced rainy
and dry season. With the absence of readily available Rainfall Intensity-DurationFrequency (RIDF) Curve data for Davao City, the RIDF of the nearest synoptic station
of PAG-ASA may be used as guide for hydraulic calculations. The contractor has the
responsibility to gather and secure this hydrologic information to be used in the
design. Considerations shall also be taken into account concerning the dramatic
weather changes of past few years, which may be attributed to climate change.

6.3

Hydraulic
The lowest elevation is located at the eastern side (rear part) of the project site.
Existing street drainage is assumed to be located along the road side; however, due
to the limitations of the information of the drainage system, the Contractor shall
conduct an actual site inspection and validation.

6.4

Seismic
Davao City belongs to Zone 4 based from the Seismic Zone Map of the Philippines.
The faults nearest to Davao City are the Eastern Mindanao Fault and the Mati Fault.
The designer shall refer to the latest edition of the National Structural Code of the
Philippines Volume One for complete parameters of seismic design.

6.5

Environmental Conditions
Climate
Davao City is typhoon free. It is characterized by uniform distribution of rainfall,
temperature, humidity and air pressure. Temperature ranges from 21 to 35 degrees
Celsius and average rainfall is up to 2,000mm yearly.
Wind
Davao City belongs to Zone III based from the Wind Zone Classification for the
Different Provinces of the Philippines National Structural Code of the Philippines
2010, with basic wind speed of 150 kph. Regional climatic data may be used in lieu of
the basic wind speed value given in NSCP 2010 provided the provisions cited in
clause 207.5.4.2 of the code are satisfied.
(Source: Philippine Atmospheric, Geophysical and Astronomical Services Administration (PAG-ASA)
Manual on Flood Control Planning by DPWH and Japan International Cooperation Agency)

7.

UTILITY LOCATIONS
The project area has an existing utility network for potable water, telecommunications and
electrical systems which may be affected by the new construction.

8.

SPECIFIC PERFORMANCE SPECIFICATIONS


89
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

8.1

Detailed Conceptual Design Phase


The detailed conceptual design shall include, but not necessary limited to the
following:
i.
ii.
iii.
iv.

8.2

detailed
detailed
detailed
detailed

site development and landscape design concept;


architectural/civil/structural design concept;
electro-mechanical design concept;
electrical design concept.

Detailed Design Phase


The Contractor shall be responsible for the integrity of the detailed engineering
design and the performance of the structure irrespective of the approval of the
Owner. It shall also be solely responsible for the design and liable for the structural
defects and/or failures of the completed project.
The detailed design shall include, but not necessary limited to the following:
8.2.1

Preliminary Survey and Investigations


i.

Assessment of Raw Water Source and Characteristics


Raw water is from groundwater source (Cabantian PW#1), yielding at a
controlled rate of 652 gallons per minute at present operation. It was
observed that water quality diminishes with high pumping rate as limes
become apparent when pumping rate increases. However, with the
installation of water treatment plant, the well can be operated at a
higher capacity of 1,000 gallons per minute to increase production.
The Contractor shall assess and validate the physical and chemical
analyses provided by the Owner. Review the basic design parameters
and integrate existing layout of the site with the proposed one.
Consolidate and analyze well data, nature of operation, service area and
coverage and consumption patterns.

ii.

Field Surveys and Investigations


The Contractor shall conduct actual site investigation to assess the
condition and obtain the latest pertinent data appropriate for the
design.
Preliminary topographic survey at the site was conducted by the Owner
as basis only in coming up with the proposal. The Contractor shall,
however, conduct the necessary survey which includes topographic
survey, staking, establishing survey control points, benchmarks and all
necessary cross-sections to further validate the existing data at hand
and obtain other data deemed necessary.

iii.

Soil Investigation
The Contractor shall perform borings and detailed soil investigations of
the proposed site where the product tank (cistern) is to be constructed.
Both disturbed and undisturbed samples will be taken at intervals
sufficient to determine the requirement for its design. Analyses and
90
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

testing will be carried out as required in accordance with the latest


ASTM Standards.
8.2.2

Water Treatment Plant


i.

Low Pressure Reverse Osmosis Filtration System


The Water Treatment Plant (WTP) shall be designed using the Low
Pressure Reverse Osmosis Filtration System and shall produce treated
water conforming to the quality herein specified for product water.
Parameters
Color
Turbidity
Hardness
Total Dissolved Solids
Sulfate (SO4)
Silica (SiO2)
Potassium (K)
Magnesium (Mg)
Calcium (Ca)
Bicarbonate (HCO3)

Product Water
5 CU
0.50 NTU
150 mg/L
150 mg/L
10 mg/L
25 mg/L
15 mg/L
60 mg/L
20 mg/L
500 mg/L

The WTP shall be designed and equipped with a pre-treatment facility


(filter guard) and a clean-in-place (CIP) tank to protect the main filter
system and eventually increase the useful life of the filter.
The WTP to be designed shall be capable of producing treated water at
a minimum capacity of 774 gallons per minute (4,219 cubic meters per
day). Estimated power rating of the booster pump is 100HP to deliver
the treated water to the concessionaires of approximately 1,600 service
connections. The Cabantian PW#1 is directly supplying the demand
center during peak hours. Attached is the Physical and Chemical
Analyses of Cabantian Production Well No. 1 for reference at the last
part of this section. The Contractor shall obtain from the Owner latest
results prior the detailed design phase.
The recovered volume (treated water) shall not be less than 80% of the
raw water; threshold for wastage shall not exceed 20%. The design
shall be free from any discernable odor and noise louder than 55
decibel (db) at the site boundary. Such design shall prevent the plant
from total plant shutdown when undergoing repair or maintenance
works. As such, at least two-process filter assembly must be provided
with at least one operating and one standby item of equipment to allow
the plant to operate at any given time with a full process flow capacity
at the desired efficiency during equipment replacement/repair or
maintenance serving or cleaning. Equipment upon which the plant is
dependent for full operation must also be provided with standby units.
The WTP shall be designed with an operating and maintenance cost not
higher than PhP3.00 per cubic meter of treated water
.
Other necessary requirements for the full operation of the water
treatment plant shall be provided by the Contractor.
91
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

ii.

Electro-Mechanical System
The Contractor shall design all electro-mechanical works as may
deemed necessary in conformity with governing laws and relevant
codes, laws and ordinances.
The WTP shall be designed with an automated or manually-operated
chemical (cleaning) and chlorine (post treatment) dosing system. When
automated, it shall have an option for manual operation if desired. It
shall also be equipped with an on-line monitoring and recording system
of various major process parameters such as: turbidity, pH, residual
chlorine, in-flow and outflow of water. Such system may, at the option
of the Contractor, be linked to the chemical dosing system to ensure
accurate chemical feeding and water quality. It shall also be provided
with appropriate electromagnetic (if applicable) flow metering devices
with data logger and totalizer for inflow and outflow measurements.
Other necessary electro-mechanical requirements for the full operation
of the water treatment plant shall be provided by the Contractor.

iii.

Product Tank
The product tank shall be an underground reinforced concrete tank
(cistern type) and shall be designed to withstand pressures and seismic
loading in accordance with the National Structural Code of the
Philippines (NSCP). Structural concrete of 28-day compressive strength
shall not be less than 27.60 MPa (4,000 Psi).
Cistern shall be composed of two (2) chambers functioning as a
balancing reservoir. The tank shall be sized to store 500 cubic meters of
treated water, equipped with water level indicator for monitoring and
recording system. The tank shall be water-tight tank and leak-free.
At the option of the Contractor, the tanks roof slab can be mounted by
the filtration system housing. In this case, the tanks roof slab shall be
designed to carry the filtration system and all appurtenant piping,
housing, pump and motor assembly and chlorination system. Additional
live load for the systems operation shall also be considered.
The tank shall also have access/manhole at the top for cleaning and
maintenance purposes. Each manhole shall have an access ladder with
hand rails made of stainless steel. Aside from inlet, outlet and overflow
piping, the tank shall be provided with an air vent which shall be
protected from entry of animals or insects.
The finish top elevation of the tank shall coincide with the finish grade
of the site.
Cistern forms and falsework supporting the roof slab shall be designed
for additional live loadings in accordance to the NSCP.
Other necessary requirements to ensure a sound design of a cistern
tank shall be provided by the Contractor.

iv.

Piping System

92
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Except where otherwise specified or shown, discharge pipe design


parameters shall conform to LWUA Specifications. The mortar for pipe
lining shall consist of one part cement to not more than three (3) parts
sand by weight. The cement mortar lining shall be applied by the
centrifugal method obtaining equivalent results. The process used in the
application of the lining shall produce a smooth, dense, durable surface,
free from pockets, voids, over-sanded areas, blisters, and excessively
cracked areas. Except where otherwise specified or shown, concrete
lining thickness shall be as follows, with a tolerance of 25%.
Cement Mortar Coated and Cement Lined Steel Pipe:
Nominal
Diameter
(mm)

Outside
Diameter
(mm)

Minimum Wall
Thickness
(mm)

Thickness
of Cement
Lining
(mm)

Thickness of
Cement
Coating
(mm)

200

219.10

3.40

25.40

250

273.10

3.40

25.40

300

323.90

3.40

13

25.40

350

391.00

4.70

13

25.40

Red-Lead Primed and Cement Mortarlined Steel Pipe:


Nominal
Diameter
(mm)

Outside
Diameter
(mm)

Minimum Wall
Thickness
(mm)
4.70

Thickness
of Cement
Lining
(mm)
6

Thickness of
Red-Lead
Coating
(mic)
50

200

219.10

250

273.10

4.70

50

300

323.90

4.70

13

50

350

391.00

6.00

13

50

The design of the piping system shall be functional, where there is ease
and mobility during repair and maintenance works. It shall be properly
sized to accommodate the desired volume of water produced and
supplied to concessionaires. The piping network shall be equipped with
appropriate fittings and valves for optimum performance.
Mortar Lining
The cement mortar used for lining shall be composed of mixture of
portland cement, aggregate and water, well-mixed and of the proper
consistency to produce dense, homogeneous lining and coating that will
adhere firmly to the pipe surface. It shall be in uniform thickness,
except at joints or other discontinuities in the pipe wall. Lining thickness
shall conform to LWUA Specifications as listed herein or otherwise
specified by the Project Manager. Ends of lining shall be left square and
uniform with regard to the longitudinal axis of the pipe, and the lining
holdback shall be as specified by the Project Manager for the type of
joint required.

93
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The application of cement-mortar lining to miters, angles, bends,


reducers and other sections, the shape of which precludes application
by the spinning process, shall be accomplished by mechanical
placement, pneumatic placement, or hand application and finished to
produce smooth, dense surface. The cement mortar shall attain a
compressive strength of not less than 18 MPa (2,600 psi) in 7 days and
31 MPa (4,500 psi) in 28 days.
All lining defects, including but not restricted to sand pockets, voids,
oversanded areas, blisters, and cracking as a result of impacts, shall be
cut out and replaced by hand or pneumatic placement to the same
thickness as required for the mortar lining. Lining cracks due to
temperature and shrinkage less than 1/16 in. (1.6mm) in width need
not to be repaired. Cracks wider than 1/16 in. (1.6mm) need not to be
repaired, if it can be demonstrated to the satisfaction of the Project
Manager that the cracks will heal autogenously under continuous
soaking in water. The autogenous healing process may be
demonstrated by any procedure that keeps the lining of the pipe
continually wet or moist. Pipe used in the demonstration shall be
representative of the pipe to be supplied, and water for the moistening
of the pipe shall be chemically similar to the water to be carried in the
pipeline.
Mortar Coating
When specified, the external protection of steel pipe shall be a
reinforced cement-mortar coating applied over the outer surfaces of the
pipe sections and specials. Coating thickness shall conform to LWUA
Specifications as listed herein or otherwise specified by the Project
Manager.
Reinforcement for the coating of pipe sections may be spiral wire, wire
fabric, or wire mesh (ribbon mesh) in accordance with the provisions of
ANSI/AWWA C205-89; and shall be free of oil, grease, and other
contaminants that might reduce the adherence between the coating
and reinforcement. All reinforcements shall be placed in the middle third
of the coating.
Cement-mortar coating shall be uniform in thickness except at joints or
other discontinuities in the pipe. Coatings shall be inch (19 mm)
minimum thickness for all sizes of pipes unless otherwise specified by
the Project Manager.
If any sand pockets or porous spots occur, they shall be completely cut
and replaced by pneumatic replacement or hand application of mortar
in the proportion of 2 parts sand to 1 part cement, by weight. Care
shall be exercised to minimize the occurrence of cracks in the mortar
coating. However, hairline cracks need not be repaired. The need for
the repair of wider cracks must be determined by the Project Manager
after evaluation of the pipeline environment and, if required by the
Project Manager, such cracks shall be repaired by the Contractor at no
additional cost to the Owner.
Repair procedures shall include the brushing or wiping of neat cement
into the cracks, autogenous healing of the cracks by additional moist
curing, the painting of the cracks with an epoxy coating, or a
combination of these methods.
94
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Red Lead Coating


Red Lead coating shall conform to LWUA Standards or as specified by
the Project Manager.
Cylindrical Material
Cylinder shall be fabricated from hot-rolled carbon steel sheets or plates
conforming to ASTM A-570 Standard Specification for Steel, Sheet and
Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and HighStrength Low-Alloy with Improved Formability, Grades C, D, or E;
ASTM A-283 Standard Specification for Low and Intermediate Tensile
Strength Carbon Steel Plates, Grade D; steel pipe conforming to ASTM
A-139 Standard Specification for Electric-Fusion (Arc)-Welded Steel
Pipe, (NPS 4 & Over), Grade B; or, if approved by the Project Manager,
high strength low-alloy steel conforming to ASTM A-572 Standard
Specification for High-Strength Low-Alloy Columbium-Vanadium
Structural Steel, Grade 42.
Rubber Gasket
The rubber gasket shall be the continuous ring type, made of a special
composition rubber. The compound shall be of first-grade natural crude,
synthetic rubber, or a suitable combination thereof. The gasket shall be
so formed and cured as to be dense, homogeneous, and have a smooth
surface free of blisters, pits, and other imperfections. The gasket shall
be of sufficient volume to fill substantially the recess provided when the
joint is assembled and shall be the sole element depended upon to
make the joint watertight. Gaskets shall be furnished with the pipe. The
compound shall conform to the physical requirements listed below:
Physical Requirement

Value

Tensile Strength, minimum


Natural Rubber

15.85 MPa (2,300 psi)

Synthetic Rubber and combination

14.47 MPa (2,100 psi)

Ultimate Elongation, percent minimum


Natural Synthetic and combination

500%

Shore Durometer, Type A

40 65

Compression set, percent of Original


deflection, maximum
Tensile strength after aging, percent of
original tensile strength, minimum
(Oxygen pressure test or air heat test)
v.

20%
80%

Electrical System
The Contractor shall design the electrical and power supply system
required for the operation of the water treatment plant including
computation of loads and specifications in accordance with the Electrical
Code of the Philippines and other relevant codes, laws and ordinances.
The well site has an existing 3-units 100 KVA Power Transformer
95
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

necessary for pumping operation. The Contractor shall evaluate the


existing electrical and power supply system at the site and recommend
upgrading of power transformer when necessary. The Contractor shall
apply for such upgrading at the local power provider in behalf of the
Owner. Fees incidental to such upgrading of power transformer shall be
shouldered by the Owner, however, cost for the upsizing of electrical
service entrance wirings shall be shouldered by the Contractor.
Other necessary electrical requirements in accordance with the
requirements of the Electrical Code of the Philippines, Fire Code of the
Philippines and their Implementing Rules and Regulations and such
other pertinent local or national rules and regulations.
vi.

Chlorination System
The WTP shall be designed with a post chlorination system using a 1tonner gas chlorine tank directly injected at the discharge line.
The chlorination system shall be mounted on top of the cistern tank
with an electric hoist enough to unload and carry the 1-tonner gas
chlorine tank whether full or empty, to its station.
Chlorination system shall include weighing scale and chlorine cabinet.
Chlorine cabinet shall be corrosion proof with fiberglass enclosure,
easily removable, with built-in automatic control valve, gas chlorine
regulator, ejector and flexible connector, and amperometric chlorine
residual analyzer. It shall be equipped with vacuum gauge on the front
of the cabinet for easy monitoring.
For corrosion proof, enclosure for electrical equipment of the weighing
scale, chlorine cabinet and amperometric chlorine residual analyzer shall
be in compliance with the National Electrical Manufacturers Association
(NEMA) Standards, particularly Type 4x.

8.2.3

Filtration System Housing


Buildings proposed for construction shall comply with all the regulations and
specifications herein set forth governing quality, characteristics and
properties of materials, methods of design and construction, type of
occupancy and classification. All other matters relative to the structural
design of the filtration system housing shall conform with the provisions of
the Fire Code of the Philippines and National Structural Code of the
Philippines, as adopted and promulgated by the Board of Civil Engineering
pursuant to Republic Act Number 544, as amended, otherwise known as the
"Civil Engineering Law.
The WTP shall have adequate and structurally-safe housing and foundation
subject to approval by the Owner. The structure shall be designed
appropriately in order for the filtration system to operate efficiently where
optimum performance can be achieved economically. The design shall
consider, but not necessarily limited to, the following:

structure shall be designed to house the low pressure reverse osmosis


filtration system, booster pump, chlorination system including all
appurtenances;
96
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

housing shall be mounted on top of the product tank (cistern) to optimize


space;
roof covering shall be made of rib-type thermoplastic roofing sheets with
roof gutter and down spout;
wall enclosure shall be made of galvanized welded wire mesh to have
sufficient ventilation;
housing shall be equipped with an electric hoist assembly designed to
carry 1-tonner gas chlorine tank whether full or empty;
footings and foundations shall be of the appropriate type, of adequate
size, and capacity in order to safely sustain the superimposed loads
under seismic or any condition of external forces that may affect the
safety or stability of the structure;

Subject to the provisions of Articles 684 to 686 of Section 9, Chapter 2, Title


VII, Book II of the Civil Code of the Philippines on Lateral and Subjacent
Support, the design and quality of materials used structurally in excavation,
footings, and in foundations shall conform to accepted engineering practice.
8.2.4

Perimeter Fence
Perimeter fence shall be a concrete hollow block (CHB) fence at a height
shown in the schematic design plans. Such fence shall be mounted with steel
grilles. The rear fence shall be designed as retaining wall with weep holes.
Unless otherwise shown in the drawings or directed by the Project Manager,
weep holes shall be placed horizontally at the lowest points where free
outlets for water can be obtained and shall be spaced at not more than 2 m
center to center in a staggered manner . The length of the weep holes shall
not be less than the thickness of the walls and shall be at least 50 mm
diameter PVC or other pipe materials accepted by the Project Manager.
Weep holes must be provided with filter bags.
Gate shall be provided as shown in the schematic design plans and shall be
made of steel. Perimeter lighting shall likewise be provided with flood light,
specifically at the main gate and rear portion mounted on each corner post.

8.2.5

Site Drainage
Drainage shall be reinforced culvert pipe; sized to accommodate storm and
waste water during back washing and flushing. Scope for drainage shall
include the outfall to existing site drainage or to the existing street drainage
when deemed necessary.
At every change of alignment gradient or diameter, there shall be a manhole,
catch basin or inspection chamber. Manholes should be spaced as prescribed
in governing codes. In cases where installation of manhole is impractical
within a certain distance, manhole shall be placed to the next nearest
possible location. As a minimum requirement, manhole and catch basin boxes
shall be reinforced concrete hollow block construction.
Design of manhole cover including exposed top stiffeners shall be the type
approved by the Owner and its finish top elevation shall coincide with the
design grade of the site.
The technical drawings and specifications shall clearly indicate all the details
necessary for construction. Drainage layout shall show all the required
97
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

information such as direction of flow, manhole-to-manhole distances, and


sizes of lines, manholes/catch basins/canals, location of outfalls, etc.
Sectional elevations shall show depths and invert elevations. Other necessary
provisions as required by law shall be complied accordingly.
8.2.6

Landscape
Landscape at open spaces shall be filled with 1/2 to 3/4 crushed rock at
a minimum thickness of 4 inches (100mm), properly tampered to protect
from erosion. Driveways and access to chlorination station shall be made of
concrete pavement of appropriate design. Design with planter boxes or other
greeneries are encouraged. The Contractor shall ensure the best and
economic design suited for the operation of the system.

8.2.7

Construction Documents
i.

Construction Plans
The Contractor shall prepare all construction plans necessary for the
project including shop drawings and spot details. Plans shall be drafted
on a 20x30 tracing paper in an appropriate scale.
Such plans shall be subject for Owners review and approval. Review
works by the Owner shall be limited only to the completeness of the
required details and not on the correctness of the design. The integrity
of the detailed engineering design and the performance of the structure
shall be the responsibility of the Contractor, irrespective of the approval
of the Owner.

ii.

Detailed Cost Estimates and Program of Work


The Contractor shall prepare the Detailed Cost Estimates and Program
of Work to determine the total construction cost, using the prescribed
forms by the Owner. Labor rate and materials unit prices shall be the
one prevailing at the time of cost estimation.
The following shall also be prepared by the Contractor:
(1)
(2)
(3)
(4)
(5)

iii.

Gantt Chart with S-Curve


PERT/CPM
Organizational Structure at the Site
Schedule of Manpower to be assigned during Construction
Schedule of Equipment to be assigned during Construction

Materials Specifications
The Contractor shall outline a complete and detailed materials
specification necessary in the installation of the water treatment plant
and implementation of all civil and electrical works as required in the
project, including technical data and specifications from manufacturers
such as product brochures, etc.

iv.

Construction Methodology
The Contractor shall discuss the plan, approach and methodology to
achieve the projects required outcome in a satisfactory manner.
98
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Discussion shall include the program of work, key performance


indicators, division of work, quality plan, reporting and recording system
and innovative procedures, among others, to be used during
construction phase.
8.3

Permits
The Contractor shall secure all necessary permits as required by authorities for the
execution and completion of the contract. The Contractor shall coordinate with other
government/private agencies and pay all fees incidental to the acquisition of the
required permits. The Owner may assist the Contractor only in facilitating the
required documents in securing such permits such as securing, filling up and signing
(Owner side) of forms and the necessary attachment such as plans, proof of
ownership, subdivision plan with technical description, etc.

8.4

Construction Phase
The Contractor shall perform the construction works but not limited to the following:
8.4.1

General Requirements
All constructions and installations shall comply with all the regulations and
specifications herein set forth governing quality, characteristics and
properties of materials, methods of design and construction, type of
occupancy and classification.
All materials and treatment plant components to be used in the installation
and commissioning of the water treatment plant, including all accessories
and other necessary items shall be brand new, first class quality and free
from possible corrosion and defects.

8.4.2

Mobilization/Demobilization
The contractor shall mobilized and bring out into work, all personnel, plant
and equipment, in accordance with his approved construction program,
equipment moving and utilization schedule and manpower schedule, from its
regular place of business to the site to undertake the contract.
Mobilization shall include the obtaining and transporting to jobsite of
equipment, materials, tools, personnel, construction plant and all necessary
items for the execution and completion of the work. This shall also include
the setting up and verification of all equipment, instrument and all other
plant until it is rendered operable. It shall also include sufficient supply of
spare parts for the construction plant. Breakdowns are to be repaired on site
by the most expeditious method possible at no cost to the Owner. In the
event repairs being beyond the personnel or tools at the site to effect repairs
in a reasonable time, such that the construction plant has to be removed
from the site, then a replacement of machine or plant or equipment of a
similar capacity shall be provided by the contractor at no additional
mobilization costs to the Owner nor extension of completion of works.
Construction equipment once moved into the project site, checked and
accounted for by the Owner shall not be permitted, prior to the completion of
the contract, to be moved out or transferred by the Contractor to another
project site without the written approval of the Owner. Periodic check-up of
99
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the Contractors equipment moved-in for the contract shall be conducted by


the Owner. The Contractor shall pay to the Owner the amount equivalent to
the rental rates of any equipment not accounted for during check-up for the
number of calendar-days the equipment have been removed (without the
written consent of the Owner) from the project site until the said equipment
have been returned. Such cases are additional grounds for disapproval of
claims for time extensions of the Contractor.
8.4.3

Demolition
Demolition works shall include complete removal of materials and debris of existing
fence, gate and chlorine ejector box and other structure affected by the demolition.

8.4.4

Preparation of Site and Disposal


General site clearing operations include removal of demolished materials and
objectionable matter, protection of existing structures/facilities left functional, and
clearing to allow for new construction. Provide barricades, coverings, or other types
of protection necessary to prevent damage to existing structures/facilities not
indicated to be removed.
Clearing work shall be restricted to area within rights-of-way or easement or within
construction limits as indicated in the drawings. The work includes cleaning up of
debris resulting from site clearing operations continuously with the progress of the
work. Remove debris from site in such manner as to prevent spillage. Keep pavement
and area adjacent to site clean and free from mud, dirt and debris at all times.
Remove all waste materials from site.
Dispose of materials, waste, trash and debris in a safe, acceptable manner in
accordance with applicable laws and ordinances. Burying and burning of trash and
debris at the site will not be permitted. Remove trash and debris from the site at
frequent intervals so its presence will not delay the progress of the work or cause
hazardous conditions for workers and the public.
Removed materials and debris that can be reused or recycled shall be disposed of at
the DCWD Cabantian Reservoir property, subject to the evaluation and approval of
the Owner. However, waste and trash that could no longer be reused or recycled
shall be removed from the DCWD property and are disposed of in a legal manner to a
site preferred by the Contractor. Location of the latters disposal site and length of
haul shall be for the Contractors responsibility.
All structures marked in the drawings to be removed or which interfere with the new
construction shall be entirely removed within the limits shown, unless otherwise
directed by the Project Manager.
Care shall be exercised to preserve the quality of salvageable materials.

8.4.5

Falseworks
a. General
This work shall consist of the design, supply and construction of falseworks
which will provide the necessary rigidity, support the loads imposed, and
produce in the finished structure the lines and grades indicated in the
drawings or as ordered by the Project Manager.
b. Material Requirements
100
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Timber and lumber to be used for falsework shall be sound and comply with
the requirements of AASHTO M183.
c.

Construction Requirements
ii.

iii.

iv.

Falsework Design and Drawings


a.

Detailed working drawings and supporting calculations of the


falsework shall be furnished by the Contractor to the Project
Manager. No falsework construction shall start until the Project
Manager has reviewed and approved the designs. However,
such approval by the Project Manager does not relieve the
Contractor of his obligation to ensure safety and stability of the
structure to which it is being served for. The Contractor shall
provide sufficient time for the Project Manager to complete this
review. Such time shall be proportionate to the complexity of
the falsework design and in no case shall be less than 2 weeks.

b.

The Contractor may revise the falsework drawings at any time


provided sufficient time is allowed for the Project Managers
review before construction is started on the revised portion.

Falsework Construction
a.

The falsework shall be constructed to conform to the falsework


drawings. The materials used in the falsework construction
shall be of the quantity and quality necessary to withstand the
stresses imposed. The workmanship used in falsework shall be
of such quality that the falsework will support the loads
imposed on it.

b.

Suitable jacks or wedges shall be used in connection with


falsework to set the forms to their required grade and to take
up any excessive settlement in the falsework either before or
during the placing of concrete.

c.

The Contractor shall provide tell-tales attached to the soffit


forms easily readable and in enough systematically placed
locations to determine the total settlement of the entire portion
of the structure where concrete is being placed.

d.

Should unanticipated events occur, including settlements that


deviate more than +/- 20mm from those indicated on the
falsework drawings, which in the opinion of the Project
Manager would prevent obtaining a structure conforming to
the requirements of the Specification; the placing of concrete
shall be discontinued until corrective measures satisfactory to
the Project Manager are provided. In the event satisfactory
measures are not provided prior to initial set of the concrete in
the affected area, the placing of concrete shall be discontinued
at a location determined by the Project Manager. All
unacceptable concrete shall be removed.

Removing Falsework

101
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

8.4.6

a.

Unless otherwise shown in the drawings or permitted by the


Project Manager, no falsework shall be released until the
supported concrete has attained a compressive strength of at
least 80 percent of the required 28-day strength.

b.

All falsework materials shall be completely removed on site.

c.

All debris and refuse resulting from work shall be removed and
the site left in a neat and presentable condition.

Earthworks
i.

General Requirements
The Contractor shall perform all earthworks required as shown in the
drawings.

ii.

Excavation
Except when specifically provided to the contrary, excavation shall include
the removal of materials of whatever nature encountered, including all
obstructions of any nature that would interfere with the proper execution and
completion of the work. The removal of said materials shall conform to the
lines and grades shown or ordered. Unless otherwise provided, the entire
construction site shall be stripped of all vegetation and debris, and such
materials shall be removed from the site prior to performing any excavation
or placing any fill. The Contractor shall furnish, place and maintain all
supports and shoring that may be required for the sides of the excavations,
and all pumping, ditching or other approved measures for the removal or
exclusion of water, including taking care of storm water and waste water
reaching the site of the work from any source so as to prevent damage to
the work or adjoining property.
After the construction area has been stripped of all vegetation and debris, as
specified herein, loam and topsoil from the top 60 cm (24 in.) of excavated
soil shall be removed and stockpiled for possible later use as fill on or around
the cistern and for miscellaneous topsoil. After such excavation has been
completed, the exposed surface shall be rolled and compacted to provide a
reasonably smooth surface.
The walls and faces of all excavations in which workers are exposed to
danger from unstable ground shall be guarded by a shoring system, sloping
of the excavation, or some other acceptable method. The Contractor shall
furnish, install, and maintain such sheeting, bracing, etc., as may be
necessary to protect the workers and to prevent any movement of earth
which could injure or delay the work or endanger adjacent structures. In
excavations which workers may be required to enter, excavated or other
materials shall be effectively stored and retained at least 600mm or more
from the edge of the excavation. All excavations and trenching operations
shall conform to any and all national, provincial, and local safety
requirements.
The Contractor shall remove and dispose all excess excavated material at its
own expense and in a manner approved by the Project Manager.
Excavation Beneath Proposed Structure
102
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Except where otherwise specified for a particular structure or ordered by the


Project Manager, excavation shall be carried to the grade of the bottom of
the Anchor Base Block. Where shown or ordered, areas beneath proposed
structures shall be over-excavated. When such over-excavation is shown in
the drawings, both over-excavation and subsequent backfill to the required
grade shall be performed by the Contractor at his own expense. When such
over-excavation is not shown but is ordered by the Project Manager, such
over-excavation and any resulting backfill will be paid for under a separate
unit price bid item if such bid item has been established; otherwise, payment
will be made in accordance with negotiated prices. After the required
excavation or over-excavation has been completed, the exposed surface shall
be scarified to a depth of 150 mm (6 in.) brought to optimum moisture
content, and rolled with heavy compaction equipment to ninety-five percent
(95%) of maximum density.
Pipeline Trench Excavation
Pipeline trench excavation shall be open-cut trenches, unless otherwise
shown or ordered. The bottom of the trench, including any shoring shall have
a minimum width equal to the outside diameter of the pipe plus 300 mm (12
in.) and a maximum width equal to the outside diameter of the pipe plus 600
mm (24 in.). Except when otherwise shown or ordered by the Project
Manager, the bottom of the trench shall be excavated uniformly to the grade
of the bottom of the pipe. The trench bottom shall be given a final trim using
a string line for establishing grade, such that each pipe section when first laid
will be wholly in contact with the ground or bedding along the extreme
bottom of the pipe. Rounding out the trench to form a cradle will not be
required.
No excavation for any section of pipeline installation shall be performed by
the Contractor until pipe, valves, fittings, service materials, and all other
materials necessary to complete the installation are delivered to the site
Trench Over-Excavation Where Shown
The trenches shall be over-excavated where shown, to the depth shown,
then backfilled to the grade of the bottom of the pipe with suitable selected
granular material or with sand. Said backfill shall be brought to the optimum
moisture content and compacted to ninety-five percent (95%) of maximum
density under proposed structures, and ninety percent (90%) elsewhere.
Work specified in this subsection shall be performed by the Contractor at his
own expense.
Trench Over-Excavation to Clear Obstructions
Trenches shall be over-excavated to the depth approved by the Project
Manager for pipeline clearance of obstruction. All work specified in this
subsection shall be performed by the Contractor at his own expense when
the over-excavation plus the cover of the pipe measured to existing ground
surface does not exceed 1.5 meters; when the additional over-excavation
plus the cover of the pipe measured to existing ground surface exceeds 1.5
meters, additional payment will be made to the Contractor for that portion of
work located below said depth. Said additional payment will be made under
separate unit price bid items for over-excavation if such bid items have been
established; otherwise, payment will be made in accordance with negotiated
price.
103
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Trench Over-Excavation when ordered


Trenches shall be over-excavated beyond the depth shown when ordered by
the Project Manager. Such over-excavation shall be to the depth ordered.
The trench shall then be refilled to the grade of the bottom of the pipe with
either selected granular material obtained from the excavation, sand, or
crushed rock, at the option of the Project Manager.
When crushed rock bedding is ordered, well-graded material of 40 mm (1.6
in.) maximum size shall be used. Bedding material shall be placed in layers,
brought to optimum moisture content, and compacted to ninety-five percent
(95%) of maximum density where the pipeline trench passes under
structures, and ninety percent (90%) elsewhere. Payment will be made
under separate unit price bid item for furnishing and installing bedding and
backfill if such bid items have been established; otherwise, payment will be
made in accordance with negotiated price.
Over-Excavation not ordered, Specified, or Shown
Any over-excavation carried below the grade ordered, specified, or shown
shall be refilled to the required grade with suitable selected granular material
by the Contractor at its own expense. Such material shall be moistened as
required and compacted to ninety-five percent (95%) of maximum density
under structure and ninety percent (90%) elsewhere.
Rock Excavation
Rock excavation shall include removal and disposal of the following: (1) all
boulders measuring 0.25 cubic meter (0.33 cubic yard) or more in volume;
(2) all rock material and ledges, bedding deposits, and unstratified masses
which cannot be removed without systematic drilling and blasting.
iii.

Backfill
Backfill shall not be dropped directly upon any structure. Material used for
backfill shall be selected material, free from grass, roots, brush, or other
vegetation, or rocks having a maximum dimension larger than 150 mm (6
in.). Material placed within 150 mm (6 in.) of any structure shall be free of
rocks or unbroken masses or earthly materials having maximum dimension
larger than 75 mm (3 in.). Backfill shall not be placed around or upon any
structure until the concrete has attained sufficient strength to withstand the
loads imposed.
Backfill Around and Beneath Proposed Structures and Paved Area
Except where otherwise specified for a particular structure or ordered by the
Project Manager, backfill placed around and beneath proposed structures and
paved areas shall be placed in horizontal layers not to exceed 150 mm (6 in.)
in thickness before compaction, and compaction shall be attained by means
of hand-operated power driven tampers. The backfill shall be brought up
evenly with each layer moistened and compacted by mechanical means to
ninety-five percent (95%) of maximum density beneath proposed structures,
and ninety percent (90%) of maximum density around the sides of structures
and beneath proposed paved areas.
Flooding, ponding, or jetting will not be permitted. Backfill around the cistern
walls shall not be placed until after the cistern has been tested for leakage.
104
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The cistern shall remain filled with water while said backfill is being placed.
Loaded carryalls or vehicles weighing more than 4500 kg (9,900 lbs) when
loaded shall not be permitted closer to the walls than a horizontal distance
equal to the depth of the fill at that time.
Pipeline Trench Backfill
Pipeline trenches shall be backfilled to a level of 150 mm (6 in.) above the
top of the pipe with selected material obtained from the excavation; if, in the
Project Managers opinion, said material is unsuitable for backfill purposes,
burrow material having the sand equivalent value of not less than twenty
(20), in compliance with ASTM D-2419 Standard Test Method for Sand
Equivalent Value of Soils and Fine Aggregate, shall be used for this portion
of the trenchs backfill. Burrow material, when ordered by the Project
Manager, will be paid for under a separate unit price bid item if such bid item
has been established; otherwise, payment will be made in accordance with a
negotiated price. Selected material shall first be brought up to mid-diameter
of the pipe and compacted; then the remainder of the backfill to 150 mm (6
in.) above the pipe may be placed and compacted. Such material shall be
compacted to ninety-five percent (95%) of maximum density where the
trench is located near beneath proposed structures and ninety percent (90%)
of maximum density elsewhere. Compaction shall be obtained by tamping in
not more than 150 mm (6 in.) layers or by using excess water and passing a
concrete vibrator between the pipe and side of trench. Prior to any flooding
or jetting, the pipe shall be filled with water or center loaded with backfill to
prevent floating.
After the initial portion of backfill has been placed as specified above, the
remainder of the trench shall be backfilled. When compaction of the initial
portion of backfill is obtained with excess water, not less than four (4) hours
shall have elapsed between the placement of initial backfill and subsequent
backfill. The remainder of the backfill shall be selected material obtained
from the excavation and shall be placed in horizontal layers. Each layer shall
be no more than 400 mm (16 in.) in depth. Layers shall be moistened,
tamped, paddled, rolled, or otherwise compacted to:
a.) ninety-five percent (95%) of maximum density where the trench is
located under proposed structures;
b.) ninety percent (90%) of maximum density where the trench is
located under existing or proposed asphalt or concrete surface;
c.) eighty percent (80%) of maximum density where the trench is
located under unpaved shoulders, gravel roadways or dirt roads;
d.) one hundred percent (100%) of the natural density of surrounding
areas where the trench is located in unimproved right-of-way.
If the backfill material is sandy or granular in nature and the trench is not
located under a structure, the layer construction may be eliminated; and
compaction may be obtained by flooding and jetting, provided this latter
method is approved by the agency having jurisdiction over the highway or
street. If flooding and jetting are permitted, the remaining backfill shall be
placed in layers not exceeding 900 mm (36 in.) in thickness. Each layer shall
be flooded, jetted, and rodded to secure complete saturation of the material
before placing the next layer.
105
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

8.4.7

Reinforced Concrete
The work to be undertaken shall include all labor, materials, equipment, plant and
other facilities and the satisfactory performance of all works necessary to complete all
concrete work shown in the drawings and specified herein.
a. Materials
Cement shall conform to ASTM C-150-Latest Revision Standard
Specification for Portland Cement, Type I, except as may be otherwise
provided in these Specifications.
Concrete Aggregates shall be well-graded, clean, hard particles of gravel
or crushed rock conforming to ASTM C-33 Latest Revision Standard
Specification for Concrete Aggregates. The maximum size of the aggregates
shall not be larger than one-fifth (1/5) of the narrowest dimension between
forms and not larger than three-fourth (3/4) of the minimum clear spacing
between individual reinforcing bars or bundles of bars, and in no case larger
than 38 mm (1-1/2 in.) in diameter except that larger diameters may be
allowed in massive concreting with written permission from the Project
Manager.
Water used in mixing concrete shall be clean and free from injurious
amounts of oils, acids, alkali, organic materials, or other substances that may
be deleterious to concrete or steel.
Reinforcing Steel Bars used shall be new and free from rust, oil, defects,
greases or kinks and shall have 275.86 MPa (40,000 psi) yield strength. It
shall be of the size and number indicated in the drawings. It shall conform to
the latest edition of the ASTM Specifications for Deformed Billet Steel Bars
for Concrete Reinforcement grade 40 or to the latest edition of the National
Structural Code of the Philippines for Buildings. It shall be accurately spaced
and secured against displacement by the use of gauge #16 G.I. tie wire.
Admixture may be added to the concrete to control the set, effect water
reduction and increase workability at the Contractors option or at the
request of the Project Manager, but in either case at the expense of the
Contractor. Such admixture may be either a hydroxylated polymer type, but
shall contain no calcium chloride. The required quantities of cement shall be
used in the mix regardless of whether or not any admixture is used. The
quantity of admixture used and the method of mixing shall be in accordance
with the manufacturers instructions. Where the air temperature at the time
of placement is expected to be consistently over 26.7 C (89 F), such
admixture shall be in accordance with approved standard.
b. Storage
Cement and aggregates shall be stored in such manner as to prevent
deteriorations or intrusion by foreign matter. Any material which has
deteriorated or which has been damaged shall not be used for concrete.
Steel shall be under cover or otherwise prevented from rusting.
c. Testing of Materials
The Owner or his duly authorized representative or the Project Manager shall
periodically order the test of any material supplied by the Contractor entering
into concrete or reinforced concrete to determine its suitability for the
106
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

intended purpose. Such test shall be in accordance with the standards of the
American Society of Testing Materials, as noted elsewhere in these
Specifications. Samples shall be provided by the Contractor without cost to
the Owner. Expenses for the testing and cost of transporting samples to
testing laboratory shall be borne by the Contractor. Copies of the result of
tests shall be furnished to the Owner promptly. Compressive strength
specimens for test of concrete during construction shall be in accordance
with ASTM C-31 Standard Practice for Making and Curing of Concrete Test
Specimens in the Field. Testing for compressive strength specimen shall be
a minimum of four (4) samples for every batch of concrete. Tensile strength
specimens for tests of reinforcing bars during construction shall be in
accordance with the American Standard of Testing Materials. Testing for
tensile strength specimen shall be a minimum of three (3) samples for every
bar diameter for each delivery.
d. Controlled Strengths of Concrete
Concrete for structural elements shall develop a minimum of 28-day
compressive cylinder strength of 27.60 MPa (4,000 psi), unless otherwise
specified in the plans.
e. Method of Determining Strength of Trial Batch
The Contractor shall submit design mixes and test results of samples made in
accordance with ASTM C-192 Latest Revision Standard Practice for Making
and Curing Concrete Test Specimens in the Laboratory and ASTM C-39
Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens for each strength required, stating the proposed slump and the
proportional weights of cement, saturated surface dry aggregates and water.
These mixtures shall be proved by preliminary test thirty (30) days before
concreting and shall show a 28-day strength of fifteen percent (15%) higher
than the ultimate strength required. No substitution shall be made in the
materials or mixed without additional test to show that the quality is
satisfactory.
f.

Concrete Proportion and Consistency


The proportions of aggregate to cement for any concrete shall be such as to
produce a mixture that will work readily into the corners and angles of the
forms and around reinforcement with the method of placing employed on the
work but without permitting the materials to segregate, or excess free water
to collect on the surface. The combined aggregates shall be of such
composition of sizes that when separated on the no. 4 sieve, the weight
passing the sieve (fine aggregate) shall not be less than thirty percent (30%)
of the total, except that these proportions do not necessarily apply to
lightweight aggregates.
The methods in measuring concrete materials shall be such that the
proportions can be accurately controlled and easily checked at anytime
during the work. Measurement of materials for ready-mixed concrete shall
conform to ASTM C-94 Latest Revision Standard Specification for ReadyMixed Concrete where applicable.
Aggregates shall be measured out by weight and to within one percent (1%).
Cement shall conform to 40 kgs. (88 lbs.) per bag and has to be verified from
time to time. Water shall be measured by weight or volume to within one and
107
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

one-half percent (1-1/2%).


The water shall in no case exceed 21.24 liters (5.62 US gallons) and 25.67
liters (6.79 US gallons) per bag of cement for all concrete with specified
strength of fc=20.68 MPa (3,000 psi) and 17.25 MPa (2,500 psi),
respectively. Slumps shall be within the following limits:

Portion of Structure

Slumps
Millimeters

Inches

Walls

100-150

4-6

Columns

100-150

4-6

Footing and Slabs

100-150

4-6

Slumps shall be in accordance with ASTM C-143 Standard Test Method for
Slump of Hydraulic-Cement Concrete.
The minimum cement content for 27.60 MPa (4,000 psi) concrete shall be 12
sacks per cubic meter of concrete.
Job mix adjustment on water content shall be allowed only with Project
Managers permission and provided that cement is also to maintain the
original water-cement ratio of the design mix.
g. Exclusion of Water
No concrete shall be placed in any structure until all water entering the space
to be filled with concrete has been properly cut-off or has been diverted by
pipes, or other means, and carried out of the forms, clear of the work. No
concrete shall be deposited under water without explicit permission of the
Project Manager, and then only in strict accordance with his direction; nor
shall the Contractor, without explicit permission allow still water to rise on
any concrete until the concrete has attained its initial set. Water shall not be
permitted to flow over the surface of any concrete in such manner and at
such velocity as will injure the surface finish of the concrete. Pumping or
other necessary dewatering operations for removing ground water, if
required, will be subject to the approval of the Project Manager.
h. Mixing Concrete
No hand mixing shall be allowed except in emergency such as mixer
breakdown during concreting operations and this shall stop as soon as the
pour is completed, at a construction joint shown or otherwise designated by
the Project Manager. All concrete shall be machine mixed for at least one and
one-half (1-1/2) minutes after all materials, including water, are in the mixing
drum.
The mixer shall be of an approved size and type that will ensure a uniform
distribution of materials throughout the mass. It shall be equipped with a
device for accurately measuring and controlling the amount of mixing water
in each batch.

108
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The first batch of concrete materials placed in the mixer shall contain a
sufficient excess of cement, sand, and water to coat the inside of the drum
without reducing the cement of the mix to be discharged.
Re-tampering i.e., remixing with the addition of water to concrete that has
been partially hardened will not be permitted.
i.

Preparation of Surfaces for Concreting


Earth surfaces shall be thoroughly wetted by sprinkling prior to the placing of
any concrete, and these surfaces shall be kept moist by frequent sprinkling
up to the time of placing concrete thereon. The surface shall be free from
standing water, mud and debris at the time of placing concrete.
Concrete surfaces upon or against which concrete is to be placed, where the
placement of the old concrete has been stopped or interrupted so that, in the
opinion of the Project Manager, the new concrete cannot be incorporated
integrally with that previous placed, are defined as construction joints. The
surfaces of horizontal joints shall be leveled with a wooden float to provide a
reasonably smooth surface. The surface consisting largely of coarse
aggregate shall be avoided. Except where the drawings call for joint surfaces
to be painted, the joint surfaces shall be cleaned of all laitance, loose or
defective concrete and foreign materials. Such cleaning shall be
accomplished by sandblasting followed by thorough washing. All pools of
water shall be removed from the surface of construction joints before the
new concrete is placed. After the surfaces have been prepared to the
satisfaction of the Project Manager, all approximately horizontal construction
joints shall be covered with a layer of mortar approximately 25 mm (1 in.)
thick. The mortar shall have the same proportion of cement and sand as the
regular concrete mixture, unless otherwise directed by the Project Manager.
The water-cement ratio of the mortar in place shall not exceed that of the
concrete to be placed upon it, and the consistency of the mortar shall be
suitable for placing and working in a manner hereinafter specified. The
mortar shall be spread uniformly and shall be worked thoroughly into all
irregularities of the surface, and wire brooms shall be used where possible to
scrub the mortar into the surface. Concrete shall be placed immediately upon
the fresh mortar.
When the placing of concrete is to be interrupted long enough for the
concrete to take a set, the working face shall be given a shape by the use of
forms or other means that secure proper union with subsequent work,
provided that construction joints shall be made only where approved by the
Project Manager.

j.

Placing Concrete
Concrete, which upon or before placing is found not to conform to the
requirement specified herein, shall be rejected and immediately removed
from the work. Concrete which is not placed in accordance with these
specifications, or which is of inferior quality as determined by the Project
Manager, shall be removed and replaced by and at the expense of the
Contractor. No concrete shall be placed except in the presence of the Project
Manager or his duly authorized representative. Concrete shall not be placed
when unsuitable heat or wind condition will prevent proper placement and
curing, as determined by the Project Manager. Prior to placing any concrete,
the Contractor shall give the Project Manager twenty-four (24) hours written
notice.
109
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Concrete shall be deposited in its final position without segregation, rehandling, or flowing. Placing shall be done preferably with buggies, buckets,
or wheelbarrows. No chutes will be allowed except to transfer concrete from
hoppers to buggies, wheelbarrows, or buckets in which case, they shall not
exceed six (6) meters (20 feet) in aggregate length.
Placing of concrete with a free drop or fall more than 1.20 meters (4 ft.) shall
not be allowed, except when approved by the Project Manager and when
approved, sheet metal conduits, pipes, or elephant trunks are employed.
When employed, these conveyors shall be kept full of concrete and the ends
kept buried in the newly placed concrete as pouring progresses. The pouring
scheme plan shall be provided or submitted by the Contractor.
Concrete in forms shall be deposited in uniform horizontal layers not deeper
than 450 mm (18 in.) and care shall be taken to avoid inclined layers or
inclined construction joints except where such are required for sloping
members. Each layer shall be placed while the previous layer is still soft. The
rate of placing concrete in forms shall not exceed 1.4 meters (4.6 ft.) of
vertical rise per hour.
k. Order of Placing Concrete

l.

a.

The order of placing concrete in all parts of the work shall be subject to
the approval of the Project Manager. In order to minimize the effects of
shrinkage, the concrete shall be placed in units as bounded by
construction joints shown in the drawings. The placing of units shall be
done by placing alternate units in a manner such that each unit placed
shall have cured at least seven (7) days before the contiguous unit or
units are placed, except that beams and columns shall be placed until
the footings have cured at least fourteen (14) days.

b.

The surface of the concrete shall be leveled whenever a run of concrete


is stopped. To insure a level, straight joint on the exposed surface of
walls, a wood strip at least 19mm (3/4 in.) thick shall be tacked to the
forms on these surfaces. The concrete shall be carried about 13mm
(1/2 in.) above the underside of the strip. About one hour after the
concrete is placed, the strip shall be removed and any irregularities in
the edge formed by the strip shall be leveled with a trowel and all
laitance shall be removed.

Tests on Concrete
The Owner or the Project Manager may require a reasonable number of tests
on the concrete to be made during the progress of the work. Not less than
four (4) cylindrical specimens shall be made for every batch of concrete of
which at least two (2) shall be reserved for 28-day test. Not less than four
(4) tests shall be made for every 5 cubic meter of concrete; one (1) for 7-day
test, one (1) for 14-day test and two (2) for 28-day test.
Samples shall be secured and molded in accordance with ASTM C-172 Latest
Revision Standard Practice for Sampling Freshly Mixed Concrete and ASTM
C-31 Latest Revision Standard Practice for Making and Curing Concrete Test
Specimens in the Field. Strength test shall be made in accordance with
ASTM C-39 Latest Revision Standard Test Method for Compressive Strength
of Cylindrical Concrete Specimens.
110
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The Contractor shall provide the samples to be taken at the place of deposit
and as specified by the Project Manager and shall take care of transporting
the specimens to the approved testing laboratory, without cost to the Owner.
To conform to the requirements of these specifications, the average strength
of test samples representing each class of concrete as well as the average of
any five consecutive strength tests representing each class of concrete shall
be equal to or greater than the specified strength and not more than one
strength test in ten shall have an average value less than ninety percent
(90%) the specified strength.
Should the test fail to give the required strength, the Owner shall have the
right to order a change in the proportions or in the procedures of curing the
concrete for the rest of the structure.
m. Liquidated Damages (Failure in Concrete Strength Requirement)
For failure to meet the specified strengths of concrete which has been
designed, prepared and deposited by the Contractor, the Contractor shall pay
the Owner as liquidated damages, not as penalty or forfeiture, the following
schedule applied on the amount of concrete represented by the samples:
(1)

For concrete less than one hundred percent (100%) but greater than
or equal to ninety percent (90%) of specified strengths, payment of
ten percent (10%) of the unit bid cost per cubic meter of concrete;

(2)

For concrete less than ninety percent (90%) but greater than or
equal to eighty-five percent (85%) of specified strength, payment of
fifteen (15%) percent of the unit bid cost per cubic meter of
concrete;

(3)

For concrete less than eighty-five percent (85%) of the specified


strength, removal of the concrete so deposited and the replacement
of same at the expense of the Contractor;
i.

In any case of failure to meet specified strength, the


Contractor may, at his expense, obtain concrete core
samples from the poured concrete and the compressive
strength of same, as determined by a competent testing
authority, shall be taken as conclusive evidence of its
strength and integrity, provided the coring will not impair the
safety of the structure and can be satisfactorily replaced.
To determine adequacy of affected parts, the Owner shall
have the option to order load test on parts of the structure
where concrete strength tests are below eighty percent
(80%) of specified. These tests shall be in accordance with
ACI-318, Latest Revision; recommendations and their costs
shall be borne by the Contractor.

ii.

In case of failure of samples to meet specified strengths to


the extent mentioned in Items (1), (2) or (3) above, the
Contractor shall be required to prolong the curing of the
poured concrete as directed by the Project Manager, in
addition to payment of the liquidated damages mentioned
herein.
111
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

iii.

Such removal and replacement undertakings by the


Contractor shall be an additional grounds for the disapproval
of any claims for time extensions.

n. Corrosion Protection Requirements


Pipes, conduits, dowels, and other ferrous items required to be embedded in
concrete construction shall be so positioned and supported prior to
placement of concrete that there will be a minimum of 50 mm (2 in.)
clearance between said items and any part of the concrete reinforcement.
Securing such items in position by wiring or welding those to the
reinforcement will not be permitted.
o. Tamping and Vibrating
As concrete is placed in the forms or in excavations, it shall be thoroughly
settled and compacted throughout the entire depth of the layer which is
being consolidated into a dense, homogenous mass, filling all corners and
angles, thoroughly embedding the reinforcement, eliminating rock pockets
and bringing only a slight excess of water to the exposed surface of concrete
during placement.
Care shall be used in placing concrete around waterstops. The concrete shall
be carefully worked by rodding and vibrating to make sure that all air and
rock pockets had been eliminated. The concrete shall be worked under the
waterstops by hand, making sure that all air and rock pockets have been
eliminated.
Concrete in walls shall be internally vibrated and at the same time rammed,
stirred, or worked with suitable appliances, tamping bars, shovels, or forked
tools until it completely fills the forms or excavations and closes snugly
against all surfaces. Subsequent layers of concrete shall not be placed until
the layers previously placed have been worked thoroughly as specified.
Except in special cases where their use is deemed impracticable by the
Project Manager, the Contractor shall use at least two (2) internally vibrated,
high speed power vibrators not less than 8,000 rpm of an approved
immersion type or in sufficient numbers, with standby units or as required, to
accomplish the results herein specified within fifteen (15) minutes after
concrete of the prescribed consistency is placed in the forms. The vibrating
head shall be kept from contact with the surfaces of the forms. Care shall be
taken not to vibrate concrete excessively or to work it in any manner that
causes segregation of its constituents or tends to bring an excessive amount
of water to the surface.
p. Curing and Waterproofing
1. General
All concrete shall be cured for not less than fourteen (14) days after
placing, in accordance with the methods specified herein for the
different parts of the work, and described in detail in the following
subsections.
Surface to be cured or waterproofed
--------------------------------------------Unstripped Wooden forms

Method
-------------1

112
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Construction joints between


footings and walls, and between
floor slabs and columns

Encasement concrete and


thrust blocks

All concrete surfaces, not


specifically provided
for elsewhere in this subsection

Floor slabs in hydraulic


structures and exterior
surfaces of exposed roof slabs

Exterior buried surfaces of walls

2. Method 1
Wooden forms shall be wetted immediately after concrete has been
poured and shall be kept wet with water until removed. If forms are
removed within fourteen (14) days of placing the concrete, curing
shall be continued in accordance with the applicable method for the
particular structures as set out in Methods 2, 4, 5 and 6 below.
3. Method 2
The surface shall be covered with burlap mats, which shall be kept
wet with water for the duration of the curing period, until the
concrete in the walls has been placed. No curing compound shall be
applied to surfaces cured under Method 2.
4. Method 3
The surface shall be covered with moist earth, not less than four (4)
hours nor more than twenty-four (24) hours, after the concrete is
placed.
5. Method 4
a. The surface shall be sprayed with a liquid curing compound,
which will not affect the bond of paint to the concrete surface. It
shall be applied in accordance with the manufacturers
instructions at a maximum coverage rate of 4.91 sq.m./liter (200
sq.ft. /gal) in such manner as to cover the surface with the
uniform film, which will seal thoroughly.
b. Where the curing compound method is used, care shall be
exercised to avoid damage to the seal during the curing period.
Should the seal be damaged or broken before the expiration of
the curing period, the break shall be repaired immediately by the
application of additional curing compound over the damaged
portion.

113
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

c.

Wherever curing compound may have been applied by mistake


to surfaces, against which concrete subsequently is to be placed
and to which it is to adhere, said compound shall be entirely
removed by sandblasting just prior to the placing of new
concrete.

d. Where curing compound is specified, it shall be applied within


two (2) hours after completion of the finish on unformed
surfaces, and within two (2) hours after removal of forms on
formed surfaces. Repairs required to be made to form surfaces
shall be made within the said 2-hour period; provided, however,
that any such repairs which cannot be made within the said 2hour period shall be delayed until after the curing compound has
been applied. When repairs are to be made to an area on which
curing compound has been applied, the area involved shall first
be wet-sandblasted to remove the curing compound, following
which, repairs shall be made as provided under Section 4.20.
6. Method 5
Immediately after the concrete has been troweled, it shall be given a
coat of curing compound in accordance with Subsection (5) Method
4 herein. Not less than one (1) hour or more than four (4) hours
after the coat of curing compound has been applied, the surface shall
be wetted with water delivered through a fog nozzle and concrete
curing blankets shall be placed on the slabs. The curing blankets
shall consist of one of the following two types:
a. Sheets of heavy, waterproof sisal kraft paper laid with the edges
butted together and with the joints between strips sealed with
50mm (2 in.) wide strips of sealing tape or with the edges lapped
not less than 76mm (3 in.) and fastened together with a
waterproof cement to form a continuous watertight joint.
b. Sheets of clear polyethylene having a thickness of not less than
six (6) mils laid with edges butted together and with joints
between sheets sealed with 25mm (1 in.) wide strips or acetate
tape. The curing blankets shall be left in place during the 14-day
curing period and shall not be removed until after concrete for
adjacent work has been placed. Should the curing blankets
become torn or otherwise ineffective, the Contractor shall
replace damaged sections. During the first seven (7) days of the
curing period, no traffic of any nature and no depositing,
temporary or otherwise, of any materials shall be permitted on
the curing blankets. During the remainder of the curing period,
foot traffic and temporary depositing of materials that impose
light pressure will be permitted only on top of plywood sheets
16mm (5/8 in.) minimum thickness laid over the curing blanket.
7. Method 6
a.

The surface shall be sprayed with a waterproofing agent


consisting of an asphalt emulsion immediately after the wall
forms have been removed. Application shall be in two coats. The
first coat shall be diluted to 1/2 strength by the addition of water
and shall be sprayed on so as to provide a maximum coverage
rate of 2.45 sq.m./L (100 sq.ft./gal) of dilute solution. The
114
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

second coat shall consist of an application of the specified


material, undiluted, and shall be sprayed on so as to provide a
maximum coverage rate of 2.45 sq.m./L (100 sq.ft./gal).
b. As soon as the asphalt emulsion applied in accordance with
Method 6 (a) has taken an initial set, the entire area thus coated
shall be coated with whitewash. Any formula for mixing the
whitewash may be used which produces a uniformly coated
white surface and which so remains until placing of the backfill.
Should the whitewash fail to remain on the surface until backfill
is placed, the Contractor shall apply additional whitewash as
ordered by the Project Manager.
q. Care and Repair of Concrete
The Contractor shall protect all concrete against injury or damage from
excessive heat, lack of moisture, overstress, or any other causes until final
acceptance by the Owner. Particular care shall be taken to prevent the drying
of concrete and to avoid roughening or otherwise damaging the surface. Any
concrete found to be damaged or which may have been originally defective,
or which becomes defective at any time prior to the final acceptance of the
complete work, or which departs from the established line or grade, or which
for any other reason does not conform with the specifications, shall be
satisfactorily repaired or removed and replaced with acceptable concrete at
the Contractors expense.
r.

Finish of Concrete Surfaces


a. All finished or formed surfaces shall conform accurately with the shape,
alignment, grades and sections as indicated in the plans or as prescribed
by the Project Manager. Surfaces shall be free from fins, bulges, ridges,
offsets, honeycombing, or roughness of any kind, and shall present a
finished, smooth, continuous hard surface.
b. Except as otherwise provided herein, unformed top surfaces of concrete
shall be brought to uniform surfaces and worked with suitable tools to a
reasonably smooth woodfloat finish. Excessive floating of surfaces while
the concrete is plastic will not be permitted. All surfaces shall be placed
monolithically with the base slab. Dusting of dry cement and sand on the
concrete surface to absorb excess moisture will not be permitted.

s. Treatment of Surface Defects


a. As soon as forms are removed, all exposed surfaces shall be carefully
examined and any irregularities shall be immediately rubbed or ground in
a satisfactory manner in order to secure a smooth, uniform and
continuous surface. Plastering or coating of surfaces to be smoothed will
not be permitted. No repairs shall be made until after inspection by the
Project Manager, and then, only in strict accordance with his directions.
Concrete containing voids, holes, honeycombing, or similar depression
defects shall be completely removed and replaced; provided that where
required or approved by the Project Manager, defects shall be repaired
with gunite or with cement mortar placed by an approved compressed air
mortar gun. In no case will extensive patching of honeycombed concrete
be permitted. All repairs and replacements herein specified shall be
promptly executed by the Contractor at his own expense.
115
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

b. Defective surfaces to be repaired as specified in Subsection (a) herein


shall be cut back from true line a minimum depth of 13mm (1/2 in.) over
the entire area. Feathered edges shall be avoided. Where chipping or
cutting tools are not required in order to deepen the area properly, the
surface shall be prepared for bonding for the removal of all laitance or
soft materials, and not less than 0.79mm (1/32 in.) depth of the surface
film from all hard portions, by means of an efficient sandblast. After
cutting and sandblasting, the surface shall be wetted sufficiently in
advance of shooting with gunite or with cement mortar so that while the
repair material is being applied, the surfaces under repair will remain
moist, but not so wet as to overcome the suction upon which a good
bond depends. The material used for repair purposes shall consist of
mixture of one (1) bag of cement to 0.08 cu.m. (3 cu. ft.) of sand. For
exposed beams and columns, the cement shall contain such a proportion
of white portland cement as is required to make the color or the patch
match the color of the surrounding concrete.
c.

Holes left by the tie rod cones shall be reamed with suitable toothed
reamers so as to leave the surfaces of the holes clean and rough. These
holes then shall be repaired in an approved manner with dry packed
mortar. Holes left by form-typing devices having a rectangular cross
section and other imperfections having a depth greater than their least
surfaces dimension, shall not be reamed but shall be repaired in an
approved manner with dry packed mortar.

d. All repairs shall be built up and shaped in such manner that the
completed work will conform with the requirements of Section 4.19 using
approved methods which will not disturb the bond, cause sagging, or
horizontal fractures. Surfaces of said repairs shall receive the same kind
and amount of curing treatment as required for the concrete in the
repaired section.
e. Prior to filling any structure with water, any crack that may have
developed shall be veed as shown in the drawings, and filled with
sealant conforming to the requirement of Subsection 4.13.2.
t.

Ready-Mixed Concrete
a. At the Contractors option, ready-mixed concrete may be used in meeting
the requirements as to materials, batching, mixing, transporting and
placing as specified herein and in the requirements of the ASTM C-94
Standard Specification for Ready-Mixed Concrete, including the
supplementary requirements specified in Subsections (b) through (g)
herein.
b. Ready-mixed concrete shall be delivered to the site of the work, and
discharge shall be completed within one (1) hour after the addition of the
cement to the aggregates or before the drum has been revolved to 250
revolutions, whichever is first. In hot weather, or other conditions
contributing to quick stiffening of the concrete, or when the temperature
of the concrete is 29.44C (85F) or above, the time between the
introduction of the cement to the aggregates and discharge shall not
exceed forty-five (45) minutes.
c.

Truck mixers shall be equipped with electrically actuated counters by


which the number of revolutions of the drum or blades may be readily
verified. The counter shall be of resettable, recording type and shall be
116
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

mounted in the drivers cab. The counter shall be actuated at the time of
starting mixers at mixing speeds.
d. Each batch of concrete shall be mixed in a truck mixer for not less than
seventy (70) revolutions of the drum or blades at the rate of rotation
designated by the manufacturer of the equipment. Additional mixing, if
any, shall be at the speed designated by the manufacturer of the
equipment as agitating speed. All materials including mixing water shall
be in the mixer drum before actuating the revolution counter for
determining the number of revolutions of mixing.
e. Truck mixers and their operation must be such that the concrete
throughout the mixed batch as discharged is within acceptable limits of
uniformity with respect to consistency, mix and grading. If slump tests
taken at approximately and points of the load during discharge give
slumps differing by more than 25 mm (1 in.) when specified slump is 76
mm (3 in.) or less, or if they differ by more than 50 mm (2 in.) when the
specified slump is more than 76 mm (3 in.), the mixer shall not be used
on the work unless the causing condition is corrected and satisfactory
performance is verified by additional slump test. All mechanical details of
the mixer, such as water measuring and discharge apparatus, condition
of the blades, speed rotation, general mechanical condition of the unit,
and clearance of the drum, shall be checked before a further attempt to
use the unit will be permitted.
f.

Each batch of ready-mixed concrete delivered at the job site shall be


accompanied by a ticket furnished to the Project Manager showing
volume of concrete, the weight of cement in kilograms (pounds), and
total weight of all ingredients in kilograms (pounds). The ticket shall also
show the time of day at which the materials were batched.

g. The use of non-agitating equipment for transporting ready-mixed


concrete will not be permitted. Combination truck and trailer equipment
for transporting ready-mixed concrete will not be permitted. The quality
and quantity of materials used in ready-mixed concrete and in batched
aggregates shall be subject to continuous inspection at the batching
plant by the Project Manager.
u. Architectural Finish
All prominently exposed exterior, vertical, above ground concrete surfaces
shall be given an architectural finish as follows:
Immediately after the forms are stripped, the concrete surface shall be
inspected and all poor joints, void, rock pockets, or other defective areas
shall be repaired and all form tie fastener holes filled as required in Section
4.20. After the concrete has cured at least fourteen (14) days, wet the
surface and apply with a brush, a grout made by mixing one (1) part
portland cement and one (1) part of fine sand that will pass a no. 16 sieve
with sufficient water to give it the consistency of thick paint. The cement
used in said grout shall be one-half gray and one-half white Portland cement,
or as directed by the Project Manager. Calcium chloride in the amount of five
percent (5%) by volume of the cement shall be used in the brush coat. The
freshly applied grout shall be vigorously rubbed into the concrete surface
with wood float filling all small air holes. The surface shall then be kept moist
for an hour or more, depending on the weather, until the grout hardens
sufficiently so that it can be scraped from the surface with the edge of a steel
117
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

trowel without disturbing grout in the air holes. After all the surface grout
has been removed with a steel trowel, the surface shall be allowed to dry,
and when dry, shall be vigorously rubbed with a burlap to remove completely
all surface grout so that there is no visible paint-like film of grout on the
concrete. The entire cleaning operation for any area must be completed the
day it is started, and no grout shall be left on the surface overnight. Cleaning
operations for any given day shall be terminated at panel joints. It is
essential that the various operations be carefully timed to secure the desired
effect, which is a light-colored concrete surface of uniform color and texture
without any appearance of paint or grout film. In the event that improper
manipulation results in an inferior finish, the Contractor shall rub such inferior
areas with carborundum bricks as directed by the Project Manager. Before
beginning any of the final treatment on exposed surfaces, the Contractor
shall treat in a satisfactory manner an area of at least 18.60 sq.m. (200
sq.ft.) in some inconspicuous place selected by the Project Manager and shall
preserve said treated area undisturbed until the completion of the job. All
architecturally treated concrete surfaces shall conform to the approved
sample in texture, color, and quality. It shall be the Contractors responsibility
to maintain and protect the concrete finish.
8.4.8

Forms
The Contractor shall provide forms to confine and shape into the required lines.
Plastering, in general, shall not be allowed. Contractor shall assume full responsibility
for the adequate design of all forms. However, forms, which in the opinion of the
Project Manager are unsafe or inadequate in any respect, may at anytime be
condemned by the Project Manager; and the Contractor shall promptly remove the
condemned forms from the work and replace them at his own expense. A sufficient
number of forms of each kind shall be provided to permit the required rate of
progress to be maintained. Whenever, in the opinion of the Project Manager,
additional forms are necessary to maintain the progress schedule, such additional
forms shall be provided by the Contractor at his own expense. The design and
inspection of concrete forms, falsework, and shoring shall comply with applicable
safety regulations.
All removed forms and scaffoldings after completion of the project shall be retained
to the Owner and shall be stockpiled properly to protect them from vandals and the
weather, if necessary, before these can be hauled to the designated area.
a. Materials
Except as otherwise expressly approved by the Project Manager, all lumber
brought at the job site for use as forms, shoring, or bracing shall be new
materials. All forms shall be smooth surface forms and shall be of the
following materials:
Walls
Columns
All other work

- steel or plywood panels


- steel, plywood or surface lumber
- steel panels, plywood, or surface lumber

Plywood shall be manufactured especially for concrete formwork and shall be


oiled with an approved form oil and edge sealed.
Column forms shall be checked for plumbness before concrete is deposited.
Hand holes shall be provided in column forms at lowest point of pour lifts to
render this space accessible for cleaning.
118
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

All beams and slab centerlines shall be crowned at least 6.30mm (4 in.) in all
directions for every 4.57 meters (15 ft.) span. However, cambers from all
cantilevers shall be as indicated in the plans or obtained from the Project
Manager by the Contractor.
b. Tolerance Limits for Forms
Variation from plumb in lines and surfaces of columns and walls:
In 3.05 m (10 ft.)
6.10 m (20 ft.) max
12.20 m (40 ft.) or more

6.3 mm (1/4 in.)


9.5 mm (3/8 in.)
19.0 mm (3/4 in.)

c. Design and Installation of Forms


All forms shall be true in every respect to the required shape and size, shall
conform to the established alignment and grade, and shall be of sufficient
strength and rigidity to maintain their position and shape under the loads and
operations incident to placing and vibrating the concrete. Suitable and
effective means shall be provided on all forms for holding adjacent edges and
ends of panels and sections tightly together and in accurate alignment so as
to prevent the formation of ridges, fins, offsets, or similar surface defects in
the finished concrete. Plywood, 16 mm. (5/8 in.) and greater in thickness,
may be fastened directly to studding if the studs are close enough to prevent
visible deflection marks in concrete. The forms shall be tight so as to prevent
the loss of water, cement, and fines during placing and vibrating of the
concrete. Adequate clean-out holes shall be provided at the bottom of each
lift of forms. The size, number, and location of such clean-outs shall be
subject to the approval of the Project Manager.
Concrete construction joints will not be permitted at locations other than
those shown or specified, except, as may be approved by the Project
Manager. When a second lift is placed on hardened concrete, special
precaution shall be taken in the way of the number, location and tightening
of ties at the top of the old lift and bottom of the new to prevent any
unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts
shall be set in the forms where required.
d. Maintenance of Forms
Forms shall be maintained at all times in good condition, particularly as to
size, shape, strength, rigidity, tightness and smoothness of surface. Forms,
when in place, shall conform to the established alignment and grades. Before
concrete is placed, the forms shall be thoroughly cleaned. The forms
surfaces shall be treated with non-staining mineral or other lubricant
approved by the Project Manager. Any excess lubricant shall be satisfactorily
removed before placing the concrete. In addition, all forms shall be given a
preliminary oil treatment by the manufacturer or shall be oiled by the
Contractor at least two (2) weeks in advance of their use. Care shall be
exercised to keep oil off the surfaces of steel reinforcement and other metal
items to be embodied in the concrete.
Forms may be re-used if in good condition and if approved by the Project
Manager. Light sanding between uses will be required wherever necessary in
the opinion of the Project Manager to obtain uniform surface texture on all
exposed concrete surfaces. Exposed concrete surfaces are defined as
surfaces which are permanently exposed to view. In the case of forms for the
119
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

inside wall surfaces of hydraulic structures, unused tie rod holes shall be
covered with metal caps or shall be filled by other methods approved by the
Project Manager.
e. Form Ties
Form ties with integral water stops shall be provided with a cork or other
suitable means for forming conical hole to insure that the form tie may be
broken off back of the face of the concrete. The maximum diameter of
removal cones for rod ties, or of other removable form-tie fasteners having a
circular cross-section, shall not exceed 38 mm (1-1/2 in.) and all such
fasteners shall be such as to leave holes of regular shape for reaming. Holes
left by the removal of fasteners from the ends of snap-ties or form-ties shall
be reamed with suitable toothed reamers so as to leave the surfaces of the
holes clean and rough before being filled with mortar. Wire ties for holding
forms will not be permitted. No form-tying device or part thereof, other than
metal, shall be left embedded in the concrete, nor shall any tie be removed in
such manner as to leave a hole extending through the interior of the
concrete member. The use of snap-ties which cause spalling of the concrete
upon form stripping or tie removal will not be permitted. If steel panel forms
are used, rubber grommets shall be provided where the ties pass through the
forms in order to prevent loss of cement paste. Where metal rods extending
through the concrete are used to support or to strengthen forms, the rods
shall remain embedded and shall terminate not less than 25 mm. (1 in.) back
from the formed face(s) of the concrete. Form ties or metal rods left
embedded in concrete of water retaining tanks shall be equipped with
integral metal water stop of not less than 38 mm (1 1/2 in.) in diameter.
f.

Vertical Surfaces
All vertical surfaces of concrete members shall be formed, except where
placement of the concrete against the ground is called for in the drawing or
explicitly authorized by the Project Manager. Not less than 25mm (1 in.) of
concrete shall be added to the thickness of the concrete member as shown
where concrete is permitted to be placed against trimmed ground in lieu of
forms. Such permission will be granted only for members of comparatively
limited heights and where the character of the ground is such that it can be
trimmed to the required lines and will stand securely without caving or
sloughing until the concrete has been placed.

g. Removal of Forms
Directions of the Project Manager concerning the removal of forms shall be
strictly followed, and this work shall be done with care so as to avoid injury
to the concrete. No heavy loading on green concrete will be permitted. In the
case of roof slabs and above-ground floor slabs, forms shall remain in place
until test cylinders for the roof concrete attain a minimum compressive
strength of 158 kgf/cm2 (2,250 psi) provided that no forms shall be
disturbed or removed under an individual panel or unit before the concrete in
the adjacent panel or unit has attained a strength of 158 kgf/cm2 (2,250 psi)
and has been in place for a minimum of fourteen (14) days. The time
required to establish such strength will be determined by the Project
Manager who will make several test cylinders for this purpose from concrete
used in the first group of roof panels placed. If the time so determined is
more than the fourteen-day minimum, then it shall be used as the minimum
length of time.
120
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Forms for all vertical walls and columns shall remain in place at least fourteen
(14) days after the concrete has been placed. Forms for all parts of the work
not specifically mentioned herein shall remain in place for periods of time as
ordered by the Project Manager.
8.4.9

Construction Joints
Construction joints shall be provided where shown in the drawings. Special care shall
be used in preparing concrete surfaces at joints where bonding between two sections
of concrete is required. Unless otherwise indicated in the drawings, such bonding will
be required at all horizontal joints in walls. Surfaces shall be prepared as specified
elsewhere in these specifications. Except where otherwise shown or specified, at all
joints where waterstops are required, the joint face of the first pour shall be coated
with an approved bond breaker applied in accordance with the recommendations of
the manufacturer. It shall contain a coloring agent so that areas of application will be
readily distinguishable for a six-month period in sunlight. The surfaces of the groove
for the sealant shall not be coated. Concrete next to waterstops shall be placed as
specified under Tamping and Vibrating.
a. Construction Joint Sealant
Where shown, construction joints in floor slabs shall be provided with tapered
grooves that shall be filled with a construction joint sealant. The material
used for forming the tapered grooves shall be left in the grooves until just
before the grooves are cleaned and filled with joint sealant. After removing
the forms from the grooves, all laitance and fins shall be removed, and the
grooves shall be sandblasted. The grooves shall be allowed to become
thoroughly dry, after which they shall be blown out; immediately thereafter,
they shall be primed and filled with the construction joint sealant. The primer
used shall be supplied by the same manufacturer supplying the sealant. No
sealant will be permitted to be used without a primer. Care shall be used to
completely fill the sealant grooves. Areas designated to receive a sealant fillet
shall be thoroughly cleaned, as outlined for the tapered grooves, prior to
application of the sealant. The sealant shall be polyurethane polymer or
substitute designed for bonding to concrete which is continuously submerged
in water. No material will be accepted which has an unsatisfactory history as
to bond or durability when used in the joints of hydraulic structures. Prior to
ordering the sealant material, the Contractor shall submit to the Project
Manager for approval sufficient data to show general compliance with the
specification requirements. The material shall meet the following
requirements:
Work Life
Time to Reach 20 Shore A Hardness
(at 25 C, 200 gr. Quantity)
Ultimate Hardness
Tensile Strength
Ultimate Elongation
Tear Resistance (Die C ASTM D624)
Color

45 - 90 minutes
24 hours, max.
30 - 40 Shore "A"
17.58 kgf/cm2
(250 psi), min.
400 percent, min.
13.4 kg per cm
(75 lb per inch)
of thickness, min.
Light Gray

In addition, the material shall show no signs of adhesive or cohesive failure


when tested in accordance with the following procedure:
121
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1. Sealant specimen shall be prepared between two concrete blocks


25mm x 50mm x 76mm (1 in. x 2 in. x 3 in.) in size. Spacing
between the blocks shall be 13mm (1/2 in.). Coated spacers 50mm x
38mm x 13mm ( 2 in. x 1 1/2in. x 1/2 in.) shall be used to insure
sealant cross-sections of 13mm x 50mm (1/2 in. x 2 in.) with a width
of 13mm (1/2 in.).
2. Sealant shall be cast and cured according to manufacturer's
recommendations except that curing period shall not exceed twentyfour (24) hours.
3. Following the curing period, the gap between blocks shall be
widened to 31.70 mm (1-1/4 in.). Spacers shall be used to maintain
this gap for twenty-four (24) hours prior to inspection for failure.
Certified test reports from the sealant manufacturer on the actual
batch of material being supplied indicating compliance with the
above requirements shall be furnished to the Project Manager before
the sealant is used on the job. The primer and the sealant shall be
placed strictly in accordance with the recommendations of the
manufacturer, taking special care to properly mix the sealant prior to
application. Before any sealant is placed, the crew doing the work
shall be carefully instructed as to the proper method of application by
a representative of the sealant manufacturer. All sealant shall cure at
least seven (7) days before the structure is filled with water.
b. Expansion Joint Filler
Where Expansion Joint Filler is indicated in the drawings, the material shall
be of the pre-formed non-extruding type joint filler which may be constructed
of open cellular sponge rubber, or closed cellular sponge rubber of firm
texture. Bituminous fiber type will not be permitted. All non-extruding and
resilient-type preformed expansion joint fillers shall conform to the
requirements and tests set forth in Specifications for Preformed Sponge
Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural
Construction, Type I (ASTM Designated D1752), except as otherwise
provided herein.
8.4.10 Waterstop
Where PVC Waterstop is used, it shall be extruded from an elastometric polyvinyl
chloride compound containing the necessary plasticizers, resins, stabilizers and other
materials necessary to meet the requirements of these specifications. No reclaimed or
scrap material shall be used. The waterstop manufacturer shall furnish to the Project
Manager current test reports and a written certification that the material to be
shipped to the job site meets the following physical requirements:
Physical Property
Sheet Material
Tensile Strength
(minimum)
Ultimate Elongation
(minimum)
Low Temp. Brittleness
(maximum)

Value

ASTM Std.

123 kgf/cm2 (1750 psi)

D412, Die C

350%

D412, Die C

-37C (-35C)

D746

122
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Stiffness in Flexure
(minimum)
Accelerated Extraction
Tensile Strength
(minimum)
Ultimate Elongation
(minimum)
Effects of Alkalis
Change in weight (%)
Change in Durometer,
Shore A
Finished Waterstops
Tensile Strength
(minimum)
Ultimate Elongation
(minimum)

28 kgf/cm2 (400 psi)

D747

105 kgf/cm2 (1500 psi)

D412, Die C

300%

D412, Die C

+0.25/-0.10
+5

D2240

98 kgf/cm2

D412, Die C

280%

D412, Die C

Prior to production of the material required under this contract, qualification samples
shall be submitted. Such samples shall consist of extruded or molded sections of each
size or shape to be used, and shall be accomplished so that the material and
workmanship represents in all respects the material to be furnished under this
Contract. The balance of the material to be used under this Contract shall not be
produced until after the Project Manager has approved the qualification samples.
Prior to use of the waterstop material in the field, a sample of a fabricated cross
constructed of each size or shape of material to be used shall be submitted to the
Project Manager for approval. These samples shall be fabricated so that the material
and workmanship represent in all respects the fittings to be furnished under this
Contract. Field samples of fabricated fittings (crosses, tees, etc.) will be selected at
random by the Project Manager for testing by a laboratory at the Contractor's
expense. When tested, they shall have tensile strength across the joints equal to at
least 42.2 kgf/cm2 (600 psi). Field splices and joints shall be made in accordance
with the waterstop manufacturer's instruction using a thermostatically-controlled
heating iron.
Center Bulb Waterstops, where required, shall be as specified. At no place shall
the thickness be less than 4.76 mm (0.1875 in.). Adequate means shall be provided
for anchoring the waterstop in concrete. In placing 6 Center Bulb Waterstops in the
forms, means shall be provided to prevent them from being folded over by the
concrete as it is placed. Horizontal waterstops shall be held in place with continuous
supports to which the top edge of the waterstop shall be tacked. Vertical waterstops
shall be held in place with light wire ties on 450mm (18 in.) centers that shall be
passed through the edge of the waterstop and tied to the two curtains of reinforcing
steel. In placing concrete around waterstops, concrete shall be worked under the
waterstops by hand so as to avoid the formation of air and rock pockets.
Where Bentonite/Butyl Rubber Based Waterstop is used, it shall have the
following properties:
Property

Value

Test Method

Specific Gravity @ 25 C

1.57 g/m

ASTM D71

Penetration

ASTM D217
123
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

58

150 GTL

85

300 GTL

185 C

ASTM D93-97

70 m (7 bar)

Hydrostatic Pressure Test

Flash Point
Max. Head Pressure
Accelerated Aging

Maintained 99% Solid

Flow Resistance

No Flow

Storage Life
Adhesion to Concrete
Application Temperature
Change
Service Temperature
Range

(Mechanical Oven for 4


hours at 100 C)
(200mm Overhead Joint
Exposed to 57 C for 7
days)

Indefinite
Mechanical Fastening
or Adhesive
(-15 C 52 C)
(-40 C 100 C)

When using Bentonite/Butyl Rubber Based Waterstop, an adhesive is required to


secure it to the concrete. This material should only be used in applications where the
material is encapsulated within the concrete. Split forming and seam welding will not
be permitted. Installation of Bentonite/Butyl Rubber Based Waterstop shall be as
shown in the drawings.
The material shall be applied to both vertical and horizontal non-moving concrete
construction, irregular surfaces, new to existing concrete construction and around
through-wall penetrations.
Prior to its use, surfaces shall be clean and dry. All dirt, rocks, rust, or other
construction debris shall be removed. Installation of waterstop in standing water will
not be permitted. Primer or adhesive shall be applied in accordance with AWWA C550
and C116, along the entire surface length to receive the waterstop. Adhesive shall be
allowed to dry for 5-10 minutes or until black, except during damp conditions where
a longer period is required until satisfactory result is attained.
After allowing the adhesive to dry black, firmly press the entire length of the
waterstop onto the adhesive within two (2) hours of adhesive turning black to obtain
best results. Areas not receiving waterstop within six (6) hours should be recoated
with adhesive.
Tightly butt coil ends together to form a continuous waterstop; do not overlap coil
ends. It shall be placed in maximum practicable lengths to minimize coil end joints.
Where required, cut coils with a sharp knife or utility blade to fit coil ends together.
Make horizontal to vertical transitions by abutting coil sections together, no special
accessory pieces are required. Mechanical fasteners should not be used to secure
waterstop alone, conjunctive use with adhesive is required.
Waterstop should not be prehydrated by being subjected to submersion or remain in
contact with water prior to concrete pour. If the material exhibits considerable swell
prior to confinement in the joint, it must be replaced with new material.
8.4.11 Placing Reinforcement
124
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

a. General
All reinforcement shall be placed in accordance with the plans furnished by
the Contractor, in case of any doubt or ambiguity in placing of steel, the
Contractor shall consult the Project Manager whose decision shall be final in
such cases.
All loose rust or scale, all adhering materials, and all oil or other materials
which tend to destroy bond between the concrete and the reinforcement
shall be removed before placing the steel and before concreting begins.
Metal reinforcement shall be accurately placed and adequately secured by
using annealed iron wire ties or suitable clips at intersections and shall be
supported by concrete or metal support, spacers, or metal hangers. The
minimum clear distance between parallel bars shall be 1-1/2 times the
diameter for round bars and twice the side dimension for square bars. In no
case shall the clear distance be less than 25 mm (1 in.) nor less than 1-1/3
times the maximum size of the coarse aggregates. Where bars are used in 2
or more layers, the bars in the upper layers shall be placed directly above
those in the lower layers at a clear distance of not less than 25 mm (1 in.).
Bends for stirrups and ties shall be made around a pin having a diameter not
less than six (6) times the minimum thickness of the bar, except that for bars
larger than 25 mm (1 in.), the pin shall not be less than eight (8) times the
minimum thickness of the bar. All bars shall be bent cold.
Reinforcement steel shall not be straightened or re-bent in a manner that will
injure the material. Bars with kinks or bends not shown in the drawings shall
not be used. Heating of the reinforcement will be permitted only when
approved by the Project Manager.
b. Offsets and Splices in Reinforcement
In slabs and splices of reinforcement at points of maximum stress shall be
generally avoided, and may be allowed only upon written approval of splice
details by the Project Manager. Splices shall provide sufficient lap to transfer
stress between bars by bonding shear or by butt welding to develop in
tension at least one hundred twenty-five percent (125%) of the specified
yield strength of the reinforcing bar. Splices in adjacent bars shall be
generally staggered.
Where changes in the cross-section of a column occur, the longitudinal bars
shall be offset in a region where lateral support is afforded. Where offset, the
slope of the inclined portion of the bar with the axis of the column shall not
be more than one in six and in the case of tied columns, the ties shall be
spaced not over 75 mm (3 in.) on center for a distance of 300 mm (12 in.)
below the actual point of offset unless otherwise shown in plans.
8.4.12 Miscellaneous Metalworks
a. General
The Contractor shall furnish, fabricate, and install all the miscellaneous
metalwork as specified herein and shown in the drawings. Miscellaneous
metalwork is defined as all items required to be fabricated from structural
steel shapes, plates, reinforcing bars, and their products. All structural steel
shapes, plates, bars and their products shall conform to ASTM A-36
125
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Specification for Carbon Structural Steel. Unless otherwise shown,


all miscellaneous metalwork of fabricated steel shall be galvanized after
fabrication in accordance with these specifications. Unless otherwise
indicated, stainless steel metalwork shall be Type 18-8 stainless steel. Items
fabricated on stainless steel shall not be galvanized. Shop drawings of all
miscellaneous metalwork shall be submitted to the Project Manager for
review.
The equipment supplied by the Contractor shall conform to the US standards
as mentioned in the following articles or to any other International Standard
of equal value.
b. Galvanizing
All structural steel plates, shapes, bars, and fabricated assemblies required to
be galvanized shall, after steel has been thoroughly cleaned of rust and
scale, be galvanized in accordance with ASTM A-123 Standard Specification
for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. Any
galvanized part that becomes warped during the galvanizing operation shall
be straightened. Bolts, anchor bolts, nuts and similar threaded fasteners,
after being properly cleaned, shall be galvanized in accordance with ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel
Hardware. Field repairs to galvanizing shall be of zinc alloy bar made for
repairing galvanized structure.
c. Welding
All welding shall be by the shielded arc method and shall conform to the
"AWS Code for Arc and Gas Welding in Building Construction". Qualification
of welders shall be in accordance with the "Specifications for Standard
Qualification Procedure" of the AWS.
d. Bolts
The Contractor shall furnish and set all bolts and anchor bolts. Except where
otherwise shown or specified, all bolts, anchor bolts, washers, and nuts shall
be steel, galvanized after fabrication in accordance with these specifications.
Except as otherwise provided herein, steel for bolts, anchor bolts, and cap
screws shall be in accordance with ASTM A-307 Standard Specification for
Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength, Grade B, or
ASTM A-663 Standard Specification for Steel Bars, Carbon, Merchant
Quality, Mechanical Property or threaded parts of ASTM A-36 Standard
Specification for Carbon Structural Steel and shall meet the following
additional requirements: (1) the nut material shall be free-cutting steel, and
(2) the nuts shall be capable of developing the full strength of the bolts.
Thread shall be Coarse Thread Series conforming to the requirements of the
American Standard for Screw Threads. All bolts and cap screws shall have
hexagon heads, and nuts shall be Heavy Hexagon Series.
Threads on galvanized bolt and nut shall be formed with suitable taps and
dies such that they retain the normal clearance after hot dip galvanizing.
Unless otherwise shown, all bolts, anchor bolts, and nuts which are buried,
submerged, or inside a covered hydraulic structure shall be Hot-Dip
Galvanized as specified herein and then coated with two coats of coal tar
epoxy after installation.
126
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

e. Ladders and Hand Rails


All ladders shall be fabricated of carbon steel and galvanized after fabrication
in accordance with sub-clause (b) herein.
Inside pipe hand rails shall be fabricated stainless steel, schedule 40, made
up by welding. Railing shall be shop-fabricated into easily handled units. Field
welding of pipe handrail joints will be permitted only if approved by the
Project Manager, and then only in accordance with his instructions.
Submerged steel pipe shall be coated with red lead before installation and
two coats of coal-tar epoxy after installation.
f.

Iron casting
Iron casting shall conform to the Specifications for Gray iron Castings,
(ASTM A48) unless otherwise shown.

8.4.13 Concrete Joint Sealing and Waterproofing


a. General
The work shall include the furnishing of all materials, equipment, tools, labor
and any other means necessary to complete all works required in the
furnishing and application of sealant and waterproofing on cistern slabs and
walls as an extra protection against water leaks.
Sealant and waterproofing materials shall be delivered to the site in its
original sealed container or package bearing the manufacturers name and
brand designation.
Materials stored at the job site shall be secured and protected from weather
moisture and extreme temperature. All materials used for the application
shall be food grade base materials.
Surfaces to which materials are to be applied shall be free from foreign
matter, clean and smooth, dry and free from protrusions.
No material will be accepted which has an unsatisfactory history as to bond
or durability when used for hydraulic structures. Prior to ordering the
material, the Contractor shall submit to the Owner/Project Manager for
approval sufficient data to show general compliance with the specification
requirements.
b. Application
Thoroughly clean and hose down concrete surfaces. Surfaces must be free
from all laitance, oils, grease, loose dust and mud.
Ensure that no honeycombs and cracks on concrete surfaces; make
necessary repairs if needed. Defective surfaces to be repaired shall be cut
back from true line a minimum depth of 13mm (1/2) over the entire are of
interior and exterior surface of wall and bottom slab surface then seal with
high performance elastomeric sealant.

127
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Route out all cracks 1/16th of an inch or larger over the entire area of
interior and exterior surface of wall and bottom slab surface then seal with
high performance elastomeric sealant.
Tapered groove shall be installed on all construction joints. The material used
for forming the tapered grooves shall be left in the grooves until just before
the grooves are cleaned and filled with construction joint sealant. After
removing the forms from the grooves, all laitance and fins shall be removed
and the grooves shall be sandblasted. The grooves shall be allowed to
become thoroughly dry, after which they shall be blown-out; immediately
thereafter, they shall be primed and filled with the construction joint sealant.
The primer used shall be supplied by the same manufacturer supplying the
sealant. No sealant will be permitted to be used without a primer.
Detail coat on all joints, cracks and corners with two (2) coats of
waterproofing. Apply waterproofing in two (2) full coats over the entire area
of interior surface of wall and bottom slab surface.
Let the final coat cure for twenty-four (24) hours then filled continuously for
a period of thirty (30) days. If leakage is such that the water surface drops
more than 5.10cm (2 in) in a 30-day period, the Contractor shall empty the
cistern to permit close examination for evidence of any crack or other
conditions that might be responsible for the leakage. Any cracks be veed
and sealed with sealant. However, any evidence of leakage shall be repaired
to the satisfaction of the Owner/Project Manager.
8.4.14 Piping Works
a. General
The Contractor shall furnish and install all pipes, fittings, closure pieces,
supports, bolts, nuts, gaskets, joining materials, and appurtenances as
shown and specified, and as required for a complete and workable piping
system. Shop drawings of all piping shall be furnished by the Contractor to
the Project Manager.
All bolts, nuts, and studs in the assembly of piping shall conform to the
requirements of the Miscellaneous Metalwork.
All exposed piping shall be adequately supported with devices of appropriate
design. Where details are shown, the supports shall conform thereto and
shall be placed as indicated; provided that support for all piping shall be
complete and adequate regardless of whether or not supporting devices are
specifically shown.
All inlet, outlet, drain and overflow pipes should be painted. All pipes shall be
laid in a uniform profile as shown in the drawings.
b. Materials
Where Cement Mortar-Lined & Mortar Coated / Red Lead Primed & Mortarlined Steel Pipe is used, specifications shall conform to AWWA C602,
Standard for Cement-Mortar Lining of Water Pipelines 4 in. (100mm) and
Larger In place. The pipe, of the diameter and class shown, shall be
furnished complete with rubber gaskets if required and all specials and bends
128
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

shall be provided as shown. Shop drawings of all pipes and specials shall be
furnished by the Contractor to the Project Manager.
Pipe coating reinforcement shall conform to ASTM A-82 Standard
Specification for Steel Wire, Plain, for Concrete and wire-fabric conforming
to ASTM A-185 Standard Specification for Steel Welded Wire Reinforcement,
Plain, for Concrete or ASTM A-497 Standard Specification for Steel Welded
Wire Reinforcement, Deformed, for Concrete, unless otherwise specified by
the Project Manager.
Cement shall conform to ASTM C-150 Standard Specification for Portland
Cement and shall be Type 1 for pipe linings and coatings, or as otherwise
specified by the Project Manager.
Sand shall consist of inert materials having hard, strong, durable, uncoated
grains conforming to ASTM C-33 Standard Specification for Concrete
Aggregates.
Water shall be clean, colorless, and free from injurious quantities of organic
matter, alkali, salt or other impurities that might reduce the strength,
durability, or other desirable qualities of the mortar. Curing compound for
curing cement-linings and coatings shall comply with ASTM C-309 Standard
Specification for Liquid Membrane-Forming Compounds for Curing Concrete.
Paints or other materials used to prevent rusting of steel surfaces at
holdbacks of mortar lining or coating before pipe installation shall be a quickdry, corrosion-resistant material with good bonding properties to steel. It
shall be applied without sags or runs, to a thickness that will not impair the
clearances required for proper installation of the joint. The paint material
applied to the interior of the pipe or fittings shall be free from contaminants
that may be harmful to the consuming public.
c. Cleanliness of Pipe
The interior of each pipe section shall be free of foreign materials when they
are delivered to the site of the work.
d. Transport and Handling
Care shall be exercised during loading, hauling, and unloading to prevent
damage to any of the components of the pipe. Pipe and specials shall be
suitably braced, supported to provide sufficient bearing area to prevent
damage to the coating, and tied to prevent shifting or distortion of the pipe
during transportation. Plastic end caps shall be securely fastened to pipe
ends for protection of the cement-mortar lining. End caps shall be maintained
in place until time of installation.
Steel pipe shall be transported and handled as specified herein. Any pipe
section that becomes damaged as a result of improper transporting, handling
or stockpiling shall be repaired to the satisfaction of the Project Manager.
Where damaged areas are extensive or where, in the Project Managers
opinion, field repairs are not practicable, the Project Manager may order the
Contractor to remove the damaged pipe section from the site of the work
and replace it with a new section, at no cost to the Owner.
Pipe shall be lifted by means of a padded forklift or by belt slings in such
manner as to minimize bending of the pipe section and prevent damage to
129
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

the coating. When being transported, pipe shall be supported in a manner


that will prevent distortion or damage to the lining or coating. When not
being handled, pipe shall be stockpiled on timber cradles or properly
prepared on ground with all rocks eliminated. Damaged pipe shall be
repaired or replaced as specified.
e. Installation
Unless otherwise provided, the Contractor shall furnish and install all pipes,
specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets,
jointing materials, and all other appurtenances as shown and as required to
provide a complete and workable installation.
Where pipe support details are shown, the supports shall conform thereto
and shall be placed as indicated; provided, that the support for all exposed
piping shall be complete and adequate regardless of whether or not
supporting devices are specifically shown. Concrete thrust blocks, anchor
blocks, or welded joints shall be provided at all junctions, changes in
direction exceeding 11-1/2 degrees or whether otherwise shown.
At all times when the work of installing pipe is not in progress, all openings
into the pipe and the ends of the pipe in trenches or structures shall be kept
tightly closed to prevent entrance of animals and foreign materials. The
Contractor shall take all necessary precautions to prevent the pipe from
floating due to water entering the trench from any source, shall assume full
responsibility for any damage due to this cause, and shall at its own expense
restore and replace the pipe to its specified condition and grade if it is
displaced due to floating. The Contractor shall maintain the inside of the pipe
free from foreign materials and in a clean and sanitary condition until its
acceptance by the Owner.
Trenches shall be reasonably in dry condition when the pipe is laid.
Necessary facilities including slings shall be provided for lowering and
properly placing the pipe section in the trench without damaged. The pipe
sections shall be laid to the line and grade when shown and they shall be
closely jointed to form a smooth flow line. Immediately before placing each
section of pipe in final position for jointing, the bedding for the pipe shall be
checked for firmness and uniformity of surface.
f.

Rubber Gaskets Joints


The rubber gaskets joints shall be made by properly lubricating the rubber
gaskets with a suitable vegetable compound soap before it is placed in the
groove at the spigot end. The gasket shall be stretched over the spigot of the
pipe and carefully seated in the groove, with care taken to equalize the stress
in the gasket around the circumference of the joint. The gasket shall not be
twisted, rolled, cut, crimped, or otherwise, injured or forced out of position
during the closure of the joint. A feeler gage shall be used to check the
position of the rubber gasket after the joint has been telescoped.
Gasket for flanged joints shall be 1.5 mm (1/6 in.) thick laminated asbestos
fiber, except as otherwise provided.
Wherever blind flanges are shown, the gaskets shall consist of 3 mm (1/8 in.)
thick cloth-inserted rubber sheet that shall be cemented to the surface of the
blind flange.
130
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

g. Protective Coatings
With pipe 450 mm (18 in.) in diameter and larger, joint shall be pointed to
the inside with mortar as specified for field joints in AWWA Standard C205
after the backfill has been placed.
After coated pipe sections have been joined, the coating shall be made
continuous across the joints forming a coating equivalent to the factoryapplied coating of adjacent pipe sections. Coating and spark testing of coal
tar enamel field joints shall be as specified in AWWA Standard C203 and shall
be performed at the expense of the Contractor. The use of coal tar tape to
provide the required protection will not be permitted.
After the pipe sections on cement mortar coated pipe have been joined, but
before backfilling has been completed, the outside annular space between
pipe sections shall be completely filled with grout. The grout shall be poured
in such manner that all exposed portions of metal joints shall be completely
protected with cement mortar. Grout shall consist of one (1) part cement to
three (3) parts sand, by weight, and shall be sufficiently fluid to permit it to
be poured into the joint space. Exterior field joints shall be coated with
cement mortar, retained by suitable forms, so as to bridge the joints.
The mortar shall be compacted within the form to produce dense coating
without voids. The joint coating shall be kept moist until the backfill is placed.
h. Butt-straps
Where butt-strap is used, both the interior and exterior surfaces of the buttstrap shall be given a coating equivalent to the factory applied coating of the
adjoining pipe sections. Mortar coating shall be reinforced with wire mesh.
The mortar lining shall be reinforced with wire mesh where the exposed
length of the butt-strap as measured between the ends of the connected
pipe sections, exceeds 100 mm (4 in.). Butt-strap used as closure pieces shall
be provided with hand holes for repair of the lining.
i.

Mechanical Type Coupling


Whenever applicable, mechanical-type coupling shall be designed for a water
working pressure not less than the design pressure of the pipe on which they
are to be installed, and shall be equipped with Grade H rubber gaskets.
Couplings shall conform to the requirements of ASTM/AWWA Standards.
Buried or submerged couplings shall be coated in accordance with Painting
and Coating Section.

j.

Sleeve-Type Coupling
Sleeve-type couplings shall be provided where shown and shall conform to
the requirements of AWWA C-219. Couplings shall be of steel with steel bolts,
without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The
middle ring shall be not less than 6 mm (1/4 in.) in thickness and shall be
125 to 175 mm (5 to 7 in.) long for standard steel couplings, and 400 mm
(16 in.) long for long-sleeved couplings. Bolts for exposed coupling shall be
hot-dip galvanized. Buried bolts and sleeve-type couplings shall be coated in
accordance with the specifications under Painting and Coating Section herein.

k. Welded Joints
131
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Where welded joints are provided, weld bell type joints may be used, or the
bell may be cut back, or a filler rod added so as to permit a field weld
between the bell and spigot joints rings.
l.

Field-Welded Joints
Field welding of pipe joints shall conform to the requirements of AWWA
Standards for Field Welding of Steel Water Pipe Joints (AWWA C-206). Prior
to welding, the joint shall be made up in accordance with Subsection (d)
herein. Such joints shall be inspected and approved by the Project Manager
before any protective coating is placed around the outside of the joint.

m. Gasket and Bolts


i.

Except as otherwise provided, gasket for flanged joints shall be 1.6 mm


(1/16 in.) thick laminated asbestos fiber.

ii.

Wherever blind flanges are shown, the gaskets shall consist of 3 mm (1/8
in.) thick cloth-inserted rubber sheet which shall be cemented to the
surface of the blind flange.

iii. Except as otherwise provided, bolts shall conform to the requirements of


Miscellaneous Metalwork.
8.4.15 Specials
a. Definition
Specials are defined as bends, reducers, wyes, tees, crosses, outlets, and
manifolds, wherever located, and all piping above ground or in structures. Except
as otherwise provided herein; the materials, fabrication, and shop testing of
straight pipe shall conform to AWWA Standard for Steel Water Pipe 6 Inches and
Larger (AWWA C-200).
b. Outlets, Wyes, Tees and Crosses
Outlet shall be welded to the steel cylinder of the pipe following application of
mortar coating to the cylinder. Following this, all outlets larger than 50 mm (2
in.) in diameter shall be provided with steel reinforcing saddles, wrapper plates,
or crotch plates, or they shall be fabricated in their entirety of steel plates having
a thickness equal to the sum of the required thickness of the saddle or wrapper
plate, plus the cylinder to which they are attached.
Such saddles or wrapper plates shall be of steel plate at least 1.25 times the
thickness of the pipe cylinder to which the outlet is attached. The total crosssectional area of the saddle or wrapper plate shall be at least 1.25 times the
product of the cutout length and the plate thickness of the pipe. The overall
width of the saddle or wrapper plate shall not be more than 2 times, and not less
than 1.67 times, the maximum dimension of the cutout. Outlets 300 mm (12)
and smaller may be fabricated from Schedule 30 or heavier steel pipe in the
standard outside diameters, i.e., 324 mm (12-3/4 in.), 273 mm (10-3/4 in.), 219
mm (8-5/8 in.), 169 mm (6-5/8 in.), and 114 mm (4-1/2 in.).
Where required, crotch plates shall be provided, designed according to the
nomograph method described in AWWA Manual M-11, Section 19.5, or AWWA
Journal, Vol. 47, No. 6, June 1955, pp.617 to 623.
132
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Tees, wyes, and crosses shall either be fabricated of steel plate or provided with
wrapper plates or with crotch plates. The thickness of the plate or plates,
exclusive of crotch plates, being such that when multiplied by the diameter of the
opening, will not be less than 1.25 times the cross-sectional area of the cutout.
Where tees, wyes, or crosses are fabricated from steel plate without wrapper
plates, the thickness of the plate shall not be less than 2.5 times the required
plate thickness shown in the preceding table for such fittings.
c.

Dimensions
Unless otherwise shown, dimensions of specials shall conform to AWWA C-208
AWWA Standard for Dimensions for Steel Water Pipe Fittings for Service in
Transmission and Distribution System.

d. Steel Welding Fittings


Steel welding fittings shall conform to ASTM A-234 Standard Specification for
Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High
Temperature Service.
e. Ends for Mechanical-Type Couplings
Except as otherwise provided herein, where mechanical-type couplings are
indicated, the ends of the pipe shall be banded with Type C collared ends using
double fillet welds. Where pipe 300 mm (12 in.) and smaller is furnished in
standard schedule thickness, and where the wall thickness equals or exceeds the
coupling manufacturers minimum wall thickness, the pipe ends may be grooved.
f.

Flanges
Where the design pressure is 1.2 MPa (175 psi) or less, flanges shall conform to
either AWWA C-207 Class D or E, or ANSI B16.5 1.0 MPa (150 psi) Class. Where
the design pressure is greater than 1.2 MPa (175 psi), flanges shall conform to
ANSI B16.5, 2.0 MPa (300 psi) Class. Flanges shall have flat or raised faces.
Flanges shall be attached with bolt holes straddling the vertical axis of the pipe.

g. Shop Testing
Upon completion of welding, but before lining and coating, each special shall be
bulkheaded and tested under a hydrostatic pressure of not less than one and
one-half (1-1/2) times the pressure for which the pipe has been designed;
provided however, that if straight pipe used in fabricating the special has been
previously tested in accordance with the design herein, the circumferential welds
may be tested by a dye penetrant process until satisfactory result is obtained,
with no further hydrostatic test. Any pinholes or porous welds, which may be
revealed by the test, shall be chipped out and rewelded and the special retested.
h. Lining
All requirement pertaining to thickness, application, and curing of lining specified
for straight pipe shall apply to specials with the following provision: if the special
cannot be lined centrifugally, it shall be lined by hand. In such case, the lining
shall be reinforced with 50 mm x 100 mm (2 in. x 4 in.) No. 12 welded wire fabric
positioned approximately in the center of the lining. The wire spaced 50 mm (2
in.) on centers shall extend circumferentially around the pipe with fabric securely
133
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

fastened to the pipe. Splices shall be lapped 100 mm (4 in.) and the free ends
tied or looped to assure continuity.
i.

Coating
All requirements pertaining to thickness, application, and curing of coating
specified for straight pipe shall apply to specials. Unless otherwise shown, the
coating on the buried portion of a pipe section passing through a structure wall
shall extend to 50 mm (2 in.) inside the outer surface of the wall, or to the wall
flange, if one is indicated. Pipe above ground or in structure shall be field-painted
as specified in Section 8.4.19 (Painting and Coating).

j.

Marking
A mark indicating the true vertical axis of the special shall be placed on the top
and bottom of the special.

8.4.16 Drainage Pipe


The Contractor shall furnish and install drain pipes where shown in the drawings.
Concrete drain pipes shall conform to the Standard Specifications for Concrete Drain
Pipes of the Department of Public Works and Highways.
8.4.17 Valves
a. General
The Contractor shall furnish and install all valves as specified herein and as
shown in the drawings. All valves shall be new and of current manufacture.
Flanged valves may be plain-faced with serrated gasket surface or raised.
Flanges of valves for a working pressure of 1.2 MPa (175 psi) or less shall be
faced and drilled to 125-lb American Standard dimensions; flanges of valves of a
working pressure greater than 1.2 MPa (175 psi) shall be faced and drilled to
250-lb American Standard dimensions.
Each valve body shall be tested under a test pressure equal to twice its design
water working pressure.
All valves shall be provided with an exterior protective coating in accordance with
the provisions under Painting and Coating Section.
When the operating nut of a buried valve is located more than 1.5 meters (5 ft.)
below the ground surface, the Contractor shall provide and install in the valve
box a stem extension. The bottom of the extension shall be securely fastened to
the operating nut of the valve, and the top of the extension shall be centered in
the valve box.
The Contractor shall furnish a minimum of six (6) tee-handle valve keys of
variable lengths sufficient to permit operation of all buried valves regardless of
depth, by operators of average height working in normal position.
Operating nut shall turn counter-clockwise to open. All interior parts of valves
manufactured of bronze or brass except valve stems shall conform to the
requirements of ASTM B-62 Standard Specification for Composition Bronze or
134
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Ounce Metal Castings. Valve stems shall be of bronze, containing not more than
5% of zinc, nor more than 2% aluminum and having a minimum tensile strength
of 2,812 kgf/cm (40,000 psi) and an elongation of at least 10% in 5.0 cm (2 in.)
as determined from a test coupon poured from the same ladle from which the
valve stems to be furnished are poured.
b. Butterfly Valves
Butterfly valves shall conform to AWWA C-504 AWWA Standard for RubberSeated Butterfly Valves subject to the following requirements: Valves shall be of
Class 150B and, unless otherwise shown, may either be short-bodied or long
bodied. Shaft seals shall be designed for use with standard split V-type packing
or O ring seals. The valve ends shall be either flanged or of the water type
except where otherwise shown in the drawings.
Operators shall conform with the above-referenced AWWA Standard, subject to
the following requirements: Valves shall be equipped with 50 mm (2 in.) square
operating nuts or with hand wheels 600 mm (24 in.) maximum diameter as
shown, and shall be provided watertight gear housing. The valve manufacturer
shall furnish a written certification stating that the operator torque has been
computed and the operators have been sized to meet the full AWWA Standard as
specified herein.
All valves shall undergo the required Performance, Leakage and Hydrostatic
Testing.
Performance Testing Each valve that has the operator mounted directly on the
valve shall be shop-operated three times from the fully open position, and the
reverse, under a no-flow condition to demonstrate that the complete assembly is
workable.
Leakage Testing Each valve shall be shop-tested for leaks in the closed
position. The test shall be conducted with the body flanges in a horizontal plane.
With the disc in the closed position, air pressure shall be supplied to the lower
face of the disc for the full test duration as follows:
Class 25A and 25B: 25 psi
Class 75A and 75B: 75 psi
Class 150A and 150B: 150 psi
The upper surface of the valve disc shall be visible and shall be covered with a
pool of water at 0 psi pressure. The length of test shall be at least five (5)
minutes, and there shall be no indication of leakage past the valve disc (visible in
the form of bubbles in the water pool on top of the disc) during the test period.
As an alternative to this test procedure, Class 150A or 150B valves may be given
a 150 psi hydrostatic test. During the test, the valves shall be droptight.
Hydrostatic Testing All valve bodies shall be subjected to an internal hydrostatic
pressure equivalent to two times the specified shut-off pressure. During the
hydrostatic test, there shall be no leakage through the metal, the end joints or
the shaft seal, nor shall any part be permanently deformed. The time duration of
the hydrostatic test shall be sufficient to allow visual examination for leakage and
shall be at least one (1) minute for valve 8 inches and smaller, three (3) minutes
for valves 10 through 29 inches and ten (10) minutes for valves 24 inches and
larger.
c. Proof-of-Design Test
135
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Upon request, the manufacturer shall furnish certified copies of the reports
covering the test. One prototype valve of each size and class of a manufacturers
design shall be hydrostatically tested with twice the specified shut-off pressure
applied to one side of the disc and zero pressure on the other side. The test is to
be made in each direction across the disc and in the case of flanged valves, the
valve body shall be bolted to a flange test head. Under the hydrostatic test, the
manufacturer may make special provisions to prevent leakage past the seats. No
part of the valve or disc shall be permanently deformed by the test. It is the
purpose of this section to provide evidence on the adequacy of each basic type
offered by a manufacturer to perform under design pressures within the
applicable rating for a sufficient number of operations simulating a full service
life. The adequacy is to be proven by test made on valves selected to represent
each basic type of seat design of a size within each applicable group shown in
the table below and in a pressure class or classes equal to or greater than the
valves being purchased.
The required number of cycles appears in the hereunder Table:
Test Cycles Required
Size Group (mm)

No. of Cycles

75 500

10,000

700 1050

5,000

1200 1800

1,000

Every cycle shall consist of applying the differential pressure to the disc in the
closed position, then opening the valve (which will relieve the pressure) to the
wide-open position and then closing the disc. The valve shall be droptight under
rated pressure differential upon completion of the cycle test.
8.4.18 Hydrostatic Pressure and Leak Test and Disinfection
a. General
The Contractor shall furnish all equipment, labor and materials, including taps,
valves, and bulkheads as required; exclusive of water and water meter testing
and proper disinfection of the pipelines. The water and any water meter used for
testing shall be furnished by the Owner, but the Contractor shall provide the
facilities necessary to convey the water from the Owner-designated source to
points of use. Water consumed for the first filling of the cistern for leak test is
free of charge. Should leakage occur, succeeding filling operations for another
round of leak test shall be chargeable against the Contractor at fee agreed by the
Contractor and the Project Manager.
All testing and chlorinating operations shall be done in the presence of the
Project Manager.
b. Testing and Disinfection of Cistern and Appurtenant Piping

136
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The operation of testing and disinfecting of the cistern shall be combined. Any
leaks found after the cistern is filled shall be repaired and the disinfection
procedures repeated to the satisfaction of the Project Manager.
Prior to disinfecting, the cistern shall be thoroughly cleaned by hosing down with
a high pressure hose and nozzle of sufficient size to deliver a minimum flow of
3.15 L/s (50 gpm).
The strong chlorine solution (200 mg per liter) shall be sprayed on all interior
surface of the cistern. Following this, the cistern shall be partially filled with water
to a minimum depth of approximately 30 cm (1.0 ft). During the filling operation,
a chlorine water mixture shall be injected by means of solution-feed chlorinating
device. The dosage applied to the water shall be sufficient to give a chlorine
residual of at least 50 mg per liter of completion of the partial filling operation.
Precaution shall be taken to prevent the strong chlorine solution from flowing
back into the lines supplying the water.
After the partial filling has been completed, sufficient water shall be filled to the
appurtenant piping to insure filling the lines with the heavily chlorinated water.
Chlorinated water shall be retained in the cistern and in the appurtenant piping
long enough to destroy all non-spore-forming bacteria and, in any event, for at
least twenty-four (24) hours. After the chlorine-treated water has been retained
for the required time, the chlorine residual in the cistern and in the lines shall be
at least 25 mg per liter. All valves shall be operated while the lines are filled with
the heavily chlorinated water.
c. Final Filling of the Cistern
After satisfying the conditions of Subsection (b) herein for the chlorine
concentration, the water level in the cistern shall be raised uniformly to
approximately 30 cm (1 ft.) below the overflow level by the addition of potable
water. Before final filling is commenced, the quantity of heavily chlorinated water
remaining in the cistern after filling the piping shall be sufficient when the water
level is raised to its final elevation to produce a chlorine residual between 1 mg
per liter and 2 mg per liter. After the cistern has been filled, the strength of the
chlorinated water in the cistern shall be determined by the Project Manager. If
the chlorine residual is less than 1 mg per liter, an additional dosage shall be
applied to the water in the cistern. If the chlorine residual is greater than 2 mg
per liter in the cistern, the cistern shall be partially emptied and additional
potable water added.
In no case shall water be release through the drain lines prior to the expiration of
the required retention period.
d. Leakage Allowance of Concrete Cistern Tank
After the cistern has been filled continuously for a period of thirty (30) days, if
leakage is such that the water surface drops more than 5.1 cm (2 in.) in a 30-day
period, the Contractor shall empty the cistern to permit close examination for
evidence of any cracking or other conditions that might be responsible for the
leakage. Any cracks be veed and sealed with rubber sealant in accordance with
Construction Joint Sealant as specified elsewhere in these specifications.
However, any evidence of leakage shall be repaired to the satisfaction of the
Owner/Project Manager. Following these operations, the Contractor shall again
sterilize the reservoir in accordance with the herein specifications, exclusive of
the spraying operations.
137
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

8.4.19 Painting and Coating


a. General
The work included in this section consists of the furnishing of all labor, materials,
apparatus, scaffolding and all appurtenant work and the satisfactory performance
of all works necessary to complete all painting and coating works as shown in the
drawings and/or specified herein. All paints and coatings shall be applied by
painting workmen approved by the Project Manager.
The following surfaces are to be painted except where otherwise shown:
1. All exterior above ground or exposed steel pipes, specials and fabricated
assemblies.
2. All steel shapes, plates, bars and fabricated assemblies.
3. All exposed discharge pipeline valves and fittings.
In no case shall any concrete, wood, metal or any other surface requiring
protection be left unpainted even though not specifically defined herein.
b. Materials
Materials The Contractor may substitute other paint materials for those
specified under Painting System provided he first receives written approval from
the Project Manager stating that the said proposed substitute materials are equal
to that specified and are approved for use. The painting material shall be
delivered to the job in original containers properly labeled without evidence of
tampering, substitution of contents, or of deterioration. A complete list of
materials proposed for use shall be submitted for the Project Managers approval.
Colors and Samples All finish colors shall be as selected by the Owner. In
multi-coat work using color pigmented paints, each coat shall have sufficient
variation of color to easily distinguish it from preceding coat. Using specified or
approved materials, 3 sample panels of each finish, including all coats thereof
shall be prepared and submitted for the Owners approval. Completed work shall
match approved colors and samples.
c. Workmanship
The workmanship shall be of the very best. All materials shall be spread evenly
and smoothly flowed on, without runs and sags. Surfaces to be painted shall be
clean, free from dust and dirt before painting. Touch up knots, pitch streaks,
sappy spots, etc., with shellac where finish calls for interior paint or enamel.
Except as otherwise specified, all paints shall be applied in three coats (priming,
body and finish). Each coat shall be allowed to dry thoroughly before the
succeeding coat is applied. In general, or unless otherwise instructed by the
Project Manager, the time between the application of succeeding coats shall not
be less than 48 hours. Each coat shall be inspected and approved before the
succeeding coat is applied.
Do not paint exterior while surface is damp, or during rainy or damp weather. Do
necessary putty for nail holes, cracks, etc., after prime coat. Bring putty flush
138
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

with adjoining surface in a neat, workmanlike manner. Tint undercoats of paint or


enamel shall be the same or appropriate shade of the final coat.
d. Storage of Materials
The Contractor shall store all painting materials and equipment not in immediate
use in a room approved by the Project Manager for that purpose. The receiving
and opening of all paint materials and mixing shall be done in this room.
Necessary precautions shall be taken to prevent fire. Rags, waste, etc., soiled
with paint shall be removed from the premises at the end of each days work, or
stored in metal containers with metal covers.
e. Preparation of Paint
Paint containers shall be delivered to the job site in the manufacturers unopened
containers and shall be opened only when required for use. Paint shall be mixed
only in the designated room or space in the presence of the Owners
representative. Paint shall be thoroughly stirred or agitated to uniformly smooth
consistency suitable for proper application. Unless otherwise specified or
approved, no materials shall be reduced, changed, or used except in accordance
with manufacturers label or tag on container. In all cases, paint shall be
prepared and handled in a manner to prevent deterioration and inclusion of
foreign matter.
f.

Paint to be provided to the Owner


The Contractor shall leave on the job site a minimum of one gallon of each type
and color of finish paint used in the project. Each gallon shall be properly labeled
for identification.

g. Preparation of Surfaces
General Except as otherwise specified, surfaces to be painted shall be clean,
smooth and dry. The Contractor shall report to the Project Manager in writing
any surface, which cannot be properly prepared for painting. If work is
commenced before defects have been reported and corrected, any resulting
unsatisfactory finish shall be rectified at no cost to the Owner.
Concrete All concrete and masonry surfaces shall be cured thirty days prior to
painting. Dirt, dust, oil, grease, efflorescence and other deleterious matter shall
be removed and surface roughened when necessary to insure good paint
adhesion. The method of surface preparation shall be left to the discretion of the
Contractor, provided results obtained are satisfactory to the Project Manager.
Before application of resin emulsion paint, surfaces shall be prepared in
accordance with manufacturers directions. Before application of oil base or latex
paints, surfaces shall be tested for presence of alkali; if alkali is present,
neutralize as recommended by the manufacturer of the paint materials to be
applied.
Plaster Dirt, dust, loose plaster and other deleterious matter, which would
prevent good paint adhesion, shall be removed.
All holes, cracks and
depressions shall be neatly filled with patching plaster, mixed and applied to
match existing plaster. Plaster shall be sanded flush and smooth and properly
sealed before applying prime coat. After priming surfaces, suction spots shall be
touched up with additional prime coat material until surfaces evidence a uniform
139
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

coating. Enamel undercoats on smooth plaster shall be sandpapered by hand


(with No. 1000 Sandpaper) and dusted clean before applying succeeding coat.
Metal Dirt, scale and rust shall be removed by scraping, wire brushing and
sanding or sandblasting as required. Oil and grease shall be removed with
mineral spirits or appropriate solvent. Before painting, ferrous metal surfaces,
including galvanized ferrous metal surfaces shall be pretreated with approved
phosphoric acid etching cleaner in accordance with manufacturers directions to
produce a chemically clean surface. Unless already performed in accordance
with specifications of other sections, abrasions and bared spots in shop prime
coatings shall be touched up with metal primer matching shop coatings. Enamel
undercoats shall be sandpapered by hand (with No. 1000 sandpaper) and dusted
clean before applying succeeding coat.
h. Application of Paint
General All painting and finishing shall be performed by skilled craftsmen. Each
coat of paint shall be applied at proper consistency, evenly, and free of laps,
sags, and runs and cut sharply to required lines. Except as otherwise specified or
required, paint shall be applied only under dry and dust-free conditions that will
insure properly finished surfaces, free of defects and blemishes. Paint shall not
be applied when temperature is likely to be above 90F. Sufficient time shall be
allowed between coats to insure proper drying. All primer and intermediate coats
shall be unscarred and completely integral at time of application of each
succeeding coat. The Project Manager should be notified when each coat has
been applied and is ready for inspection; until coat is inspected and approved by
the Project Manager, no succeeding coats shall be applied. Whenever two coats
of a dark colored paint are specified, the first coat shall contain sufficient
powdered aluminum to act as an indicator for proper coverage when applying
second coat.
Methods of Application Except as otherwise specified or when in the opinion of
the Project Manager a particular method would produce unsatisfactory results,
paint may be applied by brush, spray, or other application method at the opinion
of the Contractor.
Priming Before installation, all surfaces of millwork which areas are to be
painted shall be primed, giving particular attention to sealing of cross-grained
surfaces. In all cases, all work shall be primed as soon as possible after delivery
to buildings, before or after installation, as required, or in case of prefabricated
items, at fabricators shop or mill before shipment, if practicable. Except as
otherwise specified, priming shall consist of first coat hereinafter specified under
Painting System.
Back Painting Woodwork, millwork, and casework to be installed against
concrete, masonry or plaster shall be back painted with one coat of exterior oil
paint.
i.

Painting System
Materials used for the work shall be as follows:
For above ground and exposed piping works and other steel
surfaces:
1st Coat
2nd and 3rd Coat

Epoxy Primer
Epoxy Enamel

140
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Deliver specified products in original containers, with seals unbroken


and labels intact.
j.

Right of Rejection
No painting shall be done under conditions which may jeopardize the appearance
or quality of the painting or finishing in any way. The Project Manager shall have
the right to reject all materials or works that are unsatisfactory, and require the
replacement of either or both at the expense of the Contractor.

k. Cleaning Up
Protect the work at all times and all adjacent work and materials by suitable
covering or other methods. Upon completion of the work, remove paint spots
from floors, glass and finish hardware.
Remove from premises rubbish, accumulated materials of whatever nature
caused by the work. Leave work in a clean, orderly, and acceptable condition.
8.4.20 Testing & Commissioning
This work includes testing and commissioning of all electro-mechanical systems that
have been installed to provide the Owner a high level of assurance that all equipment
and machineries are installed in a prescribed manner.
Upon completion of all the works, the WTP shall be tested and operated continuously
for a period of not less than 30 calendar days, preferably during worst condition
when the objectionable/non-conforming parameters are at higher level. Water
sampling shall be undertaken in a manner and frequency agreed by the Owner and
the Contractor.
Commissioning also includes construction observation, spot testing, verification and
functional performance testing and providing performance and operating information
to the Owner. Problems observed shall be addressed immediately by the Contractor.
The Contractor shall submit a schedule for the commissioning process which is
integrated in the construction schedule.
8.4.21 Other General Requirements
a. Contractors Temporary Facilities
The Contractor shall provide and maintain field offices including all the necessary
utilities such as electricity, water, drainage, security, safety requirements and
other temporary works necessary for the successful completion of the work. The
cost for all the utilities shall be borne by the contractor.
The Contractors temporary facilities shall have sufficient area that will
accommodate the offices (Contractor & Project Manager or Owners
representative) and storage area. Plans and details shall be approved by the
Project Manager prior to installation and/or construction.
The Contractors temporary facilities include a stockpile area for bulky
construction materials. The ground area shall be appropriately maintained,
141
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

improved and leveled to provide mobility and easy access for identification and
inspection of materials.
The facilities shall conform to the best standard for the required types and shall
include office equipment, apparatus, pieces of furniture and other tools necessary
for the prosecution of the work.
The Contractor shall provide all necessary safety tools, identifications, uniforms
and equipment for the workers and his staff in accordance with the Safety
Standard. The Contractor shall provide construction safety barricades along the
perimeter of and/or within the project site. The type and material of these
barricades shall be subject to the approval of the Project Manager.
All Contractors facilities and office furniture, equipment and tools shall be
reverted to the contractor after completion of the contract. The Contractors
temporary facilities shall be dismantled and removed from the site after
completion of the contract as indicated in the section Demobilization.
b. Project Implementation/Construction
The Contractor shall carry out and complete all items of work within the scope of
works in accordance with the approved plans and specification.
c. Engineering Support Services
The Contractor shall submit additional detailed plans and analysis as required,
which are necessary for the faithful completion of the works.
d. Progress Reports
The Contractor shall prepare daily activity reports, weekly and monthly
accomplishments reports supported with progress photographs and S-curves to
monitor actual progress status report and to be used as basis for progress billing.
8.4.22 Other Services
The Contractor shall provide the following services in addition to the basic service:

Repainting of the existing control house;


Installation of roof gutter and downspout of the existing control house;
Repainting of the DCWD Signage and Logo

8.4.23 Support Services and Warranty


The Contractor shall provide support services in the following manner:

provide the Owner the necessary On-the-Job Training during the sixty (60)
calendar days test run (continuous operation) to provide a technical knowhow in chemical dosing, nature of operation, maintenance and
troubleshooting of the treatment facilities;
provide troubleshooting support, either on-call or actual plant visit, for one
(1) year after issuance of certificate of completion at no cost to the Owner;
provide 1-year supply of all consumables necessary for the operation of the
WTP free of charge;
142
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The Contractor guarantees the minimum replaceable life of the filter membrane of
three (3) years from the date of issuance of certificate of completion. In cases the
filters life fall short of this period, the Contractor shall replace the filter at no cost to
the Owner.
9.

MINIMUM REQUIREMENTS
PROGRAM

FOR

CONSTRUCTION

SAFETY

AND

HEALTH

Every construction project shall have a suitable Construction Safety and Health Program,
which must be in accordance with these rules, and other orders and issuances issued by the
DOLE. The Construction Project Manager shall be responsible for compliance with this
Section.
a. Construction Safety and Health Committee
(a.1)

Composition:
(i)
(ii)
(iii)
(iv)
(v)
(vi)

(a.2)

Project Manger or his representative as chairperson ex-officio


General Construction Safety and Health Officer
Construction Safety and Health Officers
Safety Representative/Officer
Doctors, nurses and other health personnel pursuant to the
requirements stated in Rule 1042 of the Occupational Safety and
Health Services (OSHS)
Workers Representative

Duties and Responsibilities:


(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
(xi)

The Construction Project Manager or his representative shall act as


the Chairperson of the committee.
The committee shall conduct safety meetings at least once a month.
The persons constituting the Safety and Health Committee shall, as
far as practicable, be at the construction site whenever construction
work is being undertaken.
The committee shall continually plan and develop accident
prevention programs.
The committee shall review reports of inspection, accident
investigation and monitor implementation of the safety program.
The committee shall provide necessary assistance to government
authorities authorized to conduct inspection in the proper conduct of
their activities.
The committee shall initiate and supervise safety trainings for its
employees.
The committee shall conduct safety inspection at least once a month,
and shall conduct investigation of work accidents and shall submit a
regular report to DOLE.
The committee shall initiate and supervise the conduct of daily brief
safety meetings or toolbox meetings.
The committee shall prepare and submit to DOLE, reports on said
committee meetings.
The committee shall develop a disaster contingency plan and
organize such emergency service units as may be necessary to
handle disaster situations.

b. General Safety within Construction Premises


143
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(b.1)

The provision for personal protective equipments, danger signs, barricades,


and safety instructions for workers, employees, public, and visitors, such as,
housekeeping, walkway surfaces, means of access, i.e. stairs, ramps, floor
openings, elevated walkways, runways, platforms and light.

(b.2)

Personal Protective Equipments


(i)

(ii)

(iii)
(iv)
(b.3)

(b.4)

The employer shall provide adequate and approved type of protective


equipments (hard hats, safety glasses with side-shields, rubber boots).
Workers within the construction project site shall be required to wear
the necessary Personal Protective Equipment (PPE) at all times.
Construction workers who are working from unguarded surfaced six (6)
meters or more above grade, temporary or permanent floor platform,
scaffold or where they are exposed to the possibility of falls hazardous
to life or limb, must be provided with safety harnesses and life lines.
Specialty construction workers must be provided with special
equipment, such as specialized goggles or respirators for welders and
painters or paint applicators.
All other persons who are either authorized or allowed to be at the
construction site shall wear appropriate PPE.

Safety Personnel
(i)

The contractor shall provide for a full time officer, who shall be
assigned as the general construction safety and health officer to
oversee full time the overall management of the Construction Safety
and Health Program.

(ii)

The general construction safety and health officer shall frequently


monitor and inspect any health and safety aspect of the construction
work being undertaken. He shall also assist government inspectors in
the conduct of safety and health inspection at any time whenever work
is being performed or during the conduct of accident investigation.

Emergency Occupational Health Personnel and Facilities


(i)

The contractor shall provide competent emergency health officer within


the worksite duly complemented by adequate medical supplies,
equipment and facilities. The services of a full-time registered nurse
shall be required when the total number of workers exceeds 50 but not
more than 200.

(ii)

Where an employer provides only a treatment room, he shall provide


for his workers in case of emergency, access to the nearest medical
clinic or to a medical clinic located within 5 kilometer radius from the
workplace and can be reached in 25 minutes of travel. Such access
shall include the necessary transportation facilities. In such situation,
there shall be a written contract with the medical clinic to attend to
such workplace emergencies.

(iii)

The engagement of an Emergency Health Provider for the construction


project site shall be considered as having complied with the
requirement of accessibility to the nearest hospital facilities.

(iv)

The employer shall always have in the construction site the required
minimum inventory of medicines, supplies and equipment.
144
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(b.5)

Construction Safety Signages and Barricades


(i)

Construction Safety Signages shall be provided as a precaution and


advisory to workers and the general public of the hazards existing in
the worksite.

(ii)

Signage Procedure the signages shall be:


1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

(iii)

Posting of Signages shall include, but not limited to the following


places:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

(iv)

Posted in prominent positions and at strategic locations.


As far as practicable, be in the language understandable to most
of the workers employed in the site.
For non-raised floor areas, the attached yellow CAUTION sign
shall be used when using yellow CAUTION tape.
For non-raised floor areas, the attached red DANGER sign shall
be used when using the red DANGER tape.
Placed in designated areas at 1.2 meters from ground level, if
there is no other more practicable height for placement.
Regularly inspected and maintained in good condition to achieve
its purpose.
Signages that are damaged, illegible, those no longer apply as to
purpose, site or language, shall be removed or be replaced by
the safety officer when needed.
Removed after the hazard is completely eliminated. If upon work
completion the hazard is still present, the signage shall remain in
place.
Designed and constructed following the Overall Dimensions of
Safety Signs Formula as required by the Occupational Safety and
Health Services (OSHS).
Specific with the type of hazard and should indicate the name of
the contaminant/substance involved (for chemical hazards), and
the type of PPE or respiratory equipment to be worn.

Areas where there are risks of falling objects.


Areas where there are risks of falling, slipping, tripping among
workers and the public.
Prior to entry in project sites, locations and its perimeter.
Where there is mandatory requirement on the usage of PPEs.
Areas where explosives and flammable substances are used or
stored.
Approaches to working areas where danger from toxic or irritant
airborne contaminants/substances may exist.
All places where contact with or proximity to electrical
facility/equipment can cause danger.
All places where workers may come in contact with dangerous
parts of machinery or equipment.
Locations of fire alarms and fire-fighting equipment.
Locations for instructions on the proper usage of specific
construction equipment, tools.

Barricading Procedures the following shall apply:


1.

The contractor shall provide all necessary barricades, safety


tapes, safety cones or safety lines as required in isolating or
145
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

2.
3.
4.
5.
6.
7.
8.
9.
(v)

Installation of barricades shall include, but not limited to the following


worksites conditions:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

(b.6)

protecting an unsafe work area from other workers, pedestrians


or vehicular traffic.
Barricades shall completely enclose the hazardous area and
effectively limit unintentional or casual entry.
Barricades shall be three (3) feet vertical height from the ground,
when no other more practical height specification is available.
Barricades shall be maintained in good condition to achieve its
purpose.
Barricades that are damaged, faded or that no longer apply as to
purpose, site or meaning, shall be removed or shall be replaced
by the safety officer.
Barricade tape shall not be used on the floor as this presents a
slipping hazard of its own.
In addition to using the proper warning tape, the contractor shall
use the appropriate safety signage when barricading an area.
All barricades shall be removed after the hazard is completely
eliminated.
Upon work completion, if the hazard is still present, the barricade
shall remain in place.

hazardous areas
trip hazard
robotic movement
energized electrical works
overhead suspended load test
critical high pressure test
chemical introduction
fall exposure
emergency response zone
unsafe condition zone
danger zone
confined and enclosed space

Safety on Construction Heavy Equipment


In relation to heavy equipment operation in all construction sites, the
following are required in the different phases of the project.
(i)

Pre-Construction
The Contractor must ensure that appropriate certification is obtained
from DOLE duly accredited organizations for the following:

(ii)

1.

All heavy equipment operators assigned at the project site must be


tested and certified in accordance with a standard test prescribed
by Technical Education and Skills Development Authority (TESDA)
in coordination with its accredited organizations.

2.

All heavy equipment must be tested and certified in accordance


with the standards prepared by DOLE or its recognized
organizations prior to commissioning of said equipment.

During Construction to Post Construction


146
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The Contractor must ensure that the following conditions are met or
complied with:

(b.7)

1.

Load restriction of trailers carrying such heavy equipments, the


height and width clearances as imposed by the DPWH shall be
observed.

2.

Only duly certified operators are allowed to operate their


designated heavy equipments and must wear personal protective
equipment.

Safety and Health Information


(i)

(ii)

Workers shall be adequately and suitably:


1.

Informed of potential safety and health hazards to which they may


be exposed at their workplace.

2.

Instructed and trained on the measures available for the


prevention, control and protection against those hazards.

Every worker shall receive instruction and training regarding general


safety and health common to construction sites which shall include, but
not limited to the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.

The basic rights and duties of the workers at the construction site.
The means of access and egress, both during normal work and in
emergency situations.
The measures for good housekeeping.
The location and proper use of welfare and first-aid facilities.
The proper care and use of the items or personal protective
equipments and protective clothing provided the workers.
The general measures for personal hygiene and health protection.
The fire precautions to be taken.
The action to be taken in case of any emergency.
The requirements of relevant health and safety rules and
regulations.

(iii) The instruction, training and information materials provided shall be


given in a language or dialect understood by the worker.
8.4.23.1.1.1.1
Written, oral, visual and participative approaches shall be used to
ensure that the worker has understood and assimilated the
information.

(b.8)

2.

Each supervisor or any person e.g. Foreman, lead man, and other
similar personnel shall conduct daily tool box or similar meetings
prior to the start of the operations for the day to discuss with the
workers and to anticipate safety and health problems related.

3.

No person shall be deployed in a construction site unless he has


undergone a safety and health awareness seminar conducted by
safety professionals or accredited organizations or other
institutions recognized by DOLE.

Construction Safety and Health Reports


147
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(i)

The Construction Safety and Health Report shall include:


1.
2.
3.
4.
5.

(ii)

(b.9)

Monthly summary of all safety and health committee meetings


Summary of all accident investigations /reports
Corrective/Preventive measures/action for each hazard
Periodic hazards assessment with corresponding remedial
measures for new hazards
Safety promotions and trainings conducted/attended

Submission of Reports:
1.

The contractor shall be required to submit a monthly construction


safety and health report to the Bureau of Working Conditions
(BWC) copy furnished the DOLE Regional Office concerned.

2.

In case of any dangerous occurrence or major accident resulting in


death or permanent total disability, the concerned employer shall
notify the appropriate DOLE Regional Office within twenty-four
(24) hours from occurrence.

3.

After the conduct of investigation by the concerned construction


safety and health officer, the employer shall report all disabling
injuries to the DOLE Regional Office on or before the 20th of the
month following the date of occurrence of accident using the
prescribed forms of the DOLE/BWC.

Workers Welfare Facilities


(i)

(ii)

Adequate supply of safe drinking water:


1.

If the water is used in common drinking areas, it shall be stored in


closed containers from which the water is dispensed through taps
or cocks. Such containers shall be cleaned and disinfected at
regular intervals but not exceeding fifteen (15) days.

2.

Notices shall be posted conspicuously in locations where there is


water supply that is not for drinking purposes.

Adequate sanitary and washing facilities


1.
2.
3.

Adequate facilities for changing, storing and drying of work clothes.


Adequate accommodation for taking meals and shelter.
Separate sanitary, washing and sleeping facilities for men and
women workers.

(iii) Violations and Penalties


1.

Pursuant to the provisions of D.O. 13 and as circumstances may


warrant, the DOLE shall refer to the Philippine Contractors
Accreditation Board (PCAB) its findings, after due process, on any
act or omission committed by construction contractors in violation
of this rule, labor standards, safety rules and regulations and other
pertinent policies. Any such violation committed by construction
contractors, whether general contractors or sub-contractors, shall
constitute as prima facie case of a construction malperformance of
148
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

grave consequence due to negligence, incompetence or


malpractice contemplated under RA 4566 (Constructors Licensing
Law), as amended, and its Implementing Rules and Regulations.

10.

2.

In cases of imminent danger situations, the DOLE Regional Director


shall issue a stoppage order pursuant to the provisions of Rule
1012.02 of the Occupational Safety and Health Services (OSHS)
and other pertinent issuances for stoppage of operation or for
other appropriate action to abate danger.

3.

Pending the issuance of the order, the employer shall take


appropriate measures to protect his workers.

4.

The stoppage order shall remain in effect until the danger is


removed or corrected permanently.

5.

Non-compliance with the order shall be penalized under existing


provisions of labor laws.

6.

All processes and/or procedures in the conduct of General Labor


Standards inspection including General Occupational Safety and
Health/Technical Safety Inspection shall be governed by the
provisions of Department Order No. 57-04 and its corresponding
Manuals of Instructions.

SUBMITTALS
(a)

Detailed Conceptual Design Phase


The Contractor shall prepare and submit the following documents:
No.
1.
2.
3.
4.
5.
6.

Document Type
Site Development Plan
Exterior Perspective (4 views)
Interior Perspective (2 views)
Floor Plans
Elevations
Site Sections

Form
Printed
Printed
Printed
Printed
Printed
Printed

in
in
in
in
in
in

20
20
20
20
20
20

x
x
x
x
x
x

30
30
30
30
30
30

size
size
size
size
size
size

paper
paper
paper
paper
paper
paper

Preliminary Submittal
The Contractor shall submit One (1) Complete Set of Detailed Conceptual
Design Plans (blue print copy) in appropriate scale and in the type and form shown
above, subject for review by the Owner. Such review by the Owner is limited only as
to completeness of the details of the plans submitted.
Final Submittal
When the preliminary submittal is found compliant to the requirements of these
Contract Documents, upon notification by the Project Manager, the Contractor shall
submit One (1) Complete Set of Plans (in tracing paper) and Two (2)
Complete Sets of Plans (in blue print copy), both bearing original signature
and seal of the Contractor, drawn in appropriate scale and in the type and form
shown above, subject for approval by the Owner.

149
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The Contractor shall reproduce the Approved Detailed Conceptual Design Plans
in Seven (7) blue print copies broken down as follows:
(1)
(2)

(b)

Owner
Contractor

5 sets
2 sets

Detailed Design Phase


The Contractor shall prepare and submit the detailed design plans but not necessarily
limited to the following documents:
No.
1.
2.

3.

4.

Document Type
Site Development Plan
1.1
Detailed Site Development Plan
Architectural / Structural / Civil / ElectroMechanical Plans
2.1
Exterior Perspective (2 views)
2.2
Interior Perspective (4 views)
2.3
Floor Plans
2.4
Elevations
2.5
Sections (Site & Building)
2.6
Reflected Ceiling Plans & Details
2.7
Wall Schedule
2.8
Foundation Plan
2.9
Roof Framing Plan
2.10 Roof Beam Layout & Details
2.11 Structural Details
2.12 Structural Analysis & Computation
2.13 Miscellaneous Details
2.14 Cistern Plans & Details
2.15 Foundation Plan of Cistern
2.16 Elevations & Sections of Cistern
2.17 Details
of
Receiving
Sewer
Manhole
2.18 Details of Drainage
2.19 Pipe Trench Layout & Details
2.20 Pipe Interconnection Details
Electrical Plans
3.1
General Notes & Legend
3.2
Single Line Diagram
3.3
Load Schedule
3.4
Power Layout
3.5
Lighting Layout
3.6
Power Transformer Layout
3.7
Design Analysis & Calculations
(Lighting, Voltage Drop, Short
Circuit & Trip Coordination)
3.8
Lighting & Power Details
3.9
Main Breaker Layout, Elevation &
Details
3.10
Grounding Systems Layout &
Details
Other Documentation
4.1
Detailed Cost Estimates

Form
Printed in 20 x 30 size paper

Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed
Printed

in
in
in
in
in
in
in
in
in
in
in
in
in
in
in
in
in

20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20
20

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

30
30
30
30
30
30
30
30
30
30
30
30
30
30
30
30
30

size
size
size
size
size
size
size
size
size
size
size
size
size
size
size
size
size

paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper
paper

Printed in 20 x 30 size paper


Printed in 20 x 30 size paper
Printed in 20 x 30 size paper
Printed
Printed
Printed
Printed
Printed
Printed
Printed

in
in
in
in
in
in
in

20
20
20
20
20
20
20

x
x
x
x
x
x
x

30
30
30
30
30
30
30

size
size
size
size
size
size
size

paper
paper
paper
paper
paper
paper
paper

Printed in 20x30 size paper


Printed in 20x30 size paper
Printed in 20x30 size paper

Printed in 8x11 size paper

150
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

4.2
4.3

Bill of Quantities
Program of Work
4.3.1 Gantt Chart & S-Curve
4.3.2 PERT-CPM

4.4
4.5
4.6
4.7

4.8

4.9
4.10
4.11

Materials Specifications
Technical Specifications for Items
of Work, when necessary
Construction Methods (narrative)
Survey Data Report (complete
data
for
site,
topographic,
coordinates, elevation references
and other data as deemed
necessary)
Geotechnical, Soils & Materials
Report (summary of the results,
analysis and evaluation of the soil
investigation)
Design Report
Consolidated copy of all Specific
References
Value Engineering Analysis, when
necessary

Printed in 8x11 size paper


Printed in 8x11 / 8.5x13 / A3
size paper
Printed in 8x11 / 8.5x13 / A3
size paper
Printed in 8x11 size paper
Printed in 8x11 size paper
Printed in 8x11 size paper
Printed in 8x11 size paper

Printed in 8x11 size paper

Printed in 8x11 size paper


Printed in 8x11 size paper
Printed in 8x11 size paper

Preliminary Submittal
The Contractor shall submit One (1) Complete Set of Detailed Design Plans
(blue print copy) in appropriate scale and in the type and form shown above, subject
for review by the Owner. Such review by the Owner is limited only as to
completeness of the details of the plans submitted.
Final Submittal
When the preliminary submittal is found compliant to the requirements of these
Contract Documents, upon notification by the Project Manager, the Contractor shall
submit One (1) Complete Set of Plans (in tracing paper) and Two (2)
Complete Sets of Plans (in blue print copy), both bearing original signature
and seal of the Contractor, drawn in appropriate scale and in the type and form
shown above, subject for approval by the Owner.
The Contractor shall reproduce the Approved Detailed Design Plans in Twelve
(12) blue print copies broken down as follows:
(1)
(2)
(3)
(c)

Owner
Permits
Contractor

5 sets
5 sets
2 sets

Permits
The Contractor shall secure and process the necessary construction permits. Original
copy of such approved permits shall be turned over by the Contractor to the Owner;
photocopies may be retained by the Contractor for use in the field. Such documents
include construction permits but not necessarily limited to the following documents:
(1) Fencing Permit
(2) Building Permit
151
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

(3) Fire Clearance Certificate


(4) Occupancy Permit
(d)

Construction Phase
The Contractor shall prepare Daily Accomplishment Reports, supported with
progress photographs and S-curves to monitor actual progress status of the project.
The daily accomplishment reports shall be consolidated weekly and submitted
monthly to the Owner. Such reports will form part of the requirements for progress
payments.
Shop drawings, when required by the Project Manager, shall also be prepared and
submitted to the Owner at the time and period required by the Project Manager.
Such shop drawings will form part of the requirements for progress payments.

(e)

Post Construction Evaluation Phase


Preliminary Submittal
Upon completion of the project, the Contractor shall submit One (1) Complete Set
of As-Built Plans (blue print copy), subject for review by the Owner. Such review
by the Owner is limited only as to completeness and correctness of the details of the
plans submitted.
Final Submittal
When the preliminary submittal is in accordance to the as-built structure, upon
notification by the Project Manager, the Contractor shall submit One (1) Complete
Set of Plans (in tracing paper) and Two (2) Complete Sets of Plans (in blue
print copy), both bearing original signature and seal of the Contractor,
drawn in appropriate scale and in the type and form shown above, subject for
approval by the Owner.
The Contractor shall reproduce the Approved As-Built Plans in Ten (10) blue
print copies broken down as follows:
(1)
(2)

Owner
Contractor

8 sets
2 sets

In addition, the Contractor shall prepare and submit Operation and Maintenance
(O&M) Manuals, in book form printed in 8x11 size paper, of all equipment and
machineries installed, incorporating the technical literature as designed and as
actually installed. The O&M information shall be system specific, concise, to the point
and tailored specifically to the facility.
11.

STAFF REQUIREMENT
The Contractor shall provide adequate and qualified staff to perform the services described
herein. The general qualifications for the key personnel are as follows:
Design Phase
Team Leader minimum of 10 years experience in the direction and administration of
activities pertinent to planning, designing and constructing infrastructure projects.

152
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Civil Engineer minimum of 10 years experience with extensive experience in building


design and construction and has substantial knowledge of the principles and practices in
earthquake design of building structures.
Geotechnical Engineer minimum of 10 years experience with extensive experience in
geotechnical evaluation, foundation analysis and design including liquefaction analysis for
various structures such as water impounding structures, buildings and pipes.
Chemical Engineer minimum of 10 years experience with extensive experience in
chemical engineering works including design and analysis of processes and test methods in
water treatment.
Professional Electrical Engineer minimum of 10 years experience with extensive
experience in building electrical design and construction and has substantial knowledge in the
electrical systems design of buildings, treatment plant, pumping stations and other
infrastructure with complex electrical systems.
Professional Mechanical Engineer minimum of 10 years experience with extensive
experience in mechanical design and installation and has substantial knowledge in the
mechanical systems design of buildings, treatment plant, pumping stations and other
infrastructure with complex mechanical systems.
Construction Phase
Team Leader minimum of 10 years experience in the direction and administration of
activities pertinent to planning, designing and constructing infrastructure projects.
Project Engineer must be a civil engineer with minimum of 10 years experience in the
supervision and implementation of infrastructure projects.
Cost/Quantity/Specifications Engineer minimum of 5 years experience with wide
experience in the preparation of technical and material specifications and detailed analysis of
all applicable unit prices.
Chemical Engineer minimum of 10 years experience with extensive experience in
chemical engineering works including design and analysis of processes and test methods in
water treatment.
Materials Engineer must be a civil engineer with Level 1 or 2 DPWH Accreditation for
Materials Engineer and must have a minimum of 5 years experience with extensive laboratory
and field experience in material testing and quality assurance and control.

153
Section VI. Performance Specifications and Parameters

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

WATER QUALITY ANALYSES RESULT


Source: DCWD Production Department

154
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section VII. Drawings

155
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

156
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
VICINITY MAP .............................................................................. ERROR! BOOKMARK NOT DEFINED.
EXISTING SITE PLAN .................................................................... ERROR! BOOKMARK NOT DEFINED.
SITE DEVELOPMENT PLAN ............................................................ ERROR! BOOKMARK NOT DEFINED.
FLOOR PLAN ................................................................................. ERROR! BOOKMARK NOT DEFINED.
ELEVATIONS ................................................................................. ERROR! BOOKMARK NOT DEFINED.
FRONT ELEVATION ....................................................................... ERROR! BOOKMARK NOT DEFINED.
REAR ELEVATION ......................................................................... ERROR! BOOKMARK NOT DEFINED.
LEFT SIDE ELEVATION .................................................................. ERROR! BOOKMARK NOT DEFINED.
RIGHT SIDE ELEVATION ............................................................... ERROR! BOOKMARK NOT DEFINED.
CROSS SECTION ........................................................................... ERROR! BOOKMARK NOT DEFINED.
LONGITUDINAL SECTION............................................................. ERROR! BOOKMARK NOT DEFINED.
SITE LONGITUDINAL SECTION .................................................... ERROR! BOOKMARK NOT DEFINED.

157
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

158
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

159
Section VII. Drawings

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

160
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

161
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

162
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

163
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

164
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

165
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

166
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

167
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

168
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

169
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

170
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section VIII. Bill of Quantities

171
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

172
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Republic of the Philippines

DAVAO CITY WATER DISTRICT

Km. 5, Jose P. Laurel Avenue, Bajada, Davao City


Telephone No. (+63) (82) 221-9400 connecting all departments
Fax (+63) (82) 226-4885
Website: http://www.davao-water.gov.ph

Name of Contract: DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT

FOR CABANTIAN PRODUCTION WELL NO. 1


Location of the Contract: Barangay Communal, Davao City

BILL OF QUANTITIES
ESTIMATE
D TOTAL
QUANTITY

WORK ITEM

I.

DETAILED CONCEPTUAL DESIGN OF THE


WATER TREATMENT PLANT
(SHOWING ALL FACILITIES INCLUDING THE LOW
PRESSURE REVERSE OSMOSIS FILTRATION SYSTEM,
FILTRATION SYSTEM HOUSING, CISTERN/PRODUCT
TANK INCLUDING ALL APPURTENANT PIPING AND
ELECTRO-MECHANICAL FACILITIES, BOOSTER
PUMPS, ELECTRICAL SYSTEM, PERIMETER FENCE,
DRAINAGE SYSTEM AND DISCHARGE LINE)

Lump Sum

II.

DETAILED DESIGN OF THE WATER TREATMENT


PLANT
(INCLUDING ALL CIVIL, STRUCTURAL, ELECTROMECHANICAL, ELECTRICAL, PLUMBING/SANITARY,
SURVEY AND GEOTECHNICAL WORKS FOR THE LOW
PRESSURE REVERSE OSMOSIS FILTRATION SYSTEM,
FILTRATION SYSTEM HOUSING, CISTERN/PRODUCT
TANK INCLUDING ALL APPURTENANT PIPING AND
ELECTRO-MECHANICAL FACILITIES, BOOSTER
PUMPS, ELECTRICAL SYSTEM, PERIMETER FENCE,
DRAINAGE SYSTEM AND DISCHARGE LINE)

Lump Sum

III.

PERMITS

Lump Sum

IV.

CONSTRUCTION WORKS
IV.A

MOBILIZATION

Lump Sum

IV.B

TEMPORARY FACILITIES AND UTILITIES


(OWNERS FIELD OFFICE, CONTRACTORS
OFFICE AND BUNKHOUSE, WATER, POWER
AND WATCHMAN)

Lump Sum

IV.C

DEMOLITION WORKS

Lump Sum

IV.D

SITE PREPARATION

Lump Sum

IV.E

CONSTRUCTION OF REINFORCED CONCRETE


CISTERN/PRODUCT TANK
IV.E.1

UNIT
PRICE
(including
tax) PESOS

PRICE
(including
tax) PESOS

EARTHWORKS
IV.E.1.1

EXCAVATION

Lump Sum

IV.E.1.2

BASE COMPACTION

Lump Sum

173
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

IV.F

IV.E.1.3

GRAVEL BASE WITH


COMPACTION

Lump Sum

IV.E.1.4

BACKFILLING WITH
COMPACTION

Lump Sum

IV.E.2

CONCRETE WORKS

Lump Sum

IV.E.3

METAL WORKS

Lump Sum

IV.E.4

WATER PROOFING AND SEALING


WORKS

Lump Sum

IV.E.5

PIPING WORKS

Lump Sum

IV.E.6

HYDROSTATIC PRESSURE AND LEAK


TEST AND DISINFECTION

Lump Sum

CONSTRUCTION OF FILTRATION SYSTEM


HOUSING
IV.F.1

EARTHWORKS (INCLUDING
EXCAVATION, GRAVEL BASE,
COMPACTION & BACKFILLING)

Lump Sum

IV.F.2

STEEL WORKS

Lump Sum

IV.F.3

ROOFING WORKS

Lump Sum

IV.F.4

ELECTRICAL WORKS

Lump Sum

IV.F.5

PLUMBING WORKS

Lump Sum

IV.G

SUPPLY AND INSTALLATION OF LOW


PRESSURE REVERSE OSMOSIS FILTRATION
SYSTEM (INCLUDING ALL APPURTENANT
PIPING, ELECTRO-MECHANICAL, ELECTRICAL,
CLEAN-IN-PLACE SYSTEM, FILTER GUARD,
DELIVERY & FREIGHT COST)

Lump Sum

IV.H

PERIMETER FEBCE WITH STEEL GATE AND


GRILLES

Lump Sum

IV.H.1

IV.I

EARTHWORKS
IV.H.1.1

EXCAVATION

Lump Sum

IV.H.1.2

GRAVEL BASE AND


BACKFILLING WITH
COMPACTION

Lump Sum

IV.H.2

CONCRETE WORKS (INCLUDING


FORMS AND REBARS)

Lump Sum

IV.H.3

STEEL WORKS

Lump Sum

IV.H.4

MASONRY WORKS (INCLUDING


PLASTERING)

Lump Sum

POST CHLORINATION SYSTEM

174
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

IV.J

V.

INSTALLATION OF ELECTRIC HOIST

Lump Sum

IV.I.2

FURNISHING OF CHLORINATION
CABINET AND EQUIPMENT

Lump Sum

IV.I.3

CONSTRUCTION OF CHLORINE
EJECTOR BOX

Lump Sum

DRAINAGE SYSTEM
IV.J.1

EXCAVATION AND BACKFILLING

Lump Sum

IV.J.2

CONCRETING OF CATCH BASIN


(INCLUDING FORMS AND REBARS)

Lump Sum

IV.J.3

PIPELAYING

Lump Sum

IV.K

PAINTING WORKS
(INCLUDING FILTRATION SYSTEM HOUSING,
PIPING, AND REPAINTING OF EXISTING
CONTROL HOUSE AND DCWD SIGNAGE &
LOGO)

Lump Sum

IV.L

FURNISHING OF CHEMICALS FOR CLEANING


AND PRE-TREATMENT
(I-YEAR SUPPLY)

Lump Sum

IV.M

INSTALLATION OF ROOF GUTTER AND


DOWNSPOUT OF THE EXISTING CONTROL
HOUSE

Lump Sum

POST CONSTRUCTION EVALUATION


V.A

VI.

IV.I.1

TESTING AND COMMISSIONING


(60-DAYS TEST RUN INCLUDING ON-THE-JOB
TRAINING OF DCWD TECHNICAL PERSONNEL)

DEMOBILIZATION

Lump Sum
Lump Sum

175
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

176
Section VIII. Bill of Quantities

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section IX. Special Provisions

177
Section IX. Special Provisions

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

178
Section IX. Special Provisions

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
1.

LOGBOOK ......................................................................................................... 181

2.

WATER SUPPLY, POWER AND LIGHTING ........................................................ 181

3.

CONSTRUCTION CPM ....................................................................................... 181

4.

PROJECT SIGNS ............................................................................................... 181

5.

INSURANCE FOR GOODS IN TRANSIT ............................................................. 181

6.

TOOLS AND OTHER EQUIPMENT TO BE PROVIDED BY THE CONTRACTOR ..... 181

7.

WORKMENS IDENTIFICATION BADGES AND SAFETY GEARS......................... 181

8.

WORKING/CALENDAR DAYS ........................................................................... 182

9.

INSPECTION OF THE WORK SITE .................................................................... 182

10.

ON SITE INSPECTION AND TESTING ............................................................... 182

179
Section IX. Special Provisions

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

180
Section IX. Special Provisions

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1.

LOGBOOK
The Project Manager and the Contractor shall individually maintain a logbook at all times
reflecting time extensions, work suspensions, change/extra work orders and circumstances,
affecting the progress of work.

2.

WATER SUPPLY, POWER AND LIGHTING


(a)

(b)

3.

Water Supply

The Contractor shall make all necessary application and arrangements


and pay the corresponding charges for the new service application
including its monthly billings for the entire duration of the contract.

Power and Lighting The Contractor shall make all necessary applications and
arrangements and pay all fees and charges for electrical
energy for power and light necessary for the proper
completion of this Contract during its entire progress. The
Contractor shall provide and pay for all temporary wirings,
switches, connections, meters and power bills. There shall be
sufficient electric lighting so that all work may be done in a
workmanlike manner when there is no sufficient daylight or
during night work.

CONSTRUCTION CPM
The CPM network shall be the basis of the Contractor in completing the project in the
prescribed period of time.
The CPM shall be updated by the Contractor when required by the Project Manager but not
more than once per month.

4.

PROJECT SIGNS
The Contractor shall furnish, erect and maintain a minimum of two (2) project signs in 4ft x
8ft size. The location for the erection of these signs by the Contractor shall be as directed by
the Owner.

5.

INSURANCE FOR GOODS IN TRANSIT


All such insurance shall be secured upon terms and conditions consistent with good
commercial practices for the full value of the insured materials.
It is understood that the insurance shall include all risks incident to the delivery of goods from
port of entry, if imported, or place of destination. All offshore procurements shall be covered
by sufficient marine insurance while in transit.

6.

TOOLS AND OTHER EQUIPMENT TO BE PROVIDED BY THE CONTRACTOR


The Contractor shall make available at the site during the life of this Contract, subject to the
inspection of the Owner and the Project Manager or as may be required by the Project
Manager, valves and fittings, mechanical piping, and other appurtenances.

7.

WORKMENS IDENTIFICATION BADGES AND SAFETY GEARS


The Contractor shall provide all his men working in the project with proper identification
badges and safety gears.
181
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

8.

WORKING/CALENDAR DAYS
The term Working Day refers to working days in the government service. The term
Calendar Day refers to the days in a week, including Saturdays, Sundays and holidays.
Whenever the word day is used, it shall refer to calendar day.

9.

INSPECTION OF THE WORK SITE


Contractor shall inspect the site of the work by personal examination of the location of the
proposed work and the actual visualization of the work to be done. He should be aware of
the conditions which might affect the execution of this contract and has made provisions in
his bid.

10.

ON SITE INSPECTION AND TESTING


All materials furnished and all work performed under this contract shall be subject to
inspection by the Owner. The Contractor shall be held strictly to the true intent of the
Specifications and Drawings in regard to quality of materials, workmanship and diligent
execution of the Contract.
Work done in the absence of prescribed inspection may be required to be removed and
replaced under the proper inspection; and the entire cost of removal and replacement
including the cost of materials which may be used in the work shall be borne by the
Contractor.
The costs for carrying out the inspection and test for materials shall be at the expense of the
Contractor.

182
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section X. Materials and Workmanship

183
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

184
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
1.

Safeguarding of Equipment, Materials and Work ............................................ 187

2.

New Materials and Equipment ......................................................................... 187

3.

Title to Materials Found on the Work .............................................................. 187

4.

Defective Equipment, Materials or Work ......................................................... 187

5.

Rubbish Control ............................................................................................... 187

6.

Dust Control ..................................................................................................... 187

7.

Cleaning Up ...................................................................................................... 187

8.

Character of Workmen ..................................................................................... 188

185
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

186
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

1.

Safeguarding of Equipment, Materials and Work


The Contractor shall properly safeguard all equipment, materials and work against loss,
damages, malicious mischief, or tampering by unauthorized persons until acceptance of the
work by the Owner. Locked and covered storage or continuous surveillance by a watchman
shall be provided if required to accomplish this purpose.

2.

New Materials and Equipment


Unless otherwise specifically shown, or permitted by the Project Manager, all materials and
equipment incorporated in the work shall be new and of current manufacture. The Project
Manager may request the Contractor to furnish manufacturer's certificate to this effect.

3.

Title to Materials Found on the Work


The Owner reserves the right to retain title to all materials developed and obtained from the
operations
connected
with
the
work. Unless
otherwise
specified
in
the
Special Provisions, neither the Contractor shall have any right, title, or interest in or to any
such materials. The Contractor will be permitted to use in his work, without charge, any such
materials that meet the requirements of the Specifications and Drawings.

4.

Defective Equipment, Materials or Work


a. Inspection of the work shall not relieve the Contractor of any of his obligations under
the Contract. Even though the equipment, materials, or work required to be provided
under the Contract have been inspected, accepted, and estimated for payment, the
Contractor shall, at his own expense, replace or repair any such equipment, materials, or
work found to be defective or otherwise not to comply with the requirements of the
Contract up to the end of the maintenance and guarantee period.
b. Any equipment or materials brought upon the job site by the Contractor and
subsequently rejected by the Project Manager as not complying with the requirements of
the Contract shall be removed immediately by the Contractor to a satisfactory distance
from the job site.
c.

5.

If the Contractor shall fail to repair or replace unsatisfactory equipment or materials from
the job site within seven (7) calendar days after being ordered to do so by the Project
Manager, the Project Manager, acting on behalf of the Owner, may make the ordered
repairs or remove the condemned equipment or materials; and the Owner shall deduct
the cost thereof from any moneys due or to become due the Contractor.

Rubbish Control
During the progress of the work, the Contractor shall keep the site of the work and other
areas used by him in a neat and clean condition, and free from any accumulation of rubbish.

6.

Dust Control
The Contractor shall at all times conduct his work so as to avoid unnecessary dust. He shall
provide adequate equipment and water as determined by the Project Manager to be
necessary for accomplishment of this objective.

7.

Cleaning Up

187
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

The Contractor shall promptly remove from the vicinity of the completed work all rubbish,
unused materials, concrete forms, equipment, and temporary structures used during
construction.
8.

Character of Workmen
Only qualified personnel and skilled workmen shall be employed on the site except in
positions normally occupied by unskilled labor. When required in writing by the Project
Manager, the Contractor shall discharge any person who is, in the opinion of the Project
Manager, incompetent, disorderly or otherwise unsatisfactory and shall not again employ
such discharged person on the work except with the written consent of the Project Manager.
Such discharged person shall not be the basis of any claim for damages against the Owner
or any of his agents. If the Contractor permits such a person on the work site without the
consent of the Project Manager, this alone shall be sufficient to immediately suspend the
Contract until the Project Manager's instructions have been fulfilled.

188
Section X. Materials and Workmanship

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section XI. Bidding Forms

189
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

190
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TABLE OF CONTENTS
BID FORM .................................................................................................................. 193
OMNIBUS SWORN STATEMENT ................................................................................. 194
BID-SECURING DECLARATION ................................................................................. 196
STATEMENT OF ALL ON-GOING GOVERNMENT & PRIVATE CONSTRUCTION
CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED ..... 198
STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONSTRUCTION
CONTRACTS ...................................................................................................... 199
STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONSTRUCTION
CONTRACTS WHICH ARE SIMILAR IN NATURE ............................................... 200
LIST OF EQUIPMENT, OWNED OR LEASED AND/OR UNDER PURCHASE
AGREEMENTS, PLEDGED TO THE PROPOSED CONTRACT ................................ 201
QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED
TO THE CONTRACT ........................................................................................... 202
CONTRACTORS LETTER-CERTIFICATE TO PROCURING ENTITY .............................. 203
KEY PERSONNELS CERTIFICATE OF EMPLOYMENT ................................................. 204
KEY PERSONNEL BIO-DATA ...................................................................................... 206
PLAN, APPROACH AND METHODOLOGY .................................................................... 208
CONTRACTORS ORGANIZATIONAL CHART FOR THE CONTRACT ............................. 209
CASH FLOW BY QUARTER AND PAYMENT SCHEDULE ............................................... 210
CONTRACT AGREEMENT ............................................................................................ 211

191
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

192
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

BID FORM
Date: _________________________
IAEB1 No: ______________________
To: Davao City Water Dsitrict
Address: K.m. 5, J.P. Laurel Avenue, Bajada, Davao City
We, the undersigned, declare that:
(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for
the Contract DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR
CABANTIAN PRODUCTION WELL NO. 1;
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data Sheet,
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 [insert number] 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 a Performance Security in the amount of [insert
percentage amount] percent of the Contract Price 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:

___________

1 If ADB, JICA and WB funded projects, use IFB.


193
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

OMNIBUS SWORN STATEMENT


REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
AFFIDAVIT
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 Secretarys 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;
194
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

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) Conducted site inspection and acknowledged 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) Inquired or secured Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.
_____________________________________
Bidders Representative/Authorized Signatory

[JURAT]

* This form will not apply for WB funded projects.

195
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

REPUBLIC OF THE PHILIPPINES )


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

BID-SECURING DECLARATION
Invitation to Bid:

To:

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR


CABANTIAN PRODUCTION WELL NO. 1

Davao City Water District


Km. 5, J.P. Laurel Avenue, Bajada, Davao City

I/We1, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may
be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any
procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will
pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration2, if I/we have committed any of the following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the
execution of the Contract, in accordance with the Bidding Documents after having been notified of
your acceptance of our Bid during the period of bid validity.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i)
I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid, and I/we have
furnished the performance security and signed the Contract.

1 Select one and delete the other. Adopt same instruction for similar terms throughout the document.
2 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.

196
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at

[place of execution].
[Insert NAME OF BIDDERS
Series of ____.

AUTHORIZED REPRESENTATIVE]
[Insert signatorys legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence
of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me
his/her [insert type of government identification card used] , with his/her photograph and signature appearing
thereon, with no. ______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.
Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]

Doc. No. ___


Page No. ___
Book No. ___

197
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

STATEMENT OF ALL ON-GOING GOVERNMENT & PRIVATE CONSTRUCTION CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET
STARTED
Business Name: ___________________________________
Business Address: __________________________________

Name of
Contract/Location
Project Cost

a. Owners Name
b. Address
c. Telephone Nos.

Nature of
Work

Contractors Role
Description

a. Date Awarded
b. Date Started
c. Date of
Completion

% of
Accomplishment
Planned
Actua
l

Value of Outstanding
Works

Government

Private

Total Cost
Note: This statement shall be supported with:
1. Notice of Award
2. Notice to Proceed
3. Certificate of Accomplishments signed by the Client or Clients Representative

Submitted by
Designation/Position
Date

: ___________________________________________________
(Printed Name & Signature of Bidder)
: ___________________________________________________
: ___________________________________________________
198
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONSTRUCTION CONTRACTS


Business Name: ________________________________________________
Business Address: ______________________________________________

Name of Contract

a. Date Awarded
b. Contract Effectivity
c. Date Completed

a. Amount at Award
b. Amount at Completion
c. Duration

a. Owners Name
b. Address
c. Date Completed

Contractors Role
Nature of Work

Description

Government

Private

Note: This statement shall be supported with:


1. Certificate of Acceptance or Certificate of Completion

Submitted by

: ___________________________________________________
(Printed Name & Signature of Bidder)
Designation/Position: ___________________________________________________
Date
: ___________________________________________________

199
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONSTRUCTION CONTRACTS WHICH ARE SIMILAR IN NATURE
Business Name: ________________________________________________
Business Address: ______________________________________________

Name of Contract

a. Owners Name
b. Address
c. Telephone Nos.

Nature of
Work

Scope of
Works

Contractors Role
Description

a. Amount at Award
b. Amount at Completion
c. Duration

a. Date Awarded
b. Contract Effectivity
c. Date Completed

Government

Private

Note: This statement shall be supported with:


1. Contract Agreement
2. Certificate of Acceptance or Certificate of Completion

Submitted by

: ___________________________________________________
(Printed Name & Signature of Bidder)
Designation/Position: ___________________________________________________
Date
: ___________________________________________________

200
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-49


Revised on: August 11, 2004

LIST OF EQUIPMENT, OWNED OR LEASED AND/OR UNDER PURCHASE AGREEMENTS, PLEDGED TO THE PROPOSED CONTRACT
Business Name: _______________________________________________
Business Address: _____________________________________________
Description

Model/Year

Capacity/Performance/Size

Plate No.

Motor No./Body
No.

Present Location

Proof of
Ownership/Lessor
or Vendor

Condition

A. Owned
i.
ii.
iii.
iv.
B. Leased
i.
ii.
iii.
iv.
C. Under Purchased
Agreement
i.
ii.
iii.
iv.

Note: The Prospective Bidder shall enumerate all equipment units owned, leased and/or under purchase agreement committed exclusively for the project.
Submitted by: ___________________________________________________
(Printed Name & Signature of the Bidder)
Name of Firm/ Bidder: ___________________________________________
Designation/Position: ___________________________________________________
Date: ___________________________________________________

201
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-48


Revised on: August 11, 2004

QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT

Business Name
Business Address

: ___________________________________________________
: ___________________________________________________
___________________________________________________

Project Manager
1
2
3
4
5
6
7
8

Civil Engineer

Geotechnical Engineer

Chemical Engineer

Other positions deemed


required by the Procuring
Entity for this project

Name
Address
Date of Birth
Employed Since
Experience
Previous Employment
Education
PRC License

Minimum Requirements:
TTeam

Design: Team Leader


Civil Engineer
Geotechnical Engineer
Chemical Engineer
Professional Electrical Engineer
Professional Mechanical Engineer

Note

: Attached individual resume/bio-data and PRC License of the (professional) personnel.

Submitted by

: _________________________________
(Printed Name & Signature of Bidder)
: _________________________________
: _________________________________

Designation
Date

Construction: Team Leader


Project Engineer
Cost/Quantity/Specifications Engineer
Chemical Engineer
Materials Engineer

202
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-45


Revised on: August 11, 2004

CONTRACTORS LETTER-CERTIFICATE TO PROCURING ENTITY


Date of Issuance
EDWIN V. REGALADO
Acting General Manager
Davao City Water District
Km. 5, JP Laurel Ave., Bajada, Davao City
Dear Sir:
Supplementing our Organizational Chart for the Contract, we have the honor to submit herewith, and
to certify as true and correct, the following pertinent information:
1. That I/we have engaged the services of ___(Name of Employee)___, to be the
___(Designation)___ of the DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT
FOR CABANTIAN PRODUCTION WELL NO. 1, who is a ___(Profession)___ with Professional
License Certificate No. _______ issued on ____________________ and who has performed the
duties in the construction of the Contracts enumerated in the duly filled Form ___.
2. The said Engineer shall be designated by us as our (Designation) to personally perform
the
duties of the said position in the above-mentioned Project, if and when the same is awarded in
our favor.
3. That said Engineer shall employ the best care, skill and ability in performing his duties in
accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special
Provisions, and other provisions embodied in the proposed contract.
4. That said Engineer shall be personally present at the jobsite to supervise the phase of the
construction work pertaining to this assignment as (Designation), all the time.
5. That, in order to guarantee that said Engineer shall perform his duties properly and be personally
present in the Job Site; he is hereby required to secure a certificate of appearance for the
Procuring Entity Engineer at the end of every month.
That, in the event that I/we elect or choose to replace said (Designation) with another Engineer,
the Procuring Entity will be accordingly notified by us in writing at least twenty
one
(21)
days before making the replacement. We will submit to the Procuring Entity, for prior approval,
the name of the proposed new (Designation), his qualifications, experience, list of projects
undertaken and other relevant information.
6. That any willful violation on my/our part of the herein conditions may prejudice my/our standing
as a reliable contractor in future bidding of the Procuring Entity.
Very truly yours,
_____________________________
(Authorized Representative of Bidder)
CONCURRED IN:
___________________________
(Name of Engineer)
_______________________
(Address)
203
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-46


Revised on: August 11, 2004

KEY PERSONNELS CERTIFICATE OF EMPLOYMENT


Date of Issuance
EDWIN V. REGALADO
Acting General Manager
Davao City Water District
Km. 5, JP Laurel Ave., Bajada, Davao City
Dear Sir:
I am __ (Name of Nominee) ____ a Licensed _____ Engineer with Professional License No.
______________ issued on __ (date of issuance) __ at __ (place of issuance) __.
I hereby certify that ___ (Name of Bidder) has engaged my services as (Designation) for DESIGN
AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION
WELL NO. 1, if awarded to it.
As ___ (Designation) ___, I supervised the following completed projects similar to the contract under
bidding):
NAME OF PROJECT

OWNER

COST

DATE COMPLETED

_________________

___________

_________

_________________

_________________

___________

_________

_________________

_________________

___________

_________

_________________

_________________

___________

_________

_________________

COST

DATE COMPLETED

At present, I am supervising the following projects:


NAME OF PROJECT

OWNER

_________________

___________

_________

_________________

_________________

___________

_________

_________________

_________________

___________

_________

_________________

_________________

___________

_________

_________________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall
notify the Davao City Water District at least twenty one (21) days before the effective date of my
separation.
As __ (Designation) __, I know I will have to stay in the job site all the time to supervise and manage
the Contract works to the best of my ability, and aware that I am authorized to handle only one (1)
contract at a time.

204
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

I do not allow the use of my name for the purpose of enabling the above-mentioned Contractor to
qualify for the Contract without any firm commitment on my part to assume the post of (Designation)
therefore, if the contract is awarded to him since I understand that to do so will be a sufficient
ground for my disqualification as __(Designation)__ in any future Procuring Entitys bidding or
employment with any Contractor doing business with the Procuring Entity.
__________________
(Signature of Engineer)

DRY SEAL
Republic of the Philippines )
____________________ ) S.S.

SUBSCRIBED AND SWORN TO before me this _________ day of _________ 2013 affiant exhibiting to
me his Residence Certificate No. _________ issued on _____________ at _______________.

Notary Public
Until December 31, 20___
Doc. No. ________;
Page No. ________;
Book No. ________;
Series of _________;

Note: One of the requirements from the bidder to be included in its Technical Envelope is a list of contractors key personnel
(viz., Project manager, Project Engineers, materials Engineers, and Foremen), to be assigned to the contract to be bid, with
their complete qualification and experience data (including the key personnels signed written commitment to work for the
project one awarded the contract

205
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-47


Revised on: August 11, 2004

KEY PERSONNEL BIO-DATA

Give the detailed information of the following personnel who are scheduled to be assigned as full-time
field staff for the project. Fill up a form for each person.
- Authorized Managing Officer / Representative
- Sustained Technical Employee
1.

Name : ________________________________________________

2.

Date of Birth: ___________________________________________

3.

Nationality: _____________________________________________

4.

Education and Degrees: ___________________________________

5.

Specialty: ______________________________________________

6.

Registration: ___________________________________________

7.
8.
9.

10.

Length of Service with the Firm: _____Year from____ (months) _____ (year)
To ____ (months) _____ (year)
Years of Experience: ______________________________________
If Item 7 is less than ten (10) years, give name and length of service with previous
employers for a ten (10)-year period (attached additional sheet/s), if necessary:
Name and Address of Employer

Length of Service

_________________________ _____
_________________________ _____
_________________________ _____

year(s) from _______ to ______


year(s) from _______ to ______
year(s) from _______ to ______

Experience:
This should cover the past ten (10) years of experience. (Attached as many pages as
necessary to show involvement of personnel in projects using the format below).
1. Name

: _____________________________________

2. Name and Address of Owner

: _____________________________________

3. Name and Address of the


Owners Engineer
(Consultant)

: _____________________________________

4. Indicate the Features of Project


(particulars of the project
components and any other particular
interest connected with the project) :______________________________________
206
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

5. Contract Amount Expressed in


Philippine Currency

________________________________________

6. Position

________________________________________

7. Structures for which the employee


was responsible
:

________________________________________

8. Assignment Period

from ______ (months) _______ (years)

to _______ (months) _______ (years)

___________________________
Name and Signature of Employee

It is hereby certified that the above personnel can be assigned to this project, if the contract is
awarded to our company.

_____________________________
(Place and Date)

_________________________________
(The Authorized Representative)

207
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-43


Revised on: August 11, 2004

OUTLINE
NARRATIVE DESCRIPTION
OF
PLAN, APPROACH AND METHODOLOGY
1.

INTRODUCTION

2.

BRIEF DESCRIPTION OF CONTRACT WORKS


State general features of contract works.

3.

METHODOLOGY AND PROCEDURES


3.1

Methodology or General Approach


State general approach or any special techniques, methods or procedures to ensure
completion on time and quality of construction financing the project, etc.

3.2

Project Understanding, Substance and Completeness


Identify and clarify the study objectives to coincide with the Performance
Specifications; identify the consequences that could affect the objectives.

3.3

Scope and Program of Work and Services


CPM, Progress Bar Schedule and Development Schedule submitted.

3.4

Work Plan and Manning Schedule


State specific activities, including number of staff assigned per activity and the
number of hours or days per week spent for each activity; detail the activities and
progress indicators that will guide project implementation during the project duration;
manning schedule for each activity.

3.5

Financial Program
Cash flow schedules, provision for working capital, schedule of receipts, etc; include
detailed project budget for the entire duration of the project prepared on the basis of
periodic work plan and including any monitoring and evaluation requirements to
effectively measure project performance during the targeted project completion.

3.6

Risks and Suggested Solution

208
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-44


Revised on: August 11, 2004

CONTRACTORS ORGANIZATIONAL CHART FOR THE CONTRACT

Submit Copy of the Organizational Chart that the Contractor intends to use to execute the Contract if
awarded to him. Indicate in the chart the names of the Project Manager, Project Engineer, Bridge
Engineer, Structural Engineer, Materials and Quality Control Engineer, Foreman and other Key
Engineering Personnel.

Attach the required Proposed Organizational Chart for the Contract as stated above

Note:

1.
2.
3.
4.

This organizational chart should represent the Contractors Organization required for the Project, and not the
organizational chart of the entire firm.
The Bidders shall comply with and submit sample form SF-INFR-46 for each of such key personnel.
Each such nominated engineer/key personnel shall comply with and submit sample forms SF- INFR-47
and
SFINFR-48.
All these are required to be in the Technical Envelope of the Bidder

209
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Standard Form Number: SF-INFR-56


Revised on: August 11, 2004

Contract Name :

_________________________________________________

Location

_________________________________________________

CASH FLOW BY QUARTER AND PAYMENT SCHEDULE

PARTICULAR

%
WT.

1ST
QUARTER

2ND
QUARTER

3RD
QUARTER

4TH
QUARTER

ACCOMPLISHMENT
CASH FLOW
CUMULATIVE
ACCOMPLISHMENT
CUMULATIVE CASH
FLOW

Submitted by:

Name of the Representative of the Bidder


Position
Name of the Bidder

Date: _____________

Note: One of the requirements from the bidder to be included in its Financial Envelope is the cash flow by quarter and payment
schedule.

210
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

CONTRACT AGREEMENT
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between
[name and address of PROCURING ENTITY] (hereinafter called theEntity) and [name and address
of Contractor] (hereinafter called the Contractor).
WHEREAS, the Entity is desirous that the Contractor execute [name and identification number
of contract] (hereinafter called the Works) and the Entity 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)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)

General and Special Conditions of Contract;


Drawings/Plans;
Specifications;
Invitation to Apply for Eligibility and to Bid;
Instructions to Bidders;
Bid Data Sheet;
Addenda and/or Supplemental/Bid Bulletins, if any;
Bid form, including all the documents/statements contained in the Bidders
bidding envelopes, as annexes;
Eligibility requirements, documents and/or statements;
Performance Security;
Credit line issued by a licensed bank, if any;
Notice of Award of Contract and the Bidders conforme thereto;
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 Entity to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Entity to execute
and complete the Works and remedy any defects therein in conformity with the
provisions of this Contract in all respects.

4.

The Entity 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.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
Signed, sealed, delivered by

the

(for the Entity)

Signed, sealed, delivered by

the

(for the Contractor).

Binding Signature of PROCURING ENTITY ________________________________________________


Binding Signature of Contractor ________________________________________

[Addendum showing the corrections, if any, made during the Bid evaluation should be attached with
this agreement]
211
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

212
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

Section XII. Technical Evaluation Criteria

213
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

214
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

TECHNICAL EVALUATION CRITERIA


As per GPPB Res. No. 22-2007

Preliminary Conceptual Design Plans;


Preliminary conceptual design plans must adhere to the requirement of the procuring entity as
per Section III. Bid Data Sheet, Section VII. Drawings, Section VI. Performance Specifications and
Parameters.

Design and Construction Methods in narrative form;


Concept of approach and methodology for detailed engineering, design and construction with
emphasis on the clarity, feasibility innovativeness and comprehensiveness of the plan approach,
and the quality of interpretation of project problems, risks, and suggested solutions;
A comprehensive approach or methodology that will be used to develop the required output of
the project that clearly identifies the objectives & specifications to coincide with the Performance
Specifications and Parameters; includes the detailed work plan detailing the activities and
progress indicators & manning schedule that will fit the required key personnel as required in the
Bidding Documents including proper timing and dispatching of personnel.
It shall contain the following information but not necessarily limited to the following:

Identify and clarify the objectives and specifications to coincide with the Performance
Specifications and Parameters;
Describe the approach and methodology that will be used to develop the required output
of the project;
Adequacy of the scope of works corresponding to the Performance Specifications and
Parameters;
Include detailed work plan detailing the activities and progress indicators;
Appropriateness and consistency of the manning schedule, fitting the required key
personnel as required in the bidding documents including proper timing and dispatching
of personnel.

List of design and construction key personnel, to be assigned to the contract to be bid, with their
complete qualification and experience data form, with the following attachment:
Contractors Letter-Certificate to Procuring Entity (SF-INFR-45)
Key Personnel Certificate of Employment (SF-INFR-46)
Bio-data of Key Personnel (SF-INFR-47)

Quality of personnel to be assigned to the project which covers suitability of key staff to
perform the duties of the particular assignments and general qualifications and competence
including education and training of the key staff. The evaluation will be based on the
following parameters:
Design Phase
1

- Team Leader
Licensed Civil Engineer or Chemical Engineer
Minimum of 10 years experience in civil engineering or chemical
engineering with experience in the direction and administration of
activities pertinent to the planning, design and construction of
infrastructure projects.
215
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

- Civil Engineer
Licensed Civil Engineer
Minimum of 10 years experience in civil engineering with experience in
the design and construction of reinforced concrete and steel structures
such as buildings, water impounding and retaining structures and has
substantial knowledge of the principles and practices in earthquake
design.

- Geotechnical Engineer

- Chemical Engineer

Licensed Chemical Engineer


Minimum of 10 years experience in chemical engineering with experience
in the design and analysis of processes and test methods in water
treatment.

- Professional Electrical Engineer

Geotechnical Engineer
Minimum of 5 years experience in geotechnical engineering with
experience in geotechnical evaluation, foundation analysis and design
including liquefaction analysis for various structures such as water
impounding and retaining structures, buildings and other related
structures.

Licensed Electrical Engineer


Minimum of 10 years experience in electrical engineering with experience
in building electrical design and installation and has substantial
knowledge in the electrical systems design of buildings, water treatment
plant, pumping stations and other infrastructure with complex electrical
systems.

- Professional Mechanical Engineer

Licensed Mechanical Engineer


Minimum of 10 years experience in mechanical engineering with
experience in mechanical design and installation and has substantial
knowledge in the mechanical systems design of buildings, treatment
plant, pumping stations and other infrastructure with complex
mechanical systems.

Construction Phase
1
- Team Leader
Licensed Civil Engineer or Chemical Engineer
Minimum of 10 years experience in civil engineering or chemical
engineering with experience in the direction and administration of
activities pertinent to the planning, design and construction of
infrastructure projects.
1

- Project Engineer
Licensed Civil Engineer
Minimum of 10 years experience in civil engineering with extensive
experience in the supervision/implementation of infrastructure projects.

- Cost/Quantity/Specifications Engineer

216
Section XI. Bidding Forms

DESIGN AND CONSTRUCTION OF WATER TREATMENT PLANT FOR CABANTIAN PRODUCTION WELL NO. 1

- Chemical Engineer

Licensed Civil Engineer


Minimum of 5 years experience in civil engineering with experience in the
preparation of technical specifications, cost estimation and detailed
analysis of all applicable unit prices.

Licensed Chemical Engineer


Minimum of 10 years experience in chemical engineering with experience
in the design and analysis of processes and test methods in water
treatment.

- Materials Engineer

Licensed Civil Engineer


Must possess a level 1 or 2 DPWH accreditation for materials engineer.
Minimum of 5 years experience with laboratory and field experience in
materials testing and quality assurance and control.

Note: All documents that will prove the educational attainment of the required professionals must
be attached to the technical submission, this will include but not limited to licenses, certificates,
diplomas and other related documents.

217
Section XI. Bidding Forms

You might also like