Professional Documents
Culture Documents
Section 2 (Bidding Forms) Pasig WTP Technology Provider - Final
Section 2 (Bidding Forms) Pasig WTP Technology Provider - Final
BIDDING FORM
This section contains the forms to be completed by the Bidder and submitted as part of its Bid.
Name of Contract:
Date:
We have examined the Instructions to Bidders, Conditions of Contract (both General and
Particular), Employer’s Requirement including Performance Specifications its Appendices
and Addenda issued for the above-named Contract. We have examined, understood and
checked these documents and have ascertained that they contain no errors or other defects;
We offer to design, deliver, install, commission, and process prove, in conformity with the
Bidding Document the Plant and Services indicated above.
Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of one
hundred eighty (180) 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;
If our Bid is accepted, we will provide the specified Performance Security, commence the
Works as soon as is reasonably practicable by mobilizing key equipment and personnel in
accordance with the requirements set forth in Section 5 -Employer’s Requirements and our
technical proposal, and complete the Works within the Time for Completion. We guarantee
that the Works will conform to the Performance Guarantees included in this Bid;
We understand that this Bid, together with your written acceptance thereof included in your
Letter of Acceptance, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
We further understand that you are not bound to accept the lowest evaluated cost Bid, the
most advantageous Bid or any other Bid that you may receive; and
We hereby certify that we have taken steps to ensure that no person acting for us or on us
behalf engages in any type of Fraud and Corruption or have Conflict of Interest.
Signed: [insert signature of person whose name and capacity are shown] in the capacity of [insert
legal capacity of person signing the Bid]
Note: This form shall be included and submitted together with the Price Bid.
Name of Contract:
Date:
We offer to design, deliver, install, commission, and process prove, in conformity with the
Bidding Document the Plant and Services indicated above.
The total price of our Bid, excluding any discounts offered below is the sum of [ insert amount
in words] and [amount in figures]
.
The discounts offered and the methodology for their application are as follows: [. . . insert
discounts and methodology for their application if any . . .]
Our Bid shall be valid for a period of one hundred eighty (180) days from the date fixed for the
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.
If our Bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document.
We understand that this Bid, together with your written acceptance thereof included in your
Letter of Acceptance, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
We further understand that you are not bound to accept the lowest evaluated cost Bid, the
most advantageous Bid or any other Bid that you may receive.
Signed: [insert signature of person whose name and capacity are shown] in the capacity of [insert
legal capacity of person signing the Bid]
Name: [insert complete name of person signing the Bid]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder
(company name of JV partner ’s name)]
Date signed: [insert date of signing] day of [insert month], [insert year
A. Preamble
A.1 General
2. The Schedules do not generally give a full description of the plant to be supplied and the
services to be performed under each item. Bidders shall be deemed to have read the
Employer’s Requirements and other sections of the Bidding Document and reviewed the
Drawings to ascertain the full scope of the requirements included in each item prior to
filling in the rates and prices. The entered rates and prices shall be deemed to cover the
full scope as aforesaid, including overheads and profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall seek clarification
in accordance with ITB prior to submitting their bid.
A.2 Pricing
4. The units and rates in figures entered into the Price Schedules should be typewritten or if
written by hand, must be in print form. Price Schedules not presented accordingly may be
considered nonresponsive. Any alterations necessary due to errors, etc., shall be initialed
by the Bidder.
5. As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed
and firm for the duration of the Contract, or prices shall be subject to adjustment in
accordance with the corresponding Appendix (Price Adjustment) to the Contract
Agreement, if any.
6. Bid prices shall be quoted all in Philippine Peso (PHP) and US Dollars only. Total prices
shall be addition of Philippine Peso and US Dollars.
7. For each item, Bidders shall complete each appropriate column in the respective
Schedules, giving the price breakdown as indicated in the Schedules.
8. Prices given in the Schedules against each item shall be for the scope covered by that
item as detailed in Section 5 - Employer’s Requirements or elsewhere in the Bidding
Document. Items not priced in the Price Schedules but were included in the Technical
Proposal shall be deemed included or covered by other items in lump sum in the Price
Schedule for which that item of work is related.
9. Payments will be made to the Contractor in Philippine Peso (PHP) and US Dollars.
10. When requested by the Employer for the purposes of making payments or part payments,
valuing variations or evaluating claims, or for such other purposes as the Employer may
reasonably require, the Contractor shall provide the Employer with a breakdown of any
composite or lump sum items included in the Schedules.
11. In accordance with the provisions of GCC Clause 14 (Contract Price and Payment), the
Employer shall pay the Contractor in the following manner and at the following times,
based on the Price Breakdown shown in the Price Schedules. Applications for payment in
respect of part deliveries may be made by the Contractor as work progresses.
12. Interim progress payments against Lump Sum items and other rates will be apportioned
as follows:
Furnish O&M Manuals and 100% After approval of the O&M Manual and
Training Plans completion of training.
d. For Operation and Maintenance (during Trial Operation and Process Proving
Period)
The variable components shall be at Manila Water’s expense. The Contractor shall
submit periodically the actual consumption/production for the following –
1. Electricity bills
2. Water bills
3. Hauling charges for disposal of solids (based on volume of dewatered sludge)
4. For chemicals, based on delivered amount.
The fixed components (manpower and water sampling and analysis) shall be paid at the prices
quoted by the Bidder.
When applying for certification and making payments, the procedures shall be as follows:
The Contractor shall prepare Statements in accordance with GCC Clause 14.3.
The Engineer shall, within 28 days after receiving the Statement and supporting documents,
issue to the Employer an Interim Payment Certificate, which shall state the amount which the
Engineer fairly determines to be due, with supporting particulars. Payment of Interim Payment
Certificates will be on monthly basis.
In accordance with the Philippine Tax law, Income Tax and Value Added Tax (IT / VAT) will be
deducted from any Interim Payment Certificate before payment by the Employer to the
Contractor.
• The Amount certified in each Interim Certificate within 56 days after the Engineer
receives the Statement and supporting documents.
• Payment of the amount due in each currency shall be made into the bank account,
nominated by the Contractor, in the payment country (for this currency). The payments
will be made in the currencies agreed during the Contract Award.
Name of Contract:
Exchange Rate:
Bid / Quoted Price
Item No. Description
PHP USD
Part 1- CAPEX
1 Schedule B.2 – General Requirements
2 Schedule B.3 – Design and As Built Services
3 Schedule B.4 – Supply and Delivery of MEICA
Works f or Ballasted Floc Clarif ier, including
general preliminaries
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
2 General Requirements
Applicable Insurances 1 Lump
2.1 sum
Furnish O&M Manuals and 1 Lump
2.2 Training Plans sum
Testing and Commissioning 1 Lump
of all Equipment and sum
2.3 Processes; including all
Training
Contractor’s mobilization and 1 Lump
2.4 demobilization of the Site sum
Contractor’s provision of 1 Lump
2.5
Saf ety equipment sum
Installation (manpower 1 Lump
2.6 and equipment) Sum
TOTAL (B.2)
Columns 6 and 8 to be
carried forward to Schedule B.1
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
3 Design
Stage 1 (Outline Design) – 1 Lump
Process Flow Diagrams, Piping sum
and Instrumentation Diagram
(P&ID), Hydraulic Prof ile, Mass
Balance Diagram, Process
Design Computations including
design criteria and basis,
Control Philosophy, Control
System Architecture, Control &
Monitoring Interf ace List,
3.1 Instrument Interf ace, I/O List,
Cable Schedule Power System
Analysis and Calculations,
Transfo rm er/S witc hg ears /MC C/
Cable Sizing, Illumination
Design, Grounding and
Lightning Protection Design,
General Arrangement and
Equipment Layout Drawings,
Equipment List, Chemical and
Utilities Consumption List
Stage 2 (Detailed Design) – 1 Lump
Fully developed and sum
dimensioned drawings showing
plans, elevations, sections f or
Civil, Mechanical and EICA, all
supporting design
3.2 computatio ns , HAZOP study
report, Detailed drawings with
suf f icient details f or
construction of Civil,
Mechanical and EICA, Shop
drawings to be f urther
developed
1 Lump
3.3 As-built design deliverables
sum
TOTAL (B.3)
Columns 6 and 8 to be
carried forward to Schedule B.1 Item 2
Name of Bidder:
Signature of Bidder:
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
Name of Bidder:
Signature of Bidder:
Name of Contract:
Exchange Rate:
Item Description Qty. Unit Unit Price Total Price Unit Price Total
(PHP) (PHP) (USD) Price
(USD)
1 2 3 4 5 6=3x5 7 8=3x7
Name of Bidder:
Signature of Bidder:
1 Fixed Costs
Lump
1.1 Labor cost 1
sum
Capital Maintenance (carried Lump
1.2 1
f rom Schedule B.5(a)) sum
Weekly quality testing, Lump
1.3 1
Laboratory sum
Additional Testing over and
Lump
1.4 above the weekly testing at the 1
sum
Guarantee Run
Name of Bidder:
Beneficiary:
MANILA WATER COMPANY, INC.
Ground Floor, MWSS Administration Bldg. 489 Katipunan Road, Balara,
Quezon City 1105 Philippines
Telephone: (632) 981-81-38, (632) 981-81-49
Fax No.: (632) 981-81-61
Date: BID GUARANTEE No.:
We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has
submitted to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of
[insert Contract name] under the Letter of Invitation.
(a) has withdrawn its Bid during the period of bid validity.
(b) does not accept the correction of errors in accordance with the Instructions to
Bidders having been notified of the acceptance of its Bid by the Employer during
the period of bid validity,
(i) fails or refuses to execute a Contract Agreement, if required, or
(ii) fails or refuses to furnish the Performance Security, in accordance with the
Conditions of Contract.
(b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy
of your notification to the Bidder of the name of the successful bidder; or (ii) twenty-
eight days after the expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
758.
The Contractor shall submit with its Bid charts showing the proposed organization to be
established by the Contractor in carrying out the works. The organization charts shall show
the design team, procurement team, installation team, testing and commissioning supervision
team and process proving team. The chart shall also show the interrelationship of each team
to one another, as applicable. The Bidder shall submit the following at a minimum:
Form 5.1.1 Organization Chart 1: Indicating the division of responsibility across the JV /
consortium members (if applicable), its key subcontractors and key equipment suppliers. The
Bidder shall provide information of maximum 3 alternative subcontractors for each
subcontracted work.
Form 5.1.2 Organization Chart 2: Indicating the key personnel roles and names, with clear
indication of the name of the organization each of the key personnel employed. The Key
Personnel on the organization chart shall at a minimum match the key personnel information
in the Form 5.2.1.
Form 5.2.1 Summary of Proposed Key Personnel: Bidders should nominate qualified
personnel to meet the specified requirements stated below.
Form 5.2.2 Each of the key personnel’s specific profile and information shall be provided using
the Form 5.2.2. Each resume must be properly signed and certified as to the truthfulness of
the information contained therein, and an attestation as to the availability of the key personnel
to undertake the tasks required should the Bidder be awarded with the Contract. A copy of
professional license shall also be attached in the resume.
Proposed Position:
Name of Firm:
Years with firm:
Name of Staff
Date of Birth Nationality:
Profession
Years of Years of Relevant
professional Experience:
Experience:
Education / Training:
Key Qualifications:
Countries of
Work
Languages:
English: Spoken Fluent Good Fair
Written Fluent Good Fair
Employment Record:
Professional Date Description
Experience
Month / Year Employer: Position:
to Month /
Year
Description of projects and activities by nominee
In Water Industry
Month / Year Employer: Position:
to Month /
Year
Description of projects and activities by nominee
Month / Year Employer: Position:
to Month /
Year
Description of projects and activities by nominee
On Similar Projects
Month / Year Employer: Position:
to Month /
Year
Description of projects and activities by nominee
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe my qualifications, my experience, and me. I also hereby declare that if my firm is
contracted for this project that I will be available to provide and complete my services as
assigned to me in the Proposal documents.
The Bidder shall submit the programme of works / time schedule to demonstrate achieving the
Date of Completion of 55 months. The Bidder’s Programme of Works shall be demonstrated
using Gantt Charts; and shall include the activities at a minimum as mentioned below. The
programme of works shall include the critical path.
(a) Design,
(b) Pre-works,
(c) Procurement,
(d) Installation of Equipment,
(e) Tests on Completion (all commissioning stages, Process Proving Period)
(f) The Employer’s Taking Over
(g) Defects Notification Period
The bidder to submit concise description of his proposed processes complying with the
Employer’s Requirements
Form 5.4.1.D - Hydraulic profile from inlet pipe to effluent discharge pipe indicating
capacities of principal flow channels and interconnecting pipes. The hydraulic profile
shall clearly indicate the gravity flow, pumps, and force mains
Form 5.4.1.E - Site Plan indicating all the system components and associated
infrastructure (buildings, roads, interconnectingpipelines and channels).
Note: The Bidder must complete the Technical Particulars requested below. The tenderer shall
list down only a maximum of two (2) manufacturers/models/make for proposed equipment.
Phrases such as ‘Or Equal’, ‘equivalent’, ‘TBA’ and ‘TBC’ shall not be accepted.
3 Redundancy N-1
(online)
4 Design Coagulation Bidder to specif y
Tank HRT @ design
f low, hr
48 Chemical Storage Chemical Storage The storage f or all the The Bidder shall
capacity chemicals proposed by the propose the
Bidder shall be sized appropriate
based on required storage number of
retention (days) at chemical tanks/
average design f low and containers/areas
average dosage considering the
requirement necessary f or degradation of
ultimate capacity of 500 chemicals.
MLD of raw water, with the
design taking into
consideration that only
MEICA installation shall
only be f or 250 MLD
Date: [insert date (as day, month and year) of bid submission]
Contract No.: [insert number of contract package]
WHEREAS
We [insert complete name of the manufacturer or manufacturer’s authorized agent], who are
official manufacturers or agent authorized by the Manufacturer of [insert type of goods
manufactured], having factories at [insert full address of manufacturer’s factories], do hereby
authorize [insert complete name of the bidder] to submit a bid the purpose of which is to
provide the following goods, manufactured by us [insert name and/or brief description of the
goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with the relevant clause of
the General Conditions of Contract, with respect to the goods offered by the above firm.
Form 5.6 (a) – Major Process Mechanical, Electrical, Instrumentation, Control and
Automation Works
The major process mechanical, electrical, instrumentation, control and automation equipment
shall consist of the following:
2. Electrical Equipment
a. Variable Frequency Drives
b. Soft Starters
Form 5.6 (b) – List of Spares and Tools and Special Tools
The Bidder must submit a list of spares and tools, and special tools as required under the form
below.
The clarified water quality limits listed in the table below refers to the requirements set to ensure
that the downstream processes will be at its optimum performance, and shall be met under all
operational conditions and all design flow conditions.
The Contractor shall design the ballasted floc clarifier which shall produce clarified water that
complies to the requirements below:
Notes:
* Filtered means the clarifier water will be filtered (using Whatman 10 filter paper) to determine
the dissolved value of iron and manganese.
The clarified water shall be compliant to the Iron & Manganese requirement above after filtration.
The operational site shall not cause excessive noise disruption to the surrounding community.
Acoustic enclosures shall be provided, where required, to achieve this.
The equipment noise level during plant operation shall not exceed an overall A-weighted
sound pressure L Aeq, 8h of 85 dB(A) (8-hour exposure average of 85 dB(A)) when measured
no further than 1 meter from the operating unit in accordance with occupational safety and
health standards).
In addition, the following noise standards shall not be exceeded at the site.
Category Area B
The Bidder shall complete and sign each page of the Functional Guarantees contained in this
Section and shall include them in the Proposal. The Contractor shall provide a justification,
supporting calculations and base data on which the calculations are based, in support of each
of the entered values. The statement and supporting calculations shall be included in the
Contractor’s Bid. The Contractor shall reply to all Employers’ requests for clarification on the
supporting calculations.
These guarantees, after discussion and finalization with Employer, shall become part of the
Contract.
The Contractor shall identify the power consumption of the Ballasted Floc Clarifier for minimum
and max loading and different flow conditions. The following forms shall be filled.
Table 5.7.C (A) - Guaranteed Power Consumption per m3 of Treated Water (at Different Flow and Load Condition)
Plant inf luent f low MLD 0-50 51-100 101-150 151-200 201-250 0-50 51-100 101-150 151-200 201-250
TSS mg/L
Settled Sludge (based on Dry tDS
Solids)
Base Power (not inf luenced kWh/d
by inlet f low)
Treatment of Iron and kWh/d
Manganese Power
Consumption
Ballasted Floc Clarif ier Power kWh/d
Consumption
Total Plant Energy kWh/d
Total Plant Specif ic Power kWh/m3 Per m3 water treated
Consumption (excluding return streams)
Notes: Contractor to submit a graphical representation (i.e. kWh/m3 versus TSS) of the Power Consumption Guarantee.
The Contractor hereby guarantees the power consumption per m3 of treated water shall be less than or equal to the declared values stated in the table
above. The Owner will not be liable f or any dif f erences greater than declared guarantees without proper justif ication.
Measurement
The flow rate shall be measured as a totalized daily flow on the SCADA system. Contractor shall
provide sub-meter or/and sludge flow meter for monitoring the power and sludge generation.
Inlet raw water quality shall be monitored to compare the actual loading conditions versus the
design condition.
Daily calculations shall be undertaken to assess the overall facility power consumption levels
using the information collected. Power consumption shall be monitored and recorded during
the Process Proving Period for reference. Power consumption for the individual subprocesses
shall be monitored via a temporary measurement device to be provided by the Contractor with
daily consumption figures recorded.
The overall facility consumption shall be checked and compared with the guaranteed values.
The Facility shall be deemed to have failed the Process Proving if the specific power
consumption, averaged over the PPP, exceeds the guaranteed value above.
The Bidder shall provide information about the electrical loads in the tables below:
The Bidder shall provide details for power requirement for each piece of process equipment
and other electrical installations offered. Verification of the values shall be done thru SCADA
and PLC linked multifunction meters at the panels.
The information given herein will be used to verify the Guaranteed Power Consumption as
guaranteed by the Bidder.
Form 5.7.C (B) - Power Requirements for Different Flow and Load Conditions (refer to Form 5.7.C (A)) – provide for each
scenario/condition
Operating Hours /
Number of Units
Power Factor
Consumption
Daily Energy
Equipment &
provide major
Guaranteed
(Mechanical
Guaranteed
Mechanical
Power) kW
(kWh/day)
Input kVA
Load kW
Installed
equipment list)
Overall
Duty
Day
kVA
Base Power (The Bidder shall list relevant equipment)
Treatment of Iron and Manganese (The Bidder shall list relevant equipment)
The Contractor hereby guarantees the consumption of any chemical/s shall be less than or
equal to the amount declared in the tables below.
The Tables shall be completed by the Contractor and shall clearly outline the daily chemical
consumption to be used for the ballasted floc clarifier facility. The Table will be evaluated
within the Contractor proposal and shall for the basis for the testing requirements during the
PPP. The Contractor shall ensure that the design levels and Performance Guarantees below
are met under all normal operational conditions.
Form 5.7.C (C) - Guaranteed Chemical Consumption at Different Flow and Load Conditions
Coagulant
Flocculant
Oxidant (f or Fe and Mn
Removal)
Specif ic Chemical Consumption, Liter per m3 of treated water8
pH Adjustment
Coagulant
Flocculant
Oxidant (f or Fe and Mn
Removal)
The Tables below shall be completed by the Contractor. The Contractor hereby guarantees
that the sludge production shall be less than or equal to the amount declared in tables
below.
The guaranteed values will be used as the basis for evaluating the sludge quantity generated
during the PPP.
The flow rate shall be measured as a totalized daily flow on the SCADA system. Contractor
shall provide sludge flow meter for monitoring the sludge generation. Inlet raw water quality
shall be monitored to compare the actual loading conditions versus the design condition.
Sludge Generation
Raw Water Flow, MLD 0-50 51-100 101-150 151-200 201-250 0-50 51-100 101-150 151-200 201-250
TSS, mg/L
Page 48 of 48