Download as pdf or txt
Download as pdf or txt
You are on page 1of 48

SECTION 2.

BIDDING FORM

MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Section 2 - Bidding Forms

This section contains the forms to be completed by the Bidder and submitted as part of its Bid.

Form 1 - Letter of Technical Bid


Form 2 - Letter of Price Bid
Form 3 - Price Schedules
Form 4 - Bid Security
Form 5 - Technical Proposal
Form 5.1 Contractor’s Project Organization
Form 5.1.1 – Organization Chart 1 – Indicating the division of responsibility
across the JV / consortium members (if applicable), its key subcontractors and
key equipmentsuppliers.
Form 5.1.2 – Organization Chart 2 – Indicating the key personnel roles and
names, with clear indication of the name of the organization they are employed.
Form 5.2 The Contractor’s Key Personnel
Form 5.2.1: Summary of Proposed Key Personnel
Form 5.2.2: Resume of Proposed Key Personnel
Form 5.3 Program of Works
Form 5.4 Technical Schedules
Form 5.4.1 – Proposed Processes
Form 5.4.1.A – Process Description
Form 5.4.1 B – Process Flow
Form 5.4.1 B1 Process flow diagram(s) with mass balances information
Form 5.4.1.B2 Process block diagram(s)
Form 5.4.1.C – Outline Process and Instrumentation diagrams
Form 5.4.1.D – Hydraulic profile
Form 5.4.1.E – Site plan and General Arrangement
Form 5.4.2 – Schedules of Technical Particulars – process, mechanical,
electrical, instrumentation, control and automation work
Form 5.5 Manufacturer's Authorization
Form 5.5(a) Warranty
Form 5.6 Proposed Subcontractors and/or Manufacturers for Major Items of Plant and
Services
Form 5.6(a) – List of Major Mechanical, Electrical and Instrumentation, Control
and Automation Equipment
Form 5.6(b) – List of Spares and Tools and Special Tools
Form 5.7 Schedules of Performance Guarantees
Form 5.7A – Clarified Water Quality Guarantee Form
Form 5.7B – Noise Level
Form 5.7C – Functional Guarantee
Form 5.7.C(A) – Power Consumption Guarantee
Form 5.7.C (B) – Power Requirements Power for Different Flow and Load
Conditions
Form 5.7.C(C) – Chemical Consumption Guarantee
Form 5.7. C(D) – Sludge Generation
Form 5.7.C (E) – Capital Maintenance

Page 2 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 1 – Letter of Technical Bid

Name of Contract:
Date:

To: MANILA WATER COMPANY, INC.


Ground Floor, MWSS Administration Bldg.
489 Katipunan Road, Balara, Quezon City 1105 Philippines

We, the undersigned, declare that:

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]

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]

Page 3 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 2 – Letter of Price Bid

Note: This form shall be included and submitted together with the Price Bid.

Name of Contract:
Date:

To: MANILA WATER COMPANY, INC.


Ground Floor, MWSS Administration Bldg.
489 Katipunan Road, Balara, Quezon City 1105 Philippines

We, the undersigned, declare that:

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.

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

Page 4 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 3 – Price Schedules

A. Preamble

A.1 General

1. The Price Schedules are divided into separate Schedules as follows:

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.

Page 5 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

A.3 Payment Terms

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:

a. For General Requirements


Items Payable
100% After submission, review and approval
by the Employer of Contractor’s insurance
Insurances
policies.

Furnish O&M Manuals and 100% After approval of the O&M Manual and
Training Plans completion of training.

Testing and Commissioning of


the Equipment, Buildings and 100% After completion and no objection of the
other Structures including Engineer

30% after completion of pre-commissioning;


Testing and Commissioning of and upon no objection of the Engineer
the Processes; including all
Training 70% after completion of process train; and
upon no objection of the Engineer
According to the breakdown of the prices in
Mobilization and demobilization the Price Schedules

Contractor’s provision of health Monthly Interim Payment


and safety (Note: Total cost divided by number of months)

Page 6 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

b. For Design and As-Built Deliverables


Items Payable
Stage 1 (Outline Design) –

Process Flow Diagrams, Piping and


Instrumentation Diagram, Hydraulic Profile, Mass
Balance Diagram, Process Design Computations
including design criteria and basis, Control
100% After submission, review and
Philosophy, Control System Architecture,
no objection by the Engineer
Control & Monitoring Interface List, Instrument
List, I/O List, Cable Schedule Power System
Analysis and Calculations, Transformer/ MCC /
Cable Sizing, General Arrangement and
Equipment Layout Drawings, Equipment List,
Chemical and Utilities Consumption List, etc., as
mentioned in the Employer’s Requirements

Stage 2 (Detailed Design) –

Fully developed and dimensioned drawings


showing plans, elevations, sections for Civil
Guidance Drawing,Mechanical and EICA, 100% After submission, review and
all supporting design computations, HAZOP no objection by the Engineer
study report, Detailed drawings with
sufficient details for construction of Civil,
Mechanical and EICA, Shop drawings to be
further developed

100% After submission, review,


As Built/Installed design deliverables approval and acceptance by the
Employer

c. For the major Mechanical, Electrical, Instrumentation, Control & Automation


item of works, the interim payment shall be based on the following table. Refer to
Form 5.4 for the major mechanical, electrical, instrumentation, control & automation
work.

Page 7 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Percentage of Lump Sum


Stage of Completion
to be paid
Upon Purchase Order; upon presentation of P.O.
and shipment documents, as applicable 20%

On delivery and the Employer’s acceptance


on-site /warehouse of the equipment 30%
(mechanical, electrical, instrumentation,
control and automation system)

On completion of Installation 20%


On successful completion of Testing and 30%
Commissioning

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.

Page 8 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

A.4 Procedures of Payment

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 Employer shall advise the release of payment 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.

Page 9 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

B. SCHEDULES OF RATES AND PRICES

Schedule B.1 Grand Summary

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

5 Subtotal (B.2 to B.4)


6 Contingencies at 10% of Schedules B.2 to B.4
7 Total CAPEX Bid Price (Item 5 + Item 6)
Part 2- OPEX (manpower and laboratory testing)
8 Schedule B.5 – Process Proving Period (PPP)
Costs (manpower and laboratory testing)
Part 3- CAPEX + OPEX
9 Total Project Cost (CAPEX + OPEX)
(Item No 7 + Item No 8)

Name of Bidder:

Signature of Bidder:

Page 10 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.2 General Requirements

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:

Page 11 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.3 Design and As-built Design Deliverables

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:

Page 12 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.4 MEICA Works for Ballasted Floc Clarifier


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
4 MEICA Works for the Ballasted Floc Clarifier

Supply and Delivery of


4.1 Ballasted Floc Clarif ier
(carried from Schedule
B.4a)
Chemical Storage and
4.2 Dosing System (carried from
Schedule B.4b)
Electrical Works (carried
4.3
from Schedule B.4c)
ICA/SCADA Works (carried
4.4
from Schedule B.4d)
TOTAL (B.4)
Columns 6 and 8 to be
carried forward to Schedule B.1

Name of Bidder:

Signature of Bidder:

Page 13 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.4a Supply and Delivery of Ballasted Floc Clarifier

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

4.1 Supply and Delivery of Ballasted Floc Clarifier


Mechanical works
4.1.1
4.1.2 Electrical works
4.1.3 Instrumentation and controls
TOTAL (B.4.1)
Columns 6 and 8 to be
carried forward to Schedule B.4 Item 4.1

Name of Bidder:

Signature of Bidder:

Page 14 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.4b Chemical Storage and Dosing Systems

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

4.2 Chemical Storage and Dosing Systems


Mechanical works -
4.2.1 Chemical Storage Tanks and
Dosing Systems
4.2.2 Electrical works
4.2.3 Instrumentation and controls
TOTAL (B.4.2)
Columns 6 and 8 to be
carried forward to Schedule B.4 Item 4.2

Name of Bidder:

Signature of Bidder:

Page 15 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.4c Electrical Works

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

4.3 Electrical Works


All Electrical Works
- supply, delivery
installation, test and
commissioning including
but not limited to
transf ormers, LV,
switchgears,
4.3.1
motor control centers, drives,
lighting and small power
distribution boards, power
f actor correction, wiring, etc

Other Work Not Included


4.3.2 Elsewhere (to be detailed by
the bidder)
TOTAL (B.4.3)
Columns 6 and 8 to be
carried forward to Schedule B.4 Item 4.3

Name of Bidder:

Signature of Bidder:

Page 16 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.4d ICA/SCADA Works

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

4.4 SCADA Works


Control and Automation
System; supply and
installation including
4.4.1 hardware and license
sof tware f or PLC & SCADA
System and Telemetry
System
Control system design, PLC
programming, SCADA
4.4.2
graphics development and
communication interf ace
Other Work Not Included
4.4.3 Elsewhere (to be detailed by
the bidder)
TOTAL (B.4.4)
Columns 6 and 8 to be
carried forward to Schedule B.4 Item 4.4

Name of Bidder:

Signature of Bidder:

Page 17 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule B.5: Process Proving Cost

Total Unit Price Total


Unit Price
Price – – Foreign Prices –
– Local
Item Description Qty Unit Local Currency Foreign
Currency
Currency (USD) Currency
(PHP)
(PHP) (USD)
1 2 3 4 5 6=3x 5 7 8=3x 7

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

TOTAL Columns 6 and 8 to be carried forward Grand Summary

Name of Bidder:

Signature of Bidder: ______________________________________

Page 18 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Schedule No. B.5 (a): Capital Maintenance

Total Unit Price Total


Unit Price
Price – – Foreign Prices –
– Local
Item Description Qty Unit Local Currency Foreign
Currency
Currency (USD) Currency
(PHP)
(PHP) (USD)
1 2 3 4 5 6=3x 5 7 8=3x 7

1 Capital Maintenance (the


Contractor shall provide
details
The Contractor shall list down Lump
1
the details sum

TOTAL Columns 6 and 8 to be carried forward to Schedule B.5

Page 19 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 4 – Bid Security

[Bank’s Name, and Address of Issuing Branch or Office]

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.

Furthermore, we understand that, according to your conditions, bids must be supported by a


bid guarantee. At the request of the Bidder, we [name of Bank] hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount
in words]) upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Bidder is in breach of its obligation(s) under the bid conditions,
because the Bidder:

(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.

This guarantee will expire:


(a) if the Bidder is the successful bidder, upon our receipt of copies of the contract
signed by the Bidder and the performance security issued to you upon the
instruction of the Bidder; or

(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.

Authorized signature(s) and bank’s seal (where appropriate)

Page 20 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5 – Technical Proposal

Form 5.1 Contractor’s Project Organization

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 5.1.1 Organization Chart 1


Bidder’s response:

Page 21 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

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 5.1.2 Organization Chart 2


Bidder’s response:

Page 22 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.2 Personnel

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.

Page 23 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.2.1 Summary of Proposed Key Personnel

No. Employer’s Requirements Bidder’s Response


Position Desired Mandatory Years of Mandatory Relevant Name of the Demonstrate
Years of Relevant Experience Experience Nominated Adequacy for
Professional Personnel and the Position
Experience Name of the being proposed
Company
1 Project 10 5 • Licensed Engineer
Manager • Experience as a Project
Manager in at least 3
Water Treatment Plant
(WTP) projects with
more than 100 MLD
capacity

2 Design 15 15 • Licensed Chemical /


Manager Sanitary / Civil /
Mechanical / Electrical
Engineer
• Experience as a design
manager in at least 3
WTP projects and at
more than 100 MLD
• Practicing Engineer who
can sign off on
documents

Page 24 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

3 Process Design 15 15 • Licensed Chemical


Engineer Engineer / Sanitary / Civil
Engineer
• Experience as a process
design engineer in at
least 3 WTP projects and
at more than 100 MLD
• Practicing Process
Engineer who can sign
off on documents
4 Electrical 10 5 • Licensed Electrical
Design Engineer
Specialist • Experience as an
electrical design
specialist in at least 2
WTP Projects and other
electro-mechanical
installation projects
5 Instrumentation, 10 5 • Preferably BS in
Controls and Instrumentation and
Automation Control Engineering
Specialist/ graduate with PICS
Engineer or certificate or equivalent,
System or licensed Electrical
Integrator Engineer or licensed
Electronics and
Communications
Engineer
• Experience as an
instrumentation,
controls, and automation
design specialist/
engineer in at least 2
Page 25 of 48 MANILA WATER COMPANY, INC.
MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

WTP Projects and other


electro-mechanical
installation projects

6 Mechanical 10 5 • Licensed Mechanical


Design Engineer
Specialist • Experience as a
mechanical design
specialist in at least 3
WTP Projects or other
electro-mechanical
installation projects
• Licensed Mechanical/
Electrical Engineer
Construction/ • Experience as a
Installation Construction/ Installation
7 10 5
Manager/Super manager in at least 3
visor WTP Projects or other
electro-mechanical
installation projects
8 Commissioning 10 5 • Licensed Mechanical /
Manager/ Electrical / Chemical
Supervisor Engineer
• Total experience as a
Commissioning manager
– 5 years
• Experience as a
Commissioning Manager
in at least 3 WTP
Projects or other electro-
mechanical installation
projects
Page 26 of 48 MANILA WATER COMPANY, INC.
MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.2.2 Resume of Proposed Key Personnel

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.

[Signature of nominee or authorized representative of the Firm] [Date signed]

Page 27 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.3 Programme of Works

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

Page 28 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.4 Technical Schedules

Form 5.4.1 Proposed Processes

Form 5.4.1.A Process Description

The bidder to submit concise description of his proposed processes complying with the
Employer’s Requirements

Form 5.4.1.B Process Flow


The Bidder shall provide, at a minimum, the following along with the Bid:

5.4.1.B1 - Process flow diagram(s) with mass/flow balances

5.4.1.B2 - Process block diagram(s)

Form 5.4.1.C - Outline Process and Instrumentation diagrams

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).

Page 29 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.4.2 Schedule of Technical Particulars – Process, Mechanical, Electrical,


Instrumentation, Control and Automation Works

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.

Sr. Description Units / Parameters / Employer’s Requirements Bidder’s


No Systems Response
Ballasted Floc Clarifier and Chemical Dosing
1 Ballasted Floc Number of trains Bidder to specif y
Clarifier General
Design
2 Conf iguration Bidder to specif y

3 Redundancy N-1
(online)
4 Design Coagulation Bidder to specif y
Tank HRT @ design
f low, hr

5 Design Flocculation Bidder to specif y


Tank HRT @ design
f low, hr

6 System Operation Fully Automatic

7 Coagulation Quantity Bidder to Specif y total


Mixer quantity and quantity per
tank
8 Type of Mixer The Bidder to specif y. Must
be suitable f or the purpose.
9 G Value The Bidder to specif y

10 Gt Value The Bidder to specif y

11 Mixer Speed The Bidder to specif y

12 Mixers Supplier(s) Bidder to specif y


Names & Address
13 Manuf acturer & Bidder to specif y
Country of origin of
the Mixers
14 Flocculation Quantity Bidder to Specif y total
Mixer quantity and quantity per
tank
15 Type of Mixer The Bidder to specif y. Must
be suitable f or the purpose.
16 G Value The Bidder to specif y

17 Gt Value The Bidder to specif y

Page 30 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP
18 Mixer Speed The Bidder to specif y

19 Mixers Supplier(s) Bidder to specif y


Names & Address
20 Manuf acturer & Bidder to specif y
Country of origin of
the Mixers
21 Clarifier Design Number of trains Bidder to specif y

22 Redundancy (online) N-1


23 Conf iguration/Type of Bidder to specif y
Clarif ier (lamella plate,
tube settler, etc –
cocurrent,
countercurrent etc)
24 Surf ace Loading Bidder to specif y
Rate/Solids loading
Rate
25 Detention Time, min Bidder to specif y

26 Fraction of basin Bidder to specif y


covered by plate or
tube settlers, %
27 Plate or Tube Angle Bidder to specif y

28 Tube Shape (if Tube Bidder to specif y


Settler)
29 Settling Velocity Bidder to specif y

30 Sludge Collection Bidder to specif y


Mechanism
31 Recirculation Quantity Bidder to specif y total
Pump quantity and quantity per
train
32 Unit Pump Capacity The Bidder to specif y

33 Pump Flow Control By VFD operation

34 Pump Operation Fully automatic

35 Pump Supplier(s) The Bidder to specif y


Names & Address

36 Pump Manuf acturer & The Bidder to specif y


Country of Origin
37 Sand-Sludge Quantity Bidder to specif y total
Separator quantity and quantity per
train
38 Supplier(s) Names & The Bidder to specif y
Address
39 Manuf acturer & Country The Bidder to specif y
of Origin
40 Ballast/Sand Quantity Bidder to specif y total
Dosing Facility quantity and quantity per
train
41 Sand Dosing Type Bidder to specif y
42 Sand Dosing Unit The Bidder to specif y
Capacity
43 Sand Dosing Flow Bidder to Specif y
Page 31 of 48 MANILA WATER COMPANY, INC.
MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP
Control
44 Sand Dosing Operation Fully automatic
45 Sand Dosing Facility The Bidder to specif y
Supplier Name &
Address
46 Sand Dosing Facility The Bidder to specif y
Manuf acturer & Country
of origin
Chemical Storage Tanks and Dosing System
(Caustic, Coagulant, Flocculant)
47 General Flow conditions f or Flow Basis f or Design –
Design 500 MLD;
Civil works construction –
250 MLD;
MEICA installation – 250
MLD

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

49 Chemical Building As per the Bidder’s design The Bidder to


details provide
description of
the chemical
building, with
plan and
indicative cross-
sectional details
of the building
50 Saf ety system Conf orming to the The Bidder to
Employers’ Requirements provide
description
51 pH Adjustment pH Adjustment The Bidder to specif y
Chemical Storage Chemical
Tank Storage Tank
Capacity
52 No. of Duty Tank/s The Bidder to specif y

53 Coagulant Coagulant Storage The Bidder to specif y


Storage Tank Tank
Capacity
54 No. of Duty Coagulant The Bidder to specif y
Tank/s
55 Flocculant Flocculant Storage The Bidder to specif y
Storage Tank Tank
Capacity

Page 32 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP
56 No. of Duty Flocculant The Bidder to specif y
Tank/s
57 Oxidant Storage Oxidant (f or Iron and The Bidder to specif y
Tank Manganese Removal)
Storage Tank
Capacity
58 No. of Duty Oxidant The Bidder to specif y
Tank/s
59 pH Adjustment pH Adjustment Dosing Bidder to specif y
Dosing Pumps Pump Type
60 pH Adjustment Dosing Minimum 1 working + 1
Pumps Qty. standby
61 Dosing Pump Unit The Bidder to specif y
Capacity
62 Dosing Pump Flow Bidder to Specif y
Control
63 Dosing Pump Fully automatic
Operation
64 Pump Supplier Name The Bidder to specif y
& Address
65 Pump Manuf acturer & The Bidder to specif y
Country of origin
66 Coagulant Dosing Coagulant Dosing Bidder to specif y
Pumps Pump Type
67 Coagulant Dosing Minimum 1 working + 1
Pumps Qty. standby
68 Coagulant Dosing The Bidder to specif y
Pump Unit Capacity
69 Coagulant Dosing Bidder to Specif y
Pump Flow Control
70 Coagulant Dosing Fully automatic
Pump Operation
71 Pump Supplier Name The Bidder to specif y
& Address
72 Pump Manuf acturer & The Bidder to specif y
Country of origin
73 Flocculant Dosing Flocculant Dosing Bidder to specif y
Pumps Pump Type
74 Flocculant Dosing Minimum 1 working + 1
Pumps Qty. standby
75 Flocculant Dosing The Bidder to specif y
Pump Unit Capacity
76 Flocculant Dosing Bidder to Specif y
Pump Flow Control
77 Flocculant Dosing Fully automatic
Pump Operation
78 Pump Supplier Name The Bidder to specif y
& Address
79 Pump Manuf acturer & The Bidder to specif y
Country of origin
80 Oxidant (for Fe Oxidant Dosing Pump Bidder to specif y
and Mn Removal) Type
Dosing Pumps
81 Oxidant Dosing Minimum 1 working + 1
Pumps Qty. standby
82 Oxidant Dosing Pump The Bidder to specif y
Unit Capacity
83 Oxidant Dosing Pump Bidder to Specif y
Flow Control
Page 33 of 48 MANILA WATER COMPANY, INC.
MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP
84 Oxidant Dosing Pump Fully automatic
Operation
85 Pump Supplier Name The Bidder to specif y
& Address
86 Pump Manuf acturer & The Bidder to specif y
Country of origin
87 Lifting Facilities Type The Bidder to specif y
88 Capacity The Bidder to specif y
89 Qty The Bidder to specif y
90 Suppliers Name & The Bidder to specif y
Address
91 Manuf acturer & The Bidder to specif y
Country of Origin
92 Penstocks/Sluice Size The Bidder to specif y
Gate
93 Qty The Bidder to specif y
94 Suppliers Name & The Bidder to specif y
Address
95 Manuf acturer & The Bidder to specif y
Country of Origin
Electrical Systems
96 Variable General provisions Conf orming to the The Bidder to
Frequency Employer’s Requirements provide
Drives description
97 Supplier of VFDs The Bidder to specif y
98 Country of Origin The Bidder to specif y
99 Soft starters General provisions Conf orming to the The Bidder to
Employer’s Requirements provide
description
100 Supplier of Soft The Bidder to specif y
starters
101 Country of Origin The Bidder to specif y
Process Control and Monitoring
102 PLC/SCADA Conf orming to the The Bidder to
System Employer’s Requirements provide
description
103 Instrumentation Conf orming to the The Bidder to
and Control Employer’s Requirements list down
Works instrumentation
and provide
description to
demonstrate
compliance with
the
Requirements
and MWCI SES
Others
104 Proprietary Project Ref erences The Bidder to conf irm
Ballasted Floc provide perf ormance
Clarifier record in thef orm of a list
and the employer’s
contact details (email,
phone, names,
designation) f or a
minimum of two
installations

Page 34 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.5 – Manufacturer's Authorization

Date: [insert date (as day, month and year) of bid submission]
Contract No.: [insert number of contract package]

To: [insert complete name of the Employer]

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.

Signed: [insert signature(s) of authorized representative(s) of the manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the manufacturer]


Title: [insert title]
Duly authorized to sign this Authorization on behalf of: [insert complete name of the
manufacturer]
Dated on day of , [insert date of signing]

Page 35 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.6 Proposed Subcontractors and/or


Manufacturers for Major Items of Plant and Services

Major Items of Plant and Proposed Subcontractors or Country of Origin


Services Manufacturers

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:

1. Process Mechanical Equipment


a. Chemical Dosing Pumps
b. Mixers
c. Sludge Recirculation Pump
d. Ballast/Sand Dosing Facility
e. Sludge-Sand Separator
f. Chemical Tanks

2. Electrical Equipment
a. Variable Frequency Drives
b. Soft Starters

3. Instrumentation, Control and Automation System


a. PLC/SCADA System
b. Instrumentation and Control – Bidder to list down the instruments

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.

Spares / Tools/ Special Tools Purpose / Function Country of Origin


Description

Page 36 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.7 Schedules of Performance Guarantees

The “Schedule of Performance Guarantee” describes the Performance Damages for


noncompliance with the clarified water quality standards and guarantees provided by the
Contractor at the time of the bid. The signed copy forms part of this Bidding Documents and
hence the Contract document. The Bidder shall complete and sign each page of this section
and shall include in the Bid.

Page 37 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.7.A Clarified Water Quality Guarantee

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.

Table 5.7A – Clarified Water Quality Target/Limit

The Contractor shall design the ballasted floc clarifier which shall produce clarified water that
complies to the requirements below:

Parameter Unit At Maximum Raw


Water Quality
Flow <Per Bidder’s Design> MLD
Turbidity °C <5
Total Suspended Solids NTU <5
pH - 6.8-8.0
Manganese (Filtered)* mg/l <0.02
Iron (Filtered)* mg/l < 0.4

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.

Page 38 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.7.B Noise Level

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.

Table 5.7.B - DENR Standards for Noise Levels in General Areas

Category Area B

Day Time (9 am – 6 pm) 60


Morning (5 am – 9 am)
55
Evening (6 pm – 10 pm)
Nighttime (10 pm – 5 am) 50
Area A - section or contiguous area which is primarily used f or residential purposes.

Page 39 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.7.C Functional Guarantee

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.

(A) Power Consumption Guarantee

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.

Page 40 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Table 5.7.C (A) - Guaranteed Power Consumption per m3 of Treated Water (at Different Flow and Load Condition)

Unit Minimum Maximum Remark

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.

Page 41 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

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.

Page 42 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

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

S/N Equipment / System A B C D E F G = D/E H = G/F J=AxCxG K=CxH

Operating Hours /

Motor Duty Power


(The Bidder shall

Motor Duty Input,


Number of Units

Number of Units

Total Motor Duty


Motor Efficiency
Power Output

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)

Ballasted Floc Clarifier (The Bidder shall list relevant equipment)

Page 43 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

(B) Chemical Consumption Guarantee

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.

Page 44 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Form 5.7.C (C) - Guaranteed Chemical Consumption at Different Flow and Load Conditions

Chemical Consumption at Delivered Concentration,


Liter/day7 or kg/day
6 Delivered
Purpose Chemical Name Conc, % w/w Minimum Raw Water Quality Maximum Raw Water Quality
0-50 51-100 101-150 151-200 201-250 0-50 51-100 101-150 151-200 201-250
MLD MLD MLD MLD MLD MLD MLD MLD MLD MLD
pH Adjustment

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)

6 Please ref er to the Employer’s requirements f or approved chemical list


7 Value in delivered/supplied concentration.
8 Contractor to submit a graphical representation of Specif ic Chemical Consumption Guarantee

Page 45 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

(C) Sludge Generation

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.

Page 46 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

Table 5.7.C (D) - Sludge Generation – at Different Load Conditions

Sludge Generation

Minimum Raw Water Quality Maximum Raw Water Quality

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

Sludge Generated, kg/d

Unit Sludge Production, kg per m3 of treated water

Unit Sludge Production, m3 per m3 of treated water

Note: Contractor to submit a graphical representation of Maximum Sludge Generation.

Page 47 of 48 MANILA WATER COMPANY, INC.


MWSS COMPLEX KATIPUNAN AVE. BALARA 1105.
QUEZON CITY, PHILIPPINES
Section 2. Bidding Forms
Design of Phase 1 (250 MLD) and Phase 2 (250 MLD), and Supply,
Installation, and Commissioning of Ballasted Floc Clarif ier f or Phase 1
of Pasig WTP

(D) Capital Maintenance

It is recognized that a degree of capital replacement shall be required. The Contractor is


required to identify the maximum level of capital replacement for the initial five (5) years of
operation and an estimate for succeeding years. This shall be identified as a % figure of the
overall price bid. He shall be required to return the attached table below outlining the staffing
levels on site.

Table 5.7.C (E) – Maintenance

Maximum spend on maintenance


Cost per annum
parts per annum, %
Years 1-5 Please provide the % in Price Bid
Year >5 years operation Please provide the % in Price Bid

Page 48 of 48

You might also like