BIDDING DOCUMENTS - davao-water.gov.ph · Brgy. Oshiro, Tugbok District, ... 3M clay seal for...

245
Republic of the Philippines DAVAO CITY WATER DISTRICT Km. 5, Jose P. Laurel Avenue, Bajada, Davao City BIDDING DOCUMENTS FOR THE CONSTRUCTION OF TUGBOK RESERVOIR NO.3 AT Brgy. Oshiro, Tugbok District, Davao City JULY 2015 “COPY FOR SALE

Transcript of BIDDING DOCUMENTS - davao-water.gov.ph · Brgy. Oshiro, Tugbok District, ... 3M clay seal for...

Republic of the Philippines

DAVAO CITY WATER DISTRICT Km. 5, Jose P. Laurel Avenue, Bajada, Davao City

BIDDING DOCUMENTS

FOR THE

CONSTRUCTION OF TUGBOK RESERVOIR NO.3

AT

Brgy. Oshiro, Tugbok District, Davao City

JULY 2015

“COPY FOR SALE”

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

2

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

3

DAVAO CITY WATER DISTRICT TABLE OF CONTENTS

TABLE OF CONTENTS

SECTION I. INVITATION TO BID .................................................................................................. 5

SECTION II. INSTRUCTIONS TO BIDDERS ..................................................................................... 9

SECTION III. BID DATA SHEET ................................................................................................ 33

SECTION IV. GENERAL CONDITIONS OF CONTRACT ...................................................................... 39

SECTION V. SPECIAL CONDITIONS OF CONTRACT ......................................................................... 69

SECTION VI. SPECIFICATIONS .................................................................................................. 75

SECTION VII. DRAWINGS ..................................................................................................... 183

SECTION VIII. BILL OF QUANTITIES ....................................................................................... 191

SECTION IX. SPECIAL PROVISIONS ......................................................................................... 199

SECTION X. MATERIALS AND WORKMANSHIP ............................................................................ 213

SECTION XI. BIDDING FORMS ................................................................................................ 219

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

4

DAVAO CITY WATER DISTRICT TABLE OF CONTENTS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

5

DAVAO CITY WATER DISTRICT SECTION I. INVITATION TO BID

Section I. Invitation to Bid

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

6

DAVAO CITY WATER DISTRICT SECTION I. INVITATION TO BID

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

7

DAVAO CITY WATER DISTRICT SECTION I. INVITATION TO BID

INVITATION TO BID

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

Package No.

Name of Project Location Description Approved Budget for the Contract

Contract Duration

1. CONSTRUCTION

OF TUGBOK

RESERVOIR NO.3

Brgy.

Oshiro,

Tugbok District,

Davao City

The work covers the

construction of Tugbok

Reservoir No.3 consisting of: (1) construction of 1,500 Cubic

Meter Capacity Reinforced Concrete Ground Reservoir,

valve box with cover, drainage system, inlet and outlet steel

pipe (2) permit processing and acquisition at concerned

agencies; (3) construction of

guard house and comfort room with electrical works; and (4)

supply and furnishing of all labor, materials, and equipment

necessary for the operation, and commissioning of the concrete

reservoir.

PhP11,136,000.00 235 Calendar

Days

(including 30 unworkable

days)

2. EXPLORATORY DRILLING OF ONE

(1) PRODUCTION WELL (BINUGAO

PW NO.1) WITH 200M DEPTH

PILOT HOLE

Sitio Lomboy,

Barangay Binugao,

Toril District,

Davao City

Drilling of 250mmØ borehole for 200m depth exploratory well

drilling, 200m depth well utilization with gravel pack and

35M depth cement grout with 3m clay seal for sanitary seals,

600mmØ upper borehole with

400mmØ x 101 linear meters Blank Casing, 400mmØ lower

borehole with 250mmØ stainless screen/blank casing using

combination Rotary Drilling Method

PhP6,929,151.00 180 Calendar Days

(including 24 unworkable

days)

3. EXPLORATORY

DRILLING OF ONE (1) PRODUCTION

WELL (TUGBOK PW NO. 9) WITH

200M DEPTH PILOT HOLE

New Loon,

Barangay Tugbok,

Davao City

Drilling of 250mmØ borehole for

200m depth exploratory well drilling, 200m depth well

utilization with gravel pack and 35M depth cement grout with

3M clay seal for sanitary seals, 600mmØ upper borehole with

400mmØ x 121 linear meters Blank Casing, 400mmØ lower

borehole with 250mmØ stainless

screen/blank casing using combination Rotary Drilling

Method.

PhP6,947,376.00 180 Calendar

Days (including 24

unworkable days)

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

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

8

DAVAO CITY WATER DISTRICT SECTION I. INVITATION TO BID

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, which must have a value of at least fifty percent (50%) of the ABC. The contract similar to the project must include in its scope of work the Construction of at least 500 cubic meter circular Reinforced

Concrete Ground Reservoir for Water Storage for Package 1 and a Well Drilling project for Package 2 and Package 3.

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:

Package 1 Package 2 and Package 3

Classification: General Engineering Well Drilling Work

Category: B D

Project Kind and respective Size Range: MEDIUM A for Water Supply SMALL B for Well Drilling Work

A complete set of Bidding Documents may be acquired by interested Bidders from 8 July 2015 to 4 August 2015 from the address given below and upon payment of a nonrefundable fee in the amount of PhP25,000.00 for Package 1 and

PhP10,000.00 for Package 2 and Package 3. 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 21 July 2015 (9:00 A.M) at Davao City Water District Conference Room, Jose P. Laurel Avenue, Bajada, Davao City.

Bids must be submitted on or before 4 August 2015 (9:00 AM) to the address given below. 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.

PAQUITO C. EBERO Chairperson, Bids and Awards Committee B

Davao City Water District, Km. 5, J.P. Laurel Ave., Bajada, 8000 Davao City Telephone No. (+63) (82) 221-9400 local 216 or 272; Fax (+63) (82) 226-4885

Website: http://www.davao-water.gov.ph

Email Address: [email protected]

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

Anabelle O. Chagas or Engr. Belinda C. Naranjo) at the address and contact numbers stated above from 8:00 AM – 5:00 PM, Monday to Friday.

Sgd. PAQUITO C. EBERO

BAC-B Chairperson

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

9

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

Section II. Instructions to Bidders

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

10

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

11

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS

A. 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. Bidder‟s Responsibilities .............................................................................................. 16

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

8. Subcontracts .............................................................................................................. 18

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

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

10. Clarification and Amendment of Bidding Documents ..................................................... 18

C. 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................................................... 21

14. Alternative Bids .......................................................................................................... 22

15. Bid Prices................................................................................................................... 22

16. Bid Currencies ............................................................................................................ 22

17. Bid Validity ................................................................................................................ 23

18. Bid Security ............................................................................................................... 23

19. Format and Signing of Bids ......................................................................................... 25

20. Sealing and Marking of Bids ........................................................................................ 25

D. SUBMISSION AND OPENING OF BIDS ................................................................................... 26

21. Deadline for Submission of Bids .................................................................................. 26

22. Late Bids ................................................................................................................... 26

23. Modification and Withdrawal of Bids ............................................................................ 26

24. Opening and Preliminary Examination of Bids............................................................... 26

E. EVALUATION AND COMPARISON OF BIDS.............................................................................. 27

25. Process to be Confidential ........................................................................................... 27

26. Clarification of Bids ..................................................................................................... 27

27. Detailed Evaluation and Comparison of Bids ................................................................. 27

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

12

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

28. Post Qualification ....................................................................................................... 28

29. Reservation Clause ..................................................................................................... 29

F. AWARD OF CONTRACT ....................................................................................................... 30

30. Contract Award .......................................................................................................... 30

31. Signing of the Contract ............................................................................................... 30

32. Performance Security ................................................................................................. 31

33. Notice to Proceed ....................................................................................................... 32

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

13

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

A. General

1. Scope of Bid

1.1. The Procuring Entity as defined in the BDS, invites bids for the construction of

Works, as described in Section VI. Specifications. 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.

2. 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 investigation or making false statements to investigators in

order to materially impede an administrative proceedings or

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

14

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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) 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 34.

4. 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

or implementation of the project if the personnel would be involved in any capacity on the same project;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

15

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(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.

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

accompanied by a sworn affidavit of the Bidder 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

(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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

16

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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

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

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

government/foreign or international financing institution may agree on another track record requirement, as specified in the BDS.

For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the period stated in the Invitation to Bid and ITB Clause

1.1(a)(iii).

5.5. The Bidder must submit a computation of its Net Financial Contracting Capacity

(NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

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 to be bid.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than

two years.

The values of the bidder‟s current assets and current liabilities shall be based on the

data submitted to the BIR, through its Electronic Filing and payment System (EFPS).

6. Bidder’s 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 1.1(a)(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;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

17

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(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 Secretary‟s 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, 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.

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

18

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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.

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

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully

understand the Procuring Entity‟s requirements. Non-attendance of the Bidder will in

no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the pre-

bid conference and the Supplemental/Bid Bulletin.

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.

10. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

19

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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 Entity‟s initiative for

purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of

Bids. Any modification to the Bidding Documents shall be identified as an

amendment.

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. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language

other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign

government agency authorized to translate documents, or a registered translator in the foreign bidder‟s country; and shall be authenticated by the appropriate Philippine foreign

service establishment/post or the equivalent office having jurisdiction over the foreign

bidder‟s affairs in the Philippines. 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

proprietorship, or Cooperative Development Authority (CDA) for

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

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

place of business of the prospective bidder is located;

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

contracts within ten (10) years from the submission of bids, including contracts awarded but not yet started, if any. The statement shall

include, for each contract, the following:

(iii.1) name of the contract;

(iii.2) date of the contract;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

20

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(iii.3) contract duration;

(iii.4) owner‟s name and address;

(iii.5) nature of work;

(iii.6) contractor‟s role (whether sole contractor, subcontractor, or partner in a JV) and percentage of participation;

(iii.7) total contract value at award;

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

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

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

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

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

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

(iii.13) the statement shall be supported by the Constructors Performance Evaluation System (CPES) rating sheets, and/or

certificates of completion and owner‟s acceptance, if applicable;

(iv) 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) Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

(vii) NFCC computation in accordance with ITB Clause 5.5; and

Class "B" Document:

(viii) If applicable, valid Joint Venture Agreement (JVA) shall be included

in the bid.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. If the Procuring Entity requires the bidders 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

21

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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

authorized Insurance Commission that a surety or insurance company is authorized to issue such instrument;

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor‟s 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; and

(ii.3) List of contractor‟s 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; and

(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.

13. 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) Any other document related to the financial component of the bid as stated in the BDS.

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 engineer‟s/procuring entity‟s estimate.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

22

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(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. 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 Bidder‟s participation to be disqualified. This shall be

without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.

15. 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.

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 non-responsive, 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 48. 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.

16. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

23

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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.

17. 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.

18. Bid Security

18.1. The procuring entity shall prescribe in the BDS the acceptable forms of bid security

that bidders may opt to use, which shall include the Bid Securing Declaration and at least one (1) other form, the amount of which shall be equal to a percentage of the

ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier‟s/manager‟s check issued by a Universal or Commercial

Bank.

Two percent (2%)

(b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal

or Commercial Bank: Provided, however, that it shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a foreign bank.

(c) Surety bond callable upon demand

issued by a surety or insurance company duly certified by the

Insurance Commission as authorized

to issue such security; and/or

Five percent (5%)

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

respect to total amount of security

(e) Bid Securing Declaration No percentage required

For biddings conducted by LGUs, the procuring entity may also require bidders to

submit bid securities in the form of cashier‟s/manager‟s check, bank draft/guarantee,

or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement.

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

24

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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

posting of the performance security, pursuant to ITB Clause 32, the successful Bidder‟s Bid security will be discharged, but in no case later than the Bid security

validity period as indicated in ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

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

Clause 17;

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

1.1(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 one‟s name, or using the name of another for purposes of public bidding;

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

contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest

Calculated and Responsive Bid;

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

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

within a period of seven (7) calendar days from receipt of the

request for clarification;

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

outcome of the bidding in his favor;

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

venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding, submitting late

Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

(b) if the successful Bidder:

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

25

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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

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

32.

19. 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

the bid, including the eligibility requirements under ITB Clause 12.1, and the second

shall contain the financial component of the bid.

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.

20. 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:

(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 Entity‟s BAC identified in ITB Clause 10.1;

(d) bear the specific identification of this bidding process indicated in the Invitation to Bid; and

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

26

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening

of bids, in accordance with ITB Clause 21.

20.5. 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

Bids must be received by the Procuring Entity‟s 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. 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

Bidder‟s 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.

24. 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 Bidder‟s 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”.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

27

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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 (b), 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 Bidder‟s representative is in attendance, the original

bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the Bid shall be returned

unopened by registered mail. The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids, provided that the corresponding letter of

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

appropriate administrative sanctions.

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 (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 (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 (i) and (ii). Submission of documents required under ITB Clauses (iii) to (a)(vii) by any of the joint venture partners constitutes compliance.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

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 Entity‟s decision in respect of Bid evaluation, Bid comparison or contract award will result in

the rejection of the Bidder‟s Bid.

26. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

28

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

27.2. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall

undertake the following:

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

the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to highest. The bid with the lowest price shall be identified as the Lowest

Calculated Bid.

27.3. 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 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) 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 above-

mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts

and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other

modifications, which exceed the ABC shall not be considered, unless otherwise indicated in the BDS.

27.5. The Procuring Entity‟s 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.

28. 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) Latest income and business tax returns in the form specified in the BDS;

(b) Certificate of PhilGEPS Registration; and

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

29

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(c) Other appropriate licenses and permits required by law and stated in the

BDS.

Failure of the Bidder declared as Lowest Calculated Bid 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 Bidder‟s 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.

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 Bidder‟s Bid, in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar

determination of that Bidder‟s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall

be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated and Responsive Bid is determined for contract award.

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.

29. 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 Bidder‟s capability to undertake the project from the time it submitted its eligibility

requirements. Should such review uncover any misrepresentation made in the

eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that

it fails the preset eligibility or bid evaluation criteria, the Procuring Entity 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 Entity‟s BAC is found to have failed in following the prescribed bidding procedures; or

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

30

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(c) for any justifiable and reasonable ground where the award of the contract

will not redound to the benefit of the Government as follows:

(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or

technically feasible as determined by the head of the procuring

entity;

(ii) If the project is no longer necessary as determined by the head of the procuring entity; and

(iii) If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.

29.3. 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) 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 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, 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.

31. 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,

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

31

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

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

agreements between the parties.

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 bidder‟s bid, including the Technical and Financial Proposals, and all other documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 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.

32. 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 procuring entity shall prescribe at least two (2) acceptable forms of performance

security taken from two (2) categories below that bidders may opt to use,

denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the

following schedule:

Form of Performance Security

Amount of Performance Security (Equal to Percentage of the Total

Contract Price)

(a) Cash or cashier‟s/manager‟s check issued by a Universal or Commercial

Bank.

Ten percent (10%)

(b) Bank draft/guarantee or irrevocable

letter of credit issued by a Universal or Commercial Bank: Provided,

however, that it shall be confirmed or

authenticated by a Universal or Commercial Bank, if issued by a

foreign bank.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

32

DAVAO CITY WATER DISTRICT SECTION II. INSTRUCTIONS TO BIDDERS

(c) Surety bond callable upon demand

issued by a surety or insurance company duly certified by the

Insurance Commission as authorized

to issue such security; and/or

Thirty percent (30%)

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

respect to total amount of security

32.3. Failure of the successful Bidder to comply with the above-mentioned requirement

shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity 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.

33. 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.

34. 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 Inplementing Rules and Regulations of Republic

Act 9184.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

33

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

Section III. Bid Data Sheet

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

34

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

35

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

Bid Data Sheet

ITB Clause

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

The name of the Contract is: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

2

The Funding Source is:

The Government of the Philippines (GOP) through 2015 CORPORATE BUDGET in the amount of Eleven Million One Hundred Thirty-Six Thousand Pesos

(PhP11,136,000.00).

The name of the Project is CONSTRUCTION OF TUGBOK RESERVOIR NO.3

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 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 the CONSTRUCTION OF AT

LEAST 500 CUBIC METER CIRCULAR REINFORCED CONCRETE GROUND RESERVOIR FOR WATER STORAGE.

8.1

Subcontracting is not allowed.

8.2 Not applicable.

9.1 The Procuring Entity will hold a pre-bid conference for this Project on time and

address below:

21 July 2015 (9:00 A.M)

DAVAO CITY WATER DISTRICT (Bajada Office)

J.P. Laurel Avenue, Bajada Davao City

10.1 The Procuring Entity‟s 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: [email protected]

10.3 No further instructions.

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

36

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

12.1(a)(i) Registration certificate from the Securities and Exchange Commission (SEC) for

Corporation, it shall be supported with the Updated General Information Sheet that is certified and sworn to by the Corporate Secretary of the Corporation.

12.1(a)(iii) The Bidder must submit the:

1. Statement of all On-going Government & Private Construction

Contracts including contracts awarded but not yet started, supported

with all of the following:

a. Notice of Award;

b. Notice to Proceed;

c. Certificate of Accomplishments signed by the Owner or Owner‟s Project Engineer

2. Statement of all Completed Government & Private Construction

Contracts, supported with:

a. Certificate of Completion or Certificate of Acceptance

3. Statement of all Completed Government and Private Contracts which

are similar to the Contract to be bid, supported with all of the following:

a. Contract

b. Certificate of Completion or Certificate of Acceptance c. Duly signed Final Bill of Quantities/Bill of Materials or any proof showing

the similar component of the work as stated in ITB Clause 5.4, conformed by the Owner.

12.1(a)(iv) PCAB Principal Classification:

Classification: General Engineering

Category (Minimum Requirement): B Project Kind and Respective Size Range: MEDIUM A for Water Supply

In case of JV, the JV must have a special PCAB License.

12.1(b)(ii.3) The following are the minimum required equipment units to be included in the List

of Contractors Equipment Units, which are owned, leased, and/or under purchase agreements:

1. 1 unit Backhoe 5. 1 unit Water Pump/Dewatering Pump

2. 1 unit Compactor 6. 1 unit Water Truck with Pump

3. 2 units Concrete Mixer (1-bagger) 7. 1 unit Pressure Pump 4. 2 units Welding Machine 8. 1 unit Dumptruck

The bidder must posses the required number of units and must own at least one

unit of the required equipment. For this purpose, a proof of ownership must be

attached.

This equipment should be indicated in the “List of Equipment Units”. In

addition, the bidder must submit a Statement of Availability of Equipment that the above stated equipment units are all present and committed to the project

if awarded the contract.

13.1(b) The financial component of the Bid shall be contained in the second envelope. In addition, the Bidder shall submit the other required documents to be included in

the second envelope as follows:

1. Filled-up and signed prescribed form of the BILL OF QUANTITIES with their

Bid Prices as indicated in Section VIII of the bidding documents.

2. Detailed Cost Estimates for each pay item in the Bill of Quantities. The

Name of the Contract: Construction of Facilities for Riverside Production Well No. 2 Location of the Contract: Brgy. Los Amigos, Davao City

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

37

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

Direct Cost shall show itemized computation of materials, labor, equipment

rental, fuel and oil. The Indirect Cost such as overhead/contingencies/ miscellaneous, profit and the applicable taxes as required by law shall also be

shown in coming up with the bid.

3. Price lists indicating the unit prices of construction materials, labor rates and

equipment rentals. “Follow the prescribed form for this purpose as indicated in Section XI of the Bidding Documents”.

4. Cash Flow by quarter and payments schedule

13.2(a) The ABC of Eleven Million One Hundred Thirty-Six Thousand Pesos

(PhP11,136,000.00). Any bid with a financial component exceeding this amount shall not be accepted.

14.2 No further instructions.

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.

18.1 The bid security shall be limited to Bid Securing Declaration or one (1) of the acceptable forms in accordance with the following amount:

1. The amount of PhP222,720.00 (2% of ABC) if bid security is in cash or cashier‟s/manager‟s check issued by a Universal or Commercial Bank.

2. The amount of PhP222,720.00 (2% of ABC), if bid security is in 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.

3. The amount of PhP556,800.00 (5% of ABC), if bid security is in Surety Bond;

supported by a Certification from the Insurance Commission accompanying the Surety Bond authorizing the insurance company to issue

surety bonds callable on demand, which shall be specific to the contract to

be bid.

4. Any combination of the foregoing proportionate to the share of form with

respect to total amount of security

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 two (2) copies 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 on on 4 August 2015 (9:00 A.M).

24.1

The place of bid opening is:

DAVAO CITY WATER DISTRICT, Bajada Office

J.P. Laurel Avenue, Bajada, Davao City

The date and time of bid opening is on on 4 August 2015 (9:00 A.M).

24.2 No further instructions.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

38

DAVAO CITY WATER DISTRICT SECTION III. BID DATA SHEET

27.3(b) Bid modification is allowed but limited to typographical errors and arithmetical

errors of Bill of Quantities Only.

27.4 No further instructions.

28.2(a) 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.

28.2(c) NONE.

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. 5 - copies of the Duly signed Bar Chart/Construction schedule, Cash Flow and S-curve

2. 5 - copies of the Duly signed PERT/CPM

3. 5- copies of duly signed List of Manpower with Manpower Deployment Schedule

4. 5- copies of duly signed List of Equipment with Equipment Utilization

Schedule

5. 1- copy of duly signed Construction Methodology in narrative form

6. Construction Safety and Health Program approved by the Department of Labor and Employment

7. Contractor’s All Risk Insurance Policy

Items 1 to 4 of the foregoing documents are subject to approval of the Procuring

Entity or his duly authorized representative. The acceptable forms of the performance security are in accordance with the

following amount:

1. The amount of __________ [Insert 10% of the Contract Price], if performance security is in cash, cashier‟s/manager‟s check,

2. The amount of __________ [Insert 10% of the Contract Price], if performance

security is a bank draft/guarantee or irrevocable letter of credit;

3. The amount of __________ [Insert 30% of the Total Contract Price], if

performance security is in Surety Bond; supported by a Certification from the Insurance Commission accompanying the Surety Bond authorizing the

insurance company to issue surety bonds callable on demand, specific to the contract to be bid.

The Performance Security shall cover the defects liability period of one year

from the date of completion of the contract works which shall be due for release by the Davao City Water District to the Contractor only after the issuance of the

Certificate of Final Acceptance.

If the Bidder is awarded the Contract, it shall post a Performance Security in any of

the acceptable forms with bond expiration inclusive of the one year defects

liability period.

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

39

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

Section IV. General Conditions of Contract

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

40

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

41

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

TABLE OF CONTENTS

1. DEFINITIONS ................................................................................................................. 43

2. INTERPRETATION ............................................................................................................. 45

3. GOVERNING LANGUAGE AND LAW ....................................................................................... 45

4. COMMUNICATIONS ........................................................................................................... 45

5. POSSESSION OF SITE ........................................................................................................ 45

6. THE CONTRACTOR’S OBLIGATIONS ...................................................................................... 45

7. PERFORMANCE SECURITY .................................................................................................. 46

8. SUBCONTRACTING ............................................................................................................ 47

9. LIQUIDATED DAMAGES ..................................................................................................... 47

10. SITE INVESTIGATION REPORTS .......................................................................................... 48

11. THE PROCURING ENTITY, LICENSES AND PERMITS ................................................................. 48

12. CONTRACTOR’S RISK AND WARRANTY SECURITY ................................................................... 48

13. LIABILITY OF THE CONTRACTOR ......................................................................................... 50

14. PROCURING ENTITY’S RISK ............................................................................................... 50

15. INSURANCE ..................................................................................................................... 50

16. TERMINATION FOR DEFAULT OF CONTRACTOR ....................................................................... 51

17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................................................. 52

18. TERMINATION FOR OTHER CAUSES ..................................................................................... 52

19. PROCEDURES FOR TERMINATION OF CONTRACTS ................................................................... 54

20. FORCE MAJEURE, RELEASE FROM PERFORMANCE ................................................................... 56

21. RESOLUTION OF DISPUTES ................................................................................................ 56

22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................................................. 57

23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ............................................................ 57

24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITY’S

REPRESENTATIVE ............................................................................................................. 57

25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITY’S REPRESENTATIVE ............... 57

26. EXTENSION OF THE INTENDED COMPLETION DATE ................................................................. 57

27. RIGHT TO VARY ............................................................................................................... 58

28. CONTRACTORS RIGHT TO CLAIM ......................................................................................... 58

29. DAYWORKS ..................................................................................................................... 58

30. EARLY WARNING ............................................................................................................. 58

31. PROGRAM OF WORK ......................................................................................................... 59

32. MANAGEMENT CONFERENCES ............................................................................................. 59

33. BILL OF QUANTITIES ........................................................................................................ 59

34. INSTRUCTIONS, INSPECTIONS AND AUDITS .......................................................................... 60

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

42

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

TABLE OF CONTENTS

35. IDENTIFYING DEFECTS ...................................................................................................... 60

36. COST OF REPAIRS ............................................................................................................ 60

37. CORRECTION OF DEFECTS .................................................................................................. 60

38. UNCORRECTED DEFECTS .................................................................................................... 61

39. ADVANCE PAYMENT .......................................................................................................... 61

40. PROGRESS PAYMENTS ....................................................................................................... 61

41. PAYMENT CERTIFICATES ................................................................................................... 62

42. RETENTION ..................................................................................................................... 62

43. VARIATION ORDERS ......................................................................................................... 63

44. CONTRACT COMPLETION ................................................................................................... 64

45. SUSPENSION OF WORK ..................................................................................................... 64

46. PAYMENT ON TERMINATION ............................................................................................... 65

47. EXTENSION OF CONTRACT TIME ......................................................................................... 65

48. PRICE ADJUSTMENT ......................................................................................................... 66

49. COMPLETION ................................................................................................................... 66

50. TAKING OVER.................................................................................................................. 66

51. OPERATING AND MAINTENANCE MANUALS ........................................................................... 67

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

43

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

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 21.

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 Entity‟s Representative, in accordance with GCC Clause 49.

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 Contractor’s 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 Contractor‟s 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 Entity‟s

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 Entity‟s Representative by issuing an extension of time or an acceleration order.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

44

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

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 Entity‟s 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 Entity’s 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 Entity‟s 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 Entity‟s Representative; (iii) and the carrying out of all duties and

obligations of the Contractor imposed by this Contract as described in the SCC.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

45

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

2. 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 Entity‟s 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).

3. Governing Language and Law

3.1. 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.

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

4. 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.

5. Possession of Site

5.1. 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 Entity‟s 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.

5.2. If possession of a portion is not given by the date stated in the SCC Clause 5.1, 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 47.

5.3. 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.

5.4. The Contractor shall allow the Procuring Entity‟s Representative and any person

authorized by the Procuring Entity‟s 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.

6. The Contractor’s Obligations

6.1. The Contractor shall carry out the Works properly and in accordance with this

Contract. The Contractor shall provide all supervision, labor, Materials, Plant and

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

46

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

Contractor's Equipment, which may be required. All Materials and Plant on Site shall

be deemed to be the property of the Procuring Entity.

6.2. 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 Entity‟s Representative,

and complete them by the Intended Completion Date.

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

6.4. The Contractor shall carry out all instructions of the Procuring Entity‟s Representative

that comply with the applicable laws where the Site is located.

6.5. 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.

6.6. If the Procuring Entity‟s Representative asks the Contractor to remove a member of

the Contractor‟s 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.

6.7. 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.

6.8. 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.

6.9. 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.

6.10. 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 Entity‟s Representative of such discoveries and carry out the Procuring Entity‟s Representative‟s instructions in dealing with them.

7. Performance Security

7.1. 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.

7.2. 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.

7.3. The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

47

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

7.4. 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.

7.5. 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.

7.6. 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.

7.7. 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.

8. Subcontracting

8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works

more than the percentage specified in ITB Clause 8.1.

8.2. 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 Contractor‟s own acts, defaults, or negligence, or those

of its agents, servants or workmen.

8.3. 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.

9. Liquidated Damages

9.1. 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

amount of liquidated damages reaches ten percent (10%) of the amount of this

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

48

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

Contract, the Procuring Entity shall rescind this Contract, without prejudice to other

courses of action and remedies open to it.

9.2. 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 40.3.

10. 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.

11. 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.

12. Contractor’s Risk and Warranty Security

12.1. 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.

12.2. 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.

12.3. 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.

12.4. 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;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

49

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

(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 Entity‟s Representatives/Project Manager/Construction Managers

and Supervisors – The project owner‟s 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 non–compliance by a user

with the technical design limits and/or intended purpose of the same, then the user concerned shall be held liable.

12.5. 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.

12.6. 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 Minimum Amount in Percentage

(%) of Total Contract Price

(a) Cash or letter of credit issued by Universal or Commercial bank: provided, however,

that the letter of credit shall be confirmed

or authenticated by a Universal or Commercial bank, if issued by a foreign

bank

Five Percent (5%)

(b) Bank guarantee confirmed by Universal or

Commercial bank: provided, however, that the letter of credit shall be confirmed

or authenticated by a Universal or Commercial bank, if issued by a foreign

bank

Ten Percent (10%)

(c) Surety bond callable upon demand issued

by GSIS or any surety or insurance

company duly certified by the Insurance Commission

Thirty Percent (30%)

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

50

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

12.7. 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.

12.8. In case of structural defects/failure occurring during the applicable warranty period provided in GCC Clause 12.5, 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 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.

13. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor‟s liability under

this Contract shall be as provided by the laws of the Republic of the Philippines.

14. Procuring Entity’s Risk

14.1. From the Start Date until the Certificate of Final Acceptance has been issued, the

following are risks of the Procuring Entity:

(a) 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.

(b) 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

Entity‟s design, or due to war or radioactive contamination directly affecting

the country where the Works are to be executed.

15. Insurance

15.1. 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) Contractor‟s All Risk Insurance;

(b) Transportation to the project Site of Equipment, Machinery, and Supplies

owned by the Contractor;

(c) Personal injury or death of Contractor‟s employees; and

(d) Comprehensive insurance for third party liability to Contractor‟s direct or

indirect act or omission causing damage to third persons.

15.2. The Contractor shall provide evidence to the Procuring Entity‟s 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 Entity‟s Representative. Such evidence and such policies shall be provided to the Procuring

Entity‟s through the Procuring Entity‟s Representative.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

51

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

15.3. 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 Entity‟s Representative the insurance policies in force including the receipts for payment of the current premiums.

The above insurance policies shall be obtained from any reputable insurance

company approved by the Procuring Entity‟s Representative.

15.4. 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.

15.5. In the event the Contractor fails to observe the above safeguards, the Procuring

Entity may, at the Contractor‟s expense, take whatever measure is deemed necessary

for its protection and that of the Contractor‟s 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 40 until the Contractor complies with this Clause.

15.6. The Contractor shall immediately replace the insurance policy obtained as required in this Contract, without need of the Procuring Entity‟s demand, with a new policy

issued by a new insurance company acceptable to the Procuring Entity for any of the

following grounds:

(a) 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.

16. Termination for Default of Contractor

16.1. The Procuring Entity shall terminate this Contract for default when any of the

following conditions attend its implementation:

16.2. Due to the Contractor‟s 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;

16.3. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

52

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

16.4. 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;

(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.

16.5. 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

Contractor‟s default.

17. 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:

(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.

18. Termination for Other Causes

18.1. 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.

18.2. The Procuring Entity or the Contractor may terminate this Contract if the other party

causes a fundamental breach of this Contract.

18.3. 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 Entity‟s Representative;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

53

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

(b) The Procuring Entity‟s 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

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;

(d) A payment certified by the Procuring Entity‟s Representative is not paid by

the Procuring Entity to the Contractor within eighty four (84) days from the

date of the Procuring Entity‟s Representative‟s certificate;

(e) The Procuring Entity‟s 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

Entity‟s 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 9; 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.

18.4. 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.

18.5. When persons from either party to this Contract gives notice of a fundamental breach

to the Procuring Entity‟s Representative in order to terminate the existing contract for a cause other than those listed under GCC Clause 18.3, the Procuring Entity‟s

Representative shall decide whether the breach is fundamental or not.

18.6. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

54

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

19. Procedures for Termination of Contracts

19.1. 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

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) afore-

mentioned, and a statement of the acts that constitute the ground(s)

constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Contractor to show cause as to why this Contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

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

(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 Bidder‟s verified

position paper described in item (c) above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been

completed, delivered, or performed before the Contractor‟s receipt of the

notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the

verified position paper, the Head of the Procuring Entity 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.

19.2. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

55

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

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:

(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:

(i) Negative slippage of 15% and above within the critical path of the project due entirely to the fault or negligence of the contractor; and

(ii) Quality of materials and workmanship not complying with the approved specifications arising from the contractor's fault or

negligence.

(e) Willful or deliberate abandonment or non-performance of the project or

contract by the contractor resulting to substantial breach thereof without

lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by the

contractor shall also be forfeited.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

56

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

20. Force Majeure, Release From Performance

20.1. 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

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.

20.2. 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 Entity‟s 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.

20.3. 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.

20.4. 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:

(a) any sum to which the Contractor is entitled under GCC Clause 28;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

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

21. Resolution of Disputes

21.1. 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.

21.2. If the Contractor believes that a decision taken by the PROCURING ENTITY‟s

Representative was either outside the authority given to the PROCURING ENTITY‟s 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 ENTITY‟s Representative‟s decision.

21.3. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

57

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

22. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation to the Procuring Entity, from which part of the payments to the Contractor are being made:

(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 Contractor‟s claim for payment has been certified by the Procuring Entity‟s Representative, the Contractor may immediately issue a suspension

of work notice in accordance with GCC Clause 45.2.

23. Procuring Entity’s Representative’s Decisions

23.1. Except where otherwise specifically stated, the Procuring Entity‟s Representative will decide contractual matters between the Procuring Entity and the Contractor in the

role representing the Procuring Entity.

23.2. The Procuring Entity‟s 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.

24. Approval of Drawings and Temporary Works by the Procuring Entity’s

Representative

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

24.2. The Contractor shall be responsible for design of Temporary Works.

24.3. The Procuring Entity‟s Representative‟s approval shall not alter the Contractor‟s

responsibility for design of the Temporary Works.

24.4. The Contractor shall obtain approval of third parties to the design of the Temporary

Works, when required by the Procuring Entity.

25. Acceleration and Delays Ordered by the Procuring Entity’s Representative

25.1. When the Procuring Entity wants the Contractor to finish before the Intended

Completion Date, the Procuring Entity‟s 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.

25.2. If the Contractor‟s Financial Proposals for an acceleration are accepted by the

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

26. Extension of the Intended Completion Date

26.1. The Procuring Entity‟s 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

58

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

26.2. The Procuring Entity‟s 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 Entity‟s Representative for a decision thereto after fully

submitting all supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by

this failure shall not be considered in assessing the new Intended Completion Date.

27. Right to Vary

27.1. The Procuring Entity‟s 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.

27.2. 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.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 13, 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.

29. Dayworks

29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as indicated in the

SCC, the Dayworks rates in the Contractor‟s Bid shall be used for small additional

amounts of work only when the Procuring Entity‟s Representative has given written instructions in advance for additional work to be paid for in that way.

29.2. All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Procuring Entity‟s Representative. Each completed form shall be

verified and signed by the Procuring Entity‟s Representative within two days of the

work being done.

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

forms.

30. Early Warning

30.1. The Contractor shall warn the Procuring Entity‟s 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 Entity‟s 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

59

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

30.2. The Contractor shall cooperate with the Procuring Entity‟s 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 Entity‟s Representative.

31. Program of Work

31.1. Within the time stated in the SCC, the Contractor shall submit to the Procuring

Entity‟s Representative for approval a Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works.

31.2. 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.

31.3. The Contractor shall submit to the Procuring Entity‟s 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 ENTITY‟s 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.

31.4. The Procuring Entity‟s Representative‟s approval of the Program of Work shall not

alter the Contractor‟s obligations. The Contractor may revise the Program of Work and submit it to the Procuring Entity‟s Representative again at any time. A revised

Program of Work shall show the effect of any approved Variations.

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

Entity‟s 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.

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

32. Management Conferences

32.1. Either the Procuring Entity‟s 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.

32.2. The Procuring Entity‟s 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 ENTITY‟s Representative either at the Management Conference or after the Management Conference and stated in writing to all who

attended the Conference.

33. Bill of Quantities

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

33.2. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

60

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

33.3. 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 Entity‟s Representative shall make the necessary adjustments to allow for the changes subject to applicable laws, rules, and

regulations.

33.4. If requested by the Procuring Entity‟s Representative, the Contractor shall provide the Procuring Entity‟s Representative with a detailed cost breakdown of any rate in the

Bill of Quantities.

34. Instructions, Inspections and Audits

34.1. The Procuring Entity‟s personnel shall at all reasonable times during construction of the Work be entitled to examine, inspect, measure and test the materials and

workmanship, and to check the progress of the construction.

34.2. If the Procuring Entity‟s Representative instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a defect and the test

shows that it does, the Contractor shall pay for the test and any samples. If there is no defect, the test shall be a Compensation Event.

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

Contractor‟s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Funding Source, if so required by

the Funding Source.

35. Identifying Defects

The Procuring Entity‟s Representative shall check the Contractor‟s work and notify the Contractor of any defects that are found. Such checking shall not affect the Contractor‟s

responsibilities. The Procuring Entity‟s Representative may instruct the Contractor to search

uncover defects and test any work that the Procuring Entity‟s Representative considers below standards and defective.

36. 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

Contractor‟s cost if the loss or damage arises from the Contractor‟s acts or omissions.

37. Correction of Defects

37.1. The Procuring Entity‟s 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 Entity‟s.

37.2. Every time notice of a defect is given, the Contractor shall correct the notified defect within the length of time specified in the Procuring Entity‟s Representative‟s notice.

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

37.4. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

61

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

38. Uncorrected Defects

38.1. 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.

38.2. 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.

39. Advance Payment

39.1. 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.

39.2. 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.

39.3. 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.

39.4. The contractor may reduce his standby letter of credit or guarantee instrument by

the amounts refunded by the Monthly Certificates in the advance payment.

39.5. 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 39.1.

40. Progress Payments

40.1. The Contractor may submit a request for payment for Work accomplished. Such request for payment shall be verified and certified by the Procuring Entity‟s

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.

40.2. 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.

40.3. Payments shall be adjusted by deducting therefrom the amounts for advance payments and retention. The Procuring Entity shall pay the Contractor the amounts

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

62

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

certified by the Procuring Entity‟s 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.

40.4. 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 Entity‟s Representative.

40.5. 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.

41. Payment Certificates

41.1. The Contractor shall submit to the Procuring Entity‟s Representative monthly statements of the estimated value of the work executed less the cumulative amount

certified previously.

41.2. The Procuring Entity‟s Representative shall check the Contractor‟s monthly statement and certify the amount to be paid to the Contractor.

41.3. The value of Work executed shall:

(a) be determined by the Procuring Entity‟s 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.

41.4. The Procuring Entity‟s 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.

42. Retention

42.1. 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 ITB Sub-Clause 42.2.

42.2. 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.

42.3. 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

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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

63

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

which the ten (10%) percent retention is intended, i.e., to cover uncorrected

discovered defects and third party liabilities.

42.4. 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.

43. Variation Orders

43.1. 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.

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

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

43.3. 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.

43.4. 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%).

43.5. 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) If the Procuring Entity‟s 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,

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,

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

64

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

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.

(b) The procuring entity‟s representative/Project Engineer, upon receipt of the proposed Change Order or Extra Work Order shall immediately instruct the

technical staff of the Procuring Entity‟s 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 entity‟s

representative/Project Engineer.

(c) The, procuring entity‟s 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.

44. 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.

45. Suspension of Work

45.1. 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.

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

as the case may be, due to the following:

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

performing work in accordance with the approved construction schedule.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

65

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

(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 government-furnished materials and equipment as stipulated in the contract.

(e) Delay in the payment of Contractor‟s claim for progress billing beyond forty-

five (45) calendar days from the time the Contractor‟s claim has been certified to by the procuring entity‟s authorized representative that the

documents are complete unless there are justifiable reasons thereof which

shall be communicated in writing to the Contractor.

45.3. 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.

46. Payment on Termination

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

Contractor, the Procuring Entity‟s 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.

46.2. If the Contract is terminated for the Procuring Entity‟s convenience or because of a

fundamental breach of Contract by the Procuring Entity, the Procuring Entity‟s Representative shall issue a certificate for the value of the work done, Materials

ordered, the reasonable cost of removal of Equipment, repatriation of the

Contractor‟s personnel employed solely on the Works, and the Contractor‟s costs of protecting and securing the Works, and less advance payments received up to the

date of the certificate.

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

notice of termination.

46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or 18, the Procuring Entity shall promptly return the Performance Security to the Contractor.

47. Extension of Contract Time

47.1. 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;

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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

66

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

and extent of the delay and shall extend the contract time completing the contract

work when, in the Procuring Entity‟s opinion, the findings of facts justify an extension.

47.2. 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.

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

47.4. 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.

47.5. 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 right-

of-way resulting in complete paralyzation of construction activities, and other meritorious causes as determined by the Procuring Entity‟s 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.

48. 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.

49. Completion

The Contractor shall request the Procuring Entity‟s Representative to issue a certificate of Completion of the Works, and the Procuring Entity‟s Representative will do so upon deciding

that the work is completed.

50. Taking Over

The Procuring Entity shall take over the Site and the Works within seven (7) days from the

date the Procuring Entity‟s Representative issues a certificate of Completion.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

67

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

51. Operating and Maintenance Manuals

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

51.2. 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 Entity‟s Representative‟s approval, the

Procuring Entity‟s Representative shall withhold the amount stated in the SCC from

payments due to the Contractor.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

68

DAVAO CITY WATER DISTRICT SECTION IV. GENERAL CONDITIONS OF CONTRACT

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

69

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

Section V. Special Conditions of Contract

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

70

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

71

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

Special Conditions of Contract

GCC Clause

1.5 The Contract Price is

1.7 The Contractor is

1.16 The Intended Completion Date is Two Hundred Thirty-Five (235)

calendar days which will commence within seven calendar days from receipt of

the Notice to Proceed.

1.21 The Procuring Entity is DAVAO CITY WATER DISTRICT, Km. 5, JP. Laurel

Avenue, Bajada, Davao City.

For this Project, the words “Procuring Entity” and “Owner” are interchangeable and equal in meaning.

1.22 The Procuring Entity’s Representative is

EDWIN V. REGALADO

General Manager

1.23 The Site is located in Brgy. Oshiro, Tugbok District, Davao City.

1.27 The Start Date is within seven days from the receipt of the Contractor of the

Notice to Proceed.

1.30 The work covers the construction of Tugbok Reservoir No.3 consisting of: (1) construction of 1,500 Cubic Meter Capacity Reinforced Concrete Ground

Reservoir, valve box with cover, drainage system, inlet and outlet steel pipe (2) permit processing and acquisition at concerned agencies; (3) construction of

guard house and comfort room with electrical works; and (4) supply and

furnishing of all labor, materials, and equipment necessary for the operation, and commissioning of the concrete reservoir.

1.31 Project Manager means the representative of the Owner coming from DCWD‟s Project Monitoring Office responsible for all the works required in the

contract. He shall act on behalf of the Owner while the construction work is in progress.

2.2 No sectional completion of Works.

5.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor after a pre-construction meeting between authorized

representatives of the Procuring Entity and the Contractor.

6 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, and final turn-over and

commissioning of the reservoir shall be the responsibility of the Contractor.

6.5 The Contractor shall employ the following Key Personnel:

[List key personnel by name and designation]

7.4(c) 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-A 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.

7.7 No further instructions.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

72

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

8.1 No further instructions.

9 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.

10 The site investigation reports is: Affidavit of Site Inspection

11. PERMITS AND LICENSES:

The procurement and payment of all permits necessary in the project

implementation shall be the responsibility of the Contractor. The Owner shall provide assistance whenever necessary.

12.3 No further instructions.

12.4 The Contractor shall be responsible for the structural defects and failures GCC Clause 12.4 (a).

12.5 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.

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

15 Contractor‟s All Risk Insurance shall cover among others:

1.) Bodily Injury – PhP100,000.00 for any one person and not exceeding PhP500,000.00 per one accident, when such bodily injury does not cause loss of life.

2.) Property damage, other than that caused by operation of motor vehicles, including injury to or destruction of wires, pipes and similar property and

appurtenant apparatus; collapse or structural injury to any structure-PhP100,000.00 on account of one accident, and PhP500,000.00 on account of

all accidents. This coverage does not include structures and other works being

done under the Contract.

18.3(h)(i) No further instructions.

21.2 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.

29.1 Dayworks are applicable at the rate shown in the Contractor‟s original Bid.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity‟s Representative within 10 days of delivery of the Letter of Acceptance.

31.3 No further instruction.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

73

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

34.3 The Funding Source is the Government of the Philippines through the Davao

City Water District 2015 Corporate Budget.

39.1 The amount of the advance payment is fifteen percent (15%) of the

Contract Price, which shall be given to the Contractor not later than fifteen (15) calendar days from receipt by the Procuring Entity of the Contractor‟s

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.

40.1 No further instructions.

51.1 The date by which “as built” drawings, operating and maintenance manuals and warranty certificate shall be submitted to the Procuring

Entity NOT LATER THAN 2 WEEKS AFTER THE COMPLETION OF THE

PROJECT.

51.2 No amount will be withheld for failing to submit “as built drawings and/or

operating and maintenace manuals and warranty certificate within the date

required.

However, such documents will form part of the requirements in processing the final payment.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

74

DAVAO CITY WATER DISTRICT SECTION V. SPECIAL CONDITIONS OF CONTRACT

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

75

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Section VI. Specifications

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

76

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

77

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

TABLES OF CONTENTS

A. GENERAL CONSTRUCTION REQUIREMENTS ............................................................... 79

1. GENERAL DESCRIPTION OF WORKS ........................................................................... 79

2. PROJECT SITE ........................................................................................................... 79

3. PLANS AND SPECIFICATIONS ..................................................................................... 79

4. PERMITS AND CLEARANCES ....................................................................................... 79

5. RIGHT-OF-WAYS ........................................................................................................ 80

6. PROTECTION OF PUBLIC AND PRIVATE PROPERTY ..................................................... 80

7. BARRICADES AND WARNING LIGHTS .......................................................................... 80

8. MATERIAL TESTING ................................................................................................... 80

9. INSPECTION AND TESTING ........................................................................................ 80

10. DELAYS AND STOPPAGES ........................................................................................... 81

B. CONSTRUCTION OF GUARDHOUSE AND COMFORT ROOM .......................................... 81

1. WORK DESCRIPTION ................................................................................................. 81

2. SITE PREPARATION ................................................................................................... 82

3. EMBANKMENT FILL .................................................................................................... 82

4. ROLLING TO GRADE .................................................................................................. 82

5. EXCAVATION AND EARTHWORK ................................................................................. 82

6. CONCRETE AND REINFORCED CONCRETE WORKS ...................................................... 84

7. MISCELLANEOUS METALWORK ................................................................................... 95

8. ARCHITECTURAL ITEMS ............................................................................................. 96

9. PAINTING AND COATING ......................................................................................... 106

10. ELECTRICALS (LIGHTING) ........................................................................................ 111

C. CONSTRUCTION OF RESERVOIR AND PIPING WORKS ............................................. 112

1. WORK DESCRIPTION ............................................................................................... 112

2. SITE PREPARATION ................................................................................................. 112

3. FALSEWORKS .......................................................................................................... 112

4. EXCAVATION ........................................................................................................... 113

5. BACKFILL ................................................................................................................ 116

6. REINFORCED CONCRETE (Long Form) ...................................................................... 120

7. MISCELLANEOUS METALWORKS ............................................................................... 142

8. PIPING WORKS ........................................................................................................ 143

9. REPAIRS .................................................................................................................. 170

10. VALVES ................................................................................................................... 170

11. ULTRASONIC WATER LEVEL CONTROL WITH MONITOR (Siemens) ............................ 173

12. CONCRETE JOINT SEALING AND WATERPROOFING................................................... 173

13. HYDROSTATIC PRESSURE AND LEAK TEST AND DISINFECTION ................................ 174

14. PAINTING AND COATING ......................................................................................... 179

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

78

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

79

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

A. GENERAL CONSTRUCTION REQUIREMENTS

1. GENERAL DESCRIPTION OF WORKS

The Works covered in this Contract comprise the provision by the Contractor at his own risk

and cost which comprise all materials, shoring, tools, plants, labor, transports, water, power, and attendance, overhead and everything else necessary for the construction,

installation and completion of the Works for the Construction of Tugbok Resevoir No.3,

to the entire approval of the PROCURING ENTITY.

All materials or workmanship shall comply with the specifications. Other standards superior

to those enumerated in this specification shall be acceptable, subject to the approval of the Project Manager, the authorized representative of the Owner. The opinion of the Project

Manager must be obtained prior to utilizing such materials or workmanship on or off the site.

2. PROJECT SITE

The location of the Site is shown on the Drawings. The Contractor shall be deemed to have inspected the Site before tendering and to take into account all the conditions there, such

as means of access, facilities for transport, storage and movement of plants and materials, and any other contingencies liable to affect his tender price, as no claim for extra payment

in this connection will be entertained.

The Contractor shall be liable for and shall indemnify the Procuring Entity against any damage, expense, liability, loss, claim or proceedings whatsoever whether arising at

common law or by statute in respect of personnel injury to or death of any person whomsoever or to any property arising out of or in the course of or by reason of the visit to

the Site.

3. PLANS AND SPECIFICATIONS

Any conflict in the plans and specifications and applicable codes and standards, shall be

referred to the Project Manager for evaluation and appropriate action.

4. PERMITS AND CLEARANCES

The Contractor shall process and secure all the necessary permits as required by authorities for the preparation, execution and upon completion of the contract as specified in SCC Clause 11. Permits and Licenses. The Contractor shall coordinate with other

government/private agencies and pay all fees incidental to the acquisition of the required permits.

Such documents include construction permits but not necessarily limited to the following documents:

1. Appropriate Certificate from DENR

2. Occupational Safety and Health Program 3. Building Permit

4. Electrical permit 5. Sanitary Permit

6. Mechanical Permit 7. DCWD Certification

8. Mines and Geosciences Bureau Appropriate Certificate

9. Fire Clearance Certificate 10. Occupancy Permit

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

80

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Owner-furnished documents that will form part of the requirements in securing such

permits have been consolidated and will be endorsed to the Contractor such as certified true copy of Transfer Certificate of Titles (TCT‟s), Sketch Plan (signed by a geodetic

engineer), and Zoning Certification (for DENR Certification).

5. RIGHT-OF-WAYS

a. Lands of right-of-way for the Works to be constructed under the Contract will be

provided by the Owner or as shown on the Drawings. Nothing contained in the Contract Documents shall be interpreted as giving the Contractor exclusive occupancy

of lands or right-of-way provided. Any additional lands or right-of-way that may be needed for construction purposes shall be provided by the Contractor at his own

expense.

b. Except as may be otherwise be provided, the Contractor shall secure, from the

agencies having jurisdiction, the necessary permits to create obstructions, to make

excavations if required under the Contract, and to otherwise encroach upon rights-of-way, and present evidence to the Project Manager that such permission has been

granted, before work is commenced. Regulations and requirements of all agencies concerned shall be strictly adhered to in the performance of this Contract, including the

furnishing of insurance and bonds required by such agencies. The enforcement of such

requirements under this Contract shall not be made the basis for claims for additional compensation.

6. PROTECTION OF PUBLIC AND PRIVATE PROPERTY

The Contractor must assure that there are no properties, whether owned or not by the

Owner, will be damaged; otherwise the Contractor shall be responsible for all the damages resulting from their operations, thus; these must be properly restored to the satisfaction of

the private property owner or the agency having jurisdiction over public property.

7. BARRICADES AND WARNING LIGHTS

The Contractor shall provide and maintain sufficient number barricades at any time, located

in strategic locations of the project site or as directed by the Engineer. These will serve as warring signs to ensure the safety within the DCWD Property as the project progresses.

Obstructions such as material piles and equipment shall be provided with warning signs and

lights.

8. MATERIAL TESTING

An independent testing laboratory will be nominated by the Contractor, which will be approved by the Engineer. The approved laboratory shall undertake all testing material of

sample required under the various Sections of this Specification. All tests shall be made in a

laboratory. The cost of all tests required in this Contract shall be borne by the Contractor, and shall be deemed as included in the unit prices of the contract.

9. INSPECTION AND TESTING

a. All materials furnished and all work performed under the Contract shall be subject to

the inspection by the Project Manager or his representative, an Auditor and a representative from the Engineering and Construction Department in charge

of the Design and Specification. Such inspection includes mill, plant, shop, or field

inspection as required. The inspectorate team shall be permitted to access to all parts of the work, including plants where materials or equipment are manufactured or

fabricated; and they shall be furnished with such materials, information and assistance

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

81

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

by the Contractor and suppliers as required to make a complete and detailed

inspection.

b. 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, shall be borne by the Contractor regardless of whether the work removed is found to

be defective or not.

c. The cost of carrying out the required inspections and tests such as factory tests for materials and equipment to be delivered under the Contract and test for all for all

materials and equipment after installation should be at the Contractor‟s expense under their normal contractual obligations. Whenever the place of plant and materials

inspection is outside Davao City where an accommodation of the inspectorate team is necessary, the Contractor shall bear all the expense to be incurred in the conduct of

the inspection. As part of the Contractor‟s contractual obligation the following coverage

of travel expenses shall be provided for the inspectors:

1. Hotel Accommodations

2. Plane Tickets with baggage allowance 3. Terminal Fees (PhP200.00 for Davao Airport)

4. Transportation during inspection

5. Per Diem of PhP1,500.00 for each inspector to cover incidental expenses

It is inherent that the plane tickets, terminal fees and per diems are already sent to the designated inspectors two (2) days before the travel date.

d. The inspectors will make, or have made, such required tests as they deems necessary

to insure that the work is being accomplished in accordance with the requirements of

the Contract.

In the event such tests conducted reveal non-compliance with the requirements of the

Contract, the Contractor shall bear the cost of such corrective measures deemed necessary by the Project Manager, as well as the cost of subsequent retesting.

e. For locally manufactured materials and equipment, the Contractor shall require its Supplier to submit in writing to the Project Manager the schedule/s of production at

least five (5) working days prior to start of the Contract.

10. DELAYS AND STOPPAGES

All delays and stoppages in the progress of the Work arising from disputes as to the

quantity of materials, the insufficient supply of materials, plants, etc and all damage or injury caused to the work of the Contract, or to the adjoining or adjacent works, buildings,

streets, land, etc, in consequence of such delays and stoppages shall be solely and entirely at the risk and cost of the Contractor.

B. CONSTRUCTION OF GUARDHOUSE AND COMFORT ROOM

1. WORK DESCRIPTION

The Contractor shall supply all the materials, labor and equipment and specials required

unless otherwise specified and construct and complete the facilities and all its associated works as specified and included herein under the Contract.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

82

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. SITE PREPARATION

All areas of the Site marked on the Drawings or specified for clearing shall be cleared to the extent required by the Project. Material so cleared shall be disposed off the sites to

dumpsites approved by the local authority or as may be reasonably directed by the Project Manager. Open burning of cleared materials is strictly prohibited as provided under the City

local ordinance.

On the other hand, useful timber within the limit of the property which are cut and uprooted shall remain the property of the Owner and shall be cut into suitable length and

stacked properly. The stumps and roots whether existing or remaining after the tree felling shall be grubbed up and disposed of site. The resulting hole shall be filled with approved

material and properly compacted to the same dry density as the adjoining soil.

Any surplus unused or unsuitable material resulting from excess excavation shall be removed from the Site by the Contractor at his own expense.

3. EMBANKMENT FILL

Embankment fill shall be of suitable material, earth, gravel, sand, shale, coral, or rock

approved by the Engineer containing no rubbish, roots, muck, or any objectionable material. The area where an embankment is to be constructed shall be cleared of all vegetation,

roots and foreign materials. Following this, the surface shall be moistened, scarified to a depth of 15 cm (6 in) and rolled or otherwise mechanically compacted to 95% of maximum

density. Embankment fill shall be placed in horizontal layers not to exceed 20 cm (8 in) in

thickness, as measured before compaction, where compaction is attained by means of sheepsfoot rollers. Where the use of sheepsfoot rollers is impracticable, the layers shall not

exceed 15 cm (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 95% of maximum density elsewhere. The top 50 cm (20 in) of backfill on embankments shall consist of loamy earth,

free of rocks larger than 2.50 cm (1 in) in maximum dimension.

4. ROLLING TO GRADE

Embankment shall be placed and compacted in the following manner unless otherwise

directed by the Engineer.

Fill material composed of soil, sand, gravel or shale shall be spread in successive horizontal

layer thickness not exceeding 200 mm on the full width of the area to be filled and then

rolled in succession as specified, with a combination of tamping roller unit, with a minimum weight of 5 tons.

Rolling shall start longitudinally at the sides of the area being filled, proceeding towards the center, overlapping each pass by at least one half of the roller width on successive trips.

The moisture content of the soil materials at the start of rolling shall approach the optimum moisture, as determined by Standard Laboratory test on soils.

5. EXCAVATION AND EARTHWORK

a. GENERAL

The excavation will generally refer to open excavation of foundation wet or dry and in

all sorts of soils. The work includes the furnishing of all labor, materials, equipment, plant and other facilities and satisfactory performance of all work necessary to

complete the preparation of site grading and excavation as shown on the drawings and

specified herein.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

83

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

b. SETTING OUT

The contractor shall set out the building or other involved works after clearing the site and get the same approved by the Project Manager. It shall be the responsibility of the

Contractor to install substantial reference marks; benchmarks etc. and maintain them as long as required by the Project Manager. The contractor shall assume full

responsibility for proper setting out, alignment, elevation and dimension of each and all

parts of the work. Moreover, they can ask assistance when available the DCWD Survey Team on the scheduled setting out in the project site.

The Contractor shall stake out the building accurately and shall establish grades, after

which approval by the Owner or Project Manager shall be secured before any excavation work is commenced.

Basic Batter Boards and basic reference marks as directed by the Project Manager shall be erected at such places they will not be disturbed during construction.

Materials shall be stored and work shall be conducted in such manner as to preserve all

reference marks set by the Project Manager. Re-establishment of lines and grades

where necessitated due to negligence on the part of the Contractor shall be done at the expense of the Contractor.

The Contractor shall construct two permanent benchmarks of previously known

elevations near or within the site of construction for the purpose of determining any settlement that may occur during the progress of construction.

c. EXCAVATION & PREPARATION OF FOUNDATION FOR CONCRETE

Excavation shall include removal of all materials of whatever nature at all depths and

whether wet or dry necessary for the construction of foundation and sub-structure exactly in accordance with lines, levels, grades and curves shown in the drawings or as

directed by the Project Manager. The bottoms of excavation shall be leveled both

longitudinal and transversely or sloped as directed by the Project Manager.

Excavation shall not be carried to a greater depth that is required in the drawings and specifications. Should the contractor excavate to a greater depth or width than shown

on the drawings or as directed by the Project Manager, he shall at his own expense fill

the extra depth or width in cement concrete in proportion as to be directed by the Project Manager but in no case with concrete of mix leaner than 1:4:8 cement

concrete.

The contractor shall notify the Project Manager when the excavations and/or preparation of footings are completed. No concrete shall be placed in foundations until

the contractor has obtained Project Manager‟s approval. No steel reinforcement shall

be placed nor shall concrete be poured until the Project Manager or his duly authorized representative has checked the reinforcing steel bars and formworks for each individual

footing and has given the order to proceed.

After the excavation is passed by the Project Manager and before laying the concrete,

the contractor shall get the depth and dimensions of excavation and levels and measurements recorded by the Project Manager.

The Contractor shall report to the Project Manager any indication of weak soil

conditions before placing of steel reinforcement and concrete.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

84

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

d. BACKFILLING AND GRADING

After the forms have been removed from footing, foundation walls, etc., and when the concrete work is hard enough to resist pressure resulting from fill, the materials from

excavation shall be used for backfilling around them. This filling shall be placed in layers not exceeding 150mm (6”) in thickness, each layer being thoroughly compacted

and rammed by wetting, tamping or rolling until 95% modified Proctor Compaction

and correct grades are reached. Voids caused by removal of sheeting, shoring, and bracing shall be filled with sound materials.

The contractor shall clean and grade the building site five meters from the building line

as shown in the plan.

e. STRUCTURAL FILL

Unsuitable materials and debris shall first be removed and disposed of as directed by the Project Manager. The structural fill shall be placed and built-up in uniform

compacted layers to required foundation elevations. Each layer placed is at most 150mm in thickness.

f. BACKFILLING OF SLABS ON FILL

Material to be used for backfilling of slabs on fill shall be of approved granular

materials. This filling shall likewise be placed in layers not exceeding 150mm (6”) in thickness, each layer being thoroughly compacted and rammed by wetting, tamping, or

rolling until 95% modified Proctor Compaction and the correct grades for support of slabs are reached. Any subsequent excavation through this fill due to embedment of

piping shall be repaired in similar manner described herein.

Where the underlying soil below the slab on fill is soft clay, silt or other loose materials, it shall be removed to a depth of not less than 1.22m (4ft.) or until the sound material

is reached, whichever is attained first, before backfilling as described above is done.

g. SITE GRAVELLING

Material to be used for site gravelling inside the property must be washed and crushed

rock with a size not smaller than 25mmØ (1”Ø) and not bigger than 38mmØ (1-1/2”Ø) as provided by a certified and recommended crusher plant.

h. SURPLUS EXCAVATED MATERIALS

All excavated materials certified as surplus and not useful shall be removed by the

Contractor from the site in an approved manner or as directed by the Project Manager

with the approval of the Local Authority as required to his own dump to his own expense. No extra claim on any account will be paid.

The items of removal of surplus excavated materials shall only be undertaken by the Contractor when specific instruction in this regard has been obtained from the Project

Manager. The contractor must also secure the approval of the Project Manager regarding the quantity of surplus materials to be removed prior to commencement of

this item of work.

6. CONCRETE AND REINFORCED CONCRETE WORKS

a. SCOPE

All reinforced concrete works shall be done in accordance with the standard specifications for reinforced concrete works, as adopted by the government, in so far

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

85

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

as it does not conflict with the revised proportioning of concrete as specified

hereinafter.

b. GENERAL

1. Standard Specifications and Codes

The works covered by this Section unles otherwise noted on detailed, shall be

governed by the Building Code requirements for Reinforced Concrete (ACI 318),

Standard Code or Arc Welding in Building Construction of the American Welding Society. The latest edition of all specifications or codes will be used.

2. Coordination

The concrete work shall be coordinated with the work of other trades to allow

reasonable time to set sleeves, inserts and othe accessories which must be in position before concrete bases and pads of mechanical equipment shall be

adjusted to comply with the approved shop drawings for the equipment.

3. Workmanship

The Contractor shall be responsible for any additional cost which may result from

concrete surfaces which are not finished to the required profile or elevation.

4. Samples

Submit sample of cement and aggregate proposed in the concrete work for

approval, enumerating names, sources and descriptions of materials.

c. CONCRETE

The concrete shall consist of Portland cement, fine aggregates, coarse aggregates, water, and where specified, admixtures, proportioned, mixed placed, cured and

finished as hereinafter specified.

d. MATERIALS

1. Portland Cement

ASTM C – 150 Type I for normal Portland cement. The same brands for Portland from the same mill shall be used for concrete, throughout the job. Cement shall

be any standard commercial brand in 40-kilogram and of new stock which shall not be more than 3 months from date of manufacture.

2. Fine Aggregates

It shall be clean, hard, coarse river sand or crushed sand free from injurious amount of clay loam and vegetable matter.

3. Coarse Aggregates

It shall be river run gravel or broken stones. The maximum size shall be 1/5 of the

nearest dimension between sides of forms of the concrete of ¾ of the minimum

clear spacing between reinforcing bars, or between rebars and forms whichever is smaller.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

86

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

4. Mixing Water

Water used in mixture of concrete shall be clean and free from injurious amount of oils, acids, alkali, organic materials or other deleterious substances.

5. Tie wires shall be standard commercial G.I. wire Gauge No. 16.

6. Reinforcing Steel

All 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 as shown 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.

e. PROPORTIONING

1. The Contractor shall employ at his own expense an approved testing laboratory which shall design the mix for each type of concrete required by the soecifications

and draiwngs to obtain strength, as determined by the test cylinder, at least 15% higher than required. Strength requirements shall be as required in Sections for

Pipe Culverts and Strom Drains and Retaining Wall.

The adequacy of the design mix shall be verified by a test on a minimum

minimum of three (3) cylinders, 1 tested at 7 days, 1 at 14 days and 1 at 28 days, in accordance with ASTM C-192 and G – 39 and by the slump test in accordance

with ASTM C -143.

The testing laboratory shall submit 5 copies of the design mix and the test results

to the Project Manager or his duly authorized representative for approval before

any concrete is placed.

If, at any time during construction, the concrete resulting from the approved

design mix proven to be unsatisfactory for any reason suh as too much water, lack of sufficent plasticity to prevent segregation, honeycomb, etc., or insufficeient

strength, the contractor shall immediately notify the testing laboratory and the

Project Manager. The laboratory shall modify the design, subject to the approval of the Project Manager or his duly authorized representative until satisfactory

concrete is obtained.

2. Controlled Strength of Concrete shall be as follows;

1.1 Concrete for structural elements shall develop minimum 7-day compressive

cylinder strength of 27.58 MPal (4,000 psi) unless otherwise specified in the plans..

1.2 Concrete for non-structural elements shall develop minimum 28-day cylinder strength of 20.68 MPa (3,000 psi), unless otherwise specified in the plans.

1.3 The minimum cement content for 27.58 (4,000 psi) concrete shall be 12 sacks per cubic meter of concrete.

3. The water shall in no case exceed 19.00 liters, and 25.67 liters (5.62 and 6.79 US

gallons) per bag of cement for all concrete with specified strength of fc=27.58 MPa (4,000 psi) and 20.68 MPa (3,000 psi), respectively. Slumps shall not exceed 100

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

87

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

mm in all cases unless otherwise changed by the Engineer and shall be be

according to "Test of Slump for Portland Cement Concrete" (ASTM C-143).The methods in measuring concrete materials shall 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 the

"Standard Specification of Ready Mixed Concrete" (ASTM C-94, Latest Revision)

where applicable.

4. Lean Concrete – Lean concrete mix to be designated to produce concrete with a

28-day strength of 13.79 MPa, slump and size shall be subject to approval depending on where it is mixed.

5. Testing-The Contractor shall employ, at his own expense, an approved testing laboratory which shall make compression and slump tests and immediately submit

5 copies of test reports to the Engineer. Ready mixed concrete companies may

use their own laboratories provided that testing is done with the supervision of the Project Manager or his duly authorized representatives.

Compression and slump tests shall be made for every 50 cu.m of concrete or fraction thereof, but not less than 1 set of tests shall be made from any one batch

of concrete and all 3 tests shall be made from the same batch.

6. Compression Test – Make 3 standard 150 mm x 300 mm cylinder and test in accordance with ASTM C-31 and C- 39. Test one (1) cylinder at the age 28 days,

one (1) at age 14 days and one (1) at age 7 days. Make additional cylinder as required to check strength of concrete in the construction. These cylinders are to

be cured in the field in the same manner as to the concrete in the construction is cured.

7. Slump Tests – For each representative quantity of concrete mentioned above, two

slump tests shall be made in accordance with ASTM C-143.

8. Test Reports – The testing laboratory shall submit 4 copies of its test cylinder

reports which are to include, as far as applicable, the following information: location of the structure where the concrete is used,design number, concrete

design strength, type and manufacturer of Portland cement, amount of any

admixtures used, slump tests, date of sampling, cylinder application number, days cured in the field, days cured in the laboratory, age at time of testing, crushing

stress, type of failure, who made the cylinders, who shipped the cylinders to the laboratory and whether concrete strength meets the specifications.

9. Inspection of Batch Plant operation on a “Spot Check” basis as required to insure

the concrete delivered to the job complies with the specifications and the design mix. The testing laboratory shall provide this service as directed by the Project

Manager.

10. Additional Tests – If, in the opinion of the Engineer, based on cylinder strengths

below specifications requirements or visual defects, concrete of poor quality has been placed, additional tests shall be made as directed by the Project Manager or

his authorized representative and at the expense of the Contractor. Test may be

compression test on cored cylinder per ASTM C-42, and/or load tests as outlined in ACI , Section 202, or as specified.

f. MIXING CONCRETE

1. Site Mixed Concrete – Provide a batch mixer type equipped with accurate timing

and measuring devices and operate in accordance with themanufacturer‟s

recommendation.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

88

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

The mixing time for each batch, after all solid materials are in the mixing drum,

and provided that water is introduced before ¼ of the mixing time has elapsed, shall not be less than 1 minute for mixers having a capacity of 1 cu.m or a fraction

thereof of addtional concrete

2. 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 2 minutes after all materials,

including water, are in the mixing drum.

3. The mixer shall be of an approved size and type that will insure 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.

4. 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.

5. Re-tampering i.e., remixing with the addition of water to concrete that hasbeen partially hardened will not be permitted.

g. READY MIXED CONCRETE

All ready mixed concrete shall conform with the requirements of ASTM C – 94 be placed in forms within one hour after adding water or not more than ½ hours if a retarder is used.

it shall be kept constantly agitated during the transit period.

h. PLACING OF CONCRETE

1. Do not start the placing of concrete until the forms and the reinforcement for the whole unit are properly laid and installed, cleaned, inspected and approved.

2. Roughen and clean construction joints and just before any pouring starts, wet and

slush with cement mortar.

i. RETEMPERING

The Contractor shall mix only such quantities that are required for immediate use and mixture, which has developed set, shall not be used. Concrete, which has partially

hardened, shall not be retempered nor used.

j. HANDLING AND PLACING CONCRETE

1. After the concrete is mixed, it shall be immediately conveyed in approved push carts

or buggies (kept temporary runways built so that runway supports will not bear reinforcement of fresh concrete) to desired locations, and carefully deposited in such

manner as t prevent the separation of ingredient or displacement of reinforcements.

Conveying or hauling of concrete by the use of long inclined chuted or pipes will not be permitted.

2. Dumping concrete into carts or buggies with a free fall of more than one meter will not be permitted. Hardened splashes or accumulation of concrete on forms or

reinforcements shall be moved before the work proceeds.

3. When placing operations would involve dropping the concrete more than 1 ½

meters, it shall be deposited through sheet metal or other approved conveyors. As

for practicability, the conveyors shall be kept full of concrete during the placing and

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

89

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

their lower ends shall be kept buried in the newly placed concrete. After the initial set

of the concrete, the forms shall not be jarred and no strain shall be placed on the ends of the reinforcing bar, which it projects.

4. Concrete in columns shall be placed in one continuous operation and allow to set 12 hours before caps are placed. Concrete in beams and slabs in superstructures shall

be placed in one continuous operation. Construction joints shall be placed as directed

by the Project Manager. Foundation shall be free from water during concreting.

k. CURING AND PROTECTION

Protect all concrete work from drying out after removal of forms by covering with waterproof of paper, polyethylene, burlap, at a coating of approved membrane curing

compound with moisture retention property equal to 90% based on ASTM C – 309 C – 156, applied in accordance with manufacturer‟s instruction. Membrane curing compound

shall not be used where floor hardener, membrane waterproofing, damproofing, resilient

floor tile or other floor or wall covering set in adhesive, concrete-fill or setting beds, paint, plaster or other applied finishes, or surfaces treatment are to be subsequently applied.

Wet burlap as often as required to keep concrete wet throughout each day for a period of at least 7 days where normal Portland cement is used and 3 days where high early

strength cement is used.

l. REINFORCING STEEL AND ACCESSORIES

1. All steel for columns, shear wall, footings and footing beams shall be high grade

deformed bars with Fy = 275.90 MPa (40,000 psi) for bars larger than 16 mmØ.

2. For 16 mmØ and smaller bars use deformed bars; Fy = 275.90 MPa (40,000 psi).

3. For 5 mm bars plain ones may be used unless otherwise specified.

4. Accessories – Provide bar supports and other accessories necessary to hold bars in

the proper positions while concrete is being placed. Bar supports which come in

contact with forms for concrete exposed to view in the finishes structure shall be galvanized. Bar supports are subject to approval.

5. Mill Certificate and Test – Furnish two (2) copies of manufacturer‟s certificate of mill tests of all reinforcing steel. The Contractor shall employ at his own expense, an

approved testing laboratory which shall test, at the supervision of the Project

Manager or his authorized representative, all sizes of reinforcement of each bulk.

6. Shop Drawings – Each reinforcing steel detail and placement drawings shall be

submitted for approval. Any material fabricated before the final approval of the shop drawings will be done at the Contractor‟s risk but no material shall be installed until

final approval of the “Shop Drawing”. Shop drawings hall be in accordance with the

“Manual of Standard Practice for Detailing Reinforced Concrete Structure” (ACI – 315).

7. Labeling – Bars shall be properly labeled with weatherproof tags to facilitate identification.

8. Storage of Materials – Store steel reinforcing bars on supports above ground level. Keep covered with tarpaulins, required, due to a delay in use.

9. Placing – Place all reinforcement according to the approved placement drawings. Use

sufficient bar supports, ties, anchors and other accessories to hold all bars securely in place. All stirrups shall be held in place by spacer bars unless otherwise shown in the

detailed drawings.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

90

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Reinforcing steel shall be cleaned of oil, grease, scale, rust or other coatings which

will impair bond, and shall be without kinks and bends. Otherwise the same will be rejected.

All welded splices shall be made by certified welders. Certification shall be submitted, approved by the Government Engineer of his duly authorized representative before

an y welding works shall be started. The welding of bars shall conform to AWS D 1.4

Recommended Practices for Welding Reinforcing Steel. All bars shall be bent cold.

m. REJECTED MATERIALS

All materials which have been damaged; contaminated or have deteriorated or does not comply in any way with the requirements of this specification, shall be rejected and

shall be removed immediately from the site at the Contractor's own expense.

n. 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 the explicit permission of the Project manager, and then only in strict accordance with his directions; 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 a manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary

dewatering operations for removing groundwater, if required, will be subjected to the approval of the Project Manager.

o. PREPARATION OF SURFACES FOR CONCRETING

1. 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.

2. 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

previously 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 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

91

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

3. 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.

p. FORMS

1. General

The Contractor shall provide forms to confine the concrete and shape into the required lines. The forms shall have sufficient strength and rigidity to hold

concrete and withstand the pressure of ramming and vibration without deflection from the prescribed lines and levels. The surface of all forms in contact with

concrete shall be clean, rigid, watertight and smooth. Suitable devices shall be used to hold corners, adjacent ends and edges of panels of other forms together

in accurate alignment. 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.

2. 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 - steel or plywood panels

Columns - steel, plywood or surface lumber

All other work - 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

3. Column forms

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.

4. All girder, beam and slab centerlines shall be crowned at least 6.3 mm (1/4 in.) in all directions for every 4.57 meters (15 ft.) span. However, cambers from all cantilevers

shall be as indicated on the plans or obtained from the Project Manager by the Contractor.

5. Design

1.1 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

92

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

effective means shall be provided in 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 or offsets, or similar surface, defects

in the finished concrete. Plywood, 16 mm. (5/8 in.) and greater in thickness, maybe 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 out shall be subject to the approval of the Project Manager.

1.2 Concrete construction joints will not be permitted at locations other than those shown or specified, except, as may be approved by the Project

Manager r. When a second lift is placed on hardened concrete, special

precaution shall be taken in the way of the number, location and tightening or 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.

1.3 Unless otherwise shown, exterior corners in concrete members shall be

provided with 19.00 mm (3/4 in.) chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown

6. FORM TIES

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 to 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 or faces of the concrete.

7. VERTICAL SURFACES

All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is called for on 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.

8. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

93

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

of their use. Care shall be exercised to keep oil off the surfaces of steel

reinforcement and other metal items to be embodied in 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 that are

permanently exposed to view. In the case of forms for the 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.

9. 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. Forms for bottom

slab or floor slab shall be removed after twenty-four (24) hours from the time of concrete pouring. Forms for all vertical walls and columns shall remain in place at

least three (3) days after the concrete has been placed and shall attain a minimum compressive strength equivalent to 60% of the required strength (1800

psi).

The contractor shall employ special techniques to form openings for doors, for connections of beams and floors, and for provisions of nibs and haunches.

Toothed or dovetailed connections shall be used

q. SCAFFOLDING

The scaffolding must be of approved type strong and rigid stiffened with necessary cross bearers and safe to prevent injury to persons or materials. The contractor shall

have to allow other trades to make reasonable use of his scaffolding as directed by the

Project Manager. If for the interest of work the contractors have to erect scaffolding in the other properties including local bodies or Corporation, the arrangement for the

same including the cost of licensing fees etc. shall have to be borne by the contractor and the Owner should be kept free from any liability on this account.

r. OFFSETS AND SPLICES IN REINFORCEMENT

1. In slabs, beams, and girders, splices or reinforcement at points of maximum stress shall be generally avoided, and maybe 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.

2. 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; in the case of tied columns, the ties shall be spaced not over 76 mm (3 in.) on center for a distance of 300 mm (12 in.) below the actual point of offset unless

otherwise shown on the plans.

s. CORROSSION 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

94

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

of the concrete reinforcement. Securing such items in position by wiring or welding it

to the reinforcement will not be permitted.

t. FINISH OF CONCRETE SURFACES

1. All finished or formed surfaces shall conform accurately with the shape, alignment, grades and sections as indicated on 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.

2. 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. Floor slabs and exposed tops of walls and curbs shall be given a steel trowel finish. At the Contractor's option, the above-

mentioned floor slabs may be finished with a power float after screeding. Subsequent to the aforementioned finish, all sloping surfaces of floor slabs shall

be lightly broomed to provide a skid-resistant surface.

u. ARCHITECTURAL FINISH

All prominently exposed exterior, vertical, above ground concrete surfaces shall be

given an architectural finish as follows:

1. 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 shall be holes filled. 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 trowel without

disturbing grout in the air holes.

2. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

95

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

quality. It shall be the Contractor's responsibility to maintain and protect the

concrete finish.

v. 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 cause 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 Contractor's expense

w. TREATMENT OF SURFACE DEFECTS

1. As soon as forms are removed, all exposed surface shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory

manner in order to secure a smooth, uniformed 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.

2. Defective surfaces to be repaired as specified in Subsection (a) herein shall be cut back from true line a minimum depth of 13.00mm (1/2 in.) over the entire area.

Feathered edges shall be avoided. Where chipping or cutting tools are 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 walls, 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.

3. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Section 3.17 using approved methods which

will not disturb the bond, caused 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.

7. MISCELLANEOUS METALWORK

a. GENERAL DESCRIPTION

The Contractor shall furnish all materials, labor, equipment and the satisfactory

performance of all works necessary to complete all the miscellaneous metalwork as shown in the drawings and/or specified herein. Miscellaneous metalwork is defined as

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

96

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

all items required to be fabricated from structural steel shapes, plates, bars, and their

products.

b. METALWORK

Steel pipes for erection boom shall be galvanized iron steel pipes in accordance with the “Specification for Zinc Coating (Hot Dip Process) for Iron” (ASTM A-53), Schedule

35. Other structural steel shapes, plates and fabricated assemblies shall conform in

accordance with the “Specification for Structural Steel” (ASTM A-36).

c. GALVANIZING

All structural steel shapes, plates, bars and fabricated assemblies that required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be

galvanized in accordance with the “Specification for Zinc (Hot-Galvanized) Coatings on products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and

Strip” (ASTM A123). Any galvanized part that becomes warped during the galvanizing

operation shall be straightened. Field repairs to galvanizing shall be made using “Galvanox”, Galvo-Weld”, or approved equal.

d. 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.

e. BOLTS

1. 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 Section 3.5.3.

2. Except as otherwise provided herein, steel for bolts, anchor bolts, and cap screws

shall be in accordance with “Specifications for Structural Joints”, High Strength

Bolts (ASTM A-325) approved by the Research Council on Structural Connections of the Engineering Foundation (RCSC) or threaded parts of ASTM A36 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.

3. Threads on galvanized bolts and nut shall be formed with suitable taps and dies such that they retain the normal clearance after hot dip galvanizing.

4. Unless otherwise shown, all bolts, anchor bolts, and nuts which are buried,

submerged, or inside a covered hydraulic structure shall be Hot-Dip galvanized per Section 4.3, and then coated with two coats of coal tar epoxy, after

installation.

8. ARCHITECTURAL ITEMS

a. GENERAL DESCRIPTION

The work under this section shall include the furnishing of all labor, materials,

equipment and all satisfactory performance of all works necessary to complete the

architectural items of work as shown on the drawings and/or specified herein, including but not necessarily limited to, the following principal items of work:

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

97

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Masonry

Carpentry and Millworks

Tile Works

Aluminum and Glass Works

Plumbing

Manholes

b. SHOP DRAWING

The Contractor shall submit seven (7) copies of shop and setting drawings for

approval. Shop drawings shall be prepared before commencing fabrication and shall

be based on drawings, specifications, and field measurements essential for proper fitting of work with other construction, and presenting complete information regarding

fabrication and installation of work.

c. MASONRY WORK

1. General

Concrete Hollow Blocks (CHB) for buildings shall be non-load bearing or approved equal, with sizes as shown on the drawings.

All CHB‟s shall be laid plumb and true to grade. Reinforcements shall be a minimum of 10mmØ at 0.60M. (2‟-0”) on center both ways, unless otherwise

shown on the drawings.

Concrete Hollow Blocks Parapet shall be 150mm thick, unless otherwise shown

with all holes filled with mortar or pea gravel concrete.

2. Scope

The principal items of work are as follows:

(a) Concrete Hollow Blocks

(b) Reinforcing Steel for Masonry and dowels in concrete.

(c) Setting Anchor Bolts and other Embedded Items.

(d) Cleaning of Masonry

3. Other Materials

(a) Portland Cement: ASTM C150

(b) Sand: ASTM C144, except that no less than 4% or more than 10%

shall pass the No. 100 sieve

(c) Integral Water Proofing: Sahara or approved equal.

(d) Water: Clean, from domestic water supply l.

(e) Reinforcement: Plain Structural Grade Steel, ASTM A615.

4. Mortar and Grout Proportions

(a) Measurement: All parts by volume measurement

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

98

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(b) Mortar: 1 part Portland Cement, 3 parts sand, 1/3 to ½ part hydrated lime

and 1 pint of integral water proofing per sack of cement

(c) Grout: 1 part Portland Cement, 3 parts sand, and 1 pint of integral water

proofing per sack of cement to which may be added 10% lime. Grout for joints in excess of 50mm (2”) in width shall contain 2 parts pea gravel

5. Mixing Mortar and Grout Proportions

(a) General: Parts of Mortar and Grout shall be determined by reasonably accurate volume measurements and mixed in mechanical mortar mixer in

batches containing not less than one full sack of cement, unless otherwise approved. When partial batches are mixed, extreme care shall be used in

measuring all the parts.

(b) Order of Mixing: In mixing each batch of Mortar or Grout, the water, sand

and cement shall be mixed for not less than two minutes; then the water

proofing or other admixtures, if any shall be added as herein before specified and mixed until a smooth plastic mass without lumps is obtained. Grouts

shall contain sufficient water to cause it to flow freely without segregation.

(c) Re-tempering and Time Limit: Mortar shall be maintained plastic and the

grout fluid until used. Re-temper on the mortarboards shall only be

permitted by adding water within a sort of basin formed with the mortar and by working the mortar into the water. Dashing or pouring water over mortar

shall not be permitted. Re-temper of mortar, which has become harsh and non-plastic, shall not be permitted.

6. Setting Embedded Items: All anchor bolts and miscellaneous metal works embedded in masonry shall be set in accordance with setting plans or instructions

furnished by trades supplying the metal work. Care shall be exercised to insure

that all anchors are completely surrounded by grout.

7. Masonry Lintels: The Contractor shall provide properly shored supports for

construction of masonry lintels for openings in walls. Shoring shall not be removed for at least seven days after lintels are placed.

8. Construction

(a) Laying and Jointing: Blocks shall be laid in a running bond in a full bed of mortar with 10mm. bed and head joints. Channel blocks shall be used for

lintels. Alignment of cells containing reinforcement shall be maintained and projecting mortar and debris shall be removed prior to grouting. All exposed

joints shall be raked 10mm. Deep and tooled with a flat pointing tool to a

smooth hard surface where tooled-joint finish is indicated. Blocks shall be shoved into place so that, the mortar shall bond well with both faces.

Furrowing of the mortar will not be permitted.

(b) Placing Reinforcing Bar and Grouting: All reinforcing steel, except dowels in

concrete shall be accurately set in strict accordance with the Drawings and the notes thereon. Vertical shall be secured firmly in place by means of

frames or other suitable devices. Horizontal steel may be placed as the work

progresses. In any core containing reinforcement the distance between any masonry and the reinforcement shall be at least 12.7mm at all points. The

masonry contractor shall furnish all ties, spacers and supports required to hold steel in position during grouting. Cores shall be grouted in lifts not

exceeding 1.22m in height. Grout shall be thoroughly rodded. Splices in

reinforcing bars shall be lapped a distance sufficient to develop the stress in the bar, but not less than 40 bar diameters.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

99

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(c) Workmanship: Masonry work shall be straight, true plumb and uniform in

appearance. Joints, coursing and dimensions called for on the Drawings shall be closely adhered to. Proper blocks shall be used at openings. Wherever

cutting is necessary it shall neatly and accurately done. Workmanship shall be of the best quality; work shall be done only by workmen skilled in the

trades.

9. Protection and Cleaning. Corners shall be protected from damage, with substantial board covers. Mortar or grout stains on masonry work shall be removed

immediately. Any masonry showing stains from mortar, or concrete or grout at completion of work, shall be replaced or entire masonry surface sand blasted to

provide uniform approved appearance. In cleaning block, only stiff fiber brushes and wooden scrapers shall be used. Metal implements or acids shall not be used

for cleaning block. All imperfect joining, nail holes, chipped edges or corners, and

similar defects shall be corrected or replaced as directed.

d. CARPENTRY AND MILLWORKS

1. General

Furnish all materials, labor, equipment and the satisfactory performance of all

works necessary to complete the carpentry as shown in the drawings and/or

specified herein.

This work may include nailing strips, plates, straps, joints, hangers, rods, dowels,

rough hardware, fasteners and other miscellaneous iron and steel items pertinent to rough carpentry works.

All related finish carpentry works as indicated in the drawings and/or specified herein. Coordinate work with all other with related trades.

2. Storage and Protection

(a) Stack framing to insure against deformation and maintain proper ventilation.

(b) Protect lumber from elements.

(c) Lumber in contact with concrete or masonry shall be coated with two (2) coats of asphalt, applied hot.

(d) Protect all finished woodwork from injury after it has been set in place until

the completion and final acceptance of the work.

3. Materials

Lumber shall be of approved quality of the respective kind required for the variation part of the work, well seasoned thoroughly dry, straight and free from

large, loose or unsound knots, sap shakes or other imperfections impairing its

strength, durability or appearance. Framing lumber shall be of rough dimensions shown in the drawings. All exposed wood work shall be smoothly dressed and well

sandpapered.

Any lumber equally good for the purpose intended may be substituted for kinds

specified, provided, however, that the substituted be authorized in writing by the Project Manager.

4. Executions

(a) Make all carpentry to detail, clean and sharply defined.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

100

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(b) Wood nailing shall be in accordance with detailed drawings. When not

indicated in the drawings or mentioned herein, nailing strips shall be 25mm x 50mm spaced at 40cm on centers on both ways.

(c) Make joints tight and in a manner to conceal shrinkage. Secure trim with fine finishing nails, screws or glue where required.

(d) Make all exposed nails countersunk. Do scribing mitering and joining

accurately and neatly to conform to details.

e. TILE WORKS

1. General

Furnish all materials, labor, equipment and the satisfactory performance of all

works necessary to perform labor required to complete the Vinyl Tile Works. See drawings and details for location, extent and other requirements.

2. Submittals

Submit to Owners Engineer samples for approval prior to installation

3. Executions

(a) Application of Scratch Coat

Finish Application:

(a.1) Concrete surfaces shall be clean, free from dust, grease and other

foreign matter before a coat of plaster bond is applied. Use Tile Adhesives for installation.

(a.2) Lay tile slabs evenly and at desired levels.

(a.3) Before spreading the setting bed, establish lines of borders and

center the fieldwork in both directions to permit the pattern to be laid with a minimum of cut tiles.

(a.4) Pitch floor to drains as required.

(a.5) Keep tile joints parallel and straight over the entire area by using straight edge.

(a.6) Softly compressed the vinyl tile solidly onto the bed, using wood blocks of size to ensure solid bedding free from depressions.

(a.7) Lay tiles from centerlines outward and make adjustments at walls.

(b) Tile Installation at Edges

All intersections and return shall be perfectly formed. All cuttings shall be

neatly done with marring the tile. The cut edge of the tile against any trim, finish built-in fixtures, etc. shall be carefully grounded and jointed. Provide

PVC tile trim on every end portions and corner of tiles.

Around electrical outlets, plumbing pipes, or fixtures and fittings tile shall be fitted close so that plates, collars or covering will overlap the tile. No split will

be permitted, except in those locations where pipes or trim make cutting necessary.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

101

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(c) Accessories

Unless otherwise definitely indicated in details, accessories shall be located in consultation with the Architect/Engineer. Fixtures shall be set flush with face

of tile, true to plumb neatly and symmetrically spaced as regards to plumbing fixtures, corners or rooms, trim and tile joint. Whenever plumbing fixtures

are encountered, accessories shall be spaced in regard to center of fixture.

Secure accessories firmly in wall with plaster of Paris and grout or point joint around it.

(d) Sealing

Laid out wainscoting shall be topped with an approved clear waterproofing

prepared and applied as per manufacturer‟s instruction.

(e) Removal of Condemned Tiles

Prior to the final acceptance of the tile work, the contractor shall at his own

expense, remove and replace condemned tiles.

(f) Cleaning

Upon completion of the various portions of his work, the Contractor shall remove all unused materials, rubbish, etc., that have accumulated as a result

of his work. After the pointing has sufficiently set or hardened, all tiles on

walls and vertical surfaces or floors and horizontal surfaces shall be thoroughly cleaned. Then clean by rubbing with damp cloth or sponges and

polish clean with dry cloth.

The Contractor shall give the tile work one thorough final cleaning when so

instructed.

f. ALUMINUM AND GLASS WORKS

1. Glass and Glazing

(a) General

(a.1) Scope

All glass and glazing work must be free from imperfection and water marks and other materials and equipment and perform labor

required to complete. See drawings for size, location and details.

(a.2) Submittals

Submit samples of glass panels with factory labels for Owner‟s

Engineer‟s approval.

Submit samples of glazing compound.

(a.3) Labels

Label each glass panel and do not remove from glass panel until final cleaning and after inspection and approval.

(a.4) Delivery and Storage

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

102

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Delivery only as required and store in a safe location as directed.

Unpack only when ready for use.

(a.5) Protection

Protect all glass for damage, breakage, staining, etching, differential aging, abrasion, scratches, and impact during

construction and until final acceptance of the contract work.

Replace unless satisfactory corrective measure can made at the job without removing damaged glass, as directed by the

Architect/ Engineer.

Glazed openings shall be identified with the colorful flag,

festoon, or tape suspended near, but not in contact with the glass. Tapes or banners may be attached to the sash at head,

jambs or site with non-staining adhesive or by any convenient,

mechanical means. Do not mark of coat glass partially or completely with “X”, “S” or other symbols with soap, wax

cleaning powders or other materials.

Lost and damaged materials shall be replaced by the Contractor

at his own expense.

(b) Glazing

(b.1) Prevent glass from all contact with metal or any hard or sharp

materials by use of resilient shims placed at quarter points.

(b.2) Use resilient sealants.

(b.3) Use stops in size permitting a “good grip” on the glass.

(b.4) Install glass only in openings that are rigid, plump and square.

(b.5) Allow sufficient clearance at edges of glass to compensate for its

expansion or for some settlement of the building. Clearance should be 6mm from edge to frame and 3mm for face.

(b.6) Removal of putty or glazing compound smears from glass shall be performed by the glazing contractor during the materials normal

work life. Failure to do so may result damage to the glass.

(b.7) Markings banners, posters and other decal shall not be applied directly to glass as these could cause thermal stress.

2. Aluminum Frame

(a) General

(a.1) Scope

Furnish materials and equipment and perform labor required.

Powder coated aluminum frames for swing door and Powder coated

aluminum frames for fixed glass.

See drawings and schedules for sizes, details and location of required

work.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

103

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(a.2) Submittals

Submit for approval of the Architect/Engineer, shop drawings of fabricated items showing sizes all members, details of

connections, fabrication and installation.

Submit samples corner connections, hinges, and all other

accessories.

Secure for approval of all shop drawings prior to start of fabrication work.

(a.3) Delivery and Storage

Inspect materials delivered to the site for damage, unload and store

with a minimum of handling. Provide storage spaces in dry locations with adequate ventilation, free from dust or water, which permits

easy access for inspection and handling. Store materials neatly on

the floor, properly stacked on non-absorptive strips or wood platforms. Do not cover doors and frames with traps polyethelene

firm, or similar coverings.

Fastening devices – Cadmium or zinc plated.

Anchor bolt, pressed or rolled anchor accessories galvanized

(a.4) Protection

Protect all finishes work until turnover to the Owner.

(b) Execution

(b.1) Fabrication

Factory pre-fabricates all frames in accordance to the designs and dimensions indicated in the drawings. Frames that are to

receive fixed glass shall have removable glass stops and glazing

beads.

Cut, join and fit rail and stiles to hairline joints securely

reinforced and jointed by means of concealed fastening wherever possible.

Protective Coating

Clean all surfaces and apply protective coating of clear, water-white methacrylate-type lacquer, resistant to alkaline mortar

and plaster immediately after fabrication covering shall not chip, peel or flake due to temperature or weather, and shall protect

against discoloration and surface damage from transportation,

storage, and construction activities. Covering shall be readily removable without affecting the finish.

Covering shall be adhesive paper, waterproof tape or strippable plastic and may not be removed even after completion of installation.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

104

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(b.2) Installation

Set and anchor frames as shown in details and in approved shop drawings.

Set frames plumb and square and brace where necessary to prevent distortion. Set frames without springing, forcing or

distorting the product.

Secure frames in accordance with the manufacturer‟s instructions.

Wedge clear of masonry all frames set in prepared openings 3/16 to 1/4” to allow for caulking.

Adjust all frames and attach hardware before glazing. Secure swing door and fixed glass to be watertight and all hardware

operating free and easy.

(b.3) Cleaning

Upon completion and installation, thoroughly clean surfaces of doors

and frames in accordance with the recommended procedure of the manufacturer. Do not use abrasive caustic or acid cleaning agents.

g. PLUMBING WORK

1. General

(a) Scope: The contractor shall furnish all materials, labor, equipment, tools

and accessories for the installation and testing of the complete plumbing system ready for use by the Owner as listed herein but not limited to

the following:

(a.1) Building storm drainage system, including roof drains, junction

boxes and splash box

(a.2) Leakage tests for drains

(a.3) Flushing test for splash box and drainage

(b) Quality of the Work: Shall be in accordance with the best practices of the trade; work shall conform in all aspects to the Revised National

Plumbing Code of the Philippines and to the local ordinances of Davao

City.

(c) Approval of Materials: Within 30 days after Award of Contract, the

contractor shall submit for approval by the Project Manager, the names of suppliers of materials he proposes to use, including trade names

and/or samples of the materials if deemed necessary.

2. Material Specification:

Use 75mmØ (3”Ø) Sanitary PVC Pipe for the Building Storm Drainage System

as shown in the approved plan.

Use 100mm thick Concrete Hollow Block (CHB) for splash box and catch

basin with appropriate foundation as shown in the drawings.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

105

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Use 350mmØ Reinforced Concrete Culvert Pipe (RCP) for underground

drainage line with details as shown in the drawings.

Pipe fittings and other materials needed for the completion of Building Storm

Drainage System and mentioned herein shall be provided by the Contractor.

3. Defective Work

(a) If inspection or tests show any defect, such defective work or material

shall be replaced, inspected and tested. Such inspection and test shall be repeated until satisfactory to the Project Manager.

(b) All piping repairs shall be made with new materials at the expense of the Contractor.

h. MANHOLES, INLETS AND CATCH BASINS

1. Descriptions

This item shall consist of the construction, reconstruction or adjustment of

manholes, inlets and catch basins in accordance with this Specification and in reasonably close conformity with the lines and grades shown on the Plans or as

established by the Engineer.

2. Material Requirements

Concrete for these structures shall meet the requirements of Concrete and

Reinforced Concrete Works. Other materials shall meet the following specifications:

Joint Mortar – Unless otherwise indicated on the plans, joints mortar shall be composed of one part Portland cement and two parts fine aggregates by volume

to which hydrated lime has been added in an amount equal to 10 percent of the cement by weight. All materials for mortar shall meet the requirements of

Concrete and Reinforced Concrete Works.

Frames, Gratings, Covers and Ladder Rungs – Metal units shall conform to the plan dimensions and to the following specification requirements for the designated

materials.

Concrete gratings and covers, which are to rest on frames, shall bear on them

evenly. They shall be assembled in accordance with concrete grating detail before

shipment.

Samples of the material in casting shall be taken during the casting of the units

and shall be separate casting poured from the same material as the casting they represent.

Structural Steel AASHTO 183

Reinforcing Steel AASHTO M 31

Pre-cast Concrete Units – These units shall be cast in substantial permanent steel

forms. Structural concrete used shall attain a minimum 28 day compressive strength of 20.682 Mpa (3000 psi). The pre-cast units shall be cured in

accordance in accordance with AASHTO M 171. Water absorption of individual cores taken from such units shall not exceed 7 percent. Additional reinforcement

shall be provided as necessary to provide for handling of the pre-cast units.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

106

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

A sufficient number of cylinders shall be cast from the concrete for each unit

permit compression tests at 7, 14 and 28 days, and to allow for at least 3 cylinders for each test. If the strength requirement is met at 7 or 14 days, the

units shall be certified for use 14 days from the date of casting. If the strength is not met at 28 days, all units made from that batch or load will be rejected.

Cracks in units, honeycombed or patched areas in excess of 2,000 square

millimeters, excessive water absorption and failure to meet strength requirements shall be the causes for rejection. Pre-cast reinforced concrete manhole risers and

tops shall conform to the requirements of AASHTO M 199.

The plants will be inspected periodically for compliance with specified

manufacturing methods, and material samples will be obtained for laboratory testing for compliance with material quality requirements. This may be the basis

for acceptance of manufacturing lots as the quality.

All materials shall be subjected to inspection for acceptance as to condition at the latest practicable time the Engineer has the opportunity to check for compliance

prior to or during incorporation of materials into the work.

3. Construction Requirements

Concrete construction shall conform to the requirements for Section for Concrete.

Metal frames shall be set in full mortar bed. Pipe sections shall be flushed on the inside of the structure wall and projected outside sufficiently for proper connection

with next pipe section. Masonry shall fit neatly and tightly around the pipe.

When grade adjustment or existing structures is specified, the frames, covers and

gratings shall be removed and the walls reconstructed as required. The cleaned frames shall be reset at the required elevation.

Upon completion, each structure shall be cleaned of any accumulation of silt,

debris or foreign matter of any kind and shall be kept clear of such accumulation until final acceptance of the work.

9. PAINTING AND COATING

a. GENERAL DESCRIPTION

The work included in this section consists of the furnishing of all labor, materials, and

the satisfactory performance of all works necessary to complete all paintings and coatings work as shown in the drawings and/or specified herein. All paints and

coatings shall be applied by painting workmen approved by the Project Manager.

b. SCOPE

The following surfaces are to be painted except where otherwise shown:

1. All metal door, door frame and ceiling.

2. All interior and exterior of building.

3. All GI sheets roofing, gutter, downspout and flashing.

4. All concrete walls.

5. All steel shapes and fabricated assemblies

In no case shall any concrete, wood, metal or any other surface requiring protection be

left unpainted even though not specifically defined herein.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

107

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

c. RIGHT OF REJECTION

No exterior painting or interior finishing 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 material or work that is unsatisfactory, and require the replacement of either or both at the expense of the Contractor.

d. PROTECTION OF THE WORK

The Contractor shall take the necessary steps to protect the work of others during the time his work is in progress. The contractor shall be responsible for any and all

damage to the work. Paint shall be applied only during periods of favorable weather.

e. WORKMANSHIP

All work shall be first class and in accordance with the best standard practices of the trade.

The Contractor shall examine carefully all surfaces to be painted before beginning any

of his work shall see that the work of other trades has been left or installed in a workmanlike condition to receive paint.

Metal surfaces shall be clean, dry, and free from mill scale, rust, grease, oil or any other substance, which could affect the quality of the painting.

Each coat of paint shall be applied at proper consistency and brushed evenly, free of

brush marks, sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping of paint on glass or hardware. Paint shall be sharply cut to

lines and finished paint surfaces shall be free from defects or blemishes.

Protective coverings shall be used to protect floors, fixtures, and equipment. Care shall

be exercised to prevent paint being spattered onto surfaces, which are not to be painted. Surfaces from which such paint cannot be removed satisfactorily shall be

painted or repainted, as required to produce a finish satisfactory to the Project

Manager.

No painting materials shall be done under conditions of weather, moisture or

temperature unsuited neither to good work, nor until previous coat is hard and dry.

f. 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 day‟s work, or stored in

metal containers with metal covers.

g. PREPARATION OF PAINT

Paint containers shall be delivered to the job site in the manufacturer‟s 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 Owner‟s 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 manufacturer‟s label or tag on

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

108

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

container. In all cases, paint shall be prepared and handled in a manner to prevent

deterioration and inclusion of foreign matter.

h. PAINT TO BE PROVIDED TO 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.

i. CLEAN UP

Upon completion of his work, the Contractor shall remove his surplus materials. All

paint spills shall be removed and the entire premises shall be free from rubbish, debris, etc., caused by his work. He shall present the work clean and free from blemishes so

that it is acceptable in every way. All glass shall be cleaned of paint spots and polished, and the job made ready for occupancy by the owner.

j. MATERIALS

1. Materials – The contractor may substitute other paint materials for those specified in Section 6.13 provided he first receives written approval from the Project

Manager stating that the said proposed substituted 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 Manager‟s approval.

2. 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 Owner‟s approval. Completed work shall match

approved colors and samples.

k. PREPARATION OF SURFACES

1. 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.

2. Concrete and Masonry – 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 manufacturer‟s 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.

3. 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, 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 coating. Enamel

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

109

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

undercoats on smooth plaster shall be sandpapered by hand (with no. 00

Sandpaper) and dusted clean before applying succeeding coat.

4. 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 manufacturer‟s 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. 00 sandpaper) and dusted clean before applying succeeding coat.

l. APPLICATION OF PAINT

1. 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 90º F. 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.

2. 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.

3. Priming and Back Painting

3.1 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 “Finishes”.

3.2 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.

4. This work shall follow the hereunder order of coatings conforming to the specifications under “Panting Schedule”.

For Masonry: 1. Sander 3. Concrete Primer

2. Concrete Neutralizer 4. Acrylic Latex Paint (Final Coating)

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

110

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

For Wood:

1. Primer 5. Putty 2. Putty 6. Second Coat

3. Sander 7. Putty (necessary portion) 4. First Coat 8. Third Coat

For Metal:

1. Sander 2. Epoxy Primer

3. Epoxy Enamel Paint (Final Coating)

m. PAINTING SCHEDULE

Architectural Items Paint Material Color

a) Exterior and Interior Finishes

1. G.I. Sheets Roofing,

Gutter, Downspout and Flushing

First Coating Red Lead Primer See color

schedule Second & Third Coating Acrylic Roof Paint

2. On Masonry

Neutralizer Concrete Neutralizer

See color schedule Primer Concrete Primer

Final Coating Acrylic Latex Paint

3. On Wood

Primer Wood Primer

See color schedule

Putty Cast

Polyester Body

Filler

First Coating Semi-Gloss

Enamel

b) On Metal Surfaces

1. Truss Girt and Door

Primer Epoxy Primer

Final Coating Epoxy Enamel

Paint

See color

schedule

n. COLOR SCHEDULE

SURFACE LOCATION COLOR

1. Exterior Wall Surface (Two-tone Color) Blue & White

2. Interior Wall White

3. Interior & Exterior Ceiling Panels White

4. Roof Blue

5. Gutter Blue

6. Steel Trusses and Steel Plates Silver Metallic

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

111

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Note: Other color specification not stated in the painting and color schedule table,

refer to the plans and drawings.

10. ELECTRICALS (LIGHTING)

a. GENERAL

The work to be done shall include the furnishing of all tools, labor, equipment, fixtures,

materials and the satisfactory performance of all works necessary to complete all

electrical works in accordance with the following notes and specifications;

1. No wire smaller than 2.0mm² shall be used in any branch circuit installations.

2. All wiring installations shall be encased in 25mmØ flexible pipe and interconnected with appropriate junction box.

3. Panel board shall be flush mounted 1.5m from finish floor line.

4. Wall switches and convenience outlet shall be installed in 1.37m and 0.30m from

the finish floor line, respectively.

5. All works shall comply with the latest National Electrical Code as applied in the Philippines and Local City Electrical Office.

b. GUARANTEE

The contractor shall guarantee that the electrical system is free from all faults and

defective materials and workmanship for a period of one (1) year from the date of

acceptance of the work. All defects arising within the guarantee period shall be remedied by the contractor at his own expense.

c. WORKMANSHIP

The contractor shall execute the work in the most thorough, prompt and workmanship

manner and in accordance with the plans and specifications. The installation shall be done thru standard methods and good engineering practices.

d. MATERIALS

All materials to be installed shall be brand new except as otherwise noted on the plans or specifications. The materials shall be as specified. No substitution of materials shall

be allowed. Should the contractor find it necessary to use another type/brand of materials instead of the specified item, he shall first obtain approval from the Owner

prior to the installation otherwise the same shall be subject to replacement.

e. WIRING METHOD

All wirings shall, in general, be installed inside standard conduits. All conduits shall be

embedded in concrete. Where the installation of concealed/embedded conduit is impractical, exposed conduit wiring may be used provided that approval from the

Owner has been secured.

f. INSULATION

All splices shall be properly insulated using rubber electrical tape and then covered by

the PVC electrical tape. Application of insulation tape shall be equivalent to the insulation of wire concerned, edges to provide smooth surface before taping.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

112

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

C. CONSTRUCTION OF RESERVOIR AND PIPING WORKS

1. WORK DESCRIPTION

The Contractor shall supply all the materials, labor and equipment and specials required

unless otherwise specified and construct and complete the reservor and all its associated works including drainage system as specified and included herein under the Contract.

2. SITE PREPARATION

a. SCOPE

All areas of the Site marked on the Drawings or specified for clearing shall be cleared

to the extent required by the Project. Material so cleared shall be disposed off the sites to dumpsites approved by the local authority or as may be reasonably directed by the

Project Manager. Open burning of cleared materials is strictly prohibited as provided under the City local ordinance.

On the other hand, useful timber within the limit of the property which are cut and

uprooted shall remain the property of the Owner and shall be cut into suitable length and stacked properly. The stumps and roots whether existing or remaining after the

tree felling shall be grubbed up and disposed of site. The resulting hole shall be filled with approved material and properly compacted to the same dry density as the

adjoining soil.

Any surplus unused or unsuitable material resulting from excess excavation shall be removed from the Site by the Contractor at his own expense.

3. 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 Engineer.

b. MATERIALS REQUIREMENT

Timber and lumber to be used for falsework shall be sound and comply with the

requirements of AASHTO M183.

c. CONSTRUCTION REQUIREMENTS

1. Falsework Design and Drawings

1.1 Detailed working drawings and supporting calculations of the falsework shall

be furnished by the Contractor to the Engineer. No falsework construction

shall start until the Engineer has reviewed and approved the designs. However, such approval by the Engineer 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 Engineer

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.

1.2 The Contractor may revise the falsework drawings at any time provided

sufficient time is allowed for the Engineer‟s review before construction is started on the revised portion.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

113

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. Falsework Construction

2.1 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.

2.2 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.

2.3 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.

2.4 Should unanticipated events occur, including settlements that deviate more than +/- 20mm from those indicated on the falsework drawings, which in the

opinion of the Engineer 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 Engineer 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 Engineer. All unacceptable concrete shall be removed.

3. Removing Falsework

3.1 Unless otherwise shown in the drawings or permitted by the Engineer, 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.

3.2 All falsework materials shall be completely removed on site.

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

4. EXCAVATION

a. GENERAL

The excavation will generally refer to open excavation of foundation wet or dry and in

all sorts of soils. The work includes the furnishing of all labor, materials, equipment, plant and other facilities and satisfactory performance of all work necessary to

complete the preparation of site grading and excavation as shown on the drawings and

specified herein.

b. SETTING OUT

The contractor shall set out the building or other involved works after clearing the site and get the same approved by the Project Manager. It shall be the responsibility of the

Contractor to install substantial reference marks; bench marks etc. and maintain them as long as required by the Project Manager. The contractor shall assume full

responsibility for proper setting out, alignment, elevation and dimension of each and all

parts of the work. Moreover, they can ask assistance when available the DCWD Survey Team on the scheduled setting out in the project site.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

114

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

The Contractor shall stake out the building accurately and shall establish grades, after

which approval by the Owner or Project Manager shall be secured before any excavation work is commenced.

Basic Batter Boards and basic reference marks as directed by the Project Manager shall be erected at such places they will not be disturbed during construction.

Materials shall be stored and work shall be conducted in such manner as to preserve all

reference marks set by the Project Manager. Re-establishment of lines and grades where necessitated due to negligence on the part of the Contractor shall be done at

the expense of the Contractor.

The Contractor shall construct two permanent benchmarks of previously known

elevations near or within the site of construction for the purpose of determining any settlement that may occur during the progress of construction.

c. EXCAVATION & PREPARATION OF FOUNDATION FOR CONCRETE

Excavation shall include removal of all materials of whatever nature at all depths and whether wet or dry necessary for the construction of foundation and sub-structure

exactly in accordance with lines, levels, grades and curves shown in the drawings or as directed by the Project Manager. The bottoms of excavation shall be leveled both

longitudinal and transversely or sloped as directed by the Project Manager.

Excavation shall not be carried to a greater depth that is required in the drawings and specifications. Should the contractor excavate to a greater depth or width than shown

on the drawings or as directed by the Project Manager, he shall at his own expense fill the extra depth or width in cement concrete in proportion as to be directed by the

Project Manager but in no case with concrete of mix leaner than 1:4:8 cement concrete.

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 until to ninety-five percent

(95%) of maximum density and correct grades are reached.

The contractor shall notify the Project Manager when the excavations and/or

preparation of bottom slab footings are completed. No concrete shall be placed in

foundations until the contractor has obtained Project Manager‟s approval. No steel reinforcement shall be placed nor shall concrete be poured until the Project Manager or

his duly authorized representative has checked the reinforcing steel bars and formworks for each individual footing and has given the order to proceed.

After the excavation and compaction are passed by the Project Manager and before

laying the concrete, the contractor shall get the depth and dimensions of excavation and levels and measurements recorded by the Project Manager.

The Contractor shall report to the Project Manager any indication of weak soil conditions before placing of steel reinforcement and concrete.

d. PIPELINE TRENCH EXCAVATION

1. General

Unless otherwise shown or ordered, excavation for pipelines shall be open-cut

trenches. 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.).

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

115

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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. The maximum length of open trench

permitted at any one time and in one location shall be 150 meters, or the length necessary to accommodate the amount of pipe installed in single day, whichever

is greater. All newly laid pipes shall be backfilled above the top of the pipe at the end of each day. Barricades and warning lights satisfactory to the Project Manager

shall be provided and maintained for all trenches left open overnight except at intersections and driveways in which case heavy steel plates, adequately braced

bridges or other type of crossing capable of supporting vehicular traffic shall be

furnished as directed by the Project Manager.

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.

Double trench excavation when required shall be done in accordance with the

typical drawings. Trench bottom shall be compacted and tested up to 90% compaction. No payment for over-excavation shall be allowed if no deviation from

the drawings for double trench.

2. 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.

3. 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.

4. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

116

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

if such bid items have been established; otherwise, payment will be made in

accordance with negotiated price.

5. 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 his own expense. Such material shall be moistened as required and

compacted to ninety-five percent (95%) of maximum density.

6. Disposal of Excavated Material

The Contractor shall remove and dispose all excavated material at his own expense and in a manner approved by the Project Manager.

7. Excavation in Vicinity of Trees

Except where trees are shown on the drawings to be removed, trees shall be

protected from injury during construction operations; and no tree is to be

removed without written permission from the Project Manager. No tree roots over 50 mm (2 in.) in diameter shall be cut without permission of the Project Manager.

Trees shall be supported during excavation as may be directed by the Project Manager.

8. Rock Excavation

Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 0.25 cubic meter (0.33 cubic yards) or more in volume; (2) all

rock material and ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting. Said rock excavation shall be

performed by the Contractor at his own expense provided that should the quantity of rock excavation be affected by any change in the scope of the work, an

appropriate adjustment of the Contractor price will be made under a separate

additive – deductive bid item if such bid item has been established; otherwise payment or deduction in the Contract amount shall be made in accordance with a

negotiated price.

5. BACKFILL

a. GENERAL

All materials used for backfill shall be new and 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, unbroken masses, or earthly materials having maximum dimension larger than

75 mm (3 in.) which would be detrimental to compaction requirements. Backfill shall

not be placed around or upon any structure until the concrete has attained sufficient strength to withstand the loads imposed.

b. BACKFILL AROUND AND BENEATH PROPOSED STRUCTURES AND PAVED AREA

Except where otherwise specified for a particular structure or ordered by the Engineer, backfill placed around and beneath proposed structures and paved areas shall be

placed in horizontal layers not to exceed 200 mm (8 in.) in thickness, as measured

before compaction, where compaction is attained by means of sheepsfoot rollers. Where the use of sheepsfoot roller is impractical, the layers shall not exceed 150 mm

(6 in.) in thickness before compaction, and compaction shall be attained by means of

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

117

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

c. PIPELINE TRENCH BACKFILL

1. Pipeline Trenches shall be backfilled to a level of 150 mm (6 in.) above the top of

the pipe with borrow material having the sand equivalent value of not less than twenty (20) (ASTM D-2419) shall be used for this portion of the trench backfill.

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. Compaction shall be obtained by tamping in

not more than 150 mm (6 in.) layers.

2. 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:

2.1 ninety-five percent (95%) of maximum density where the trench is located

under proposed structures;

2.2 ninety percent (90%) of maximum density where the trench is located under

existing or proposed asphalt or concrete surface;

2.3 eighty percent (80%) of maximum density where the trench is located under unpaved shoulders, gravel roadways or dirt roads;

2.4 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.

d. EMBANKMENT FILL

The area where an embankment is to be constructed shall be cleared of all vegetation, roots and foreign materials. Following this, the surface shall be moistened, scarified to

a depth of 15 cm (6 in) and rolled or otherwise mechanically compacted to 95% of

maximum density. Embankment fill shall be placed in horizontal layers not to exceed 20 cm (8 in) in thickness, as measured before compaction, where compaction is

attained by means of sheepsfoot rollers. Where the use of sheepsfoot rollers is impracticable, the layers shall not exceed 15 cm (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 95% of maximum density elsewhere. The top 50 cm (20 in) of

backfill on embankments shall consist of loamy earth, free of rocks larger than 2.50 cm (1 in) in maximum dimension.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

118

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

e. BACKFILL MATERIALS FOR PIPE TRENCHES

1. Native Backfill – native materials (except clay, silt, muck) that are free from grass, roots, or other vegetation, boulders or rock having maximum dimensions less than

75mm may be used as native backfill. For alleys and roads not subject to traffic load, excavated materials may be used as backfilling materials above pipe zone

provided it is properly tamped to attain 90% compaction.

2. Imported Backfill – Any earth material (except clay, silt, muck) and satisfying the specification for native backfill may be used to replace unsuitable material. If

excavated material from trench excavation is not suitable for backfill as mentioned in item 1, imported or borrow materials from approved source shall be used.

3. Sand Bedding – Sand bedding unless, otherwise specified, shall be borrowed material, the cost of which is included in the unit cost of the pipelaying and with

minimum characteristics specified herein. In case selected bedding material from

trench is suitable, corresponding cost shall be deducted from the cost of pipelaying.

Material is free of organic matter, does not contain stone or rock fragments larger than 10mm in greatest dimensions and non-cohesive shall be used as selected

sandy material. Not more than 50% of the material shall pass the No. 200 sieve

(0.075mm).

f. BACKFILL AROUND RESERVOIR WALLS

Backfill around reservoir walls shall consist of selected material obtained from the excavation and shall be placed in uniform layers not more than 200mm (8 in.) in

thickness before compaction, where compaction is attained by means of sheepsfoot rollers. Where the use of sheepsfoot rollers is impractical, the layers shall not exceed

150mm (6 in.) in thickness before 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 percent (90%) of maximum

density. Flooding, ponding, or jetting will not be permitted. Backfill around the reservoir walls shall not be placed until after the reservoir has been tested for leakage.

The reservoir 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.

No backfill shall be placed against wall or other vertical surfaces until they have been

inspected and backfilling is authorized.

g. SURPLUS EXCAVATED MATERIALS

All excavated materials certified as surplus and not useful shall be removed by the

Contractor from the site in an approved manner or as directed by the Project Manager with the approval of the Local Authority as required to his own dump to his own

expense. No extra claim on any account will be paid.

The items of removal of surplus excavated materials shall only be undertaken by the

Contractor when specific instruction in this regard has been obtained from the Project

Manager. The contractor must also secure the approval of the Project Manager regarding the quantity of surplus materials to be removed prior to commencement of

this item of work.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

119

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

h. PLACING AND COMPACTING FILL

1. Fill shall be placed in layers of not more than 200mm, well compacted by approved mechanical means.

Materials of different characteristics shall not be mixed. Each layer shall contain only one type material. Each layer shall be constructed in service layers, for the

full with of the cross section and such length as are suited to the compaction and

watering method used. Prior to compaction, layers shall not exceed 200 mm in depth.

2. Fills shall be evenly spread in horizontal layers of not more than 200mm in thickness. Each layer shall be wetted and compacted by approved mechanical

compaction machine, roller or portable, to a density of at least 90 percent of its maximum density for cohesive soils and 95 percent of its maximum density for

non-cohesive soils as determined by ASTM Method D-1557, or AASHTO Method T-

180.

When necessary each layer, before being compacted shall be processed as

required to bring the moisture content sufficiently close to optimum to make possible its compaction to the required density. The material shall be so worked

as to have uniform moisture content throughout the entire layer.

Each layer of material compacted uniformly by use of adequate appropriate compaction equipment. The compaction shall be done in longitudinal direction

across the entire circle toward the other edge in such manner that each section receives compactive effort.

Except as otherwise required, filling of common materials shall be compacted to the requirements of Table 1.

TABLE 1. COMPACTION REQUIREMENTS

SOIL TYPE AASHTO M 145

TEST METHOD MINIMUM RELATIVE DENSITY

A-1 A-2-4

A-2-5 A-3

AASHTO T 180

(4.54 KG.rammer)

95%

A-2-6

A-2-7 A-4

A-5 A-6

A-7

AASHTO T 99

(2.5 KG. Rammer) Method D

100%

i. COMPACTION TEST AROUND RESERVOIR WALL

The backfill/embankment is required to be compacted to a specified density; tests for

compliance may be made by and at the expense of the Contractor, using the test procedure specified in Methods of Tests for Moisture-Density Relation in Soils using a

10-lb hammer and 18-in. drop (ASTM D1557), modified to use three (3) layers. All field

density tests shall be performed in accordance with the test procedure specified in Method of Test for Density of Soil in Place by the Sand Cone Method (ASTM D 1556).

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

120

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

A minimum of one (1) Field Density Testing samples shall be taken from every layer of

compacted soil. It shall be laboratory tested to a degree of compaction of not less than ninety-five (95%) percent under structures and ninety percent (90%) elsewhere.

6. REINFORCED CONCRETE (Long Form)

a. GENERAL

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. All works included under

this section shall be subject to the General Conditions accompanying these specifications.

b. MATERIALS

1. Cement

Except as may be otherwise provided in these Specifications, cement shall

conform to ASTM C-150-Latest Revision “Standard Specification for Portland Cement” and shall be Type I.

2. Concrete-Aggregates

2.1 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”.

2.2 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 Engineer.

3. Water

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.

4. Reinforcing Steel

All 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 as shown 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.

5. Admixture

At the Contractor‟s option or at the request of the Engineer, but in either case at

the expense of the Contractor, an admixture may be added to the concrete to control the set, effect water reduction and increase workability. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

121

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

or not any admixture is used. The quantity of admixture used and the method of

mixing shall be in accordance with the manufacturer‟s 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.

6. Calcium Chloride

Except as otherwise specified for architectural finish, the use of calcium chloride in

concrete will not be permitted.

c. STORAGE OF MATERIALS

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.

d. TESTING OF MATERIALS

The Owner or his duly authorized representative or the Engineer shall periodically order the test of any material supplied by the Contractor entering into concrete or

reinforced concrete to determine its suitability for the 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.

e. CONTROLLED STRENGHTS 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.

f. METHOD OF DETERMINING STRENGTH 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.

g. CONCRETE PROPORTION AND CONSISTENCY

1. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

122

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

2. 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 Ready-Mixed Concrete” where

applicable.

3. 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

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

4. 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

f‟c=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

Columns 50-100 2-4

Footing and Slabs 50-125 2-5

Slumps shall be in accordance with ASTM C-143 “Standard Test Method for

Slump of Hydraulic-Cement Concrete”.

5. The minimum cement content for 27.60 MPa (4,000 psi) concrete shall be 12

sacks per cubic meter of concrete.

6. Job mix adjustment on water content shall be allowed only with Engineer‟s

permission and provided that cement is also to maintain the original water-cement ratio of the design mix.

h. 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 Engineer, 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 Engineer.

i. MIXING CONCRETE

1. 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 Engineer. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

123

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. 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.

3. 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.

4. Re-tampering i.e., remixing with the addition of water to concrete that has been

partially hardened will not be permitted.

j. PREPARATION OF SURFACES FOR CONCRETING

1. 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 Engineer, 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 Engineer, 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 Engineer. 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.

2. 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 Engineer.

k. PLACING CONCRETE

1. 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 Engineer, shall be removed and

replaced by and at the expense of the Contractor. No concrete shall be placed except in the presence of the Engineer 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 Engineer. Prior to placing any concrete, the Contractor shall give the Engineer twenty-four (24) hours written

notice.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

124

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. Concrete shall be deposited in its final position without segregation, re-handling,

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.

3. 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 Engineer 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.

4. 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.

l. FORMS

1. General

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 Engineer are unsafe or inadequate in any respect, may at anytime

be condemned by the Engineer; 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 Engineer, 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, and as may be specified in the General Conditions of these

specifications.

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.

2. Materials

Except as otherwise expressly approved by the Engineer, 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 - steel or plywood panels

Columns - steel, plywood or surface lumber

All other work - 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

125

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

3. Column forms

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.

4. All girder, beams and slab centerlines shall be crowned at least 6.3mm (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 Engineer by the Contractor.

5. The following are the tolerance limits for formworks:

5.1 Variation from plumb:

In lines and surfaces of columns and walls:

In 3.05 m (10 ft.) 6.3 mm (1/4 in.)

6.10 m (20 ft.) max 9.5 mm (3/8 in.)

12.20 m (40 ft.) or more 19.0 mm (3/4 in.)

For exposed corner columns, control joint grooves and other conspicuous

lines:

In any bay 6.10 m (20 ft.) max 6.3 mm (1/4 in.)

In 12.20 m (40 ft.) or more 13.0 mm (1/2 in.)

5.2 Variation in cross-sectional dimensions of columns, beams, and thickness

of walls and slabs:

Minus 6.3 mm (1/4 in.)

Plus 13.0 mm (1/2 in.)

6. Design

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 Engineer.

Concrete construction joints will not be permitted at locations other than those

shown or specified, except, as may be approved by the Engineer. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

126

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Reservoir forms and falsework supporting the roof slab shall be designed for a

minimum additional live load of 146 kg/m2 (30 psf).

7. 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 Engineer.

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 Engineer. Light sanding between uses will be required wherever necessary in the opinion of the

Engineer 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 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 Engineer.

8. 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 as

provided in Section 4.20. 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.

9. 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 Engineer. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

127

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

10. Removal of Forms

Directions of the Engineer 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 Engineer 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.

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 Engineer.

m. CONSTRUCTION JOINTS

1. General

Construction joints shall be provided where shown on 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 on the drawings, such bonding will be required at all horizontal joints in walls. Surfaces shall be prepared

in accordance with Section (j). 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 in accordance with subsection p. (2).

2. 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 Engineer for approval sufficient data to show general compliance with the

specification requirements. The material shall meet the following requirements:

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

128

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Work Life 45 - 90 minutes

Time to Reach 20 Shore “A” Hardness

(at 25 ºC, 200 gr. Quantity) 24 hours, max.

Ultimate Hardness 30 - 40 Shore "A"

Tensile Strength 17.58 kgf/cm2(250psi), min.

Ultimate Elongation 400 percent, min.

Tear Resistance

(Die C ASTM D624) 13.4 kg per cm

(75 lb per inch)

of thickness, min.

Color Light Gray

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

tested in accordance with the following procedure:

2.1 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.).

2.2 Sealant shall be cast and cured according to manufacturer's recommendations except that curing period shall not exceed twenty-four (24)

hours.

2.3 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 Engineer 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.

3. Waterstop

3.1 PVC Waterstop

(a) 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 Engineer

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

129

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

current test reports and a written certification that the material to be

shipped to the job site meets the following physical requirements:

Physical Property Value ASTM Std.

Sheet Material

Tensile Strength

(minimum)

123 kgf/cm2 (1750

psi) D412, Die C

Ultimate Elongation

(minimum) 350% D412, Die C

Low Temp. Brittleness (maximum)

-37°C (-35°C) D746

Stiffness in Flexure

(minimum) 28 kgf/cm2 (400 psi) D747

Accelerated Extraction

Tensile Strength

(minimum)

105 kgf/cm2 (1500

psi) D412, Die C

Ultimate Elongation (minimum)

300% D412, Die C

Effects of Alkalis

Change in weight (%) +0.25/-0.10

Change in Durometer,

Shore A +5 D2240

Finished Waterstops

Tensile Strength

(minimum) 98 kgf/cm2 D412, Die C

Ultimate Elongation (minimum)

280% D412, Die C

(b) 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 Engineer has approved the qualification samples.

(c) 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 Engineer 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 Engineer 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

130

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(d) Center Bulb Waterstops, where required, shall be as shown. 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.

3.2 Bentonite/Butyl Rubber Based Waterstop

(a) 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/m³ ASTM D71

Penetration ASTM D217

58 150 GTL

85 300 GTL

Flash Point 185 °C ASTM D93-97

Max. Head Pressure 70 m (7 bar) Hydrostatic

Pressure Test

Accelerated Aging Maintained 99% Solid

(Mechanical Oven

for 4 hours at 100 °C)

Flow Resistance No Flow

(200mm Overhead

Joint Exposed to 57 °C for 7 days)

Storage Life Indefinite

Adhesion to Concrete Mechanical Fastening

or Adhesive

Application Temperature

Change (-15 °C ÷ 52 °C)

Service Temperature

Range (-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.

(b) 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

131

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(c) 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.

(d) 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.

(e) 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.

(f) 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.

3.3 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.

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. ORDER OF PLACING CONCRETE

1. The order of placing concrete in all parts of the work shall be subject to the

approval of the Engineer. 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.

2. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

132

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

p. TAMPING AND VIBRATING

1. 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.

2. 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.

3. 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 Engineer, the Contractor

shall use a minimum of six (6) internally vibrated, high speed power vibrators not less than 8,000 rpm of an approved immersion type or in sufficient numbers, with

four (4) 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.

q. 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 Method

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

Unstripped Wooden forms 1

Construction joints between

footings and walls, and between

floor slabs and columns 2

Encasement concrete and

thrust blocks 3

All concrete surfaces, not

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

133

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

specifically provided

for elsewhere in this

subsection 4

Floor slabs in hydraulic

structures and exterior

surfaces of exposed roof

slabs 5

Exterior buried surfaces of

walls 6

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

5.1 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 manufacturer‟s 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.

5.2 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.

5.3 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.

5.4 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

134

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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 2-hour

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:

6.1 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.

6.2 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

7.1 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 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).

7.2 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 Engineer.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

135

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

r. 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 Contractor‟s expense.

s. FINISH OF CONCRETE SURFACES

1. 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 Engineer.

Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface.

2. 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.

t. TREATMENT OF SURFACE DEFECTS

1. 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 Engineer, 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 Engineer, 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.

2. Defective surfaces to be repaired as specified in Subsection t. (1) 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.

3. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

136

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

4. 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.

5. Prior to filling any structure with water, any crack that may have developed shall

be “vee‟d” as shown in the drawings, and filled with sealant conforming to the requirement of Subsection m. (2).

u. READY-MIXED CONCRETE

1. At the Contractor‟s 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 (2) through (7) herein.

2. 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 29.44°C (85°F) or above, the time between the introduction of the cement to the aggregates and discharge

shall not exceed forty-five (45) minutes.

3. 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 mounted in the driver‟s cab. The counter shall be actuated at the time of starting mixers at mixing speeds.

4. 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.

5. 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 ¼ and ¾ 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.

6. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a ticket furnished to the Engineer showing volume of concrete, the weight of

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

137

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

7. 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 Engineer.

v. 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 Engineer. 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 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 Engineer. 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 Engineer 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 Contractor‟s responsibility to maintain and

protect the concrete finish.

w. SLIPFORM PROCESS IN CONCRETE WORK

1. General

The use of slipform in concrete work is optional for this project. However, should the Contractor decide to adopt slipform in concreting, the procedures/guidelines

outlined below shall be followed.

2. Form Material

The material to be used shall be steel, plywood, or timber sheathing.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

138

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

3. Depth of Forms

The effective depth of any slipform shall be a minimum of 1.00 m (39 in.) and a maximum of 2.00 m (78 in.).

4. Yokes

Additional supports shall be provided in order to prevent buckling of the jack rods.

5. Bracing and Working Platform

The Contractor shall provide adequate bracing which shall be a part of the working platform. Plywood not less than 19mm (0.75 in.) thick may be used as

the working platform. The top of the working platform shall be in the same level as the tops of the inside forms, to permit direct shoveling of concrete from the

deck into the forms.

6. Jacking System

The Contractor shall use hydraulic lifting gear with hydraulic jacks bearing against

rod buried in the concrete. Alternately, the forms may be lifted by winches and cable, rack and pinion, or hung from steel rods. Hydraulically operated jacks with

capacities ranging from 3,000, 4,500 and 6,000 kilograms shall be used. Jacks shall be cylindrical in shape with a hole in the center through which the jack rod

passes, with two sets of jaws that alternately lift and grip.

7. Jack Rods

The Contractor shall use 25 mm (1 in.) diameter smooth mild steel bars with

threaded ends for easy coupling for extension. Jack rods shall remain in place as part of the reinforcement. Unsupported length of jack rods shall not be more than

0.6 m (2 ft.) on maximum load. Where rods pass through large formed openings, they must be braced adequately.

8. Control of the Jacking Process

A suitable process distribution system from a control hydraulic pump shall be used. The Contractor shall operate all jacks at the same speed to give uniform lift,

care being taken that the jacks carry the same loads. All jacks shall be provided with the same hydraulic pressure to avoid cases where some will lift more slowly

than the others. To control the level of the forms during the jacking process,

plastic pipes with colored water may be used, care being taken to purge out or remove entrapped air in the plastic pipe.

9. Control and Tolerances

As jacking proceeds, provisions shall be made to limit any deviations from the

vertical. A plumb bob shall be used during the entire operation.

10. Reinforcement

10.1 Placed vertical reinforcement shall be held in position by templates mounted

on the forms and moving with them. Steel shall be lapped and tied to the rod below and shall be held at the top by the templates at heights of 1.20 to 3.00

m (3.94 to 9.84 ft.) from the deck. Where difficulties are encountered in the use of templates, the Contractor shall weld a piece of steel to the yokes just

above the top of the forms to guide the reinforcement into the correct

position.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

139

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

10.2 Horizontal reinforcement shall be placed as work progresses. The Contractor

shall thread the bars through the yokes and tie or weld these to the vertical steel to control buckling. Steel should be of short lengths, say, 3.00 m (9.37

ft.) to permit easy handling. The reinforcement steel should be placed on the working platform in the correct order for placement.

11. Forming Openings and Recesses

The Contractor shall employ special techniques to form openings for doors, for connections of beams and floors, and for provisions of nibs and haunches.

Toothed or dovetailed connections shall be used.

12. Handling Concrete

The Contractor shall use the common method for slipforming structural cores by depositing the concrete on the working platform and shoveling it into its final

position. Crane and bucket or hoist and barrows may be used.

13. Normal Concreting Operation

After the slip process has started, the workmen shall place the concrete

continuously around the structure in 150 mm to 220 mm (6 to 8.8 in.) layers by shoveling it into forms. On ceasing concreting, the forms shall be kept moving to

prevent formation of excessive adhesion. The "hack off" process shall involve

jacking at a decreasing rate, about 2-3 hours after placing or until the freeboard is about 450 mm to 500 mm (18 to 20 in.). When concreting resumes again, the

worker shall jack the forms up about 25 to 50 mm (1 to 2 in.) before pouring concrete.

14. Care and Maintenance of Formwork

After concreting has ceased, the exposed forms must be cleaned and oiled. Care

should be taken to prevent coating of reinforcing steel and spillage onto the set

concrete.

15. Finishing and Curing

15.1 Finishing

Where small holes and depressions occur, a sponge float to fill small holes

shall be used to improve the overall appearance of the finished surface.

15.2 Curing

Potable water shall be used for curing. Whenever possible, water shall be

sprayed directly into the surface. The Contractor shall provide suitable and adequate water supply at the working platform. Workers shall apply water to

the concrete surface intermittently. Where the finished structure is to be

exposed to the elements, the wetting action of rain to complete the cement hydration may be used as a curing method. Covering of the interior and

exterior surfaces of the formed structure with plastic sheets to keep the moisture always in contact with the concrete surface will be an acceptable

method of curing.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

140

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

x. PLACING REINFORCEMENT

1. All reinforcement shall be placed in accordance with the plans furnished by the Engineer, in case of any doubt or ambiguity in placing of steel, the Contractor

shall consult the Engineer whose decision shall be final in such cases.

2. 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.

3. 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.).

4. 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.

5. 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 Engineer.

y. OFFSETS AND SPLICES IN REINFORCEMENT

1. 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 Engineer. 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.

2. 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.

z. TESTS ON CONCRETE

1. The Owner or the Engineer 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.

2. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

141

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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”.

3. The Contractor shall provide the samples to be taken at the place of deposit and as specified by the Engineer and shall take care of transporting the specimens to

the approved testing laboratory, without cost to the Owner.

4. 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.

5. 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.

aa. LIQUIDATED DAMAGES (For Failure to meet 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;

3.1 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.

3.2 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 Engineer, in addition to payment of the liquidated damages mentioned herein.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

142

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

7. MISCELLANEOUS METALWORKS

a. GENERAL

The Contractor shall furnish all materials, labor, equipment and the satisfactory

performance of all works necessary to complete all the miscellaneous metalwork as shown in the drawings and/or specified herein. Miscellaneous metalwork is defined as

all items required to be fabricated from structural steel shapes, plates, bars, and their

productsThe equipment supplied by the Contractor shall conform with the US standards as mentioned in the following articles or to any other International Standard

of equal value.

b. GALVANIZING

All structural steel shapes, plates, bars and fabricated assemblies that required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be

galvanized in accordance with the “Specification for Zinc (Hot-Galvanized) Coatings on

products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip” (ASTM A123). Any galvanized part that becomes warped during the galvanizing

operation shall be straightened. Field repairs to galvanizing shall be made using “Galvanox”, Galvo-Weld”, or approved equal.

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

1. 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 Section 7.b.

2. Except as otherwise provided herein, steel for bolts, anchor bolts, and cap screws shall be in accordance with “Specifications for Structural Joints”, High Strength

Bolts (ASTM A-325) approved by the Research Council on Structural Connections of the Engineering Foundation (RCSC) or threaded parts of ASTM A36 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.

3. Threads on galvanized bolts and nut shall be formed with suitable taps and dies

such that they retain the normal clearance after hot dip galvanizing.

4. Unless otherwise shown, all bolts, anchor bolts, and nuts which are buried,

submerged, or inside a covered hydraulic structure shall be Hot-Dip galvanized per Section 7.b. and then coated with two coats of coal tar epoxy, after

installation.

e. LADDER

1. Outside Ladder

Except where otherwise shown or specified in the drawings, all ladders shall be galvanized iron steel pipe in accordance with Section 7.b.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

143

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. Inside Ladder

The inside ladder must be made of stainless steel and shall conform to the standards set in AWWA D103-97.

f. IRON CASTING

Iron casting shall conform to the „Specifications for Gray iron Castings”, (ASTM A48)

unless otherwise shown.

g. GRAB RAIL

Inside pipe handrails shall be a standard 19mmØ (3/4 in.) round bar stainless steel,

schedule 40, made up by welding. Railing shall be shop-fabricated into easily handled units. Runners shall be serrated stainless steel. Outside pipe handrails shall be a

standard 19mmØ (3/4 in.) galvanized iron steel pipe, schedule 40, made up by welding. Railing shall be shop-fabricated and hot-dip galvanized after fabrication.

Field welding of grab rail joints will be permitted only if approved by the Engineer, 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.

h. MECHANICAL WATER LEVEL INDICATOR (Reservoir Wall)

1. Level indicator board shall be constructed of aluminum with graduations in height

(meters) and corresponding volume (cubic meters). The volume gradations shall

be from zero at the bottom level of the reservoir and the highest level shall be at the top elevation of the reservoir.

2. The interior float shall be 316 stainless steel.

3. Float cable and guide wires shall be stainless steel.

4. All brackets and anchor bar shall be steel and coated with the same system as the interior of the tank.

5. The target shall be steel and painted bright red.

6. The sheave assembly:

a. Housing and cover shall be cast aluminum

b. The sheave shall be Delrin c. All bearings shall be Teflon

d. Bearing shafts shall be stainless steel

7. The guide wire housing assembly shall be galvanized steel with a steel spring.

8. PIPING WORKS

a. GENERAL

1. The Contractor shall furnish and install all pipes, fittings, closure pieces, supports,

bolts, nuts, gaskets, joining materials, and appurtenances as shown and specified

in the plans, and as required for a complete and workable piping system. Shop drawings of all piping shall be furnished in accordance with Section VII. Clause 2.

“Shop Drawing”.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

144

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

2. All bolts, anchor bolts, nuts, and studs in the assembly of piping shall be Hot-

Dipped galvanized per TS-20.

3. 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.

4. All pipes shall be laid in a uniform profile as shown in the drawings.

5. All protective barrier materials (cement, paints, coatings, and linings), joining and

sealing materials (gaskets, adhesives, and lubricants), mechanical devices (water meters, valves, and filters), pipes and related products (pipe, hose, and fittings)

shall be in compliance with NSF/ANSI 61 Drinking Water System Components-Health Effects.

For lead content, materials shall be evaluated in accordance with NSF/ANSI 372 –

Drinking Water System Components-Lead Content. Testing shall be conducted in any government accredited testing laboratories. Test results shall be submitted to

the Procuring Entity for conformation prior to the pre-manufacturing inspection.

b. CEMENT LINED-EPOXY COATED STEEL PIPE

1. General

This section designates the requirements for steel pipe fabrication, test in shop, installation of steel pipe, fabrication of steel sheet or plate; mill-manufactured

steel pipe, bends, and special pipes with outlets, pass holes, flanges and all other fittings with complete lining and coating. Steel pipe shall conform to

ANSI/AWWA C200 (Steel Water Pipe – 6 in. (150mm) and Larger). The steel for the cylinder shall be designed for a minimum of 300 psi working pressure

and 36,000 psi minimum yield strength conforming to requirements of ASTM A-

139 [Standard Specifications for Electric Fusion (Arc) - Welded Steel Pipe (NPS 4 and over)].

Coating and lining materials shall conform to the requirements of the following standards.

Lining

1. ANSI/AWWA C205-95 (Cement Mortar Protective Lining and Coating for Steel Water Pipe-Shop Applied

Coating

2. ANSI/AWWA C210 (Liquid-Epoxy Coating Systems for the Interior and

Exterior of Steel Water Pipelines);

Health Effects

3. NSF/ANSI 61-2013 (Drinking Water System Components Health Effects)

2. Linings and Coatings

2.1 Cement-Mortar Protective Lining

(a) Materials

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

145

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(a.1) Reinforcement

(a.1.1) Wire: Steel wire shall be a minimum size of W0.5 (0.050in [2mm]). The wire shall conform to the requirements of ASTM A82. Reinforcing wire need not be galvanized unless otherwise specified herein.

(a.1.2) Wire Fabric: Reinforcement shall be 2x4xW0.5 welded wire fabric. The wire shall conform to the requirements of ASTM A185 or ASTM A497. Unless otherwise specified herein, wire fabric reinforcement may be crimped or uncrimped.

(a.1.3) Ribbon Mesh: Ribbon mesh shall be 1-in x 1-in (25mmx25mm) mesh of 18-gauge wire or 1 ½ x 1 ½ in. (38mmx38mm) mesh of 17 gauge wire. The wire shall conform to the requirements of ASTM A82. Mesh shall not be crimped.

(a.2) Portland Cement

(a.2.1) Type: Cement used for mortar lining shall conform to ASTM C150 and shall be of Type I for the pipe linings. Sampling and testing shall conform to the individual ASTM specifications.

(a.2.1) Inspection: Satisfactory facilities shall be provided for identifying, inspecting, and sampling cement at the mill, warehouse, and at the site of lining and coating. The Owner shall have the right to inspect the cement and obtain samples for testing at any points.

(a.2.3) Storage: Cement shall be stored in a weathertight, dry, well-ventilated

(a.2.4) Unsuitable Cement: Cement containing lumps shall be rejected and shall immediately be removed from the work site.

(a.2.5) Temperature: If the temperature of the cement exceeds 150°F (66°C), it shall be stored until cooled to or below that temperature.

(a.3) Fine Aggregates

(a.3.1) General: Fine aggregate for cement mortar shall consist of natural sand or sand prepared from the product obtained by crushing stone or gravel and shall comply with the requirements of ASTM C-33.

(a.3.2) Mortar – lining fine aggregate: For cement-mortar- lining thicknesses 1/2in. (13mm) or less, 100 percent of the fine aggregate shall pass a US Standard Sieve No. 4.

(a.4) Water

General: The water used for cement mortar and for curing linings and/or coatings shall conform to the applicable

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

146

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

requirements of ASTM C94. The water may be fresh or recycled concrete process water and shall be free from injurious amounts of oil, acid, strong alkalies, slats, and vegetable matter.

(a.5) Admixture

Cement mortar may contain a water reducing, set-controlling admixture conforming to ASTN C94. No admixture shall contain injurious amounts of chlorides. The purchaser shall be advised of the type and amount of any admixtures.

(a.6) Curing Compound

Curing compound for curing cement-mortar linings and coating shall comply with ASTM C309.

The procedures for the curing of the pipe shall be in accordance with AWWA C205.

(a.7) Paint

The paint or other materials used to prevent the rusting of steel surfaces at holdbacks or mortar lining or coating before pipe installation shall be quick drying, corrosion-resistant material with good bonding properties to steel and shall dry tack-free and smooth within 4h after application. The paint shall be applied without sags or runs, to a thickness that will not impair the clearances required for proper installation of the joint.

(b) Surface Preparation

Cleaning surfaces: All surfaces to be cement-mortar lined or cement mortar coated shall be cleaned to remove loose or other foreign matter that could interfere with the adherence of the cement morta

(c) Lining Requirements

(c.1) General

Cement-mortar lining shall be composed of cement, sand, and water, well mixed and of proper consistency to obtain a dense, homogeneous lining that will adhere firmly to the pipe surface. Cement mortar for lining shall consist of one part cement to not more than three parts of fine aggregate by weight. Excessive amounts of batch mix water shall be avoided. Only enough water to obtain proper placement characteristics of the batched cement mortar shall be used. The water soluble chloride ion (CI-) content of the cement-mortar lining mix, expressed as a percentage of the weight of cement, shall not exceed 0.15 percent.

(c.2) Thickness

Cement – mortar lining shall be uniform in thickness, except at joints or other discontinuities in the pipe wall. Lining thickness shall be as listed in the Table 1 below or as specified by the purchaser. Ends of lining shall be left square and uniform with regard to the longitudinal axis of the pipe, and lining holdback

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

147

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

shall be specified by the purchaser for the type of joint required. The lining thickness requirements shall be maintained by mechanical end retaining rings and verified by physical measurements.

(c.3) Equipment

(c.3.1) Lining: Straight sections of pipe shall be lined by using a spinning machine specifically designed and built for the purpose of rotating the pipe section and centrifugally applying cement-mortar linings to the interior of steel pipe or by a method known to provide equivalent results.

(c.3.2) Mixing: The cement mortar shall be mixed in batches. The amount of cement and sand entering into each batch shall be measured by weight. The quantity of water entering the mixer shall be measured automatically by an adjustable device, or it shall be otherwise measured to ensure that the correct quantity of water is being added.

(c.4) Machine Lining

(c.4.1) Bracing: When required to prevent distortion or vibration during the spinning, each section of pipe shall be suitably braced with external or internal supports appropriate to the equipment.

(c.4.2) Placement: In application of lining by a spinning machine, the entire quantity of mortar required for completion of the lining of the section of pipe shall be placed without interruption.

(c.4.3) Finish: After the cement mortar has been distributed to a uniform thickness, the rotation speed shall be increased to produce a dense mortar with a smooth surface.

(c.4.4) Surplus Water: Provision shall be made for removal of surplus water by air blowing, tilting of the pipe, or other methods approved by the purchaser.

(c.4.4) Lining Ends: The lining at the ends of the pipe section shall be left square and uniform with regard to the longitudinal axis of the pipe, and the lining holdbacks shall be as specified by the purchaser for the type of the joint required.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

148

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(c.5) Lining Specials

(c.5.1) General: The application of cement-mortar lining to miters, angles, bends, reducers, and other special sections, the shape of which precludes applications by the spinning process, shall be accomplished by mechanical placement, pneumatic placement, or hand application and finished to produce a smooth, dense surface.

(c.5.2) Reinforcement: Wire-fabric reinforcement or ribbon-mesh reinforcement shall be applied to the interior of fitting larger than 24 inches (610mm) and shall extend circumferentially around the fitting. Repaired areas for machine applied linings at miters, pipe ends, outlets, and other cuts made in the lining for fabrication of fitting need not be reinforced if the width of the repair area does not exceed 12 inches (300mm). Repairs for widths exceeding 6 inches (150mm) shall be bonded to the steel and adjacent faces of the lining with a bonding agent conforming to ASTM C881 (Standard Specification for Epoxy-Resin Based Bonding Systems for Concrete”), Type II (Bonding fresh concrete to hardened concrete (non-load bearing).

(c.5.3) Thickness: Thickness shall be as required for spun lining of straight sections, except that it may be varied by feathering of filleting to smooth transition with adjoining sections of pipe.

(c.5.4) Handwork: Cement mortar for handwork shall be of the same materials and in the same sand-cement proportions as the cement mortar for machine lining except that the plaster sand conforming to ASTM C35 may be used in place of sand conforming to ASTM C33. Areas shall be cleaned to remove loose or other foreign matter that would interfere with the adherence of the cement mortar and, if necessary, shall be moistened with water just before the placing of the cement mortar.

(c.6) Defective Lining

(c.6.1) General: All defects, including, but not restricted to, sand pocket voids, over sanded 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 cement-mortar lining.

(c.6.2) Lining cracks: Temperature and shrinkage cracks in the cement-mortar lining less than 1/16 in. (1.6 mm) in width need not be repaired. Cracks wider than 1/16 in. (1.6 mm) need not be repaired if it can be demonstrated to the satisfaction of the purchaser 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

149

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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.

(c.7) Curing of Lining

(c.7.1) General: Immediately after completion of spinning, the pipe sections may be moved to a curing area. Care shall be exercised at all times to prevent damage to the lining. At the option of the manufacturer, linings shall be accelerated cured, moist cured, or cured by a combination of accelerated and moist curing. Accelerated curing or moist curing may be used interchangeably on a time-ratio basis of 5 1/3 h of moist curing to 1 h of accelerated curing. In any case, the total curing period shall be equivalent to 96 h of moist cure and the minimum curing period before applying the exterior coating shall be equivalent to 24 h moist cure. The lining shall be kept continually moist until completion of the minimum specified curing period.

(c.7.2) Moist Curing: Moist curing may be used only if the minimum ambient temperature exceeds 40°F (5°C) continuously during the required minimum curing period. No credit shall be allowed for any time during which the temperature drops below 50°F (10°C).

On arrival at the curing area, but not later than 30 minutes after completion of the lining operation, pipe ends shall be covered with plastic or wet burlap for a minimum moist-curing period of 24 h before applying the exterior coating, if such coating is specified. If a cement-mortar lining is not specified, the lining shall be moist cured for 96 h before shipment. The ends of the pipe sections shall be kept closed with plastic caps during the curing period, except when sprinkling heads are used, the reinforcement and outside coatings are being applied, or accelerated curing is being substituted. If the plastic end caps are installed at that time, they can be used for shipping to the jobsite as indicated in Item. The manufacturer shall exercise care and diligence to avoid drying out or cracking of the lining.

(c.7.3) Accelerated curing: On arrival at the curing area, but not later than 30 minutes after completion of the lining operation, accelerated curing may begin. The temperature of the pipe shall not be raised above 95°F (35°C) by the introduction of heat for 4 h after final placement or until the cement mortar has taken its initial set, whichever occurs first. The ambient vapor shall then be maintained at a temperature between 90 °F (32 °C) and 135 °F (57 °C) at a relative humidity of not less than 85 percent for a minimum curing period of 6 h, after which the exterior coating may be applied, if such coating is specified. The accelerated curing shall

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

150

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

be maintained for a a minimum period of6 h before applying exterior coatings is specified. The accelerated curing shall be maintained for a minimum period of 6 h before applying exterior coatings and/or for a total of 18 h before shipment.

(c.7.4) Alternative curing methods: When allowed by the purchaser, alternative curing methods may be substituted, providing the method used by the manufacturer produces a cured lining equivalent to that set forth in Par. c.7.2 and Par. c.7.3.

(d) Field Joints

(d.1) General

This section covers material requirements and application procedures recommended for the application of cement-mortar field joints.

(d.2) Inside Field Joints

(d.2.1) Material: Cement mortar used for the joints shall be composed of a minimum of one part cement to not more than two parts sand, by weight, dry mixed, and moistened with sufficient water to permit packing and trowelling without crumbling. Sand shall be graded within the limits of the plaster sand conforming to ASTM C35. Water shall be clean and free from injurious quantities of organic matter, alkali, salts, and other impurities.

(d.2.2) Application: Inside joints of mortar-lined pipe shall be filled with cement mortar and finished of smooth and flush with the inside surface of the pipe by trowelling or by equivalent means. Before placing the joint cement-mortar material against the surfaces of the lining, the surfaces shall be carefully cleaned, have all soap removed, and then wetted to ensure a good bond between the lining and the joint cement mortar. The pipeline shall not be put into service until the mortar has cured for a minimum of 24 h.

(d.2.3) For pipe diameters 22 in. (560 mm) and larger. After the pipe zone bedding and backfill have been densified to at least 1 ft. (0.30 m) above the top of the pipe, the inside joint recess of pipe 22 in. (560 mm) in diameter and larger shall first be moistened, then filled and pointed with a stiff cement mortar consisting of one part cement to two parts of sand, by weight. The finished joint shall be smooth and flush with the adjacent pipe surfaces. Interior joint pointing operations shall not be conducted within two joints of pipelaying operations.

(d.2.4) For pipe diameters 22 in. (560 mm) and larger: Prior to assembling the joint, the inside shoulder of the bell shall be “buttered” with a stiff mortar consisting of one part Portland cement to two parts sand, by weight. An

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

151

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

accessory such as a specially designed rubber ball wrapped with burlap shall be used to (1) provide backup against which the cement mortar is squeezed while the centered spigot is pushed “home”, and (2) hold cement mortar in place in the assembled joint while alignment and grade are adjusted, the next bell is “buttered”, and the next spigot is centered. The accessory shall screed off excess mortar to leave a smooth and continuous surface between pipe sections as it is drawn through the pipe.

(d.3) Outside Field Joints

(d.3.1) Material: Grout shall be composed of one part cement to not more than two parts sand, by weight, thoroughly mixed with water to the consistency of thick cream. Sand graduation shall conform to the requirements of ASTM C33, except that 100 percent shall pass a US Standard Sieve No. 16.

(d.3.2) Application: Outside field joints shall be coated with cement mortar, retained by suitable water-impermeable bands or diapers to bridge the joint and retain the cement mortar without leakage. Before filling, the cement-mortar space shall be flushed with water so that the surface of the joint to be in contact with the cement mortar will be moistened when the cement mortar is poured. The joint shall be filled with cement mortar by pouring from one side only until the cement mortar reaches at least the pipe spring line on the opposite side, and shall be rodded with a wire or other flexible rod, or vibrated so that the cement mortar completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe, and up the opposite side. Pouring and rodding the cement mortar shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. The exposed portion of the grout at the top of the pipe shall be coated with a sealing compound or covered with burlap or moist earth.

(d.4) Sampling and Testing Cement Mortar Linings

Mixed cement mortar for pipe-lining work shall be sampled at the frequency set forth in Par. (d.4.5) Compression test cylinders or centrifugal test cylinders shall be prepared according to the procedures set forth in Par. (d.4.2) or Par. (d.4.3).

(d.4.1) Sampling and testing frequency: A set of at least two standards test cylinders, 6 in. ( 150 mm) in diameter by 12 in. ( 300 mm) in length, shall be made each day from the cement-mortar lining for each shift to satisfy the quality control requirements of Par. (d.4.5). Additional cement-mortar testing shall be defined in the purchaser‟s specifications.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

152

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(d.4.2) Cement-mortar test cylinders: The cement mortar shall be removed from the mix in accordance with ASTM C172 or samples may be prepared by omitting sufficient water from the production mix to obtain a 1 – to 3- in. (25- to 75 mm) slump. Test cylinders shall be made in conformance with ASTM C31. Other –sized cylinders, such as 2 in. x 4 in. (50 mm x 100 mm), may be used to test compressive strength.

(d.4.3) Centrifugal test cylinders: Centrifugally spun test cylinders may be substituted for cement-mortar test cylinders, at the option of the manufacturer. Test cylinders shall be spun about their longitudinal axes in 6-in. (150-mm) diameter by 12 – in. (300-mm) long steel molds at a speed that will simulate the compaction of mortar in the lining to produce a spun-cylinder wall thickness of approximately 1 ½ in. (38 mm). The net cross-sectional area of the hollow cylinder shall be used to determine its compressive strength. Damaged cylinders shall not be tested.

(d.4.4) Curing and testing cylinders: All cement-mortar test cylinders shall be cured with the pipe at the same temperature and for the same total length of time, and shall be tested in accordance with ASTM C39 by an approved testing laboratory unless the manufacturer has approved testing facilities at the work site. In such an event, the tests shall be made by the manufacturer. Certified test reports will be submitted by the manufacturer if required by the contract documents of the purchaser. Additional testing shall be defined in the purchaser‟s specifications.

(d.4.5) Strength of cement-mortar lining: Cement-mortar test cylinders shall attain a minimum compressive strength of 4,500 psi (31 MPa) in 28 days or at the time of shipment, if less than 28 days. Pipe made with cement-mortar lining that does not meet the strength requirements set forth herein shall be rejected.

The average of any 10 consecutive strength tests of cylinders representing each cement-mortar mix shall be equal to or greater than the specified strength, and not more than 20 percent of the strength tests shall have values less than the specified strength. No cylinder test result shall be less than 80 percent of the specified strength.

(d.5) Inspection and Testing by the Purchaser

(d.5.1) Inspection at the manufacturers plant. All materials furnished and work performed by the manufacturer shall be subject to inspection by the purchaser at the manufacturer‟s plant. During the inspection, the purchaser shall have free access to all parts of the manufacturer‟s plant necessary to ensure compliance with this specification. The manufacturer shall furnish

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

153

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

without additional cost to the purchaser, reasonable assistance as necessary for this inspection.

(d.5.2) Materials Certification. If required by the purchaser, the manufacturer shall furnish a certification that the materials used have been tested in accordance with and meet the requirements of the applicable ASTM specification for wire, wire fabric, ribbon mesh, Portland cement, sand, and curing compound, if used. In addition, if required by the purchaser, the manufacturer shall furnish certified copies of compression test results of the mortar.

(d.5.3) Responsibility. Inspection by the purchaser, or failure of the purchaser to provide inspection, shall not relieve the constructor or the manufacturer of the responsibility to furnish materials and to perform work in accordance with this specification.

(d.5.4) Tests.Tests the purchaser makes on the material sample fails to meet the requirements, the manufacturer shall be notified immediately. Material affected by the test results shall be set aside pending final disposition.

2.2 Liquid-Epoxy Coating System for the Exterior of Steel Water Pipelines

(a) General

Coating of pipe and fittings shall conform to the requirements of AWWA Standard C210 or as required for shop and filed-applied, liquid-epoxy interior linings and exterior coatings used in the water water-supply industry for steel water pipelines installed underground or underwater, under normal construction conditions. Exposed epoxy coated pipelines shall be top coated to prevent the coating from chalking.

(b) Coating System

(b.1) Liquid-epoxy coatings. The coatings used in this standard shall be based on liquid chemically cured epoxies. The curing agent should be an amine. Materials used in both the primer and finish coat(s) shall be products of one manufacturer. It should also be a two component solvent free epoxy, 100% volume solid and certified to NSF/ANSI 61 for the interior coating and at least 82% volume solids for exterior coating certified to NSF/ANSI 61.

(b.1.1) Shelf life. The component parts shall be stored in unopened original containers at temperatures not to exceed the manufacturer‟s recommendation. They shall show no instability or settling beyond a state permitting easy, complete redispersion to a smooth, homogeneous consistency. When properly mixed and applied, acceptable drying and curing will result. Stored material that has exceeded the manufacturer‟s stated shelf life shall not be used.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

154

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(b.2) Coating thickness. The minimum and maximum dry film thickness (DFT) of the external coating shall be specified by the purchaser. Dry film thickness shall conform to the manufacturer‟s printed data and shall be tested in accordance with SSPC-PA 2.

(b.2.1) Minimum thickness. Unless otherwise specified, the minimum DFT provided shall be at least 16 mils (406 μm).

Table 1. Coated Pipe Inspection Tests

Test Minimum

Requirement Method

Electrical inspection (holidays) Par. (h.1.5)

Adhesion

a. ASTM D3359 (Method A)

b. ASTM D4541 psi (kPa)

4A

800psi (5,515kPa)

Par. (h.1.6)

Par. (h.1.6)

Thickness, dry fillm, mils (μm) 16 mils (406μm) Par. (b.2.1)

Par. (h.1.4)

Table 2. Qualification Requirements of Laboratory-Applied

Epoxy Coating System

Test Minimum Maximum Method

Immersion and vapor

phase, 30 days

Par (h.1.2)

a. Deionized water Pass

b. Sulfuric acid, 1 percent

by wt. Pass

c. Sodium hydroxide, 1

percent by wt. Pass

Cathodic disbondment 9.53mm

(0.38in.)

radius

Par (h.1.3)

(b.3) Applied, cured coating requirements. After curing, but prior to burial, the coating system shall be a continuous film, free of thin spots and other imperfections as defined in Par(f.1), and shall pass electrical inspection for continuity as defined in Par. (h.1.5).

(c) Coating Application

(c.1) General. The pipe coating shall be applied in accordance with the manufacturer‟s recommendations. Application by airless-spray or centrifugal-wheel equipment is preferred. Application by other methods is allowed for pipe connections and appurtenances in accordance with Item (f) [Coating Special Pipe Connections and Appurtenances].

(c.2) Pipe preparation

(c.2.1) Cleaning. Prior to abrasive blast cleaning, surfaces shall be inspected and, if required, cleaned according to SSPC SP 1 to remove oil, grease, or other foreign matter. Only prevailing code safety

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

155

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

solvents that do not leave a residue shall be used. Preheating to remove oil, grease, mill scale, water, and ice may be used provided the pipe is preheated in a uniform manner to avoid distorting the pipe.

(c.2.2) Abrasive blast cleaning. Pipe surfaces shall be abrasive blast cleaned with mineral abrasives, slag abrasives, steel shot, or steel grit in accordance with SSPC-SP 10/NACE No. 2. The blast anchor pattern or profile depth shall be 2.0 mils to 4.0 mils (50 μm to 100 μm) measured in accordance with ASTM D4417. When using steel abrasives, a sufficient quality of steel grit shall be provided to ensure an angular blast profile is achieved.

(c.2.3) Visual comparative standards. Prior to abrasive blast cleaning, the constructor shall prepare a representative area of the blast-cleaned surface on an actual work surface, as well as a visual comparative standards on steel panels that are a minimum 6-in. x 6-in. x 0.25-in. (150-mm x 150-mm x 6-mm) steel panels. On agreement with the purchaser and the constructor that the visual standard meets the requirements of Par. (c.2.2), the panels shall be wrapped in 4-mil to 6-mil (100-µm to 150-µm) thick plastic, sealed with tape or otherwise protected from surface contamination or corrosion, and maintained as visual reference standards throughout the coating operations. Alternatively, other industry-accepted visual comparative standards, such as those provided by NACE or SSPC and agreed on by the purchaser and constructor may be used.

(c.2.4) Abrasive working mix. When blasting equipment is employed using a recycled abrasive working mix, the abrasive working mix shall be maintained free of contaminants (oil, water, etc.).

(c.2.5) Surface inspection. The cleaned exterior and interior pipe surfaces shall be inspected for conformance to Par. (c.2.2) and Par. (c.2.3). Surface imperfections, such as slivers, scabs, burrs, weld splatter, and gouges, shall be removed by grinding. Ground areas shall meet the profile (anchor pattern) requirements of the coating manufacturer. Imperfections may dictate that the pipe joint be rejected.

(c.2.6) Interior cleaning. If abrasives or other loose foreign matter has entered the interior of the pipe, clean, dry, oil‑free compressed air shall be used to remove the loose foreign matter in a manner that does not adversely affect the cleaned surface. Alternatively, vacuum cleaning or other methods may be used in place of compressed air.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

156

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(c.2.7) Protection from moisture. Abrasive blast‑cleaned pipe surfaces shall be protected from conditions of high humidity, rainfall, or surface moisture. Pipe shall not be allowed to flash rust before coating.

(c.3) Coating Application

(c.3.1) Materials preparation. Materials preparation shall be in accordance with the manufacturer‟s recommendations.

(c.3.2) Holdback for field welds. When pipe sections are to be joined together by field welding, a band that is free of lining and coating shall be left on the inside and outside surfaces at the ends of the sections. This band shall be of sufficient widths, as specified by the purchaser, to permit the making of field joints without damage to the lining and coating Par. (e.1).The manufacturer should be consulted for holdback width.

(c.3.3) Pipe ends for nonwelded field joints. When rubber-gasketed joints or mechanical couplings are used, the coating shall extend to the ends of the pipe. The coating thickness on the pipe surfaces that receive rubber sealing gaskets shall not exceed what is recommended by the manufacturer of the coupling. However, the coating system‟s dry film thickness shall not be less than 16 mils (406 µm). If the purchaser specifies steel pipe with rubber-gasketed joints; an interior lining of liquid epoxy meeting the requirements of this standard; and an external pipe coating of another material, such as those described in ANSI/AWWA C203, ANSI/AWWA C214, or ANSI/AWWA C215, the liquid-epoxy system shall be extended around the pipe end and shall cover the exterior pipe surface from the end to a point 4 in. (100 mm) past the sealing point of the rubber gasket.

(c.3.4) Application temperature. Application shall be performed when the metal temperature is more than 5°F (3.0°C) above the dew point. The temperature of the mixed coating material shall not be lower than 50°F (10°C). The temperature of the pipe during application shall conform to the recommendations of the coating manufacturer. Preheating of the coating material; the use of in-line heaters to heat the coating material; or heating of the pipe, fittings, or pipe connections or appurtenances and dehumidification equipment may be used to facilitate the application. Heating shall conform to the recommendations of the coating manufacturer.

(c.3.5) Application of epoxy coating system. The epoxy coating system shall be applied as recommended by the manufacturer. If more than one coat is applied,

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

157

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

the second coat shall be applied within the time limits, surface conditions, and temperature recommended by the manufacturer. If the period between coats is exceeded, a repair procedure shall be obtained from the coating manufacturer and its recommendations followed.

(c.3.6) Cure. The coating manufacturer shall be consulted to ascertain the proper cure time and methods. After application, the coating shall be tested for cure in accordance with Par. h.1 3. [Cure].

(d) Coating Repair

(d.1) Defective coating. Coating shall be repaired in accordance with the following subsections.

(d.1.1) Surface preparation. Accessible areas of pipe requiring coating repairs shall be cleaned to remove debris and damaged coating using surface grinders or other means acceptable to the purchaser. The adjacent coating shall be feathered by sanding, grinding, or other methods approved by the purchaser. Accumulated debris shall be removed by vacuum, blowing with contaminant-free air, or wiping with clean rags.

(d.1.2) Access. Areas not accessible for coating repair, such as interior surfaces of small‑diameter pipe, shall be reprocessed and recoated as described in Par. (c.3) [Coating Application].

(d.1.3) Coating application. The coating system shall be applied to the prepared areas in accordance with the procedures stated in Par. (c.3) [Coating Application].

(d.1.4) Repair inspection. Repairs shall be electrically inspected using a holiday detector in accordance with Par. (h.1.5) [Electrical Inspection for Continuity]. The coated pipe sipped from the plant shall be holiday‑free.

(e) Welded Field Joints

(e.1) Preparation. The weld joint shall be cleaned so that all surfaces are free of mud, oil, grease, welding flux, weld splatter, and other foreign contaminants. The cleaned metal surfaces of the weld joint shall then be abrasive blast cleaned, vacuum blasted, or abraded using rotary abrading pads to provide a surface that complies with SSPC-SP 10/NACE No. 2, as defined in Par. (c.2). The adjacent liquid‑epoxy coating shall be feathered by abrading the coating surface for a distance of 1 in. (25 mm) minimum.

(e.2) Coating application. The coating system shall be applied to the weld joint in accordance with Item (b) and Item (c). At the option of the purchaser, external weld areas may be protected with materials and methods conforming to ANSI/ AWWA C203,

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

158

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

ANSI/AWWA C209, ANSI/AWWA C216, ANSI/AWWA C217, or ANSI/AWWA C222.

(e.3) Electrical inspection. After curing, the coating system applied to the welded joints shall be holiday tested in accordance with Par. (h.1.5) [Electrical Inspection for Continuity]. Any holidays indicated by the detector shall be marked with chalk or felt-tip marker to identify the area for repair. When alternate materials are used, holiday detection should conform to those standards.

(f) Coating Special Pipe Connections and Appurtenances

(f.1) General. This section describes the application of liquid-epoxy coatings to mechanical couplings, flanges, and similar appurtenances for steel pipe fittings, as well as to nuts, bolts, and other items used in conjunction with connections and attachments.

(f.2) Surface preparation. Surfaces of pipe connections and appurtenances to be coated shall be prepared in accordance with Par. (c.2).

(f.3) Coating application

(f.3.1) Application. Unless otherwise required by the purchaser, coatings shall be applied in accordance with Item (b) and Item (c).

(f.3.2) Coating threaded connections. Prior to shipping, threaded connections and appurtenances that must be assembled and operated in the field shall be left uncoated and shipped with rust‑preventing compounds or strippable protective coatings applied to the threads only. After final field assembly, the compound shall be completely removed. The exposed threads shall be coated as provided in Par. (c.3) [Coating Application]. The purchaser should specify the coating requirements for flange faces and other mating surfaces of other types of mechanical connections.

(f.3.3) Cure. The coating manufacturer shall be consulted to ascertain the proper cure time and methods. After application, the coating shall be tested for cure in accordance with Par. (h.1.3) [Cure].

(f.3.4) Electrical inspection for continuity. After the coating has cured, but prior to installation, the coated pipe, fittings, and specials shall be tested for holidays in accordance with Par. (h.1.5) [Electrical Inspection for Continuity]. Holidays indicated by the detector shall be marked with chalk or felt‑tip marker to identify the area to be repaired.

(f.3.5) Coating repair. Coating repair shall be performed in accordance with Item (d) [Coating Repair].

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

159

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(g) Field Procedures

During construction of the pipeline, the constructor shall take precautions to minimize damage to the protective coating. No metal tools or heavy objects shall be permitted to come into contact with the finished coating. Workers shall be permitted to walk on the coating only when necessary, in which case only shoes with rubber or composition soles and heels shall be worn. Coating damaged during installation shall be repaired in accordance with Item (d) [Coating Repair].

(g.1) Hoisting. Coated articles shall be hoisted using wide-belt slings. Chains, cables, tongs, or other equipment that causes damage to the coating will not be permitted, nor will dragging or skidding of the pipe. The constructor shall allow for inspection of the coating on the underside of coated articles while the articles are suspended. Any coating damage shall be repaired in accordance with Item (d) [Coating Repair].

(g.2) Protection during welding. A heat-resistant material with a minimum width of 18 in. (460 mm) shall be draped over the top half of the pipe on each side of the coating holdback during welding to avoid damage to the coating by hot weld spatter.

(g.3) Bedding and trench backfill. Backfilling shall be performed in a manner that avoids abrasion or other damage to both factory and field‑applied coatings. Unless otherwise specified by the purchaser, the following requirements shall be met:

(g.3.1) Where the trench traverses rocky ground containing hard objects that could penetrate the protective coating, a layer of screened earth, sand, or rounded river-run gravel no less than 6 in. (150 mm) thick with a maximum particle size of 0.75 in. (19 mm) shall be placed in the bottom of the trench prior to installation of the coated article.

(g.3.2) Backfill shall be placed around the exterior of the coated pipe only after the purchaser has made the final inspection and has accepted the exterior coating. If rocks or other hard objects are present in the backfill material along any section of the pipeline, screened backfill shall be placed around the coated pipe to a minimum depth of 6 in. (150 mm) above the coated pipe before backfilling the remainder of the trench. Other rock-shield materials approved by the purchaser may be used.

(g.3.3) Compaction of bedding and backfill in the trench shall be as specified by the purchaser. Rodding with metal rods or other metal tools that could contact and damage the coating shall not be permitted.

(h) Verification

(h.1) Inspection and Testing

The coating system shall be inspected for adhesion (to the steel and between coats), thickness, blisters, cracks, bubbles,

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

160

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

under-film voids, holidays, pinholes, discontinuities, and mechanical damage. Imperfections shall be identified and marked for repair with chalk or felt-tip marker.

(h.1.1) Purchaser’s inspection option. At the purchaser‟s option, the entire procedure of applying the liquid-epoxy coating system shall be inspected from the time of surface preparation to completion of the coating application. Lack of inspection by the purchaser shall not relieve the constructor of responsibility to provide materials and perform work in accordance with this standard.

(h.1.2) Coating application inspection. When inspection is required by the purchaser, coating work not done in the presence of the purchaser may be subject to rejection. Coating work may be rejected if the procedure used in applying the liquid-epoxy coating material does not comply with this standard.

(h.1.3) Cure. The cure test shall be performed in accordance with the solvent rub procedures as outlined in ASTM 4752 (solvent rub test), ASTM D3363 (pencil hardness), or both, as required by the purchaser. A coating system that has not cured in accordance with the manufacturer‟s written instructions may be rejected.

(h.1.4) Thickness test. The thickness of the cured coating system shall be determined in accordance with SSPC-PA 2 (see Par. (b.2.1) [Minimum Thickness].

(h.1.5) Electrical inspection for continuity. After curing, but prior to installation, the coating system applied to the pipe shall be tested for holidays according to the procedures and using the voltage settings outlined in NACE RP0188 for the specified thickness. Any holidays indicated by the detector shall be marked with chalk or felt-tip marker to identify the area to be repaired.

(h.1.6) Adhesion. The adhesion or bond of the coating to the steel and the intercoat adhesion of succeeding coats after curing shall be determined in the shop or field in accordance with ASTM D3359, Method A (shear adhesion). Shear adhesion will be considered satisfactory if a rating of 4A is achieved. The adhesion of the coating system may also be performed in accordance with ASTM D4541 (tensile adhesion). Tensile adhesion will be considered satisfactory if a minimum tensile adhesion rating of 800 psi (5,515 kPa) is achieved. In the shop, the adhesion test may be conducted on the coated pipe or on the coating applied at the same time to test panels of the same substrate and surface preparation as the pipe.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

161

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

(h.2) Performance Testing of Laboratory-Applied Epoxy Coating System

(h.2.1) Coating material tests. Prior to acceptance and application of the coating material, samples of material requested by the purchaser and submitted by the constructor may be tested by the purchaser in the purchaser‟s laboratory or in an independent commercial laboratory designated by the purchaser.

(h.2.2) Immersion. Steel panels of dimensions 2 in. × 6 in. × ¼ in. (50 mm × 150 mm × 3.2 mm) shall be prepared, coated, and cured in accordance with Par. (c.2) [Pipe Preparation]. The uncoated side and edges shall be sealed with hot wax or other resistant material. Suitable containers shall be filled to a depth of 4 in. (100 mm),one with deionized water, one with 1 percent by weight solution sulfuric acid and one with 1 percent by weight solution sodium hydroxide. The panels shall be placed in the containers to allow exposure to both the liquid and vapor phases of the fluids. If multiple panels are placed in the same container, a distance of at least 1 in.(25 mm) shall be maintained between panels. The containers shall be covered; but not sealed, and allowed to stand at 75°F± 2°F (24°C ± 1°C) for 30 days, maintaining liquid levels as required. The panels shall be removed, rinsed, and allowed to dry for 24 hr. Blistering, peeling, or disbondment shall constitute failure to pass the test.

(h.2.3) Cathodic disbondment. Cathodic disbondment is measured following the procedure of ASTM G8. Steel test pipes 2-in. (50-mm) in diameter shall be prepared by abrasive blast cleaning in accordance with Par. (c.2.1) [Cleaning]. The liquid epoxy coating, with or without primer depending on the coating system, shall be applied to the exterior of the test pipes, at the thickness and by the method recommended by the manufacturer. The coating shall be cured according to the manufacturer‟s recommendations prior to testing. An average value greater than the limits specified in Par. (c.3.5) [Application of Epoxy Coating System], Table 2, shall constitute failure of the coating to meet the requirements.

(h.3) Rejection

(h.2.3) Pipe. The purchaser may reject pipe if the surface condition does not comply with the requirements of Par. (c.2.2) and Par. (c.2.3). Pipe rejected because of inadequate cleaning shall be recleaned.

(h.2.3) Coating materials. If any sample of coating material does not comply with this standard, the coating material represented by such a sample shall be rejected.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

162

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

3. Delivery

3.1 Packaging, Handling, Stacking and Storage

(a) General. Coated pipe and other articles shall be packaged, handled, and stored in a manner that will minimize damage. Pipe or coating damaged in handling or other operations shall be repaired in accordance with Item (d) of Par. (d.1) [Defective Coating].

(b) Packaging. Coating materials shall be supplied to the jobsite in the manufacturer‟s original, unopened containers. Each container shall be plainly marked with the name and address of the manufacturer, type of material, batch or lot number, date of manufacture (unless contained in the batch or lot number), storage conditions, and information as required by current applicable federal, provincial, state, and local regulations.

(c) Storage of materials. Materials shall be stored and protected from the elements as required by the district.

(d) Stacking. Stacking of coated pipe shall be in accordance with industry-accepted safety practices.

(e) Plastic End Caps. Plastic end caps shall be securely fastened to pipe ends of completed pipe for protection of the cement-mortar-lining for drying. End caps shall be maintained in place until time of installation. Moisture shall be maintained inside the pipe by periodic addition of water as necessary.

(f) Care of Pipe: Care shall be taken to avoid cracking of the cement mortar lining on steel pipe. If necessary, plastic sheet caps shall be used to close pipe ends and keep linings moist.

(g) Transport and Handling of Pipe

(g.1) General: Cement mortar lined –epoxy lined steel pipe shall be transported and handled as specified herein. Any pipe section that becomes damaged because 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 Manager‟s opinion, field repairs are not practicable, the Project Manager may order the Contractor to removed the damaged pipe section from the site of the work and replace it with a new section.

(g.2) Moving Pipe: Pipe shall be lifted by means of a padded forklift or by belt, slings in such a manner as to minimize bending of the pipe section and prevent damaged to the coating. When being transported, pipe shall be supported in a manner that will prevent distortion or damaged to the lining or coating. When not being handled, pipe shall be stockpiled on timber cradles or properly prepared ground with all rocks eliminated. Damaged pipe shall be repaired or replaced as specified.

(g.3) Pipe Caps: Plastic caps placed over the ends of steel pipe shall not be removed until the pipe is ready to be placed in

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

163

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

the trench. Plastic caps may be opened temporarily to spray water inside the pipe for moisture control.

(g.4) Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Store pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true a true circular shape. Internal stulls shall consist of timber or steel frirmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Stulls shall not be removed until pipe is laid and set to grade.

3.2 Affidavit of Compliance

(a) For Epoxy Coating

The Owner requires an affidavit from the manufacturer or supplier that the material provided complies with applicable requirements of ANSI/AWWA C210 and ANSI/NSF 61. The Owner also requires an affidavit that the coating material supplied is of the same formulation(s) that was laboratory tested by the manufacturer and found to meet or exceed the performance requirements of ANSI/AWWA C210 and ANSI/NSF 61.

(b) For Cement-Mortar Lining

The manufacturer shall furnish an affidavit that the cement-mortar lining furnished complies with all applicable provisions of AWWA C205.

c. TESTING AND INSPECTION

1. General

All materials furnished shall be subject to inspection by the Owner at the

manufacture‟s plant. During inspection, the Owner shall have free access to all parts of the manufacturer‟s plant necessary to ensure compliance with this

specification. The manufacturer shall furnish without additional cost to the Owner,

reasonable assistance as necessary for this inspection.

Inspection and testing of pipe and pipe materials shall be in accordance with

ASTM A-139 Grade B and shall be made by the Owner‟s Representative during pre-manufacturing, pre-delivery and final delivery (on site). In such

event, all expenses for the inspection including travel and accommodation of the inspectors shall be borne by the Contractor.

2. Laboratory and Certification Requirements

After the issuance of the Notice to Proceed, the Contractor shall submit shop drawings of the pipe, fittings and appurtenances to be supplied for the contract as

specified herein and as indicated in the construction drawings. After approval of the shop drawings of the pipe materials, fittings and appurtenances to be

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

164

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

furnished by the Contractor, the following laboratory results and

certifications/affidavits shall be submitted before the pre-delivery schedule of inspection:

2.1 Report of Analysis per AWWA/ANSI C210 certified by the accredited laboratories;

2.2 Report of Analysis per specification set by DOH for Drinking Water (PNS 2007) certified by the accredited laboratories;

2.3 Certification and listing by the National Sanitation Foundation (NSF) that the material provided complies with applicable requirements NSF Additive Standard No. 61.

2.4 Affidavit that the lining and coating material supplied for the contract is of the same formulation(s) that was laboratory tested by the manufacturer and found to meet or exceed the performance requirements of ANSI/AWWA C210, ANSI/AWWA C205 and ANSI/NSF 61.

d. CYLINDER MATERIAL

Cylinder shall be fabricated from hot-rolled carbon steel sheets or plates conforming

with ASTM A-570 Grades C, D, or E, ASTM A-283 Grade D; steel pipe conforming with

ASTM A-139 Grade B; or, if approved by the Project Manager, high strength low-alloy steel conforming with ASTM A-572 Grade 42.

e. 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, min.

Natural Rubber 15.85 Mpa (2,300 psi)

Synthetic Rubber and combination

14.47 Mpa (2,100 psi)

Ultimate Elongation, percent minimum

Natural 500%

Synthetic & combination 425%

Shore Durometer, Type A 40-65

Compression set, percent of Original deflection, maximum 20%

Tensile strength after aging percent of original tensile

strength, minimum (Oxygen pressure test or air heat test) 80%

f. RESERVOIR OVERFLOW

Reservoir overflow shall consist of 300mmØ cement lined-epoxy coated steel piping that is securely attached to the outside of the reservoir. See drawings provided.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

165

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

g. RESERVOIR INLET PIPE

Inlet piping shall be 400mmØ cement lined-epoxy coated steel pipe with locations as indicated in the drawings provided.

h. RESERVOIR OUTLET PIPE

Outlet piping shall be 400mmØ cement lined-epoxy coated steel pipe with

locations as indicated in the drawings provided.

i. DRAIN PIPE

Drain piping shall be 300mmØ cement lined-epoxy coated steel pipe with

locations as indicated in the drawings provided.

j. WELDED JOINTS

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.

k. PIPE DESIGN

Steel pipe shall be designed, manufactured, and tested in conformance with AWWA

C200, AWWA M-11 and with the criteria specified herein. Sizes shall be as shown on the drawings and shall be designed for a minimum of 300 psi working pressure and

36,000 psi minimum yield strength conforming to requirements of ASTM A-139

[Standard Specifications for Electric Fusion (Arc) - Welded Steel Pipe (NPS 4 and over)].

Design parameters shall be as follows:

For Cement Lined – Epoxy Coated Steel Pipes

l. HYDROSTATIC PRESSURE TEST

All steel cylinders shall be subjected to a hydrostatic pressure test that stresses the

steel to 12.36 MPa. While under pressure test all welds shall be thoroughly inspected

and all parts showing leakage shall be marked. Cylinders that show any leakage under test be re-weld at the point of leakage and subjected to another hydrostatic test.

m. SPECIALS

1. Definition

Specials as defined as bends, tees, reducers, crosses, outlets and manifolds, wherever located, and all piping above ground or in structures. Except as

otherwise provided herein, materials, fabrication, and shop drawing of straight

Nominal

Pipe

Diameter, (mm)

Outside Diameter

(mm)

Finished Inside

Diameter (mm)

Minimum Wall

Thickness (mm) Cement

Lining

Thickness (mm)

Thickness

of External

Coating (mils) Burried Exposed Burried Exposed

300 323.90 291.10 288.50 3.40 4.70 13.00 16.00

400 441.80 406.40 403.80 4.70 6.00 13.00 16.00

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

166

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

pipe shall conform to the “AWWA Standard for Steel Water Pipe 6 Inches and

Larger “(AWWA C-200).

2. Outlets, 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 entirely 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 cross-sectional 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

if 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.

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 or 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.

3. Bends

Unless otherwise shown, the minimum radius of bends shall be 2 ½

4. Dimensions

Unless otherwise shown, dimensions of specials shall conform with “AWWA

Standard for Dimensions for Steel Water Pipe Fittings” (AWWA C-208) for Service in Transmission and Distribution System”.

5. Steel Welding Fittings

Steel welding fittings shall conform to ASTM A-234.

6. 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 manufacturer‟s minimum wall thickness, the pipe ends may be grooved.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

167

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

7. 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.

8. Shop Testing

Upon completion of welding, but before lining and coating, each special shall be

bulk headed 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 design; 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 using Turco Dy-Check or approved equal, 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.

9. 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 weld 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

fastened to the pipe.

Splices shall be lapped 100 mm (4 in.) and the free ends tied or looped to assure

continuity.

10. 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 Painting and Coating Section.

11. Marking

A mark indicating the true vertical axis of the special shall be placed on the top

and bottom of the special.

n. CLEANLINESS OF PIPE

The interior of each pipe section and special shall be free of foreign materials when

they are delivered to the site of the work.

o. INSTALLATION OF PIPING

1. General

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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

168

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

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 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 damaged 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.

2. Laying

Trenches shall be reasonably 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.

3. Rubber and 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 telescope.

4. Field-Welded Joints

Field welding of pipe joints shall conform to the requirements of the “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 (3) and (5) herein. Such joints shall be inspected and approved by the Project Manager before

any protective coating is placed around the outside of the joint.

5. Protective Coatings

With pipe smaller than 450 mm (18 in.) in diameter before the spigot is inserted into the bell, the bell shall be daubed with mortar containing one (1) part cement

to three (3) parts sand. The spigot end then shall be forced to the bottom of the

bell and excess mortar on the inside of joint shall be swabbed out. With pipe 450 mm (18 in.) in diameter and larger, joint shall be pointed on 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 factory-

applied 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

169

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

performed at the expense of the Contractor. The used 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 a

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.

6. Butt-straps

Where a butt-strap is used, both the interior and exterior surfaces of the butt-strap shall be given a coating equivalent to the factory applied coating of the

adjoining pipe sections. Mortar coating shall be reinforced with wore 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.

p. REPAIR

Pipes which are damaged during handling and transport shall either be repaired or

replaced depending on the extent of damaged to be determined by the Engineer/Project Manager. When pipe‟s structural integrity is jeopardized, the pipe

shall be replaced by the Contractor at no cost to the Owner.

Repair of pipes shall be allowed when deep scrapes and gouges on the pipe exterior occurred. Pipe with scratches, scrapes, and abrasions that penetrate the entire liner of

the pipe also need repair. However if the pipe is severely damaged, it shall be replaced immediately.

The manufacturer through the Contractor should recommend the appropriate method

of repair for evaluation by the Owner, unless the method of repair is approved by the Owner, no repair work of the pipe will be undertaken. If the method of repair is not

acceptable to the Owner, the damaged pipe shall be replaced as ordered.

q. MECHANICAL-TYPE COUPLING

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 be Gustin-Bacon or Victaulic

Style 44 when pipe ends are banded, and Gustin-Bacon or Virtaulic Style 77 when pipe ends are grooved. Buried or submerged couplings shall be coated in accordance with

Painting and Coating Section.

r. SLEEVE-TYPE COUPLING

Sleeve-type couplings shall be provided where shown and shall be Smith-Blair, Style

411 or Style 412, equivalent styles manufacturer by dresser, or approved substitute.

Couplings shall be of cast iron with hot-dip galvanized bolts, without pipe stop, and

shall be of sizes to fit the pipe and fittings shown. The middle ring shall be not less

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

170

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

than 6 mm (1/4 in.) in thickness and shall be 125 to 175 mm (5 to 7 in.) long for

standard cast iron 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 Painting and Coating Section.

s. GASKETS AND BOLTS

1. Except as otherwise provided, gasket for flanged joints shall be 1.5mm (1/6 in.)

thick laminated asbestos fiber.

2. 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.

9. REPAIRS

Pipes which are damaged during handling and transport shall either be repaired or replaced

depending on the extent of damaged to be determined by the Engineer/Project Manager.

When pipe‟s structural integrity is jeopardized, the pipe shall be replaced by the Contractor at no cost to the Owner.

Repair of pipes shall be allowed when deep scrapes and gouges on the pipe exterior occurred. Pipe with scratches, scrapes, and abrasions that penetrate the entire liner of the

pipe also need repair. However if the pipe is severely damaged, it shall be replaced

immediately.

The manufacturer through the Contractor should recommend the appropriate method of

repair for evaluation by the Owner, unless the method of repair is approved by the Owner, no repair work of the pipe will be undertaken. If the method of repair is not acceptable to

the Owner, the damaged pipe shall be replaced as ordered.

10. VALVES

a. GENERAL

1. The Contractor shall furnish and install all valves as shown in the drawings and/or specified herein. All valves shall be new and of current manufacture.

2. Flanged valves may be raised or plain-faced with serrated gasket surface. Flanges of valves for water working pressure of 175 psi or less shall be faced and drilled to

125-lb American Standard Dimensions; flanges of valves for water working

pressures greater than 175 psi shall be faced and drilled to 250-lb American Standard Dimension.

3. Each valve body shall be tested under a test pressure equal to twice its design water working pressure.

4. All buried valves shall be provided with an exterior protective coating in

accordance with the provision of Painting and Coatings section.

5. 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.

6. 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

171

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

operators of average height working in normal position. Where the number of

valve to be provided exceeds thirty (30) units, The Contractor shall provide one (1) valve key for every five (5) additional valves or a fraction thereof.

7. 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 Specification B62. Valve stems shall be of stainless steel,

having a minimum tensile strength of 2,812 kgf/cm² (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.

8. Shop drawings for all valves shall be furnished to the Owner for approval in accordance with Section VII. Clause 2.2. Shop Drawings.

9. The Contractor shall furnish all the required valves in accordance to these

specifications which shall have a warranty of ten (10) years. During the warranty period of ten (10) years, the valves are guaranteed against material defects. In

the event that the installed valves are found defective, it has to be repaired or replaced at the no cost to the Owner. The valves to be furnished to the Owner shall be ANSI/AWWA Compliant, thus ISO Compliant Valves are not applicable in this Contract due to the incompatibility of the ISO Valves to the stocking materials and installed valves and fittings that affects the repair and maintenance if the transmission/distribution lines.

10. All valves to be furnished and installed in this contract shall be of AVK Valves for

it is proven to be efficient in its operation.

b. GATE VALVES

This applies to sizes 50mmØ (2”) thru 250mmØ (10”). All valves shall conform to the

standards for resilient seated gate valves. Gate valves shall be designed fir a minimum pressure of 1.0 MPa (150 psi) and shall be ductile iron body with two (2) major

components (The body and bonnet) with the resilient seats applied to the body or gate. Discs shall be ductile iron core fully encapsulated with EPDM rubber with integral

wedge nut of dezinfication resistant brass. The valve shall be non rising stem with a

minimum of two NBR “O” ring seals. The valves shall have a 50mm 2 square operating nut with a cast arrow showing the direction in which the nut to be turned to open the

valve. Body coatings shall be electro statically applied epoxy resin (internal and external). Hydraulic test to DIN 3230 part 4. ISO Certified. Shop drawing shall be

furnished by the Owner.

For gate valves 300 mm (12”) in size. It shall conform to the Standard for Gate Valves for Ordinary Water Works Service (AWWA C500). Gate Valves where the pipeline

design pressure is 14.06 kgf/ cm2 (200 psi) or less shall be designed for a water working pressure of 14.06 kgf/ sq. cm2 (200 psi) and shall be cast iron bodied,

bottom-wedging, double disc and with parallel seats. The valve shall be non-rising stem with a minimum of two “O” ring seals (at least one above the stem collar), or

rising stem when shown on the drawings. The valves shall have a 5.0 cm square

operating nut, or hand wheel when shown on the drawings with a cast arrow showing direction in which the nut or hand wheel is to be turned to open the valve. Valves shall

be constructed to permit the replacement of the “O” rings above the stem collar under full working water pressure with the valves in the full open position. The valves shall

be coated in accordance with provisions for Painting and Coating.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

172

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

c. BUTTERFLY VALVES

Butterfly valves shall conform to the latest revision of AWWA Standard C-504 for rubber-seated butterfly valves, subject to the following requirements: Valves shall be

of Class 150B, and unless otherwise shown, shall be short-bodied. Shaft seals shall be rubber "O"-ring, and journal packing shall be rubber or split-V type packing.

The rubber seated butterfly valves shall be suitable for a maximum steady-state fluid

working pressure of 150 psig (1,034 kPa [gauge]) and a maximum of steady-state differential pressure of 150 psi (1,034kPa).

Materials shall be in conformance with the physical and chemical requirements of AWWA C504 which shall be subject to the following requirements: Ductile Iron (ASTM

A536, grade 65-45-12 or 70-50-05. Whenever valve components are to be made in conformance with ASTM or other standards that include test requirements or testing

procedures, such requirements or procedures shall be met by the valve manufacturer.

The records of such tests shall be made available if required by the purchaser.

Valve seats shall be designed to be leak tight in both directions at the following

pressure differentials: Class 25A and Class 25B (25psi or 172kPa) upstream; 0psi (0kPa) downstream; Class 75A and Class 75B (75psi or 517kPa) upstream; 0psi (0

Kpa) downstream; Class 150A and Class 150B (150psi or 1,034 kPa) upstream; 0 psi

(0kPa) downstream.

All interior and exterior surfaces, except finished or bearing surfaces, shall be carefully

prepared by removing all dirt, grease, and rust and shall be cleaned to the extent that the coating will bond to all surfaces.

When valves will be installed in an aboveground location to be subsequently field painted, the exterior of each valve, except flange faces, shall be shop coated with a

suitable metal primer to a dry film thickness of not less than 3 mil. The primer shall be

compatible with the anticipated field coatings when the field coatings are identified by the purchaser. Flange faces shall be protected from atmospheric corrosion.

d. CHECK VALVES

Check valves 100mm (4 in.) and larger shall have flanged connections and be of the

swing type with outside lever and weight. The valves shall be designed for a minimum

water working pressure of 1.0 MPa (150 psi), and shall have 125-lb American Standard Flanges. Valve bodies shall be cast iron or steel. The valves shall have bronze gate

rings and seat rings and type 18-8 stainless steel hinge pins. The check valves shall be designed so that disc and body seat may be easily removed without removing valve

from the line. The valves shall be coated in accordance with appropriate painting and

coating materials or as directed by the Project Manager.

e. VALVE BOXES

Install underground valves with valve boxes. All valve boxes shall be centered over the operating nut of underground valves to permit a valve wrench to be easily fitted to the

nut. Top of boxes shall be set to final grade. The valve box shall not transmit surface loads directly to either the pipe or valve. Care shall be used to prevent earth and other

materials from entering the boxes. Any valve box that becomes out of alignment or is

not to grade shall be dug out and adjusted. Valve boxes shall be of concrete with steel cover.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

173

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

11. ULTRASONIC WATER LEVEL CONTROL WITH MONITOR (Siemens)

A water level indicator device must be supply and installed as part of the Contract. The Ultrasonic Water Level Control/Monitor must be supplied and installed by competent

installers to ensure quality of the product.

The Ultrasonic Water Level Control/Monitor shall be wall mounted and must have the

following specifications and features:

Ultrasonic level measurement

Continous Level Measurement up to 12m (40 ft) range

Update time ≤5 seconds

Range 4-20mA ±0.02mA

Ambient Temperature -40…+80°C

PBT (Polybutylene Terephthalate) material enclosure

Degree of Protection: Type 4X/NEMA 4X,Type6/NEMA6/IP67/IP68 enclosure

LCD Display with bar graph

Transducer material ETFE (Ethylene Tetraflouroethylene) or PVDF (Polyvinylidene

Flouride)

Threaded Connection: 2" NPT,ANSI/ASME; R 2",EN 10226 or G 2" EN ISO 228-1

Instrisically Safe

The ultrasonic water level control with monitor shall be designed to suit actual site

orientation of Tugbok PW No. 7 controls and to be installed inside the control panel of the production well. The monitor shall be installed inside the control house of Tugbok PW No. 7.

12. CONCRETE JOINT SEALING AND WATERPROOFING

a. GENERAL

1. 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 reservoir slabs and walls as an extra

protection against water leaks.

2. Sealant and waterproofing materials shall be delivered to the site in its original

sealed container or package bearing the manufacturer‟s name and brand

designation.

3. Materials stored at the job site shall be secured and protected from weather

moisture and extreme temperature.

4. All materials used for the application shall be food grade base materials.

5. Surfaces to which materials are to be applied shall be free from foreign matter,

clean and smooth, dry and free from protrusions.

6. 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/Engineer for approval sufficient data to

show general compliance with the specification requirements.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

174

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

7. The Contractor when conducting the necessary and appropriate water proofing on

the concrete that is in contact with water shall be in accordance and compliant with the NSF 61 standards for potable water.

b. APPLICATIONS

1. Thoroughly clean and hose down concrete surfaces. Surfaces must be free from

all laitance, oils, grease, loose dust and mud.

2. 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.

3. 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.

4. 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.

5. 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.

6. 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 reservoir to

permit close examination for evidence of any crack or other conditions that might

be responsible for the leakage. Any cracks be “vee‟d” and sealed with sealant. However, any evidence of leakage shall be repaired to the satisfaction of the

Owner/Engineer.

13. HYDROSTATIC PRESSURE AND LEAK TEST AND DISINFECTION

a. GENERAL

The Contractor shall furnish all equipment, labor and materials including the water for testing and proper disinfection of the pipelines. The water used for testing shall be

furnished by the Contractor and shall provide the facilities necessary to convey the water from the Owner-designated source to the points of use. All testing and

chlorinating operations shall be done in the presence of the Owner‟s Engineer.

1. Testing and Disinfection of Reservoir

1.1 General

Following completion of erection and cleaning of the reservoir, the structure shall be tested for the liquid tightness by filling reservoir with clear water to

its overflow elevation.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

175

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

Any leaks disclosed by this test shall be corrected by the Contractor at his

expense.

Water required for testing will be furnished and disposed of by the Contractor

following completion of reservoir. Labor and equipment necessary for hydrostatic reservoir testing shall be included in the contract price.

Testing shall be completed and all repairs made to the satisfaction of the

District before the work is accepted.

Any test water required to be removed from the reservoir at the direction of

the District shall be the responsibility if the Contractor who shall furnish the necessary labor, tools, and equipment, including pumps, to properly dispose

of the water.

1.2 Cleaning

Prior to disinfecting, the reservoir 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).

1.3 Disinfecting

The reservoir shall be disinfected at the time of testing by chlorination in

accordance with AWWA Standard C652-02 “Disinfection of Water

Storage Facilities”. There are three (3) methods according to AWWA Standard C652-02 in disinfecting storage facilities; preferably Method 2 is

required by the Owner.

This specification covers materials, equipment labor, methods and amounts

of materials to be used in disinfecting the reservoir.

a. Material

The material shall be Sodium Hypochlorite in liquid form with 5% to 6%

available chlorine.

b. Method of application

A solution of 200mg/L available chlorine shall be applied directly to the

surfaces of all parts of the storage facility that would be in contact with

water when the storage facility is full to the overflow elevation.

The following procedures shall be followed in the conduct of the

disinfection process:

(b.1) The chlorine solution may be applied with suitable brushes or spray equipment. The solution shall thoroughly coat al surfaces to be treated, including the inlet and outlet piping, and shall be applied to any separate drain piping such that it will have available chlorine of not less than 10 mg/L when filled with water. Overflow piping need not be disinfected.

(b.2) Retain the strong chlorine solution for atleast 30 minutes.

(b.3) Immediately after the retention period, potable water shall be admitted, the drain piping purged of the 10mg/L chlorinated

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

176

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

water and the storage facility then filled with water up to the overflow level.

1.4 Field Testing of Concrete Reservoir

The new concrete reservoir shall be tested by filling the reservoir with water to the elevation of the overflow. The reservoir shall have no leaks at the end

of a 30 - day test period. Any leaks shall be repaired in accordance with the approved standards subject to the approval of the Engineer. The reservoir

shall be retested and repaired until no leaks occur.

Labor and equipment necessary for the hydrostatic and leak test shall be included in the bid price of the Contractor.

1.5 Disposal of Test Water

a. All water used in testing and disinfecting the reservoir, including that

used for retesting, shall be disposed of following such testing, retesting and disinfecting by the Contractor at his sole expense.

b. If required by the District, the Contractor shall apply a reducing agent to

the solution to neutralize residual chlorine or chloramines remaining in the water prior to disposal. The disposal of water shall, in all cases, be

carried out in strict observance of the water pollution control requirements of the applicable agencies. The flow of water from the

reservoir shall be controlled to prevent erosion of surrounding soil,

damage to existing roads, vegetation, irrigation ditches and altering of ecological conditions in the area.

1.6 Bacteriological Sampling and Testing

After the chlorination procedure is completed, and before the storage facility

is placed in service, water from the full facility shall be sampled and tested for coliform organisms in accordance with the latest edition of Standard

Methods for the Examination of Water and Wastewater\r. The testing method

used shall be either the multiple-tube fermentation technique or the membrane-filter techniques.

a. Test for odor: The water in the full facility should also be tested to assure that no offensive odor exists due to chlorine reactions or excess

residual.

b. Results of testing: If the test for coliform organisms is negative, then the storage facility may be placed in service. If the test shows the

presence of coliform bacteria, then the situation shall be evaluated by a qualified engineer. In any event, repeat samples shall be taken until two

consecutive samples are negative, or the storage facility shall again be

subjected to disinfection.

c. Care in sampling: The samples shall be taken from a sample tap on the

outlet piping from the storage facility or from a sample tap connected directly to the storage facility. In either case, the operation shall be such

to ensure that the sample collected is actually from water that has been in the storage facility.

d. Recommended additional samples: During the disinfection operation and

the required sampling of water from the storage facility, it is recommended that the samples be taken from water inflowing to the

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

177

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

storage facility to determine if coliforms are present in the typical

potable water source.

2. Pressure and Leakage Testing and Disinfecting

2.1 General

The Contractor shall furnish all equipment, labor and materials including the

water for testing and proper disinfection of the pipelines. The water used for

testing shall be furnished by the Contractor and shall provide the facilities necessary to convey the water from the Owner-designated source to the

points of use. All testing and chlorinating operations shall be done in the presence of the Owner‟s Engineer.

2.2 Pipeline Testing

All pipelines shall be thoroughly flushed out with water prior to testing. The

Contractor shall test the pipeline in sections after the trench is backfilled, but

with joints exposed for examination except in heavily traveled roadways and prior to permanent resurfacing. The pipeline shall not be filled with water

until the following curing periods have elapsed.

Description Minimum Allowable Time

1. Cement Mortar Linings 14 days

2. Cement Mortar at Joints 8 hours

3. Concrete Thrust Blocks

a.) Standard Cement 7 days

b.) High early strength cement 36 hours

The pipeline shall be prepared for testing by closing valves when available, or by placing temporary bulkheads in the pipe and filling the line slowly with

water. During the filling of the pipe and before the application of the specified pressure, all air shall be expelled from the pipeline. To accomplish

this, taps shall be made, if necessary, at points of highest elevation and after completion of the test the taps shall be tightly plugged unless otherwise

specified. After the line or section thereof has been completely filled, it shall

be allowed to stand under a slight pressure for a minimum of 48 hours to allow the escape of air from any air pockets and to allow the pipe or mortar

lining to absorb as much water as possible.

During this period, all exposed pipes, fittings, valves, hydrants, joints and

couplings shall be examined for leaks. If found to be cracked or defective,

they shall be removed and replaced by the Contractor with sound material at his own expense. The pipeline shall be then be refilled and all bulkheads

joints and connections shall be examined for leaks. If any are found, test shall be stopped. The test pressure shall consist of an holding test pressure

on each section of the line for a period of two (2) hours. The test pressure at

the lowest point shall be 1.0 Mpa (150 psi) according to the class of pipe installed, class 100 or class 150, and as approve by the Owner‟s Engineer.

Pressure gauges shall also be provided at all ends of the section tested. The water necessary to maintain the pressure shall be measured through a meter

or by other means satisfactory to the Owner‟s Engineer. The leakage shall be considered the amount of water entering the pipeline during the two (2)-

hour test period. The allowable leakage for cast iron pipe or ductile iron pipe

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

178

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

shall not exceed the values listed in Table 3 of AWWA Standard for

Installation of Cast Iton Water (AWWA C600). All other types of pipes shall have an allowable leakage not exceeding 1.85L/mm of diamter of pipe per

kilometer per day. Should any test of a section of pipeline disclose joint leakage greater than that permitted, the Contractor shall, at his own expense

locate and repair or replace the defective pipe, fitting, joint, coulping or other

appurtenance. The test shall be replaced until the leakage is within the permitted allowance.

Closure pieces between newly installed and existing mains shall be tested after the pipe has passed the pressure and leakge test specified above. the

test shall incklude subjecting the joint to a pressure of 345 Kpa (50 psi) for a period of five (5) minutes and visually checking for leakage. All visible leaks

shall be repaired by the Contractor at no expense to the Owner.

2.3 Pipeline Disinfecting

Before being placed in service and before certification of completion by the

Project Manager, all new domestic water mains or extensions to existing systems, or valve section of such extension or any replacement in the

existing water system shall be disinfected with chlorine in accordance with

AWWA Standard C-651-92.

The amount and concentration of chlorine solution applied shall be such as to

provide a dosage of not less than 50mg per liter, introduced into the lines as directed by the Project Manager. After a contact period of 24 hours, the

chlorine residual at the end of pipeline shall not be less than 25 mg per liter. The system shall then be flushed with clean water until the residual chlorine

is not greater than 0.75 mg per liter but not less than 0.20 mg per liter. All

valves and appurtenances in the pipelines being disinfected shall be operated several times during the chlorine contact periods.

The preferred point of application of the chlorination agent is at the beginning of the pipeline, extension, or any valve section and through a

corporation stop inserted on the top of the laid pipes.

Should the initial treatment fail to result in the conditions stipulated above, the chlorination procedures shall be repeated until satisfactory results are

obtained.

2.4 Flushing of Pipelines

Flushing shall be carried out after disinfection has been achieved. Water

sources that are being used for flushing must be clean and meet treated water quality. Flushing shall proceed systematically from water supply source

to end of pipe system. Procedure to be used in flushing shall be discussed and agreed to by the DCWD‟s representative and the Contractor prior to

beginning of flushing works. It shall conform to AWWA C651-92. Flushing of pipeline is deemed to be complete only when the turbidity level of the water

is less than 5 NTU and pH level less than 8.5, residual chlorine is between

0.3-1.5 ppm, E. coli and total coliform are absent. Report on flushing shall be completed and signed by Contractor and witnessed by DCWD personnel.

2.5 Pipeline Hydrotesting

At any time, the length of unhydrotested installed pipelines shall not exceed

500 m. No further pipelaying shall be allowed if this is not being complied

with.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

179

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

In heavily traveled roads/streets, hydrotesting shoud be done within 15 days

after pipelaying. No further pipelaying shall be allowed in these roads/streets if previous installation were not hydrotested.

14. PAINTING AND COATING

a. GENERAL

The work include under this section include furnishing of all materials, labor, tools‟

appliances, and other necessary equipment, and performing all operations required for the completion for all painting and coating work as specified herein.

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. Outside Reservoir Wall

3. All exposed pipeline valves and fittings.

In no case shall any concrete, metal or any other surface requiring protection be left unpainted even though not specifically defined herein.

b. MATERIALS

1. Materials used for the work shall be as follows:

For above ground and exposed piping and other surfaces.

1 coat – Boysen Red Oxide Primer #370, or its equivalent

2 coats – Boysen Quick Drying Enamel #600, or its equivalent

For water level board.

1 coat – Boysen Permacoat Flat Latex #701, or its equivalent

2 coats – Boysen Permacoat Gloss Latex #715, or its equivalent

For Outside Reservoir Wall.

1 coat – Concrete Primer

2 coats – Acrylic Latex Paint

2. Deliver specified products in original containers, with seals unbroken and labels

intact.

c. Workmanship

1. The workmanship shall be of the very best. All materials shall be spread evenly

and smoothly flowed on, without runs and sags.

2. Surfaces to be painted shall be clean, free from dust and dirt before painting.

3. Touch up knots, pitch streaks, sappy spots, etc., with shellac where finish calls for interior paint or enamel.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

180

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

4. 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

Engineer, 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.

5. Do not paint exterior while surface is damp, or during rainy or damp weather.

6. Do necessary putty for nail holes, cracks, etc., after prime coat. Bring putty flush

with adjoining surface in a neat, workmanlike manner.

7. Tint undercoats of paint or enamel to the same or appropriate shade of 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 Engineer 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 day‟s work, or stored in metal containers with metal covers.

e. Preparation of Paint

Paint containers shall be delivered to the job site in the manufacturer‟s 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 Owner‟s 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 manufacturer‟s 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

1. General – Except as otherwise specified, surfaces to be painted shall be clean,

smooth and dry. The Contractor shall report to the Engineer 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.

2. 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 Engineer. Before

application of resin emulsion paint, surfaces shall be prepared in accordance with

manufacturer‟s 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

181

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

3. 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 coating.

Enamel undercoats on smooth plaster shall be sandpapered by hand (with No. 1000 Sandpaper) and dusted clean before applying succeeding coat.

4. 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 manufacturer‟s 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

1. 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 90ºF. 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 Engineer should be notified when each coat has been applied and is ready for inspection; until coat is inspected and approved by the

Engineer, 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.

2. Methods of Application – Except as otherwise specified or when in the opinion of the Engineer a particular method would produce unsatisfactory results, paint may

be applied by brush, spray, or other application method at the opinion of the

Contractor.

3. Priming and Back Painting

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 fabricator‟s 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

182

DAVAO CITY WATER DISTRICT SECTION VI. SPECIFICATIONS

i. 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 Engineer 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.

j. Cleaning Up

1. 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.

2. Remove from premises rubbish, accumulated materials of whatever nature caused

by the work. Leave work in a clean, orderly, and acceptable condition.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

183

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

Section VII. Drawings

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

184

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

185

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

TABLE OF CONTENTS

1. INTENT OF SPECIFICATIONS AND DRAWINGS ......................................................... 187

2. SHOP DRAWINGS ...................................................................................................... 187

3. REFERENCE TO STANDARDS OR PUBLICATIONS ...................................................... 188

4. REFERENCE TO PROPRIETARY PRODUCTS ............................................................... 188

5. SPECIFICATIONS AND DRAWINGS FURNISHED TO CONTRACTOR ........................... 189

6. AS-BUILT DRAWINGS ................................................................................................ 189

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

186

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

187

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

1. INTENT OF SPECIFICATIONS AND DRAWINGS

a. The intent of the Specifications and Drawings is that the Contractor shall furnish all the

required plant, labor, materials, equipment and services, unless otherwise specifically provided.

b. The Specifications and Drawings are complementary and what is called for in one shall be as binding as if called for in both.

c. Any discrepancies, errors, or omissions found in the Specifications or Drawings shall be

reported in writing within ten (10) days from discovery to the Project Manager who will issue the correction in writing within the same period. The Contractor shall not take

advantage of any such discrepancies, errors, or omissions, but shall comply with any

corrective measures regarding the same prescribed by the Project Manager.

d. In case of conflict between the Specifications and the Drawings, the Specifications shall govern over the Drawings. In case of conflict between the General Conditions and the

Special Provisions and the Technical Specifications of the Specifications, the Special

Provisions and the Technical Specifications shall govern over the General Conditions. In case of conflict between the Special Provisions and Technical Specifications of the

Specifications, the Special Provisions shall govern over the Technical Specifications. In case of conflict between the Contract Agreement and the General Conditions, the

Contract Agreement shall govern over the General Conditions.

2. SHOP DRAWINGS

a. Whenever called for in these Specifications or on the Drawings, or when required by

the Project Manager, the Contractor shall furnish the Owner for review three (3) prints of each shop drawing. The term “shop drawing” as used herein shall be understood to

include detail design calculations, fabrications and installation drawings, lists, graphs, operating instructions, etc. Shop drawings shall be submitted to the Owner for

review/approval within fifteen (15) days from receipt of the Notice of Award, unless

otherwise extended in writing by the Owner.

b. All shop drawing submittals shall be accompanied by a transmittal form using the format bound with the Contract Documents, if one is included. Any shop drawing

submittal not accompanied by such a form, or where all applicable items on the form

are not completed, will be returned for re-submittal. The Contractor may authorize a materials or equipment supplier to deal directly with the Owner with regard to shop

drawings, however, ultimate responsibility for the accuracy and completeness of the information contained in the submittal shall remain with the Contractor.

c. A separate transmittal form shall be used for each specific item or class of material or

equipment for which a submittal is required. Transmittal of shop drawings on various

items using a single transmittal form will be permitted only when items taken together constitute a manufacturer‟s “package” or are so functionally related that expediency

indicates review of the group or package as a whole. At his option, the Contractor or Supplier may obtain from the Owner quantities of the shop drawing transmittal form at

reproduction cost.

d. Within five (5) calendar days after receipt of said prints, the Owner will return prints of

each drawing to the Contractor with his comments noted thereon. Whenever a re-submittal is required, the Contractor shall make a complete and acceptable submittal to

the Owner within ten (10) days from receipt of the returned shop drawings. Non-

compliance hereof will give rise to the Owner‟s right to either (a) cancel the award; or (b) withhold the money due the Contractor to cover additional costs of the Project

Manager‟s review beyond the second submission. Such failure may be considered a

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

188

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

factor against the Contractor‟s competence in future biddings to be conducted by the

Owner.

e. If three (3) prints of the drawings are returned to the Contractor marked “NO EXCEPTIONS TAKEN", formal revision of said drawings will not be required.

f. If three (3) prints of the drawings are returned to the Contractor marked “MAKE CORRECTIONS NOTED”, formal revision of said drawings will not be required.

g. If one (1) print of the drawings is returned to the Contractor marked “AMEND-

RESUBMIT”, the Contractor shall revise the said drawing and shall resubmit eight (8) copies of said revised drawing to the Owner.

h. If one (1) print of the drawings is returned to the Contractor marked “REJECTED-RESUBMIT”, the Contractor shall revise the said drawings and shall resubmit eight (8)

copies of said revised drawing to the Owner.

i. Fabrication of an item shall not be commenced before the Owner has

reviewed/examined the pertinent shop drawings and returned copies to the Supplier marked either “NO EXCEPTIONS TAKEN” or “MAKE CORRECTIONS NOTED”. Revisions

indicated on shop drawings shall be considered as changes necessary to meet the requirements of the Contract Drawings and Specifications and shall not be taken as the

basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from the Contractor having to make the

required revisions to shop drawings (unless reviewed by the Owner of said drawings is

delayed beyond a reasonable period of time and unless the Contractor can establish that the Owner‟s delay in review actually resulted in a delay in the Contractor‟s

Construction Schedule). The review of said drawings by the Owner will be limited to checking for general agreement with the specifications and drawings, and shall in no

way relieve the Contractor of the responsibility for errors or omissions contained therein

nor shall review operate to waive or modify any provision contained in Specifications or Contract Drawings. Fabricating dimensions, quantities of material, applicable code

requirements shall be the Contractor‟s responsibility.

3. REFERENCE TO STANDARDS OR PUBLICATIONS

Any reference in the Specifications or Drawings to any specification, standard or publication

of any organization shall, in the absence of a specific designation to the contrary, be understood to refer to the latest edition of the specification, standard or publication in effect

as of the date of advertising the work. Internationally accepted standards equal to or better than specified standards or specifications are acceptable.

4. REFERENCE TO PROPRIETARY PRODUCTS

Where references to proprietary products appear in the Specifications or Drawings, it is for the purpose of establishing an acceptable standard of quality or design but no guarantee is

given that said referenced manufacturer‟s products will meet all contract requirements

without modifications. Unless a substitute is expressly prohibited, the Contractor may request approval of a substitute for any such proprietary product. Such request must be in writing

and must include descriptive literature, specifications, test reports of samples, as appropriate, to enable the Owner to determine the acceptability of the product proposed for substitution.

No substitute product shall be used in the work until written approval has been received from the Owner. All costs involved in making laboratory tests of the sample submitted as substitute

for the specified materials shall be borne by the Contractor.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

189

DAVAO CITY WATER DISTRICT SECTION VII. DRAWINGS

5. SPECIFICATIONS AND DRAWINGS FURNISHED TO CONTRACTOR

The Owner will furnish the Contractor with two (2) sets of Specifications together with reduced drawings (if any) and two (2) sets full-scale Drawings. Additional quantities of

Specifications and Drawings will be furnished at reproduction cost.

6. AS-BUILT DRAWINGS

The Contractor shall maintain at least one (1) set of blueprints of all works at the job site.

These prints shall be marked and updated to indicate current job progress and shall show deviations from the construction drawings. After final inspection, the Contractor shall transfer

all as-built information to a set of reproducible tracings that shall be delivered to the Project Manager prior to acceptance of the project.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

190

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

191

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

Section VIII. Bill of Quantities

BIDDING DOCUMENTS CONSTRUCTION OF TUGBON RESERVOIR NO.3

192

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

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: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

Location of the Contract: Brgy. Oshiro, Tugbok District, Davao City

BILL OF QUANTITIES

193

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

WORK ITEM ESTIMATED

TOTAL

QUANTITY

UNIT PRICE (including tax)

Pesos

PRICE (including

tax) Pesos

I. MOBILIZATION Lump sum

II. CLEARING, GRUBBING AND CUTTING OF TREES

(Includes hauling and disposal of cut trees)

Lump sum

III. CONSTRUCTION OF GUARD HOUSE AND COMFORT ROOM

III.A. GUARD HOUSE

III.A.1 EARTHWORKS

III.A.1.1 Excavation 7.00 cum

III.A.1.2 Backfilling with Compaction 4.00 cum

III.A.2 CONCRETE WORKS: Including Gravel filling with compaction, Concreting of Footings, Wall

Footing, Column, Floor (Plain Cement Finish),

Canopy (Smooth Cement Finish), Roof Beam, Fabrication and Installation of Rebars,

Formworks, Scaffolding, Concrete Trimmer and Plastering of Columns (Smooth Cement

Finish on all sides of the column)

8.00 cum

III.A.3 MASONRY WORKS: Fabrication and

Installation of Rebars, CHB Installation and Plastering of Walls (Smooth Cement Finish on

all sides)

36.00 sq.m

III.A.4 CARPENTRY WORKS/CEILING WORKS: 23.00 sq.m

III.A.5 ROOFING AND TINSMITHRY WORKS:

Roofing Sheets including Gutter, Flashing, Fascia Board, Downspout, Roof Framing/Truss

Assembly and Fabrication & Installation of

Tubular Shade Bar

Lump sum

III.A.6 FURNISHING AND INSTALLATION OF DOOR AND WINDOWS:

III.A.6.1 Furnishing and Installation of Two-Way Sliding Window (W-1) and

Fixed Glass Window (W-2)

Lump sum

III.A.6.2 Furnishing and Installation of 1

Door (D-1)

1.0 unit

III.A.7 TILE WORKS: 9.0 sq.m

III.A.8 FURNISHING OF TABLE AND CHAIR: Particle Board with Lamination and 2 Side

Drawers (1.2 x 0.6 meters) and Swivel Chair

1.0 set

III.A.9 PAINTING WORKS: Lump sum

III.B. COMFORT ROOM

III.B.1 EARTHWORKS

III.B.1.1 Excavation 4.00 cum

III.B.1.2 Backfilling with Compaction 3.00 cum

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: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

Location of the Contract: Brgy. Oshiro, Tugbok District, Davao City

BILL OF QUANTITIES

194

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

III.B.2 CONCRETE WORKS: Including Foundation

Fill with Compaction, Concreting of Footings, Wall Footing, Column, Floor (Plain Cement

Finish), Fabrication and Installation of

Rebars, Formworks, Scaffolding, Concrete Trimmer and Plastering of Columns (Smooth

Cement Finish on all sides of the column)

4.00 cum

III.B.3 MASONRY WORKS: Fabrication and

Installation of Rebars, CHB Installation and Plastering of Walls (Smooth Cement Finish on

all sides)

17.00 sq.m

III.B.4 CARPENTRY WORKS/CEILING WORKS: 17.00 sq.m

III.B.5 ROOFING AND TINSMITHRY WORKS: Roofing Sheets including Gutter, Flashing,

Fascia Board, Downspout and Roof Framing/Truss Assembly

Lump sum

III.B.6 FURNISHING AND INSTALLATION OF

DOOR AND WINDOWS

III.B.6.1 Furnishing, Supply and Installation

of Louver Glass Window (W-3)

3.0 units

III.B.6.2 Furnishing and Installation of one

(1) PVC Door (D-2)

1.0 unit

III.B.7 PLUMBING WORKS: Furnishing and

Installation of Plumbing Fixtures/Accessories, Pipes and Fittings for Sanitary Line, Water

Line and Septic Vault

Lump sum

III.B.8 TILE WORKS 9.0 sq.m

III.B.9 SEPTIC VAULT (SEALED)

III.B.9.1 EARTHWORKS

III.B.9.1.1 Excavation 15.0 cu.m

III.B.9.1.2 Backfilling with

Compaction (from excavation)

6.0 cu.m

III.B.9.2 CONCRETE WORKS: Including

Gravel Fill with Compaction, Concreting of Bottom & Top Slab,

Fabrication and Installation of

Rebars, Formworks and Scaffolding

2.0 cu.m

III.B.9.3 MASONRY WORKS: Fabrication

and Installation of Rebars, CHB Installation and Plastering of Walls

(Inside Only)

20.0 sq.m

III.B.10 PAINTING WORKS: Lump sum

III.C. ELECTRICAL WORKS: Electrical Lighting Fixtures, Wirings, Emergency Light, Orbit Ceiling Fan and Fire Extinguisher

Lump sum

IV. CONSTRUCTION OF 1,500 CU.M. GROUND RESERVOIR

IV.A. RESERVOIR

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: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

Location of the Contract: Brgy. Oshiro, Tugbok District, Davao City

BILL OF QUANTITIES

195

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

IV.A.1 EARTHWORKS

IV.A.1.1 Surplus Common Excavation

(Includes Disposal of Excess Excavated Materials)

645.0 cu.m

IV.A.1.2 Base Compaction 296.0 sq.m

IV.A.1.3 Gravel Fill with Compaction 30.0 cu.m

IV.A.1.4 Backfilling Fill with Compaction 179.0 cu.m

IV.A.2 CONCRETE WORKS: Fabrication and Installation of Rebars, Formworks,

Scaffolding, Waterstop and Removal of Formwork/Scaffolding, Pipe Provision for

Inlet, Outlet, Drain and Overflow Pipe)

237.00 cum

IV.A.3 PLASTERING OF RESERVOIR WALL

(Outside Only)

304.00 sq.m

IV.A.4 METAL WORKS: Fabrication and Installation of Steel Ladder., Air Vent, Grab

Rail, Steel Cover of Manhole and Access Hatch

Lump sum

IV.A.5 WATERPROOFING AND SEALING

WORKS

IV.A.5.1 Application of Waterproofing

Sealent (Inside Only)

637.0 sq.m

IV.A.5.2 Application of Water Plug and Joint Sealing (Inside Only)

332.0 l.m

IV.A.6 WATER LEVEL INDICATOR

IV.A.6.1 Water Level Indicator (Ultrasonic Water Level Control/Monitor)

Lump sum

IV.A.6.2 Mechanical Liquid Level Indicator Lump sum

IV.A.7 PAINTING WORKS: Outside Surface of

Reservoir Wall & Top Slab, Manhole Cover, Air Vent, Steel Ladder, Company Logo and

Signage including water level indicator

Lump sum

IV.A.8 LEAK TEST 1,500 cu.m

IV.A.9 DISINFECTION Lump sum

IV.B. VALVE BOX WITH COVER

IV.B.1 EARTHWORKS

IV.B.1.1 Excavation 11.0 cu.m

IV.B.1.2 Backfilling with Compaction 2.0 cu.m

IV.B.2 CONCRETE WORKS: including Gravel Fill

with Compaction, Concreting, Fabrication and Installation of Rebars, Formworks,

Scaffolding, Removal of Forms and Scaffolding

3.0 cu.m

IV.B.3 PLASTERING OF THE VALVE BOX 20.0 sq.m

IV.B.4 FURNISHING / FABRICATION / TAPPING / INSTALLATION OF STEEL PIPE FOR INLET, OUTLET, OVERFLOW AND DRAIN PIPE Including Painting

Works

Lump sum

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: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

Location of the Contract: Brgy. Oshiro, Tugbok District, Davao City

BILL OF QUANTITIES

196

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

IV.B.5 METAL WORKS: Fabrication and Installation

of Steel Cover and Ladder including Painting Works

Lump sum

IV.C. INLET/OUTLET PIPELINE

IV.C.1 PIPELAYING WORKS: (Furnishing, Installation, Excavation, Pipelaying, Disposal

of Excess Materials, Joint Welding, Fittings/Bends, Backfilling with Compaction,

and incedentals necessary to complete the work)

IV.C.1.1 For 400mmØ Inlet Steel Pipe 12.0 l.m

IV.C.1.2 For 400mmØ Outlet Steel Pipe 50.0 l.m

IV.C.2 HYDROTESTING:

IV.C.2.1 For 400mmØ Inlet Steel Pipe 12.0 l.m

IV.C.2.2 For 400mmØ Outlet Steel Pipe 50.0 l.m

IV.C.3 DISINFECTION:

IV.D.3.1 For 400mmØ Inlet Steel Pipe 12.0 l.m

IV.D.3.2 For 400mmØ Outlet Steel Pipe 50.0 l.m

IV.C.4 TAPPING WORKS: Lump sum

V. DRAINAGE SYSTEM

V.A. EARTHWORK

V.A.1 EXCAVATION 132.0 cu.m

V.A.2 BACKFILLING WITH COMPACTION 88.0 cu.m

V.B. DEMOLITION AND RESTORATION OF WALL

AND PLANT BOX

V.B.1 DEMOLITION 1.0 sq.m

V.B.2 RESTORATION 1.0 cu.m

V.C. CATCH BASIN: Including Gravel filling with compaction, Concreting, Installation and Removal of

Formworks and Scaffolding, I Grating Cover with

Plastering and Fabrication and Installation of Steel Ladder

V.C.1 CATCH BASIN 1 1.0 unit

V.C.2 CATCH BASIN 2 1.0 unit

V.C.3 CATCH BASIN 3 1.0 unit

V.C.4 CATCH BASIN 4 & 6 2.0 units

V.C.5 CATCH BASIN 5 1.0 unit

V.C.6 CATCH BASIN 7 1.0 unit

V.C.7 CATCH BASIN 8 1.0 unit

V.D FURNISHING AND LAYING OF 300mmØ RCP 88.0 l.m

VI. GRAVEL FILL WITH COMPACTION INSIDE THE PROPERTY

VI.A COMMON GROUND (100mm thick) 801.0 sq.m

VI.B DRIVEWAY (150mm thick) 73.0 sq.m

VII. PLANT BOX: Including earthwork, masonry work, painting works and plants

32.0 l.m

VII. TEMPORARY FACILITIES

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: CONSTRUCTION OF TUGBOK RESERVOIR NO.3

Location of the Contract: Brgy. Oshiro, Tugbok District, Davao City

BILL OF QUANTITIES

197

DAVAO CITY WATER DISTRICT SECTION VIII. BILL OF QUANTITIES

VII.A. OWNER‟S FIELD OFFICE (12 sq.m) Lump sum

VII.B. CONTRACTOR‟S OFFICE AND BUNKHOUSE Lump sum

VIII. SAFETY AND HEALTH

VIII.A. SIGNAGE(S) AND BARRICADES Lump sum

VIII.B. PERSONAL PROTECTIVE EQUIPMENT AND FIRST AID

SUPPLIES

Lump sum

IX. CLEARING OF SITE AND DEMOBILIZATION Lump sum

TOTAL PRICE (Item Nos. I - IX including taxes): ______________

TOTAL PRICE (in words): _______________________________

_________________

Chairman/President

(Bidder)

Address:________________

Tel. No.:________________

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

198

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

199

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

Section IX. Special Provisions

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

200

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

201

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

TABLE OF CONTENTS

1. THE SCOPE OF THE WORK ......................................................................................... 203

2. MOBILIZATION AND DEMOBILIZATION ................................................................... 203

3. TEMPORARY SITE FACILITIES .................................................................................. 203

3.1 SITE OFFICE ............................................................................................................ 203

3.2. TEMPORARY CONNECTIONS DURING CONTRACT PERIOD (Water and Power) ............ 204

4. LOGBOOK .................................................................................................................. 204

5. CONSTRUCTION CPM ................................................................................................ 204

6. PROJECT SIGNS ......................................................................................................... 205

7. PROVISIONAL ACCEPTANCE FOR SECTION OF WORK .............................................. 205

8. INSURANCE FOR GOODS IN TRANSIT ....................................................................... 205

9. TOOLS AND OTHER EQUIPMENT TO BE PROVIDED BY THE CONTRACTOR ................ 205

10. WORKMEN’S IDENTIFICATION BADGES AND SAFETY GEARS ................................... 205

11. INTERFERENCE WITH EXISTING WORK .................................................................... 205

12. INTERCONNECTION WITH EXISTING MAINS ........................................................... 206

13. FABRICATION OF LARGE DIAMETER STEEL PIPE ...................................................... 206

14. PLANT, METHOD AND APPLIANCES ........................................................................... 206

15. JOINT SURVEY ........................................................................................................... 206

16. CONSTRUCTION SAFETY ........................................................................................... 206

17. DAMAGES .................................................................................................................. 207

18. WORKING/CALENDAR DAYS ..................................................................................... 207

19. INSPECTION OF THE WORK SITE .............................................................................. 207

20. DEWATERING ............................................................................................................ 208

21. EXAMINATION OF PIPES ........................................................................................... 208

22. CUTTING OF PIPES .................................................................................................... 209

23. JOINTING .................................................................................................................. 209

24. ANCHOR BLOCKS/THRUST BLOCKS .......................................................................... 210

25. EXISTING PIPES ON THE PROPOSED ROUTE ............................................................. 210

26. PROTECTION OF ADJACENT SURFACE STRUCTURES ................................................ 210

27. INTERFERENCE OF UNDERGROUND STRUCTURES ................................................... 211

28. PIPE LAYING ............................................................................................................. 211

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

202

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

203

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

1. THE SCOPE OF THE WORK

The work proposed to be undertaken under the contract for the CONSTRUCTION OF TUGBOK RESERVOIR NO.3 includes the furnishing of labor, materials, equipment, and

tools for the construction of the following:

Construction of Tugbok Reservoir consisting of 1,500 cubic meter capacity reinforced ground

reservoir, valve box with cover, drainage system, inlet and outlet steel pipe, permit processing and acquisition at concerned agencies, construction of guard house and comfort

room with electrical works and supply and furnishing of all labor, materials, and equipment necessary for the operation, and commissioning of the concrete reservoir.

All work and expenses in connection with the securing of licenses and permits for construction of storage facility shall be borne by the Contractor.

2. MOBILIZATION AND DEMOBILIZATION

2.1 The Contractor shall mobilized, and bring out into work, all personnel plant and

equipment, in accordance with his approved Construction Program, Equipment

Utilization Schedule and Manpower Schedule, from its regular place of business or another project to the site to undertake the Contract.

2.2 Mobilization shall include the obtaining and transporting to jobsite of pipes, reservoir

materials, equipment, personnel, constructional plant and all necessary items for the execution and completion of the work and shall also include the setting up and the

verification of all equipment, instrument and all other plant until it is rendered

operable. It shall include sufficient supply of spare parts for the construction of the water storage. Breakdowns are to be repaired on site by the most expeditious

method possible at no cost to DCWD. In the event repairs being beyond the personnel or tools at the site to effect repairs in a reasonable time, such that the

it has to be removed from the site, then a replacement of machine or equipment of a

similar capacity shall be provided by the Contractor at no additional mobilization costs to DCWD nor extension of completion of works.

2.3 Construction equipment once moved into the Project Site checked and accounted for

by the Engineer shall not be permitted, prior to the completion of the Contract work,

to be moved out or transferred by the Contractor to another Project Site without the written approval of the Engineer.

2.4 Demobilization shall include dismantlement and removal from the site of the

Contractor‟s plant, materials and equipment and all temporary facilities. Demobilization shall include clean-up of the site after completion of the Contract

Work as approved by the Project Manager and transportation from the site of

Contractor‟s employees.

3. TEMPORARY SITE FACILITIES

3.1 SITE OFFICE

3.1 FIELD ENGINEER‟S OFFICE

a) Contractor‟s Office

During the performance of the Contract, the Contractor shall maintain

a field office at the site of the work at which he or his authorized

agent shall be present at all times while the work is in progress. Instructions from the Owner or his authorized Representative left at

his field office shall be considered as having been delivered to the

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

204

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

Contractor. One copy of the Contract Documents including the

drawings and specifications for the work shall be kept at all times in the said office, ready for instant reference.

b) Field Engineer‟s Office

The Contractor shall provide the Owner‟s Field Engineer with a

temporary office at project site; each office must be of the

Owner/Field Engineers‟ approved type and must be well ventilated which shall have the following specifications:

b.1) Floor area of temporary office – 12 square meters

b.2) Roofing – G.I. Corrugated Sheets

b.3) Wall – Double Walling Plywood b.4) Office – Tables, Chairs, Cabinets, White Board and Kitchen

Utensils

The Contractor at his option may provide alternative Field Engineers Office of any type other than specified herein, subject to the approval of the Owner‟s

Project Manager.

3.2. TEMPORARY CONNECTIONS DURING CONTRACT PERIOD (Water and Power)

a) Water Supply – For all operations required in the execution of the Contract,

the Contractor shall be responsible for providing ample water supply under a pressure sufficient for all construction purposes. The Contractor shall make

all necessary application and arrangements and pay the corresponding

charges for the new service connection application. The Owner shall furnish without charges reasonable quantities of water when available; however, the

Contractor shall provide the facilities necessary to convey the water from the Owner-designated source to the points of use. The Owner reserves the right

to limit, suspend, or terminate this supply of water should it consider such

action to be detrimental to the operation of the system. In this event, the Contractor shall obtain water from some other approved source at his own

expense. However, all cost for water consumed in flushing and hydrotesting, and disinfection shall be paid by the Contractor and shall

be priced according to the Owner‟s water rate schedule, this cost shall be included in their tender bid price.

b) Power and Lighting – the Contractor shall make all necessary applications and arrangements and pay all fees and charges for all temporary wirings,

switches, connections, meters and monthly bills for power and light necessary for the proper completion of this Contract. There shall be sufficient

electric lighting so that all works may be done in a workmanlike manner

when there is no sufficient daylight or during night work.

4. LOGBOOK

A logbook shall be maintained by the Field Engineer at all times reflecting time extensions, work suspensions, change/extra work orders and circumstances, affecting the progress of

work, to be signed by both the Field Engineer and the Contractor.

5. CONSTRUCTION CPM

The CPM network shall be the basis of the contractor in completing the project in the

prescribed period of time.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

205

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

The CPM shall be updated by the Contractor when required by the Project Manager but not

more than once per month.

6. PROJECT SIGNS

The Contractor shall furnish, erect and maintain a minimum of two (3) project signs (3‟x6‟) in

accordance with the Standard Drawings. The location for the erection of these signs by the Contractor shall be as directed by the Owner.

7. PROVISIONAL ACCEPTANCE FOR SECTION OF WORK

Provisional Acceptance of Sections of the Work will be decided by DCWD during the course of

construction so that sections may be immediately set into operation by the Owner.

After Provisional Acceptance of a section of his work, the Contractor shall not be responsible for any failure due to defective operations of said section by the Owner. However, the

Contractor shall be held responsible for any failure due to a defect of the equipment

furnished by him or of the installation work performed by him, during the life of the guarantee period.

A Certificate of Final Acceptance shall be issued by the Owner‟s approval upon completion

and acceptance of the last section of the work. The guarantee period shall start from the issuance of the Certificate of Provisional Acceptance for each section of the work except for

the last section completed in which case the guarantee period shall start from the issuance of

the Certificate of Final Acceptance.

8. 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.

9. 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.

10. WORKMEN’S IDENTIFICATION BADGES AND SAFETY GEARS

The Contractor shall provide all his men working in the project with proper identification

badges and safety gears.

11. INTERFERENCE WITH EXISTING WORK

The Contractor should conduct his operation in such a way that it would not interfere with the

existing water distribution facilities. Any work that is likely to interfere with the said facilities shall be programmed subject to the approval of the Project Manager. No area shall be

deprived of water for more than 24 hours.

The Contractor shall provide at no cost to the Owner all temporary valves, bulkheads, interconnections and sidelining necessary to meet the requirements of this section. Before

starting work which will interfere with the existing facilities, the Contractor shall do all

possible preparatory work and shall see that all tools, materials and equipment are ready at hand.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

206

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

12. INTERCONNECTION WITH EXISTING MAINS

The Contractor shall conduct interconnection with existing mains in such a manner as to minimize the period of interruption in the water service. Work shall be coordinated such that

no water interruption shall be experienced by an area for more than 24 hours. Prior to any

connection work, the Contractor shall notify the Owner‟s Engineer of such plan so that necessary notices to the consuming public can be made. Interconnection work cannot be

made unless there is an approval by the Owner‟s Engineer. Maximum sanitary precautions shall be implemented by the Contractor during interconnection work, so as to prevent any

health hazard that may be precipitated by such work.

The Contractor shall furnish all pipes and fittings, equipment and materials necessary to

connect the proposed feeder mains to the existing mains; disconnect existing mains and connect the same to the feeder mains constructed under this contract at location shown on

the drawings in accordance with the requirements of these specifications and/or of the Engineer.

All cut-ins and connections shall be done with proper tools and equipment. Whenever tapping

or cutting of pipe is required, it shall be done with a tapping or cutting machine designed for

the specific purpose. Before proceeding to making the cut-in or connections, all tools, equipment and materials necessary shall be ready on hand and the cut-ins or/and

connections done with the least inconvenience to the consumers.

13. FABRICATION OF LARGE DIAMETER STEEL PIPE

Complete plan-profile and stationing information has been provided in the drawings to

facilitate total shop-fabrication of steel pipelines and special fittings. The Contractor is encouraged to use this technique on all sizes of large diameter pipe when steel is the pipeline

material selected.

14. PLANT, METHOD AND APPLIANCES

The Contractor shall provide and operate compressors, pneumatic tools, pumps, concrete mixers, buggies, vibrators, power driven tampers, heavy duty trucks, trailers, pick-up trucks,

dump trucks and other construction equipment, tools and appliances necessary to perform and insure a rate of progress sufficient to complete the work at the specified period and at

the same time effect a satisfactory quality of work. If at any time, in the opinion of the Project Manager, the construction equipment and tools appear inadequate and insufficient to

maintain the quality and quantity for proper prosecution of the work; the Contractor shall

provide the additional equipment and tools at no extra cost to the Owner; it is being understood and agreed upon that the cost of providing and operating all equipment and tools

required and necessary for proper prosecution of the work and maintaining satisfactory quality are included in the Contractor‟s Bid.

15. JOINT SURVEY

Prior to the start of the project, the Contractor together with the representative from Owner shall conduct a joint topographic and profile survey at the project site. The joint survey shall

be strictly performed at the line where the pipe shall be laid. The survey data shall be computed and plot by the Contractor and submit it to the Project Manager for checking and

review. The plotted survey data will be the basis for the final profile of the natural ground line where the pipe shall be laid.

16. CONSTRUCTION SAFETY

a. General Safety within Construction Premises

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

207

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

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. Personal Protective Equipments

(i) The Contractor should 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.

(ii) 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.

(iii) Specialty construction workers must be provided with special equipment, such as

specialized goggles or respirators for welders and painters or paint applicators.

(iv) All other persons who are either authorized or allowed to be at the construction site shall wear appropriate PPE.

c. Safety Personnel

(i) The contractor should provide 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.

17. DAMAGES

In the event the existing laid pipes of the owner, subscriber loop or communication facilities of the telecommunication companies, or any properties owned by the private establishments

have been damaged during construction, the Davao City Water District will not be held liable or obliged to pay for it. The Contractor must assure that there are no properties, whether

owned or not by the DCWD, will be damaged; otherwise these must be properly restored by

the Contractor.

18. 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

19. 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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

208

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

20. DEWATERING

20.1 General

The Contractor shall provide all labor, materials and equipment necessary for

dewatering. It shall have on hand, at all time, sufficient pumping equipment and machinery in good working condition and shall have available at all times, competent

workmen for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to ensure efficient dewatering operation and

maintenance during power failure. Dewatering for structures and pipelines shall commence when groundwater is first

encountered, and shall be continuous until such times as water can be allowed to rise

and the work situation so permits.

At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be

collected in shallow ditches around the perimeter of the excavation, drained to

sumps, and be pumped for drained by gravity from the excavation to maintain a bottom free from standing water.

Dewatering shall, at all times, be conducted in such a manner as to preserve the

undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation.

If foundation soils are disturbed or loosened by the upward seepage of water or an

uncontrolled flow of water, the affected areas shall be excavated and replaced with drain rock at no additional cost to the Owner.

The Contractor shall maintain the water level below the bottom of the excavation in

all work areas where groundwater occurs during excavation, construction, backfilling,

and up to acceptance.

Flotation shall be prevented by the Contractor by maintaining a positive and continuous removal of water. The Contractor shall be fully responsible and liable for

all damages, which may result from failure to adequately keep excavations

dewatered.

The Contractor shall dispose of water from the Work in a suitable manner without damage to adjacent property. The Contractor shall be responsible for obtaining any

permits that may be necessary to dispose water.

20.2 Equipment

Dewatering, where required, may include the use of sump pumps, temporary

pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment shall be maintained on the job site.

21. EXAMINATION OF PIPES

Shortly before laying or fixing any valve, pipe or fitting, the Contractor shall, in the presence of the Project manager carefully examine each to ascertain damage or defect occasioned

during loading, handling and transportation, subsequent delivery and acceptance by the Contractor as being in sound condition. All damage and all defects revealed by this

examination should be repaired and remedied to the satisfaction of the Owner.

The Contractor shall give the Owner not less than 2 days notice to examine any pipes, valves

and fittings. The Contractor shall not proceed to install such pipes, valves and fittings until those have been approved as free from damage and defects by the Owner.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

209

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

All pipes and fittings, which are severely dented or similarly damaged, shall be discarded

unless, in the opinion of the Project Manager, a portion of such pipe or fitting may usefully be salvaged, in which case the Contractor may cut off and discard the damaged portion only.

All pipes and fittings which are found to be cracked or which have any defect which, in the opinion of the Project Manager, adversely affects their suitability for incorporation in the Work

shall be discarded. All damaged ends shall be cut off well beyond the damaged area and machine true.

22. CUTTING OF PIPES

All pipe materials shall be cut according to directions obtained from the manufacturer. The

Contractor shall be solely responsible for the provision of all equipment necessary for cutting

and turning pipes.

23. JOINTING

23.1 Mechanical Couplings – Ends to be joined by mechanical couplings shall be plain and type in accordance with the governing standard. In addition, the welds on ends to be

joined by couplings without pipe stops shall be ground flush to permit slipping the

coupling in at least one direction to clear the pipe point. Outside diameter and out-of-round tolerances shall be within limits specified by the coupling manufacturer.

The middle ring of each mechanical coupling shall have a thickness at least equal to

that specified for the size of pipe on which the coupling is to be used and shall not be less than 175 mm long. The pipe stop shall be omitted from the inner surface of the

middle rings of couplings installed in structures and at other locations where the

couplings are used for closure or union connections are required.

The couplings shall be cleaned and shop primed with the manufacturer‟s standard rust inhibitive primer.

Mechanical couplings shall be carefully installed in accordance with the manufacturer‟s recommendations. Pipe end shall be clean and smooth. A space at

least 6mm and not more than 25 mm shall be left between the pipe ends.

23.2 Flanged Joints – Ends to be fitted with slip-on flanges shall have the longitudinal or

spiral welds ground flush to accomodate the type of flange provided.

Flange faces shall be normal to the pipe axis with a maximum tolerance of 0.40 mm/m of flange diameter. Angular deflection (or layback) of the flange face shall not

exceed 0.75 degrees from a plane surface and shall be uniform, within 0.25 mm. All flanges, after welding to the pipe, shall be measured and shall be refaced, if

necessary, to bring them within the specified tolerances.

The Contractor shall coordinate dimensions and drillings of flanges furnished with the

flanges for the valves and other equipment to be installed in the piping.

Blind flanges shall conform in diameter, drilling and thickness to the flanges to which

they attach and shall be reinforced as required to produce a watertight joint under the specified test pressure.

Flanges shall of slip-on type, except that the welding-neck or slip-on flanges welded

to short lengths of pipe shall be used where installation of flanges in the fileds is permitted or required.

All bolts and nuts shall be of low carbon steel, hot-dipped galvanized. Pipe shall extend completely through screwed-on flanges. The pipe end and flange face shall

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

210

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

be machine finished in a single operation. Flange faces shall be flat and perpindicular

to the pipe centerline.

When bolting flanged joints, care shall be taken to avoid restraint on the opposite

end of the pipe or fitting which would prevent uniform gasket compression or which would cause unnecessary stress in the flanges. One flange shall be free to move in

any direction while the flange bolts are being lightened. Bolts shall be tightened gradually and at a uniform rate, so that gasket compression is uniform.

24. ANCHOR BLOCKS/THRUST BLOCKS

Anchor blocks or thrust blocks shall be provided at strategic points to prevent unnecessary

movement during occurence of transient pressure along the pipeline. These blocks shall be

located in accordance with the drawings or as directed by the Project Manager either for steel, cast or ductile iron and PVC pipe.

25. EXISTING PIPES ON THE PROPOSED ROUTE

25.1 The Contractor shall be aware that some portion of the proposed pipe will be laid

underneath the existing distribution pipelines. The Contractor shall therefore take

extra precautions not to damage the existing pipe.

Test pit for evey 500 m shall be conducted prior to start of excavation to verify the exact depth and location of the existing pipe.

During excavation, extra care shall be undertaken and temporary pipe support shall

be placed to the existing pipes, to reach the required grade elevation.

25.2 During backfilling, when the backfill reaches the level of the existing pipe, the

tepmorary pipe

26. PROTECTION OF ADJACENT SURFACE STRUCTURES

All surface structures and features located adjacent or outside the permissible excavation

limits for buried pipelines, fittings and other appurtenances, together with those within the construction areas which are indicated in the Plans as being saved, shall be protected against

damage and shall not be disturbed or removed without approval of the Project Manager/Engineer. Within the construction limits, as required, the removal of improvements

such as paving, curbing, walks, turf, etc., shall be subject to acceptable replacement to the

satisfaction of the Owner, after completion of the pipelaying work, with all expense of removal and replacement being borne by the Contractor and shall be deemed included in the

tender bid price.

Obstructions along the pipelaying route and other items of prefabricated construction may be temporarily removed during the installation of pipelines, fittings and other appurtenances,

provided that essential service is maintained in a relocated setting as approved by the Project

Manager/Engineer and that non-essential items are properly stored for the duration of construction. Upon completion of the pipelaying work, all such items shall be replaced in their

proper setting or in original condition at the sole expense of the Contractor.

The Contractor shall be responsible for protection of existing overhead utilities and poles. This

shall include arranging with the utility and paying the utility for holding poles that will be close to the edge of any trench. Holding of poles and repair of any damage to these facilities

shall be considered incidental to the project with no additional compensation allowed. In the event of damage to any surface improvements, either privately or publicly owned, in the

absence of construction necessity, the Contractor will be required to replace or repair the damaged property to the satisfaction of the Engineer and without cost to the District.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

211

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

27. INTERFERENCE OF UNDERGROUND STRUCTURES

When any underground structure interferes with the planned placement of the pipeline or appurtenances to such an extent that alterations in the work are necessary to eliminate the

conflict or avoid endangering effects on either the existing or proposed facilities, the

Contractor shall immediately notify the Project Manager/Engineer and the Owner of the affected structure. When any existing facilities are endangered by the Contractor's

operations, the Contractor shall cease work at the site and take such precautions as may be necessary to protect the inplace structures until a decision is made as to how the conflict will

be resolved.

Without specific authorization from the Engineer, no essential utility service shall be

disrupted, nor shall any change be made in either the existing structures or the planned installations to overcome the interference. Alterations in existing facilities will be allowed only

to the extent that service will not be curtailed unavoidably and then only when the encroachment or relocation will satisfy all applicable regulations and conditions.

Wherever alterations are required as a result of unforeseen underground interferences not due to any fault or negligence of the Contractor, the Engineer will issue a written order

covering any additional or extra work involved and specifying the revised basis of payment, if any. Any alterations made strictly for the convenience of the Contractor, shall be subject to

prior approval and shall be at the Contractor's expense. No extra compensation will be allowed for delays caused by the interference of underground structures.

28. PIPE LAYING

Laying of pipes shall be executed in conformity with applicable standards and pipe manufacturers instructions.

The same care which was exercised during the loading, shipment, unloading and stringing of the pipe should be taken during the actual laying of the pipe in its final position.

Pipe covers, wooden disks and other transit protections fixed by the pipe and other

manufacturers shall be retained until the pipes are inspected shortly before they are laid.

When pipes are strung adjacent to the pipe trench prior to laying, they shall be supported

clear of the ground on suitable approved supports to prevenet any damage to the pipes or to external coating, and gaps shall be left at intervals and at well defined tracks and roads to

permit the free passage of livestock, vehicles and persons.

Steel pipe can be assembled in the trench or assembled above the trench and lowered into it by means of a series of differential chain hoists or similar equipment. The total permissible

length of pre-assembled pipelines shall be limited up to four (4) segments.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

212

DAVAO CITY WATER DISTRICT SECTION IX. SPECIAL PROVISIONS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

213

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

Section X. Materials and Workmanship

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

214

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

215

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

TABLE OF CONTENTS

1. SAFEGUARDING OF EQUIPMENT, MATERIALS AND WORK ...................................................... 217

2. NEW MATERIALS AND EQUIPMENT .................................................................................... 217

3. TITLE TO MATERIALS FOUND ON THE WORK ....................................................................... 217

4. DEFECTIVE EQUIPMENT, MATERIALS OR WORK ................................................................... 217

5. RUBBISH CONTROL ........................................................................................................ 217

6. DUST CONTROL ............................................................................................................. 217

7. CLEANING UP ................................................................................................................ 217

8. CHARACTER OF WORKMEN ............................................................................................... 218

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

216

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

217

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

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. 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.

5. 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

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

218

DAVAO CITY WATER DISTRICT SECTION X. MATERIALS AND WORKMANSHIP

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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

219

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

Section XI. Bidding Forms

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

220

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

221

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

TABLE OF CONTENTS

BID FORM ........................................................................................................................... 223

FORM OF CONTRACT AGREEMENT ............................................................................................. 224

OMNIBUS SWORN STATEMENT ................................................................................................ 225

BID-SECURING DECLARATION: ....................................................................................... 227

CHECKLISTS AND SAMPLE FORMS ............................................................................................ 229

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

222

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

223

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

Bid Form

Date: _________________________

IAEB1 No: ______________________

To: Davao City Water District

Address: K.m. 5, J.P. Laurel Avenue, Davao City

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for

the Contract CONSTRUCTION OF TUGBOK RESERVOIR NO.3;

(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.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

224

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between

[name and address of PROCURING ENTITY] (hereinafter called the“Entity”) 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) General and Special Conditions of Contract;

(b) Drawings/Plans; (c) Specifications;

(d) Invitation to Apply for Eligibility and to Bid; (e) Instructions to Bidders;

(f) Bid Data Sheet;

(g) Addenda and/or Supplemental/Bid Bulletins, if any; (h) Bid form, including all the documents/statements contained in the Bidder‟s

bidding envelopes, as annexes; (i) Eligibility requirements, documents and/or statements;

(j) Performance Security; (k) Credit line issued by a licensed bank, if any;

(l) Notice of Award of Contract and the Bidder‟s conforme thereto;

(m) 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]

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

225

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in

the bidding for [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and

authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary‟s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign

government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic

copy of the original, complete, and all statements and information provided therein are true

and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,

the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee

(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or

affinity up to the third civil degree;

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

226

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

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) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or

any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

_____________________________________

Bidder‟s Representative/Authorized Signatory

[JURAT]

* This form will not apply for WB funded projects.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

227

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

REPUBLIC OF THE PHILIPPINES )

CITY OF _______________________ ) S.S.

x-------------------------------------------------------x

BID-SECURING DECLARATION:

Invitation to Bid/Request for the CONSTRUCTION OF TUGBOK RESERVOIR NO. 3

To: Davao City Water District

K.m. 5, J.P. Laurel Avenue, Bajada, Davao City

I/We2, 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 Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the

enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1

and 69.1, except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake.

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/Highest Rated and Responsive Bid4, and I/we have furnished the performance security and signed the Contract.

1 Select one and delete the other. 2 Select one and delete the other. Adopt same instruction for similar terms throughout the document. 3 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012. 4 Select one and delete the other.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

228

DAVAO CITY WATER DISTRICT SECTION XI. BIDDING FORMS

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____

day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s 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. ___

Series of ____.

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

229

DAVAO CITY WATER DISTRICT SAMPLE FORMS

Checklists and Sample Forms

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

230

DAVAO CITY WATER DISTRICT SAMPLE FORMS

Checklist of Technical & Financial Envelope Requirements for Bidders

The Eligibility Documents shall contain the following:

CLASS “A” DOCUMENTS

Registration certificate from the Securities and Exchange Commission (SEC) for Corporation, it shall be supported with the Updated General Information Sheet [refer to ITB Clause

12.1(a)(i)], Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives;

Mayor‟s permit issued by the city or municipality where the principal place of business of the prospective bidder is located, valid at the time of bidding;

Statement of all On-going Government & Private Construction Contracts including contracts awarded but not yet started (refer to attached form);

Supported with the following:

1. Notice of Award

2. Notice to Proceed 3. Certificate of Accomplishments signed by the Owner or Owner‟s Project

Engineer

Statement of all Completed Government & Private Construction Contracts (refer to attached form);

Supported with the following:

1. Certificate of Completion or Certificate of Acceptance

Statement of all completed government and private construction contracts which are similar to the contract to be bid (refer to attached form);

Supported with the following:

1. Contract 2. Certificate of Completion or Certificate of Acceptance

3. Duly signed Final Bill of Quantities/Bill of Materials or any proof showing the

similar component of the work as stated in ITB Clause 5.4, conformed by the Owner.

The Bidder must have completed a single contract that is similar to this Project, equivalent to

at least fifty percent (50%) of the Approved Budget for the Contract (ABC) equivalent to

PhP5,568,000.00. For this purpose, similar contracts shall refer to the construction of at least 500 cubic meter Circular Reinforced Concrete Ground Reservoir for Water

Storage.

Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project

Classification: General Engineering

Category (Minimum Requirement): B

Project Kind and Respective Size Range: MEDIUM A for Water Supply

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

231

DAVAO CITY WATER DISTRICT SAMPLE FORMS

In case of JV, a Special PCAB License is required.

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

Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR valid at the time of bidding

NFCC computation in accordance with ITB Clause 5.5 (refer to attached form);

CLASS "B" DOCUMENTS

If applicable, valid Joint Venture Agreement (JVA) shall be included in the bid. The Technical Component shall contain the following:

Bid Securing Declaration (refer to attached form); or

Bid security in any of the following forms:

1. The amount of PhP222,720.00 (2% of ABC) if bid security is in cash or

cashier‟s/manager‟s check issued by a Universal or Commercial Bank.

2. The amount of PhP222,720.00 (2% of ABC), if bid security is in 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.

3. The amount of PhP556,800.00 (5% of ABC), if bid security is in Surety Bond, supported by a Certification from the Insurance Commission accompanying the

Surety Bond authorizing the insurance company to issue surety bonds callable on demand, which shall be specific to the contract to be bid.

4. Any combination of the foregoing proportionate to the share of form with respect to

total amount of security.

Project Requirements, which shall include the following:

1. Organizational chart for the contract to be bid

2. List of contractor‟s 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

Supported with the following:

1. Individual resume/bio-data (refer to attached form);

2. PRC License of the (professional) personnel.

3. List of contractor‟s 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

BIDDING DOCUMENTS CONSTRUCTION OF TUGBOK RESERVOIR NO.3

232

DAVAO CITY WATER DISTRICT SAMPLE FORMS

The Prospective Bidder shall enumerate hereunder the equipment units it

owned, under leased, and or under purchase agreement that it shall commits to use exclusively in the project which include among others the minimum

equipment requirements as follows:

- 1 unit Backhoe

- 1 unit Compactor - 2 units Concrete Mixer (1- bagger)

- 2 units Welding Machine - 1 unit Water Pump/Dewatering Pump

- 1 unit Water Truck with Pump - 1 unit Pressure Pump

- 1 unit Dumptruck

Supported with the following:

Duly Signed Statement of Availability of Equipment (owned or

leased (refer to attached form);

Proof of ownership (O.R/C.R/Deed of absolute sale) for owned

equipment

Certification of Availability of Equipment from the Equipment Lessor/Vendor

Omnibus 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.

The Financial Component shall contain the following:

Financial Bid Form (refer to attached form);

Filled-up and signed prescribed form of the BILL OF QUANTITIES with their Bid Prices as indicated in Section VIII of the bidding documents.

Detailed Cost Estimates for each pay item in the Bill of Quantities. The Direct Cost shall show itemized computation of materials, labor, equipment rental, fuel and oil. The Indirect

Cost such as overhead/contingencies/miscellaneous, profit and the applicable taxes as required by law shall also be shown in coming up with the bid.

Price lists indicating the unit prices of construction materials, labor rates and equipment rentals. “Follow the prescribed form for this purpose as indicated in Section XI of the Bidding Documents”.

Cash Flow by quarter and payments schedule (refer to attached form);

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

233

DAVAO CITY WATER DISTRICT SAMPLE FORMS

STATEMENT OF ALL ON-GOING GOVERNMENT & PRIVATE CONSTRUCTION CONTRACTS INCLUDING CONTRACTS

AWARDED BUT NOT YET STARTED

Business name: ___________________________________ Business Name: __________________________________

Note: This statement shall be supported with:

1. Notice of Award

2. Notice to Proceed 3. Certificate of Accomplishments signed by the Owner or Owner‟s Project Engineer

Submitted by : ___________________________________________________

(Printed Name & Signature)

Designation : ___________________________________________________

Date : ___________________________________________________

Name of

Contract/Location Project Cost

a. Owner’s Name

Nature of Work

Contractor’s Role a. Date Awarded % of Accomplishment

Value of Outstanding Works b. Address

Description % b. Date Started

c. Telephone Nos. c. Date of Completion Planned Actual

Government

Private

Total Cost

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

234

DAVAO CITY WATER DISTRICT SAMPLE FORMS

STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONSTRUCTION CONTRACTS

Business Name: ________________________________________________

Business Address: ______________________________________________

Name of Contract

a. Date Awarded a. Amount at Award a. Owner’s Name

Nature of Work

Contractor’s Role

b. Contract Effectivity b. Amount at Completion b. Address Description %

c. Date Completed c. Duration c. Date Completed

Government

Private

Note: This statement shall be supported with:

1. Certificate of Completion or Certificate of Acceptance

Submitted by : ___________________________________________________

(Printed Name & Signature)

Designation : ___________________________________________________

Date : ___________________________________________________

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

235

DAVAO CITY WATER DISTRICT SAMPLE FORMS

STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONTRACTS WHICH ARE SIMILAR IN NATURE

Business Name: ________________________________________________

Business Address: ______________________________________________

Name of Contract

a. Owner’s Name Nature of

Work Scope of Works

Contractor’s Role a. Amount at Award a. Date Awarded

b. Address Description %

b. Amount at Completion b. Contract Effectivity

c. Telephone Nos. c. Duration c. Date Completed

Government

Private

Note: a. This statement shall be supported with:

1. Contract 2. Certificate of Completion or Certificate of Acceptance 3. Duly signed Final Bill of Quantities/Bill of Materials or any proof showing the similar component of the work as stated in ITB Clause 5.4, conformed by the Owner.

b. The column for the Scope of Works must be properly filled up with the major components of the contract identified as similar in nature.

Submitted by : ___________________________________________________

(Printed Name & Signature)

Designation : ___________________________________________________

Date : ___________________________________________________

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

236

DAVAO CITY WATER DISTRICT SAMPLE FORMS

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 Condition

Proof of Ownership/Lessor

or Vendor

A. Owned

i.

ii.

iii.

B. Leased

i.

ii.

iii.

c. Under Purchased Agreement

i.

ii.

iii.

Notes: 1.) The Prospective Bidder shall enumerate hereunder the equipment units it owned, under leased, and or under purchase agreement that it shall commit to use exclusively in the project which include among others the minimum equipment requirements as follows:

1. 1 unit Backhoe 5. 1 unit Water Pump/Dewatering Pump 2. 1 unit Compactor 6. 1 unit Water Truck with Pump 3. 2 units Concrete Mixer (1- bagger) 7. 1 unit Pressure Pump 4. 2 units Welding Machine 8. 1 unit Dumptruck 2.) This form shall be supported with the STATEMENT OF AVAILABILITY OF EQUIPMENT 3.) Proof of ownership (O.R/C.R/Deed of absolute sale) for owned equipment 4.) Certification of Availability of Equipment from the Equipment Lessor/Vendor Submitted by: ___________________________________________________

(Printed Name & Signature of the Authorized Signing Official)

Name of Firm/ Bidder: ___________________________________________

Designation: ___________________________________________________

Date: ___________________________________________________

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

237

DAVAO CITY WATER DISTRICT SAMPLE FORMS

Standard Form Number: SF-INFR-18B-1 Revised on: July 29, 2004

STATEMENT OF AVAILABILITY OF EQUIPMENT

(Date of Issuance)

ENGR. EDWIN V. REGALADO

General Manager Davao City Water District

K.m. 5, J.P. Laurel Avenue, Bajada, Davao City Attention : PAQUITO C. EBERO

The Chairperson Bids and Awards Committee – B

Dear Sir:

In compliance with the requirements of the DAVAO CITY WATER DISTRICT-BAC-B for the bidding of the CONSTRUCTION OF TUGBOK RESERVOIR NO.3, we certify the availability of

equipment that __(Name of the Bidder)__ owns, has under lease, and/or has under purchase agreements, that may be used for the construction contract stated below.

(State here the list of equipment which are under lease and/or under purchase agreement.

______________________

______________________

______________________

______________________

Very truly yours,

(Name of Representative) (Position) (Name of Bidder)

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

238

DAVAO CITY WATER DISTRICT SAMPLE FORMS

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

239

DAVAO CITY WATER DISTRICT SAMPLE FORMS

QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT

Business Name : ___________________________________________________

Business Address : ___________________________________________________

__________________________________________________

_

Project Manager /

Engineer

Materials Engineer Foreman Construction Safety and

Health Personnel

Other positions deemed

required by the Applicant for this project

1 Name

2 Address

3 Date of Birth

4 Employed Since

5 Experience

6 Previous Employment

7 Education

8 PRC License

Minimum Requirements

: Project Manager / Engineer

: Materials Engineer

: Foreman

Note : Attached individual resume/bio-data and PRC License of the (professional) personnel.

Submitted by : _________________________

(Printed Name & Signature)

Designation : _________________________

Date : _________________________

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

240

DAVAO CITY WATER DISTRICT SAMPLE FORMS

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. Length of Service with the Firm: _____Year from____ (months) _____ (year)

To ____ (months) _____ (year)

8. Years of Experience: ______________________________________

9. 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 ______

10. 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

Owner‟s Engineer : _____________________________________

(Consultant)

4. Indicate the Features of Project (particulars of the project

components and any other particular interest connected with the project) :______________________________________

5. Contract Amount Expressed in

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

241

DAVAO CITY WATER DISTRICT SAMPLE FORMS

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)

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

242

DAVAO CITY WATER DISTRICT SAMPLE FORMS

Standard Form Number: SF-INFR-44 Revised on: August 11, 2004

Contractor’s 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.

Note: 1. This organizational chart should represent the “Contractor‟s Organization” required for the Project, and not the organizational chart of the entire firm. 2. The Bidders shall comply with and submit sample form SF-INFR-46 for each of such key personnel. 3. Each such nominated engineer/key personnel shall comply with and submit sample forms SF- INFR-47 and SF- INFR-48. 4. All these are required to be in the Technical Envelope of the Bidder.

Attach the required Proposed Organizational Chart for the Contract as stated above

DAVAO CITY WATER DISTRICT Name of Contract: CONSTRUCTION OF TUGBOK RESERVOIR NO.3 Location: BRGY. BAGO OSHIRO, TUGBOK DISTRICT, DAVAO CITY

243

DAVAO CITY WATER DISTRICT SAMPLE FORMS

Standard Form Number: SF-GOOD-14 Revised on: May 24, 2004

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK (Net Financial Contracting Capacity Computation)

A. Summary of the Applicant Supplier’s/Distributor’s/Manufacturer’s assets and liabilities on the

basis of the attached income tax return and audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue or BIR authorized collecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly the list of construction equipment.

Year 20__

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Net Worth (1-3)

6. Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as

follows:

NFCC = [(K) (Current assets minus current liabilities)] 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 to be bid. NFCC = P _______________________________________

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.

Note: The values of the bidder‟s current assets and current liabilities shall be based on the data submitted to the BIR, through its Electronic Filing and Payment System (EFPS).

Submitted by:

________________________________________

Name of Supplier / Distributor / Manufacturer

_________________________________________

Signature of Authorized Representative

Date : _____________________________

NOTE:

If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall

submit the above requirements.

244

DAVAO CITY WATER DISTRICT SAMPLE FORMS

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

CUMULATIVE CASH FLOW

Submitted by:

Name of the Representative of the Bidder Date: _____________

Position Name of the Bidder

Note: One of the requirements from the bidders to be included in its Financial Envelope is the cash flow by quarter and payment schedule.

245

DAVAO CITY WATER DISTRICT SAMPLE FORMS

(Name of Company)

PRICE LISTS

Project Name: ____________________________

Project Location: __________________________

Description Unit Unit Prices

A. MATERIALS

Ex. Portland Cement bag 210.00

Sand cu.m 600.00

Gravel cu.m 800.00

Boulders; etc. cu.m 600.00

B. LABOR

Ex. Carpenter day 300.00

Mason day 350.00

Steelman day 350.00

Welder; etc day 350.00

C. EQUIPMENT

Ex. Bulldozer Komatsu hour 3620.00

Welding Machine day 600.00

Water Truck day 12,000.00

Generator Set; etc. hour 500.00

D. FUEL/OIL

Ex. Gasoline; etc liters 50.00

Note: Follow the above format in preparing the price lists to have a uniform format during submission

of bids.

_________________________ Chairman/President _________________________ Name of Bidder