Bosigon IP-Conduct of FS (TOR)
Bosigon IP-Conduct of FS (TOR)
Bosigon IP-Conduct of FS (TOR)
I. BACKGROUND/RATIONALE
The General Appropriation Act (GAA) of 2018 has allocated the amount of Fifteen Million
Four Hundred Pesos (Php 15,400,000.00) for the conduct of feasibility studies (FS) to be
administered by the National Irrigation Administration (NIA)-Region V.
NIA-Region V shall be the Implementing Agency and Contracting Party. The proposed
project is consistent with NIA’s major programs/projects/activities (PPAs).
The project is supportive of the thrusts of the 2017-2022 Philippine Development Plan
(PDP) under Chapter 8 (“Expanding Economic Opportunities in Agriculture, Forestry, and
Fisheries”), particularly the Government’s goal on improving food security and increasing
rural income by enhancing farm productivity. Moreover, the project’s focus on rice
production is also expected to complement the Food Staples Self-Sufficiency Program
(FSSP) of the Department of Agriculture (DA).
The project is also in line with the sector outcomes under Chapter 10 of the PDP
(“Accelerating Infrastructure Development”) by enhancing the performance of the
irrigation sector and enabling development in the energy sector.
Agriculture is one of the major sectors of the economy, which provides job to the labor
force and contributes to the Gross Domestic Product (GDP). One of the primary objectives
of the Government is to increase the self-sufficiency rate in rice. Attaining a higher self-
sufficiency rate means increasing rice production. Therefore, the generation of new
irrigated areas will help increase rice production, which, in turn, will increase self-
sufficiency rate in rice.
The objective of the proposal under this TOR is to conduct the FS of the BOSIGON IP. The
FS is a new undertaking. It shall cover the technical, economic and financial aspects of the
proposed irrigation and multipurpose project, including environmental study,
vulnerability assessment, preparation of sustainable plans, and analysis of alternative
financing schemes, among others.
By the end of the contract period under this TOR, the Consulting Firm is expected to
produce a complete and acceptable FS based on updated information, with a definite
implementation plan of the recommended scheme based on the
alternatives/configurations/technologies considered, among others, including the
preliminary engineering designs and the most appropriate financing scheme.
The scope of work of the Consulting Firm under this TOR shall include, but not necessarily
be limited to, the following:
3.1.1 Undertake assessment of existing situation in the basin including the following,
among others:
1For reference, the Value Analysis Handbook for NEDA (2009) may be downloaded from:
http://www.neda.gov.ph/wp-content/uploads/2014/01/Value-Analysis-Handbook.pdf
The FS shall look at alternative options, including the associated costs, benefits
and risks involved, in delivering the project or components of the project (may
include new available technology which can be used to deliver the project or
component/s of the project), and selecting the best possible
implementation/project options/configurations/technology involved, for the:
(i) entire irrigation and hydropower system (for example, either high dam,
series of cascading small dams, combination of high dam and small cascading
dams, high dam with penstock for implementation of the hydropower generation
component at a later date as a separate project, or small water impounding
reservoirs within the service area, among others), either as an integrated system,
or considering the irrigation system separately ( in case the hydropower
component is not found feasible); and (ii) individual components of the
irrigation system or of the integrated irrigation and multipurpose system. This
would ensure that the best scheme for providing the project’s intended outputs
will be selected, which would yield the highest VfM, e.g. lowest lifecycle/whole-
of-life costs, taking into account all alternative ways of delivering the desired
outputs and enhancing the primary outputs by considering other incidental
benefits (e.g. provision of water supply source and flood management in the
overall scheme). The Consulting Firm shall select the best alternative and/or
project components that would most appropriately respond to the project
objectives and output, and yield the highest VfM, such as in terms of lowest
cycle/whole-of-life costs.
The VE/VA study shall also include and indicative analysis of alternative
financing schemes, e.g., whether full National Government (NG) funding, Official
Development Assistance (ODA), or PPP, including an analysis of financing risk.
3.1.3 Prepare feasibility level outputs documenting the viability of the project works,
including the hydropower component with cost of transmission and
distribution lines including right-of-way (ROW), while adequately addressing
hazards and risks, environmental issues, and resettlement issues, outlining in
detail the implementation arrangements. The technical, environmental,
institutional, social, market, demand, and other aspects of the hydro
component (e.g., business case study) shall also be included.
3.1.4. During the contract period, conduct of coordination meeting with NIA, Local
Government Units (LGUs), Irrigators Associations (IAs) and other stakeholders
to: (a) discuss the progress of the work and preliminary output; (b) give the
Government the opportunity to make comments and suggestions on a timely
basis; and (c) resolve problems and issues that may be encountered. The
Government may assign counterpart personnel to the study for purposes of
transfer of technology and capacity building. The Consultant shall provide for
the required office space for the Government counterparts.
Following are the key experts required and the corresponding major activities, which
they will undertake, among others:
c. Prepare detailed, time-bound work plans for the preparation of the VE/VA
study and detailed FS, assigning various team members to each key task;
e. Organize and take the lead in the conduct of regular site visits to the dam site
and irrigation service areas for the technical supervision in undertaking the
required survey and mapping and the carrying-out of geological and
geotechnical confirmatory tests;
f. Monitor the progress of all planning and design work, ensuring that deadlines
relating to delivery dates are met;
h. Ensure the timely delivery and quality control of all required outputs, in
particular, the Inception Report, VE/VA Report, Monthly Progress Report,
Interim Report, Draft FS Report, and Final FS Report; and;
i. Ensure that NIA is furnished the prints and electronic copy of the
abovementioned deliverable reports; these shall include all necessary tables
and figures to facilitate and expedite complete review of the submissions.
a. Provide assistance to the Team Leader in the overall supervision of the various
assessment study activities;
e. Check and review prepared topographic map of the reservoir area and dam
site. Locate and layout the propose dam axis and appurtenant structures;
g. Given the data from borehole tests and after identifying probable location of
faults, evaluate the proposed dam axis and alignments of appurtenant
structures;
h. Using data gathered from the Hydrologist, perform hydraulic analysis for
discharge (e.g., flood routing, afflux analysis) depending on the scheme to be
implemented. This also involves sizing of diversion conduit, spillway, sluice
gate/s, ogee weir, and other related structures;
i. Prepare cost comparison for the different schemes under consideration and
use this as input in the determination of the appropriate project development;
j. Provide risk assessment that would determine whether the dam option is a
referable dam, if there is a danger of the dam failing (dam-break analysis), and
which action is necessary to prevent or minimize the impact of the failure.
l. Prepare necessary data needed by the Economist to carry out an economic and
financial analysis, which may include options for hydropower development;
m. Prepare the feasibility grade drawings and plans of dam, and appurtenant
structures/facilities. Provide electronic copies of plans, layouts, and other
drawings. Submit/provide hydraulic/design computations;
n. Review the hydraulics and structural aspects for the power components;
o. Take the lead in preparing the drafts of the Inception Report, VE/VA Report,
Monthly Progress Reports, Interim Report, Draft FS Report, and Final FS
Report; and
w. Develop preliminary cost estimates based on major quantities and cost items
(e.g., turbine/pump, powerhouse, penstock, generator, gate vales,
transmission lines, and distribution lines including ROW);
y. Highlight the main risks facing the project hydropower component, and
possible mitigation measures;
Note: The specific details concerning the appropriate scheme, applied methodology for
the assessment, etc. of the item D shall form part of the consultant’s Work Plan, Inception
Report, VE/VA Report, among others which shall be subject to consultation with and
approval of NIA. Field validation of NIA concerning the above listed must be facilitated by
the consultant, as the need arises.
b. Collect, update, review, and validate any soil and land classification report,
publications, and other references such as FS reports related to the project
concerned;
c. Collate and study the existing available soil and land resources data;
f. Conduct soil profiling and collect soil samples for subjecting to physical and
chemical analysis in order to facilitate the fertilizer recommendation for the
different crops to be grown in the area;
g. Carry out land use mapping, soil characterization, and land class correlation
based on the inherent and morphological characteristics of the soil such as
physical and chemical properties, topography, drainage and parent materials,
and design into appropriate mapping units for the report;
i. Provide the reviewer the authenticated copy of the soil laboratory analysis
(physical and chemical) for validation to facilitate the review, and;
b. Identify the major constraints faced by the farming communities in the service
area, which affect agricultural productivity;
d. List down all the possible farmer beneficiaries in the proposed service area and
determine their family size, farm holding status, farm size, individual land use,
and the cropping condition (irrigated or rain fed);
g. In the case that an existing irrigation system is present and will be covered by
the project, collect the necessary data needed such as the latest O&M report,
which may include data on the firmed-up service area (FUSA), actual irrigated
area during the wet and dry seasons, and production performance (average
yield);
h. Collaborate with the Soil Specialist to determine the extent of area planted to
specific crop and the classification of soil in the area to identify possible crops
to be planted in the future with project condition;
i. Collaborate with the Hydrologist to determine the appropriate crops that can
be planted to the area, and ultimately develop a future cropping pattern;
j. Provide the reviewer an electronic copy of the survey returns for validation to
facilitate the review; and
3.2.5 Hydrologist
d. Estimate the water requirement using a ten (10) day rainfall derived from
daily rainfall at various cropping calendar to determine the least water
requirement. Include the climate change scenario for ready reference;
h. Gather water samples on several flood ways, proposed dam sites, and
groundwater wells for water quality testing and mapping of polluted water-
intruded areas;
i. Carry-out sediment transport analysis for several flood ways and each dam
site for the determination of sediment-discharge relationship and adjustment
of sediment rate suited to current conditions of the watershed.
j. Conduct flood studies for different return periods. In estimating the unit
hydrograph, preference is given to the use of actual peak discharge data from
different flood events in the water source or nearby rivers, rather than the
empirical SCS dimensionless unit hydrograph method. In the event that SCS
method is employed, comparison to other methods is required;
k. Compute the design flood hydrographs for the following return periods: 2, 5,
10, 15, 20, 25, 50, 100, 200, 500, 1000, and 10,000, if possible, include also
the Probable Maximum Flood (PMF); and
c. Prepare unit price analysis of various construction pay items of works specific
to the project area;
d. Prepare the quantity and cost estimate of civil works and other components of
the project during the master planning and feasibility stage; and
Note: The detailed Cost Estimates for the Project are needed to ensure
minimum variation with the Detailed Engineering cost estimates. Other
projections including cost escalation if a delay of 2, 3, or 4 years occurs
before project implementation must also be presented.
3.2.7 Geologist
Note:
• The consultant should notify NIA geologist if drilling has already
commenced for them to conduct field visit to observe on-going
drilling activities. This is to facilitate efficient review of the
factual/geologic report.
b. Prepare the design, specifications, and cost estimates of the electrical and
mechanical portion of the dam and other alternatives being considered, and
their appurtenant structures; and
3.2.9 Economist
c. Use input from various specialist on the team to develop detailed feasibility
level cost and benefit estimates;
e. Based on the results of the VE/VA study, undertake detailed economic and
financial analyses for the selected option/alternative;
f. Present the derivation of the following: (in the “without” and “with” project
conditions), including a case with hydropower generation:
i. Price structure;
ii. Physical inputs;
iii. Cost of production;
iv. Economic cost of farm labor;
v. Net value of production;
vi. Economic analysis of net value of production;
vii. Crop budgets;
viii. Farm budgets;
ix. Project cost (investment, O & M, replacement, etc.);
x. Benefits (irrigation, power, fishery, etc.);
xi. Financial internal rate of return (IRR), economic IRR, economic net
present value (NPV), Financial NPV, and economic and financial
benefit/cost (B/C) ratio; and
xii. Sensitivity analysis; and
c. Prepare write-up/ Scheme of Survey Works for the proposed areas and
location of irrigation facilities such as; Damsite area, Reservoir Area, Service
area, Main Canal Alignment and the Establishment of Horizontal & Vertical
Control Points (MSL) and secure calibration certificate of surveying
instrument used in the proposed project;
g. Collate and review items (e.g. topographic maps, survey data & computation,
PRS 92 & instrument certification, and so on) referred in the paragraphs a.) to
f.), section 3.2.5 (Geodetic Engineer) of the present Terms of Reference (TOR),
in the event that the NIA field office/has undertaken or has caused the conduct
of Surveying and Mapping works for the Project.
Note: All data that are extracted from the satellite images, aerial data, IFSAR Data, LIDAR Data,
NAMRIA Maps, and Vector Maps are part of the Initial/ Pre-FS Level only.
The specific details concerning the location, methodology, etc. of items C, D, and E (e.q.,
topographic survey on the dam locations and all other structures, proposed canal
alignment topographic survey (max. 30m corridor), line and profile survey for main canal,
lateral canals, and all other irrigation canals with cross-sections at every 20-meter interval
and preparation of topographic map on all locations of structures, dam and other
irrigation network with cross section at 20m intervals, Control Network Map showing the
newly established horizontal and vertical controls and the existing NAMRIA Control
Points for future reference, and so on) shall form part of the Consultant’s Inception Report
and Work Plan which shall be subject to consultation with and approval of NIA.
b. Provide a location map showing the name, location, and the general description
of the project;
d. Based on both current and future cropping patterns, determine the water
requirements for crops to be grown in the service area and, based on
conveyance and farm level efficiencies, determine irrigation water
requirement;
f. Show the cost of the annual O&M of irrigation facilities (including those of
alternatives); and
b. Prepare detailed, time-bound work plans for the preparation of the ESA
in collaboration with other team members to be agreed upon/approved
by NIA.
l. Ensure the timely delivery and quality control of all required outputs,
such as but not limited to the LARF, IPDF, indicative WMP, which shall
form part of the ESA Report;
Note: For the Feasibility Study, only the Environmental and Social
Assessment (ESA) is required. Conduct of Environmental Impact
Assessment (EIA) or Social and Environmental Impact Assessment
(SEIA) for the acquisition of Environmental Compliance Certificate
(ECC) should only be undertaken once the FS of the project is
completed and found to be feasible. A separate TOR for the latter
will be required.
3.2.14 Anthropologist
The Team Leader shall take the lead in undertaking the VE/VA study and vulnerability
assessment, among others, as previously articulated in Item (g) of Section 3.2.1 of this
TOR. The members of the Consulting Team shall be required to provide
data/information as needed by the other experts and/or by the Team Leader related
to the conduct of VE/VA. The VE/VA will be integral to the options analysis/scheme
selection comprised in the Final Feasibility Study Report.
In addition to the above, each of the members of the consultancy team shall prepare
inputs to the Inception Report, VE/VA Report, Monthly Progress Reports,
Draft Interim Report, Draft FS Report, Final FS Report, and other reports specific to
their assigned tasks.
Prints and electronic copies of the reports specific to the members’ assigned tasks,
including tables and figures shall also be required to be submitted to NIA to facilitate
review. All raw data, up to and including, those used in the survey and mapping and
hydrologic studies must also be submitted to NIA in the manner specified above.
Further, aside from the specified scope of works mentioned above, the Consulting
Firm may propose additional works to enhance the study, provided it shall bear no
additional cost to NIA. The scope of any additional proposed works by the Consulting
Firm shall be established within the first quarter (one-fourth (1/4) of Period of
Implementation) of the study, subject to the approval of NIA.
The Consulting Firm shall also accommodate at least two (2) Government on-the-job
observers, who may be detailed to the project for the purpose of capacity-building and
technology transfer. (The Consulting Firm is not required to pay remuneration to the
Government counterpart staff, but will shoulder all expenses attendant to their
assigned tasks such as travel, accommodation, etc.)
A Detailed Work and Financial Plan (WFP) shall be submitted by the Consulting
Firm to NIA for review, monitoring, and payment processing purposes within five
(5) working days from the date of commencement as indicated in the NTP.
Furthermore, four (4) of these deliverable reports, plus an electronic copy, shall
be transmitted in advance to the Project Planning Division, Engineering
Department of the NIA Central Office to facilitate the review process.
Deliverable Timeline
Final Feasibility Study Report 30 calendar days after receipt from NIA
of the evaluation/comments but not more
than twelve (12) months from receipt of
NTP.
The Inception Report shall also include the fulfilment of the study conditions
listed in this TOR as well as approaches and methodologies to be utilized in the
development of the study.
Furthermore, a copy of this TOR and the Notice to Proceed (NTP) of the Consultant
shall be supplied in the Inception Report.
4.2.2 The VE/VA Report shall contain the results of the study of alternatives/options as
expounded in Section 3 of this TOR.
2
A Function Analysis System Technique (FAST) Diagram must also be supplied.
4.2.3 The Monthly Progress Reports shall include updates on the physical and financial
accomplishments of each of the activities under the Work and Financial Plan,
including the difficulties encountered and measures taken to overcome them.
4.2.4 The Interim Report shall include, among others, the status of implementation of
the study in relation to the scope of work and preliminary results of the Study.
4.2.5 The Feasibility Study Report shall be submitted within 30 calendar days after
receipt from NIA of the evaluation/comments on the ‘Draft Feasibility Study
Report’. The FS will contain the details related to the project, including, among
others:
NIA shall submit its comments on the Draft Feasibility Study Report within thirty
(30) calendar days from receipt thereof.
4.2.6 A “Recommendation for Release of Final Payment” shall be issued by NIA (copy
furnished the Consulting Firm for information) within 15 calendar days upon
receipt, satisfactory review, and approval/acceptance of the “Final Feasibility
Study Report.”
The FS shall be undertaken by a Consulting Firm composed of the following key experts
whose minimum qualifications are stated in this TOR:
The Water Resources Development Specialist/ Team Leader should have at least
a Bachelor’s degree (preferably Master’s degree) in Civil Engineering or
equivalent, with at least eight (8) years (preferably 20 years) years of professional
experience in the field of water resources planning, FS, Preparation
Environmental Impact Statement (EIS) and river basin study: with actual
experience in watershed assessment and preparation of watershed management
plans for at least two (2) similar water resource projects.
In addition, the Team Leader must be knowledgeable on VE/VA and have at least
three (3) projects (preferably five (5) projects) of work experience related thereto.
The Planning Engineer / Dam Engineer / Deputy Team Leader must have
at least a Bachelor’s degree (preferably Master’s degree) in Civil Engineering or
equivalent, with at least eight (8) years (preferably 20 years) of professional
experience in the field of water resources planning, FS, costing, and design of
multipurpose irrigation projects with high dams, and at least four (4) projects
(preferably 8 projects) in the fields of feasibility studies or operational studies or
actual experience in the planning, design, and installation of hydropower plants
in multipurpose projects with high dams; as well as Team Leader or Deputy Team
Leader of at least three (3) projects (preferably five (5) projects) of similar nature.
The Soil and Land Classification Specialist must have at least a Bachelor’s degree
(preferably Master’s degree) in Agriculture General or with a major in Soil Science
or equivalent, with at least four (4) years (preferably 10 years) of professional
experience and at least four (4) projects (preferably 8 projects) in the field of land
resource planning and conduct of soil and land classification activities in
conjunction with feasibility studies of irrigation projects.
5.4 Agriculturist
The Cost Engineer must have at least a Bachelor’s degree (preferably Master’s
degree) in Civil Engineering or equivalent, with at least four (4) years (preferably
10 years) of professional experience and at least four (4) projects (preferably 8
projects) in the preparation of quantity and cost estimates of civil works in large
scale irrigation projects.
5.7 Geologist
The Geologist must have at least a Bachelor’s degree (preferably Master’s degree)
in Geology or equivalent, with at least seven (7) years (preferably 15 years) of
professional experience and at least four (4) projects (preferably 10 projects) in
the geological investigation of multipurpose irrigation project with high dams,
hydropower, and/or water supply.
5.9 Economist
The Geodetic Engineer must have at least a Bachelor’s degree (preferably Master’s
degree) in Geodetic Engineering or equivalent, with at least four (4) years
(preferably 10 years) of professional experience and at least four (4) projects
(preferably 8 projects) in surveying and mapping/geodetic studies in feasibility
studies of large scale irrigation projects.
The Irrigation and Drainage Engineer must have at least a Bachelor’s degree
(preferably Master’s degree) in Civil Engineering or equivalent, with at least seven
(7) years (preferably 15 years) of professional experience and at least four (4)
The Watershed Management Specialist must have at least five (5) years of
professional experience in the field of water resource planning, FS, Preparation of
Environmental Impact Statement (EIS), with actual experience in watershed
assessment and preparation of watershed management plans for at least two (2)
similar water resource projects.
The Consulting Firm shall be selected using the Quality-Cost Based Selection procedure
under Republic Act (RA) 9184 (Government Procurement Reform Act) and its Revised
Implementing Rules and Regulations (IRR) and shall be based on the following criteria:
eighty percent (80%) Technical and twenty percent (20%) Financial.
7. SOURCES OF FUNDS
Funds for the conduct of the subject FS will be sourced from GAA 2018 Fund.
8. INSTITUTIONAL SET-UP/RESPONSIBILITIES
8.1.2 Shall, through its Bids and Awards Committee (BAC), be responsible for
facilitating the bidding and tendering of the consultancy services in
compliance with RA 9184 and its IRR, with the Implementing Agency, i.e.,
NIA, as end user;
8.1.4 Shall reimburse or pay in behalf of the Consulting Firm for amounts paid
on account of all taxes, duties, levies, and other impositions under the laws
and regulations of the Philippines or any political subdivision or agency
thereof (other than personnel who are citizens or permanent residents of
the Philippines), in respect of any payment made to the Consulting Firm
in connection with the carrying out of the services;
8.1.5 Shall provide assistance in the coordination with other agencies related to
the study;
8.1.6 Shall warrant that the Consulting Firm shall have free and unimpeded
access to all lands and properties required for the effective execution of
the services. Likewise, NIA shall be responsible for any damage to such
land or any property thereon resulting from such access (unless such
damage is caused by the wilful default or negligence of the Consulting Firm
or its Staff);
8.1.8 Shall evaluate all requests for payments/billings and determine the
acceptability/correctness of the same;
8.1.10 Shall have the option to detail counterpart technical personnel to the
project for the purpose of on-the-job capacity building/technology
transfer.
8.2.1 Shall be responsible for the conduct of the study and the timely delivery
of results/outputs as indicated under Sections 2, 3 and 4 of this TOR;
8.2.2 Shall be responsible for the provision of necessary office space, which
shall be within close proximity to NIA or the appropriate Field Office, for
their project staff as well as the Government’s detailed personnel,
including the necessary office equipment (i.e.,, computer, printers, office
supplies, etc.) for the conduct of the study. All equipment procured for the
development of the project shall be transferred to the Government by the
end of the project;
8.2.3 Shall shoulder all expenses required in the conduct of the study, including
travel costs and lodging of detailed Government personnel during field
visits, except for their salaries;
8.2.5 Shall (a) keep accurate and systematic records and accounts in respect of
the services in such form and detail as is customary and sufficient to
establish accurately that the costs and expenditures under this TOR have
been duly incurred, and (b) permit the duly authorized representatives of
the Government from time to time to inspect its records and accounts as
well as to audit the same;
8.2.6 Shall not assign nor sub-contract any part of the professional engineering
services under this TOR to any person or firm, except with prior written
consent of NIA. The approval by the Government to the assignment of any
part of said services or to the engagement by the Consulting Firm of sub-
contractors to perform any part of the same shall not relieve the
Consulting Firm of any obligations under this TOR;
8.2.7 Shall, during or after the conclusion or termination of the study, limit its
role under the project to the provision of the services and hereby
disqualifies itself and any other contractor, consulting engineer or
manufacturer with which it is associated or affiliated, from the provision
of goods and services other than the services herein, except as NIA may
otherwise agree;
8.2.8 Shall prohibit full-time foreign staff during his assignment under this TOR
to engage, directly or indirectly, either in his name, or through the
Consulting Firm, in any business or professional activities in the
Philippines other than the performance of his duties or assignment under
this TOR;
8.2.9 Shall not at any time communicate to any person or entity any information
disclosed to them for the purpose of this services, nor shall the Consulting
Firm make public any information as to the recommendations formulated
in the course of or as a result of the services, except with prior consent of
NIA;
8.2.11 Shall hold the Government free from any and all liabilities, suits, actions,
demands, or damages arising from death or injuries to persons or
properties, or any loss resulting from or caused by said personnel incident
to or in connection with the services under this TOR. The Consulting Firm
The ABC for the proposed study is ELEVEN MILLION TWO HUNDRED NINETY-TWO
THOUSAND ONE HUNDRED FIFTY-FIVE and 18/100 (Php 11,292,155.18), inclusive
of all applicable government taxes and charges, professional fees, and other incidental
and administrative costs. Attached as Annex C is the breakdown of the ABC.
Please note that this consulting contract shall be a fixed price contract. Any extension of
contract time shall not involve any additional cost to the Government.
All equipment, materials, etc., acquired for the study shall be turned over to NIA at the
conclusion of the study.
10.1 Billing for reimbursable items, which shall include activities for Topographic
Survey and Mapping and Surface & Subsurface Geologic Investigation, must be
based on the actual expenses incurred and supported by official
receipts/documents, including the study progress reports.
Description Payment
Upon approval/acceptance of the Inception Report 10 %
Upon approval/acceptance of the VE/VA Report 10 %
Upon submission of the Interim Report 20 %
Upon submission of the Draft Final Report 25 %
Upon approval/acceptance of the Final Report 35 %
10.3 An advance payment shall be made to cover mobilization costs, but shall not
exceed FIFTEEN PERCENT (15%) of the contract amount, subject to the posting
of an irrevocable standby letter of credit issued by an entity acceptable to NIA and
of an equal amount to the advance payment. The advance payment shall be repaid
by the Consultant by deducting from his subsequent billings/payments such sum
as agreed upon during contract negotiations until fully liquidated within the
duration of the contract;
10.4 Since all of these payments shall be subject to the usual government accounting
and auditing requirements, the Consulting Firm is expected to be familiar with the
Government Accounting and Auditing Manual (GAAM).
The works shall consist of furnishing all equipment, labor, materials, services and
facilities for sub-surface exploration, which include the following:
The items of work, as specified above, are required to determine the type, nature and
characteristic of the subsurface materials, the extent and conditions of the various
materials as they exist in the locations indicated in the plans. All work shall be in
accordance with plans and specifications or as directed by NIA.
The approximate location and depths of drill holes should be identified by the Consulting
Firm in a topographic map with a scale of 1:10,000; the acceptability of such sites shall
be confirmed by NIA in the coordination meetings as described in the General Provisions
of this TOR. Actual locations and depths are subject to changes depending on the field
conditions, and such changes may be elected by the Consulting Firm’s geologist upon
confirmation with NIA. Location of test pitting and sampling for construction materials
and actual locations and depths shall likewise be determined at the site by the Consulting
Firm.
a) All equipment which the Consulting Firm mobilizes for use in the work shall be in
good operating condition and capable of satisfactorily undertaking the work
specified herein. NIA shall have the right to inspect and assess the work of the
Consulting Firm and if NIA determines that the Consulting Firm is not performing
as per schedule, NIA can require the Consulting Firm to provide additional
equipment, personnel or other logistical support necessary to complete the work
on schedule.
b) Core Drilling and Casing – Equipment for cased drilling and rock boring shall
consist of a power-driven machinery of an approved type complete with specified
devices, accessories and supplies. The Consulting Firm shall provide suitable
means for generating proper water pressure for jetting, cleaning casing prior to
sampling and coring. Drilling on site covered with water shall be provided with
platforms capable of supporting the anticipated load.
c) Core Drilling Machine – the core drilling machine with hydraulic swivel head and
wire-line core barrel (double and triple) in good operating condition must be
certified acceptable by NIA. It is therefore preferable for the Consulting Firm to
have the proposed equipment to be used at the jobsite to be inspected at his
equipment depot by NIA for acceptability prior to actual mobilization. The drilling
machine should have 20 to 35 horsepower and be able to drill inclined holes and
with cathead. The machine shall have a capacity that can drill to a maximum of 100
meters using at least NQ drill rods or equivalent thereto.
a) Boring shall be made by advancing a pipe casing having a nominal diameter not less
than 3-1/2 inches into the soil.
c) After drilling, washing and circulation of water had come to a complete halt, a
standard penetration test, as described hereunder, shall be undertaken to secure
sample of the materials at the bottom of the hole.
a) General – A setting shall be described as the taking of soil sample and performing
the Standard Penetration Test (SPT). The setting shall be performed for every meter
of hole depth. This applies the procedures to obtain records of the disturbed
samples of the soil for identification purposes and the resistance of sub-soils to
penetration of a standard sampler.
b) Sampling - The equipment shall be the conventional rotary of wire line drilling and
standard or hollow stem-type augers to produce a clean hole without necessary
disturbance and the penetration samplers shall be of the Standard split-spoon type
of the resistance penetration type with a two (2) inch outside diameter and a 1-3/8
inch inside diameter. The sampler shall be clean and lightly coated with oil at the
beginning of each test. The outer wall, inner or liner and cutting bit shall be
smoother and free from shears made by tools and rocks.
In order to be sure that the bottom of the hole is not disturbed by circulation water,
an initial 15 cm. driving of the split spoon sampler shall be performed prior to the
normal sampling procedure. Immediately after sampling, a representative portion
of the soil core from both sides of the drive shall be placed in an airtight container
and properly labeled.
a) Each hole shall be drilled with standard diamond core drilling equipment using
suitable sized diamond core bits acceptable to the NIA’s representative at the
jobsite. Where unusual difficulties are encountered, smaller cores maybe used with
the permission in writing from the NIA. NX size diamond drilling shall be carried
out to depth indicated by the Consulting Firm, unless otherwise revised by the
Consulting Firm’s geologist. At the option of the Consulting Firm, holes may be
drilled larger than NX size at no additional expense to NIA.
b) Core drilling will be performed with clear water unless specifically authorized in
writing by the NIA’s duly authorized representative.
c) Water table measurements shall be made in each borehole at the start of each eight
(8) hours shift of drilling operation for each day.
d) The core drilling operations shall be carried out with utmost care to obtain a 100 %
core recovery. Core recoveries below 80% shall be acceptable only upon written
certification by the Consulting Firm’s geologist and actual inspection of NIA
geologists to certify that the rock formation encountered could only produce that
much core recovery in spite of adapting the recommended drilling procedures.
e) The Consulting Firm may, for his own convenience, utilize other type of equipment
to be used at each individual drill hole, provided that in the opinion of the NIA’s duly
authorized representative at the jobsite the equipment chosen is suitable for the
specified depth and final diameter of the hole. The Consulting Firm may also choose
the initial and intermediate diameters of each hole for his own convenience,
provided that it will be able to produce the minimum acceptable core size (NQ) and
hole diameter at the anticipated depth of the borehole.
f) The maximum length of any core run shall be of 3.0 m but this maximum shall be
reduced in any of the following circumstances:
i. If over the previous 3.0 m of core run the average core recovery has been
less than 90 percent (90%) allowing for core left in the hole.
ii. If other methods of sampling or in-situ testing are required at less than 3.0
m intervals.
Notwithstanding the above, the core barrel shall be removed from the drill hole as
often as necessary in order to obtain the best possible core recovery. When core
recovery is less than 90% in any core run, the next two core runs shall be reduced
in length to a maximum of 1.0 m.
Payment for drilling shall be made only if the above-mentioned procedures are
followed.
Prior to water pressure test, the packer assembly together with the packer pipe shall be
calibrated at the ground surface preferably near the river bank. Procedure for packer
calibration is similar to the guidelines of water pressure testing using a single or double
packer assembly except that the testing or calibration is undertaken at the ground
surface.
b) Washing
Immediately before the pressure testing of each stage of any hole begins, and at such time
as directed, the hole shall be thoroughly washed if possible under pressure. All
intersected rock seams and crevices containing clay and other washable materials shall
be washed out as directed by introducing water into the holes. The holes shall be washed
at such time until the return water is clear and fracture filling is no longer recovered.
Before the start of the water pressure testing of the hole, the hole shall be thoroughly
washed for at least 10 minutes or as directed.
Pressure testing shall be done immediately after completion of drilling the full depth of a hole by
using the double packer assembly or in stages as the hole is drilled using the single packer
assembly. When badly fractured or other unstable rock is encountered or when the continuation
of drilling will alter the structural condition of the rock, each completed section of the hole in
which tests are to be performed shall be pressure tested before drilling is continued.
d) Section to be tested
All holes drilled at dam site or other sites as directed by the Consulting Firm’s geologist shall be
pressure tested at every 5.0 m length or 3.0 m interval in fractured/jointed rock formation.
e) Testing Procedure
All testing shall be done under the supervision of the Consulting Firm’s duly authorized
representative at the jobsite. The static water level shall be determined before the start of the
test. Water level shall be measured inside the packer pipe after the packer has been set.
The specified pressure P3 in psi shall be based at the midpoint of the test section. The specified
pressure P3 is indicated in Table 1.
Table 1. Specified Ratio of Pressure and Time for Each Step of Pressure Test
To start the test, the packer or packers are seated and the depth recorded. Hole and equipment
must be filled with water and begin pumping until pressure P1 is indicated on the pressure gauge.
Read the flow meter and start stopwatch for the first 5 segments. At the end of 5 minutes, increase
pressure to P2 and read the flow meter. This is continued until all five increments are completed.
The specified depth shall be the depth at the midpoint of the section tested.
If in any step, the specified pressure cannot be attained, run the pump at full speed and record
the highest steady pressure established and proceed with the test.
Between steps, the pressure shall not be allowed to fall below the specified for the next step or
the step just completed.
All data shall be recorded on standard data sheets. Any observation of measurement of doubtful
accuracy shall be noted with a description of the questionable condition. If mechanical
breakdown occurs during testing, a repeat test shall be carried out.
Geologic cross sections at the dam site (dam axis & appurtenant structures) shall be at scale 1:500
and shall include all information collected during fieldwork. The boreholes and test pits carried
out near or along cross sections trace will be also displayed in the cross section together with
lithology, permeability (Lugeon) and rock quality designation (RQD), weathering degree (Wn) and
joint number (Jn) and hardness number (Hn).
Wn Weathering Number
W-1 Sound
W-2 Slightly Weathered (appreciable oxidation at joint)
W-3 Minimum Weathered (matrix slightly weathered)
W-4 Deeply Weathered (matrix deeply weathered)
W-5 Totally Weathered, Argilified (only traces of original structure)
The Consulting Firm shall furnish the NIA with maps, drawings or plans showing the location of
proposed boreholes, depths, directions and dips in case of inclined holes; locations of bench
marks to which all elevations shall be referred. The Consulting Firm’s duly authorized
representative at the jobsite shall mark drill hole locations on the ground and establish ground
elevation at each hole site. The Consulting Firm’s duly authorized representative at the jobsite
shall supervise the actual execution of the work plan and make on the spot changes and/or
recommendations for the proper execution of the same as deemed necessary.
The daily drilling records and factual report shall be submitted to the NIA’s duly authorized
representative at the jobsite for verification and review. The records and reports shall include the
following:
i. The depths below the ground surface at which the samples were taken.
ii. The depth at which core drilling started and ended.
iii. The core recovery.
iv. The Standard Penetration Test results of each sample.
v. Loss of water circulation at different depths as drilling progresses.
vi. Information as to water reading in drill hole as read and the method used to ascertain the
elevation of water reading.
vii. Blows to the casing.
viii. A location plan prepared in detail, to enable the NIA’s duly authorized representative at
the jobsite to re-establish the location at which the borings are made.
ix. Special observations made during drilling of holes, such as drop of drill rods, change of
speed, casing of hole, etc.
x. Photograph (2 copies) of core boxes showing the cores recovered with proper labels.
xi. The geologic profile showing the overburden / bedrock boundaries and geologic
structures (joints, shears, fault; etc.)
Seepage analysis of the dam site and reservoir should be provided including the necessary
recommendations to ensure the safety of the structure to be built. The analysis shall also
Test pit shall be dug manually using convenient hand tools. Minimum size of pit is 1.2 m by 1.2
m. Depth is 3.0 m but may vary depending on field conditions as certified by the NIA’s duly
authorized representative at the jobsite. Materials from the pits shall be removed by buckets
operated from a hoist, especially when depth is greater than 2.0 m. During excavation, the bottom
of the hole should be kept fairly leveled and of full size so that each lift may represent the
corresponding portion of the deposit in quantity and quality. At the surface the excavated
material should be placed in an orderly manner around the pit, and marked stakes should be
driven to indicate depth of the pit from which the material came in order to facilitate logging and
sampling. To avoid collapse of the pit walls, wooden cribs shall be installed when necessary.
Before the start of actual sampling, the area of the side of the wall of the test pit shall be trimmed
off to remove all weathered or mixed soil. The sample shall then be obtained by trenching the
trimmed surface with a cut of uniform cross section and collecting the soil on a canvass spread at
the bottom of the test pit.
Quantity of sample shall be placed in a plastic bag shall not be less than 10 kg for each strata for
the Physical property test (Gradation test, Atterberg Limit, Specific Gravity test & Soil
classification), 0.5 kg shall be placed in an airtight container for the natural Moisture Content
determination and 50 kg of composite samples shall be placed in rice bags for the determination
of the Mechanical property (Compaction, Consolidation, Permeability & Tri-axial tests – CU&UU).
All soil samples shall be properly labeled as to project name, test pit number, sample no., depth
and date samples were taken. Soil sampling shall be done only in the presence of the NIA
representative at the jobsite. Laboratory tests shall be according to standard test methods
(ASTM).
Specific Gravity
Unit Weight
Water Absorption
Consolidation Test
Compaction Test
Specific Gravity
Unit Weight
5. FACTUAL REPORT
The Factual Report shall contain the all raw data obtained from the subsurface investigation, as
stipulated in the previous sections. The acceptance of the factual report will depend on the
completeness of the output of all the tasks included in this TOR.
1. Plan Formulation/Team
Leader
2. Topographic Survey and
Mapping
3. Geologic Investigation
(Surface & Sub-surface)
4. Hydrology
5. Agriculture/Agronomy
6. Irrigation Works
7. Dam and Reservoir
/Deputy Team Leader
8. Economics
9. Drainage Works
10. Environmental and
Social Assessment (ESA)
11. Quantity and Cost
Estimates
12. Report Preparation/
13. Drafting Works
14. Soil and Land
Classification
15. Electrical-Mechanical
Works
Note: The above chart is indicative only and does not preclude the shortlisted Consulting
Firms from submitting their own Work Plan and Gantt Chart of Activities as part of their
Technical Proposal.
SUMMARY
A REMUNERATION 7,327,608.04
Note: The reimbursable items have been limited to activities for Topographic survey and Mapping, and Surface &
Subsurface Geologic Investigation.