Republic of the Philippines
SAN PABLO CITY WATER DISTRICT
Maharlika Highway, Brgy. San Gabriel, San Pablo City
Telefax. No. (049) 503-0075
Invitation to Bid
Contract No. 2025-225
Installation of 150 MM Ø Distribution Lines from Brgy. San Francisco Calihan (Near M. Paulino) to Brgy. Soledad
(Traversing Old Road) at San Pablo City, Laguna
1. The San Pablo City Water District, through the 2025 Approved Budget intends to apply the sum of One Million Nine Hundred Sixty-Three Thousand Six Hundred Fifty-Five Pesos and 88/100 Pesos (Php 1,963,655.88) only being the Approved Budget for the Contract (ABC) to payments under the contract for Contract No. 2025-225 Installation of 150 MM Ø Distribution Lines from Brgy. San Francisco Calihan (Near M. Paulino) to Brgy. Soledad (Traversing Old Road) at San Pablo City, Laguna. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The San Pablo City Water District now invites bids for the above Procurement Project. Completion of the Works is required within Forty-Five (45) Working Days upon approval. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
4. Interested bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the address given below from 8:00 o’clock in the morning up to 5:00 o’clock in the afternoon.
5. A complete set of Bidding Documents may be acquired by interested bidders on November 27, 2025 to December 17, 2025 from the given address below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Thousand Pesos (Php 5,000.00) only. The Procuring Entity shall allow the bidder to present its proof of payment for the fees by presenting the Official Receipt personally at the given address below.
6. The San Pablo City Water District will hold a Pre-Bid Conference on December 5, 2025 at 2:00 o’clock in the afternoon at San Pablo City Water District Regional Training Center, Maharlika Highway, Brgy. San Gabriel, San Pablo City, which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through manual submission at the office address as indicated below on or before December 17, 2025 at 2:00 o’clock in the afternoon. Late bids shall not be accepted.
8. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 16.
9. Bid opening shall be on December 17, 2025 at 2:00 o’clock in the afternoon at the given address below. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.
10. In case the due date falls on a non-working day, i.e. Saturday and Sunday, legal holiday, or special non-working holiday, the deadline shall be moved on the next working day.
11. The San Pablo City Water District reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.
12. For further information, please refer to:
ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District
Maharlika Highway, Brgy. San Gabriel,
San Pablo City 4000, Laguna, Philippines
bac@spcwd.org.ph
Tel No:
Laguna Trunkline: (049) 562-9955 loc. 124 or 125 or 128
Manila Line: (02) 8396-9550 loc. 124 or 125 or 128
Direct Line: (049) 503-0075
Approved by:
EFREN R. DELA PAZ
Chairman, Bids and Awards Committee
Noted by:
MILDRED C. MORGA
Acting General Manager
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
?
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR;
Technical Documents
?
(b) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and
?
(c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the rules; and
?
(d) Special PCAB License in case of Joint Ventures and registration for the type and cost of the contract to be bid; and
?
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission or original copy of Notarized Bid Securing Declaration; and
(f) Project Requirements, which shall include the following:
?
a. Organizational chart for the contract to be bid;
?
b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data;
?
c. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership or certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be; and
?
(g) Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder.
Financial Documents
?
(h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
?
(i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR in case the joint venture is already in existence or
duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.
II. FINANCIAL COMPONENT ENVELOPE
?
(j) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
?
(k) Original of duly signed Bid Prices in the Bill of Quantities; and
?
(l) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid; and
?
(m) Cash Flow by Quarter.
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
SAN PABLO CITY WATER DISTRICT
San Pablo City
WORK ORDER
W.O. No.
Date
Project Classification:
DISTRIBUTION LINES
Title:
PROPOSED INSTALLATION OF 150 MM Ø DISTRIBUTION LINES FROM BRGY. SAN FRANCISCO CALIHAN
(NEAR M. PAULINO) TO BRGY. SOLEDAD (TRAVERSING OLD ROAD) AT SAN PABLO CITY, LAGUNA
Description of Work Location of Work
Installation of of 6" Ø distribution lines from San Francisco Brgy.San Francisco Calihan to Brgy. Soledad
Calihan to Brgy. Soledad with estimated length of 260m. San Pablo City, Laguna
Starting Date : Upon approval
Schedule Completion: 31 working days
Date Completed:
Final Completion:
Justification Work Breakdown
As per Extension of Service Distribution Line 1 Mobilization
2 Pavement/ Concrete Demolition.
3 Excavation.
4 Boring Works.
5 Pipelaying.
6 Interconnection/Installation of FH (including Welding Works)
7 Concrete Thrust Blocking.
8 Backfilling.
9 Hydrotesting
10 Flushing and Disinfection.
11 Restoration.
12 Demobilization/Clean-up.
Sketch of Work to be done Project Cost
Particulars:
Materials P1,053,755.00
See Attached Plan Labor P320,600.00
Overhead Cost P589,300.88
Total Project Cost.: P1,963,655.88
Manner of undertaking the project Action taken by the General Manager
By Administration Approved Reason for disapproval/deferred:
By Contractor Disapproved
Joint Deferred
Prepared by: Checked by: Reviewed and Recommended
for Approval by:
ENGR. HAZEL S. GERONIMO ARCH. MARIO A. BONDAD ENGR. LAZARO FERDINAN S. ABRIGO
Acting Division Manager A, EWRD Division Manager A, ED Department Manager A, TSD
Reviewed and Recommended Budget checked by: Pre-Audited by:
for Approval by:
ENGR. ALVIN A. SANTIAGO ROMMEL B. DE LUNA RAUL F. CASTAÑEDA
Acting Department Manager A, OD Division Manager A , T and B Supervising Internal Control Officer
Approved by:
ENGR. ELEUTERIO D. AMANTE
General Manager A
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
San Pablo City Water District
San Pablo City
PROPOSED INSTALLATION OF 150 MM Ø DISTRIBUTION LINES FROM BRGY. SAN FRANCISCO CALIHAN
(NEAR M. PAULINO) TO BRGY. SOLEDAD (TRAVERSING OLD ROAD) AT SAN PABLO CITY, LAGUNA
WORK SCHEDULE
No. ACTIVITIES Days
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
1 Mobilization
2 Pavement /Conrete Demolition
3 Excavation
4 Boring Works
5 Pipelaying
6 Interconnection/Installation of FH
7 Concrete Thrust Blocking.
8 Backfilling
9 Hydrotesting
10 Flushing/Disinfection
11 Restoration
12 Demobilization/ Clean-Up
Prepared by: Checked by: Reviewed and Recommended for Approval by: Approved by:
ENGR. HAZEL S. GERONIMO ARCH. MARIO A. BONDAD ENGR. LAZARO FERDINAN S. ABRIGO ENGR. ALVIN A. SANTIAGO ENGR. ELEUTERIO D. AMANTE
Acting Division Manager A, EWRD Division Manager A, ED Department Manager,TSD Acting Division Manager A, OD General Manager
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
San Pablo City Water District
San Pablo City
PROPOSED INSTALLATION OF 150 MM Ø DISTRIBUTION LINES FROM BRGY. SAN FRANCISCO CALIHAN
(NEAR M. PAULINO) TO BRGY. SOLEDAD (TRAVERSING OLD ROAD) AT SAN PABLO CITY, LAGUNA
No. Work Items Quantity Unit Unit Cost Amount
1 Interconnection at existing 150mm.Ø PVC Pipelines
CI Tee 6 " x 6 " Ø (M/F) 1 pc. 15,000.00 15,000.00
CI Gate Valve 6 " Ø (F/F) 1 pc. 18,000.00 18,000.00
CI Flange Adaptor 6 " Ø 1 pc. 7,000.00 7,000.00
Dresser Coupling 6" Ø 1 pc 6,000.00 6,000.00
46,000.00
2 Interconnection at 200 mm.Ø PVC Existing Pipelines
CI Tee 8 " x 6" Ø (M/F) 1 pc. 18,000.00 18,000.00
Dresser Coupling 8 " Ø 1 pcs. 8,000.00 8,000.00
CI Gate Valve 6 " Ø (F/F) 2 pc. 18,000.00 36,000.00
CI Flange Adaptor 6 " Ø 2 pc. 7,000.00 14,000.00
CI Tee 6 " x 6 " Ø (M/F) 1 pc. 15,000.00 15,000.00
PVC Elbow 6 " Ø x 90° ( long) 1 pc. 16,500.00 16,500.00
107,500.00
3 Interconnection at 100 mm.Ø PVC Existing Pipelines (left)
CI Tee 4 " x 4" Ø (M/F) 1 pc. 9,000.00 9,000.00
CI Gate Valve 4 " Ø (F/F) 1 pc. 12,000.00 12,000.00
CI Reducer 6 " x 4" Ø (F/F) 1 pc. 7,000.00 7,000.00
CI Flange Adaptor 6 " Ø 1 pc. 7,000.00 7,000.00
Dresser Coupling 4 " Ø 1 pcs. 4,000.00 4,000.00
PVC Elbow 6 " Ø x 90° ( long) 1 pc. 16,500.00 16,500.00
55,500.00
4 Interconnection at 100 mm.Ø PVC Existing Pipelines (right)
CI Tee 4 " x 4" Ø (M/F) 2 pc. 9,000.00 18,000.00
CI Gate Valve 4 " Ø (F/F) 2 pc. 12,000.00 24,000.00
CI Flange Adaptor 4 " Ø 2 pc. 4,500.00 9,000.00
Dresser Coupling 4 " Ø 1 pc. 4,000.00 4,000.00
55,000.00
5 Pipelines
PVC Pipe 6"Ø x 6.0m 44 L 7,000.00 308,000.00
PVC Elbow 6"Ø x 45° 2 pcs. 16,500.00 33,000.00
PVC Elbow 6"Ø x 22 1/2° 4 pcs. 15,000.00 60,000.00
401,000.00
6 Fire Hydrant/BOV (2)
CI Tee 6"Ø x 3"Ø (M/F) 2 pc. 10,000.00 20,000.00
CI. Gate Valve 3"Ø (F/F) 2 pc. 8,500.00 17,000.00
Steel Ring Flange 3"Ø 2 pc. 1,200.00 2,400.00
GI Pipe 3 "Ø ( S-40) 4 m 4,000.00 16,000.00
GI. Elbow 3"Ø x 90° (S-40) 2 pc. 650.00 1,300.00
Angle Fire Hydrant 3 "Ø x 2 1/2"Ø out 2 pc. 16,500.00 33,000.00
89,700.00
7 Restoration Works ( 3,500 psi )
For Restoration of Interconnection works ( 6 points):
Cement 40 bags 235.00 9,400.00
Sand S-1 2 cu.m 2,000.00 4,000.00
Gravel 3/4 4 cu.m 2,000.00 8,000.00
For Restoration of pavement / Thrust Block :
Cement 319 bags 235.00 74,965.00
Sand S-1 18 cu.m 2,000.00 36,000.00
Gravel 3/4 36 cu.m 2,000.00 72,000.00
Sand Bedding :
Sand S-1 ( 4 inches thick) 15 cu.m 2,000.00 30,000.00
Base-Course :
Gravel 3/4 ( 4 inches thick) 15 cu.m 2,000.00 30,000.00
264,365.00
8 Miscellaneous
Hacksaw Blade 5 pc. 110.00 550.00
Marpak Grease 6 cans 110.00 660.00
Welding Rod 2 kg. 115.00 230.00
Bolts and Nuts 5/8" x 3" 84 pcs. 75.00 6,300.00
Valve Box Cover 7 pcs. 1,250.00 8,750.00
Neolite Rubber 4 sq.m 1,000.00 4,000.00
Cotton Thread 1 roll 200.00 200.00
PVC Pipe 6.Ø x 6.0m (soil pipe) 2 L 7,000.00 14,000.00
34,690.00
Total Amount P1,053,755.00
LABOR COST (30% of Direct Cost)
Description No. Rate / day No. of Days Total
Skilled Pipe Fitter 1 1,200.00 31 37,200.00
Skilled (Boring Works- 3 points) 6 1,000.00 8 48,000.00
Operator ( Jackhammer/ Concrete Cutting) 2 800.00 8 12,800.00
Mason ( Restoration Works) 2 1,000.00 8 16,000.00
Welder 1 1,000.00 2 2,000.00
Driver 1 600.00 31 18,600.00
Unskilled(Pipelaying) 6 600.00 31 111,600.00
Unskilled (Helper-hauling/demolition/restoration) 4 600.00 31 74,400.00
Total Amount P320,600.00
Total Diret Cost ( Materials and Labor) P1,374,355.00
OVERHEAD COST
Hydrotesting Fee Sec 20 ( 260m x 20.00) 5,200.00
(see Section # 9 of the Term and Reference(TOR) for the condition on water use.)
Temporary Facilities ( 1.5% of Direct Cost) 20,615.33
Mobilization and Demobilization ( 3% of Direct Cost) 41,230.65
Equipment Cost/Rentals ( 10% of Direct Cost) 137,435.50
Unforeseen / Contingencies (5% labor + 5% material cost) 68,717.75
Health and Safety Provision ( 1% of Direct Cost) 13,743.55
Profit ( 10% of Direct Cost) 137,435.50
Tax ( 12% of Direct Cost) 164,922.60
Total Amount P589,300.88
TOTAL PROJECT COST P1,963,655.88
Prepared by: Checked by:
ENGR. HAZEL S. GERONIMO ARCH. MARIO A. BONDAD
Acting Division Manager A, EWRD Division Manager A, ED
Reviewed and Recommended for Approval by:
ENGR. LAZARO FERDINAN S. ABRIGO ENGR. ALVIN A. SANTIAGO
Department Manager,TSD Acting Department Manager, OD
Approved by:
ENGR. ELEUTERIO D. AMANTE
General Manager
ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District