Installation of the following: a) 75mm. Ø Small Distribution Pipelines at Purok 3 (Near Maximina Resort) to Sitio Maabo Purok 7, Brgy. Sta. Maria Magdalena, San Pablo City; b) 75mm. Ø Small Distribution Pipelines at Brgy. San Lucas 2, San Pablo City; and c) Four (4) Units Fire Hydrants at Brgy. San

Contract No. 2025-227
P 2,181,722.85
2025-12-23 14:00:00

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. 2025-227

Installation of the following: a) 75mm. Ø Small Distribution Pipelines at Purok 3 (Near Maximina Resort) to Sitio Maabo Purok 7, Brgy. Sta.
Maria Magdalena, San Pablo City; b) 75mm. Ø Small Distribution Pipelines at Brgy. San Lucas 2, San Pablo City; and c) Four (4)
Units Fire Hydrants at Brgy. San Juan, San Pablo City

1. The San Pablo City Water District, through the 2025 Approved Budget intends to apply the sum of Two Million One Hundred Eighty-One Thousand Seven Hundred Twenty-Two and 85/100 Pesos (Php 2,181,722.85) only being the Approved Budget for the Contract (ABC) to payments under the contract for Contract No. 2025-227 Installation of the following: a) 75mm. Ø Small Distribution Pipelines at Purok 3 (Near Maximina Resort) to Sitio Maabo Purok 7, Brgy. Sta. Maria Magdalena, San Pablo City; b) 75mm. Ø Small Distribution Pipelines at Brgy. San Lucas 2, San Pablo City; and c) Four (4) Units Fire Hydrants at Brgy. San Juan, San Pablo City. 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 December 3, 2025 to December 23, 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 11, 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 23, 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 23, 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.
Project Classification: Date

DISTRIBUTION LINES
Title:
PROPOSED INSTALLATION OF 75MM Ø SMALL DISRIBUTION PIPELINES AT
PUROK 3 (NEAR MAXIMINA RESORT) to SITIO MAABO PUROK 7 , BRGY. STA. MARIA MAGDALENA, SAN PABLO CITY

Description of Work Location of Work
Proposed installation of 75mm Ø PVC Pipelines with Purok 3 (near Maximina Resort) to Sitio Maabo, Purok 7
an estimated length of 1,020LM. Santa Maria Magdalena, San Pablo City

Starting Date : Upon approval
Schedule Completion: 24 working days
Date Completed:
Final Completion:
Justification Work Breakdown
1 Excavation / Concrete demolition
As per Extension of Service Distribution Line 2 Pipelaying/Boring Works
3 Interconnection
4 Concrete Thrust Blocking
5 Backfilling
6 Flushing and Disinfection
7 Restoration
8 Clean-up




Sketch of Work to be done Project Cost
Particulars:
Materials P816,210.00
See Attached Plan Labor P288,000.00
Overhead Cost P112,896.42
Total Project Cost.: P1,217,106.42
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

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

SAN PABLO CITY WATER DISTRICT
San Pablo City

WORK ORDER
W.O. No.
Project Classification: Date

DISTRIBUTION LINES
Title:
PROPOSED INSTALLATION OF 75MM Ø SMALL DISRIBUTION PIPELINES AT
BRGY. SAN LUCAS 2, SAN PABLO CITY

Description of Work Location of Work
Proposed installation of 75mm Ø PVC Pipelines with Brgy. San Lucas 2 (near AMAIA/MERALCO Housing )
an estimated length of 336 LM. San Pablo City

Starting Date : Upon approval
Schedule Completion: 16 working days
Date Completed:
Final Completion:
Justification Work Breakdown
1 Excavation / Concrete demolition
As per Extension of Service Distribution Line 2 Pipelaying/Boring Works
3 Interconnection
4 Concrete Thrust Blocking.
5 Backfilling.
6 Restoration
7 Flushing and Disinfection.
8 Clean-up.




Sketch of Work to be done Project Cost
Particulars:
Materials P355,945.00
See Attached Plan Labor P131,200.00
Overhead Cost P67,100.21
Total Project Cost.: P554,245.21
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

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

SAN PABLO CITY WATER DISTRICT
San Pablo City

WORK ORDER
W.O. No.
Project Classification: Date

FIRE HYDRANTS
Title:
PROPOSED INSTALLATION OF FOUR (4) UNITS FIRE HYDRANTS AT BRGY. SAN JUAN , SAN PABLO CITY

Description of Work Location of Work
Proposed installation of Four (4) Units 2½ " Ø Fire Boundary of Sta. Maria Magdalena and San Juan/
Hydrants . Boundary of San Juan and Sta. Felomina/ Brgy. Hall of
San Juan, San Pablo City

Starting Date : Upon approval
Schedule Completion: 10 working days
Date Completed:
Final Completion:
Justification Work Breakdown
1 Concrete Breaking
As per Improvement of Appurtunances/ Service 2 Excavation
Distribution Line. 3 Installation of Fittings /Interconnection
4 Concrete Thrust Blocking.
5 Backfilling.
6 Restoration
7 Flushing and Disinfection.
8 Clean-up.




Sketch of Work to be done Project Cost
Particulars:
Materials P318,030.00
See Attached Plan Labor P68,466.40
Overhead Cost P23,874.82
Total Project Cost.: P410,371.22
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

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

San Pablo City Water District
San Pablo City

PROPOSED INSTALLATION OF 75MM Ø SMALL DISRIBUTION PIPELINES AT
PUROK 3 (NEAR MAXIMINA RESORT) to SITIO MAABO PUROK 7 , BRGY. STA. MARIA MAGDALENA, SAN PABLO CITY

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

1 Excavation / Concrete demolition

2 Pipelaying

3 Interconnection Interconnection Works

4 Concrete Thrust Blocking.

5 Backfilling

6 Flushing and Disinfection

7 Restoration

8 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 A, TSD Acting Department Manager A, OD General Manager
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

San Pablo City Water District
San Pablo City

PROPOSED INSTALLATION OF 75MM Ø SMALL DISRIBUTION PIPELINES AT BRGY. SAN LUCAS 2, SAN PABLO CITY

WORK SCHEDULE

No. ACTIVITIES Days
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

1 Excavation / Concrete demolition

2 Pipelaying /Boring

3 Interconnection Interconnection Works

4 Concrete Thrust Blocking.

5 Backfilling

6 Flushing and Disinfection

7 Restoration

8 Clean-Up

ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District