Supply, Delivery and Installation of Thirteen (13) sets Ultrasonic Flowmeter at Sources

Contract No. 2025-242
P 3,450,000.00
2026-01-28 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. 2025-242

Supply, Delivery and Installation of Thirteen (13) sets Ultrasonic Flowmeter at Sources

1. The San Pablo City Water District, through the 2025 Approved Budget intends to apply the sum of Three Million Four Hundred Fifty Thousand Pesos (Php 3,450,000.00) only being the Approved Budget for the Contract (ABC) to payments under the contract for Contract No. 2025-242 Supply, Delivery and Installation of Thirteen (13) sets Ultrasonic Flowmeter at Sources. 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. Delivery of the Goods is required within Thirty (30) Days upon receipt of approved Purchase Order. Bidders should have completed, within One (1) year from the date of submission and receipt of bids, 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 a non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183.

4. Prospective Bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the address given below during 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 January 8, 2026 to January 28, 2026 from the given address 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 January 16, 2026 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 indicated below, on or before January 28, 2026 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 14.

9. Bid opening shall be on January 28, 2026 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 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 for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and
? (d) 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
? (e) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and
? (f) 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
? (g) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC) or A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation.

Class “B” Documents

? (h) If applicable, a duly signed joint venture agreement (JVA) 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
? (i) Original of duly signed and accomplished Financial Bid Form; and
? (j) Original of duly signed and accomplished Price Schedule(s).
Other documentary requirements under RA No. 9184 (as applicable)
? (k) [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product.
? (l) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity.

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Section VI. Schedule of Requirements
Contract No. 2025-242

Supply, Delivery and Installation of Thirteen (13) sets
Ultrasonic Flowmeter at Sources

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site.

Item No. Description Quantity Total Delivered, Weeks/Months
1. Portable Transit-time Ultrasonic Flowmeter
Size: DN20-DN6000 1 set Thirty (30) Days
upon receipt of Purchase Order
2. Ultrasonic Flowmeter – Size DN50
With Communication Gateway 1 set
3. Ultrasonic Flowmeter – Size DN150
With Communication Gateway 4 sets
4. Ultrasonic Flowmeter – Size DN200
With Communication Gateway 2 sets
5. Ultrasonic Flowmeter – Size DN250
With Communication Gateway 1 set
6. Ultrasonic Flowmeter – Size DN300
With Communication Gateway 2 sets
7. Ultrasonic Flowmeter – Size DN350
With Communication Gateway 1 set
8. Ultrasonic Flowmeter – Size DN400
With Communication Gateway 1 set

Terms of Payment :
a) After issuance of certificate of final acceptance
b) Upon posting of warranty security in any of the
following prescribed forms:
- Retention money in an amount equivalent to five percent (5%) of the contract price
Or
- Special bank guarantee equivalent to at least ten percent (10%) of the contract price.
Or
- Surety bond callable upon demand issued by GSIS or a surety or insurance company equivalent to thirty (30%) percent of the contract price.
c) Processing of payment (30 days) upon completion of deliveries.

Terms and Warranty:
With Manuals and Brochure.
Supply, Delivery and Installation of the items shall be within 30 days upon receipt of approved P.O.
One (1) year warranty against factory defect or faulty workmanship.
See Technical Specs for the additional requirements.

Prepared by: Reviewed and Evaluated by:


ENGR. HAZEL S. GERONIMO ENGR. GILBERT M. VELASCO
Requisitioner / Acting Division Manager A – EWRD BAC Prov. Member-Technical


Recommended for Approval: Approved by:


ENGR. LAZARO FERDINAN S. ABRIGO MILDRED C. MORGA
Department Manager A – TSD Acting General Manager

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx


SAN PABLO CITY WATER DISTRICT
San Pablo City


TECHNICAL SPECIFICATIONS
Supply, Delivery and Installation of Ultrasonic Flowmeter at Sources

Item No. Quantity Unit SPECIFICATIONS Statement of Compliance
Complying Non-Complying
A. General Requirements:
1. 1 Set Portable Transit-time Ultrasonic Flowmeter
Power Supply: 85-265VAC Built-in rechargeable battery/Work 50hours
Protection Class: IP66
Communication Output: 4~20mA, OCT, RS485 (Modbus-RUT), Data Logger
Type: Normal Sensor
Transducer Size: S(DN20-DN50) M (DN50-DN1000) L (DN1000-DN6000)
Protection Class: IP68
Transducer Temperature: ­ 40°C ~ 85°C
Configured with Stainless Steel Belt
Cable Length: 5 meters
Unit Cost: ?360,000.00
2. 1 Set Ultrasonic Flowmeter Size: DN50
Pipe Size: DN50
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.6MPa
Connection: EN1092-1 flange
Range: R1000
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 200mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?165,000.00
3. 4 Sets Ultrasonic Flowmeter Size: DN150
Pipe Size: DN150
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.6MPa
Connection: EN1092-1 flange
Range: R1000
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 300mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?225,000.00
4. 2 Sets Ultrasonic Flowmeter Size: DN200
Pipe Size: DN200
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.0MPa
Connection: EN1092-1 flange
Range: R1000
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 350mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?245,000.00
5. 1 Set Ultrasonic Flowmeter Size: DN250
Pipe Size: DN250
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.0MPa
Connection: EN1092-1 flange
Range: R1000
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 500mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?275,000.00
6. 2 Sets Ultrasonic Flowmeter Size: DN300
Pipe Size: DN300
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.0MPa
Connection: EN1092-1 flange
Range: R1000
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 500mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?295,000.00
7. 1 Set Ultrasonic Flowmeter Size: DN350
Pipe Size: DN350
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.0MPa
Connection: EN1092-1 flange
Range: R500
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 500mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?325,000.00
8. 1 Set Ultrasonic Flowmeter Size: DN400
Pipe Size: DN400
Power Supply: Battery
Pipe Material: Stainless Steel 304
Pressure: 1.0MPa
Connection: EN1092-1 flange
Range: R500
Output: RS485 (Modbus-RTU)
with Pressure functions
Pipe Length: 600mm
Communication Gateway
Communication Output: 4G
Power Supply: Battery
Battery Life: 6years
Data Transmission Frequency: Once a day
Connection: Configure with Bulk Ultrasonic Water Meter
Unit Cost: ?345,000.00
B. Terms and Warranty:
1 With Manuals and Brochure.
2 Supply, Delivery and Installation of the items shall be within 30days upon receipt of approved P.O.
3 One (1) year warranty against factory defect or faulty workmanship.
C. Approved Budget Cost:
Php3,450,000.00

Prepared by: Reviewed and Evaluated by:


Engr. HAZEL S. GERONIMO Engr. GILBERT M. VELASCO
Acting Division Manager A, EWRD BAC Provisional Member - Technical

Recommended for Approval: Approved by:


Engr. LAZARO FERDINAN S. ABRIGO Ms. MILDRED C. MORGA
Department Manager A, TSD Acting General Manager

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

GENERAL SPECIFICATIONS

DIVISION 30
SAN PABLO CITY WATER DISTRICT
ELECTRO-MECHANICAL EQUIPMENT
ULTRASONIC FLOWMETERS

I. GENERAL

a. The Supplier shall furnish, deliver, install, test and commission the Ultrasonic Flowmeter specified herein. He shall provide the necessary supervision, tools, materials, supplies and appurtenances for the proper installation, testing and operation of the completely assembled equipment.

b. All equipment furnished and installed shall be brand new and non-obsolete (at most three years ex-stock), unused and guaranteed from defects in material, design and/or workmanship. When required, importation papers of ex-stock equipment shall be submitted. No replacement equipment or material shall be delivered for installation on site prior to the return of acceptable shop drawings submitted by the Contractor and duly approved by the Engineer/Owner. The contractor shall submit together with the shop drawings, a certification of the availability of spare parts and service locally in case of system breakdown for a period of five (5) years.

c. The work under this Contract shall be done in accordance with the requirements of the latest edition of the Philippine Electrical Code, the rules, regulations and requirements of electrical and telephone utilities as far as their permanent services are concerned, and the government ordinances enforced in the locality. In case of conflict with these specifications or the drawings, the preceding clause shall govern.

d. The Contractor shall be responsible for securing all necessary permits from the appropriate government authorities at his own expense both for the mechanical/electrical construction and for the operation of the system upon completion of the work. The Contractor shall furnish the Owner with the approved Certificate of Final Mechanical/Electrical Inspection.

e. All electrical equipment, materials and components shall be as specified unless specifically exempted, in which case, they shall be the best of their respective kind. Samples of material to be supplied shall be submitted for approval when required by the Engineer. All electrical equipment and material shall bear the manufacturer’s inspection label, unless exception to this requirement is inherent to a particular item.

f. The Contractor shall coordinate and work with all other parties with whose apparatus he shall connect part/s of the work required herein. The Contractor shall prepare drawings or details of the equipment he supplied, location of sleeves, conduits and supports that may be required by other trades and shall furnish the Owner with at least five (5) copies of these drawings, for the information of all parties concerned. The approval for such drawings shall not relieve the Contractor in any way from the responsibility of properly locating and/or coordinating his work with those of other parties involved.

g. The Contractor shall furnish copies of certified non-witnessed performance test for all imported equipment. In the absence of such certification and for locally-manufactured/assembled equipment, a local laboratory testing shall be conducted on the equipment in the presence of authorized Water District/Owner representatives. In no case shall the Contractor shall be allowed to deliver and install the unit until satisfactory laboratory test is attained. The cost of making the test shall be borne entirely by the Contractor.

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