Republic of the DEPARTMENT OF PUBLIC WORKS & HIGHWAYS 3RD (formerly 2ND) DISTRICT ENGINEERING OFFICE Regional Office V Baras,

Contract ID No. 20FF0008, 20FF0009, 20FF0010, 20FF0011, 20FF0012, 20FF0013, 20FF0014, 20FF0015, 20FF0016 & 20FF0017 Contract Name: 1) Organizational Outcome 1: Ensure Safe and Reliable National Road System Bridge Program – Widening of Permanent Bridges – Pili Airport Br. (B00418LZ) along Pili Airport Road 2) Organizational Outcome 1: Ensure Safe and Reliable National Road System, Asset Preservation Program – Rehabilitation/Reconstruction of Roads with Slips, Slope Collapse and Landslide – Tertiary Road, Manguiring-Tomagodtod-Sibobo Rd – K0458+(-520)-K0458+200, Brgy. Manguiring, , Camarines Sur 3) Organizational Outcome 2: Protect Lives and Properties Against Major Flood – Flood Management Program – Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins – Construction of Flood Control (Tabuco Section), Naga City, Camarines Sur 4) Organizational Outcome1: Ensure Safe & Reliable National Road System Asset Preservation Program Preventive Maintenance Tertiary Road Naga City Bdry-Calabanga Balongay Rd- K0440+(-891)-K0443+686, Canaman and , Camarines Sur 5) Organizational Outcomes 1: Ensure Safe & Reliable National Road System Asset Preservation Program Preventive Maintenance Secondary Road Pili Airport (S03505LZ) – Chainage 000 – Chainage 179, Chainage 237.50 – Chainage 450, Pili, Camarines Sur 6) Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program-Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins - Construction of Bicol River Flood Control, Brgy. Mangayawan, Canaman, Camarines Sur 7) Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program-Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins – Rehabilitation/Upgrading of Bicol River Flood Control System, Brgy. Tarosanan, , Camarines Sur 8) Construction of Road, Barangay Carangcang, Magarao, Camarines Sur 9) Organizational Outcomes 1: Ensure Safe and Reliable National Road System Asset Preservation Program – Rehabilitation/Reconstruction of Roads with slips, Slope Collapse, and Landslide-Tertiary Road, Manguiring-Cagsao-Cabanbanan Rd-K0460+480-K0460+530, K0460+570-K0460+620, Calabanga, Camarines Sur 10) Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program-Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins – Rehabilitation/Upgrading of Bicol River Flood Control System, Brgy. Sabang, Naga City, Camarines Sur Location of Contract: Calabanga, Canaman, Naga City and Magarao, Camarines Sur

MINUTES OF PRE-BID CONFERENCE October 31, 2019

I. ATTENDANCE BAC MEMBERS: 1. Tessie P. Caceres - Chairman 2. Debbie H. Escuro - Procurement Head 3. Sean B. Serrano - BAC Member 4. Nenita Francia R. Saez - BAC Member

OBSERVERS/CONTRACTORS: 1. None

REPRESENTATIVES OF SECRETARIAT/TWG: 1. Ma. Liza R. Romano 2. Ronald Herick I. Blacer 3. Ryan S. Guevarra 4. Raul M. Nepomuceno

REPRESENTATIVES OF IMPLEMENTING OFFICE/OTHERS: 1. Winson V. Salcedo - Engineer II, PDS 2. Jose B. Deris, Jr. - Engineer II, PDS

II. CALL TO ORDER

BAC Chairman Tessie P. Caceres called the pre-bid conference to order at 9:30 A.M.

III. PRESENTATION/EXPLANATION BY BAC

The following matters were discussed:

1. CONTRACT DATA Contract ID No. 20FF0008 Organizational Outcome 1: Ensure Safe and Reliable National Road System Bridge Program – Widening of Name of Contract Permanent Bridges – Pili Airport Br. (B00418LZ) along Pili Airport Road Widening of Permanent Bridge Pili Airport Bridge Scope of Works (B00418LZ) Approved Budget for Contract (ABC) Php 58,799,973.36 Contract Duration 266 Source of Fund GAA FY 2020 Major Category of Work BCCDP Similar Category of Work BRHCDP, BRTCDP, BCP, BRP, BRC, BCC, BRR

Contract ID No. 20FF0009 Organizational Outcome 1: Ensure Safe and Reliable National Road System, Asset Preservation Program – Rehabilitation/Reconstruction of Roads with Slips, Slope Name of Contract Collapse and Landslide – Tertiary Road, Manguiring- Tomagodtod-Sibobo Rd – K0458+(-520)-K0458+200, Brgy. Manguiring, Calabanga, Camarines Sur Scope of Works Slope Protection of Road Slips, Collapse and Landslide Approved Budget for Contract (ABC) Php 11,759,851.07 Contract Duration 154 Source of Fund GAA FY 2020 Major Category of Work FCSPS Similar Category of Work RCSPS, FHR, PHC, FHD

Contract ID No. 20FF0010 Organizational Outcome 2: Protect Lives and Properties Against Major Flood – Flood Management Program – Name of Contract Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins – Construction of Bicol River Flood Control (Tabuco Section), Naga City, Camarines Sur Scope of Works Construction of revetment Approved Budget for Contract (ABC) Php 24,499,948.65 Contract Duration 147 Source of Fund GAA FY 2020 Major Category of Work FCSF Similar Category of Work PCCWDP, PCCWCP, FHR, PHC, PHW, FHD

Contract ID No. 20FF0011 Organizational Outcome1: Ensure Safe & Reliable National Road System Asset Preservation Program Preventive Name of Contract Maintenance Tertiary Road Naga City Bdry-Calabanga Balongay Rd-K0440+(-891)-K0443+686, Canaman and Magarao, Camarines Sur Scope of Works Asphalt Overlay Approved Budget for Contract (ABC) Php 68,303,039.10 Contract Duration 146 Source of Fund GAA FY 2020 Major Category of Work RCG Similar Category of Work RCA, RCP, RRA, RRP, RRG Contract ID No. 20FF0012 Organizational Outcomes 1: Ensure Safe & Reliable National Road System Asset Preservation Program Preventive Name of Contract Maintenance Secondary Road Pili Airport (S03505LZ) – Chainage 000 – Chainage 179, Chainage 237.50 – Chainage 450, Pili, Camarines Sur Scope of Works Asphalt Overlay with Correction (reblocking) Approved Budget for Contract (ABC) Php 19,401,016.95 Contract Duration 81 Source of Fund GAA FY 2020 Major Category of Work RCG Similar Category of Work RCA, RCP, RRA, RRP, RRG

Contract ID No. 20FF0013 Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program- Name of Contract Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins - Construction of Bicol River Flood Control, Brgy. Mangayawan, Canaman, Camarines Sur Scope of Works Construction of Revetment Approved Budget for Contract (ABC) Php 24,499,997.83 Contract Duration 202 Source of Fund GAA FY 2020 Major Category of Work FCSF Similar Category of Work PCCWDP, PCCWCP, FHR, PHC, PHW, FHD

Contract ID No. 20FF0014 Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program- Construction/Rehabilitation of Flood Mitigation Facilities Name of Contract within Major River Basins – Rehabilitation/Upgrading of Bicol River Flood Control System, Brgy. Tarosanan, Camaligan, Camarines Sur Scope of Works Construction of Revetment Approved Budget for Contract (ABC) Php 24,499,983.10 Contract Duration 147 Source of Fund GAA FY 2020 Major Category of Work FCSF Similar Category of Work PCCWDP, PCCWCP, FHR, PHC, PHW, FHD

Contract ID No. 20FF0015 Construction of Barangay Road, Barangay Carangcang, Name of Contract Magarao, Camarines Sur Scope of Works Construction of Concrete Road Approved Budget for Contract (ABC) Php 2,969,989.92 Contract Duration 75 Source of Fund GAA FY 2020 Major Category of Work RCG Similar Category of Work RCA, RCP, RRA, RRP, RRG

Contract ID No. 20FF0016 Organizational Outcomes 1: Ensure Safe and Reliable National Road System Asset Preservation Program – Rehabilitation/Reconstruction of Roads with slips, Slope Name of Contract Collapse, and Landslide-Tertiary Road, Manguiring-Cagsao- Cabanbanan Rd-K0460+480-K0460+530, K0460+570- K0460+620, Calabanga, Camarines Sur Scope of Works Slope Protection of Road Slips, Collapse and Landslide Approved Budget for Contract (ABC) Php 2,253,877.77 Contract Duration 69 Source of Fund GAA FY 2020 Major Category of Work FCSPS Similar Category of Work RCSPS, FHR, PHC, FHD

Contract ID No. 20FF0017 Organizational Outcome 2: Protect Lives and Properties Against Major Flood-Flood Management Program- Name of Contract Construction/Rehabilitation of Flood Mitigation Facilities within Major River Basins – Rehabilitation/Upgrading of Bicol River Flood Control System, Brgy. Sabang, Naga City, Camarines Sur Scope of Works Construction of Revetment Approved Budget for Contract (ABC) Php 24,499,986.67 Contract Duration 147 Source of Fund GAA FY 2020 Major Category of Work FCSF Similar Category of Work PCCWDP, PCCWCP, FHR, PHC, PHW, FHD

2. BIDDING DOCUMENTS REQUIREMENTS The BAC Chairman stated the requirements for bidding documents which includes the following: a. Instruction to Bidders b. General Conditions of Contract c. Special Conditions of Contract d. Bid Data Sheet e. Plans f. Specifications g. Bill of Quantities h. Forms

In addition, the BAC Chairman informed the body that “the procuring entity shall expressly provide in the bidding documents and through PhilGEPS posting that the Procurement Project is undertaken thru Early Procurement Activities (EPA), per GPPP Resolution No. 14-2019 dated July 17, 2019, GPPB Circular No. 06-2019 dated July 17, 2019”.

3. DOCUMENTS TO BE SUBMITTED BY THE BIDDER (Bid Form, Technical and Financial Proposals)

The BAC Chairman specified documents to be submitted by the bidders including technical and financial proposal. TECHNICAL a. PhilGeps Certificate of Registration and Membership b. Valid PCAB License or Special PCAB License in case of Joint Venture (JV) c. Statement of all its ongoing government and private contracts, including awarded but not yet started d. Statement of Single Largest Completed Contract (SLCC) e. Net Financial Contracting Capacity (NFCC) Computation f. Joint Venture Agreement (if applicable) g. Bid Security in the prescribed form, amount and validity period. The Vice Chairman informed the bidders that they may also opt to submit Bank Guarantee issued by a Universal or Commercial Bank. h. Project Requirements: a. Organizational Chart for the Contract to be bid b. List of Contractor’s Personnel to be assigned in the project to be bid with complete qualifications, relevant experience and project undertaken c. List of Contractor’s Major Construction and Laboratory Equipment i. Omnibus Sworn Statements as required in RA 9184 of IRR Sec.25.2b(iv) FINANCIAL a. Bid Form in accordance with the form prescribed in Section XI – Bidding Forms of Bidding Documents b. Bid Price in the Bill of Quantities (BOQ) c. Detailed Estimates including a summary sheet indicating the unit prices of construction materials, labor rates and equipment rentals used in coming up with bid d. Cash Flow by the quarter and payments schedule

4. CRITERIA FOR ELIGIBILITY SCREENING, PRELIMINARY EXAMINATION OF BIDS, EVALUATION OF BIDS AND POST-QUALIFICATION

The BAC Chairman briefly discussed the eligibility criteria of the bidder as per Sections 23.4 and 23.6 of RA 9184. She also reminded the bidders of the completeness of the bidding documents including attachments. It was unanimously agreed by the committee that manual eligibility screening, aside from the DPWH- CWA Electronic Eligibility Screening will be employed during the public bidding for the above-described project contract as per COA Audit Observation and Recommendation. BID EVALUATION The financial component of the bids of each “passed” bidder shall be evaluated using non-discretionary criteria including arithmetical corrections for computational errors and thus determine the correct total calculated bid prices. The BAC shall automatically disqualify any total calculated bid price which exceeds the ABC.

POST-QUALIFICATION It shall undertake to determine whether the bidder complies with and is responsive to all the requirements and conditions specified in the Bidding Documents and in accordance with Rule X – Post Qualification of the IRR of RA 9184.

Verification of: 1. Legal Requirements 2. Technical Requirements a. Key Personnel b. Availability and commitment of major construction equipment (Failure of the prospective bidder to state a complete technical description of the pledged equipment and the specific location, whether owned, leased or under purchased agreement shall result in the bidder’s automatic post- disqualification for award of contract and forfeiture of its bid security per D.O. No. 58, series of 2012) c. Performance in ongoing government and private contracts d. Authenticity of Bid Security 3. Financial Requirements a. Bid Price Proposal b. NFCC

The following schedules were also emphasized: Dropping of bids November 13, 2019 at 10:00 A.M. November 13, 2019 after the deadline of Opening of bids dropping of bids One (1) original copy and one (1) copy No. of copies of bid proposal of the first and second envelope BAC Office, DPWH Cam. Sur 3rd District Place of submission of bids Engineering Office, Baras, Canaman, Camarines Sur

The dropping of bids will be done at the BAC-TWG Room and the wall clock thereat was designated as the official clock. Late bids will not be accepted.

Also, only the authorized representative/s registered in the CWR could submit bids and at the same time must provide a copy of their authority to submit bids and must present a valid identification card for validation purposes. Special Power of Attorney or any written authorization is no longer allowed.

IV. QUESTIONS AND COMMENTS None

V. OTHER MATTERS DISCUSSED  For Contract ID No. 20FF0008, Engr. Jose B. Deris, Jr. discussed the details. The project is located along Pili Airport Road. The project is Widening of Permanent Bridge which is the Pili Airport Bridge. It has an appropriation of 60M for 266CD contract duration. This project includes railings, slope protection and with provision for sidewalk during construction phase. This project has no ROW problem but with 35 trees to cut.  For Contract ID No. 20FF0009, Engr. Ronald Herick I. Blacer discussed the details. The project will be located at Brgy. Manguiring, Calabanga, Camarines Sur. The project is slope protection of road slips, collapse and landslide. It has an appropriation of 12M for 154CD contract duration.  For Contract ID No. 20FF0010, Engr. Winson V. Salcedo discussed the details. The project will be located at Brgy. Tabuco, Naga City, Camarines Sur. The project is construction of revetment with an appropriation of 25M for 147CD contract duration. This project has no ROW problem but with trees to be cut.  For Contract ID No. 20FF0011, Engr. Ronald Herick I. Blacer discussed the details. The project is located at the road section of Naga City Bdry-Clabanga Rd K0440+(-891)-K0443+686. It has an appropriation of 65.5M for 146CD contract duration. This project has no ROW problem and trees to be cut.  For Contract ID No. 20FF0012, Engr. Ronald Herick I. Blacer discussed the details. The project is reblocking (Asphalt Overlay with correction) along Pili Airport Road. It has an approved ABC of Php 19,401,016.95 for 81CD contract duration. This project has no ROW problem and trees to be cut.  For Contract ID No. 20FF0013, Engr. Winson V. Salcedo discussed the details. The project is construction of revetment at Brgy. Manggayawan, Canaman, Camarines Sur. It has an appropriation of 25M for 202CD contract duration. This project has no ROW problem and trees to be cut.  For Contract ID No. 20FF0014, Engr. Winson V. Salcedo discussed the details. The project is also construction of revetment at Brgy. Tarosanan, Camaligan, Camarines Sur. It has an appropriation of 25M for 147CD contract duration. This project has no ROW problem but with 23 trees to be cut.  For Contract ID No. 20FF0015, Engr. Ronald Herick I. Blacer discussed the details. The project is construction of concrete road at Brgy. Carangcang, Magarao, Camarines Sur. It has an appropriation of 3M for 75CD contract duration. This project has no ROW problem and no trees to be cut.  For Contract ID No. 20FF0016, Engr. Ronald Herick I. Blacer discussed the details. The project is a slope protection of road slips, collapse and landslide at road sections of Manguiring-Cagsao-Cabanbanan Rd, K0460+480-K0460+530, K0460+570-K0460+620. It has an ABC of Php 2,253,877.77 for 69CD contract duration.  For Contract ID No. 20FF0017, Engr. Winson V. Salcedo discussed the details. The project is construction of revetment at Brgy. Sabang, Naga City, Camarines Sur. It has an appropriation of 25.5M for 147CD contract duration. This project has no ROW problem and trees to be cut.

VI. SUMMARY OF BAC CHAIRMAN PROCEEDINGS The BAC Chairman reiterated the agreed measures to ensure compliance to the law and preclusion for the forfeiture of the bid. Prospective bidders are encouraged to read the Minutes of all Pre-Bid Conferences especially those who did not attend the same.

VII. ADJOURNMENT