Contract ID : 20K10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: 15t LD Appropriation : P 4,235,00000 Approved Budget for the Contract (ABC): P 4,150,300.00

Republic of the DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS MISAMIS OCCIDENTAL 1ST DISTRICT ENGINEERING OFFICE REGIONAL OFFICE X 30 City, Misamis Occidental Fax No. 088-531-1277, D.E. 's Direct Line 088-531-1960 BAC CHAIRMAN'S Direct Line 088-531-1923

MINUTES OF PRE-BID CONFERENCE Date: May 12, 2020

Attendance Present were: From the Bids and Awards C ommittee (SAC) 1. ENGR. REY M. ROA - BAC Chairperson 2. ENGR. ODESSA B. ALIMAN - BAC Vice-Chairperson 3. MRS. NIDA 0. VILLAMIN - BAC Regular Member 4. ENGR. NOLLY S. BOLANDO - BAC Provisional Member 5. ENGR. EDGAR S. LINGANAY - BAC Provisional Member

From the TWG 1. ENGR. CHANE L. QUI1ON - Head 2. ENGR. MARREN MIAFE A. ORILLOZA - Member 3. ENGR. MARK ANTHONY C. BELENO - Member

From the SAC Secretariat 1. ENGR. GEORGIE L. RUELAN - Head 2. ENGR. ARLYN C. SIMBAJON - Member 3. MISS JESSAMINE C. TOLEDO - Member

2. Call to Order. The BAC Chairman called to order the Pre-Bid Conference at 2:36 in the afternoon on May 12, 2020, at the Office of the Assistant District Engineer, this Office.

Contract ID : 20K10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1 51 LD Appropriation : P 4,235,000.00 Approved Budget for the Contract (ABC): P 4,150,300.00 Source of Fund: F',' 2020 RWCS Contract Duration: 120 CD

DPWH - INFR- 26- 2016 Page 1 of 6 Contract ID 201(10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1g LD Appropriation : P 4,235,000.00 Approved Budget for the Contract (ABC): p 4,150,300.00

3. Presentation/Explanation by BAC:

a. Brief on Basic Contract Data

I. Contract ID : 20K10082

Pay Item Description Unit Quantity (2) (3) (4) (1) PART I. FACILITIES FOR THE ENGINEER Provision of Field Office for the A.1.1(8) Months 26.00 Engineer (Rebtal PART III. CIVIL, MECHANICAL, ELECTRICAL, AND SANITARY/ PLUMBING WORKS ADORABLE ELEMENTARY SCHOOL, BRGY. ADORABLE, ]IMENEZ, 1 MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 TRADE HIGH SCHOOL, BRGY. LABO, ALORAN, MISAMIS 2 OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00 1201(9)a Overhead Tank Lump Sum 1.00 BIASONG ELEMENTARY SCHOOL, BRGY. BIASONG, , 3 MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00

4 BUNAWAN ELEMENTARY SCHOOL, BRGY. BUNAWAN, CALAMBA, MISAMIS OCCIDENTAL

1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 CULPAN ELEMENTARY SCHOOL, BRGY. CULPAN, ALORAN, MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00

6 DULLAN PRIMARY SCHOOL, BRGY. DULLAN,ALORAN, MISAMIS OCCIDENTAL

1001(9) Storm Drainage and Downspout Lump Sum 1.00

DPWH - INFR- 26- 2016 Page 2 of 6 Contract ID : 201(10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1 st LD Appropriation : P 4,235,00000 Approved Budget for the Contract (ABC): P 4,150,30000

1201(9)a Overhead Tank Lump Sum 1.00 ESTANTE ELEMENTARY SCHOOL, BRGY. ESTANTE, LOPEZ JAENA, 7 MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 MAMANGA GAMAY ELEMENTARY SCHOOL, BRGY. MAMANGA GAMAY, 8 PLARIDEL, MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 j RIZAL ELEMENTARY SCHOOL, BRGY. RIZAL, OROQUIETA CITY, MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank I Lump Sum 1.00

10 SALIMPONO ELEMENTARY SCHOOL, BRGY. SALIMPONO, , MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00

11 SALVADOR ELEMENTARY SCHOOL, BRGY. SALVADOR, CALAMBA, MISAMIS_OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00

12 TABO-O ANNEX ELEMENTARY SCHOOL, BRGY. TABO-O, JIMENEZ, MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 UPPER LAMAC ELEMENTARY SCHOOL, BRGY. UPPER LAMAC, - 13 OROQUIETA CITY, MISAMIS OCCIDENTAL 1001(9) Storm Drainage and Downspout Lump Sum 1.00

1201(9)a Overhead Tank Lump Sum 1.00 Approved Budget for the Contract (ABC): P 4,950,000.00

DPWH - INFR- 26- 2016 Page 3 of 6 Contract ID 201(10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1 11 LID Appropriation : P 4,235,000.00 Approved Budget for the Contract (ABC): P 4,150,300.00

b. Review of Requirement of Bidding Documents

i. that at the purchase and payment of bidding documents with the Cashier, the bidders should also present their Letter to Participate;

c. Review of Documents to be submitted by the Bidder - Bid Form, Technical and Financial Proposals

. The BAC Secretariat has the following reminders to prospective bidders:

To submit a PHILGEPS Registration Certificate as reflected in the Checklist of the Technical Proposal Documents to comply with the requirements of Audit Observation Memorandum No. DPWH- RiO- MOED- 004-08- 001 dated 9 January 2009; and to remind the latter of the warranty requirement of the contract and of the offenses that may be committed by erring bidders and public officials including their corresponding penalties;

ii.To submit bid documents that are properly book bounded and the contents should be numbered/paginated consecutively, and the total number of which to be indicated in the covering page and signed by a duly authorized representative as required under Department Order No. 90, series of 2002;

d Eligibility Screening

Evaluation of the contractors' eligibility is done manually per document submitted against the checklist provided. However, for infrastructure projects, an additional Civil Works Application (CWA) electronic Eligibility Check is required.

a. Preliminary Examination of Bids

Under Section 30 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184, the BAC shall open the first bid envelope of the bidders containing documents for eligibility and their technical proposals and checked the said documents "against a checklist of required documents to ascertain if they are all present, using a non-discretionary "pass/fail" criterion, as stated in the Instructions to Bidders. If a bidder submits the required document, it shall be rated "passed" for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as "failed." Otherwise, the BAC shall rate the said first bid envelope as "passed."

Thereafter, the BAC shall open the 2'' envelope containing the Financial proposal of the remaining eligible bidder whose first envelope is rated passed. Per Section 30.2 of the 2016 IRR of RA 9184, In case any of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC, the BAC shall rate the bid concerned as "failed." Only bids that are determined to contain all the bid requirements for both components shall be rated "passed" and shall immediately be considered for evaluation and comparison."

DPWH - INFR- 26- 2016 Page 4 of 6 Contract ID : 201(10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1st LID Appropriation : P 4,235,000.00 Approved Budget for the Contract (ABC): P 4,150,300.00

f. Evaluation of Bids

Bid evaluation is conducted on the financial component of the bidder to determine the Lowest Calculated Bid using non-discretionary criteria in considering the Completeness of the Bid and Arithmetical corrections.

According to 32.2.3 of the 2016 Revised IRR of RA 9184, "In case of discrepancies between: (a) bid prices in figures and in words, the latter shall prevail; (b) total price per item and unit price for the item as extended or multiplied by the quantity of that item, the latter shall prevail; (C) stated total price and the actual sum of prices of component items, the latter shall prevail."

Bidders should also take note of Section 34.4. of 2016 Revised IRR of RA 9184 "If the BAC determines that the bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the LCRB, and recommend to the HoPE the award of contract to the said bidder at its submitted bid price or its calculated bid price."

g. Post-Qualification

Under the 2016 IRR of RA 9184:

Section 34.1. The Lowest Calculated Bid shall undergo post-qualification in order to determine whether the bidder concerned complies with and is responsive to all the requirements and conditions as specified in the Bidding Documents.

4. Adjournment. There being no other remaining topics for discussion, the Conference adjourned at 3:45 o' clock in the afternoon.

Prepared by:

(i"~ GEORGIE L. RUELAN Engineer III Head of BAC Secretariat

Approved by:

NIDA 0. VILLAMIN 0 L B~OLANDO LINGANAY Administrative Officer V 01;gaine er III gineer III BAC Regular Member BAC Provisional Member )visional Member

DPWH - INFR- 26- 2016 Page 5 of 6 Contract ID :20K10082 Contract Name: Construction of Rainwater Collection System (RCWS) Contract Location: Misamis Occidental 1 51 LID Appropriation : P 4,235,000.00 Approved Budget for the Contract (ABC): p 4,150,300.00

ODESSA B.IALIMAN ~EY~ M.IR~0~ J Engti'eer III Engineer III BAC Vice-Chairperson BAC Chairperson

DPWH - INFR- 26- 2016 Page 6 of 6