Department of Public Works and Highways

Contract ID No. : 20-DO-0101 Contract Name : Concreting of Brgy. Bayugo FMR, Brgy. Bayugo, Jalajala, Location of the Contract: Brgy. Bayugo, Jalajala, Rizal ------Rizal II District Engineering Office #16 Westbank Road, Rosario, Pasig City

MINUTES OF PRE-BID CONFERENCE

Attendance: Present were:

Engr. MANOLITO S. FABIAN BAC Chairperson Engr. ERICKSON A. MICOR Head, BAC-Secretariat Ms. LIZA P. DEFEO Member, BAC-Secretariat

Attendance via Zoom Ms. ELENITA C. MANUEL BAC Regular Member Engr. LUZ L. VILLONES BAC Provisional Member Engr. ROCHELLE V. ARMENDARES BAC Provisional Member Ms. ELENA F. FAUSTO Member, BAC-Secretariat Ms. ROMILA G. DUBLIN Member, BAC-Secretariat Ms. BERMA SUZETTE J. MONAKIL Member, BAC-Secretariat

Call to Order.

The BAC Chairperson, Engr. Manolito S. Fabian, called the Pre-Bid Conference for Contract ID No. 20-DO-0101 at 10:00 A.M. on May 6, 2021 at the Multi-Purpose Hall, DPWH Rizal II District Engineering Office, #16 Westbank Road, Rosario, Pasig City.

This Pre-Bid Conference is on live streaming via Facebook Live at DPWH Rizal 2nd DEO- BAC.

The Section 22.3 & 22.4 of RA 9184 on the Conduct of Pre-Bid Conference was read by the BAC Chairperson.

1. Brief Presentation/Explanation by BAC of the following:

Basic Contract Data:

Name of Contract : Concreting of Brgy. Bayugo FMR, Brgy. Bayugo, Jalajala, Rizal Contract ID No. : 20-DO-0101 Contract Location : Brgy. Bayugo, Jalajala, Rizal Scope of Works : Concreting of Road Approved Budget : ₱ 9,950,000.00 for the Contract

------DPWH-INFR-26-2016 Page 1 of 5 (20DO0101)

Source of Funds : Bayanihan II FY 2020 Contract Duration : 75 calendar days Size Range : Small B License Category : C & D Cost of Bidding : ₱ 10,000.00 Documents

a. Requirements of Bidding Documents:

The BAC-Chairperson presented/discussed the following requirements: a. Instruction to Bidders; b. General Conditions of Contract; c. Special Conditions of Contract; d. Specifications; e. Drawings; f. Bill of Quantities; and g. Forms

Please be informed that the abovementioned required bidding documents are posted and available at the DPWH Website and PhilGEPS, for your reference and guidance.

• It was also informed that the Sources of Materials for this project are as follows: o Gravel/ Sand/ Stone, other aggregate materials: ▪ Montalban, Rizal Province ▪ Tanay, Rizal Province ▪ Teresa, Rizal Province ▪ , Rizal Province ▪ , Rizal Province

b. Documents to be submitted by the Bidder:

(a) Technical Component: PCAB Special JV License (if applicable), Bid Security, Authority of Signing Official, Organizational Chart for the Contract, Contractor’s Certification of Key Personnel, List of Major Equipment, Omnibus Sworn Statement required in RA 9184-IRR.

(b) Financial Proposal: Bid Form, Bid Prices in the Bill of Quantities, Detailed Estimate and Cash Flow.

A. ELIGIBILITY REQUIREMENTS & TECHNICAL COMPONENT (Envelope #1)

1. Bid Security as to form, amount and validity period Bid Securing Declaration in the prescribed form OR at least one (1) other form, viz:

Form of Bid Security Amount Cash or Cashier’s/Manager’s Check issued by a Universal or Commercial Bank - 2% of the ABC Bank Draft/Guarantee issued by a Universal or

------DPWH-INFR-26-2016 Page 2 of 5 (20DO0101)

Commercial Bank - 2% of the ABC Surety Bond Callable upon Demand issued - 5% of the ABC by a surety/insurance company

2. Eligibility Requirements • Legal Documents, Technical Documents and Financial Documents in lieu of Class “A” Documents as stipulated under Section 23.1 (a) of the Revised IRR of R.A. 9184

• Class “B” Documents, if any, shall be included in the bid (Special PCAB Joint Venture License and valid JVA 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) Section 23.1 (b) of the Revised IRR of R.A. 9184

3. Project Requirements

✓ Organizational Chart for the contract to be bid ✓ List of contractor’s personnel (viz, Project Engineer, Materials Engineer, Safety Officer and Foreman), to be assigned to the contract to be bid, with their complete qualification and experience data ✓ List of contractor’s equipment units with complete technical description of pledged equipment, whether owned, leased, and/or under purchase agreements, such as but not limited to the engine number, year model, chassis number, plate number, production capacity and load capacity, supported by certification of availability of equipment from lessor/vendor for the duration of the project.

4. Omnibus Sworn Statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB

B. FINANCIAL ENVELOPE (Envelope #2) 1. Financial Bid Form in accordance with the form prescribed in Section IX, Bidding forms 2. Duly signed Bid Prices in the Bill of Quantities (BOQ) 3. Duly signed Detailed Estimates and Summary Sheets of Unit Prices for construction materials, labor rates and equipment rentals used in coming up with the bid 4. Duly signed Quarterly/Monthly Cash Flow and Payment Schedule

(c) Criteria and Procedure for Eligibility Check, Preliminary Examination of Bids, Evaluation of Bids, Post-Qualification, and Award.

To be eligible to bid for this Contract, a contractor must meet the following major requirements: (a) Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Range of at least Small B; and (b) Net Financial Contracting Capacity (NFCC) at least equal to the ABC.

The DPWH-Rizal II District Engineering Office will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of bids, evaluation of bids, post- qualification, and award.

------DPWH-INFR-26-2016 Page 3 of 5 (20DO0101)

The DPWH-Rizal II District Engineering Office reserves the right to accept or reject any bid and to annul the bidding process any time before the Contract award, without incurring any liability to the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR.

4. Questions and Comments from Bidders and Responses of BAC and other DPWH Officials:

• No attendees from the prospective bidders via Zoom and FB Live. • No Questions/comments from the attendees (via FB Live)

5. Other Matters:

(a) It is informed that D.O. 30, series of 2018, dated February 19, 2018, re: Prescribing the Use of DPWH Procurement Manual, in the Procurement of Contracts for Infrastructure, Consulting Services, and Goods and Services will be implemented; and (2) D.O. 11, s 2017, dated January 24, 2017 – Inclusion of Minimum Materials Testing Equipment in the Technical Component of the Bid;

(b) It is also informed that the prospective bidders must submit a certification based on D.O. 09, series of 2012, dated February 27, 2012 re: Technical Requirements for Civil Works Projects for Public Bidding.

(c) Contractor’s representative and authorized Liaison Officer must present Authorization Letter and ID during buying, submission and attendance to the Opening of Bids. Contractor’s representative and authorized Liaison Officer must present valid ID during buying, submission and attendance to the Opening of Bids.

(d) Submission of Bids:

2 Envelope System: • Documentary requirements (duly signed, paginated with ear tags, and bounded) for technical & financial envelopes (Envelopes 1 & 2). ALL BID DOCS SHOULD BE IN A4 SIZE. • one (1) original and two (2) duplicate copies, placed in one (1) Sealed Envelope

Bids must be duly received by the BAC Secretariat thru:

✓ For manual submission @ Procurement Office, Ground Floor, Multi-Purpose Building, #16 Westbank Road, Rosario, Pasig City; or

✓ For electronic submission [email protected]

✓ Bidding Date: May 18, 2021 ✓ Dropping of Bids: Not later than 9:00 a.m. (The Official time will be the Digital Timer at the Procurement Office.) ✓ Opening of Bids: 9:05 a.m. ------DPWH-INFR-26-2016 Page 4 of 5 (20DO0101)

✓ Important Notice! ✓ The Net Financial Contracting Capacity (NFCC) of the bidder shall be used in the eligibility processing. Credit Line Commitment shall no longer be accepted per GPPB Resolution No. 20-2013 dated July 30, 2013 and Department Order No. 37, series of 2014, dated March 26, 2014.

6. Summary of Proceedings, including Supplemental/Bid Bulletins to be issued were discussed by the BAC Chairperson.

a) A Bid Bulletin will be issued if there are some modification on the bidding documents of this project;

b) Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

7. There being no other remaining topics for discussion, the Pre-Bid Conference adjourned at 10:35 A.M.

Prepared by:

SGD. ERICKSON A. MICOR Head, BAC Secretariat

Approved by:

SGD. SGD. ROCHELLE V. ARMENDARES LUZ L. VILLONES Engineer II Engineer III BAC Provisional Member BAC Provisional Member (For Construction Projects)

SGD. SGD. ELENITA C. MANUEL RAMONITO S.M. PAZ Administrative Officer V Engineer III BAC Regular Member BAC Vice-Chairperson

SGD. MANOLITO S. FABIAN Engineer III BAC Chairperson

------DPWH-INFR-26-2016 Page 5 of 5 (20DO0101)