!--\

Department of Public Works and Highways

i Contract ID Contract Name Roads, 20Pr0017 arriageway Improvement - Secondary Dantay - Road - K0388+480 - K0388+550, K0389+L62- K0389+239, K0389+490 - K0389+535. Mt' 20PI0018 rriageway Improvement - Secondary Roads, province - Nueva Vizcaya Road - K0371+589 - K0371+660,K0372+540 - K0372+640, K0375+565 - K0375+615, K0384+418 - K0384+480. Tubo 20PI0019 of t,tissing Links/New Roads, - (via Tamboan) Road, Mt. Province Section, '

Roads 20Pr0020 ion/Upgrading of Damaged Paved - Secondary Roads, Mt. Province - Ilocos Sur via Tue Road - K0391+318 - K0391+380, K0397+752- K0398+000, K0408+963 - K0409+552, K0410+139 - K0410+239'

20Pi0021 ing/RehabilitationofDrainagealongNational Roads - Secondary Roads, Mt. Province - Cagayan via Tabuk - Enrile Road - K0420+630.

20Pr0022 ing/RehabilitationofDrainagealongNational Roads - Secondary Roads, - Bontoc Road - K0343+070, K0369+340,K0378+714, K0383+900, K0384+860.

20Pr0023 onstruction/Upgrading/RehabilitationofDrainagealong National Roads - Secondary Roads, Mt. Province - Cagayan via Tabuk - Enrile Road - K0396+513, K0400+712, K0406+635.

20Pt0024 @_Rehabilitation/ReconstructionofRpadswithslips,Slope Collapse, and Landslide - Tertiary Roads, Mt. Province - Ilocos Sur via Kayan Road - K0398+286 - K0398+309, K0386+078 - K0386+118, K0397+104 - K0397+L44.

20PI0025 Asset Prese{vat'lon Program - Rehabilitation/ Reconstruction of Roads with slips, Slope Collapse, ahd Landslide - Secondary Roads, Mt. Province - Ilocos Sur via Tue Road - K0416+780 - K0416+800.

20PI0026 Asset Preseruat'ton Program - Rehabilitation/ Reconstruction of Roads with slips, Slope Collapse, and Landslide - Secondary Roads, Baguio - Bontoc Road - K0378+850 - K0378+866, K0381+190 -k0381+208, K0382+000 - K0382+032, K0383+435 - K0383+455,

20Pt0027 habilitation/ReconstructionofRoadswithslips,Slope Collapse, and Landslide - Secondary Roads, Dantay - Sagada Road - K0388+600 - K0388+700.

20PI0028 Asset Prcseruat'ton Ptogram - Rehabilitation/ Reconstruction of Roads with slips, Slope Collapse, and Landslide - Secondary Roads, Baguio - Bontoc Road - K0390+286 - K0390+410.

Page 1 of 13 L\)o iI' s ?-l

ement of Access Roads Bagnen Road, in support of leading to Trades, Industries and Economic Zones, Abatan - Province' ngribftin.ss, Cofifee, Food Processing and Tourism Industries, , Mountain

Provement of Access Roads 20PI0030 connecting tliAing-to Trades, industries and Economic Zones, Tapapan - Pagang Road processing, dairy and^^A coffeeaaff.aa ffifi u"no'ir,.*"privincial road in support of foodivegetable papa Ba Mou ntai n Provi nce' i nd-ustr-ies, Bara n gay Ta n, uko, rovement of Access Roads 20PI0031 le.Oing-to Trades, industries and Economic Zones, Bato - 9'b.t;lfl:::::;:::;^..,. ffiffir*'R;il;;.aing Bato and Mankingao in support of Food/Vegetable Processing Sur, Bauko' Mountain and Coffee Industriei, e.tu"nguy Sadsadan and Argy' Monamon Province.

Provement of Access Roads Naigawa Tamog-o Suyo leading-to Trades, industries and Economic Zones, Lukib - - - - Province' Panas-Road in support of Agribusiness Industry, Bauko Mountain

Provement of Access Roads Magiyad Road in support of leading to Trades, Industries and Economic Zones, Lacbaben - Mountain Province' Coffee] Food processing, and Heirloom Rice Industries, Bauko,

Provement of Access Roads Road in support leading-to Trades, industries and Economic Zones, Bila - Bagnen oriente Province' oingriUrriness, ioffee and Food Processing Industries, Bauko, Mountain

MOU NTAIN PROVINCE DISTRICT ENGIN EERING OFFICE BONTOC, MOUNTAIN PROVINCE

OUTLINE OF MINUTES OF PRE.BID CONFERENCE Date: November 7, 2019

Attendance Present were: : BAC Committee: BAC Secretariat t- frank Y. lose - BAC- Chairman (On Field) 1. Delia A. Ayan - Member Member 2. Janet A. Valencerina - Vice BAC Chairman 2. Pamela F. KaYachen - - Member 3. Joe L. Lami-ing - BAC Member 3. Teresa K. Pablo Member 4. Abigail K. Longboan - BAC Member 4. lanet G. APolinar - 5. Samuel G. MaskaY - BAC Member 6. Randy L. Sagandoy - Provisional BAC Member

BAC - TWG : 1. Edwin James K.Langeg - Member 2. Doris S. Palangchao - Member 3. Kevin P. TimPac - Member 4. Erma A. Manuel - Member 5. Arnel A. Beldio - Member (On Field)

2 of 13 ro[aee -l

l

l

cONTMCTOR/S: 1.]oelB.Awilanrepresenting]BAConstructionandBuilders ,. :oiepf't Kalangeg represenling Sadlan Construction 3. Francois :omi r-tii randa rqPrele'!' !q .|] }[ulg?-lonttruction fUQUl| Builders 4. Theodore Gonzalo represEntin9 tf -:lffi ii ; in, I'. p'.'. nii's I : ij. Jl ! iXi, 9T^'::l & T1:1;supplv :1 " ;,ffi;J.-;;il-.;" re-f,resentins- Huerde[s c_o.nt] i. Construction ;. Harry Cassiw representing HC Cassiw Construction B. Brent K. Amrangeb repreienting BKA Construction 9. Narciso Victoria"no representing Jhonarsky i

OBSERVER: Conference' i- ftro obseruers attended the

lanet A. valencerina at 10:00 ;fr:tJL$:?lnr.r.n.e was caued to oldql by the BAc vice chairman, nU atitre DPWH-MPFDEO Conference Hall'

3. Presentation/ExPlanation bY BAC: a. Brief on Basic Contract DatA'. the following data: Each of *," uooffiEffi contains of

Php 4,106,000.00 Php 4,023,879.20

Scope of Work ffieterslength Grouted RiPraP SloPe Protection with ToP Width o 1'5 L92 Structure an Bottom width of t'30 (tocated at 3 Meters meters. This includes L22 meters sections) widening works and variable concreting works from 1.5 to 3'5 meters wiOtfr with 230mm thick

Php 6,051,000.00 Php 5,929,979.30

Scope of Work

Construction of 230 mm thick in addition to 283 concrete Pavement pavement with concrete curb (Located in 4 existing gutter and masonry breast wall' locations) and Structures are located in 4 locations'

Plse 3 of 13 ' Cf' q) LD. No. Location of Appropriation ABC c.D. Contract Besao, Mt. Php 20,000,000.00 Php 19,599,999.30 L40 Province

20PI0019 Length width Scope of Work (M.) (M.) The project is located along 350 6.7 Tamboan to Dandanak. The project involves re-routing of road which considers Road opening and road concreting with 280 mm thick pavement including slope protection walls and retaining walls located on selected sections from Chainage 11600 to Chainage 11950. LGU will be responsible for RROW issues as repofted by the P/D personnel who attended this pre-bid conference.

I.D. No. Location of Appropriation ABC c.D. Contract & Php 21,184,000,00 Php 20,760,319.10 L79 Bauko, Mt. Province 20Pr0020 Length width Scope of Work (M.) (M.) The projects were located in 4 1011 (Total 6.7 locations pafticularly at Calacaban, length) Tue, Bauko and Junction to Banao. Project involves construction of curb and gutter, replacement of damaged Reinforced Concrete Pipe culvefts (36 mm diam.), construction of Lateral drains, Construction of grouted riprap structures, Concrete Bariers, Interceptors, concrete reblocking with 280 mm diameter and application of reflective thermoplastic pavement markings (white).

Page 4 of 13 h d T

I.D. No. Location of Appropriation ABC c.D. Contract , Mt. Php 1,500,000.00 Php L,469,999.30 60 Province

20Pr0021 width Height Scope of Work (M.) (M.) Concreting of widening blocks, 4.9 meters construction of concrete barrier and (base including construction of 20 meters structural outside concrete drainage canal. grouted riprap supoort)

I.D, No. Location of Apprcpriation ABC c.D. Contract Bauko, Php 13,000,000.00 Php L2,739,999.20 t21 , & Bontoc, Mt. 2AP[OO22 Province

Length Height Scope of Work (M.) (M.) Construction of Drainage structures 4.6 meters 2.3 located at 5 locations particularly at (base including Sinto, Benenas, Gonogon, Alab & outside Dantay. Concrete drainages focuses grouted riprap on the construction of box culveft, support) RCPC cross drainages and construction of structural concrete open canal.

I.D. No. Location of Appropriation ABC c.D. Contract Tocucan, Php 2,000,000.00 Php 1,959,999.30 60 Bontoc, Mt. Province 20Pr0023 Length Height Scope of Work (M.) (M.) Construction of Concrete Cross 7to8 1.3 Drainages with interceptor as catch drains. Width of interceptor is 1.2 meters. Project is located in 3 locations alonq the national roads.

Page 5of13 ) oh 1

I.D. No. Location of Appropriation ABC c.D. Contract Tadian, Mt. Php 5,020,000.00 Php 4,919,599.20 90 Provifice

20Pr0024 Length Height Scope of Work (M.) (M.) Construction of crib wall grouted 103 (total 3to5 riprap with 5" thick concrete armor, length Construction of plain grouted riprap and stone masonry sloPe Protection and retaining walls. Project is located in 3 locations along the national road.

I.D. No. Location of Appropriation ABC c.D. Contract Supang, Php 1,500,000.00 Php 1,469,999.50 60 Sabangan, Mt. Province 20Pr0025 Length Height Scope of Work (M.) (M.) Construction of reinforced retaining 11 8 wall with concrete barrier. Concrete barrier is 0.20 meters width. Retaining wall has a 2.70 x 0.70 meters continuous footinq.

I.D. No. Location of Appropriation ABC c.D. Contract Malitep & Alab, Php 8,400,000.00 Php 8,231,999.30 130 Bontoc, Mt. Province 20Pr0026 Length Height Scope of Work (M.) (M.) Construction of layered retaining 86 (total 4to5 walls. Top width is 0.5 and bottom length) width is 1.30 to 1.70 meters..Project is located in 4 locations along the national road.

flage 6 of 13 * cr, t c.D. I.D. No. Location of Appropriation ABC Contract 70 Pegeo, Php 5,377,000.00 Php 5,269,459.70 Saga(a, Mt. Province 20Ploo27 Length Height Scope of Work (M.) (M.) Construction of gabion tYPe sloPe 100 5 protection wall. It occuPies a 3 meters width base.

c.D. I.D. No. Location of Appropriation ABC Contract Tikiti( Bontoc, Php 98,000,000.00 Php 96,040,000.00 290 Mt. Province

Area Length Scope of Work 20Pr0028 (so.M.) (M.) Construction of rock fall netting. 6,788.2L 100 Height varies from 39 meters to 61 meters.

I.D. No. Location of Appropriation ABC c.D. Contract Bauko, Mt. Php 20,000,000.00 Php 19,599,998.00 L2t Province

of Work 20Pr0029 Length width Scope (M.) (M.) Focuses on road concreting with 0.28 742 6.7 m. thick pavement. This includes grouted riprap side structures and construction of curb and gutter.

I,D. No. Location of Appropriation ABC c.D. Contract Bauko, Mt. Php 10,000,000.00 Php 9,799,999.20 LzL Province Work 20Pr0030 Length width Scope of (M.) (M.) Focuses on road concreting with 0.28 270 6.7 m. thick pavement. This includes grouted riprap and stone masonry side structures. Also includes RCPC Cross drainages, Lined canals and construction of curb and qutter.

)o.Page 7 of 13 I.D. No. Location of Appropriation ABC c.D. Contract Bauko, Mt. Php 10,000,000.00 Php 9,799,998.90 LzL Province

20Pr0031 Length width Scope of Work (M.) (M.) Focuses on road concreting with 0.28 220 6.7 m. thick pavement. This includes grouted riprap and stone masonry side structures. Also includes RCPC Cross drainages, Lined canals and construction of curb and qutter.

I.D. No. Location of Appropriation ABC c.D. Contract Bauko, Mt. Php 10,000,000.00 Php 9,799,999.30 LzL Province

20Pr0032 Length width Scope of Work (M.) (M.) Focuses on road concreting with 0.28 233 6.7 m. thick pavement. This includes grouted riprap and stone masonry side structures. Also includes RCPC Cross drainages, Lined canals and construction of curb and qutter.

I.D. No. Location of Appropriation ABC c.D. Contract Bauko, Mt. Php 10,000,000.00 Php 9,799,999.10 tzfu Province

Scope of Work 20Pr0033 . Length width (M.) (M.) Focuses on road concreting with 0.28 293 6.7 m. thick pavement. This includes grouted riprap and stone masonry side structures. Also includes RCPC Cross drainages, Lined canals and construction of curb and qutter.

)vdPage 8 of 13 Php 10,000,000.00

Scope of Work 20Pr0034 Focuses on road concreting with 0'28 m. thick pavement. This includes grouted riprap breast wall and stone masonry side structures. Also includes RCPC Cross drainages, Lined canals and construction of curb and

Requirements of Bidding Documents: b. (BDs) provides the information o Instruction to Bidders - This sectioi-ofthe Bidding Documents accordance with the requirements of the necessary for Bidders to prepare responsive Bids in submission, opening, and evaluation' Procuring Entity. It also provides information on the Bid post-qualification, and award of contract' provides and conditions of the contract o General conditions of contract - the general terms provisions of GCC are to be used between tne pioiuring Entity and the winning bidder. The unchanged as Part of the contract' complement the GCC, by o Special conditions of contract - The provisions of this section of the Procuring Entity and specifuing contractual requirement lin[ed to the special circumstances the general intent and of the works procured. No speciai condition which defeats or negates herein' purpose of the piovisions of the GCC, however, should be incorporated

o Specifications: Highways DpwH standards - The DpWH Standard Specifications for Public,Works and by the goods ('Blue BookJ shall be the main basis for the standards and codeb to be met Contract' and materials to be furnished and work performed or tested for the o Drawings - Plans and drawings annexed in separate folder. in the Project and contract Management o Bill of Quantities - use the Standard Pay ttems Application (PCMA) in preparing the BOQ' o Forms - use the standard forms required' c. Documents to be submitted bv the Bidders: o Technical requirements: period - Bid-Securing 1. Bid Securiir in the prescribed form, amount and validity forms and the Declaration OR at least one (1) other form in any of the acceptable amount stated in ITB Clause 18.1. 2.EligibilityrequirementsunderSection23.lofthelRR.-speiiat - irCRa License for loint Ventures (JV). If applicable,_valid Joint Venture all the potential Agreement (JVA), or in lieu, thereof, duly notarized statement from provisions of joint venture partners stating that they will enter into and abide by the in the bid (Section the JVA in the instance that ihe bid is successful shall be included 23.1.b of the IRR of RA 9184).

3. Project Requirements, which shall include the following:

Bage 9 of 13 * e c T-t

I

3.a. Organizational Chaft for the contract to bid. 3.b. List of Contractor's key personnel (viz, Project Manager, Project Engineers, Materials Engineers and Foremen), to be assigned to the contract to bid, with their complete qualif,cation and experience data. 3.c. List of Contractor's Major Equipment units owned, leased, and/or under purchase agreements, supported by proof of ownership/lease/purchase and certification of availability of equipment from lessor/vendor for the duration of the project. (see Clause 1a.2a(3)(c)), BDS of BDs).

4. Omnibus Sworn Statement in accordance with Section 25.2 (b) (iv) of the IRR of RA 9184 and using the form prescribed by GPPB.

o Financial requirementsi 1. Financial Bid Form in accordance with the form prescribed in Section IX, Bidding Forms. 2. Bid Prices in the bill of quantities. 3. Detailed Estimates including a Summary sheet indicating the unit prices of construction material, labor rates and equipment rentals used in coming up with the bid. 4. Quafterly/Monthly Cash Flow and Payment Schedule. d. Explanation of the following: o Criteria for Eligibility Screening - The eligibility requirements shall provide for fair and equal access to all prospective bidders. The documents submitted in satisfaction of the eligibility requirements shall be made under oath by the prospective bidder or by his duly authorized representative ceftiffing to the correctness of the statements made and the completeness and authenticity of the documents submitted. Eligibility Screening shall be conducted through the Civil Works Application. Bidders are advised to update their Contract Profile. Criteria for eligibility processing shall be based on the documents submitted by the Contractor at the Procurement Seruice, DPWH Central Office.

o Preliminary Evaluation of Bids - Prior to bid evaluation, the BAC shall examine first the technical components of the bids using "passlfaif' criteria to determine whether all required documents are present. Only bids that are determined to contain all the bid requirements of the technical component shall be considered for opening and evaluation of their financial component.

o Evaluation'of Bids - The BAC shall evaluate the financial component. The bids that passed the preliminary examination shall be ranked from lowest to highest in terms of their corresponding calculated prices. The bid with the lowest calculated price shall be referred to as the "Lowest Calculated Bid."

o Post-Qualification - It is the stage where the bidder with the lowest calculated bid shall undergo verification and validation whether he has passed all the requirements and conditions as specified in the bidding documents

4. Questions and Comments from Bidders and Responses of BAC and Other DPWH Officialsl

Q: Mr. loel B. Awilan : Queried if it is possible to use the Concrete breaker instead of 2 units Pneumatic Drilling Machine? A: Engr. Macario replied yes as long as it meeb the required duration of a certain proled.

,y"6,""'! Q: Mr. Joel B. Awilan : Cleared out if a certain project includes widening works, is the Road Right of Way not a problem? He added, is there a designated dumping site for the waste materials? A: Engr. Orty Mar Nguddo replied that att the widening works involved in the Programs of Work are within the Road Right of Way and during the suruey no RROW issues encountered. Regarding the dumping sitq no specific dumping site indicated in the Program of Work but the Programmers considered that within a 7 Kilometers distance, there is a dumping area for waste materials.

Q: Mr. Joel B. Awilan : Ask if there is an allotment for tree cutting permit? A: Engr. Patricio Macariq Jr. replied that it will be covered by the Mark ups insinuated in the Program of Work.

Q: Mr. Rene del Amor : Questions on the Bathing Plant being required in the minimum equipment requirement. In our locality, no bidder owns a Bathing Plant. He further requests if a Conventional Batching Shute will be considered as it is a problem with the Accountant when billing is being processed. A. Madam Doris S. Palangchaq accountant, replied that there is no problem as long as the Programmer will indicate a Conventional Batching Shute in the Program of Work.

Q: Mr. Joel B. Awilan : Requested that Equipment being used in the Detailed Unit Price Analysis (DUPA) will be replaced to a more convenient Equipment fitted to projects being undeftaken and to adjust the duration of the equipment. A: Engr. Patricio Macario Jr. replied that for the National Road DUPA will be strictly followed but for the other projects such as Farm to Market Roadg kind and size of equipment to fit the terain of the proled were already adjusted with their duration. A: Madam -lanetA. Valencerina advised the Programmers to Certify the kind and number of equipment being adjusted stating fufther that the actual equipment to be used can complete the project with the specified duration.

Q: Mr. Joel B. Awilan: Queried on the 121 calendar days of a 10 Million worth project is the same with the calendar days of a 20 Million worth project. A: Engr, Orly Mar Nguddo replied that 121 calendar days is the Maximum.duration for 10 Million to 20 Million range cost of a ceftain project, this was based on Department Order number 44 series of 2012.

5. Reminders and Other Matters Discussed:

a. SPA is accepted provided Bidders shall inform the BAC of their intent to use SPA at least 3 days before the deadline of submission of bids for the BAC to verify or confirm with the owner that his license is being used. b. Preferably the owner of the Firm or the Liaison Officer indicated in the CRC will attend the Pre- bid and Opening of Bid. c. Bidders shall show/submit a certification that they inspected or conducted an ocular inspection on the project site before dropping their bids.

d. The PCAB License should be valid as of the date of the deadline for the submission and opening of bids. A Temporary PCAB Certificate of License cannot substitute the requirement of submitting a Valid PCAB License as paft of the Eligibility Requirements.

e. -Bidders shall pledge one accredited Materialt Engineer and one Project Engineer for one contract to bid. Material's Engineer shall handle projects within the limit of his/her accreditation.

lage 11 of 13 ) YA All photocopies of documentary requirements should be stamped "Certified Machine or Xerox Copy" and signed by the owner.

9. Number of Pages shall bel'indicated on front cover of Bid Proposal.

h. Bid proposals must be book bounded, paginated, tagged and with table of contents. All loose/detached and not paginated documents shall not be considered part of the bid proposals.

i. Once contract is awarded, submission of the documentary requirements as stipulated in the Notice of Award is within 10 Calendar Days from receipt of the Notice of Award. Non- submission/compliance will mean cancellation of contract.

l. Non- compliance to the provision of duly filled up billboards and Safety and Health Program will mean deduction of the corresponding amount from the contract billing.

k. As stated in the GPPB Resolution No. 02-2015, Expired Mayor's/Business Permit is accepted provided an Official Receipt shall be submitted or presented by the bidder as proof that he/she has applied for renewal of permit within the prescribed period.

Lists of Contractor's major Material's Testing Equipment units which are owned, leased, and/or under purchase agreement shall be included in the Technical Component of Bid as stated in the Department Order no. LL s. 20L7. These shall be supported with 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.

m. Submit replacement of Key Personnel within 14 days before the Notice of Award not 21 days.

n. On the Key Personnel, pledged one (1) Foreman for one (1) project. Fill up all needed data especially on the no. of years of experience.

o. Safety Officer shall be included in the Organizational Chaft.

p. Use the New'Forms in accomplishing the Bid Securing Declaration and the Omnibus Sworn Statement.

q. Questions or clarifications during the scheduled bid opening will not be enteftained. Request for clarifications must be in writing and submitted to the BAC at least 10 calendar days before the deadline of submission and opening of bids.

Summary by the BAC Chairman of Proceedings, including Supplemental/Bid Bulletins to be issued: - Deadline for the submission/dropping and opening of bids for Projects with ID #s 20PI0017 - TD # 20PI0028 will be on November 19, 2019 and for Projects with ID #s 20PI0029 - ID #s 20PI0034 will be on November 20,2019 at 10:00 AM.

'i";""\ t -t

7. Adjournment: - There being no other remaining topics for discussion, the Pre- Conference adjourned at 2:30 PM.

ABLO nrenrber

Approved by BAC:

II ._\ ron-ftffi'dFlNG BOAN Engineer lL--/ Regular BAC Mernber Member

RANDYI" ,o*#horENcERrNA Enqirfeer II Administrative Officer V PrdviSiona BAC Vice - Chairman

Page 13 of 13