BAC Resolution Declaring LCRB and Recommending Approval (Supply and Delivery of Asphalt)

BAC Resolution Declaring LCRB and Recommending Approval

RESOLUTION NO. 074

WHEREAS, the Municipality of Miagao has advertised the Invitation to Bid for the Supply and Delivery of Asphalt for the Asphalt Overlay of Noble Street, Miagao, Iloilo in the G-EPS, website, newsletter and in three (3) conspicuous places at the premises of the Municipality of Miagao  for more than 7 days;

WHEREAS, in response to the said advertisements, two (2) suppliers purchased bid documents;

WHEREAS, two (2) bids were submitted on July 12, 2012 of two (2) eligible bidders of the Municipality;

WHEREAS, the bid proposal of the bidder was found to be substantially complying:

Name of Bidder Bid Amount
(As Read)
% Variance from ABC
CastleRock Asphalt Corporation P 361,995.00 98.10%
Iloilo City Hardware Inc. P 332,700.00 90.16%

WHEREAS, the detailed evaluation of bids conducted last July 16, 2012 resulted in the following:

Name of Bidder Bid Amount (As Calculated) % Variance from ABC
CastleRock Asphalt Corporation P 361,995.00 98.10%
Iloilo City Hardware Inc. P 332,700.00 90.16%

WHEREAS, upon careful examination, validation and verification of all the eligibility, technical and financial requirements submitted by the Bidder with the Lowest Calculated Bid, its bid has been found to be responsive;

NOW, THEREFORE, We, the Members of the Bids and Awards Committee, hereby RESOLVE as it is hereby RESOLVED:

  1. To declare ILOILO CITY HARDWARE INC. with the Lowest Calculated and Responsive Bid for the Supply and Delivery of Asphalt for the Asphalt Overlay of Noble Street, Miagao, Iloilo;
  1. To recommend for approval by the Municipal Mayor of the Municipality of Miagao the foregoing findings.

RESOLVED, at the Conference Room of the Municipal Building, this 18th  day of July, 2012

Minutes of Bidding (Supplies)

MINUTES OF THE BIDDING

Present were:

Tomasa Arlene N. Nufuar

Chairman

Atty. Carmelo N. Nochete

Vice Chairman

Engr. Diosdado F. Facon

Larry F. Munion

Member

Member

John F. Nocal

Arjane N. Polido

Engr. Franco Carlo Monteclaro

Valsermar Cernan Faicol

Ramona Nacanaynay

Member

NGO Representative

TWG Head

TWG Member

TWG Member

Arjane N. Polido

NGO Representative

Cheryl M. Notorio

Head,  Secretariat

Jennifer T. Frigillano

Secretariat Member

Rey Nacisvalencia

Jorinda Moreno

Secretariat Member

Secretariat Member

Jonathan Tumayao

Representative of Iloilo Izeem Commercial

Rex Agregorio

Representative of Newtown Merchandising Inc.

Rodel Subillon

Representative of Apstar Trader and Printer

Raquel Koo

Representative of ROG Enterprises

Flor Andutan

Representative of Seven Seven Trading

Leni Rojo

Representative of CHEDMARYL Construction and Supplies

Fely Jabanag

Representative of Iloilo Yca Dale Trading

Rosalyn Gatanela

Representative of Venson’s Marketing

Rolly Jay Burdan

Representative of Strides Pef Enterprises

 

  1. Business Matters:

The Bidding for the Supply and Delivery of Supplies for the use of the Municipality,  Miagao, Iloilo was called to order at 3:00 p.m. of July 9, 2012 at the Conference Room of the Municipal Building and was presided by the BAC Chairman T. Arlene N. Nufuar. The roll was called and declared a quorum.

 

  1. Eligibility Check:
  2. B. Approved Budget for the Contract (ABC) – P 217,815.00

     

    Check submitted by Venson’s Marketing and Cash submitted by Iloilo Izeem Commercial as Bid Security were deposited at the Office of the Municipal Treasurer. Official receipt was issued to the representative. Surety Bonds submitted by Strides Pef Enterprises, Seven Seven Trading, ROG Enterprises, Apstar Trader and Printer , Iloilo Yca Dale Trading, CHEDMARYL Construction and Supplies and Newtown Merchandising  were put on file.

     

    The committee will again meet for the succeeding schedule of activities.

     

    There having no other remaining topics for discussion, the bidding was adjourned at 3:55 p.m.

    for the full text of the minutes, pls download the file below


Minutes of Bidding Supplies

BAC Resolution Declaring LCRB and Recommending Approval (upply and Delivery of Supplies)

BAC Resolution Declaring LCRB and Recommending Approval

RESOLUTION NO. 075

WHEREAS, the Municipality of Miagao has advertised the Invitation to Bid for the Supply and Delivery of Supplies for the use of the Municipality, Miagao, Iloilo in the G-EPS, website, newsletter and in three (3) conspicuous places at the premises of the Municipality of Miagao  for more than 7 days;

WHEREAS, in response to the said advertisements, nine (9) suppliers purchased bid documents;

WHEREAS, nine (9) bids were submitted on July 9, 2012 of nine (9) eligible bidders of the Municipality;

WHEREAS, the bid proposal of the bidder was found to be substantially complying:

Name of Bidder

Bid Amount
(As Read)

% Variance from ABC

  1. Strides Pef Enterprises

P 217,765.00

99.97%

  1. Venson’s Marketing

P 217,650.50

99.92%

  1. Seven Seven Trading

P 217,814.00

99.99%

  1. ROG Enterprises

P 217,685.06

99.94%

  1. Iloilo Izeem Commercial

P 217,728.00

99.96%

  1. Apstar Trader and Printer

P 217,727.50

99.95%

  1. Iloilo Yca Dale Trading

P 217,812.60

99.99%

  1. CHEDMARYL Construction and Supplies

P 217,809.85

99.99%

  1. Newtown Merchandising

P 217,815.00

100.00%

WHEREAS, the detailed evaluation of bids conducted last July 12, 2012 resulted in the following:

Name of Bidder

Bid Amount (As Calculated)

% Variance from ABC

  1. Strides Pef Enterprises

P 217,765.00

99.97%

  1. Venson’s Marketing

P 217,650.50

99.92%

  1. Seven Seven Trading

P 217,814.00

99.99%

  1. ROG Enterprises

P 217,685.06

99.94%

  1. Iloilo Izeem Commercial

P 217,728.00

99.96%

  1. Apstar Trader and Printer

P 217,727.50

99.95%

  1. Iloilo Yca Dale Trading

P 217,812.60

99.99%

  1. CHEDMARYL Construction and Supplies

P 217,809.85

99.99%

  1. Newtown Merchandising

P 217,815.00

100%

 
WHEREAS, upon careful examination, validation and verification of all the eligibility, technical and financial requirements submitted by the Bidder with the Lowest Calculated Bid, its bid has been found to be responsive;

NOW, THEREFORE, We, the Members of the Bids and Awards Committee, hereby RESOLVE as it is hereby RESOLVED:

  1. To declare VENSON’S MARKETING with the Lowest Calculated and Responsive Bid for the Supply and Delivery of Supplies for the use of the Municipality, Miagao, Iloilo;
  2. To recommend for approval by the Municipal Mayor of the Municipality of Miagao the foregoing findings.

RESOLVED, at the Conference Room of the Municipal Building, this 18th  day of July, 2012

Minutes of Meeting pre-procurement conference for the Construction/Installation of Water Tank Pad Extension and Installation of Additional Water Tank

MINUTES OF PRE-PROCUREMENT CONFERENCE

Present were:

T. Arlene N. Nufuar                                        Chairman

Atty. Carmelo N. Nochete                            Vice Chairman

Engr. Diosdado F. Facon                              Member

Larry F. Munion                                               Member

John F. Nocal                                                     Member

Engr. Franco Carlo Monteclaro                                TWG Head

Aida F. Deramas                                              TWG Member, represented by Rodan Niñonuevo

Ramona Nacanaynay                                    TWG Member

Cheryl M. Notorio                                           Head, Secretariat

Jennifer T. Frigillano                                     Member, Secretariat

Jorinda J. Moreno                                            Member, Secretariat

Rey F. Nacisvalencia                                      Member, Secretariat

 

  • The pre-procurement conference for the Supply and Delivery of Various Materials and Supplies for the Construction/Installation of Water Tank Pad Extension and Installation of Additional Water Tank – Municipal Hall, Miagao, Iloilo and One Job Contract Rental of one (1) unit Bulldozer for the Opening of Bacolod-Igdalaquit Road, Miagao, Iloilo was called to order at 2:30 p.m. of July 9, 2012 at the Conference Room of the Municipal Building.

 

  •  BAC Chairman T. Arlene N. Nufuar presided the meeting. The roll was called and declared a quorum.Engr. Diosdado F. Facon, Requesting Officer read and discussed the specification in the Purchase Request.

  • Supply and Delivery of Various Materials and Supplies for the Construction/Installation of Water Tank Pad Extension and Installation of Additional Water Tank – Municipal Hall, Miagao, Iloilo

ITEM NO.

QUANTITY

UNIT

ITEM DESCRIPTION

1

300

300

3/4″ dia. SDR 11 blue pipe

     

Schedule 40, Atlanta or its equivalent

2

150

150

½” dia. SDR 11 blu poipe

     

Blu poipe corrected as blue pipe

Schedule 40, Atlanta or its equivalent

3

1

1

1HP electric motor pump

     

Goulds or its equivalent

4

1

1

2000 ltrs stainless steel water tank

     

Best tank or its equivalent, vertical

5

10

10

2” x 2” x ¼” x 6.00m angle bar

6

45

45

12mm dia. RSB

7

3

3

1” dia. G.I pipe s-40

8

2

2

¾” dia. G>I pipe s-40

     

G<I corrected as GI

9

10

10

welding electrodes

     

1300, whipweld or its equivalent

10

3

3

¾” dia. G.I coupling

     

Schedule 40

11

5

5

hacksaw blade

     

Blue mole or its equivalent

12

20

20

½” dia. PVC 90° elbow

     

Atlanta or moldex or its equivalent

13

20

20

½” dia. PVC tee

14

20

20

½” dia. PVC  adaptor

15

20

20

¾” dia. 90° elbow

16

20

20

¾” dia PVC tee

17

20

20

½” – ¾” PVC reducer

18

500

500

¾” PVC C-clamp

19

10

10

400cc PVC solvent cement

20

5

5

¾” width eflon tape

21

2

2

metal primer paint

     

Boysen or its equivalent

22

2

2

paint thinner

     

Boysen or its equivalent

23

3

3

2″ paint brush

 

  1. One Job Contract Rental of one (1) unit Bulldozer for the Opening of Bacolod-Igdalaquit Road, Miagao, Iloilo

ITEM NO.

QUANTITY

UNIT

ITEM DESCRIPTION

1

1

job

for rental of 1 – unit Bulldozer for the Opening

 

 

contract

of Bacolod-Igdalaquit Road including driver,

 

 

 

fuel and oil cost.

 

 

 

(Estimated length of Road = 2km w/ 6.0m width)

 

  • Engr. Diosdado Facon said that this request falls under services. Hence, the Office of the Municipal Engineer shall prepare and submit other necessary documents for this project including plans and specifications.

 

  • There having no other remaining topics for discussion, the pre-procurement conference was adjourned at 2:40 p.m.

MINUTES OF PRE-BID CONFERENCE (Construction of Liga Hall)

MINUTES OF PRE-BID CONFERENCE

Present were:

T. Arlene N. Nufuar                                             Chairman

Atty. Carmelo N. Nochete                                  Vice Chairman

Jane N. Valenzuela                                              Member

Engr. Diosdado F. Facon                                   Member

John F. Nocal                                                        Member

Engr. Franco Carlo Monteclaro                        TWG Head

Aida F. Deramas                                                  TWG Member

Valsermar Cernan Faicol                                   TWG Member

Ramona Nacanaynay                                          TWG Member

Cheryl M. Notorio                                               Head Secretariat

Jennifer T. Frigillano                                          Secretariat Member

Jorinda J. Moreno                                                Secretariat Member

Rey F. Nacisvalencia                                          Secretariat Member

Madel Piñano                                                       Representative of Iloilo City Hardware Inc.

 

  • The pre-bid conference for the Supply and Delivery of Various Materials and Supplies for the Construction of Liga Hall, Brgy. Guibongan, Miagao, Iloilo  and Supply and Delivery of Various Materials and Supplies for the Construction of New Market Stall, Miagao Public Market, Miagao, Iloilo was called to order at 4:10 p.m. of July 4, 2012 at the Conference Room of the Municipal Building.

 

  •  BAC Chairman T. Arlene N. Nufuar presided the meeting. The roll was called and declared a quorum.

 

  • Engr. Franco Carlo Monteclaro, Project In-Charge for the Construction of Liga Hall, Brgy. Guibongan, Miagao, Iloilo read and discussed the specifications in the Purchase Request.

 

ITEM NO.

QUANTITY

UNIT

ITEM DESCRIPTION

1

2

units

800 x 2100 panel door (approved design1)

 

 

 

per specification

2

4

units

700 x 2100 PVC door w/ jambs & accessories

 

 

 

per specification, color: white

3

2

units

800 x 2100 panel door (approved design2)

 

 

 

per specification

4

15

pcs.

2 x 5 x 8 s4s door jamb, good lumber

5

10

sets

door knob w/ accessories heavy duty

 

 

 

kwikset or its equivalent

6

93

pcs.

1/4 x 4 x 8 marine plywood

7

30

kilos

finishing nails 1″

8

40

kilos

CW nails 3″

9

15

kilos

conc. Nails 3″

10

480

pcs.

2 x 2 x 12 s4s

11

1

unit

20 hole panelboard

 

 

 

1 – 100 amp. Trip ACB

 

 

 

7 – 40 amp trip ACB

 

 

 

6 – 20 amp trip ACB

 

 

 

6 – 15 amp trip ACB

 

 

 

Columbia or its equivalent

12

10

boxes

2.0 sqmm THHN Cu wire

 

 

 

color: white, columbia or its equivalent

13

8

boxes

3.5 sqmm THHN Cu wire

 

 

 

color: white, columbia or its equivalent

14

5

boxes

5.5 sqmm THHN Cu wire

 

 

 

color: white, columbia or its equivalent

15

100

mtrs.

50 sqmm THW copper cable

 

 

 

color: white, columbia or its equivalent

16

35

pcs.

24W daylight global FL, per specification

17

80

pcs.

utility box, color: orange

Atlanta or its equivalent

18

50

pcs.

4″ lighting receptacles (pinlights)m, per specification

19

30

pcs.

receptacle outlet, national or its equivalent

20

30

pcs.

switches, national or its equivalent

21

2

pcs.

3 way switch, national or its equivalent

22

20

pcs.

single gang plates, national or its equivalent

23

15

pcs.

2 gang switch, national or its equivalent

24

5

pcs.

ACU outlets, national or its equivalent

25

70

pcs.

25mm dia uPVC pipe, color: orange

Atlanta or its equivalent

26

2

sets

exhaust fan 5″ (for 2 suites), without grills

color: white

27

15

rolls

electrical tape (assorted color)

 

 

 

5 yellow, 5 black, 5 red

28

4

sets

water closet, lavatory w/ faucet, paper holder soap holder

 

 

 

& other accessories, per specification

29

1

sets

urinal w/ accessories, per specification

30

3

sets

1/2″ dia. Shower head & faucet, plastic

 

 

 

per specification

31

2

pcs.

1/2″ dia. Faucet w. accessories (shower area)

 

 

 

per specification

32

1

pc.

1/2″ dia. Kitchen sink faucet

33

1

set

stainless kitchen sink as per approved specs

34

10

pcs.

4 x 4 floor drain PVC, atlanta or its equivalent

35

43

pcs.

4″ dia. PVC pipe (branded) atlanta or its equivalent

36

30

pcs.

PVC Wye 4″ dia. Atlanta or its equivalent

37

3

pcs.

PVC elbow 90 x 4″ dia., atlanta or its equivalent

38

15

pcs.

CO plug 4″ dia, atlanta or its equivalent

39

18

pcs.

PVC P-trap 4″ dia., atlanta or its equivalent

40

2

pcs.

PVC elbow 45 x 4″ dia., atlanta or its equivalent

41

9

pcs.

PVC Wye 4 x 4 x 2, atlanta or its equivalent

42

25

pcs.

PVC elbow 90 x 2″ dia., atlanta or its equivalent

43

10

pcs.

PVC tee 4 x 4 x 2, atlanta or its equivalent

44

3

cans

solvent cement 400cc , atlanta or its equivalent

45

20

pcs.

PVC pipe 2″ dia. (branded) , atlanta or its equivalent

46

15

pcs.

G.I pipe 1/2″ dia. S-40

47

23

pcs.

G.I tee 1/2″ dia.

48

20

pcs.

G.I elbow 1/2″ x 90

49

20

rolls

teflon tape 3/4″

50

340

pcs.

24 x 24 granite tiles as per approved design

 

 

 

(dining hall) per specification

51

20

kilos

tile grout as per approved shade, color: white

52

18

pcs.

24 x 24 granite tiles as per approved design

 

 

 

(kitchen counters), per specification

53

1

kl.

tile grout as per approved shade, color: white

54

85

pcs.

12 x 12 floor tiles as per approved design

 

 

 

(2 restrooms) per specification

55

280

pcs.

12 x 12 wall tiles as per approved design

56

10

pcs.

1/2 x 8 tile trim, color: white

57

10

kls.

tile grout as per approved shade, color: white

58

620

pcs.

12 x 12 floor tiles as per approved design

 

 

 

(2 suites only) per specification

59

20

kls.

tile grout as per approved shade, color: white

60

80

pcs.

12 x 12 floor tiles as per approved design

 

 

 

(toilet & bath 2-suites) per specification

61

280

pcs.

12 x 12 wall tiles as per approved design

 

 

 

per specification

62

10

pcs.

1/2 x 8 tile trim, color: white, PVC

63

20

kls.

tile grout as per approved shade, color: white, PVC

64

310

pcs.

12 x 12 floor tiles as per approved design (hallway)

65

15

kls.

tile grout as per approved shade, per spefication

66

80

bags

portland cement

 

 

  • Engr. Diosdado F. Facon read and discussed the specifications in the Purchase Request for the Construction of New Market Stall, Miagao Public Market, Miagao, Iloilo.

 

ITEM NO.

QUANTITY

UNIT

ITEM DESCRIPTION

1

6

lengths

4” dia.g.i. pipe schedule 40

2

50

lengths

10mm dia. RSB

3

40

lengths

2”x3”x0.8mm c-purlins, 20 ft.

4

24

lengths

2”x6”x0.8mm c-purlins, 20 ft.

5

3

boxes

welding electrodes, 1300

6

10

kilos

no. 16 g.i. tie wire

7

8

kilos

4” CWN

8

8

kilos

3” CWN

9

5

kilos

1 1/2” CWN

10

60

sheets

ga.26 x 8′ g.i. corr. Roof sheet

 

 

 

Ace or its equivalent

11

60

sheets

ga. 26 x 10′ g.i. corr. Roof sheet

 

 

 

Ace or its equivalent

12

12

sheets

1/4”x4’x8′ ordinary plywood

13

9

sheets

ga. 26 x 8′ pre fab g.i. ridge roll

14

1,000

pieces

2 1/2” tex screw

15

2

pieces

heavy duty blind riveter

 

 

 

stanley or its equivalent

16

4

pieces

tex screw adaptor

17

8

gallons

red lead metal primer paint

 

 

 

triton or its equivalent

18

8

gallons

paint thinner

19

1

gallon

roof sealant, vulca seal or its equivalent

20

20

pieces

2”x2”x10′ coco lumber

21

30

pieces

bamboo poles, 4″ Ø, 20′ more or less

22

30

bags

portland cement

23

3

pieces

6” paint roller brush

24

1

box

1/8”dia. Steel drill bit

 

 

  • There having no other remaining topics for discussion, the pre-bid conference was adjourned at 4:30 p.m.