General Bid Bulletin No. 05 - 2014 Answers to Bidders Queries · General Bid Bulletin No. 05 - 2014...
-
Upload
phamnguyet -
Category
Documents
-
view
233 -
download
0
Transcript of General Bid Bulletin No. 05 - 2014 Answers to Bidders Queries · General Bid Bulletin No. 05 - 2014...
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 1 of 178
NO BID DOCUMENT QUESTION ANSWER Code
1. Bid Doc I,
Section I, ITB
Section II, BDS
Section IV,BDF
Documents comprising the
Bid
Documents comprising the Technical and Price Bids are specified in
ITB Section 11, page 2 of Bidding Forms, and BDS-2
Please confirm the complete list of documents comprising the bid.
List (and order) of Technical Bid shall generally follow ITB 11.2,
in which “(h) any additional other document” shall contain the
“Form DES: Declaration of Eligibility under STEP Loan” and the
“Form MPM: Procurement Plan of Major Plant and Materials”
with supporting catalogue and/or information.
List (and order) of Price Bid shall generally follow ITB 11.3, in
which “(d) additional other document” shall contain “Schedule of
Adjustment Data”, “Form JPO: Price List of Japanese Origin
Items” and “Electronic editable file of priced Bill of Quantities”.
01
001
2. Bid Doc I, Section IV,
BDF
Additional Information
Form MPM
Listed as part of the Technical Bid is “Additional Information Form
MPM” (Attachment-5). There is no “Form MPM” in the Bidding
Forms. Please confirm that “Form MME” found on page 32 of the
Bidding Forms will be used for the “Procurement Plan of Major
Materials and Equipment”.
The name of the Bidding Form [Page 32 of 34] shall be renamed to
be “Form MPM: Procurement Plan of Major Plant and Materials”.
In this connection, Bidder is advised to rename the same wording in
BDS-2(ITB 11.2 (h)), EQC-1(2.2.4), EQC-3(2.2.2 a), EQC-5 (2.2.4
a), b), c)), and Table of Forms (page 1 and 2).
01
002
3. Bid Doc I, Section III,
EQC
Preliminary Examination
of Technical Bids
In Sub-section 2.1-Preliminary Examination of Technical Bids, part of
the list of documents to be included in the preliminary examination of
the Technical Bid is the “(vi) Sealed Bid Price”. Please confirm if said
“Sealed Bid Price” will be included in the Technical Bid envelope.
The (vi) is not a Sealed Bid Price, but a “Sealed Price Bid”. When
Technical Bid is opened the Items (i) to (v) will be preliminarily
examined, and the existence of Price Bid as entirely closed and
sealed is confirmed whether it has been duly submitted.
01
003
4. Bid Doc II, Spec
Section 2140
Density of Embankment
In page 14, Table 2140.1 “Characteristics and Testing of Inner
Structural Embankment Material” specified Field Density standard
value to be not less than 95%, while at Sub-section 4.4 of same page, it
is specified at 90%. Please clarify.
Field Density in the last column of the Table 2140.1 shall be
amended from “95%” to “the specified compaction requirements”
which are 90% for (1) Inner Structural Embankment and 85% for
(2) Outer Common Embankment as required in 4.4. of the same
page.
01
004
5. Bid Doc II, Spec In page 14, Table 2140.1 “Characteristics and Testing of Inner Pavement thickness has been designed based on subgrade CBR 01
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 2 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 2140 & 2150
CBR of Embankment and
Subgrade
Structural Embankment Material” specified CBR standard value to be
more than 10%, while at page 21 Table 2150.1 “Materials (Subgrade)”
specified CBR standard value to be more than 7%. Drawing No.
C2-2200-01 also indicated CBR value of more than 7%. Please clarify.
value of 7 % on safe side. However, it was aimed to achieve the
subgrade CBR value of 10 % when compacted to 95 % of MDD. In
this connection, Bidder is advised that, in the Table 2150.1 of
Specification Section 2150 (page 21) and Drawing C2-2200-01, the
Subgrade CBR value shall be amended to be 10%, instead of 7%,
when compacted to 95% of MDD.
005
6. Bid Doc II, Spec
Section 2210
Sub-base material
Can we understand that there is no requirement for Soundness for
sub-base material? Please confirm.
No, soundness test for subbase materials is not required. 01
006
7. Bid Doc I, Section VI,
WKR 4.3.2
Land Acquisition and
Resettlement
As mentioned in Section 4.3.2, expropriation of the 9 lots including 2
houses by DOTC, is likely to be completed within 2013. Please advise
current status.
Although expropriation is not yet completed within 2013 as
scheduled, DOTC is closely coordinating with the Office of
Solicitor General to expedite the legal procedure. Land acquisition
and expropriation are scheduled to complete before
Commencement Date.
02
001
8. Bid Doc I, Section VI,
WKR
Water tapping point
As mentioned in Section 4.4.2 (2), DOTC has planned to construct the
water tapping point near the entrance of the access road, before
commencement of the construction. Please advise current status and
completion date of the water supply construction.
External water supply system is scheduled to be completed before
Commencement Date.
02
002
9. Bid Doc I, Section VII, GC
water supply at site
As mentioned in Section 4.19, amount due for use of water supply
available on site shall be determined by the Engineer. Please give us
your price (per cu.m.) for the supply of water.
PHP 40 per cum or less. 02
003
10. Bid Doc I, Section VI,
WKR
Soil investigation
As mentioned in Section 4.1.3 a), 2 meter deep borehole investigation
would be carried out when excavation to the pavement subgrade level
is completed. So as not to expose the prepared subgrade from possible
Please refer to Specification Section 1175 1.3 in conjunction with
Section 2150 2.3 in which design elevation of subgrade in cut is
specified. The design elevation before structural embankment
02
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 3 of 178
NO BID DOCUMENT QUESTION ANSWER Code
damage due to rains, while waiting completion of the soil investigation,
we intend to conduct the borehole drilling before undertaking the
excavation works. Please confirm if we are entitled for payment for the
extra depth of boring.
below pavement structure commences means the elevation after
topsoil removal in the area for subgrade in fill.
Purpose of the borehole investigation is to ascertain the existence of
cavity if any at least 2m below subgrade surface or deeper. Extra
depth of boring is necessary if cavity is found to be continued
deeper than 2 m below subgrade surface for which re-measured
quantity of actual length of borehole will be paid.
11. Bid Doc I, Section VIII
PC, Part A, Engineer Name
and Address
The Employer‟s name and address is indicated for the Engineer‟s name
and address. Will the Employer be acting as the Engineer of this
contract? Please confirm.
The Engineer, pursuant to GC Clause 3.1, will be appointed by the
Employer before the Commencement Date.
02
005
12. Bid Doc III, Drawings
U2-3290-02
Feeder & Grounding
cables
Please clarify the following :
a. Grounding size of 3.5mm2 TW on panel RCPN and RCPNE
b. To follow the XLPE type of feeder cable for 600V or do we need to
change cable specs to THHN
a. The correct notation is “1-5.5mm2 TW” on panel RCPN and
RCPNE.
b. The XLPE type of feeder cable shall be understood as primary
side, and THHN is secondary side on this drawing.
02
006
13. Bid Doc III, Drawings
U3-3370-01 & 03
Circuit Breaker
We understand that current rating of the circuit breaker is the same as
the current rating of the ampere frame (AF). Please confirm that our
understanding is correct.
Please refer to revised Drawings U3-3370-01 & 03 as attached, in
which circuit breaker ratings (AT/AF values) are indicated.
02
007
14. Bid Doc II, Spec
Section 3210
13.2KV Switchgear Panel
(Indoor Type)
2.3 enclosures. “The panel shall be fabricated from steel sheet (not less
than 2.3mm thickness)”. Type of finishing of the enclosure is not
mentioned on the said clause, please clarify, e.g. painting, hot-dip
galvanized.
It is indicated in Specification Section 3205, Clause 8.0 General
Technical Requirement (Page 59).
02
008
15. Bid Doc II, Spec
Section 3230
Standby Generator
Clause 3.1 of the Bid Specification states that “SEG shall be suitable for
continuous operation, more than 4000 hours per year at the rated
output”
Continuous Rating Generator is used in the Project. 02
009
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 4 of 178
NO BID DOCUMENT QUESTION ANSWER Code
System Requirement Clause 3.3 of the Bid Specification states that “SEG shall provide and
operate for minimum of 72 hours continuous without refilling, without
re-supply lubricating oil.
However Clause 8.2 (1) indicates that Rating is continuous.
There is conflict on the Specification. Please clarify, whether standby
rating or continuous rating generator is to be used in the project.
16. Bid Doc III, Drawings
U1-3150-02
Water supply pipe concrete
protection
On drawing Detail A-A, please clarify the filling material to be used on
the area between the concrete protection and pipe.
Selected fills, if not sand to be outsourced. 02
010
17. Bid Doc III, Drawings
U2-3210-04
Last Receiving Pole of
BOHECO 1
We understand that the last receiving pole including the primary
metering, lighting arrester (LA), load break switch (LBS) are included
in Section U2-3210: Electrical Power Supply, BOQ item no. 37
provisional sum. Please confirm that our understanding is correct.
Bidder‟s understanding is correct. 02
011
18. Bid Doc III, Drawings
U2-3210-04, U2-3270-02
Incoming Power Supply
Cable
We understand that the incoming power supply cable (3-50mm2 15kV
XLPE) is included and to be supplied by the Contractor. However, we
also understand that the connection/termination of the said cable to
BOHECO 1 electrical pole shall be carried out by BOHECO 1 and this
connection cost shall deemed to be included in Section U2-3210:
Electrical Power Supply, BOQ item no. 37 provisional sum. Please
Bidder‟s understanding is correct.
This connection cost is included in BOQ item No.37 Provisional sum
of Section U2-3210.
02
012
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 5 of 178
NO BID DOCUMENT QUESTION ANSWER Code
confirm that our understanding is correct.
19. Bid Doc III, Drawings
C1-2200-01
Roundabout at connection between access road and National highway
was shown in Drawing C1-2200-01 to be included in the paving works.
Please provide construction drawing and details of the roundabout.
Roundabout is not in the scope of this Project but is proposed to be
constructed through the ongoing National Highway widening
Works of DPWH.
02
013
20. Bid Doc III, Drawings
C2-2200-01 & 05
Bid Doc II, Spec
Section 2140
As shown in Drawings C2-2200-01 & 05, the inner structural
embankment is 1 meter away from edge of pavements, whereas in
Section 2140 (2.2): Embankment specifications, it was specified to be
0.5 m from the subgrade limit. Please clarify.
It shall be 0.5 m away from the subgrade limit, which may be more
or less 1 m from the pavement edge depending upon thickness and
type of the pavement.
02
014
21. Bid Doc I, Section III,
EQC, Communication Plan
Included in the list of Work Method Statements (page EQC-4) to be
submitted under the Contract Management Plan, is the Communication
Plan. Please provide specifics on the information to be to be provided in
this plan.
This fully depends upon Bidders‟ proposal. 02
015
22. Bid Doc II, Spec
Section 2140
CBR requirement for
Embankment material
According to Sub-Section 3.1 (page 13), the inner structural
embankment material shall be obtained from excavated materials, and
the CBR value when compacted to 95% MDD shall be more than 10%
(Table 2140.1). As per our experience, it is difficult to attain this CBR
requirement when just using the excavated materials. Will the
Employer be amenable to the importation of suitable embankment
From the designer‟s point of view, the excavated materials of the
type of coralline limestone could possibly achieve the subgrade
CBR value of not less than 10 % when compacted to 95 % of
MDD. However, in fact the pavement thickness has been designed
based on subgrade CBR value of 7 % on safe side. Only if the
Contractor will prove that CBR value of 7% is not achievable, then
02
016
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 6 of 178
NO BID DOCUMENT QUESTION ANSWER Code
material when this quality requirement cannot be attained with just the
use of excavated materials? Is the Contractor entitled for additional cost
should this will be the case? Please confirm.
importation of suitable embankment material may be allowed to the
extent appropriate, and paid through re-measured quantity of BOQ
C-2210 item No. 1 (delivery and stockpile of locally-available
coarse materials for mixing with excavated materials).
23. Bid Doc II, Spec, Section
1400
Clause 2.3, 2.4 & 2.5
Fine and course aggregates
Soundness requirement
We have noted that the Soundness test specifications for fine (Table
1400.1) and course (Table 1400.3A) aggregates are 5% max. These
standards differ from the DPWH requirements of 12% to 15% (max)
for fine aggregates and 10% to 15% (max) for course aggregates. Will
Employer consider the adoption of DPWH standard, which are more or
less the same as the ASTM (10% to 15% for fine and course) and
AASHTO (10% to 15% and 12% to 15% for course and fine
aggregates, respectively) specifications. Please confirm.
Soundness for fine and course aggregate is hereby re-specified to be
not more than 12 %.
02
017
24. Bid Doc I, Section III
Clause 2.2.5 Personnel
(EQC-5)
a) The Bidder must demonstrate that it has the personnel for the
key positions that meet the following requirements:
…Experience in Similar Works
Please advise if the Similar Works is limited to an experience
related Airport Construction ONLY, or not. If not, please kindly
advise the definition of the Similarity. (Is the definition of
Similarity same with it in the clause 2.3.4. Specific Construction
Experience?)
Experience in Similar Works is generally defined as
1) Construction of airports (pavement for aircraft movement area
or PTBs);
2) Construction of building or other public infrastructure
projects; inclusive of civil works, building works, electrical
and mechanical works;
3) Construction implemented under FIDIC type conditions of
construction contract outside of his home country.
Similar Works for Chief Air Navigation Engineer shall be
construction experience of air navigation system or control tower
either in or outside of his home country.
Project manager (i.e. Contractor‟s Representative) shall be a
03
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 7 of 178
NO BID DOCUMENT QUESTION ANSWER Code
permanent employee of the Bidder (if sole bidder), or the Lead
Firm (if JV or Consortium), having good access to his company
experience and home office support organization, and capability in
accordance with GC 4.3.
25. Bid Doc I, Section III
Clause 2.3.4.(2)-a and b
Specific Construction
Experience
(EQC-10)
(2)-a: The prospective bidder should have satisfactorily (iii)
completed as a prime contractor ….
(2)-b: For the above or other contracts
completed and under implementation as a prime contractor….
Please advise if the Bidder is required to satisfy both
requirements in (2)-a and (2)-b. The requirements of (2)-b is
much wider/easier than (2)-a and seems not be balanced.
Both (2)-a and (2)-b, unless (2)- b is covered by (2)-a. 03
002
26. Bid Doc I, Section VI
Clause 4.4.1
(WKR-126)
The GOP, through Department of Transportation and
Communications (DOTC) …
a) Preparatory Works (boundary fence, clearing and grubbing
of construction site); …
b) Construction of external water supply which consists of
construction of a water receiving tank in Dawis, …
c) Embankment of soaking yard perimeter; …
Please provide us with the hand over condition of construction site to
the Contractor. (hand over ground elevation, detail of external water
supply system, detail of embankment of soaking yard, etc).
The following locally-funded works are scheduled to be completed
before the Commencement Date.
1) Preparatory Works (Boundary Fence, Clearing and Grubbing
of construction site;
2) Construction of External Water Supply
3) Embankment of Soaking Yard Perimeter
Ground elevation after completion of the above 1) would be
somewhat altered from the Bid Drawings then handed over to the
Contractor, hence, earthworks volumes shall be re-measured based
on joint survey later conducted by the Contractor and the Engineer
in accordance with Specification Section 1160.
03
003
27. Bid Doc I, Section VI
Clause 4.4.1
c) Embankment of soaking yard perimeter; …. States that
Employer will proceed with the embankment of the soaking yard
As can be observed, current activities for both DOTC-funded
Projects and JICA funded New Bohol Airport Construction Project
03
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 8 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(WKR-126) perimeter.
Please confirm that the schedule for these works is as stated in
“Table 4.4-1 Activity Schedule” to allow Bidder to co-ordinate
interface requirements.
are 3 to 4 months behind the Schedule shown in Table 4.4-1.
28. Bid Doc I, Section VII,
GC 4.2 (Page 14)
The Performance Security will be in the form of a demand guarantee in
the amounts of ten (10) percent of the Accepted Contract Amount and
in the same currencies of the Accepted Contract Amount.
Please confirm that Contractor is allowed to issue Performance Security
from a bank in Japan. If yes, Bidder would like to issue the
performance bond in the single currency of Japanese Yen, instead of
multi-currency bests, since it believes that it may be difficult, from
practical view point, for Japanese banks to issue the guarantee in the
local currency.
Bidder‟s attention is called to GC 4.2 where it is stated that “the
Contractor shall obtain a Performance Security in the currency(ies)
of the Contract or in a freely convertible currency acceptable to the
Employer”. Japanese Yen is recognized as a freely convertible
currency acceptable to the Employer.
03
005
29. Bid Doc I, Section VII,
GC 14.5 (Page 48)
If this Sub-Clause applies, …
Given that the Contract is expected to include a schedule of
payments specifying the installments in which the Contract
Price will be paid, Bidder would like Employer to confirm that
the Sub-Clause 14.5 shall not apply accordingly.
Payment of the Contract shall not be made in specific installment
(GC 14.4), but shall be made based on re-measured quantities of
BOQ and GC 14.5 [Plant and Materials intended for the Works]
specifically with PC Part A-Contract Data 14.5 (b)(i) and 14.5
(c)(i), (page 4 of 5).
03
006
30. Bid Doc I, Section VII,
GC 14.6 (Page 49)
… an Interim Payment Certificate which shall state the amount
which the Engineer fairly determines to be due, with all
supporting particulars for any reduction or withholding made
by the Engineer on the Statement if any.
Bidder would like to establish the payment‟s approval procedure so that
monthly invoiced amount will be determined based on mutual
Should any dispute arise and not resolved yet, the same 7th
paragraph of GC 20.1 shall apply. Unless and until the particulars
supplied are sufficient to substantiate the whole of the claim, the
Contractor shall only be entitled to payment for such part of the
claim as he has been able to substantiate which the Engineer agree
or determine in accordance with GC 3.5 [ Determinations ].
03
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 9 of 178
NO BID DOCUMENT QUESTION ANSWER Code
agreements much as possible if there should be any dispute between
Engineer/Employer and Contractor.
31. Bid Doc I, Section VII,
GC 14.6 (a) (Page 49)
a.… the cost of rectification or replacement may be withheld
until rectification or replacement has been completed; and/or
Bidder would like to confirm that the amount to be withheld by
Employ should be limited to the extent that such cost of rectification or
replacement has already been paid by the Employer.
No, full cost of rectification or replacement may be withheld. 03
008
32. Bid Doc I, Section VII,
GC 14.6 Last Para
(Page 49)
The Engineer may in any Payment Certificate make any
correction or modification that should properly be made to any
previous Payment Certificate.
Bidder requires that any such correction or modification of any
previous Payment Certificates should be notified to and accepted by the
Contractor in writing in advance to such correction or modification to
be made by the Engineer.
Not acceptable to the Engineer.
Such limited time for the Engineer to deliver an Interim Payment
Certificate may not allow for such correspondence and mutual
agreement between the parties. Any correction or modification can
be made in the next monthly Interim Payment Certificate anyway.
03
009
33. Bid Doc I, Section VII,
GC 14.7 (b) (Page 49)
The Employer shall pay to the Contractor:
(b) the amount certified in each Interim Payment Certificate
within 56 days after the Engineer receives the Statement and
supporting documents; or, at a time when the Bank’s loan or
credit (from which part of the payments to the Contractor is
being made) is suspended, the amount shown on any statement
submitted by the Contractor within 14 days after such statement
is submitted,…
Regarding the condition after “at a time when”, does it means that if the
Bank‟s loan or credit is suspended, then the payment will be received
This is exactly what is stated in the FIDIC GC, which should not be
questioned.
Remember in the past, Banks‟ loan was suspended or nulled due to
force majeure.
03
010
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 10 of 178
NO BID DOCUMENT QUESTION ANSWER Code
within 14 days after the Engineer receives the Statement and supporting
documents?
34. Bid Doc I, Section VII,
GC 14.7 (Page 49-50)
“Payment of the amount due in each currency shall be made
into the bank account, … in the payment country (for this
currency) specified in the Contract.”
Regarding the last paragraph, please confirm that Contractor is allowed
to open the bank account either inside or outside Philippines. Or, will it
be required to open the bank a/c of JPY only in Japan?
Payment of JPY portion is made from The Bank of
Tokyo-Mitsubishi UFJ (BTMU) in Tokyo, and that of PHP portion
is made through Bangko Sentral ng Pilipinas (BSP) in Manila.
Bidder can choose whatever Bank account in the cities if he wishes
to save remittance fee.
03
011
35. Bid Doc I, Section VIII,
PC Part B 8.1 (a)
Commencement of Works
(Page 2)
(a) signature of the Contract Agreement by both Parties, and if
required, approval of the Contract by relevant authorities of the
Country and concurrence of the Bank
Please confirm when such requirement (approval of the Contract by
relevant authorities of the Country and concurrence of the Bank) is
likely to be confirmed so that this can be considered, if necessary, when
planning the Project.
Date of approval and/or concurrence will be notified to the winning
Bidder in due course.
03
012
36. Bid Doc I, Section VIII,
PC Part B 14.1
(Page 2 of 6)
Notwithstanding the provisions of subparagraph (b), … the
Employer, assume all duties and related fiscal charges imposed
in the Republic of the Philippines on the Japanese companies
… with respect to the import and re-export of their own
materials and equipment needed for the implementation of the
Project.
Bidder assumes that in addition to the “duties and taxes with respect to
import and re-export of Contractor‟s own material and equipment”,
those duties with respect to Plant and Material to be imported by the
Yes. In order to facilitate process of the exemption of such duties
and taxes, the Contractor shall forward to the Employer, as far in
advance of the arrival of the Goods in the Republic of the
Philippines as possible, lists of the Goods to be imported or brought
into the Republic of the Philippines for the Works. Each list shall
contain a certification by the Engineer as to its conformity with the
Contract.
When import and re-export are processed under the name of the
Contractor, duties and taxes on those materials and equipment will
03
013
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 11 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Contractor or its subcontractors for incorporation into the Permanent
Works will also be borne and paid by Employer or the Government of
the Republic of the Philippines, based on which Contract Price shall be
exclusive of such custom duties and VAT.
Please clarify the above understanding. And please clarify the word
“own” does not signify that items which are not owned by such
companies (i.e. hired equipment) will be exempt.
be, whether owned or hired, assumed by the Employer.
37. Bid Doc I, Section VIII,
PC Part B 14.7(Page 2)
All payments under the Contract shall be made in accordance
with the Procedures agreed upon by the Employer and the Bank.
Please advise whether the Procedures are to be made available to the
Bidders and, if so, how these will be issued.
Payment procedure for the Contract agreed between the Employer
and the Bank is “Transfer Procedure”.
03
014
38. Bid Doc I, Section VIII,
PC Part B 14.7
Payment (Page 2 of 6)
The Employer shall ensure that the Contractor shall be
paid the Peso amounts as certified in accordance with Clause
14 regardless of the exchange loss or gain arising from the
payment Procedures.
According to 15.1 of Section I & II, the currencies of the payment
shall be JPY, and PhP.
Bidder does not understand what is intended to mean by the
wording of “regardless of the exchange loss or gain arising from
the Payment Procedures”. Please clarify. In any case, Bidder
would like to request Employer to provide the Payment
Procedure once it is established with Bank.
Exchange risk from the time PHP portion is transferred in Yen from
BTMU to BSP until finally paid to the Contractor in Peso is born
by the Employer.
03
015
39. Bid Doc I, Section VIII,
PC, Part B 14.15 (d)
The applicable rates of exchange shall be those prevailing on
the Base Date and determined by the central bank of the
Please refer to PC Part B 14.15 (a) to (c). 03
016
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 12 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Page 3 of 6) Country.
Please advise what “the applicable rate of exchange” will be used for.
40. Bid Doc I, Section VIII,
PC Part B 14.16 (a)
(Page 3 of 6)
all fiscal levies and taxes imposed … carried out for and the
income accruing from the supply of the products and/or services
required in respect of the Contract.
Please confirm if the tax exemption will be applied to (including, but
not limited to) Corporate Income Taxes, Withholding Taxes (applied
for dividends, interest, royalties, or Technical Service Fees), and
Branch Remittance Tax (if applicable) in Philippine.
Tax for Branch office or local corporation on its corporate dividend
or fee may not be exempted since income from other business than
this particular project may be included therein.
03
017
41. Bid Doc I, Section VIII,
PC Part B 14.16 (b)
(Page 3 of 6)
all fiscal levies and taxes imposed … on the
Japanese employees engaged in the Contract …
Please confirm if the exemption for Japanese employees income will be
applied not only to Personal Income Tax, but also to Social Security
Taxes levied in Philippine.
Social security is not tax thus is not exempted. 03
018
42. Bid Doc I, Section VIII,
PC Part B 14.17
(Page 3 of 6)
VAT payable … shall be paid by the Employer to the
Contractor in Philippine Pesos.
Please confirm if the VAT will not be covered by the amount of Bank
Loan to be executed between the Bank and Government of Philippine,
and therefore, it will be paid to Contractor by T/T remittance.
Notwithstanding, Bidder understands that the import VAT and custom
duties with respect to materials and equipments for Permanent Works
will be exempt and borne by Employer. Please confirm this.
VAT will not be paid by T/T but will be paid by cheque.
Import VAT and custom duties will be assumed by the Employer.
But, in order to facilitate process of the exemption of tariffs,
customs and import duties, the Contractor shall forward to the
Employer, as far in advance of the arrival of the Goods in the
Republic of the Philippines as possible, lists of the Goods to be
imported or brought into the Republic of the Philippines for the
Works. Each list shall contain a certification by the Engineer as to
its conformity with the Contract.
03
019
43. Bid Doc II, Spec Stipulates that “Structures/buildings within the project site shall Yes, these requirements are reflected in the building design. 03
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 13 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1000 Series
ATTACHMENT-E
Clause 3(page 14 of 25)
be designed in accordance with the national building and
structural codes and earthquake zoning of the area. Based on
the earthquake zoning map prepared by PHILVOLCS and
records of earthquake occurrence in the area, the engineering
design of the structures should be equal to or greater than the
maximum recorded earthquake and based on the geotechnical
assessment of the site.”
Please confirm whether these requirements are reflected in the building
design provided in the Drawings and Specifications provided for
bidding and further verification on the design is not required.
020
44. Bid Doc II, Spec
Section 1115 Clause 1.3
(2)(page 5)
The Contractor’s office shall include for the provision of a
design drawing office, fully equipped with a CAD facility
compatible with that of the Engineer’s …
Please advise the name of the engineer‟s CAD software.
AUTOCAD, the latest version. 03
021
45. Bid Doc II, Spec
Section 1115 Clause 1.4
(4)(page 6)
Temporary Roads shall be maintained in dust free condition by
daily watering, rolling and grading all to the approval of the
Engineer.
This requirement seems excessive. Please confirm that all Bidders are
required to include the cost of such activities (i.e. daily watering, daily
rolling and daily grading) in the bid. Or only the watering is required as
a daily work?
Cost of all such activities shall be borne by the Contractor in
accordance with GC 4.14 and 4.15.
03
022
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 14 of 178
NO BID DOCUMENT QUESTION ANSWER Code
46. Bid Doc II, Spec
Section 1125 Clause 9.1
(page 18)
Generally
(1) The programmers prepared by the Contractor must include
allowance for the following work constraints:-
(a) Works of other contractors appointed directly by the
Employer …
(b) Local government restrictions and …
(c) Environmental restrictions
Please advise that Works of other contractors are anticipated and the
period for their performance, also, (if available) what local restrictions
have been identified which can be shared with Bidders.
Please refer to the next Clauses 9.2 and 9.3. 03
023
47. Bid Doc II, Spec
Section 1130 Clause
4.1(page 21)
The Contractor shall conduct the environment monitoring of …
during construction period and Defect Notification Period.
The contractor can assist with environmental monitoring but can be
held on responsible only for items of environmental performance the
contractor has authority over during the Defect Notification Period (e.g.
warranty items). Please confirm.
As the name of the Project is “New Bohol Airport construction and
Sustainable Environmental Protection Project”, the Contractor shall have
responsibility for the airport construction work and environmental
protection work. Environmental monitoring is one of the scope for
environmental protection work. All the environmental conditions as
indicated in the Environmental Monitoring Plan prescribed under
the Environmental Compliance Certificate (ECC) issued for the
project shall be reported to the Engineer and Employer during the
Construction and Defect Liability Period. However, the Contractor
do not have any responsibility for the pollution to the environment
that is not brought about by its Construction Works.
03
024
48. Bid Doc II, Spec
Section 1130 Clause 4.5
(page 23)
Is it necessary to monitor lead (Pb) concentration when the leaded fuels
(main Pb contributor) have been banned in Philippines? Table 1130.6
(Page 28) Environmental Monitoring Plan does not include
Table 1130.6 (page 28) shall be deleted.
Table of “Parameter to be Monitored (Air Quality)” (P-23)
specifies required monitoring items, including Pb.
03
025
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 15 of 178
NO BID DOCUMENT QUESTION ANSWER Code
requirement for Pb monitoring. Please clarify.
49. Bid Doc II, Spec
Section 1130 Clause 4.6
(1)(page 23)
… impacts of the Project, such as effects of vehicular traffic,
heavy construction equipment, and fossil fuel burning. In p
Seems words are missing after “In P …”.
Please complete the sentence.
Specification Section 1130 4.6 (1) shall be revised as follows:
The Contractor shall monitor the noise environmental conditions in
the vicinity of the Works to ascertain the environmental impacts of
the project, such as effects of vehicular traffic, heavy construction
equipment.
03
026
50. Bid Doc II, Spec
Section 1130 Clause 4.7
(1)(page 24)
The solid waste from construction work shall be deposited
temporarily in the area of the Contractor’s yard. After
completion of the public disposal area at Alburquerque in Bohol
Island, all solid waste shall be removed from the site and
disposed to the public disposal area.
Please confirm the anticipated availability date for this facility.
Bohol Environmental Management Office informed DOTC that the
facility will be completed by the end of 2014.
03
027
51. Bid Doc II, Spec
Section 1130 Clause 6.1
(page 28)
Specification requires “Biological” monitoring
It is not clear what “Biological” monitoring requires as the parameter is
not defined. Please clarify.
Please refer to the above Q/A No.48. 03
028
52. Bid Doc II, Spec
Section 1140
Clause 5.1(page 37)
The Contractor shall prepare all calculations to justify and
substantiate the design of all civil, structural, architectural,
mechanical, electrical, process and control works and systems
for which he is responsible for the design.
Please clarify that this requirement is applied to the additional items
which are not included into ITB drawings.
This requirement is applied to any work for which the Contractor is
responsible for the design (if so specified in the Bid Documents).
03
029
53. Bid Doc II, Spec
Section 1165
Clause 17.2 (page 68)
The Contractor shall, at his own expense, supply spare parts as
specified in each section or Bill of Quantities or Specifications
to assure efficient and continuous operation of Plant, equipment
Manufacturers‟ recommendation on the spare part list shall be
based on each section of the Specification.
03
030
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 16 of 178
NO BID DOCUMENT QUESTION ANSWER Code
for repair or replacement of damage to finishes or the fabric of
the buildings.
Bidder understands that Spare Parts List will rely on Vendor‟s
recommendation because the detail requirement of the Engineer is not
clear at Bidding stage. In case the Engineer‟s requirement is different
from the recommendation, the approval process will be complicated.
Bidder would like to propose to treat Spare Parts as Provisional Sum.
54. Bid Doc II, Spec
Section 1165
Clause 17.2(page 68)
The Contractor shall, at his own expense, supply spare parts
specified in each specifications to assure continuous operation
of the Plant and repair/replacement of Finishing’s or Fabric of
buildings. For what period of time? Please clarify.
Contractor shall supply spare parts sufficient for 2 years normal
operation after the issue of TOC, as generally specified in
Specification Sections 5050, 6050, 8050, and 9050.
03
031
55. Bid Doc II, Spec
Section 2120
Clause 1.4(page 6)
All materials arising from topsoil removal shall remain the
property of the Employer, and the Engineer will direct the
Contractor where the materials are to be transported and
deposited including any temporary spoil heaps.
Please confirm that the place to transport and deposit shall be within the
boundaries of the site.
Yes, deposit of topsoil shall be within the boundaries of the site. 03
032
56. Bid Doc II, Spec
Section 3205
Clause 11.4 (6)(page 64)
“Round trip air ticket between Manila and supplier’s country
(For imported items)”
Bidder understands that air fare to be of economy class. Please clarify.
Yes, economy-class air fare is acceptable. 03
033
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 17 of 178
NO BID DOCUMENT QUESTION ANSWER Code
57. Bid Doc II, Spec
Section 3205
Clause 13.2 (1)(page 67)
“T Parts list, (including component and parts layout)”
Bidder assumes some words are missing after “T”. Please clarify.
The composition of Clause 13.2 (1) (g) to (i) are changed as
follows:
(g) Test equipment
(h) Parts list, (including component and parts layout)
(i) Maintenance record log forms and check lists for daily, weekly,
monthly, semiannually and annually.
(j) Service life (year or hours) of equipment and main parts and
devices.
03
034
58. Bid Doc II, Spec
Section 3205
Clause 14.6 (3)(page 69)
For long routes, cables shall be installed in maximum drum
lengths and straight through jointing between shorter lengths
shall not be permitted without the prior (blank)
It seems that words are missing after “ … without the prior).
Employer is requested to provide the complete sentence.
Clause 14.6 (3) is as follows:
“For long routes, cables shall be installed in maximum drum
lengths and straight through jointing between shorter lengths shall
not be permitted without the prior written approval of the
Engineer.”
03
035
59. Bid Doc II, Spec
Section 3210
Clause 2.2 (2)(page 73)
The rated normal current is shown as 630A, while the Drawing
U2-3210-04 is shown as 800A.
Please confirm which value is correct.
The correct value is 800A indicated in the Drawing U2-3210-04. 03
036
60. Bid Doc II, Spec
Section 3210
Clause 3.4 (4)(page 78)
The rated current is shown as 630A, while the rated VCB
current rating is shown as 800A in the drawing U2-3210-04.
Please confirm which value is correct.
The correct value is 800A indicated in the Drawing U2-3210-04. 03
037
61. Bid Doc II, Spec
Section 3210 Clause 3.5
There is no description.
We consider that (3) (page 79)is not applicable. Please confirm.
Clause 3.5 (3) is not used. 03
038
62. Bid Doc II, Spec
Section 3210
Clause 3.5 (3)(page 79)
Item (3) of clause 3.5 Protection and Control System is blank.
Please advice if this paragraph is Not Applicable, or otherwise, please
complete the requirement.
Clause 3.5 (3) is not used. 03
039
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 18 of 178
NO BID DOCUMENT QUESTION ANSWER Code
63. Bid Doc II, Spec
Section 3210
Clause 8.1 (1)(page 96)
“CCR for the more …… when the primary power supply from
BOHCO1 fails or when the (blank)” It seems that some words
are missing after “… fails or when the”. Please clarify.
Clause 8.1 (1) is as follows:
“CCR for the more …… when the primary power supply from
BOHCO1 fails or when the frequency or voltage fluctuation
limits have been exceeded.”
03
040
64. Bid Doc II, Spec
Section 3210
Clause 8.3 (5)(page 97)
“Upon failure to excessive …… battery power without
interruption or (blank)” It seems that some words are missing
after “… without interruption of”. Please clarify.
Clause 8.3 (5) is as follows:
“Upon failure to excessive …… battery power without
interruption or disturbance.”
03
041
65. Bid Doc II, Spec
Section 4050
Clause 4.1(page 3)
The equipment and materials shall be obtained from
manufacturers who have been approved by the Engineer.
Please provide the approved vendor list. If not available. Bidder
understands that any Vendors or Manufactures can be proposed, in case
they or their products comply with the requirements stated in this ITB,
relevant standards and local regulations. If the Engineer‟s requirement
is more stringent than ITB, relevant standards or local regulations,
Bidder is entitles to claim the cost and schedule impact. Please confirm.
All equipment and materials shall be proposed by the Contractor in
the first place. Those will be reviewed whether to meet Form MPM,
Form JPO, and Specification, and shall be approved by the
Engineer.
Engineer‟s requirement is not more stringent than the
Specifications.
03
042
66. Bid Doc II, Spec
Section 4130
Clause 1.1(page 22)
As a result of soil investigation under Section 1175 and in
accordance with the Engineer’s decision thereof, if the soil is
required to be improved, the Contractor shall, … carry out the
soil improvement work by means of grout injection into …
Please confirm how Contractor should be compensated in schedule
impact if instructed to understanding such work.
Schedule impact will be considered in accordance with GC 8.4 if
quantity of the grout injection is substantially increased that cause
delay in the completion of the Work.
03
043
67. Bid Doc II, Spec
Section 7800
Clause 2.3 (1)(page 107)
Main Control Units (MCU) comprising host computer,
including equipment for ID photo processing and badge printers
located in the Command and Control Office (CCO) of the
MCU is one of the Contractor‟s design which may be different in
size by each manufacturer. Layout of equipment (e.g. computers,
displays, server, furniture, etc) in the CCO shall be determined
03
044
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 19 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Passenger Terminal Building;
Main Control Units for ACS is not clearly shown on any drawings.
Please provide the layout plan of MCU in the CCO of the PTB.
through the process of Section 1165 4.0 Building Services
Engineering Drawings.
68. Bid Doc II, Spec
Section 7800
Clause 7.1(page 111)
Access Control and Monitoring System (Control Tower)
Access Control equipments and their location are not described on any
drawings. Please provide the layout plan of ACS in CTO.
Access Control at Control Tower shall be provided only on the wall
beside the door entry to VFR room (8F). The system is stand-alone
not connected with any other system.
03
045
69. Bid Doc II, Spec
Section 9050
Clause 11.4 (2)(page 18)
Maximum number of trainees to attend the course for theoretical
and practical training shall be twelve (6) persons per course.
Please confirm which number is correct either twelve or (6).
Six (6) persons each for the two (2) courses. 03
046
70. Bid Doc II, Spec
Section 9800
Clause 2.1 (page 59)
Remote operation of the airfield lighting system shall be carried
out from the Remote Control Console at the VFR room.
Remote Control Console for AGL in the VFR room is not clearly
shown on any drawings. Please provide the layout plan of Remote
Control Console at the VFR room.
Remote Control Console for AGL is one of the Contractor‟s design.
Layout of console (e.g. computers, displays, server, furniture, etc)
in the VFR room shall be determined through the process of
Section 1165 4.0 Building Services Engineering Drawings.
03
047
71. Bid Doc III, Drawings
U2-3210-04
GSG mentioned as 15kV Bus.
Since generator voltage is 4.16kV and VCB rating is 7.2kV. Contractor
considers that this is 7.2kV Bus.
The 15kV- Bus shown on the drawing (U2-3210-04) shall be
amended to be 7.2kV-Bus.
03
048
72. Bid Doc III, Drawings
U2-3270-02
Work demarcation of BOHECO 1 tie-in.
Please specify the location of inter-tie work between the Contractor and
BOHECO 1, Telephone provide and Cable TV provider since it is not
clear on the drawing.
The connection will be on the vicinity of the concrete pedestal, just
outside the main entrance of the Airport. Please also refer to the
above Q/A no. 17 and 18.
For Telephone and Cable TV, at the MDF and TV head end located
in the Command Control Office at the PTB. The Service Provider
will provide the Main cabling.
03
049
73. Bid Doc III, Drawings The location of DDC Interface panel in PTB is inside ME RM-2 and EE Room 1 is Electrical Room 168 in Drawing B1-6100-02 03
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 20 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B0-7600-02
B1-6100-02
Electrical room
EE RM-1 on the Drawing B0-7600-02, while drawings for Me RM-2
and EE RM-1 are not available. Please confirm each room number and
provide the layout.
ME Room 2 is Mechanical Room 102 in Drawing B1-5200-12 but
designated Mechanical Room 101 in all PTB Layout Plan. It is also
inform that BMS is Contractor‟s Design.
050
74. Bid Doc III, Drawings
B0-7400-01
“Oversized Baggage Scale” is shown on the drawing. However scope
of supply for the scale is not specified in Section 7400 “Airport Security
System” of Bid Doc II Specifications (Vol. 3/4).
Contractor understands that Oversized Baggage Scale shall be included
in Airport Security System. Please clarify.
Please refer to Q/A No. 313 below. 03
051
75. Bid Doc I, Section I
ITB 19.2 Bid Security
With regards to getting Surety Bond, does the Employer have a list of
accredited institutions in which we can get the bond or can we choose
the institution that would provide the bond?
Bid Security shall not be a Surety Bond, but shall be a demand
guarantee issued by a reputable bank or financial institution.
04
001
76. Bid Doc I, Section IV
BDF 17/34
Form CON:
If a company has never encountered Contract Non-Performance, what
year should that company put in the form? (Contract non-performance
did not occur since 1st January [insert year])
Year 2011 04
002
77. Bid Doc I, Section VI
Work Requirements
(WRK-141)
We have concerns with the numbering and order of some of pages in
Bid Document 1. Some of the pages are repeating while others are not
in order and some have the same page number but different items
printed. Pages are numbered 1 to 141 but there are duplication of page
14 to 17 which the total pages to 145.
Paging error admitted that page numbers 14 to 17 for borehole logs
are duplicated. Total number of pages is 145.
04
003
78. Bid Doc I, Section VII
GC 16
(FIDIC GC
We have concerns with the numbering and order of some of the pages
in Bid Document 1. Some of the pages are repeating while others are
not in order and some have the same page number but different items
printed. Here are the numbering errors as printed in the document (54,
55, 56, 55, 56, 55, 56, 55, 56, 55), (55a, 56) and (56a-55-56-56a-
This is exactly the transcription of FIDIC GC Harmonized Edition,
which is not allowed to be altered nor any page removed. Bidder is
advised that, because the provision of the 3rd
paragraph of
Sub-clause 15.6 is different from each other by the six (6) named
financing institutions as are presented, the same Clause 16 are
04
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 21 of 178
NO BID DOCUMENT QUESTION ANSWER Code
56b-57). Those numbers in red have the same page numbers but
different contents.
repeated six times. Therefore the first page 55 to the last page 55
(13 pages in total) can be disregarded since the Sub-clause 15.6 is
amended through Particular Conditions anyway.
79. Bid Doc III, Drawings
U2-3290-02 Grounding
Please clarify the grounding size 3.5 mm2 of the panel RCPN &
RCPNE?
“1-3.5TW” shall be hereby amended to be “1-5.5TW”. 04
005
80. Bid Doc III, Drawings
U2-3290-02 MEPF
Can you please provide us a copy of CAD file drawings for us to
measure the accurate distance layout?
No, CAD files will be provided only to the winning Bidder. 04
006
81. Bid Doc III, Drawings
U3-3370-01 & 03
Please provide us the detail of circuit breaker rating for MCC Panel. Please refer to the above Q/A No. 13. 04
007
82. Bid Doc III, Drawings
U3-3370-01 & 03
Brand
Can we use alternative locally available brands for pipes, valves &
other piping accessories?
Bidder can propose those which are equivalent or better
qualifications.
04
008
83. Bid Doc IV, BOQ
C1-2130 Item No.5
Rock Excavation
Can you define Rock excavation? There are several classifications of
rock, so we would like to know the classifications of the rock that will
be encountered in this scope of work.
Refer to Specifications Section 2130 Clause 2.3. 04
009
84. Bid Doc IV, BOQ
C2-2130 Item No.5
Rock Excavation
Can you define Rock excavation? There are several classifications of
rock, so we would like to know the classifications of the rock that will
be encountered in this scope of work.
Ditto. 04
010
85. Bid Doc IV, BOQ
G-1120
Item No. 47, 48, 49, 50
Attendance Upon the Engineer’s staff during Construction
Will the persons hired be under the Contractor and if requested by the
Engineer, that will be the time they will be deployed? Or will they be
under the Engineer full time?
Upon instruction of the Engineer, they will be deployed by the
Contractor.
04
011
86. Bid Doc IV, BOQ
G-1120
Attendance Upon the Engineer’s staff during DNP
Clarification of the quantity, 1 Person will be hired for 12 months, So
Yes, confirmed. 04
012
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 22 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Item No. 51, 52, 53, 54 for the 2 Chairman it will be a total of 24 months (12 months for each)
and for the 4 drivers it will be equivalent to 48 months (12 months for
each). Please confirm.
87. Bid Doc IV, BOQ
G-1120
Item 51, 52, 53, 54
Attendance Upon the Engineer’s staff during DNP
Will the persons hired be under the Contractor and if requested by the
Engineer, that will be the time they will be deployed? Or will they be
under the Engineer full time?
Upon instruction of the Engineer, they will be deployed by the
Contractor.
04
013
88. Bid Doc I,
Section I
ITB 14.7,
Section VIII
PC Part B 14.1
(Question 1)
We understand that Importer of this project is the Employer. Please
confirm.
(Question 2)
In respect of our previous experience of Japanese Governmental Loan
Project, we understand that all duty related to this Project will be
exempt, please kindly clarify.
⇒ In case the answer for Question 1 & 2 are “Yes”,
(Question 3)
We understand the Employer will arrange necessary duty in each
custom clearance by himself according to shipper‟s request. Please
confirm.
And in that case we aware that cost of duty does not have to be
included to Bid Price. Please clarify.
⇒ In case the answer for Question 1 and/or 2 are/is “No”,
(Question 4)
Please clarify who is responsible to arrange duty.
The ITB 14.7 was superseded by PC Part B 14.1.
1. Yes, consignee shall be the Employer.
2. Yes, provided that the consignee is the Employer.
3. Yes, provided that, in order to facilitate process of the
exemption of tariffs, customs and import duties, the Contractor
shall forward to the Employer, as far in advance of the arrival
of the Goods in the Republic of the Philippines as possible,
lists of the Goods to be imported or brought into the Republic
of the Philippines for the Works. Each list shall contain a
certification by the Engineer as to its conformity with the
Contract.
05
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 23 of 178
NO BID DOCUMENT QUESTION ANSWER Code
89. Bid Doc I, Section III
EQC Clause 2.2.4
Please clarify whether we can propose plural mode /Manufactures
/Supplier /Source of Materials of each item at the bid stage.
Yes, Bidder can propose plural mode /Manufactures /Supplier /Source of
Materials of each item , but without change in the rate.
05
002
90. Bid Doc I, Section III
EQC Clause 2.2.5. c)
Please provide template or sample of “assignment schedule”. Each Bidder shall propose the template. 05
003
91. Bid Doc I, Section VI
WKR Clause 4.3
Please provide current status of land acquisitions. 1. Land acquisition is ongoing as shown in the attached drawing.
As of March 13th 2014, out of 407 lots, 380 lots (93%) are
already acquired, while 20 lots are still for acquisition
(including 4 lots under cases and 2 lots possibly for
expropriation) and 7 lots are under expropriation procedure.
However, these data obtained from the Bohol Provincial
Government are still tentative, and subject to further
verification.
2. Regarding resettlement, the development of the resettlement
site commenced in February 2014, and procurement of housing
construction is ongoing. Only after the new houses in the
resettlement site are completed, original houses can be
demolished and residents can transfer to the resettlement site.
Accordingly, 45 families still reside in the project site, as
described in the Bid Document.
3. For both land acquisition and resettlement, they are scheduled
to be completed before the Commencement Date.
05
004
92. Bid Doc I, Section VII
GC 7.4
Please clarify when the Engineer endorse the Contractor‟s test
certificate, or issue a certificate to Contractor after the test is passed.
Within 28 days. 05
005
93. Bid Doc I, Section VII We understand that this clause means that land acquisitions should be Refer to PC Part A 2.1. 05
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 24 of 178
NO BID DOCUMENT QUESTION ANSWER Code
GC 8.1. c) completed before Commencement. Please confirm. 006
94. Bid Doc I, Section VII
GC 8.2
We understand Time for Completion will be counted until the date that
all of the Works is completed in Contractor‟s opinion subjected to
clause 8.2 (not to be until issuance date of Taking Over Certificate).
Please confirm.
Practically yes, however subject to rejection by the Engineer due to the
Works possibly remain incomplete in accordance with GC 10.1 (b).
05
007
95. Bid Doc I, Section VIII
PC Part B 14.17
We understand that this clause is applicable to the payment procedure
between contractor and Subcontractor. Please confirm.
The Employer will pay VAT to the Contractor including that
incurred by his subcontractor.
05
008
96. Bid Doc I, Section VII
GC 14.9
(Question 1)
Please clarify when first half of retention money will paid after issuance
of Taking Over Certificate.
(Question 2)
Please clarify when second half of retention (or retention guarantee)
will be paid (or release) after issuance of Performance Certificate.
1. The next Interim Payment.
2. Upon Final Payment.
05
009
97. Bid Doc II, Spec
Section 1145 Clause 2.2.
Regarding to Witness test, please kindly clarify number of attendance
of the Employer‟s / Engineer‟s personnel and test period.
Please refer to each Section of Specifications. 05
010
98. Bid Doc II, Spec
Section 7300Clause 3.2
Please provide us the conveyor rated speed. Speed of all motor driven conveyors shall be not less than 25
m/min.
05
011
99. Bid Doc II, Spec
Section 7300 Clause 3.2
Please provide us the dead load weight per meter. Maximum load shall be 50kg/m unless otherwise specified. 05
012
100. Bid Doc II, Spec
Section 7300
Clause 6.4 (1)
Please confirm whether it is allowed to increase the motor capacity
from 1.5kw×2 to 2.2kw×2 in order to ensure the required power.
As specified.
Manufacturer may submit their proposal as a deviation with clear
explanation for employers review and consideration.
05
013
101. Bid Doc II, Spec
Section 7300
We understand that the wording “TCIP/IP” in this clause should be
“TCP/IP”. Please confirm.
Yes, it is TCP/IP. 05
014
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 25 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Clause 7.2 (1)
102. Bid Doc II, Spec
7000 Series
Bid Doc IV, BOQ
B1-7000 series
Please clarify how we should allocate cost of Training related to each
Special Equipment as specified in SPECIFICATION to the BILL OF
QUANTITIES.
The cost shall be included in the rates. 05
015
103. Bid Doc II, Spec
Section 8050
Clause 10.2. (4). (b)
Bid Doc IV, BOQ
Please clarify how we should allocate cost of Tests and Inspection
related to Air Navigation Facilities as specified in SPECIFICATION to
the BILL OF QUANTITIES.
The cost shall be included in the rates. 05
016
104. Bid Doc II, Spec
Section 8100
Clause 1.1 (2)
1. We would like you to clarify Glide Slope antenna should be
located 120m from the RWY center line.
2. Please clarify the frangibility standard of ICAO Annex 14 applied
to this project or not.
1. Please follow to the Drawing N1-8100-06.
2. Please follow the frangibility standard of ICAO Annex 14 and
Aerodrome Design Manual.
05
017
105. Bid Doc II, Spec
Section 8100
Clause 2.1 (6)
1. Please clarify Localizer should be monitored by a field detector or
not.
2. We would like to clarify frangibility standard of ICAO Annex 14
applied to this project.
1. Please follow to the Drawing N1-8100-01.
2. Please follow the frangibility standard of ICAO Annex 14 and
Aerodrome Design Manual.
05
018
106. Bid Doc II, Spec
Section 8100 Clause 3.3
Please clarify the frequency band of Glide Slope should be 328.6 to
335.4MHz. (It is specified as 329 to 335MHz by ICAO Annex 10.)
This is 328.6 to 335.4MHz based on ICAO Annex 10. 05
019
107. Bid Doc III, Drawings
N1-8100-02
How many meters should the height of Localizer antenna be? It depends on TCH (Threshold Crossing Height) above actual
elevation on the end of runway. The Contractor can decide how
high it is necessary after commencement of the construction. The
LLZ structure was included in the BOQ.
05
020
108. Bid Doc IV, BOQ We found that some of Section does not include column of Bidder‟s attention is called to GC 4.11 “unless otherwise stated in 05
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 26 of 178
NO BID DOCUMENT QUESTION ANSWER Code
General
Bid Doc I, Part 3
Section VIII
PC Part A 14.5
“Installation” (ex. Section B1-7300). Please kindly clarify how we
should allocate installation cost in that case.
Furthermore, we understand we can claim payment of import Plant and
Materials on free on board (“FOB”) basis according to clause 14.5 of
condition of contract. In that case how can we specify Plant and
Material FOB price from existing bill of quantities.
the Contract, the accepted Contract amount covers all the
Contractor‟s obligations under the Contract and things necessary
for the proper completion of the Works and remedying of any
defects”, and Specification Section 1180 2.1(15) “All works
required as part of normal good engineering practice whether or not
specifically mentioned in the Drawings and Specification or BOQ
shall be deemed to be included in the rates and lump sums”.
Cost for installation shall be included in the rates unless otherwise
provided in BOQ.
FOB price is not necessary to quote in the existing BOQ.
021
109. Bid Doc I, Section VIII
PC, Part A 1.3
Incomplete sentence: “Electronic mail Contractor‟s name and address
are to be”
Please provide us with a complete sentence.
The sentence continues to the next page. 06
001
110. Bid Doc II, Spec
Section 1140 Clause 1.5
Scope of Contractor‟s
Design (Page 35)
The word “entirely suitable for the purpose intend” is unclear.
Hence, we can understand that the Contractor‟s design and
performance responsibility be relieved as long as such scope in
question meets the specific design and performance requirements as
specified in the Specification?
The Contractor‟s design and performance responsibility shall meet the
design and performance requirements specified in the Specification.
06
002
111. Bid Doc II, Spec
Section 1150 Training
Clause 4.1 Measurement
We understand that Cost of Training shall be included in the Contract
Price. However, such items were not found in BOQ. Please provide as
specified in the Specification?
Cost of Training will not be paid separately, and is deemed to be
included in the Contract Price, unless otherwise specified
particularly such as Subcomponents 5-0, Subcomponent 6-0.
06
003
112. Bid Doc II, Spec
Section 1115 Clause 3.0
Existing Barangay Roads
We understand that there are 3 existing roads crossing the site as shown
in Attachment A. Please confirm that Contractor will not be responsible
for any accidents or management of the traffic thereto and that such 3
Your attention is called to GC 4.14, where it is stated that “the
Contractor shall not interfere unnecessarily with: (a) the
convenience of the public, or (b) the access to and use and
06
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 27 of 178
NO BID DOCUMENT QUESTION ANSWER Code
existing roads shall be managed under the responsibility of the local
authority.
occupation of all roads and footpaths, whether public or in the
possession of the Employer or of others.”
The Contractor shall indemnify and hold the Employer harmless
against all damages, losses and expenses resulting from any such
unnecessary or improper interference.
113. Bid Doc II, Spec
Section 1400
Clause 2.4 & 2.5
Section 2230
Section 2240
Section 2270
As specified in Table 1400.1 Fine Aggregates, Table 1400.3A Coarse
Aggregates, Table 2230.3 (A) Materials (Asphalt Treated Base
Course), Table 2240.3 (A) Materials (Asphalt Surface & Binder
Course) and Table 2270.2 Materials (CTBC). Based on our experience
of similar projects in Philippines, necessary fine and coarse aggregates
to meet the amount and the construction schedule for the Project, which
satisfies such requirements can only be procured from suburbs of
Manila. Therefore, we kindly request you to consider the revision of the
specification for Soundness of Aggregate from 5 % to the international
standard value of 10 % to 12 %.
Soundness of aggregate shall be amended to be 12 % maximum. 06
005
114. Bid Doc II, Spec
Section 1175 Clause 1.0
General (Page 72)
If cavity were found during the course of Soil Investigation for Cavity
Detection, we understand that the Contractor shall be given an
extension of time for any such delay and payment of any such cost in
accordance with GC 4.12 Unforeseen Physical Condition.
Existence of Cavity is not treated as the Unforeseen Physical
Conditions, but just an ordinary subsoil conditions.
06
006
115. Bid Doc I, Section III
EQC 2.2.5 Personnel
(EQC-5)
Considering the scope of the Contractor for the Project, we were not
able to understand the necessity of Chief Architect.
Please specify the role of the Chief Architect or consider eliminating
this requirement.
Role of the Chief Architect shall be, among others:
1) Check the proposed architectural products to meet the
Specifications.
2) Study and propose color variations of each finishing element.
3) Study value engineering for architectural elements, if any.
06
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 28 of 178
NO BID DOCUMENT QUESTION ANSWER Code
4) Check Contractor‟s submission, i.e. shop drawings, building
services engineering drawings, as-built drawings, suppliers‟
guarantees, sample, mock-ups, work method statements, spare
parts for architectural elements.
5) Check workmanship for architectural elements.
116. Bid Doc II, Spec
Section 1140 Clause 1.10
Scope of Contractor‟s
Design (Page 35)
We understand that the Contractor is responsible for satisfying the
requirements of relevant official authorities in relation to the design by
Contractor. In this regard,please confirm whether the design
documents need to be submitted by the foreign qualified Professional
Engineer.
As the case may be, but not always necessary by such foreign
qualified professional engineer.
06
008
117. Bid Doc I, Section III
EQC 2.2.3 (2) Annual
Construction Turn Over
With regards to “Must meet 25% of the requirement” as member of JV,
please confirm whether records of the subsidiary, 100% owned by the
member of JV, can be included as unconsolidated basis.
Yes, records of the subsidiary, 100% owned by the member of JV, can be
included as unconsolidated basis.
06
009
118. Bid Doc I, Section III
EQC 2.3.4 (1) General
Construction Experience
With regards to “Must meet the requirement” as member of JV, please
confirm whether records of the subsidiary, 100% owned by the
member of JV, can be included as unconsolidated basis.
Ditto. 06
010
119. Bid Doc I, Section I
ITB 7.1
Clarification of Bidding
Documents
It says that any clarification must be received no later 14 days prior to
the deadline for submission of Bids and that the Employer shall
promptly furnish its response at the Employer‟s web page. Does this
mean that the response will be also given on the Employer‟s web page
no later than 14 days prior to the deadline for submission of Bids?
Addendum referred to in ITB 8.2 is named by the Employer as
General Bid Bulletin.
Response will be issued through “Bid Bulletins” which can be
announced on the Employer‟s website not later than 7 days prior to
the deadline for submission of Bids.
07
001
120. Bid Doc I, Section I
ITB 7.4 Pre-bid meeting
The change of the place for the Pre-Bidding Conference to be held on 6
January 2014 was announced on your web page on 19 December 2013.
Is it recognized as Addendum No.1?
Change in the venue of Pre-bidding Conference was announced
through General Bid Bulletin No.1-2013.
07
002
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 29 of 178
NO BID DOCUMENT QUESTION ANSWER Code
121. Bid Doc I, Section I
ITB 7.4, Site Visit
When is the site visit organized? It will be announced later through General Bid Bulletin. 07
003
122. Bid Doc I, Section VIII
PC Part A 1.1.2.4 & 1.3
When will the Engineer be selected and announced? Please refer to the above Q/A No.11. 07
004
123. Bid Doc I, Section VIII
PC Part A 1.3
It says, “Contractor‟s name and address are to be …”
Could you please complete this instruction?
The sentence continues to the next page. 07
005
124. Bid Doc I, Section VIII
PC Part A 1.4
Governing Law
Which country‟s law is the governing law for the Contract? Please follow the Contract Data 1.4. 07
006
125. Bid Doc I, Section VIII
PC Part B 14.17
Value Added Tax (VAT)
Is the VAT paid by the Contractor reimbursed by the Employer
monthly? Could you please tell us the detail procedure for the
reimbursement?
VAT will be paid monthly on the gross value of the Works
executed, less any payment made in advance by the Employer
through the course of importation of Plant and materials.
07
007
126. Bid Doc IV, BOQ
C2-2110 Item No.1
Clearing and Grubbing
The quantity of clearing and grubbing for Airport Infrastructure is
10,000m2.
However it seems to be rather small, considering the size of the airport
to be newly constructed. We understand that many of the clearing and
grubbing works has been done by local contractors, Is it correct? If so,
those works will be completed before the hand- over of the work site?
Clearing and grubbing will be mostly undertaken by the ongoing
locally-funded Preparatory Works, which will be completed before
Commencement Date.
07
008
127. Bid Doc I, Section VI
Clause 4.1.1 Previous
Geological Survey
The previous ground penetration rather survey detected some pockets
of cavities. Do you have any hypothetical quantity as basis for bid for
subsoil strengthening and grouting? Which pay item covers those
subsoil strengthening and grouting works?
No hypothetical quantity available. Subsoil strengthening shall be
paid through re-measured quantity of excavation (C-2130),
embankment (C-2140) or Grout Injection (B-4130) upon
Engineer‟s Instruction.
07
009
128. Bid Doc I, Section VI
Clause 4.3
Are Land Acquisition and Resettlement completed or not?
If not, when will it be completed?
Land acquisition and resettlement are not yet completed but
proceeding. They are scheduled to be completed before
07
010
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 30 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Commencement Date.
129. Bid Doc II, Spec
Section 1125 Clause 9.1
Work Constraints
The Contractor is required to include some allowance for some work
constraints including some works of other contractors appointed
directly by the Engineer in preparing for the working programme. Do
you have numerical basis advices or instruction in terms of hours for
those allowances?
Please refer to the above Q/A No. 46. 07
011
130. Bid Doc II, Spec
Section 1220 Clause 2.1
When shall those equipment operation and maintenance manuals of
maintenance equipment handed over to the Employer?
It shall be submitted upon delivery. 07
012
131. Bid Doc II, Spec
Section 1400 Clause 5.1
Design of Concrete mixes
It says that Proportion of … , follow the ACI Standard
Recommendation for Selection of Proportions for Concrete (ACI 613).
We understand that ACI 613 is an outdated code. Is ACI 211
acceptable?
ACI 211 is acceptable. 07
013
132. Bid Doc II, Spec
Section 1400 Clause 5.2
There is a Table 1400.6, the title of which is concrete Test for Design
Compression Strength. However no explanation and no refer of this
Table. Could you please clarify what it is?
The Table 1400.6 shall be used in reference to Para 4.1 (2), i.e.
minimum compressive strength at 7 days and 28 days.
07
014
133. Bid Doc II, Spec
Section 2130 Clause 2.2
The definition of Common Excavation and Rock Excavation is
described here. Is there any numerical basis definition about this?
There is no numerical basis definition. 07
015
134. Bid Doc II, Spec
Section 2280
Clause 4.7 Portland
Cement Concrete
Pavement
The Table 2280.2 specifies the air content of concrete as 5+/-1.5%.
ACI 318 specifies that the air entrained concrete shall be used when it
will be exposed to freezing and thawing condition. The climate of
Philippines is very mild. In this case, is the air entraining concrete still
required?
Air entraining concrete is required for apron as a standard. 07
016
135. General If we awarded the project, do we need to establish the branch office in
Philippines, and to obtain both business license and contractor‟s license
Please check by your own if you will be paid VAT return without
any registration in the Philippines. It is anticipated that VAT can be
08
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 31 of 178
NO BID DOCUMENT QUESTION ANSWER Code
in Philippines? paid only to the duly-registered tax-payer.
136. Invitation for Bids, section
4. V) a) Specific
Construction Experience,
(Page: IFB-pg. 3)
ITB says, “Airport construction and expansion project to include at
least a runway and/or taxiway pavement work or passenger terminal
building work …….” We believe that the construction of apron
pavement is also acceptable for DOTC as the experience of the airport
construction? Please confirm.
Experience of any type of pavement in the aircraft movement area
on which aircraft main wheels directly load shall be considered
eligible.
09
001
137. Bid Doc IV, BOQ
U2-3270
15kV Splicing Kit
Several items for 15kV Splicing Kit are included in the BOQ (item 8 to
13). However, we could not find Bid Specification for the 15kV
splicing kit. Please clarify and/or provide specification for the said
material.
Please follow product specification of “Inline Resin Power Cable
Splice Kit” of 3M or equivalent.
10
001
138. Bid Doc IV, BOQ
U2-3270
Power Distribution, 15kV
Splicing Kit
5kV splicing kit is not included in the BOQ. However, should there be
any requirement for 5kV splicing kit, we understand that cost for the
5kV splicing kit shall be deemed to be included in the length of the 5kV
cables. Please confirm that our understanding is correct, otherwise add
5kV splicing kit in the BOQ.
Those are included in the same BOQ Item nos. 9 to 13.
In this connection, in BOQ (Excel file), U2-3270, sub-title above
Item no. 8 shall be amended from “15 kv Splicing Kit” to “Splicing
Kit”.
10
002
139. Bid Doc IV, BOQ
U2-3270
Power Distribution, 15kV
& 5kV Termination Kit
Termination kits are neither mentioned in the bid specification nor
included in the BOQ. Please clarify & confirm the following:
a. No bid specification for the 15kV & 5kV cable termination kit.
Please clarify.
b. We understand that the cost of the said kits shall be deemed to be
included in the length of the cables to be laid. Please confirm.
a. Please refer to the above Q/A No.137.
b. Yes, the cost of the termination kits shall be included in the rate
for the length.
10
003
140. Bid Doc III, Drawings
U2-3210-04
Bid Doc IV, BOQ,
We refer to Drawing U2-3210 - 04 and BOQ Section U2-3210:
Electrical Power Supply, item no. 26 shows the requirement of LVSG -
WPH. However there is no drawing for the said LVSG. Please provide
Please refer to Drawing B61-6200-02. 10
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 32 of 178
NO BID DOCUMENT QUESTION ANSWER Code
U2-3210
Item No. 26
single line diagram and load schedule for LVSG-WPH.
141. Bid Doc III, Drawings
U2-3290-01 & 02.
Bid Doc IV, BOQ
U2-3290
Road and Car Park
Lighting
We refer to Drawings U2-3290- 01 & 02. We have found that there 15
discrepancy between the RCPN panel Load Schedule and its layout
plan. Please clarify which drawing we have to follow. The
discrepancies are as listed below:
1. connected load on circuit 1: 5-120W LED lamp while layout plan
shows 6-120W LED lamp
2. connected load on circuit 5: 7-120W LED lamp while layout plan
shows 6-120W LED lamp
3. connected load on circuit 7: 4-120 W LED lamp while layout plan
shows 5 - 120W LED lamp
1. Please follow the Drawing U2-3290-01 (layout plan).
2. Both values are correct because there is a double arm lighting
post.
3. Please follow the Drawing U2-3290-01 (layout plan).
10
005
142. Bid Doc III, Drawings
U2-3290-02 & 04
Power Supply System,
Access Road Lighting
The load schedule on Drawing U2-3290-02, ARLP 1 & ARLP 2
indicates that lighting fixture shall be 120W LED while on Drawing
U2-3290-04 indicates that the lighting fixture shall be 250W, HPS.
Please clarify which type of lighting fixtures we have to use.
Please apply 120W LED. 10
006
143. Bid Doc III, Drawings
U2-3290-02 & 04
Power Supply System,
Access Road Lighting
The load schedule on Drawing U2-3290-02, ARLP 1 & ARLP 2
indicates that feeder cable size shall be 3-10mm2 XLPE while Drawing
U2-3290-04 indicates that the feeder cable size shall be 3-16mm2
XLPE. Please clarify which size of feeder cable we have to use.
Please apply 3-10mm2 XLPE. 10
007
144. Bid Doc III, Drawings
U2-3270-01 & U2-3290-01
.Power Supply System
We refer to Drawing U2-3270-01 & U2-3290-01. Please see sketches
shown below.
As per Drawing U2-3290-01
EM 5 indicated in Drawings U2-3290-01 and C1-3290-01 shall be
amended to EM 10 which is the same manhole as indicated in Drawing
U2-3270-01.
10
008
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 33 of 178
NO BID DOCUMENT QUESTION ANSWER Code
As per Drawing U2-3270-01
145. Bid Doc III, Drawings
U2-3290-02
Power Supply System,
Access Road Lighting
We refer to Drawing U2-3290-02, ARLP 1 & 2 load schedule, size 8.0
mm2 TW wire was used. This item is not included in the BOQ. Please
clarify where to include the cost for this item.
In the BOQ C1-3290, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
Wire & Cables
12 10mm2 XLPE m 200 200
New
12-1 8mm2 TW m 2,500
10
009
146. Bid Doc III, Drawings
C1-3290-03
Access Road Lighting
Please clarify location BOHECO-1 Pole Type Transformer and
ARLP2 panel in Drawing C1-3290-03.
Please refer to Drawing C1-3290-02 and 03. 10
010
147. Bid Doc III, Drawings
U2-3290-04
Power Supply System,
Access Road Lighting
We refer to Drawing U2-3290-04. Please clarify the following:
a. Provide drawing details on the concrete pedestal for the incoming
power supply for the access road lighting, e.g. cross section of
concrete pedestal, required height and required reinforcement?
b. Supply and pulling of cable from Access Road Panel board to up
to concrete pedestal shall be included in Contractor‟s scope of
work, while connection/termination of cable to the pole mounted
transformer sha1l be included in the BOHECO 1 scope of work
a. Please refer to Drawing C1-3290-05.
b. Yes, connection/termination of cable to the pole mounted transformer
sha1l be included in the BOHECO 1 scope of work as provisional
sum.
10
011
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 34 of 178
NO BID DOCUMENT QUESTION ANSWER Code
which is deemed to be included in BOHECO's provisional sum.
Please confirm if our understanding is correct.
148. Bid Doc IV, BOQ
C1-3290
U2-3290
Section C1-3290 (Access Road Lighting) and Section U2-3290 (Road
and Car Park) both indicates the same Bill of Quantities for the Access
Road BOQ. In which Subcomponent BOQ are these costs to be
included?
From BOQ U2-3290, Access Road Item nos. 24 to 46 which are
duplicated in BOQ C1-3290 shall be deleted.
Road lighting along Access Road is paid only through Item nos. 1
to 23 of BOQ C1-3290.
10
012
149. Bid Doc III, Drawings
U3-3310-31
Drawing U3-3310-31, B-3 Plan shows that 80mm dia. uPVC pipe runs
from Sludge Thickener to Sludge Drying Bed while B-3 Profile shows
that 80mm dia. uPVC pipe runs from Sludge Pump Pit to Sludge
Drying Bed. We understand that B-3 plan drawing is correct. Please
confirm if our understanding is correct.
B-3 Plan is correct. 10
013
150. Bid Doc III, Drawings
U3-3310-33
Irrigation Pipe Plan
See sketch below, U3-3310-33. Please clarify if the line is part of the
irrigation plan.
No, the line is not part of the irrigation plan.. 10
014
151. Bid Doc IV, BOQ
Section 3350
Bid Doc III, Drawings
U3-3350-01, 02
Sewage Treatment Plant,
We refer to BOQ Section 3350:
Mechanical Work,
item 7-PU-201. Row water pump (1no.)
item 8-MX-202. Mixer for Equalization tank (1no.)
item 10-NW–204. Manual Operated Adjustable (1no.)
The quantity of BOQ includes following items;
1) Item 7-PU-201 Raw water pump: 3 units
(1 unit duty +1 unit standby+1 unit stock)
2) Item 8-MX-202 Mixer for Equalization Tank: 2 units
(2 units duty)
10
015
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 35 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Pump Station In reference to Drawing U3-3350-01
item 7-PU-201. Row water pump (3 nos.)
item 8-MX-202 Mixer for Equalization tank (2nos.)
item 10-NW-204. Manual Operated Adjustable (3no)
In reference to Drawing U3-3350-02
item 7-PU-201. Row water pump (4nos.)
item 8-MX-202.Mixer for Equalization tank (2nos.)
item 10-NW-204. Manual Operated Adjustable (3no.)
Please clarify which BOQ quantity we need to use for items 7, 8 & 10.
3) Item 10-NW-204 Manual operated adjustable: 2 units
(2 units duty)
Please refer to Q/A No.710 below, where the above BOQ quantities
are amended.
152. Bid Doc IV, BOQ Please clarify if we need to supply the materials or equipment which
are intended for future use.
No, it is not necessary. 10
016
153. Bid Doc III, Drawings
B1-6200-03
U2-3210–05 Capacity of
Circuit Breaker
We refer to Drawing B1-6200-03. It shows that main protection size of
Panel PNE2 is 100AT/100AF while Drawing U2-3210–05 shows that
feeder source capacity of Panel PNE2 is 150AT/200AF. Please clarify
which drawing is correct.
Both correct, the 100AT/100AF is the Main of PNE2 while the
150AT/200AF is the Main of the Source (LVSG).
10
017
154. Bid Doc III, Drawings
B1-6200-04
U2-3210-05
Electrical Load Schedule
Please clarify which drawing we have follow on Panel PACN:
a. Drawing B1-6200-04 shows that main protection size is
600AT/700AF, ACB while Drawing U2-3210-05 shows that
feeder source rating is 600AT/600AF, MCCB.
b. Cable feeder size on sheet no. B1-6200-04 is 2 sets of 3-150mm2
XLPE while feeder size on Drawing U2-3210-05 is 2 sets of
3-120 mm2 XLPE.
a. Please follow the Drawing B1-6200-04.
b. Please follow 2 sets of 3-120mm2 XLPE in the Drawing
U2-3210-05.
In this connection, in BOQ, B1-6100 shall be amended as follows:
Item
No. Description Unit
Quantity
amended
from to
New
38-1 6 mm² XLPE m - 100
40 50 mm² THHN m 3,500 3,500
48 IMC 50 mmØ m 10 270
New
53-1 Flexible IMC 50 mmØ m - 50
10
018
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 36 of 178
NO BID DOCUMENT QUESTION ANSWER Code
155. Bid Doc III, Drawings
B1-6200–04
U2-3210-05
Electrical Load Schedule
Drawing B1-6200–04 shows that main protection size of panel
PACNE is 600AT/700AF, ACB while Drawing U2-3210-05 shows
that feeder source capacity of panel PACNE is 600AT/600AF, MCCB.
Please clarify which drawing is correct.
Follow B1-6200-04. 10
019
156. Bid Doc III, Drawings
Electrical Load Schedule
Please provide load schedule for Panel MDPL. Please refer to Load Schedule LPN1, LPN2 and LPN5. 10
020
157. Bid Doc III, Drawings
B3-5100-04
Bid Doc IV, BOQ
B3-5100
(B3) Control tower, ATC
Operation and Administration
Building
We refer to BOQ Section B3-5100 Item No. 43 and Drawing
B3-5100-04, quantity of Hot Water Storage Tank in BOQ and drawing
shows 2nos., 1-duty and 1-standby. However, other items show
different. Please clarify the quantity of the following items:
1. Item no. 25, BP - 1 Booster Pump Unit, BOQ qty shows 1no.
while the same drawing shows 2nos., 1–unit operational & 1–unit
standby or alternative operation.
2. Item no. 45, Booster Pump Unit (for Hot Water), BOQ qty shows
1no. while the same drawing shows 2nos., 1-duty & 1- standby.
3. Item no. 46, Hot Water Circulation Pump, BOQ qty shows 1no.
while the same drawing shows 2nos., 1-duty & 1-standby.
4. Item no 13, PH-2 Toilet paper holder, BOQ qty shows 17nos.
while the same drawing shows 34nos.
Please follow the quantities in Drawing B3-5100-04.
In this connection, Bidders are advised that in the BOQ B3-5100:
Sanitary and Plumbing, the quantities shall be amended as follows:
Item
No. Description Unit
Quantity to be amended
from to
13 PH-2 Toilet paper holder No. 17 34
25 BP-1 Booster Pump No. 1 2
45 Booster Pump Unit No. 1 2
46 Hot Water Circulation Pump No. 1 2
Please further be advised that in the same BOQ B3-5000 series:
Mechanical Works, the head numberings shall be amended as
follows:
page from to for
14 B53-5100 B3-5100 Sanitary and Plumbing
19 B53-5200 B3-5200 Ventilation and Air Conditions
28 B53-5300 B3-5300 Fire Protection
10
021
158. Bid Doc III, Drawings
B3-6100-01 &
B3-6200-11
Panel board Power Source
Please clarify the feeder source of panels listed below in CTO and
Admin Building. (Ref. Drawing B3-6100-01 & B3-6200-11)
1. Panel “PDB – VFR”
2. Panel “PDB – FOBS”
3. Panel “PDB - EQ”
PDB VFR and PDB FOBS source panel is PDB EQ while PDB –
EQ is connected to 20 KVA UPS under 50KVA Transformer
4.16KV/230V in the Power House.
10
022
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 37 of 178
NO BID DOCUMENT QUESTION ANSWER Code
159. Bid Doc III, Drawings
U2-3210-06
B3-6200-09, 10, 11
Electrical Load Schedule
Please clarify and confirm which Panel main protection rating we have
to use.
a. Panel LPNE2, Drawing B3-6200-09 shows that main protection
size is 50AT/50AF while Drawing U2-3210-06 shows that feeder
source rating is 50AT/100AF.
b. Panel LPN2, Drawing B3-6200-10 shows that main protection
size is 50AT/50AF while Drawing U2-3210-06 shows that feeder
source rating is 60AT/100AF.
c. Panel PPWHN, Drawing B3-6200-11 shows that main protection
size is 300AT/300AF while Drawing U2-3210-06 shows that
feeder source rating is 250AT/300AF.
a. 50AT/100AF is correct.
b. 60AT/100AF is correct.
c. 300AT/300AF is correct.
10
023
160. Bid Doc III, Drawings
C1-3110-06 & 07)
Bid Doc IV, BOQ
Quantity of Water Pipeline
Gate Valves
Please clarify the following:
a. Quantity of 100 mm dia. gate valve shown in the Drawings
C1-3110-06 & 07 are not consistent with the BOQ quantity.
Please clarify which quantity we have to use for the costing.
b. 100mm dia. pipe is not included in the BOQ. Please clarify where
to cost this item.
a. BOQ quantity is correct.
b. Another 100mm dia. gate valve and subsequent 100mm dia.
pipe will be for the future connection to resettlement site,
which is not included in BOQ.
10
024
161. Bid Doc III, Drawings
B4-6200-03
Bid Doc IV, BOQ B4-6200
We refer to Drawing B4-6200-03, Fire Station and Airport
Maintenance Building, wires in the MDPNE-FSM load schedule are
not included in the BOQ. Please clarify where to include the cost of
wire with size 3.5mm TW.
In the BOQ B4-6200, a new Item shall be inserted as follows:
Item
No. Description Unit
Quantity amended
from to
New
13-1
Wires & Cables
3.5mm² TW m - 40
10
025
162. Bid Doc III, Drawings
B5l-6200-01
Bid Doc IV, BOQ
We refer to Drawing B5l-6200-01, Drivers Lounge, size of wire used
on circuit no. 8 & 9 are 5.5 mm2 THHN & 3.5 mm THHN in 25 mm
dia. conduit. However, BOQ does not include the 5.5mm ZTRHN
In the BOQ B51-6100, new Items shall be inserted as follows:
Item
No. Description Unit
Quantity amended
from to
New
2
Wire & Cable,
5.5mm2 THHN m - 200
10
026
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 38 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B5l-6200
cable and 25 mm dia. conduit. Please clarify where to include the cost
of these items.
New
2
Conduit
25mm dia. m - 100
163. Bid Doc II, Spec
Section 1175,
Cavity Detection
Please confirm that any additional works required due to the existence
of underground cavities shall be treated as Variation to the Contract.
Works to cavities shall be mostly paid through re-measured
quantities of excavation (C-2130), embankment, (C-2140) and
grouting (B-4130).
10
027
164. Bid Doc I , Part 3
Section VIII,
PC Part A 3.1 (B) (ii)
Please confirm if the condition "amount in excess of one percent" of
Accepted Contract Amount applies to the aggregate increase by
Variation or to one Variation.
It shall be by one variation. 10
028
165. Bid Doc I, Section VIII
PC Part B 20.2,
The DB shall be comprised
of “Sole Member”
Please indicate the mechanism of selection and payment to DB if one is
to be appointed.
For selection, please refer to Contract Data 20.3.
For payment, please refer to the original 6th
paragraph of GC 20.2,
where it is stated the “Each Party shall be responsible for paying
one-half of this remuneration”, which is further detailed in
Appendix to Sub-clause 20.2 (General Conditions of Adhoc
Dispute Board Agreement) and Annex (Procedural Rules of Adhoc
Dispute Board).
10
029
166. Bid Doc II, Spec
Section 1125 Clause 6.4,
Please confirm if the Safety Manager requires any specific
qualifications.
No, safety manager requires no specific qualifications, but shall have
knowledge and experience in construction field.
10
030
167. Bid Doc II, Spec
Section 1125 Clause 9.2,
Works Executed by Others
Please confirm that the power supply to other Contractors shall be paid
through the Employer based on power meter reading, and not to be
directly claimed to other Contractors. Please also confirm that the
“reasonable price” shall mean the official rate of power supply from
Bohol Electric Company, plus the costs incurred by Contractor for the
smooth provision of power.
Whether such power rate should be paid by other contractors or
through the Employer, depends on the then actual circumstance
which is not predictable at the moment.
But when such circumstance arises, such arrangement (e.g., sharing
the power on site) should be fair enough between the parties subject
to separate discussion.
10
031
168. Bid Doc II, Spec Please confirm the anticipated date for the commencement of operation Bohol Environment Management Office informed DOTC that the 10
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 39 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1130 Clause 4.7
Solid Waste
of the public disposal area at Alburquerque. Please also confirm that the
disposal fee for the same shall be Variation to the Contract.
facility will be completed by the end of 2014. Construction cost of
disposal site is financed by DOT, disposal fee has not been decided.
032
169. Bid Doc II, Spec
Section 1210 Clause 1.3
Project Vehicles
We intend to provide one driver daily with maximum working hours of
12 hours for each car to be used by the Employer and Engineer. Please
confirm that this acceptable.
Acceptable. 10
033
170. Bid Doc I, Section VII
GC 6.7 Health and Safety
According to paragraph 4 HIV-AIDS Prevention, Contractor shall
conduct an HIV-AIDS awareness program via an “approved service
provider”. On the last paragraph of this section, it was also mentioned
that the payment for the preparation and implementation of this
program shall be thru the Provisional Sum, dedicated for this purpose.
However, there is no item in the BOQ for this work. Please confirm
requirement.
Provisional Sum is included at the bottom of Summary of the
Works (Summary / page 1 of Documents IV: BOQ).
10
034
171. Bid Doc II, Spec
Section 4330 Roofing,
Cladding and Facades,
Bid Doc III, Drawings
B1-4300-03
Roofing, Gutter and
Downspout Materials
The roofing and gutter materials description indicated in Drawing
B1-4300-03 Outline of External Finishing Schedule is different from
what was indicated in the Specifications (Section 4330) and in the
BOQ. Please confirm which material specification will be adopted.
Also confirm if the downspout material specification indicated in the
above mentioned drawing will be adopted. Downspout material
specification is not indicated in the Specification (Section 4330).
For roofing and gutter materials, please follow the Specification
(Section 4330).
For the downspout material please follow the material as indicated
on Drawing B1-4300-03.
10
035
172. Bid Doc II, Spec
Section 4330
Bid Doc III, Drawings
B64-4300-02
Roofing and Downspout
The roofing materials description indicated in Drawing B64-4300-02
Outline of External Finishing Schedule is different from what was
indicated in the Specifications (Section 4330). Please confirm which
material specification will be adopted.
Also confirm if the downspout material specification indicated in the
For roofing materials, please follow the Specification (Section
4330).
For the downspout material please follow the material as indicated
on Drawing B64-4300-02.
10
036
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 40 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Materials above mentioned drawing will be adopted. Downspout material
specification is not indicated in the Specification (Section 4330).
173. Bid Doc IV, BOQ
B3-6100
B3-6200
B3-6300
B3-6400
B3-6600
We refer to Section B3-6000 Series Electrical Works.
Following sections are not included in the BOQ Final ( pdf file )
Section B3-6100: Power Feeder System
Section B3-6200: Lighting And Receptacle
Section B3-6300: Telephone And Data System
Section B3-6400: Cable TV System
Section B3-6600: Master Clock System
Please clarify if the items listed below are to be part of the BOQ.
Print-setup error admitted in the Document IV (PDF copy).
Please follow the Excel files issued with this GBB3.
10
037
174. Bid Doc IV, BOQ
C1-2520
Planting and Sodding.
Shrubs & Ground Cover: ARACHIS PINTOI
Access Road Landscaping drawings did not indicate location where to
be planted.
In the central island between the lanes. 10
038
175. Bid Doc IV, BOQ
C1-2520
Drawing. C1-2200-02: Typical Cross section of Access Road shows
sodding areas at both sides. What is the BOQ item for this work?
Sodding is not provided on both sides of access road. 10
039
176. Bid Doc IV, BOQ
C2-2550
C2-2260
We refer to Division 8: Circulation Road.
BOQ quantity is 27,540 m2 however Section C2-2550: Prime Coat &
Section C2-2260 Tack Coat both having quantity of 2,754 only. Please
clarify the correct quantity for prime and tack coat.
In the BOQ C2-2200 [Division 8 : Circulation Road], the quantities
shall be amended as follows:
Item
No. Description Unit
Quantity to be amended
from to
5 C2-2250: Prime Coat m² 2,754 27,540
6 C2-2260: Tack Coat m² 2,754 27,540
10
040
177. Bid Doc III, Drawings
B0-7600–02
BMS for CTO
We refer to Drawing B0-7600–02 showing the BMS requirement in
Control Tower, ATC Operation and Admin Building (CTO). However,
no item in the BOQ for BMS. Please clarify on where to put the cost for
this item.
The lump-sum amount shall be included in B1- 7600. 10
041
178. Bid Doc III, Drawings
B0-7600–01, 02
We refer to Drawing B0-7600–01&02 showing the BMS requirement
in Power House. However, no item in the BOQ for BMS. Please clarify
The lump-sum amount shall be included in B1- 7600. 10
042
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 41 of 178
NO BID DOCUMENT QUESTION ANSWER Code
BMS for Power House on where to put the cost for this item.
179. Bid Doc III, Drawings
B0-7600–02
BMS for Water Tank and
Pump House.
We refer to Drawing B0-7600–02 showing the BMS requirement in
Water Tank and Pump House. However, no item in the BOQ for BMS.
Please clarify on where to put the cost for this item.
The lump-sum amount shall be included in B1- 7600. 10
043
180. Bid Doc II, Spec
Section 3310, Clause 3.1(5)
Sewer Main
It states that “the pipe trenches shall be backfilled with find sand to the
grade and elevation indicated in the Drawings, … ”. Please clarify the
following:
1. “find sand” should be fine sand. Please confirm.
2. Please clarify if we can use selected backfill material instead of
fine sand.
1. Fine sand.
2. Yes, selected backfill material can be used, instead of fine sand.
10
044
181. Bid Doc III, Drawings
C1-3290-02, 03, 06.
Access Road Lighting
We refer to Drawing C1-3290-02, 03 & 06.
Please provide duct bank schedule for the following:
a. EAH1 to EAH2
b. EAH13 to EAH31
c. EAH44 to EAH58
d. EAH‟s to Lighting Poles
Please refer to Drawing C1-3290-06. 10
045
182. Bid Doc III, Drawings
C1-3290- 01, 04.
Road & Car Park Lighting
We refer to Drawing C1-3290- 01 & 04.
1. Plan drawing legend of manholes & handholes does not match with
the concrete duct schedule, e.g. plan drawing shows EH (No.) while the
schedule indicated EHH (No.). Please clarify.
2. Please clarify/provide duct bank schedule for the following:
a. EM5 to EH11
b. There should be no connection between EH10 to EH6 & EH10 to
EH or EHH is actually the same, what is indicated in Drawing
C1-3290-01 layout plan of the Road and Carpark lighting inside the
Airport premises and the schedule of ducting indicated in Drawing
C1-3290-04 is the same. Please follow Handhole designation of
Drawing C1-3290-01.
Delete the other H on the ducting schedule.
10
046
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 42 of 178
NO BID DOCUMENT QUESTION ANSWER Code
EH5 but rather a connection from EH-5 to EH-6. Please confirm if
our understanding is correct
c. EH-6 to EH-7
d. EH-25 to EH-31 to EH-32
e. EM-5 to EH-15
f. EM-5 to EH-16
g. EH-35 to EH-39 to EH-40
h. EH-36 to EH-38 to EH-37
i. EH (1 to 4) to Lighting poles
183. Bid Doc I, Section I
ITB Section 13,
Alternative Bids for STP
Sludge thickener
It appears that there is no mechanical sludge dewatering but only drying
beds after the gravity thickener. Can we offer an alternative design such
as a combination of gravity belt thickener with belt filter press which
uses up less space and is much more efficient in drying/dewatering the
thickened sludge?
No, there is no mechanical sludge dewatering, but only drying beds.
Should the Contractor consider the alternative design applicable, he
can later propose Value Engineering.
10
047
184. Bid Doc III, Drawings
B61-6100-1
U2-3210-04
WPH-Rating of VCB & TR at Electrical Room (Sheet No.
B61-6100-1) doesn't match in the single line (Sheet no. U2-3210-04).
Please clarify.
Please follow Drawing U2-3210-04. 10
048
185. Bid Doc III, Drawings
Location of Electrical
Equipment
Please provide us the location of LVSGN-STP. Please refer to Drawing B63-6100-02. 10
049
186. Bid Doc III, Drawings
Section 8000
Electrical duck bank layout going to LLZ, VOR & GSB from Main
Building were not shown in the bid drawings. Please clarify and
provide necessary information.
Please refer to Drawings N0-8050-04 and 05. 10
050
187. Bid Doc III, Drawings On the Wiring Schedule indicates that “for cable runs over 125m use The RV-4351 is not used. Please delete from the same Drawing. 10
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 43 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B0-6700-01.
CCTV Cable
RV-4351”. Please provide specification and any particular brand of this
cable.
051
188. Bid Doc II, Spec,
Bid Doc III, Drawings
Bid Doc IV, BOQ
Section 3350
Sewage Treatment Plant
Please provide clarification on the following:
a. PLC automation is not found in the BOQ but is included in the
specifications for the STP. We propose that this be inserted into
the BOQ for the STP.
b. There is no odor control unit for the STP?
c. Quantities from the P&ID, BOQ and Drawings are not consistent.
What will be our reference for the costing?
d. Do we need to include the cost of “future equipment”?
e. SC104A in drawing no. U3-3350- 03 is installed while in P&ID
drawing no. U3-3350-01 it is indicated “for future” - what will
prevail?
f. There is no ventilation provided for the STP (both in drawing and
BOQ ).
g. Schedule of SS304 pipes not specified.
h. Minimal IP rating for motors not stated - are we supposed to make
the assumptions?
i. Screen removal system (for human waste processing) - the
specifications are not very detailed. It appears that both the 70mm
coarse screen and 5mm fine screen are in the same drum. Is it
correct?
j. Fine screen A – appears to be just a bar rack without mechanism,
i.e. manual screen. Is this correct?
a. No. PLC shall be, as stipulated in the specification, included in
the instrumentation panel.
b. There is no odor control unit provided for the STP.
c. Quantities from the P&ID, BOQ and Drawings are consistent.
d. No, there is no odor control unit for the STP.
e. Refer to “j”. The fine screen B will be installed in the future.
f. There is no ventilation unit provided for the STP.
g. SS304 Sch20s
h. Submersible pump is IP68.
i. No. Coarse Screen of 70mm is installed in front of the drum.
j. Yes, it is manual screen.
k. Automatic travelling belt screen is belt traveling type.
l. Yes, it is a diametrical bridge not radial.
m. Yes. It is simple wedge wire type (removable lifting type).
10
052
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 44 of 178
NO BID DOCUMENT QUESTION ANSWER Code
k. Automatic traveling belt screen – The specs are little confusing.
Usually belt screen is made of filtering elements moving by chain
but he bid specs seem to indicate rake. Is this a multi-rake chain
screen or a single rake vertical bar screen?
l. Clarifier bridge – based on drawings, it seems to be a diametrical
bridge not radial. Is this correct?
m. Treated water screen – This seems to be a simple wedge wire type
grid. Is this correct?
189. Bid Doc II, Spec
Section 3210,
Clause 5.1
Power Transformer
We refer Section 3210, Clause 5.1 2000kVA Transformer,
13.2kW/4.16 kV. The specification & drawing shows that the
connection of transformer is Delta/Delta, however vector group symbol
requires Dyn11. We understand that Dyn11 is normally used when the
transformer connection is Delta/Wye connection. This means that there
is a contradictory between the connection and vector group symbol
specification requirement. Please clarify.
In relation to connection of transformer shown in the specification
& Drawing, the Delta/Delta shall be amended to be Wye/Delta
based on primary commercial power from BOHECO 1.
Vector group symbol shall be Yd11.
10
053
190. Bid Doc IV, BOQ
C1-2210
Subbase Course
Could the trial section prior to embankment formation be done in the
permanent construction area? If not, could the contractor claim for this
trial section work?
Trial section should be prepared in the permanent construction area. 10
054
191. Bid Doc IV, BOQ
Section 2400
Concrete curbstone (Type-B)
Curbs shall be manufactured offsite, there is a typical cross section
relected in curbstone lay out plan, The length for manufacturing are not
reflected in this Drawing C1-2400-01), what shall be the required
length for manufacturing?
Please refer to Drawing C2-2400-03, in which the length shall be
600 mm.
10
055
192. Bid Doc IV, BOQ
Section 2500
Section C1-2510: Top soiling & Section C1-2520: Planting and
Sodding. In the rates, (top soiling) – the rates shall be full compensation
Bidder‟s attention is called to GC 1.1.5.5 (Definitions) in which
“Plant” (capital letter) is defined as apparatus or machinery to form
10
056
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 45 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Landscaping for all plants and again it is mentioned in planting and sodding. In the
case of top soiling, what types of plants are to be considered?
Permanent Works. Meanwhile “plant” repeated in every
measurement and rate clauses, broadly means Contractors‟
Equipment such as concrete batching plant, aggregate crushing
plant, etc. but not any landscaping items. The rate for topsoil does
not include such plants for landscaping items.
193. Bid Doc IV, BOQ
C1-2110
Clearing and Grubbing
Please clarify the following:
1. Surplus Disposal off site – is there any designated area for surplus
disposal to be provided to the Contractor?
No, there is no designated area for surplus disposal. 10
057
194. Bid Doc IV, BOQ
C1-2130
Excavation
The rock excavation shall be carried out only after the consent given by
the engineer, in cases wherein pneumatic drill or jackhammer could not
do the work as provided in the specification, what method shall be
applied? Will this work constitute a Variation?
It is practical to consider that any hard strata of such coralline
limestone as investigated can be excavated by pneumatic drill or
jackhammer.
Should the Contractor prove it otherwise, it may constitute a
variation.
10
058
195. Bid Doc IV, BOQ
C1-2140
Earthworks
We refer to Section C1-2140: Excavation.
Could the trial section prior to embankment formation be done in the
permanent construction area? If not, could the contractor claimed for
this trial section work?
Trial section should be prepared in the permanent construction area. 10
059
196. Bid Doc III, Drawings
C2-2400
Road Signs
1. Road signs shall include provision of foundation and support
poles, there is no drawing comprising this provision. Please clarify
and provide.
2. The general requirements said - The contractor shall submit design
calculations for road/guide signs for the approval of the Engineer,
what pay item shall cover this work?
1. Please refer to the revised Drawings C2-2400-05 to 13, as
attached.
2. Contractor‟s design based on his proposed materials and
fixation shall be included in the rates.
10
060
197. Bid Doc II, Spec & BOQ C2-2510 specified the top soil thickness to be 150 mm, whereas The Site is not wholly covered by topsoil, and in many areas coral 10
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 46 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Bid Doc IV, BOQ
Top Soil Thickness
Specificatio Section 2510 (3.2) indicated “the top soil shall be spread
and leveled in 200 mm thickness”. Please confirm required top soil
thickness.
surface exposed where no topsoil exists. Therefore BOQ quantity
for topsoil is approximate only, and to be measured by volume
(m2). Quantity for topsoil removal and storage is assumed to be the
sum of 5,000 m³ (C1-2120) and 20,000 m³ (C2-2120), or 25,000 m2
in total. Quantity for delivery of imported humus soil for the later
use of topsoiling is assumed to be 5,000 m2 (C2-2140). Therefore,
total volume for topsoil to be excavated or imported is assumed to
be, say 30,000 m2. Meanwhile, quantity for topsoiling is assumed
to be the sum of 1,405 m2 (C1-2510) and 27,000 m
2 (C2-2510), or
28,405 m2 in total, which volumes to be excavated,/imported and
filled are assumed to be balanced more or less.
Bidder is advised that generally the level of earthwork surface for
landscaping area shall be lowered by 200 mm below the finished
grade, and 150-mm thick topsoil is laid on top without compaction
for the thickness of planting or seeding. Bidder‟s attention is called
to GC 12.2 (a), where “measurement shall be made of the net actual
quantity of item of the Permanent Works”.
061
198. Bid Doc II, Spec
Section 2210: Granular
Subbase Course
Sub-Clause 3.2 (1) & (2) mentioned the addition of a “fine grained
medium” for mechanical stabilization of the subbase material. The cost
of the addition of this fine grained medium is not included in the
measurement of payment. Please confirm.
It shall be included in the rate for subbase course. Bidder‟s
attention is called to the grain size analysis of the excavated natural
soils as a result of borehole sampling in Section VI Works
Requirements 4.1.2 (page WKR16 onward), where “fine grained
medium” are obtainable elsewhere in the Site.
10
062
199. General
Consortium or JV
In the Consortium or JV agreement: How and who will indentify the
Consortium or JV? Is this nominated from your end or us?
Each Bidder shall identify in accordance with GC 1.14. 11
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 47 of 178
NO BID DOCUMENT QUESTION ANSWER Code
200. General Do you allow or entertain to submit the proposal by Specialty
Contractors, just like if we want to submit our proposal only for
Component-3 (Utility Works) and Component-4 (Building Works)?
No, such partial proposal shall not be entertained. 11
002
201. Bid Doc II, Spec
Section 3105 Clause 1.5
Clearances, permits and
licenses.
Aside from the water authorities mentioned in item 1.6 (Bohol Water
District and LWUA), are there any concern government unit or other
public or private authorities we need to obtain clearances, permits and
licenses? Please specify.
None. 12
001
202. Bid Doc II, Spec
Section 3105 Clause 5.3.
Leakage Test
Please clarify the following:
1. What is the minimum and maximum length of pipe that is to be
tested to leakage test?
2. Is there any tolerance for the leakage test (minimum lost of water)
for certain length of pipe tested? Please specify.
1. Please follow Specification Section 3110 para 9.2. Embedded
piping must be tested prior to laying, and make a leakage test for
whole system.
2. No tolerance for leakage test of embedded piping. Leakage
testing shall be conducted in accordance to revised National
Plumbing Code of the Philippines, Chapter 5.
12
002
203. Bid Doc II, Spec
Section 3205,
Clause 14.7(4)
“Minimum spacing between underground cable …” Please confirm
that this requirement is not applicable if the cables are to be laid inside
the pipe with concrete encasement or duct bank.
No, it is not applicable if the cables are to be laid inside the pipe with
concrete encasement or duct bank.
12
003
204. Bid Doc II, Spec
Section 3210,
Clause 3.3 (10) (b)
Connections (d) (iii)
'”It should be possible to connect up to six XLPE type cable per phase
and the terminals should accommodate cross sections are required by
th”. Sentence incomplete.
Please provide and clarify.
“It should be possible to connect up to six XLPE type cables per
phase and the terminals should accommodate cross-sections as
required by the Electrical Works.”
12
004
205. Bid Doc II, Spec
Section 3210,
clause 6.1
4.16 kV Switchgear and
"(1) The work shall include an outdoor substation intended for the
access rood lighting, Sewage Treatment Plant and Booster Pump pit”,
and “(3) The three substations shall each be provided with a fence
suitable for outdoor condition …”.
For Pump House, it is Indoor.
For STP it is Outdoor. (See Drawing U2-3270-01)
For Access Road Lighting, the Transformer is Pole Mounted but
the Panel board is Outdoor as shown on Drawing C1-3290-06.
12
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 48 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Transformer(1)
We understand that switchgear and transformer for booster pump is
located inside the Water Pump House Electrical Room as show in
Drawing B61-6100-01. Therefore, no outdoor substation is required
and design for outdoor condition of the equipment mentioned is not
applicable. Please confirm.
Also, we understand that power supply for the access road lighting will
be corning from the pole mounted transformer as shown in Drawing
U2--3290-04. Therefore, no outdoor substation and switchgear is
required. Please confirm.
206. Bid Doc II, Spec
Section 3210,
Clause 6.3 Transformer
Please clarify where to use the 50kVA, cast resin transformer, pad
mounted outdoor type.
This is intended for the Power Supply of the 3 small buildings,
Namely LLZ, VOR/DME and GS Building, however the capacity
of the 3 Transformer shall be 15kVA, 4.16kV/230V as indicated in
BOQ Section U2-3210 Item no. 21.
12
006
207. Bid Doc II, Spec
Section 3210 Clause 6.3 (3)
Transformer
“ILS/GS, ILS/LLZ and VOR/DME, transformer shall be single phase.”
We understand that the transformer rating for the mentioned building
has the same specification mention in Clause 6.3 (1) – 50kVA expect
for the number of phase. However, Drawing U2-3210-04 shows that
transformer capacities are 15kVA only. Transformers are also located
in the building electrical rooms. Please clarify which size of transformer
we are going to follow and confirm the requirement using outdoor type
transformer.
Ditto. 12
007
208. Bid Doc I, Section IX,
Annex to the Particular
Conditions – Contract Forms.
In consultation with our proposed bank guarantor “Mizuho Bank,
Ltd.”, we proposed changes on the below listed forms:
1. For Bid Security – we have deleted the need to return the
1. If Bidder‟s bank do not need the guarantee to be returned,
please make sure that Bid Security shall not automatically
expire, but may expire only upon Employer‟s written
12
008
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 49 of 178
NO BID DOCUMENT QUESTION ANSWER Code
guarantee at the same time revised this paragraph to document an
express expiry.
2. For Advance Payment Security – we have substituted the word
“as from” by “Only upon” – please see paragraph 4 line 1.
3. For Performance Security - we have deleted line 3 of paragraph 3.
Phrase deleted reads “such sum being payable in the types and
proportions of currencies in which the Contract Price is payable.”
Please consider and confirm if the changes made on the forms are
acceptable. (see attachment 1,2 &3 for reference)
confirmation of the same conditions (a) and (b).
2. It is afraid that such substituted word, i.e. “only upon” instead
of “as from”, may mislead the FIDIC contract conditions.
Hence, this will be subject to separate discussion through
awarding process of the Contract with the winning Bidder.
3. Ditto.
209. Bid Doc I, Section VIII
PC Part B 14.16
Tax Exemption
Pursuant to the provision of Revenue Memorandum Circular (RMC)
No. 42-99, Japanese contractors and nationals engaged in JBIC-funded
projects in the Philippines shall not be required to shoulder the fiscal
levies or taxes associated with the project. We understand that tax
exemption also includes the local taxes (business tax). If the Contractor
is required to pay the fiscal levies (local tax) and any other form of tax,
it will be reimbursed by the Employer to by the Contractor. Please
confirm.
Tax Exemption Clause is applicable only to those who devoted
purely for this particular JICA-funded Project. If Bidder‟s
corporation has any other business than this captioned Project
engaged, e.g. through its Branch Office, local tax on those will not
be exempted. In relation to local tax and any other form of tax
that you mentioned, please make sure that such locally-input tax in
the hotel bills, accommodation, gasoline, foods, or any other daily
consumables, etc. will not be reimbursed.
12
009
210. Bid Doc II, Spec
Section 3110 para 9- 12.
Please clarify the specification (galvanized or stainless) of bolts, nuts
and washers to be used for all type of flanged end valves and meters.
The galvanized material of bolts, nuts and washers shall be used for all type
of flanged end valves and meters.
12
010
211. Bid Doc III, Drawings
B1-4300-77
Roof Sign
Please clarify the following:
1. Colour required for the LED light series. Green color?
2. LED light series shall only be provided with one run inside of each
letters.
1. Yellow.
2. Yes, one run inside of each letters.
12
011
212. Bid Doc III, Drawings Please provide profile and cross sectional drawings at VOR/DME and PAPI will be installed within the runway strip, for which grading 12
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 50 of 178
NO BID DOCUMENT QUESTION ANSWER Code
C1-2100-22 , 24 PAPI installation areas. plan is shown in Drawing C2-2100-21 and 22. VOR/DME will be
installed generally on the existing terrain (naturally sloped from 7
m to 5.5 m MSL) with minimal gradation to attain drainage slope.
012
213. Bid Doc I, Section VIII,
PC 1.1.5.6
(Summary of Sections)
Section A: Component 2-1 (Access Road including Water Supply),
will be completed in 365 days from Commencement Date. Please
confirm if completion of other work components such as drainage
system, landscaping, road lighting, etc., can be completed within the
whole contract duration (30 months).
Drainage, landscaping, road lighting and signs within the territory
of Access Road shall be included in Section A which shall be
completed in 365 days.
12
013
214. Bid Doc IV, BOQ
C2-2130
Excavation
Excavation work item description states: … “the areas in fill to a depth
where the natural compaction degree is tested to be not less than 90%
of MDD and …. prior to subsequent structural embankment.” We
understand from this statement that stripping (removal of top soil) at fill
areas (outside pavements) prior to embankment construction can be
charged under Excavation work item. Please confirm.
Removal of top humus soil if any shall be charged to Section
C2-2120: Topsoil Removal. When no humus soil is found, it shall
be charged to C2-2130: Excavation.
12
014
215. Bid Doc IV, BOQ
C1-2130 Excavation
Please confirm that any stripping requirement at Access Road area can
also be charged to the Excavation work item.
Also in the Access Road, removal of top humus soil if any shall be
charged to Section C1-2120: Topsoil Removal. When no humus
soil is found, it shall be charged to C1-2130: Excavation.
12
015
216. Bid Doc II, Spec
Section 3210,
Clause 3.3 (10) (iii).
Please clarify if silver plating of busbar is only applicable to Switchgear
Panel rated 4.16 kV. Switchgear panels busbars rated less than 4.16 kV
shall have not be silver-plated. Please confirm.
Yes, silver plating of busbar is only applicable to Switchgear Panel rated
4.16 kV.
12
016
217. Bid Doc IV, BOQ
U1-3150
Bid Doc III, Drawings
U1-3150-02
We refer to BOQ Section U1-3150: Water Distribution Item 5~7
Outdoor Fire Protection Piping is PVC CLASS 150 while Drawing
U1-3150-02 specifies piping material is AWWA C151 wrapped with
sack chute and tar. Please clarify what material will be used for
Outdoor Fire Protection Piping shall be of PVC Class 150. 12
017
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 51 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Fire Protection Piping underground outdoor fire protection piping?
218. Bid Doc II, Spec
Section 3205
Bid Doc IV, BOQ
U2-3270
Power Distribution
We refer to BOQ Sub-component 3-U: Power Supply System / Page 7
Item 2 1C-50mm2 XLPE, 15kV while section 3205 General
Requirements for power supply specification Section 3000 / Page-68
Item 14.2 / Table 3205.7 Cable Details. Cable 1C-50mm2 XLPE is
missing from the table. Please clarify.
Please Insert characteristics of 50 mm2 XLPE, 15 kV.
Dia. …8.0
Thick of Insulation (XLPE) … 5.5
Thick of Sheath (PVC) … 1.8
Approx. Outside Dia. of Sheath … –
Approx. Outside Dia. of Cable … 27
Approx. Weight of Cable … 1,040
AC withstand Voltage … 38
Conductor resistance … 0.490
Min Insulation Resistance … 2,500
12
018
219. Bid Doc II, Spec
Section 3230
Clause 10.1 (2)
After the Factory Test using water resistance for load test. factory test,
does the Generator needs to have second load test at the field using
water resistance too or can be test using the actual loads?
Second load test is made using actual loads. 12
019
220. Bid Doc II, Spec
Section 3230
Clause 11.2 (2) (c).
Standby Generator
The Contractor shall maintain fuel full tanks for main and service tanks
until the Taking Over Certificate. Please confirm. If the Generator will
be used by the Bohol Airport prior to Taking Over Certificate, do the
Contractor will maintain as required. Please clarify.
Yes. 12
020
221. Bid Doc III, Drawings
Bid Doc IV, BOQ
B3-6000 series
N-8000 series
Electrical Panels
List of Panels shown on the Drawing but not Listed on the BOQ, are as
follows: (1) MDUPSE, (2) UPSE, (3) PACNE1, (4) PACNE4,
(5)LPNE1 (CTO), (6) LPNE2 (CTO), (7) PPN1, (8) PPN2, (9) LPN1
(CTO), (10) LPN2 (CTO), (11) LPN3 (CTO), (12) PPWHN, (13)
PDB-VFR, (14) PDB-FOBS, (15) PDB-EQ, (16) PACNE2, (17)
PACNE3, (18) PVNE, (1) PDB-GS, AND (20) PDB-LLZ.
Please clarify where to put the cost for these items.
1. Please refer to the above Q/A No. 173.
2. Those panels for CTO are included in the “Excel files “43
Subcomp-4-B3 Final BOQ Building CTO ADM “.
3. Please check for PDB-VFR, FOBS, EQ, GS & LLZ under
BOQ 8000 Series.
12
021
222. General Do you require that Panel Boards and Low Voltage Switchgears will be
type tested or not.
As per requirements of the Specifications on IEC Standards. 12
022
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 52 of 178
NO BID DOCUMENT QUESTION ANSWER Code
223. Bid Doc IV, BOQ
Section 6000 Series.
Fire Rated Cables
BOQ Wires & Cable for Light & Receptacle specifies 3.5mm2 Fire
Rated Cable. No Specifications for Fire Rated Cable.
Please clarify fire rated performance requirement or provide
specification.
Fire Rated Cable
1. Construction:
a. Conductor shall be stranded plain annealed copper wire
class 2.
b. Insulation shall be mica/glass tapes plus frame retardant
cross-linked compound.
2. Characteristic
a. Temperature Rating : -40C to 105C
b. Dielectric test : 2500V rms
c. Short Circuit Temp : 250C
3. Standard: IEC 60331 – 11
4. Exposure to Fire
The cable can be exposed up to 3 hrs and up to 950C.
12
023
224. Bid Doc II, Spec
Residual Circuit Breaker
Specifications Residual Circuit Breaker was mentioned. Is there any
item that requires the usage of this type of breaker? It is not shown on
the Drawing nor in the BOQ. Please clarify.
Residual circuit breaker is generally used if load is supplied by neutral
wire. However it is not applied for this particular project.
12
024
225. Bid Doc IV, BOQ
B1-7800 Item no.26
We refer to BOQ section B1-7800 Access Control System, Item no.26
“Power Cable 20mmØ IMC”. Please clarify for correction.
The “20mm dia. IMC” shall be amended to “5.5 mm2 THHN”. 12
025
226. Bid Doc IV, BOQ
B4-5100 Item no.9
Sanitary and Plumbing
We refer to BOQ Section B4-5100 Sanitary and Plumbing, Item no.9
“Electric Cooking Stove”. No specification. Please clarify and provide
specification.
Please refer to Drawing B4-5100 -01 and 04.
The electric cooking stove shall be of stainless steel construction
with two (2) electric range stoves, which is floor-mounted beside
kitchen counter (BOQ B4-4360 No.5).
Approved brands: Hanabishi, Asahi, 3D or equivalent.
12
026
227. Bid Doc IV, BOQ
B62-5100 Item No.9
Sanitary and Plumbing
We refer to BOQ Section B62-5100 Sanitary and Plumbing, Item No.9
“Electric Cooking Stove”. No specification. Please clarify and provided
specification.
Please refer to Drawing B62-5100 -01.
For specification, please refer to the above Q/A No. 226.
12
027
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 53 of 178
NO BID DOCUMENT QUESTION ANSWER Code
228. Bid Doc III, Drawings
B4-5200-01~03
Bid Doc IV, BOQ
B4-5200
Ventilation and Air Condition
We refer to FSM BOQ Section B4-5200, pages 12 & 13 Ventilation
and Air Conditioning Quantity different from reflected capacity and
quantity at Drawing B4-5200-01~03. There is discrepancy between the
BOQ & drawing. Please clarify which is to follow and amend BOQ if
necessary.
In the BOQ B4-5200, new Items shall be inserted as follows:
Item
No. Description Unit
Quantity amended
from to
New
31-1
Exhaust Fan
Wall-mounted Exhaust Fan, Q=150
lps No - 1
New
31-2
Range hood as shown on Dwg. B4 -
4300 - 11A, inclusive of all
incidental works
No - 1
For the above New Item no. 31-2 please refer to the Q/A No. 629
below.
12
028
229. Bid Doc III, Drawings
B62-5200-01~03
Bid Doc IV, BOQ
B62-5200-01~03
Ventilation and Air Condition
We refer to Utility Building BOQ Section B62-5200, pages 23
Ventilation and Air Conditioning Quantity different from reflected
capacity and quantity at Drawing B62-5200-01~03. There is
discrepancy between the BOQ & drawing. Please clarify which is to
follow and amend BOQ if necessary.
In the BOQ B62-5200, the quantity shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
4
Air Cooled Packaged Air Conditioner,
Ceiling Cassette Split AC Unit
Cooling Capacity 5.27 kw No 1 2
12
029
230. Bid Doc III, Drawings
B71 to 73-5200
Bid Doc IV, BOQ
B71 to 73-5200
Ventilation and Air Condition
We refer to Navaids Building BOQ, Section B71-5200, B72-5200,
B73-5200, Ventilation and Air Conditioning, quantity different from
reflected capacity and quantity at Drawing B71~73-5200-01~03.
There is discrepancy between the BOQ & drawing. Please clarify
which is to follow and amend BOQ if necessary.
In the BOQ B71-5200, description of Item No. 1 and B72-5200
Item No. 1 shall be amended to [Wall Mounted AC Unit, Cooling
Capacity 3.5 kw].
12
030
231. Bid Doc II, Spec
Section 6600
Master Clock System
No Technical Specification provided for Slave analog Clock. Please
specify requirement for Slave analog Clock together with Specification.
The technical specification for the analog is as follows.
1. Case: Steel Plate
2. Colour: Cream (2.5Y9/1)
3. Dial Face: Aluminum, White colour
4. Movement: DC24V, 30 Second Polarized Pulse
12
031
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 54 of 178
NO BID DOCUMENT QUESTION ANSWER Code
5. Impedance: 2,000Ω
6. Consumption Current: 12mA
7. Mass: Approx. 1.0kg
232. Bid Doc IV, BOQ
B1-6800, FDAS, Item no.17
PTB Electrical Works
We refer to BOQ Section B1-6800, FDAS, item 17 “Fiber optic cable
(To Other Buildings)”. No specification for fiber optic. What will be the
requirement, single or multi mode? Is armoring required? No. of fiber
core required? Please clarify.
Requirement is Multi Mode. 12
032
233. Bid Doc II, Spec
U2-3230
Standby Generator
We would like to clarify if Generator set coupled and assembled in
China is acceptable for this item.
If the question is related to JPO, as long as the assembler is proved
to be reliable and well-experienced and guaranteed by Japanese
manufacturer, the Bidder can propose it as JPO.
12
033
234. Bid Doc II, Spec
Section 2140
Embankment
Sub-Clause 3.2 states: “Material for outer embankment can comprise
material compliant with Table 2140.1 and all other excavated material
and surplus topsoil, except unsuitable materials as defined in section
2130.” It is our understanding that the “all other excavated materials”
does not necessarily comply with Table 2140.1. Please confirm.
Yes, all other excavated materials” does not necessarily comply with
Table 2140.1.
12
034
235. Bid Doc II, Spec
Section 1135, Clause 8
Standards (Page 33)
How will the contractor prove to the engineer that the works/materials
are equal or higher quality to that stipulated in the specification? Will
the contractor perform a test to prove that the product is equal or higher
quality or send it to the country like Japan in case the stipulated
Standard is JIS or United States (U.S) in case stipulated standard is
ASTM and perform the test specified?
8.0 STANDARDS
8.1. Unless otherwise particularly stated the general minimum
applicable Standards for the Works under the Contract shall be
Description, manufacturer‟s catalogue, specifications, test data or
sample of the proposed product shall first referred in the form
“Request for Approval; RFA” and submitted to the Engineer who
then evaluate and determine its applicability.
13
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 55 of 178
NO BID DOCUMENT QUESTION ANSWER Code
internationally accepted Standards that ensure equal or higher quality to
that stipulated in the specification.
8.5. Where other Standards or codes are proposed by the Contractor
which are national, or relate to a particular country or region, these
Standards shall ensure an equal or higher quality than the Standards and
codes specified and will be subject to the Engineer‟s prior review and
written approval. Differences between the Standards specified and the
proposed alternative Standards must be fully described in writing by the
Contractor and submitted to the Engineer at least 28 days prior to the
date when the Contractor requires the Engineer‟s approval. In the event
the Engineer determines that such proposed differences do not ensure
equal or higher quality, the Contractor shall comply with the Standards
specified in the Contract.
236. Bid Doc II, Spec
Section 1135, Clause 8
Standards (Page 33)
Will the engineer be satisfied on a written note from the supplier‟s
assurance that the products are equal or higher or needs a laboratory test
to prove it?
No, products shall be tested and proved to be equal or higher. 13
002
237. Bid Doc II, Spec
Section 4350, Clause 2.1
Structural Steel Materials
(Page 89, 90)
When the product/materials have a specified Standard to satisfy and
does not have the words “or equivalent”, does the contractor have no
option to look for an equal or higher equivalent?
Contractor has to look for another option if products are tested and proved
not to be equivalent or higher.
13
003
238. Bid Doc II, Spec
Section 4330
Bid Doc III, Drawings
B1-4300-03
Passenger Terminal Building :
1st - Outline of External Finishing Schedule;
-Roof Specifications – indicates that Roof (ROS), Double skin roof,
cover skin folded sheet F-80, t=1.0mm fluoro resin coated aluminized
For roofing and gutter materials, please follow the Specification
(Section 4330).
For the downspout material please follow the material as indicated
on Drawing B1-4300-03.
13
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 56 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Roof Specifications sheet; Insulation Materials t=100, glasswool wrapped in polyethylene
film, Inner Skin-folded sheet F-80; t=0.8 Galvanized Steel.
-Gutter – Metal Sheet (t=2mm) w/ polyethylene Foam, W=1000mm
-Downspout – 200mmØ Galvanized SGP w/ Synthetic Resin Mixed
Paint type II
2nd - Section 4330 : Roofing Cladding and Facades;
-Roofing specifications – indicates that Outer skin roofing panel; Type:
Sanko shell roof F-80 type roof (inter-lock system); Material:
Acid-resistant high polymer clad steel sheet or NS Tuffshield clad steel
sheet equivalent; Base Metal: Hot-dip zinc-aluminum-magnesium alloy
coated steel sheet 0.8mm thick. And indicates that Inner skin roofing
panel; Type: Sanko shell roof F-80 type roof (inter-lock system);
Material: Acid-resistant high polymer clad steel sheet or NS Tuffshield
clad steel sheet equivalent; Base Metal: Hot-dip zinc-aluminum
-magnesium alloy coated steel sheet 0.8mm thick; Core Insulation:
Fibre glass wool t=100mm Density 10Kg/m3 single layer.
-Gutter – same as roof specification.
-Downspout – not indicated.
3rd – BOQ
-Roof Specifications – indicates that 0.8mm Thick double skin steel
plant pre-painted galvanized fluorine resin coated; curved including foil
faced insulation; 100mm thick
-Gutter – 0.8mm Thick steel roof gutter; 1403mm girth & 0.8mm
Thick steel roof gutter; 719mm girth.
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 57 of 178
NO BID DOCUMENT QUESTION ANSWER Code
-Downspout – not indicated.
239. Bid Doc I, Section III.
Evaluation and
Qualification Criteria
Regarding the specific construction experience, we don‟t have
experience of construction works of airport passenger terminal which
the contract amount of more than JPY 2.5 billion. However, we do
have experience of construction works of airport passenger terminal of
approximately 23,700 square meter floor space (The contract amount
is approximately JPY 2.0 billion) and other public buildings (e.g. office
building, hotel and shopping complex) of more than JPY 2.5 billion,
and 8,000 square meter floor space. In this case, does such our specific
construction experience meet the minimum criteria? And do you
evaluate our specific construction experience?
Please refer to EQC-10 2.3.4 (2)-a,
The prospective bidder should have satisfactorily completed as a
prime contractor (single entity or JV member) between 1st January
2003 and Bid submission deadline, at least two (2) similar contracts
and their aggregate contract amounts of his actual net share in case
that contract was performed as joint venture, should be equivalent
to at least Y 2.5 Billion. Similar contracts are defined therein, such
as airport construction and expansion projects to include at least a
runway and/or taxiway pavement work or passenger terminal
building work or both to accommodate A320/B737 class or larger
aircraft.
14
001
240. Bid Doc I, Section VII
GC 1.4
Law and Language
The Contractor shall be governed by the law of the country or other
jurisdiction stated in the Contract Data.
There is no provision of the governing law in the Contract Data
(Section VIII).
The contract should be governed by the law of the third country for its
neutrality, hence Bidders proposes law of Singapore.
Please refer to PC Part A 1.4. 15
001
241. Bid Doc I, Section VII
CC 20.6
Claims, Disputes and
Arbitration
The place of arbitration shall be a neutral location determined in
accordance with the applicable rules of arbitration.
The place of arbitration should be decided before entering into the
Contract. Bidder proposes the place of arbitration should be Singapore.
Place of Arbitration is Singapore. 15
002
242. Bid Doc II, Spec
Section 3205
The Contractor shall include all the costs required for such factory test
mentioned below:
(a) Number of person to be dispatched from the Employer/Engineer:
Cost for factory test shall not be a provisional sum, but shall be
estimated by the Bidder based on economy class airfare, reasonable
15
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 58 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Clause 11.4 (6) Page-64) Four (4) persons (maximum)
(b) Round trip air ticket between Manila and supplier’s country (For
imported items)
(c) Accommodation
(d) Local transportation fee and subsistence allowance.
(e) Test period: Total 10 working days.
Bidder requests that cost for Employer/Engineer travel cost to be
Provisional Sum. Otherwise, please provide DOTC regulation to
understand the required costs for the trip, accommodation and
allowance for the Employer/Engineer so that Bidder can estimate the
required costs.
costs for accommodation, transportation, subsistence allowance
required in the city proposed by the Bidder.
243. Bid Doc II, Spec
Section 7300: BHS
Clause 6.4 (Page-51)
(1) A1: Claiming Racetrack
(ii) Width : 1000mm
Bidder proposes BHS supplier‟s standard width which is closest to
1000mm considering maintenance ability and spare parts availability.
As specified.
However, Bidder may submit their standard product with
catalogues, detailed specification including outline drawings, etc.
for Engineer‟s review and consideration.
15
004
244. Bid Doc II, Spec
Section 7300: BHS
Clause 7.5 (Page-52)
At least three (3) “Emergency Stop” buttons shall be provided per one
claim conveyor which at least two (2) of them in the claim area.
Bidder understands the requirement is as follows.
Three (3) “Emergency Stop” buttons will be provided per one claim
conveyor with two (2) of them in the claim area specified in clause 7.5
of Section 7300 while only one (1) “Emergency Stop” is indicated on
the drawing No. B0-7300-01. Remaining one “Emergency Stop”
button will be installed in off-loading area adjacent to Start/Stop Button
and detail location will be determined during detailed engineering
phase.
Two (2) Emergency Stop buttons shall be provided symmetrically on
both sides of claim conveyor shown in Drawing B0-7300-01, and
another one shall be at airside (baggage loading area), all of which
shall be determined through the course of Shop Drawing
processing.
15
005
245. Bid Doc II, Spec Stop switch shall be provided in the baggage claim area as shown on Yes. Detail location shall be proposed by Bidder for Engineer‟s 15
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 59 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 7300: BHS
Clause 7.7 (Page-53)
the Drawings.
Since the location of stop switch is not indicated on the drawings, one
(1) “Stop” button will be provided on the side cladding for each claim
racetrack in the claim area.
review and approval. 006
246. Bid Doc II, Spec
Section 7300: BHS
Clause 9.2 (Page-54)
(1) Three (3) persons from the Employer/Engineer shall be available
for the factory inspections of Baggage Handling System.
(2) Conveyors and equipment shall be tested in presence of and as
directed by the Engineer.
(3) Each system shall be tested individually; to extent necessary to
demonstrate satisfactory performance of all services and features.
(4) Testing shall be done by full and complete operation under
various and varying conditions as follows:
(a) under partial, full and over-load conditions
(b) under normal and emergency power conditions.
Bidder understands that these items (2)(3)(4) of Clause 9.2 shall be
checked at site and not applicable to factory inspection/test since the
elements or component of BHS longer than 3m length are, in principle,
not fully assembled in the factory. Please confirm.
Yes. 15
007
247. Bid Doc II, Spec
Section 7500
Clause 3.1 (4) (Page-67)
Two (2) operating stations using information terminals shall be
provided for flight data configuration and operation of the system.
These operating stations shall enable to operate the flights for input,
modification or editing of provisional, operation and historical data.
The FIDS server and two operating stations shall be connected to the
LAN and both located at communication room.
Please refer to the Q/A No. 259 below.
Please follow the FIDS System Block Diagram which is compatible
with BOQ, shown in the revised Drawing B0-7500-01 issued in
response to the same query No. 259.
15
008
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 60 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Please confirm the term of “operating station” is same meaning as
“workstation for operation” stated in BOQ. Also please advise the Q‟ty
of workstation, because there is a discrepancy between this
specification and BOQ sheet which is showing one (1) in Item number
1 of Bid Doc IV, 41 Subcomp-4-B1, Section B1-7500.
248. Bid Doc II, Spec
Section 7500 (Page-69)
Clause 4.1 (1): (b)
Power supply condition
- 230V, Single phase (between line to neutral)
Bidder understands that power supply condition should be 230V,
Single phase (line to line) instead of between line to neutral since all the
PDBs are 230V, 3 phase, 3 wire system.
Yes. 15
009
249. Bid Doc II, Spec
Section 7500
Clause 4.5 (Page-73)
Display of Flight Information
Please advise which language shall be used to display information on
FIDS (i.e. English, Tagalog, etc).
English only. 15
010
250. Bid Doc II, Spec
Section 7500
Clause 4.8 (c) (Page-76)
Electrical power supplies for the equipment associated with this system
shall be taken from the UPS distribution board.
Please clarify for FIDS monitor power source at Fire station
observation room and Driver‟s lounge, because there is no power
available from UPS distribution board in these buildings.
(Referenced drawings: Fire Station observation room: B4-7500-01, B4
-6200-01, B4-6200-03, Driver‟s Lounge: B51-7500-01, B51-6200-01)
FIDS Monitor in Drivers Lounge is not covered by UPS, while
Power for Fire Station Observation Room shall come from
MDUPSE of CTO.
15
011
251. Bid Doc II, Spec
Section 8050
Clause 10.7 (3)
(Page-15)
(3) The contractor shall provide accommodation and transportation
between Manila to site necessary for Employer’s personnel related to
flight tests.
Bidder assumes that the number of the Employer‟s personnel who will
The employ‟s personal as inspector is approximately 10 persons. 15
012
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 61 of 178
NO BID DOCUMENT QUESTION ANSWER Code
attend the flight tests will be five (5) for estimation. Please clarify the
Bidders assumption is acceptable.
252. Bid Doc II, Spec
Section 8050
Clause 10.7 (6)
(Page-15)
In the event of retesting by flight test as a result of any such defects, the
Contractor shall make available at the site his personnel who witnessed
the initial flight test.
The cost of the repeated flight test shall be borne by the Contractor.
Bidder understands that cost of the repeated test shall be borne by the
Contractor but the cost for the preparation of the air plane for the flight
test will be done by the Employer.
Yes, the cost for preparation of airplane is on the account of
Employer.
15
013
253. Bid Doc II, Spec
Section 9050
Clause 10.4 (6)
(Page-15)
The Contractor shall include all the costs required for such factory test
mentioned below:
- Number of person to be dispatched from the Employer /Engineer:
Four (4) persons
- Round trip air ticket between Manila and supplier’s country
- Accommodation
- Local transportation fee and subsistence allowance
- Test Period: Total 20 working days
Bidder requests that cost for Employer/Engineer travel costs to be
Provisional Sum. Otherwise, please provide DOTC regulation to
understand the required costs for the trip, accommodation and
allowance for the Employer/Engineer so that Bidder can estimate the
required costs.
Cost for factory test shall not be a provisional sum, but shall be
estimated by the Bidder based on economy class airfare, reasonable
costs for accommodation, transportation, subsistence allowance
required in the city proposed by the Bidder.
15
014
254. Bid Doc II, Spec
Section 9050
Clause 11.3 (2)
(Page-18)
The Contractor shall include all the costs required for such training
mentioned below:
- Number of person to be dispatched from the Employer /Engineer:
Four (4) persons
- Round trip air ticket between Manila and supplier’s country
- Accommodation
Ditto. 15
015
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 62 of 178
NO BID DOCUMENT QUESTION ANSWER Code
- Local transportation fee and subsistence allowance
- Test Period: Total 20 working days
Bidder requests that cost for Employer/Engineer travel costs to be
Provisional Sum. Otherwise, please provide DOTC regulation to
understand the required costs for the trip, accommodation and
allowance for the Employer/Engineer so that Bidder can estimate the
required costs.
255. Bid Doc II, Spec
Section 9050
Clause 13.2
(Page-20)
Underground Series Circuit Cable (5 kV and 3 kV – Single core)
This specification requires the PN cable while Drawing/BOQ shows
XLPE/PVC cable. Please confirm that the Bidder can propose either
PN cable or XLPE/PVC cable 5kV series circuit cable.
Either of the cables is available. 15
016
256. Bid Doc II, Spec
Section 9050
Clause 13.3
(Page-20)
Extension Cables – Secondary (600V, 2 PNCT cable) and Wires to the
Light Fitting.
This specification specifies the cable size as 3.5mm2 while
Drawing/BOQ shows 4mm2. Please confirm that the Bidder can
propose either 3.5mm2 or 4mm2 cable size.
Either of the cables is available. 15
017
257. Bid Doc II, Spec
Section 9050
Clause 13.5, 13.8
(Page-21)
Cable termination
This specification requires that the receptacle and the plug shall be
factory molded for both Isolating Transformer and Cable joint, while
Drawing/BOQ shows the connector kit which is expected to accept the
site attaching work. Please confirm that the Bidder can propose either
factory – molded type or connector kit type at cable end.
Either of the cables is available. 15
018
258. Bid Doc II, Spec
Section 9050
Clause 13.5 (Page-21)
Isolating Transformer
Table – 9050.7 Isolating Transformers
Please advise the characteristics of Isolating Transformer of the rating
The specification of 10, 15 & 65W are as follows:
1. Primary Current (A) : 6.6
2. Secondary Current (A) : 6.53~6.67
3. Primary Power Factor (%) : 95
15
019
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 63 of 178
NO BID DOCUMENT QUESTION ANSWER Code
10/15W, 65W and 150W which are not specified in the Specification. 4. Efficiency (%) : 85
5. Primary Voltage Regulation (%) : 90
6. Frequency : 60Hz
7. Rated Voltage : 3000
The specification of 150W is as follows:
8. Primary Current (A) : 6.6
9. Secondary Current (A) : 6.53~6.67
10. Primary Power Factor (%) : 95
11. Efficiency (%) : 85
12. Primary Voltage Regulation (%) : 80
13. Frequency : 60Hz
14. Rated Voltage : 5000
259. Bid Doc III, Drawings
B0-7500-01
The cable specification, Scope of Supply/Work for interconnecting
cable between PTB and other buildings.
This drawing shows the scope of cable supply between Modems to be
by Other works, while other facilities documents has not shown this
cable spec and Q‟ty. Please confirm the cable specification and Q‟ty for
these cables.
Please refer to the revised Drawing B0-7500-01 as attached. In the
BOQ B1-7500, new Items shall be inserted as follows:
Item
No. Description Unit
Quantity amended
from to
New
11
Wires & Cables
3.5 mm² THHN power cable m - 4,100
12 CAT. 5e UTP Cable m - 2,500
New
13
Conduits
15 mm dia IMC m - 500
15
020
260. Bid Doc II, Spec
Section 2050 Clause 1.6
The Particular Requirements are broad-scope and specify
requirements in general terms only. What does “The Particular
Requirements” refer to?
Particular requirements mean those described in each Section. 16
001
261. Bid Doc II, Spec
Section 2510 Clause 2.1
Topsoil ....... free from large stone …
What size is large stone?
Practically speaking, size of large stone is majority of the size of
coarse aggregate, which is 1/2 inch or larger. General term of
topsoil is humus and fertile soil, which contains very small quantity
of such small stone may be acceptable.
16
002
262. Bid Doc II, Spec
Section 1420
Clause 2.1
Steel reinforcement shall comply with Table 1420.1 Standard.
Carbon Steel Bars –AASHTO M31 / ASTM A615
On BID DOCUMENTS III, DRAWINGS (VOL 2/11), There
ASTM designations [nominal diameter] for deformed steel are #3
[10 mm], #4[13mm], #5[16mm], #6[19mm], #7[22mm], #8
[25mm], #9[29mm], #10[32mm], #11[36mm]….
16
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 64 of 178
NO BID DOCUMENT QUESTION ANSWER Code
are instances wherein steel bars are designated as 1) Ø12mm,
12mmØ at Sht. U1-3130-03, 2) 12 dia. at Sht. U3-3310-19.
Please clarify this as we understand that ASTM designation for
deformed bars are #3, #4, #5,… #8….
Also, on Sht. U3-3310-20, rebar designated as Ø13 on Detail 1,
what is the ASTM rebar equivalent for Ø13.
There are many instances that rebar designation 12mmØ,
16mmØ, 20mmØ, and 25mmØ were mentioned BID
DOCUMENT III, DRAWINGS (VOL 2/11). Again, are these
ASTM designations for deformed bars?
Irrespective of the designation numbers, please follow nominal
diameters of steel reinforcement under ASTEM A615, or AASHTO
M31, or equivalent.
263. Bid Doc I, Section VI
WKR 4.4.1 a)
Preparatory Works (boundary fence …) Please identify the exact
location of the temporary fence in relation to the permanent perimeter
fence. Also, please refer Drawings (Volume 1/11), page C2-2400-14, is
the permanent perimeter fence on the boundary line? Where is the
limit of construction?
Boundary fence (under the DOTC-funded Preparatory Works) is
planned to be erected exactly along the airport boundary lines.
The permanent perimeter fence is designed to be erected in the
middle between the boundary line and perimeter road edge at a
distance 2 m inside from the boundary.
16
004
264. Bid Doc I, Section VI
WKR 4.4.2 (2)
Temporary Construction Yard says “… This area is alongside the
existing Barangay road where electricity is currently provided …”.
Please clarify the capacity of power supply which will be available to
receive from the national grid to the project site.
Alongside the existing Barangay road, several farmers, residents
and houses, including a small DOTC‟s satellite office for this
Project are currently existing, which are supplied electricity.
Those residents and road will be eventually removed, hence,
electricity to those Employer and Engineers‟ office and laboratory
may not be available except for the initial needs. Bidder is advised
that temporary generating power should be considered to supply
electricity as required in BOQ G-1120 Pay Item no. 46. At any
rate, Bidder‟s attention is called to GC 4.10, in which Bidder is
16
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 65 of 178
NO BID DOCUMENT QUESTION ANSWER Code
encouraged to examine and obtain all necessary information as to
circumstances before submitting the Bids as to all relevant matters,
including (without limitation):
(a) the form and nature of the Site, including sub-surface
conditions,
(b) the hydrological and climatic conditions,
(c) the extent and nature of the work and Goods necessary for the
completion of the Works and the remedying any defects,
(d) the Laws, procedures and labour practices of the Country, and
(e) the Contractor‟s requirements for access, accommodation,
facilities, personnel, power, transport, water and other services.
265. Bid Doc II, Spec
Section 1130
Clause 4.7
Environmental
Management
The solid waste from construction work shall be deposited
temporarily in the area of the Contractor‟s yard. After
completion of the public disposal area at Alburquerque in Bohol
Island, all solid waste shall be removed from the site and
disposed to the public disposal area. The question is “When is
the public disposal area be completed and be ready for use?
Please refer to the above Q/A No. 50. 16
006
266. Bid Doc III, Drawings
G1-1000-02, 04
On G1-1000-02 the indicated hatched area is designated as Temporary
Facility Area, while on G1-1000-04 the hatched area is designated as
Contractor‟s camp area while on Bid Doc II, Specs (Vol.1/4) Sec
1125, par 4.7 states that solid waste shall be deposited
temporarily in the contractor‟s yard. Is it right to say that the
area opposite the Contractor‟s camp is the contractor‟s yard?
Area on the opposite side can be used as temporary deposit for
solid waste.
16
007
267. Bid Doc III, Drawings Please provide airside cross section for PALS from Sta.2+900 ~ The PALS from Sta.2+900 ~Sta. 3+400 will be elevated type with 16
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 66 of 178
NO BID DOCUMENT QUESTION ANSWER Code
C2-2100-19 Sta.3+400. aluminum pipe supported generally on the natural terrain. Overall
height of the pipes will not exceed 1.8 m and shall be adjusted
within the tolerance for Light Plane. Therefore, earthwork will not
require excessive cut/fill Works, and be paid based on re-measured
quantities for Excavation/ Embankment. Cross section will be
decided after completion of land acquisition and expropriation
currently proceeding.
008
268. Bid Doc III, Drawings
C2-2100-24
Please provide airside grading plan for PALS. For the same reason, grading plan will be decided after completion
of land acquisition and expropriation currently proceeding.
16
009
269. Bid Doc IV, BOQ
C2-2140
Embankment -Item 7 – Delivery of Imported humus soils for later use
for topsoiling, does the 5,000m3 is measured as spread or as delivered?
As spread. 16
010
270. Bid Doc IV, BOQ
C1-2300
Drainage System – Please clarify inlet manhole listed in BOQ but not
shown on drawing.
Please refer to Drawing C1-2300-01.
Inlet manholes (1000-mm wide square) are provided on both sides
of RCP750 mm pipe crossing the access road (at 5 locations).
16
011
271. Bid Doc IV, BOQ
C1-2300
Drainage System – Refer to Drawing C1-3110-03 detail 3, please
clarify the detail of Grating B as required for inlet manhole.
Please refer to Drawing C2-2300-13 for the Grating Type B
(1000-mm wide square) which shall be used for all inlet manholes
for Sub-component 2-1 (Access Road).
16
012
272. Bid Doc IV, BOQ
C1-3290
Access Road Lighting – Drawing series C1/U2-3290 does not show
position (alignment and depth) of wires and cables. Please clarify.
All wires and cables are installed in the PVC pipes in duct bank.
Top of the PVC pipes is not less than 0.7 m below unpaved surface
or 1.2 m below paved surface.
16
013
273. Bid Doc IV, BOQ
C2-2300
Drainage system – Refer to BOQ Subcomponent-C2-Airport
Infrastructure, page 9, item 8, PVC 150mm pipe, please provide the
quantity for this item?
In the BOQ C2-2300, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
Division 1: Airfield and Perimeter Drainage
new
18
V-Ditch at ILS/GS signal reflection area
V-Ditch (1000-mm wide) m - 400
16
014
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 67 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Division 2: Landside Drainage
8 PVC 150 mm diameter with 360°
Sand casing m - 145
9 IMH Type 1 (600mm x600mm) 52 50
10 IMH Type 2 (1300mm x 1300mm) 23 25
new
14
U-drain of 400-mm high CHB wall
on 500-mm wide/150-mm thick RC
base, complete with reinforcement,
with 100-mm high topping concrete,
jointing, expansion joint at 20-m
intervals, backfilling.
m - 316
274. Bid Doc IV, BOQ
C2-2300
Drainage System – Refer to BOQ Subcomponent-C2-Airport
Infrastructure, page 8, Inlet Manholes are shown but reference to
drawings – position and details are not shown. Please provide the
details.
For Inlet Manholes at ILS/GS signal reflection area (BOQ Section
C2-2300 Division 1: Airfield and Perimeter Drainage Nos.14~16),
please refer to Drawing C2-2300-03. For Inlet Manholes at
Terminal Area (BOQ Section C2-2300 Division 2: Landside
Drainage Nos.9~12), please refer to Drawing C2-2300-04~05.
16
015
275. Bid Doc III, Drawings
C2-2300-07
Drawing C2-2300-07 – Drawing title and detail titles does not match.
Please clarify.
Please refer to revised Drawing C2-2300-06 and 07. In the Drawing
C2-2300-07, [Plan View of Type 1(size 450~750mm)] shall be
amended to [Plan View of Type 2(size 600~900mm)], and [Plan
View of Type 1 (size 900~1050mm)] shall be amended to [Plan
View Type 3 (size 1050~1500mm)]. In the Drawing C2-2300-06,
[Plan View of Type 1(size 300~375mm)] shall be amended to [Plan
View of Type 1(size 300~450mm)]. The drawing title is correct.
16
016
276. Bid Doc III, Drawings
C2-2300-06 & 07
Drawing C2-2300-06, 07 – Please provide details of Type A and B
gratings.
Please refer to Drawing C2-2300-13 for the Grating Type A
(600-mm wide square) which shall be used for all inlet manholes
for Sub-component 2-2 (Airport Infrastructure).
16
017
277. Bid Doc IV, BOQ
U3-3310
Civil Works – Refer to BOQ Section U3-3310 page 6, 8 and 9 –
Waterproof lining is shown, also on drawing Series U3-3310. There is
Please follow Specification 4320 2.2. 16
018
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 68 of 178
NO BID DOCUMENT QUESTION ANSWER Code
no specification provided on the bid document. Can the contractor
provide the specification since this will be design / build?
278. Bid Doc III, Drawings
Utility Works (U3)
These works are design / build – can the quantity on BOQ be changed
based on the contractor‟s design or the quantities are to be followed?
Please follow the quantity in BOQ. 16
019
279. Bid Doc I, Section VI
WKR
Work Requirements – page WKR-134, last par. “… It was further
designed that the bottom of the soaking yard be covered by
geo-textile materials ….”, par. 4.4.4 (2) “… dimension of
soaking yard is planned to be 20ha in area and 2.5m depth”, but
BOQ Subcomponent C2-Airport Infrastructure page 9, the
quantity is 30,000m2 (or about 3ha), also drawing C2-2300-12,
the dimension of the area to covered by geo-textile is not shown.
Please clarify.
Bottom elevation of the Soaking Yard varies, where only the
ground higher than 2.5 m (above MSL) would be excavated. The
lowest existing ground in the Soaking Yard is 1.5 to 2 m (above
MSL) at its west perimeter which would remain as it is.
Geotextile will be laid on the lowest elevation, area of which is
some 30,000 m² only.
16
020
280. Bid Doc I, Section I
ITB 10.1
Language of Bid
This clause states that supporting documents and printed literature of
the Bid other than English language is acceptable if accompanied by an
English translation.
Please confirm our understanding that the English translation shall be
notarized and authenticated by the appropriate Embassy or Consulate
of the Philippines in the country of the Foreign Bidder.
Yes. 17
001
281. Bid Doc I, Section II
Bid Data Sheet,
ITB 20.2 Format and
Signing of Bid
Please confirm our understanding that a Bidder, in case of being a
corporation, the Power of Attorney of the authorized representative
who will sign the Bid shall be accompanied by a notarized and
authenticated Board Resolution.
Yes. 17
002
282. Bid Doc I, Section II
Bid Data Sheet,
Conversion to Single Currency
Instead of the Selling Exchange Rate, kindly confirm if we can use the
Yes, reference exchange rate issued by the Bangko Sentral ng Pilipinas.
Can be used.
17
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 69 of 178
NO BID DOCUMENT QUESTION ANSWER Code
ITB 34.1 Reference Exchange Rate in converting the currencies into Japanese
Yen issued by the Bangko Sentral ng Pilipinas.
283. Bid Doc I, Section IV
Bidding Forms / Schedule
of Adjustment Data
Table A. Local Currency and Table B. Foreign Currency
Kindly provide the Index description (i.e. labor, material such as rebar,
concrete, etc., equipment) and the range of the Bidder‟s proposed
weighting.
The Index description shall be proposed by the Bidder. 17
004
284. Bid Doc I, Section VI
WKR 4.1.3 b)
Observations and Findings
When the Contractor find additional cavities described in this section,
the excavation and soil improvement works will be additional and
consider as Variation Order. Please verify this interpretation.
Additional quantities will be paid based on re-measurement. 17
005
285. Bid Doc I, Section VII
GC 1.9
Delayed Drawings or
Instruction
The Contractor shall give notice to… is not issued to the Contractor
within a particular time, …
The Contractor would like to set a specific time limit as within 14 days
for delayed drawings or instruction for the Engineer to response, please
verify above said statement.
28 days in accordance with GC 3.1 (d) or GC 3.5. 17
006
286. Bid Doc I, Section VII
GC 4.20
Employer’s Equipment and Free-Issue Materials
Please provide the information about Employer‟s Equipment and
Free-Issue Materials, if there is any.
There are no Employer‟s Equipment nor Free-Issue Materials as
generally defined in FIDIC GCC, in the Project.
17
007
287. Bid Doc I, Section VIII
PC Part B 14.16
Tax Exemption Principles
Please confirm our understanding that part of the tax assumption of the
Republic of the Philippines and/or the Employer shall be exemption of
the contractor on payment of the Provincial quarry fees of material
intended for the Project.
Provincial quarry fee may be locally imposed on the local quarry
operators, which shall not be exempted.
17
008
288. Bid Doc II, Spec
Section 1130 Clause 1.3
Environmental
1.3 The Contractor shall comply with all applicable the national,
provincial and local environmental laws and regulations of the
Philippines. Please provide a copy of permit for Environmental
Please refer to the attachment. 17
009
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 70 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Management Compliance Certificate (ECC) for this project.
289. Bid Doc II, Spec
Section 1220 (page 80)
Maintenance Equipment
Bid Doc IV – BOQ Component-1: (G) General Requirement P.13
>>> Title “Section G1230”
Please clarify the discrepancy with said section title and BOQ title.
This title shall be amended to BOQ Section G-1220, which is
typographical error. Please amend the same in the BOQ (Excel
file) to be Section G-1220.
17
010
290. Bid Doc II, Spec
Section 1400
Concrete for Structures –
Reference specification
Table 1400.6 – Concrete Test
for Design Compression
Strength
(page 91)
The Contractor understood the specification for the Design
Compression Strength of Concrete should be according to this table.
Due to the nature of this testing period, the test should be applied for
only at trial mix of concrete. Please verify this interpretation. In
addition, within the table, the Drying Shrinkage Concrete Prisms‟ unit
is shown as percentage (%).
The Contractor assumes that the Drying Shrinkage Concrete Prisms
tests result must be smaller than 600 µm/m after 28 days. Please verify
above said assumption.
Bidder‟s understanding is correct. 17
011
291. Bid Doc II, Spec
Section 1420
Steel Reinforcement –
Table 1420.1 – Standard
(page 106)
With the understanding of rebar manufacturer in Philippines, all
products are following with the Philippine National Standards (PNS).
Due to the slight discrepancy with AASHTO/ASTM and Philippine
National Standards (PNS), Philippine manufactured rebar may not be
valid. Please verify the usage of the equivalent PNS rebar and add PNS
in this said table as standard for this project.
Philippines manufactures currently produced re-bar based on
ASTM or PNS. According to the experience in the previous airport
project, both standards are tested and verified to be almost
equivalent except those for smaller diameter (12mm or less). So,
usage of the PNS may be case by case applicable upon submission
of Request for Approval to the Engineer.
17
012
292. Bid Doc II, Spec
Section 1400, 1420, 1440,
1460
Title Heading
Please clarify the meaning of title heading “REFERENCE
SPECIFICATION”
Those specified in Section 1400 series (e.g. for concrete, rebar, etc)
shall be commonly referred to in any other parts or Sections of the
Specifications.
17
013
293. Bid Doc II, Spec
Section 2110 Clause 1.1
In this clause indicated that cleaning, grubbing, cutting and removing of
all trees is contractor‟s scope of work. Please clarify the responsibility
Obtaining ECC is not in the scope of the Contractor. 17
014
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 71 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Scope of Work of permit (ECC/cutting trees) for the above mentioned work.
294. Bid Doc II, Spec
Section 2110
Clause 3.2 Rates (2) (a)
Disposal off the site to the approval of the Engineer and at the expense
of the Contractor;
Please clarify this sentence.
All trees, stumps, roots, shrub, plants and debris (i.e. except soil)
shall be cleared and grubbed, once deposited in the Contractor‟s
yard, and later disposed off to the public disposal area at
Alburquerque. The cost shall be included in the Rate.
17
015
295. Bid Doc II, Spec
Section 2120
Clause 4.2 Rates (2) (g)
Removal and disposal off-site, as instructed by the Engineer; and
Please clarify this sentence and please provide the detail information for
the designated Off-Site Disposal Area (instructed by the Engineer).
As described in BOQ Section C2-2120, only the top humus soil
shall be removed, temporarily deposited in the area within the Site
as directed by the Engineer, which will later used for top-soiling
under the separate pay item (C2-2510-1). So, there is no topsoil
assumed to be disposed off the site.
17
016
296. Bid Doc II, Spec
Section 2130
Clause 5.2 Rates (3) (l)
Removal and disposal of unsuitable material off the site as instructed
by the Engineer.
Please provide the detail information for the designated Off-Site
Disposal Area.
In case of unsuitable material finding, please provide the method of
payment for the disposal and hauling cost.
No off-site disposal area is assumed for Excavation. Cut and fill
volumes shall be adjusted to balance within the Site.
17
017
297. Bid Doc II, Spec
Section 2280
Clause 4.3
4.3 Batching Plant and Equipment (4) (h) Dump truck: Dump trucks
shall be used for hauling the central-mixed concrete.
The Contractor assumes the central-mixed concrete meant as
“Ready-Mix Concrete (Plant-Mix Concrete)”. Please verify this
interpretation.
Central-mixed concrete is the concrete produced in the batching
plant erected on site by the Contractor.
17
018
298. Bid Doc II, Spec
Section 2300 Clause 7.2
Please provide the specification of additional testing method at site for
Concrete Hollow Block, if any.
Please follow Specification Section 4315. 17
019
299. Bid Doc III, Drawings Please provide the description for material layers under the curve stone Please follow the same description shown in the Drawing 17
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 72 of 178
NO BID DOCUMENT QUESTION ANSWER Code
C1-2400-01 Section which are indicated as “10mm” and “50mm” in the typical section. C2-2400-3. 020
300. Bid Doc I, Section IV
BDF:
Form of JV Agreement
In the case of a J/V, J/V agreement or Letter of Intent would be
required, could we use our original form of agreement or letter of
intent? In the Bid Document, the format of the Joint Venture
Agreement is not provided. Please kindly confirm.
Yes, Bidder‟s own form can be used. 18
001
301. Bid Doc I, Section I
ITB 4.1
Eligible Bidders
In this clause, it is stated that a Joint Venture can be taken as a Bidder
under an agreement, or with the intent to enter into such an agreement
supported by a letter of intent. We understand that an unincorporated
J/V can be a Bidder as long as all members shall be liable jointly and
severally for the execution of the contract. In the clause of General
Conditions 1.14, it is mentioned that the case of unincorporated
grouping of two or more persons is also allowed. Please kindly confirm
our understanding is correct.
Yes, Bidder‟s understanding is correct. 18
002
302. Bid Doc I, Section II,
BDS
ITB 22.1 & 25.1
In this clause, the place of Bid submission is required at 15th Floor,
Unit 153 of the Columbia Tower even though the opening of the
Technical Bid shall take place at 16th Floor, Unit 167 of The Columbia
Tower. We understand that the place of Bid submission is 15th Floor,
Unit 153 of The Columbia Tower regardless of the place opening. To
avoid any misunderstanding, please kindly confirm if our
understanding is correct.
It is normal procedure of DOTC/BAC that Bids shall be submitted
and duly received at BAC office, 15th
floor Unit 153, and Opening
of Bids shall be made at DOTC main conference room at 16th
floor
Unit 167.
Please follow the above guidance unless otherwise notified later
through General Bid Bulletin.
18
003
303. Bid Doc I, Section VII
GC 14: Contract Price and
Payment
We cannot find the statement regarding the payment method of VAT in
this clause. We understand that the appropriate amount of VAT shall be
paid to the Contractor with Advance Payment, Interim Payment and
Retention Money Payment additionally. Please kindly confirm if our
Please refer the above Q/A Nos. 42, 88 and 125.
VAT cannot be paid in advance, i.e. shall not be paid with Advance
Payment.
18
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 73 of 178
NO BID DOCUMENT QUESTION ANSWER Code
understanding is correct.
304. Bid Doc I, Section VIII
PC, Part B
Sub-Clause 14.17
Value added Tax
1. In this sub-clause, it is stated that the VAT payable in accordance
with the laws of the Republic of the Philippines shall be paid by the
Employer to the Contractor in Philippine Pesos. However, in terms
of Import VAT and Import duties, would it be possible for the
Employer to be the Consignee and pay the Import VAT and Import
duties directly? Kindly consider our suggestion and revise the
Sub-Clause accordingly.
2. We understand that when the Employer pays VAT to the Contractor,
the Employer is not required to withhold final withholding VAT.
Please kindly confirm our understanding is correct.
Please refer the above Q/A No. 88. 18
005
305. Bid Doc II, Spec
Section 7200 Elevators
Provision regarding manufacturer‟s recommended number of years of
operation for spare parts is not specified. We note 2 years is the normal
practice. Please kindly confirm our understanding is correct.
Please refer to the above Q/A No. 54. 18
006
306. Bid Doc II, Spec
Section 7300 BHS
Provision regarding manufacturer‟s recommended number of years of
operation for spare parts is not specified. We note 2 years is the normal
practice. Please kindly confirm our understanding is correct.
Please refer to the above Q/A No. 54. 18
007
307. Bid Doc II, Spec
Section 7400
Airport Security System
Provision of manufacturer‟s recommended number of years of
operation for spare parts is not specified. We note 2 years is the normal
practice. Please kindly confirm our understanding is correct.
Please refer to the above Q/A No. 54. 18
008
308. Bid Doc II, Spec
Section 1000 Series
Refuse Collection System is not shown in the specifications or
drawings. Please kindly clarify how to manage refuse collection and
disposal system.
Please refer to GC 4.18 and 4.23, and Specification Section 1130:
Environmental Management, 4.7: Solid Waste.
18
009
309. Bid Doc II, Spec Fuel system is not shown in the specifications or drawings. Please Fuel system is not provided in this JICA-funded Project. 18
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 74 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1000 Series kindly clarify the spec of Fuel System. 010
310. Bid Doc II, Spec
Section 7300 BHS
The baggage conveyor rated speed and dead load weight per meter are
not specified. We would like to propose that the BHS maker‟s standard
products will be applied for BHS system in order to ensure the quality
and the performance. Kindly consider our proposal.
Please refer to the above Q/A Nos. 98 and 99. 18
011
311. Bid Doc II, Spec
Section 7300 BHS
Clause 7.3 (2)
Regarding this statement “These curtains shall operate automatically
upon the activation or shut off…” Please kindly clarify that rubber
curtains shall not be included in the word of “these curtains”.
Your understanding is correct. The rubber curtains shall not be
included in the words "these curtains".
18
012
312. Bid Doc IV, BOQ BOQ item shows individual work item. Should each work item include
engineering, material, construction, Test & Commissioning, Training,
Spare Parts and Indirect Cost? If otherwise, please kindly clarify.
All inclusive in the BOQ rates. 18
013
313. Bid Doc IV, BOQ
Section 7400
Airport Security System
1. Baggage Inspection System
1.1 Small Goods (Type 1, at 151) [1] <2>
1.2 Hand Baggage (Type 2, at 158) [2] <2>
1.3 Odd Size Baggage (Type 3, at 172) [1] <1>
2. Walk Trough Metal Detection System [4] <4>
3. In-Line Screening Machine
3.1 Explosive Detection System (EDS) [1] <1>
3.2 Workstation for EDS [4] <4>
3.3 Electronic Trace Detector (ETD) [1] <1>
[ ] : Spec 7400, < > : Bid Document 4 BOQ
Please clarify as there seems to be a conflict regarding the concerned
provisions between Spec 7400 and BOQ.
In the BOQ B1-7400 Airport Security System, Items shall be
amended or inserted as follows.
Item
No. Description Unit
Quantity amended
from to
Baggage inspection system
1 Hold - Baggage Inspection System No. 2 1
new
2-1 Odd size weighing scale No. - 1
18
014
314. Check-in System In this ITB, there is no check-in system, but there are check-in counter
requirements. Would this system be provided by airline? Please kindly
clarify.
No, check-in system will be provided by airlines. 18
015
315. Bid Doc I, Section VI
WKR Clause 4.4.1
Will the activities (Preparatory Works, Construction of External Water
Supply, and Embankment of Soaking Yard Perimeter) being bid out as
Please refer to the above Q/A No. 26. 19
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 75 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Activity Schedule separate packages, be finished in time for the start of this project?
316. Bid Doc III, Drawings
C2-2200-01, 02
Aeronautical Pavement
Schedule
Drawing C2-2200-01, the schedules for the Runway Main and
Taxiway Main/Runway Turn Pad, Type 1 Asphalt Concrete is at
Surface Layer while Type 2 is defined as Layers 2 and 3. But in
Drawing C2-2200-02, Type 2 is defined as the one in surface layer
while Layers 2 and 3 are Type 1. Please clarify which one is correct.
Please refer to Specification Section 2240, in which only a single
type of asphalt concrete is specified for both surface and binder
courses; This is unlike Japanese practice where the surface course is
different type with smaller sized aggregate to allow grooving.
The Type 1 or Type 2 written in the Drawings are just
typographical error, thus shall be disregarded.
19
002
317. Bid Doc III, Drawings
C2-2300-12 Filtration Bank
Plan and Detail
In the drawing, Section A is shown with details but it‟s location on the
site is not indicated. Only Section B and C have clearly identified
location. Please show the location of Section A.
Location of Section A is inside the Soaking Yard shown in the
same Drawing.
19
003
318. Bid Doc III, Drawings
C2-2300-12,
Bid Doc IV, BOQ
C2-2300
Filtration Bank Plan and Detail and Soaking Yard
In the BOQ, the quantity for the Filtration Bank (in the Soaking Yard)
is 280 m and Geotextile is 30,000 m2. How were these values derived?
Please clarify these items as well as their location in the drawings.
Quantity for Filtration Bank inside the Soaking Yard of 280 m is in
linear meter of Section A of Drawing C2-2300-12.
For quantity for Geotextile of 30,000 m2, please refer to the above
Q/A No. 279.
19
004
319. Bid Doc II, Spec
Section 2240,
Bid Doc IV, BOQ
C2-2200
Asphalt Concrete Surface and Binder Course and Runway
In Drawings C2-2200-01 to C2-2200-02, the Asphalt Concrete was
defined as Type 1 and Type 2. But in the Specifications and the BOQ,
Type 1 and Type 2 are not defined or segregated in terms of rates.
Please clearly define what Type 1 and Type 2 is.
Please refer to the above Q/A No. 316. 19
005
320. Bid Doc IV, BOQ
C2-2300
Soaking Yard
In relation to Document 1, Section IV, WKR 126 – Activity Schedule
Before Commencement of Construction Embankment of Soaking
Yard, will we still include.
Those are scheduled to be finished before the Commencement
Date. But if not, it is completely separate area, thus will not affect
this Project.
19
006
321. General What is the situation with regards to security at the site and the
surrounding area?
Site safety and security are the Contractor‟s obligations under GC
4.8, 4.13 4.14 and 4.22, and Specification Section 1115. Provision
19
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 76 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Will DOTC provide any Safety and Security Method? of security fence and guards along the existing Barangay road is
compensated under BOQ Section G-1115.
322. Bid Doc IV, BOQ
B1-4130
Soil Improvement
Is the method of measurement for Soil Improvement in “kilograms”
refers to cement grout or soil to be improved?
Cement Grout. 19
008
323. Bid Doc IV, BOQ
B1-4340
Windows/Doors
AW-09, AW-10 & MS-06 is not stated on the BOQ but is reflected on
floor plan, 3 sets, 1 set and 5 sets, respectively. Some sizes on BOQ
differ from drawings. Please specify what quantity and sizes to follow.
Please refer to BOQ Section B1-4340 Aluminum Windows Item
No. 44 for [9/AW 2000 x 1200 mm], and Item No. 45 for [10/AW
3420 x 1000 mm], which are not curtain wall but windows.
For other sizes and quantities of Windows/Doors, please refer to the
Q/A No. 409 below.
19
009
324. Bid Doc IV, BOQ
B3-4340
Windows/Doors
Window AW-4 states 7 sets on the BOQ while floor plan reflects 17
sets. Please specify what to follow.
In the BOQ B3-4340, the quantity shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
29 4/AW 5280 x 1200 mm w/louver No 7 17
19
010
325. Bid Doc IV, BOQ
B4-4340
Windows/Doors
Window AW-7 states 4 sets on the BOQ while floor plan reflects 2 sets
only. Please specify what to follow.
In the BOQ B4-4340, the quantity shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
19 7/AW 1900 x 535 mm w/ louver No 4 2
19
011
326. Bid Doc IV, BOQ
B63-4340
Windows/Doors
Window AW-4 & AW-05 states 1 and 2 sets respectively on the BOQ
while these are not reflected on the drawings and schedule. Sizes
AW-02 & AW-03 on BOQ differs from drawings. Please specify what
to follow.
In the BOQ B63-4340, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
new
4-1 2/SD 800x2100 w/ Louver No - 1
5 1/AW 2370mm x 700mm No 4 3
6 2/AW 850mm x 700mm No 1 1
7 3/AW 830mm x 700mm No 1 2
8 4/AW----Deleted. No 1 0
9 5/AW----Deleted. No 2 0
Also, description of BOQ B61-4340 Item No. 4 shall be amended
to [3/AL 1800 x 800 mm].
19
012
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 77 of 178
NO BID DOCUMENT QUESTION ANSWER Code
327. Bid Doc IV, BOQ
C2-2280 Item No.5
Please clarify the definition of “Jointing Steel” as it is not found in the
specification or drawings.
Please refer to Specification Section 2280 2.8: Dowel and Tie Bars.
Tie bar is not used for this Project.
19
013
328. Bid Doc III, Drawings
C2-2200-04
Is “Jointing Steel” the same as Dowel Bar of JT-2 and JT-3 as shown in
Drawing C2-2200-04?
Ditto. 19
014
329. Bid Doc IV, BOQ
C2-2280 Item No.5
If the Jointing Steel is the same as the Dowel Bar, please clarify if the
quantity of 28,714 pcs. is correct.
Correct. 19
015
330. Bid Doc IV, BOQ
C2-2200, Division 4
Apron – Item 7– Cutting and Sealing of Joint
The quantity shown in the BOQ is 21,338 m. Does this quantity include
JT-2, JT-3 and JT-4 as shown in Drawing C2-2200-04?
Yes, the BOQ quantity includes all those apron joints.. 19
016
331. Bid Doc III, Drawings
B54-4200-01, 06
Toll booth
Roof frame
Structural and Architectural conflict in size of rectangular tubing. Please
specify what to follow.
Both drawings (architectural and structural) intended and show in
scale the same rectangular section along grids A and B of
250x200x6 mm, which shall be followed.
19
017
332. Bid Doc III, Drawings
B1-4200-23
B1-4300-31
Steel stair tread and risers
Please confirm which of the specs we should follow.
a. BOQ mentions “Steel grating tread and risers, galvanized”
b. Drawing B1-4200-23 shows “6mm thk checkered plate tread fully
welded to stringer and carrier angle”
c. Drawing B1-4300-31 shows “6mm thk steel grating tread fully
welded to stringer and carrier angle”
Please follow the wording in the BOQ: 6 mm. thk steel grating
thread and risers, galvanized.
19
018
333. Bid Doc IV, BOQ
B4-5200
Bid Doc III, Drawings
B4-5200-01
Quantity and capacity of Exhaust Fans from BOQ is different from the
quantity and capacity in the Drawing B4-5200-01. Please confirm what
quantity and capacity of Exhaust Fans are we going to follow, in the
drawing or in the BOQ?
Please refer to the above Q/A No. 228. 19
019
334. Bid Doc IV, BOQ
B4-5200
Missing Exhaust Fan (Ventilation System)
EF-11-GF is stated in the Drawing B4-5200-01, but cannot be found in
Please refer to the above Q/A No. 228. 19
020
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 78 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Bid Doc III, Drawings
B4-5200-01
the BOQ Section B4-5200: Ventilation and Air Condition).
335. Bid Doc II, Spec
Section 5200
Clause 13.1 List of
Acceptable Manufacturer
For Spilt Air conditioner, you provided three acceptable suppliers and
one was Mitsubishi. We would like to clarify which Mitsubishi we
should use? Will it be “Mitsubishi Electric” or “Mitsubishi Heavy
Industries”?
Mitsubishi Electric. 19
021
336. Bid Doc II, Spec
Section 5000 Series
Non-Return Damper / Check
Damper (Page 64)
In BOQ and in Plan states that BD is Back draft Damper but in
Specification there is no Back draft Damper. Only Non-Return
Damper/Check Damper (CD). Are these two items (BD & CD) the
same?
Yes, the BD and the CD are the same. 19
022
337. Bid Doc I, Section VI
WKR Clause 4.3
Land Acquisition
What is the current status of the relocation of residents within the Site?
Will the relocation be complete before commencement of the project
and if not, will time extension and additional cost be accepted?
Please refer to the above Q/A No. 91. 19
023
338. Bid Doc II, Spec
Section 2280
Clause 2.8 (2)
Dowel and Tie Bars
Please clarify description of the tie bars as they are not shown in the
drawings.
Please refer to the above Q/A No. 327. 19
024
339. Bid Doc II, Spec
Section 2280
Clause 2.8 (3)
Dowel and Tie Bars
The description of “8 No. Earth tie Down Rings and Housings” is not
shown in the drawings. Please clarify if “8 No. Earth tie Down Rings
and Housings” is the same as “Chair Basket” which is shown in
Drawing C2-2200-4.
Earth tie down ring is not provided in the Project. Please
disregard the same Specification sub-clause 2.8 (3).
“Chair Basket” shown in Drawing C2-2200-4 shall be included in the rate
for BOQ Section 2280 Item No. 5 for Jointing Steel.
19
025
340. Bid Doc II, Spec
Section 2280 Clause 4.3
(6)Concrete Saw
In the specifications, a 1 meter minimum diameter Circular Saw Blade
must be provided. But the depth of Concrete cutting at JT-3 and JT-4
only has a maximum of 100 mm which is shown in Drawing
The machine shall be capable of cutting numbers of joints straight
without any lateral deviation, and quickly without delay so as not to
cause unintended apron cracks. Therefore, such machine equipped
19
026
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 79 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Page 71) C2-2200-4. Please clarify if the 1 meter Diameter Blade is required or
can we opt to use a blade with a different diameter.
with 1-m dia. blade is always recommended or normally the choice
of the contractor.
If the Contractor considers otherwise, he can propose smaller
machine with a proof of capability and workman-ship in his Work
Method Statement.
341. Bid Doc II, Spec
Section 3250 Clause 3
(3.5)System Requirements
(Page 113)
In the specifications, it is stated that the PPGS shall be synchronized
with the emergency diesel generator in case of service interruption of
BOHECO-1 System. Please clarify if this work is included because it is
not indicated in either the drawings or the BOQ.
Please refer to Drawing U2-3210-04.
Such requirement for synchronization shall be included in the BOQ
rate for Section U2-3250 Item no.12.
19
027
342. Bid Doc I, Section IV
BDF
Procurement Plan for Major
Materials and Equipment -
Form MME
In the documents, we have the Form MME. But in page 2 letter (g) of
the same section, there is the Form MPM but it shares the same
description as MME which is Procurement Plan for Major Materials
and Equipment. Please clarify if this is the same document and just had
a clerical error or is this a new Form and if it is, please provided a copy
of the form because it is not part of the document sent to us.
Please refer to the above Q/A No. 2. 19
028
343. BID Doc I, Section VIII
PC Part-A 1.1.2.4 & 1.3
Engineer‟s name and address: Please indicate the Engineer‟s name Please refer to the above Q/A No.11. 20
001
344. Bid Doc IV, BOQ
C1-3290, U2-3290
We found the descriptions and the quantities are the same between
Section C1-3290: Access Road Lighting, Item No. 1 – Item No. 23 and
Section U2-3290: Road and Car Park Lighting, Item No. 24 - Item No.
46. Please clarify if both are the same.
Please refer to the above Q/A No.148. 20
002
345. Bid Doc III, Drawings
C1-3290-01: Road and Car
Park Lighting,
Please provide us with detailed drawings for Car Park Lighting (BOQ
U2-3290 Item no. 4. Hot Dip Galvanized 15m car park Lighting pole)
from Drawing C1-3290-01.
The 4 galvanized 15-m high lighting poles shall be installed along with the
EH 37 to EH 40 inside car park shown in the Drawing U2-3290-1. Each
pole shall be mounted with 4 sets of 120W LED as described in
20
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 80 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Specification Section 3290 Clauses 4.3 and 4.5.
346. Bid Doc III, Drawings
C1-3290-02
We found, on the Drawing Sheet C1-3290-02, only one pole and only
one electrical panel are indicated. Please clarify the installation spots of
other poles and electrical panels.
Please refer to the above Q/A No. 147 & 148. 20
004
347. Bid Doc III, Drawings
C1-3290-04
We could not find the BOQ for 3.5mm2 TW, 8mm
2 TW, 10mm
2
XLPE of Cable & Wire on the Drawing Sheet No. C1-3290-04. Please
provide us with the BOQ.
Please refer to the above Q/A No. 145. 20
005
348. Bid Doc III, Drawings
C1-3290
We found it is Double Arm-250W HPS on the Drawing C1-3290-06
while it is 120W LED on the BOQ Section C1-3290: Access Road
Lighting, Item No. 2. Please clarify which is correct.
Please refer to the above Q/A No. 142. 20
006
349. Bid Doc III, Drawings
C1-3290
Please clarify which party, DOTC or the Contractor, is in charge of
purchasing and installing Pole, Metering Box, KWH Meter.
If DOTC is in charge of them, please revise the pertinent BOQ (BOQ,
Section C1-3290: Access Road Lighting, Item No. 6)
Contractor 20
007
350. Bid Doc III, Drawings
C1-3290-06
Please provide us with the BOQ for Cable 16mm2 XLPE and Conduit
2-100ᴓ PVC shown on the Drawing C1-3290-06.
Please refer to the above Q/A No. 145.
There is no such 2-100 PVC on Drawing C1-3290-06.
20
008
351. Bid Doc IV, BOQ
Air Navigation Facilities
We would like you to provide us with a detailed BOQ regarding
Component-5: Air Navigation Facilities since it is specified on the
given BOQ that all the quantities are “1 Sum”. We especially request
the detailed BOQ on all the cables, cable ducts, cable racks and
manholes and hand holes.
All elements for Air Navigation Facilities are of complete systems
to be designed by specialist manufacturer in accordance with
Specification Section 1140 (Contractors‟ Design) for which no
detailed BOQ is issued.
20
009
352. Bid Doc III, Drawings
N0-8050-04
We found on Drawing N0-8050-04, that the cable ducts are specified as
1 thru 18 for “Cable Duct for Trunk Line-1”. However, it is only
specified as 1 thru 9 for “Tabulation of the Cable & Conduit”. Please
Please refer to the revised Drawings N0-8050-04 and 05, and
L7-9700-02, as attached.
20
010
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 81 of 178
NO BID DOCUMENT QUESTION ANSWER Code
provide us with descriptions for the cable duct of 10 thru 18.
353. Bid Doc III, Drawings
N1-8100-04
We found there is no “Note 2” while we were guided to “See Note 2”
as for Center Marker Rivet on the Drawing N1-8100-04”. Please
provide us with the Note 2”.
Please delete the Note 2 in the same Drawing N1-8100-04. 20
011
354. Bid Doc I, Section VIII
PC Part B 14.1
Please advise how the Government of the Republic of the Philippines
or the Employer will assume the taxes and duties to be imposed to the
import and re-export of the equipment and materials needed for the
project, is it through tax exemption or DOTC will pay the tax and duty
to Bureau of Customs?
Please refer to the above Q/A Nos. 36 and 88. 20
012
In case of tax exemption, please provide the procedure to process it
with BOC and Dept. of Finance and which government agency will
grant the tax exemption certificate.
In case DOTC will directly pay the tax and duty to BOC, please advise
how many days it would take to process and remit the payment to
designated bank of BOC.
355. Bid Doc I, Section VIII
PC Part B 14.16 and 14.18
Sub-clause 14.16 and 14.18 are in conflict with regards to the payment
of corporate income tax and income tax of Japanese employees in the
Philippines. Sub-Clause 14.16 provides exemption to corporate income
tax and income tax of Japanese employees while in Sub-Clause 14.18
the Contractor is being required to comply and pay the corporate
income tax and income tax of its employees. Which is correct?
Please refer to the above Q/A Nos. 40, 42, 88, and 125. 20
013
356. Bid Doc I, Section VIII
PC Part A 1.3
Incomplete sentence: “Electronic mail Contractor’s name and address
are to be”
Please provide us with a complete sentence.
Please refer to the above Q/A No. 109. 21
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 82 of 178
NO BID DOCUMENT QUESTION ANSWER Code
357. Bid Doc I, Section IV
Bidding Forms
Could you provide us the Bidding Forms in word format so that we will
be able to input data for submission?
The word format of the Bidding Forms was included in the CD
copy of Bid Documents which was purchased by the Bidder.
21
002
358. Bid Doc I, Section VIII.
PC Part B 14.16
The sentence written in this clause seems incomplete. Please provide us
with complete sentence.
This sentence is complete. 21
003
359. Bid Doc II, Spec
Section 7300: Baggage
Handling System, Demand
of Baggage
Please define the baggage handling capacity as such as below listed.
1) maximum demand of baggage number at peak hour.
2) average demand of baggage number at peak hour.
Maximum number of baggage during peak hour is forecast at 500
to 800, for either departure or arrival.
The 2nd
question is irrelevant and seems to be not necessary for
Bidder to price.
21
004
360. Bid Doc II, Spec
Section 7300: Baggage
Handling System
Please define the maximum size in three dimension (L x W x H) and
minimum weight for standard hold baggage and oversize hold baggage.
Maximum two dimension (W x H) shall be referred to Specification
Section 7400 3.5 (11). Maximum length is 900 mm for Type 1
and 2000 mm for Type 3, and minimum weight is both 10 kg,
according to IATA.
21
005
361. Bid Doc II, Spec
Section 7300: Baggage
Handling System
Please define the in-line inspection flow and rejection rate for each step
of inspection.
Please refer to Drawing B0-7300-02 which is self-explanatory.
Rejection rate after EDS (Level 2) is 5 % maximum and that after
ETD is 0.2 % maximum, according to IATA.
21
006
362. Bid Doc II, Spec
Section 7300: Baggage
Handling System
We understand that the bag tag system is mandatory for sorting the
baggage of several flights for different destination.
1) Please provide the specification of bag tag.
2) Please provide the specification of the system for bag tag printing.
3) Please provide the specification of bag tag reading.
Bag tag system will be provided by airlines together with check-in
system.
21
007
363. Bid Doc II, Spec
Section 7300: Baggage
Handling System
Please confirm that after ETD inspection, both the rejected baggage and
the passed baggage will be operated by manual.
Rejected baggage holder will be requested to enter and open for
reconciliation of higher threat. Passed baggage can be manually
injected again in the line.
21
008
364. Bid Doc II, Spec Please confirm that dimension of conveyer section can follow Please refer to the above Q/A No. 243. 21
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 83 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 7300: Baggage
Handling System
Conveyer dimension,
(Page 39 - 42)
manufacture‟s standards product despite the specified dimension in
specification and minor difference (plus-minus 5%) of dimension will
not be identified by Engineer as the deviation of specification
requirement.
009
365. Bid Doc II, Spec
Section 7300 BHS : Belt
Pattern (Page 39 - 42)
Please confirm that specialized subcontractor can propose their
standard belt pattern despite the specified in specification and Engineer
will not identify it as the specification deviation.
Ditto. 21
010
366. Bid Doc II, Spec
Section 7400 Clause 5.1
(Page 64)
Airport Security System Please define the decision time limitation
for each Level 2 and Level 3 screening.
The proposed Multi-view type EDS should be capable of Level 2
screening in principle, and Level 3 screening just in case.
Decision time limitation is 30 seconds for either Level.
21
011
367. Bid Doc II, Spec
Section 7400
Clause 3.5(11) (Page 58)
Please define the maximum size in three dimension (L x W x H) and
minimum weight for Type 1, Type 2 and Type 3.
Please refer to the above Q/A No.360. 21
012
368. Bid Doc II, Spec
Section 1140 Clause 1.9
(Page 35)
Contractor will provide ten (10) years design and performance
warranty with the condition that intentional damage, fair wear and tear
will be beyond the responsibility of contractor and the maintenance
repair service is performed by employer according to the approved
operation and maintenance manual after taking over.
Yes. 21
013
369. Bid Doc II, Spec
Section 1140 Clause 6.2
(4) (Page 39)
Although iron and steel are required to be galvanized in general, please
confirm that the iron and steel part of the products such as special
equipment under specification 7000 series can follow manufacturer‟s
standard which was proven by their experience for tropical use such as
epoxy coating.
Yes. 21
014
370. Bid Doc II, Spec Please specify the time period for spare parts provision. Please refer to the above Q/A No 54. 21
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 84 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1165Clause 17.0
(Page 68)
015
371. Bid Doc IV, BOQ
B52-4370 Item No. 7
(Page 13)
Bid Doc III, Drawings
B0-4300-06
BOQ description stated “Suspended double ceiling; t=12.5mm on t=9.5
sheeting gypsum with P1 (C-11)
whereas; as shown in Bid Drawing B0-4300-06:
C-11 – Higher Ceiling: Gypsum with Paint Finish
C-2 – Double Ceiling System: 12mm (t) colored acoustic rockwool
ceiling board on 9mm (t) gypsum board with perimeter wall trims;
C-6 – Gypsum Board Ceiling T12 & T9 with P-1
Please advise the correct type of ceiling system.
This shall be C6 as per Finishing Schedule shown in Drawing
B52-4300-03.
In this connection, descriptions of BOQ (Excel file) B51 to 53-4370
for suspended ceilings shall be amended as follows.
B51-4370 Item no. 5: Calcium silicate-board; t=8 (C3)
B52-4370 Item no. 7: double gypsum board; t=12 + t=9.5 (C6)
B53-4370 Item no. 8: acoustic rockwool board; t=15 (C1)
21
016
372. Bid Doc IV, BOQ
B53-4370 Item No. 8
Bid Doc III, Drawings
B0-4300-06
BOQ description stated “Suspended double ceiling; t=12.5mm on t=9.5
sheeting gypsum with P1 (C-11).
whereas; as shown in Bid Drawing B0-4300-06:
C-11 – Higher Ceiling: Gypsum with Paint Finish
C-2 – Double Ceiling System: 12mm (t) colored acoustic rockwool
ceiling board on 9mm (t) gypsum board with perimeter wall trims;
C-6 – Gypsum Board Ceiling T12 & T9 with P-1
Please advise the correct type of ceiling system.
This shall be C1 as per Finishing Schedule in Drawing
B53-4300-03 and 06.
Please refer to the above Q/A No 371.
21
017
373. Bid Doc II, Spec
Section 1400
Concrete for Structures
Clause 9.11(1) (Page 99)
Bid Doc II, Spec
Specification Section 1400 Clause 9.11 states, the damp proof sheets
shall consist of a single layer of 0.25mm thick polyethylene sheet of
type approved by the Engineer with lapped and folded joint sealed with
an approved sensitive tape.
Whereas, Specification Section 4320 Clause 2.6 state states the
Polyethylene sheet for vapour barrier (WP-7) shall be:
Please follow the Specification Section 4320. 21
018
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 85 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 4320
Clause 2.6 (c) (Page 48)
(a) Location: Under all concrete slabs on ground
(b) Specification: JIS A6930 or equivalent
(c) Material: Polyethylene sheet 0.15
(d) Colour: To be selected by Engineer
(e) Width of laps: Not less than 300 mm
Is this two specification of polyethylene sheet apply the same area /
location as specified?
374. Bid Doc IV, BOQ
B1-4220 Item No. 17
(Page 3)
Can you please provide details of thickness and height of “Polystyrene
Isolation Joint with sealant Network Equipment and peripheral” and
sizes of sealant?
Please refer to Drawing B1-4200-15.
The size of the polystyrene isolation joint is 12 mm (t) x 150mm
(d). The size of sealant is 12mm x 12mm.
21
019
375. Bid Doc IV, BOQ There are 2 copies of similar electronic copy of the Bills of Quantities:
i) 43 Subcomp-4-B3 Final BOQ Building_CTO_ADM (version
2).xlsx
ii) 43 Subcomp-4-B3 Final BOQ Building_CTO_ADM.xlsx
Kindly advise which shall be used?
Please follow the Document IV Addendum issued with this GBB. 21
020
376. Bid Doc III, Drawings
C2-2100-25
C2-2100-26
Bid Doc III, Drawings
B1-4200-15
As referring to drawing C2-2100-25 & 26 the grading level
surrounding Passenger Terminal Building (PTB) is from EL + 7.827 to
EL + 8.241. Whereas; As referring to Drawing B1-4200-15 the
reference natural grade line is shown EL +7.00m.
Please can you advise which of the grading level (platform level) shall
be adopted.
Drawing B1-4200-15 indicates that the Elevation (EL) for PTB Ground
Floor Finish Level is +8.50m, and the EL of Natural Grade Line
(approximate existing ground level) is +7.00m for reference (i.e. the lowest
elevation around PTB area shown in topo map).
The elevations indicated in Drawing C2-2100-25 & 26 are the finish level
for surrounding pavement sloped down from PTB ground floor.
21
021
377. Bid Doc III, Drawings
B0-4200-01
Anchorage Lengths for wall and parapets are not shown.
May we assume that the anchorage be 30 x bar diameter?
Use Standard and appropriate anchorage. 21
022
378. Bid Doc IV, BOQ Please provide the locations and specifications for Grout Injection. Grout injection is applied underneath the building footing only if 21
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 86 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B1-4130 Item No. 1 existence of cavity is confirmed. 023
379. Bid Doc III, Drawings
B1-4200-03
B1-4200-17
Drawing B1-4200-03 stated there is beam DB-1B in Grid G-F/6 of
Second & Roof Plan. However, there is no beam schedule for DB-1B
in Drawing B1-4200-17.
Please provide the beam schedule for beam DB-1B.
For DB-1B, follow beam schedule of DB-1 as shown in Drawing
B1-4200-17.
21
024
380. Bid Doc III, Drawings
B1-4200-09
B1-4200-15
The level of top of columns in Drawing B1-4200-09-14 is GFL+4470.
Whereas; In Drawing B1-4300-15 -20 is FFL+4600.
Please confirm the correct level.
FFL + 4600 is the Architectural Dimension. 21
025
381. Bid Doc III, Drawings
B1-4200-15
Please provide the concrete strength for the un-reinforced concrete infill
around columns.
Compressive strength of 180 kg/cm²(Class B3).
In this connection, in the BOQ B1-4100 and B1-4200 series, the
quantities shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
Section B1-4110
1 Pits (Normal excavation) m³ 2,783 2,862
3 Pits (Rock excavation) m³ 557 573
5 Backfilling to excavation m³ 3,151 3,171
7 Gravel bed; 50mm thick… m² 2,955 2,980
Section B1-4120
1 Soil treatment to pit, trench…. m² 23,112 23,588
Section B1-4220
Plain Concrete Class B3
2 Binding layer; 50mm thick m³ 148 181
Reinforced Concrete Class B1
3 Column foundation m³ 414 437
5 Columns m³ 515 575
Reinforced Concrete Class B2
9 Base slab to sidewalk (29 MD) m³ 443 541
Formwork
10 Column foundations m² 1,711 1,830
12 Columns m² 3,691 4,171
Reinforcement
21
026
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 87 of 178
NO BID DOCUMENT QUESTION ANSWER Code
15 10 mm~12mm kg 166,522 195,123
16 16 mm~28 mm kg 299,894 306759
382. Bid Doc II, Spec
Section 4370
(Page 124, 125)
Bid Doc IV, BOQ
B1-4370
Item No. 17, 19 & 21
Ceramic Tile (F-14) indicated in finishing schedule is not specified in
the Specification. Please advise manufacturer and exact product
number.
Ceramic tile (F-3) & (W-1) are specified in the specification, however
INAX IF-300/SD & INAX NPKC-200/MZ is stop production
according to the manufacturer. Please advise other manufacturer and its
product number or other equivalent products.
Contractor can submit for the Engineers consideration and / or
approval equivalent as indicated in the specifications to include the
manufacturer and product catalogues for all ceramic tile covering.
In this connection, in the BOQ B1-4370, Items shall be amended or
inserted as follows:
Item
No. Description Unit
Quantity amended
from to
Ceramic Tile Covering
19
Ceramic tiles to floors; 300 x 300
x 8mm thick (F3) including
cement render bedding m² 1,390 983
new
19-1
Ceramic tiles to floors; 300 x 300
x 8mm thick (F4) including
cement render bedding m² - 407
21
027
383. Bid Doc III, Drawings
B1-4300-10
Please define the abbreviation of “BMW” indicated at Roof of
Walkway (Grid 6-16/A).
Please refer to B1-4300-54 to 55 for correct callouts.
Please refer to External Finishing Schedule B1-4300-03 for correct
symbol and finishing materials.
21
028
384. Bid Doc III, Drawings
B1-4300-03, 15, 26
The Column finishes in 1FL have discrepancies in the following
drawings:
B1-4300-03, 15 Exterior Finishing Schedule and Exterior Elevations
CNR- Cement render finish w/ P-4
B1-4300-26 Detailed Section 8 & 9, C03– Cement render finish w/ P-1
Please confirm the correct type of finishes.
Drawings B1-4300-03 and 26 are correct:
External Columns shall be provided with P-4 paint type.
Internal Columns shall be provided with P-1 paint type.
21
029
385. Bid Doc IV, BOQ
B1-4350 Item No. 18
(Page 9)
Bid Doc III, Drawings
BOQ description stated “Stainless steel U channel recessed beads
20x20x2mm to external walls, curved to suit incl. setting profiles and
all related fixings”. Whereas; as shown in Drawings B1-4300-03 &
15: WLG-11 – Cement Render Finish with Aluminum Groove t=50.
Please follow BOQ B1-4350, Item no. 18 External grove recessed
beads shall be 20x20x2 mm Stainless steel (S/S), while internal
groove recessed beads shall be 20x20x2 mm Aluminum.
21
030
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 88 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B1-4300-03, 15 Please confirm the correct size of the said item.
386. Bid Doc III, Drawings
B1-4300-22, 37
Drawing B1-4300-22 Detailed Section 1 & 2 indicates the floor finish
of Toilet 5 Handicapped Toiled (162) as F4. Whereas; Drawing
B1-4300-37 Detail of Toilet 5 indicates it to be F3.
Please confirm the correct floor finish in Toilet 5.
The Floor Finish of toilet shall be F3 as shown in the internal
finishing schedule of Drawing B1-4300-37.
21
031
387. Bid Doc III, Drawings
B1-4300-04, 40, 54
Ceiling finish of Toilet 10 (122) differ as follows:
Sheet B1-4300-04 Internal Finish Schedule 1-3: C14
Sheet B1-4300-40 Detail of Toilet 9 & 10: C2
Sheet B1-4300-54 Reflected ceiling base plan (lower level): C16.
Please confirm the correct type of ceiling finish in Toilet 10.
Ceiling Finish for Toilet 9 and 10, holding rooms, quarantine and
dressing areas shall be C-16, suspended ceiling t=12 + t=9, water
resistant gypsum board as indicated in Drawing B1-4300-54 to 57,
Legend: Ceiling Materials
21
032
388. Bid Doc III, Drawings
B1-4300-39
Please provide the (Floor, Wall & Ceiling) finishes for Toilet 8
Electrical Room under Drawing B1-4300-39.
Please refer to outline of Interior Finishing Schedule in Drawing
B1-4300-06.
21
033
389. Bid Doc III, Drawings
B1-4300-04, 40
Drawing B1-4300-04 Internal Finish Schedule 1-3 indicates the wall
finish of Toilet 9 (108) & Toilet 1 (122) as W2. Whereas; Drawing
B1-4300-40 Detail of Toilet 10 indicates it to be W1. Please confirm
the correct type of wall finish in Toilet 9 (108) & Toilet 10 (122).
Wall finishes of Toilets are separated under 2 categories namely
public and private hence W-1 (public use) W-2 for (private use).
Follow Interior Finishing Schedule in Drawing B1-4300-04 to 06.
21
034
390. Bid Doc III, Drawings
B1-4300-05, 34, 37
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the wall
finish of Toilet 5 (162) & Toilet 7 (138) as W2. Whereas; Drawing
B1-4300-34 and 37 Detail of Toilet 5 and 7 indicates it to be W1.
Please confirm the correct type of wall finishes in Toilet 5 (162) &
Toilet 7 (138).
Toilets 5 (162) and 7 (138) are public toilets hence W-1.
Follow Interior Finishing Schedule in Drawing B1-4300-04 to 06.
21
035
391. Bid Doc III, Drawings
B1-4300-05, 60
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the floor
and skirting finish of Bank (145) as F4 and S2 respectively.
Whereas; Drawing B1-4300-60 Detailed Plan, Elevation of Ticket
Floor Finish / Skirting for Bank (145) is F4 and S2 respectively.
Follow Interior Finishing Schedule in Drawing B1-4300-05.
21
036
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 89 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Booths, Counter Details indicates it to be F3 and S4 respectively.
Please confirm the correct type of floor & skirting finishes.
392. Bid Doc III, Drawings
B1-4300-05, 23, 45
Floor and skirting finish of Security Office 1 (156) differ as follows,
Drawing B1-4300-05 Internal Finish Schedule 2-3: F4 and S1
Drawing B1-4300-23 Detailed Section 3: F2 and S1
Drawing B1-4300-45 Internal Elevation 5: F3 and S2
Please confirm the correct type of floor and skirting finishes.
Floor is F4 and Skirting is S2 as shown in Drawing B1-4300-45. 21
037
393. Bid Doc III, Drawings
B1-4300-05, 28
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the floor
finish of Security Check (158) as F14. Whereas; Drawing B1-4300-28
Detailed Section 11 & 12 indicates it to be F1.
Please confirm the correct type of floor finishes.
Correct Floor Finish is F14.
Skirting is S1.
Please follow Drawing B1-4300-05 for Floor Finish of Room 158.
Skirting for Room 158 is S1.
21
038
394. Bid Doc III, Drawings
B1-4300-05, 50
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the skirting
finish of the Staff and Goods (151) as S1. Whereas; Drawing
B1-4300-50 Internal Elevation 10 indicates it to be S2.
Please confirm the correct type of skirting finishes.
Please follow Drawing B1-4300-05 for Skirting of Room 151. 21
039
395. Bid Doc III, Drawings
B1-4300-06, 52
Drawing No. B1-4300-06 Internal Finish Schedule 3-3 indicates the
floor finish of the Office (174) as F4. Whereas; Drawing B1-4300-52
Internal Elevation 12 indicates it to be F3.
Please confirm the correct type of floor finishes.
Please follow Interior Finishing Schedule in Drawing B1-4300-04
to 06.
21
040
396. Bid Doc III, Drawings
B1-4300-06, 52, 59
Floor finish of Pantry (175) differ as follows,
Drawing B1-4300-06 Internal Finish Schedule 3-3: F4.
Drawing B1-4300-52 Internal Elevation 12: F3.
Drawing B1-4300-59 Detailed Plan, Elevation of Pantry 1&2 Counter
Details: F3. Please confirm the correct type of floor finishes.
Please follow Interior Finishing Schedule in Drawing B1-4300-04
to 06.
Floor finish is F4 as shown in the Interior Finishing Schedule in
Drawing B1-4300-05 and 06.
21
041
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 90 of 178
NO BID DOCUMENT QUESTION ANSWER Code
397. Bid Doc III, Drawings
B1-4300-06
B1-4300-27
Drawing B1-4300-06 Internal Finish Schedule 3-3 indicates the floor
finish of Airline Off 1 (185) as F4. Whereas; Drawing B1-4300-27
Detailed Section 10 indicates it to be F14.
Please confirm the correct type of floor finishes.
Please follow Drawing B1-4300-06. Interior Finishing Schedule for
Floor Finish of 185 (Airline office). Floor Finish is F4.
21
042
398. Bid Doc III, Drawings
B1-4300-06, 19
Drawing B1-4300-06 Internal Finish Schedule 3-3 indicates the floor
finish of the Concession (180) as F14. Whereas; Drawing
B1-4300-19 Detailed Cross Section 1-2 indicates it to be F15.
Please confirm the correct type of floor finishes.
Please follow Drawing B1-4300-06, Interior Finishing Schedule for
Floor Finish of 180 (Concession). Floor Finish is F14.
21
043
399. B Bid Doc III, Drawings
B1-4300-05, 45
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the skirting
finish of the CQ Custom Quarantine Office (157) as S1. Whereas;
Drawing B1-4300-45 Internal Elevation 5 indicates it to be S2.
Please confirm the correct type of skirting finishes.
Please follow Drawing B1-4300-45, Interior Finishing Schedule for
Floor Finish of 157 (CQ). Skirting is S2.
21
044
400. Bid Doc III, Drawings
B1-4300-05, 52
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the skirting
finish of the Security Check (158) as S3. Whereas; Drawing
B1-4300-52 Internal Elevation 12 indicates it to be S1.
Please confirm the correct type skirting finishes.
Please follow Drawing B1-4300-52, Interior Finishing Schedule for
Floor Finish of 158 (Security Check). Skirting is S1.
21
045
401. Bid Doc III, Drawings
B1-4300-54, 55, 56
C13 is not used in the Summary of Finishing however it is used in
Drawing B1-4300-54 to 56 Reflected Ceiling Plan Lower Level.
Please advise the type of ceiling finishes C13.
Please refer to Interior Finishing Schedule and Drawing
B1-4300-54.
Legend of Clg. Materials.
21
046
402. Bid Doc III, Drawings
B1-4300-04, 05, 06
The drawing indicates that there are wiring trenches at Passport
Control, International Gate Lounge, BHS In-Line Screening and
Domestic Gate Lounge, but we are unable to locate this item in the
floor plan.
Please provide the drawings indicate the location of these wiring
Wiring trench with demountable cover is only provided below the
entire length (and in straight line of work station) of check-in
counters, which is detailed in B1-4300-09. Those for the other
areas stated in the schedule in the same Drawings are embedded
conduits for power and telecom supply connecting from cable tray
21
047
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 91 of 178
NO BID DOCUMENT QUESTION ANSWER Code
trenches. on the ceiling (see Drawing B1-6100-03).
403. Bid Doc IV, BOQ
B1-4380 Item No. 13
(Page 13)
BOQ indicates that there is Building Marker “1,650mm high x
1,800mm wide x 300mm (400) deep, surface mounted with black
marble and brass plaque fixed to concrete wall (18/MD)”, but we are
unable to locate this item in the drawings.
Please provide the drawings for this Building Marker.
Building Marker‟s Location shall be decided at a later date. 21
048
404. Bid Doc III, Drawings
B1-4300-75, 76, 77
In the quantity of the following Visual Signs, the Sign Layout and the
Sign Schedule differs. Please advise the correct range of quantity to be
followed.
SIGN LAYOUT SIGN SCHEDULE
Visual Signs
1-01b 2 1
1-01c 2 1
1-02b 1 2
1-04 1 2
1-04a 1 2
1-13 3 2
1-15 2 1
1-17 82 81
1-27 12 8
1-29 5 4
Visual signage quantities as indicated on the Signage Layout Plan
shall govern.
In the BOQ B1-4390, the quantities shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
3 1-01b Single face…. No 1 2
4 1-01c Single face…. No 1 2
6 1-02b Single face…. No 2 1
21
049
405. Bid Doc III, Drawings
B1-4300-15, 65
Drawing B1-4300-15 Aluminum Window at 1F Lobby (Grid 6-8F-G),
14/A W is indicated. Whereas; Drawing B1-4300-65 indicates
11/AW.
Please confirm the correct type of Aluminum window in this location.
Follow Drawing B1-4300-15 for Lobby Window along grids 6-8 /
F-G. Window type is 14/AW.
21
050
406. Bid Doc III, Drawings
B1-4300-69
Please provide the details and specification for Single Swing Door at
Grid 7/C.
Please refer to Drawings B1-4300-50 and 67 for the dimensions
and other peripherals.
21
051
407. Bid Doc III, Drawings We are unable to locate 12/SD in the other tender drawings. Please 12/SD is the security door between the conveyor and maintenance 21
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 92 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B1-4300-66 provide the location of this item. walkway. Specifically at Grid 18 and between grids D and D. 052
408. Bid Doc III, Drawings
B1-4300-67, 68
Drawing B1-4300-67 refers the size of 4/AS is W8360xH3450.
Whereas; Drawing B1-4300-68 indicates W8360xH2700.
Please confirm the correct size of this item.
Follow Drawing B1-4300-68 for dimension of 4/AS. 21
053
409. Bid Doc III, Drawings
B1-4300-70
Bid Doc IV, BOQ
B1-4340
Item No. 47 & 48
(Page 7)
Item No. 65 & 66
(Page 8)
The size of the following fittings is different between the BOQ and
Drawings. Please confirm the correct size of these items.
BOQ Drawings
2/LV 3450(2252) X 8750 mm 3450 (2329) x 8750 mm
3/LV 3450(2252) X 8750 mm 3450 (2329) x 8750 mm
2/MS 3450(2252) X 8750 mm 3450 (2329) x 8750 mm
3/MS 3450(2252) X 8750 mm 3450 (2329) x 8750 mm
Please follow the Drawings.
In the BOQ B1-4340, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
47 2/LV 3450 (2329) x 8750mm No 16 16
48 3/LV 3450 (2329) x 8750mm No 16 16
65 2/MS 3450 (2329) x 8750mm No 7 7
66 3/MS 3450 (2329) x 8750mm No 7 7
new
68-1
6/MS 1150 x 8750mm
Refer to above Q/A No. 323. No 0 7
21
054
410. Bid Doc III, Drawings
B3-4300-30, 31
May we assume that the appropriate finish for the soffit of Stair 3 and 4
to be fair faced concrete with P-4 (W-4)?
Fairfaced Concrete with P-4. 21
055
411. Bid Doc III, Drawings
B3-4300-04 to 05;
B3-4300-14 to 15;
B3-4300-33 to 39 and
B3-4300-46
The Ceiling Height of the following rooms differs on each drawing.
Please confirm which is correct.
Room Name Int. Fin Sched Section Int. Elev. R.C.P
Entrance Lobby (1-02) 2700 6500 2400 6750
Lobby (1-16) 2700 2400 2400 2700
Hallway-2 (1-17) 2400 - - 2700
Hallway-3 (1-23) 2400 2400 2400/2700 2700
Financial Section (1-24) 2700 - 2700 2400
Please follow Section in Drawing B3-4300-14.
Please follow Section in Drawing B3-4300-14, i.e. 2400.
Please follow Section in Drawing B3-4300-14, i.e. 2400.
Please follow Section in Drawing B3-4300-14, i.e. 2400.
Please follow Section in Drawing B3-4300-38.
21
056
412. Bid Doc III, Drawings
B3-4300-04, 51
Drawing B3-4300-04 Internal Finishing Schedule indicates the wall
finishes of Entrance Lobby (1-02) as W3 and W7. Whereas; Drawing
Please follow Drawing B3-4300-04 Interior Finishing Schedule for
Wall finish of 1-02 (Entrance Lobby). Wall finish is W3 and W7
21
057
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 93 of 178
NO BID DOCUMENT QUESTION ANSWER Code
No. B3-4300-51 Section Detail-A indicates the wall finishes as W7 and
W9. Please confirm the correct type of wall finishes.
respectively.
413. Bid Doc III, Drawings
B3-4300-04, 36
Drawing B3-4300-04 Internal Finishing Schedule indicates the wall
finish of FSS/FIC (1-14) Room as W3. Whereas; Drawing No.
B3-4300-36 GF Internal Elevations 4-7 indicates it to be W7.
Please confirm the correct type of wall finishes.
Please follow Drawing B3-4300-36 GF Internal Elevations 4-7 for
wall type. Wall finish is W7.
21
058
414. Bid Doc III, Drawings
B3-4300-04, 52
Drawing B3-4300-04 Internal Finishing Schedule indicates the skirting
finish of Hallway 3 (1-23) as S3. Whereas; Drawing B3-4300-52
Section Detail-B & C indicates it to be S2.
Please confirm the correct type of skirting finishes.
Please follow Drawing B3-4300-04 Interior Finishing Schedule for
Skirting finish of Hallway 3. Skirting finish is S3.
21
059
415. Bid Doc III, Drawings
B3-4300-04, 39
Drawing B3-4300-04 Internal Finishing Schedule Security (1-28)
indicates wall finishes as W3 and W7. Whereas; Drawing
B3-4300-39 GF Internal Elevations 7-7 we found no indications of W3.
Please confirm the required of W3 application to this area.
Please follow Drawing B3-4300-39, Internal Elevations 7-7. 21
060
416. Bid Doc III, Drawings
B3-4300-04, 44
Drawing B3-4300-04 Internal Finishing Schedule Airport Dept.
Manager (2-16) and Airport Manager (2-17) indicates the wall finish as
W2. Whereas; Drawing B3-4300-44 Internal Elevations 5-6 indicates
the finish as W4. Please confirm the correct type of wall finishes.
Please follow Drawing B3-4300-04, Interior Finishing Schedule for
wall finish for (2-16) Airport Dept. Manager and (2-17) Airport
Manager (W2). The Wall finish for these areas is W2.
21
061
417. Bid Doc III, Drawings
B3-4300-07
Please advise the type of floor/wall/ceiling finishes for Janitor Room
(Second Floor Plan).
Floor Finish – F4
Wall – W2
Ceiling – C6
21
062
418. Bid Doc III, Drawings
B3-4300-04, 52
Drawing B3-4300-04 Internal Finishing Schedule Hallway-6 (2-18)
indicates the ceiling height as 2400mm. Whereas; Drawing
B3-4300-52 Section Detail-B & C indicates 2700mm.
Please follow Drawing B3-4300-52 Sectional Details B and C for
the ceiling height of Hallway-6.
21
063
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 94 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Please confirm the correct ceiling height.
419. Bid Doc III, Drawings
B3-4300-04
B3-4300-52
Drawing B3-4300-04 Internal Finishing Schedule Hallway-6 (2-18)
indicates the skirting finish as S3:t=25 Timber W/P-2 h=50.
Whereas; Drawing B3-4300-52 Section Detail B & C indicates the
finish as S2:t=25 Granite h=100.
Please confirm the correct type of skirting finishes.
Please follow Drawing B3-4300-04 Interior Finishing Schedule for
Skirting finish of (2-18) Hallway-6. Skirting finish is S3.
21
064
420. Bid Doc III, Drawings
B3-4300-04, 28, 29
Drawing No. B3-4300-05 Internal Finishing Schedule (2) indicates the
Floor finish of Stair 2 as F4. Whereas; Drawing No. B3-4300-28-29
indicates it to be F6. Please confirm the correct type of floor finishes.
Please follow B3-4300-05 Interior Finishing Schedule for the floor
finish of Stair 2.
21
065
421. Bid Doc III, Drawings
B3-4300-05, 24
Drawing B3-4300-05 Internal Finishing Schedule (2) indicates the
Wall Finish of Toilet 8 (Female) (8-3) and Toilet 9 (Male) (8-4) as W1.
Whereas; Drawing B3-4300-24 8th Floor Toilet Detail Plan and Section
indicates it to be W2. Please confirm the correct type of wall finishes.
Please follow B3-4300-24, 8th Floor, Toilet Detail Plan and Section
for the wall finish. Wall finish is W2.
21
066
422. Bid Doc III, Drawings
B3-4300-06
Please provide the specifications and details of the marked items shown
below.
The spaces marked with at both ends of the kitchen area along
Grid 3 is Architectural representation to indicate space reserved for
refrigerator and Electric cooking table at Grid G.
Space marked with along Grid 9 of mechanical room indicates
the oil interceptor.
21
067
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 95 of 178
NO BID DOCUMENT QUESTION ANSWER Code
423. Bid Doc IV, BOQ
B3-4350 Item No. 10
(Page 8)
B3-4360 Item No. 2
(Page 9)
We are unable to locate the following items indicated in the BOQ with
their respective quantities. Please advise the location of these items.
- Stainless steel escape ladder: 150m
- Timber infill between aluminum window and blockwall (3B/MD):
14m
Escape ladder for CTO, please refer to the additional Drawing
B3-4300-09-A as attached.
In the BOQ B3-4350, Items shall be inserted or deleted as follows:
Item
No. Description Unit
Quantity amended
from to
new
9
Ladder rung; 22-mm dia., 1050-mm
long round bar w/ paint welded to
reinforcement, including all
necessary fixation
No 37 152
10 ---Deleted. m 150 0
Also, B3-4360, Item No.2 shall be deleted as follows:
Item
No. Description Unit
Quantity amended
from to
2 Timber infill…. ---Deleted. m 14 0
21
068
424. Bid Doc III, Drawings
B3-4300-08, 49
Regarding the fitting SD12 (3rd Flr. Grid 5-6/C), since the door appear
to be type figure D1 (not type figure D9 as specified in schedule).
Please advise the correct door type.
The correct door type is SD/13. 21
069
425. Bid Doc III, Drawings
B3-4300-06, 14, 49
Drawing B3-4300-06 Ground Floor Plan in Hallway 3 (1-23) (grid
F-G/8-9) indicates the fitting as AD7. Whereas; Drawing B3-4300-14
Longitudinal Section indicates the fitting as AD1.
Please confirm the correct door type.
Correct Door Type is AD7 (No. 7/AD In Door Schedule).
Please follow Drawing B3-4300-06 Ground Floor Plan, Hallway 3
(1-23) at grids F-G / 8-9) for the door type.
21
070
426. Bid Doc III, Drawings
B3-4300-07, 14, 49
Drawing B3-4300-07 Second Floor Plan in Hallway 6 (2-18) (grid
F-G/8-9) indicates the fitting as AD8. Whereas; Drawing B3-4300-14
Longitudinal Section indicates the fitting as AD5.
Please confirm the correct door type.
Correct Door Type is AD8 (No. 8/AD In Door Schedule).
Please follow Drawing B3-4300-07 Second Floor Hallway 6 which
indicates door type as AD8.
21
071
427. Bid Doc III, Drawings
B3-4300-06, 14
Drawing B3-4300-06 Ground Floor Plan in Clinic (First Aid) (1-27)
(grid F-G/6-7) indicates the fitting as WD2. Whereas; Drawing
B3-4300-14 Longitudinal Section indicates the fitting as AD2.
Please Follow Drawing B3-4300-06 Floor Plan, Clinic (First Aid)
which indicates door type as WD2.
21
072
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 96 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Please confirm the correct door type.
428. Bid Doc III, Drawings
B3-4300-06, 34
Drawing B3-4300-06 Ground Floor Plan in Dining (1-08) (grid
F-G/2-3) indicates the fitting as WD4. Whereas; Drawing
B3-4300-34 GF Internal Elevations 2-7 Elev.B indicates the fitting as
WD7. Please confirm the correct door type.
Please follow Drawing B3-4300-06 Ground Floor Plan (Dining),
which indicates door type as WD4 (No. 7/WD in Door Schedule).
21
073
429. Bid Doc III, Drawings
B3-4300-07, 43
Drawing B3-4300-07 Second Floor Plan in Lobby (2-13) (grid
F-G/4-5) indicates the fitting as SD4. Whereas; Drawing B3-4300-43
2F Internal Elevations 4-6 Elev. D indicates the fitting as AD1.
Please confirm the correct door type.
Please follow door callout for 2F Internal Elevations 4-6 as
indicated in Drawing B3-4300-43.
Correct Door Type is AD1 (No. 1/AD in Door Schedule).
21
074
430. Bid Doc III, Drawings
B3-4300-07, 44
Drawing B3-4300-07 Second Floor Plan in Meeting Room
(Conference) (2-15) (grid E-F/6-7) indicates the fitting as WD9.
Whereas; Drawing B3-4300-44 2F Internal Elevations 5-6 Elev. C
indicates the fitting as WD6. Please confirm the correct door type.
Please follow Drawing B3-4300-07.
Correct Door Type is WD9 (No. 9/WD in Door Schedule).
21
075
431. Bid Doc III, Drawings
B3-4300-10
Refer to the fitting in Landside Elevation, a callout mark of SSW2
(1pc.) (2nd
Flr. Grid 8-9) is indicated, would it be appropriate to assume
this fitting is not required.
Correct, it‟s not required in the area. 21
076
432. Bid Doc III, Drawings
B3-4300-49
Refer to the fitting SD7, although louver dimension is present, type
figure D1 is indicated, would it be appropriate to assume that this fitting
does have a louver (type figure D3)?
Door Mark SD7, with figure type D1 shall be provided with fixed
louver. 200 x 400.
21
077
433. Bid Doc III, Drawings
B3-4300-08, 05
The thickness of protection concrete is 3FL Roof Deck have
discrepancies in the following drawings:
B3-4300-08 Third Floor and Roof Deck Plan:100mm thick
B3-4300-05 (3/RD) Parapet III: 50mm thick
Please advise the correct thickness.
100 mm THK concrete cover protection is located at highest point
along Grid F and sloped to drain at both sides to roof drains located
at alongside parapets. The minimum thickness at this locations is 50
mm THK.
21
078
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 97 of 178
NO BID DOCUMENT QUESTION ANSWER Code
434. Bid Doc III, Drawings
B4-4300-19
B4-4200-03
The dimension of RC Trellis in Drawing B4-4300-19 is 140x600
Whereas; In Drawing B4-4200-03 is 100x560.
Please confirm the correct dimension.
RC Trellis dimension of 140 x 600 as shown in Drawing
B4-4300-19 is the architectural dimension inclusive of 20 mm
thickness of plaster, while RC Trellis dimension of 100 x 560
shown in Drawing B4-4200-03 is the structural dimension.
21
079
435. Bid Doc III, Drawings
B4-4300-03, 10, 17
The Ceiling Height of the following rooms differs on each drawing.
Please confirm the correct ceiling height.
Room Name Int. Fin. Sched. Int. Elev. Ceiling Plan
Electrical Room 2700 3645 -
Kitchen 2700 2400 2700
Toilet&Shower 2700 2700 2700/2400
Storage 2700 3645 -
Electrical Room – Please refer to Drawing B4-4300-17
Kitchen – Please refer to Drawing B4-4300-11
Toilet & Shower – Please refer to Drawing B4-4300-10
Storage – Please refer to Drawing B4-4300-17
21
080
436. Bid Doc III, Drawings
B4-4300-03, 12
Drawing B4-4300-03 Internal Finishing Schedule indicates the floor
finish of Nap Room as (Private) F4 and the skirting finish as S3.
Whereas; Drawing B4-4300-12 Internal Elevations 1-5 indicates it to
be F6 and S4. Please confirm the correct type of floor and skirting
finishes.
Please follow Internal Finishing Schedule Drawing B4-4300-03 for
Skirting finish S-3.
21
081
437. Bid Doc III, Drawings
B4-4300-03, 14
Drawing B4-4300-03 Internal Finishing Schedule indicates the floor
finish of Locker Room as (Public) F3.
Whereas; Drawing B4-4300-14 Internal Elevations 3-5 indicates it to
be (Private) F4. Please confirm the correct type of floor finishes.
Please follow Internal Finish Schedule shown in Drawing
B4-4300-03 for the Floor Finish.
21
082
438. Bid Doc III, Drawings
B4-4300-03, 15
Drawing B4-4300-03 Internal Finishing Schedule Dining, there was no
indication of skirting finish.
Whereas; Drawing B4-4300-15 Internal Elevation 4-5 indicates it to be
S3. Please confirm the skirting finish S3 is required.
The skirting for Internal Elevation 4-5 shall S3 as indicated in
Drawing B4-4300-03.
21
083
439. Bid Doc IV, BOQ
B4-4380 Item No. 3
BOQ indicates that there is a shower curtain, but it is nowhere to be
found in the tender drawings. Please provide proper location for the
This particular pay item shall be deleted. In the BOQ B4-4380,
Item No.3 shall be deleted as follows:
21
084
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 98 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Page 7) said item (if there‟s any). Item
No. Description Unit
Quantity amended
from to
3 Shower curtain----Deleted. m2 3 0
440. Bid Doc III, Drawings
B4-4300-04, 08
Drawing B4-4300-04 Floor Plan in Toilet 1 (grid A/7-8) indicates the
fitting as AW5. Whereas; Drawing B4-4300-08 Toilet 1 Detail Plan
indicates the fitting as AW3. Please confirm the correct window type.
Please follow Drawing B4-4300-04 Floor Plan (Toilet 1). The
Window type is AW3.
21
085
441. Bid Doc III, Drawings
B4-4300-04, 13
Drawing B4-4300-04 Floor Plan in Storage 18 (grid A-B/2-3) indicates
the fitting as SD3. Whereas; Drawing B4-4300-13 Internal Elevations
2-5 Elev. B indicates the fitting as SD2.
Please confirm the correct door type.
Please follow SD3 for the storage door as shown in Drawing
B4-4300-04.
21
086
442. Bid Doc III, Drawings
B4-4300-04, 14
Drawing B4-4300-04 Floor Plan in Locker 16 (grid B-C/2-3) indicates
the fitting as WD2. Whereas; Drawing B4-4300-14 Internal Elevations
3-5 Elev. D indicates the fitting as WD3.
Please confirm the correct door type.
Please follow WD2 for locker door as shown in Drawing
B4-4300-04.
21
087
443. Bid Doc III, Drawings
B4-4300-04, 14
Drawing B4-4300-04 Floor Plan in Locker 16 (grid B-C/2-3) indicates
the fitting as WD5. Whereas; Drawing B4-4300-14 Internal Elevation
3-5 Elev. C indicates the fitting as WD7.
Please confirm the correct door type.
Please follow Drawing B4-4300-04.
Door type for Locker 16 is WD5.
21
088
444. Bid Doc III, Drawings
B4-4300-18
Regarding the WD7 indicated in Drawing B4-4300-18 Schedule of
Door and Windows we were unable to locate this item in the Floor Plan
(though it was quantified) in the BOQ as 1 pc.) Would it be appropriate
to assume that this item is not necessary for this building?
In the BOQ B4-4340, Items shall be amended or deleted as follows:
Item
No. Description Unit
Quantity amended
from to
5 5/WD 900mm x 2100mm/ louver No 1 2
7 7/WD ----Deleted No 1 0
21
089
445. Bid Doc III, Drawings
B51-4200-01
In Beam/Girder Schedule there is no given details of ties or stirrups to
be used. Please provide the same.
Ties shall be 10 mm ᴓ 1 at 50, 8 at 150 rest at 200 O.C. 21
090
446. Bid Doc III, Drawings There is RB-2 and Parapet indicated at Roof Framing Plan and Section Please follow the details indicated on Drawing B51-4200-01. An 21
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 99 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B51-4200-01 Detail 1A respectively of Structural Plan in Bid Drawing B51-4200-01.
However, section detail of RB-2 compensated the part of parapet.
May we assume the RB-2 of Roof Framing Plan will govern as well as
the section detail and there is no parapet on top of RB-2?
upstand of 500 mm and drop wall of 600 reckoned from top of
Roof Deck is provided as the parapet wall (total 1.100 mm).
091
447. Bid Doc III, Drawings
B52-4200-01
There is RB-1 and Parapet indicated at Roof Framing Plan and Section
Detail 1A respectively of Structural Plan in Bid Drawing B52-4200-01.
However, section detail of RB-1 compensated the part of parapet.
May we assume the RB-1 of Roof Framing Plan will govern as well as
the section detail and there is no parapet on top of RB-1?
Please refer to the above Q/A 446. 21
092
448. Bid Doc III, Drawings
B53-4200-01, 02
In Architectural Plans, Elevations & Section Layout, there is a slab
indicated but reinforcement details are not indicated.
Please provide the slab reinforcement detail for Ancillary Building B53
Guard House (GDH).
Reinforcement for suspended slab/roof beams etc. are indicated in
Drawings B53-4200-01/02, Ancillary Bldgs. Guard House.
21
093
449. Bid Doc III, Drawings
B0-4300-11 (7B/MD)
B62-4300-08 (4)
Drawing B0-4300-11 (7B/MD) indicates that there is a Toilet Coping
(t=20 polished finished granite stone) at Power House (PWH) Toilet 2
urinals whereas Sheet B62-4300-08 (4) has none.
Please confirm which drawing is adopted? Also, kindly specify the
item (size 1570x100 mm) shown above the urinal.
Please follow 7 MD as indicated in Drawing B0-4300-11.
Item dimension is 1570 mm (L) x 150 mm (D).
21
094
450. Bid Doc IV, BOQ
B61-4340 Item No. 4
Bid Doc III, Drawings
B61-4300-09
Regarding dimension of AL3, W1800 x H800 mm is indicated in the
Schedule of Doors and Windows. However, it differs in BOQ (W2100
x H800 mm). Please confirm the correct size of AL3.
Please follow AL/3 Dimension as indicated in Drawing
B61-4300-09.
21
095
451. Bid Doc III, Drawings
B62-4300-06
Regarding in Section B-B, AL1 (3 pcs) are indicated. Would it be
appropriate to consider these fittings to be AW3?
Windows located at Transformer Room, Section B-B shall be AW3
(3 pcs). Sliding Window with cover.
21
096
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 100 of 178
NO BID DOCUMENT QUESTION ANSWER Code
452. Bid Doc III, Drawings
B62-4300-13
Regarding SD4, louver (W700 x H1800 mm) is indicated in the
Schedule of Doors and Windows. However, in figure D4 louver is not
applicable. Would it be appropriate to assume that louver is necessary?
Please follow Drawing B62-4300-04.
SD4 shall be double leaf swing out door. Louver is not provided for
this external door.
21
097
453. Bid Doc III, Drawings
B63-4300-04
Regarding material and finish of WD1-WD3, ST (Steel) and P3
(Synthetic Resin Mixed Paint Type-B) are indicated in Schedule of
Doors and Windows. Would it be appropriate to assume items to be
WD (Wood) and P2 (Synthetic Resin Mixed Paint Type-A)?
Yes, Paint P2; for Wood
P3; for Steel
21
098
454. Bid Doc III, Drawings
B63-4300-04
Regarding dimension of AW3, W780 x H700 mm is indicated in
Schedule of Doors and Windows. However, it differs in figure-W3
W830 x H700 mm. Would it be appropriate to consider the dimension
indicated in the Schedule of Doors and Windows?
Please follow Schedule of Door s and Windows. 21
099
455. Bid Doc III, Drawings
B63-4300-04
Regarding SD2, louver (W150 x H825 mm) is indicated in the
Schedule of Doors and Windows. However, in figure-D2 louver is not
applicable. Would it be appropriate to assume that louver is necessary?
Please follow the Schedule of Doors and Windows. 21
100
456. Bid Doc IV, BOQ
B63-4340
Item No. 6 & 7
(Page 32)
Regarding Aluminum Windows with Insect Screens, AW2 and AW3
are indicated in BOQ. However, these fittings cannot be located in the
drawings. Please kindly provide specifications, details and exact
locations.
Please refer to Plan and Elevation in Drawings B63-4300-03 and
04.
21
101
457. Bid Doc III, Drawings
G1-1000-03
There are locations of Soil Investigation for Cavity Detection. Can we
assume no need for Other area and Other Buildings? Please clarify.
No need for other area and other Buildings 21
102
458. Bid Doc III, Drawings
B1-4200-23
In the drawings, Stringer size is indicated “C-12x20.7 stringer”.
Please clarify its size in Metric unit.
Please refer to Steel Handbook for the conversion to metric. 21
103
459. Bid Doc IV, BOQ
B1-5200 Item No. 67
What is meaning of “Aluminum Cladding for FCU Aluminum sheet
(Ga#28) 80m2”? We can‟t understand how to use and what purpose of
Indoor-unit FCU at gate lounge and Concession (room no.177)
shall be concealed by cladding with aluminum sheet (Gage28).
21
104
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 101 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Page 23) it. Please issue the explanation drawing or sketches of it.
460. Bid Doc IV, BOQ
B4-5200-01
Quantity and capacity of Exhaust Fans form BOQ is different
from the quantity and capacity in the Drawing B4-5200-01.
Please confirm what quantity and capacity of Exhaust Fans are
we going to follow. In the drawing or in the BOQ?
Please refer to the above Q/A No. 228. 21
105
461. Bid Doc IV, BOQ
B4-5200
EF-11-GF is stated in the Drawing B4-5200-01 but cannot be found in
the BOQ Section B4-5200: Ventilation and Air Condition.
Please refer to the above Q/A No. 228. 21
106
462. Bid Doc II, Spec
Section 5200 (Page 76)
Which Mitsubishi Brand do you prefer? “Mitsubishi Electric” or
“Mitsubishi Heavy Industries”?
Please refer to the above Q/A No. 335. 21
107
463. Bid Doc II, Spec
Section 5200
Clause 7.5 (Page 64)
In BOQ and in Plan states that BD is Backdraft Damper but in
Specification there is no Backdraft Damper. Only Non-Return Damper
/ Check Damper (CD). Are these two items (BD & CD) the same?
Please refer to the above Q/A No. 336. 21
108
464. Bid Doc II, Spec
Section 5000 Clause 4.3
(Page 53)
Kindly confirm what type of refrigerant (i.e. R-22, R410a, etc…) will
be used for Room Air Conditioner (Split Package Air Conditioning
Units)?
Please refer to Drawing B3~B7-5200-1, i.e. the type is R410A. 21
109
465. Bid Doc II, Spec
Section 1145 Clause 2.2
(2) (Page 49)
Factory tests shall be conducted on “specific items”. Exactly which
items shall be covered? (only core equipment at main location, up to all
equipment such as cameras and telephones, etc..)
Please refer to the respective Specifications, i.e. factory tests are
generally required for core equipment at main location, excluding
such camera and telephone.
21
110
466. Bid Doc II, Spec
Section 1150 (Page 50)
Please confirm whether the training language can be in English (for
both the course, as well as documents)
English. 21
111
467. Bid Doc II, Spec
Section 6300 Clause 4.4
Kindly provide how many ISDN trunks will be installed? 30 Trunks. 21
113
468. . Bid Doc II, Spec
Section 6500 Clause 3.1
What kind of interface we need provide to Flight Information Display
System? (How many?), Serial or IP?
In the Specification Section 6500, please delete Items 1.4 (r)
Interface panel (page 58) and 4.2 (h) Cassette player (page 63), and
21
114
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 102 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Page 59) also delete the word “automatic” in Items 3.1 (page 59) and 4.1 (15)
(page 61). Public Address System is serial.
469. Bid Doc II, Spec
Section 6500 Clause 3.2
(Page 59)
Approximately how many total zones do we need provide?
At least it would be appreciated if we are informed of the overall plans,
such as, are there going to be 1 zone per 1 gate, 1 zone at the
immigration area, etc.
Please refer to Drawing B0-6700-01 for Zoning 21
115
470. Bid Doc II, Spec
Section 6700 Clause 4.1
(2)-(i),(ii),(iii)
70 degree C and 100% relative humidity is very strict. Also, 100%
relative humidity under shade or inside buildings, is very uncommon.
Please kindly confirm whether any relaxation can be considered.
Please follow 70 degree C, but change the relative humidity from
100% to 90%.
21
116
471. Bid Doc II, Spec
Section 6700
(Page 70 – 76)
The title mentions IP CCTV SYSTEM, but we believe some of the
specific requirements are more based on traditional analog solution. As
examples, Section 1.3 b specifies Mixers / video switching matrix.
Section 4.1 (3) specifies analogue Video Camera. Section 4.2 (4)
specifies analogue video matrix system.
Please kindly clarify.
Some descriptions of old version, e.g. for analog-type CCTV
system, admitted to remain in the Specification, which is obsolete
and not available in the market. Notwithstanding, the intended
system is IP-CCTV System with digital camera, therefore, Bidder is
advised that all equipment on this system shall be compatible with
IP-based system commonly available in the market.
In this connection, please refer to the revised Drawing B0-6700-01
as attached. In BOQ B1-6700, description of shall be amended as
follows:
Item
No. Description Unit
Quantity
amended
from to
10 Fiber optic cable (To Other Buildings) m 460 460
12 CAT. 5e UTP Cable (interconnection) m 700 700
Also, description of B3-6700 shall be amended as follows:
Item
No. Description Unit
Quantity
amended
from to
4 CAT. 5e UTP Cable (interconnection) m 130 130
21
117
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 103 of 178
NO BID DOCUMENT QUESTION ANSWER Code
472. Bid Doc II, Spec
Section 6700 Clause 4.2
(6d) (Page 75)
DAT tape and Time Lapse Video cassette are not commonly used in
recent CCTV deployment. Please clarify if alternative storage media
are acceptable.
The Bidder can propose. 21
118
473. Bid Doc II, Spec
Section 6700 Clause 5.2
Kindly elaborate on the functional interface requirement with ACMS Please refer to Specification Section 6700 Clause 4.1 (6) (page 72). 21
119
474. Bid Doc II, Spec
Section 6300 Clause 1.0
What the specifications and locations of switches, hubs, etc. for Data
System (LAN System) shall be specified?
Section 6300 is already the LAN System. Located at command
control center of PTB.
21
120
475. Bid Doc II, Spec
Section 6300 Clause 4.2 (3)
(Page 51)
Standard Digital Multi Function Extension (Telephone) shall be cabled
telephone standard cable (pair cable). Can we propose standard
telephone cable instead of CAT. 5e UTP cable?
Yes, the Bidder can propose. 21
121
476. Bid Doc IV, BOQ
B1-6300 Item No.29
25mm dia.
Conduit of 25mm dia. IMC is smaller than 48P CAT.5e Cable. Please
specify correct type of conduits.
In the BOQ B1-6300 Item No.29, please amend the Description
(size of conduit) from [25 mm dia. IMC] to [80 mm dia. IMC].
21
122
477. Bid Doc II, Spec
Section 6400 Clause 1.0
(Page 55)
Size and number of TV sets were not specified and cannot find in
Component (BOQ) for Cable TV System also. Please provide us
details.
Not Included. 21
123
478. Bid Doc III, Drawings
B0-6500-01
Drawing is shown each type and model of equipment for Public
Address System by fixed manufacturer. Is it possible to propose
another manufacturer‟s system by equivalent base?
Bidder can propose. 21
124
479. Bid Doc II, Spec
Section 6700 Clause 1.0
(Page 70)
The specification of cameras are required by IP Type but cable of
camera mentioned RG59 coaxial cable for Analog type of camera in
Subcomponent-4-1 : (B1) Passenger Terminal Building Section 6000
Series (Section B1-6700) : Electrical Works. Please specify correct type
of camera and/or cable.
Please refer to the above Q/A No. 471. 21
125
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 104 of 178
NO BID DOCUMENT QUESTION ANSWER Code
480. Bid Doc II, Spec
Section 6700
Bid Doc III Drawings
B0-6700-01
IP CCTV System Schematic Diagram is shown 2 sets outdoor type of
camera in lightning pole in car park. However, Component (BOQ) of
PTZ outdoor type mentioned 8 sets in Subcomponent-4-1 : (B1)
Passenger Terminal Building Section 6000 Series : Electrical Works.
Please specify locations of 8 sets of outdoor camera type included
camera poles. And who will provide lightning pole?
1. For location of 8 outdoor type cameras, please carefully read the
Drawing B1-6700-01.
2. The Drawing B0-6700-01 says the 2 outdoor type camera shall
be installed in not lightning pole, but lighting pole location of
which is shown in Drawing U2-3290-01, i.e. the double-arm
road lighting pole beside EH20 and EH19.
3. Lightning protection is provided at different lighting poles at car
park as shown in Drawing B0-6900-03.
21
126
481. Bid Doc II, Spec
Bid Doc III, Drawings
Bid Doc IV, BOQ
In case of different number of quantity between technical
specifications, drawings and BOQ, which shall be preceded to
quotation.
For Quotation, please follow the quantities BOQ as amended or
updated through Bid Bulletins.
21
127
482. Bid Doc II, Spec
Section 6400
Section 6500
Section 6700
UPS (Uninterruptible Power Supply) is not written in the technical
specification for these three systems.
Therefore, is UPS unnecessary?
The UPS of these systems is the 30 KVA on PTB BOQ Page 30,
Item No. 1 and the specification is the same as the 100 KVA on
Page 96 of Section 3210. (except for the capacity)
21
128
483. Bid Doc II, Spec
Section 6600
UPS Power Supply
UPS (Uninterruptible Power Supply) is required in 1.0 SCOPE OF
WORKS item (g).
However in the Drawing N3-8300-05, 20KVA UPS is drawn. So the
20KVA UPS can also supply power to Master Clock.
Do we not need to provide specific UPS for Master Clock?
Master clock is covered by the 30 KVA UPS on BOQ B1-6100
Item no. 1 (PTB Page 30).
21
129
484. Bid Doc II, Spec
Section 1130
ECC: Environmental
Compliance Certificate
Could you disclose the ECC (Environmental Compliance Certificate)
which we believe has already been issue to the Project by DENR. This
is important as it will be closely related to the Contractor‟s Temporary
Plan, evaluation of allocation plan, or the actual Implementation Plan of
Please refer to the above Q/A No. 288.
Amendment of ECC will not be required after commencement of
construction.
21
130
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 105 of 178
NO BID DOCUMENT QUESTION ANSWER Code
the Works. Also, we would like to confirm that in case any amendment
to the ECC is necessary, DOTC will handle the issue in a timely
manner in accordance with the Schedule of the Work.
485. Bid Doc I, Section VII
GC 2.2
“Permits, Licenses,
Approvals”
We expect many materials will require import permit from National
Telecommunications Commission (NTC) and since the import permit
will be in the name of DOTC, application for such permit thru
Philippine National Single Window shall be done by DOTC.
DOTC will extend utmost possible assistance for importation. 22
001
486. Bid Doc I, Section VII
GC 2.2
“Permits,
Since NTC is an agency under DOTC, would it be possible for DOTC
to get one import permit that will cover all materials requiring NTC
permit? This will help us to clear the goods at Customs faster.
Ditto. 22
002
487. Bid Doc III, Drawings
C2-2200-01
Regarding the Section of Pavement. Some parts, such as Apron and
Taxiway Main, are designed to have Grooving. But there are no
descriptions about Grooving in the Specification. And normally,
Grooving should be applied for Runway. What is the purpose to have
Grooving for the Apron and Taxiway?
The Drawing C2-2200-01 does not indicate any grooving
requirements. Grooving is not provided in the airfield pavement
not only for this airport but also for all the airports in the
Philippines, due to difficulty in the maintenance.
22
003
488. Bid Doc III, Drawings
C2-2200-01, 02
Regarding the Type of Asphalt Concrete, two types of mixtures are
designed for surface course and binder course, such as Type 1 and
Type 2. But these are not specified in the Specification.
Please refer to the above Q/A No. 316. 22
004
489. Bid Doc II, Spec
Section C1-3290
Access Road Lighting
Power Accessories
We would like you to provide us with a detailed specification for the
following items:
Pole Accessories includes; 15kV ACSR Cable, Load Break Switch,
Power Fuse, Lightning Arrester, Connections, Pole Line Hardware.
The specification will be based on the 15kV pole-mounted type
distribution-transformer pole accessories.
22
005
490. Bid Doc IV, BOQ
C1-3290
We would like you to provide us with a detailed quantity and complete
specification.
Please refer to BOQ Section C1-3290 (Page 8). 22
006
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 106 of 178
NO BID DOCUMENT QUESTION ANSWER Code
491. Bid Doc II, Spec
Bid Doc IV, BOQ
U3-3350 Item No.29
PM-901
We would like you to provide us with a detailed BOQ. In the BOQ U3-3350, Item no. 29 for [Piping Material] shall be
replaced as follows:
Item
No. Description Unit Qty
29 40mm Ø Steel Pipe (Straight) m 1
30 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 1
31 50mm Ø Steel Pipe (Straight) m 45
32 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 63
33 65mm Ø Steel Pipe (Straight) m 55
34 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 80
35 80mm Ø Steel Pipe (Straight) m 16
36 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 23
37 100mm Ø VP Pipe (Straight) m 3
38 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 4
39 250mm Ø VP Pipe (Straight) m 2
40 Ditto Bend pipe, Flange, Pipe tee, Pipe support & U bolt m 3
41 40mm Ø Gate Valve No 3
42 50mm Ø Gate Valve No 1
43 65mm Ø Gate Valve No 17
44 65mm Ø Check Valve No 8
45 Accessories (bolts, nuts & gaskets) Sum 1
22
007
492. Bid Doc IV, BOQ
U3-3350 Item No.29
PM-901
We would like you to provide us with a detailed BOQ for piping
materials (Item No. 29), since it is specified on the table as “1 No.” We
understand that the contract is BQ re-measure contract.
Ditto. 22
008
493. Bid Doc IV, BOQ
U3-3370 Item No.12
We would like you to provide us with a detailed BOQ for Electrical
materials (item no. 12), since it is specified on the table as “1 set”. We
understand that the contract is BQ re-measure contract.
In the BOQ U3-3370, Item no. 12 for [Electrical Material] shall be
replaced as follows:
Item
No. Description Unit Qty
12 600V CV 100mm2-3c m 11
13 600V CV 5.5mm2-3c m 33
14 600V CV 3.5mm2-3c m 70
15 600V CV 2mm2-3c m 801
16 600V CV 2mm2-2c m 629
17 CVV 1.25mm2-20c m 380
22
009
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 107 of 178
NO BID DOCUMENT QUESTION ANSWER Code
18 CVV 1.25mm2-4c m 223
19 CVV-S 1.25mm2-2c m 249
20 IV 22mm2 m 91
21 IV 8mm2 m 80
22 IV 3.5mm2 m 212
23 HIVE 36mm m 2
24 HIVE 22mm m 15
25 GP 36mm m 48
26 GP 28mm m 16
27 GP 22mm m 98
28 Earthing conductor lot 4
494. Bid Doc IV, BOQ
B1-6900
We would like you to provide us with a detailed BOQ for Grounding
System Item No. 1 since it is specified on the table as “1 sum”. We
believe taking off the Bill of quantities would be the scope of the Client.
1. 100 BCW – 2000 mts
2. 3000 mm Ground Rod – 100 No.
3. Ground Connectors (exothermic) – 200 No.
4. Ground Plate – 50 No.
5. Ground Well – 100 No.
22
010
495. Bid Doc II, Spec
Section 6300
Please confirm the type of the telephone system is IP based system? No. 22
011
496. Bid Doc II, Spec
Section 6400: CCTV
Is the system required IP based or analogue based? Yes, it should be IP based. 22
012
497. Bid Doc II, Spec
Section 6400: CCTV
Is there any requirement for outdoor weather proof cameras to monitor
outside the terminal building?
BOQ Section B1-6700 Item No.4 is for outdoor camera. 22
013
498. Bid Doc II, Spec
Section 7800: ACS
We noticed there is only one door controller required? Is that correct?
Please define the total number of door in the building?
The system calls for multiple doors controlled by one system. The
number of doors controlled is 31 at PTB, and 1 at Control Tower.
22
014
499. Bid Doc II, Spec
Section 2210
Table 2210.1 – The percent passing the No. 200 sieve is 0-10% and
Table 2210.2 – the percent passing the No. 200 is not less than 10%.
Both are practically the same. 23
001
500. Bid Doc II, Spec
Section 2280
Refer to Specification, Section 2280 Portland Cement Concrete
Pavement, 2.6 Joint Filler, it is mentioned. “The joint filler shall meet
Please follow applicable standard as amended or updated. 23
002
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 108 of 178
NO BID DOCUMENT QUESTION ANSWER Code
the requirements of size as indicated on the Drawings, and shall be of
sponge rubber type and meet the requirement of ASTM D 1752”.
However, our understanding is this standard was already updated with
ASTM D 1752-04a as of 2013. Please confirm.
501. Bid Doc II, Spec
Section 2280
Refer to Specification, Section 2280 Portland Cement Concrete
Pavement, 2.8 Dowel and Tie Bars, it is mentioned “Dowel bars shall
be plain steel bars of grade 40 and shall meet the requirements of
ASTM A 617”. However, we understand this standard was already
withdrawn. Please verify.
Please follow applicable standard as amended or updated. 23
003
502. Bid Doc II, Spec
Section 2270
Refer to Specification, Section 2270 Cement Treated Base Course,
Table 2270.1, percentage by weight passing 0.075mm (no. 200 sieve)
is shown as minimum 4% to maximum 10%. However refer to
Section 2270, 2.2, it is mentioned that “The Aggregate shall not contain
more than 3 percent of material passing the 0.075mm (no. 200 sieve).”
Please verify which requirement the contractor shall follow.
There is no discrepancy because the specified maximum 10% of such fine
materials passing no. 200 sieve shall include amount of cement (which is
normally 3~4 % or more as stated in the subsequent Clause 2.5 (1)).
23
004
503. Bid Doc II, Spec
Section 2270
Par. 5.2 (5) states “Where cement treated base is required under
asphalt concrete pavement, the compacted cement treated base
surface shall be scarified to produce corrugation…”
The detail of corrugation is not specified as to depth and width. Please
provide detail specification for Corrugation.
1-cm deep to be raked by one-passage of motor grader (rear
attachment) just after final compaction and before prime coating.
This is for the purpose of increasing adhesiveness.
23
005
504. Bid Doc II, Spec
Section 2300
Section 2300 Par. 4.12(1) states “The step irons or ladder bars
shall be made of stainless steel conformity to JIS 4303, SUS
304, or galvanized wrought iron, or galvanized steel with plastic
cover on exposed part as shown on the Drawings”.
Please follow applicable standard as amended or updated. 23
006
Section 3310
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 109 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Also, Section 3310 Par. 2.5 (1) “The step irons or ladder bars to be
shall be made of stainless steel to JIS 4303, SUS 304)
JIS 4303 does not exist in Japan Industrial Standard.
Is “JIS G 4303” meant to be “JIS G 4303”
505. Bid Doc II, Spec
Section 4320
Waterproofing
Par2.2 (4) Materials specifies Asphalt Bitumen shall meet JIS a 6011
Type 3 or 4 as recommended by manufacturers for installation
requirements. JIS A 6011 does not exist in Japan Industrial Standard.
Please verify and provide the correct code.
Please follow applicable standard as amended or updated. 23
007
506. Bid Doc II, Spec
Section 4320 Clause 3.2(1)
Polystyrene Rigid Board
JIS 9511 does not exist in Japan Industrial Standard. Please verify and
provide the correct code.
Please follow applicable standard as amended or updated. 23
008
507. Bid Doc II, Spec
Section 8050
Par. 19.5 states “Galvanized wire shall comply with JIS G 8641 or
equivalent authorized standard for the country of manufacture”.
JIS G 8641 does not exist. Is this “JIS G 8641” meant to be “JIS H
8641”? Please verify.
Please follow applicable standard as amended or updated. 23
009
508. Bid Doc I, Section VI
WKR129 4.4.2(2),
BOQ Section C2-2500 Series mentioned about seeding on Item 42 &
43, Div. 4: Airfield and other areas, however on the Drawing
C2-2500-01 it mention about sodding. Please clarify which one shall be
followed by the contractor.
Please follow description of BOQ (seeding), together with
Specification Section 2520 Clause 3 (Hydro-seeding).
Quantity of the seeding is provisional, to be re-measured later
depending upon Employer‟s decision whether to remain the
Employer/ Engineers‟ facilities to further stay or not.
23
010
Bid Doc II, Spec
Section 1120 Clause 3.14,
Bid Doc III, Drawings
C2-2500-01, 11
509. Bid Doc III, Drawings
C2-2200-01
Apron Detail
The grooving detail is not shown, please provide suitable drawing and
specifications
Apron is not provided with grooving but only provided with
Surface Texture in accordance with Specification Section 2280
Clause 4.19.
23
011
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 110 of 178
NO BID DOCUMENT QUESTION ANSWER Code
510. Bid Doc III, Drawings
C2-2200-01
Runway/ Turn Pad
The grooving detail is not shown, please provide drawing and
specifications.
Please refer to the above Q/A No. 487. 23
012
511. Bid Doc IV, BOQ
C2-2250
C2-2260
The BOQ quantities for Circulation Road Area is 27, 540 m2. The
Prime Coat and Tack Coat should be applied to the pavement area.
However, BOQ only mentioned 2,754 m2 for both Tack Coat and
Prime Coat. Please clarify.
Please refer to the above Q/A No. 176. 23
013
512. Bid Doc IV, BOQ
C2-2300
Item 8, PVC 150mm diameter has no quantity, please verify. Please refer to the above Q/A No. 273. 23
014
513. Bid Doc IV, BOQ
C2-2500
Bid Doc III, Drawings
C2-2500-01
Section C2-2500 Series mentioned about seeding on Item 42 & 43,
Div. 4: Airfield and other areas, however on the drawing Sheet
C2-2500-01 it mention about sodding. Please clarify which one shall be
followed by the contractor.
Please refer to the above Q/A No.508. 23
015
514. TAGBILARAN PORT Bohol Island suffered major earthquake recently. The Tagbilaran Port is
the only available port but suffered major earthquake damages and can
handle limited goods. Can the contractor be given handling priority
during construction?
Bohol Provincial Government assures its utmost possible assistance
to the Contractor.
23
016
515. Bid Doc I, Section VI
WKR 4.4.2 (1)
Access to Construction Site
and Care of Inhabitants
“Preparatory Works will be undertaken and completed before Main
Construction Works are due to start, including construction of
barbed-wire boundary fence to enclose the entire construction site.”
Will this fence be the permanent boundary fence as shown on Drawing
C2-2400-14 and 15, or will this be a temporary fence? BOQ Section
C2-2420 appear to include the length of fencing required for the
permanent Perimeter Fence as well the fence required to separate
Please refer to the above Q/A No. 263. 26
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 111 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Airside / Landside boundary internally? Please clarify.
516. Bid Doc III, Drawings
Civil Works
Security Checkpoint
There does not appear to be any information provided showing details
of what happens where the new (Landside) Access Road intersects
with the Perimeter Boundary Fence. Presumably there will be a
Security Checkpoint at this location with a barrier? Please clarify.
No security checkpoint at the airport entrance is provided because
this is part of public road circulation.
26
002
517. Bid Doc IV, BOQ
C2-2420
BOQ Section C2-2420 indicates a total of 11 Gates (Type I and Type
II) to be provided in the Perimeter Boundary Fence. Drawings
C2-2400-14 and 15 show only 8 Gates, although there would appear to
be 2 Gates at each end of the Soaking Yard. Where is the other
additional Gate located?
The quantities of Gates in BOQ are correct.
Please refer to Drawing C2-2400-16 [Gate Layout Plan], in which a
Type-2 Gate at entrance of Water Tank is not indicated.
In this connection, in the Drawing C2-2400-14, Bidder is advised to
revise notation of the type of Perimeter Fence around Water Tank
from Type1 to Type 2.
26
003
518. Bid Doc I, Section VI
WKR 4.4.2 (2)
Temporary Site office
“Temporary Construction Yard for Contractor‟s laydown area, offices,
camp batching plants, equipment and loading yard will be located in an
area of approx. 10ha at the North end of the site adjacent to the junction
of the new access road and the existing National Highway.” Whilst
this will be suitable for most of our construction requirements, we
would like to propose siting our main offices near to (or combined
with) the area identified for the Employer / Engineer‟s Offices and
Laboratory. The triangular area between the new Access Road and the
Boundary Fence enclosing the Buildings and Airfield would be our
preferred location. Please confirm if this may be possible as identified
as being outside of Airport Boundary as currently shown?
As shown in the drawing (for status of land acquisition) issued in
response the above Q/A No.91, a part of the said triangle area is
occupied by the DOTC‟s satellite office for the Project. The
property is rectangular of approximately 1 ha, where the Contractor
may partially occupy and erect his main office behind the satellite
office. Alternatively, the Contractor can propose to squeeze his
main office in the same compound of the Employer/Engineer‟s
office and laboratory shown in the Attachment-B (1/2) of
Specification 1000, if the space is suitable without obstructing
permanent works, i.e. drainage, cable ducts and manholes along its
perimeter.
26
004
519. Bid Doc I, Section VI
WKR 4.4.6 (2)
“An extra concrete batching plant may be necessary exclusively for
apron concrete pavement because it requires hard concrete mixture of
This absolutely depends on the Contractor‟s choice. 26
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 112 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Concrete Batching Plant low-slump (i.e. 2 to 5 cm only) and quick transportation by dump truck
is only allowed (no transportation by agitating-truck is allowed).” We
assume that these principles will be covered by detailed reference in the
Specifications and our price will be based on what is stated there only
and not on the more onerous requirements mentioned here?
520. Bid Doc I, Section VIII
PC Part A 1.1.5.6
Section A; Component 2-1 (Access Road including Water Supply)
needs to be complete 365 consecutive calendar days from the
Commencement Date. As the Scope of our Works excludes the Works
to be undertaken by DOTC directly for the supply of External Water
Supply to the intersection of the new airport access road, we cannot be
held responsible for failure on the part of this contractor should they fail
to execute their works within the date set.
Please refer to the above Q/A No. 26. 26
006
521. Bid Doc I, Section VI
WKR 4.4.1
Soaking Yard
Activity Schedule before Commencement of Construction c)
Embankment of Soaking Yard Perimeter. Please clarify the extent of
Works to be included in this separate contract and the interface with our
Works.
Please refer to the above Q/A No. 26, 27. 26
007
522. Bid Doc II, Spec
Section 2210
Granular Sub-base course
Clause 3.3 (2), 3.4 (4)
“Placing shall be from vehicles especially equipped to distribute the
material in a continuous uniform layer or wind row”. Please confirm if
we can use dump trucks for placing / distributing materials?
“Spreading shall be done by means of approved mechanical spreaders,
distributing the material to the required line and grade. Please confirm if
we can use dozer (CAT D6 or similar) for spreading the material and
grader (CAT 140 or similar) for grading?
It is recommended to use such mechanical spreader (or asphalt
finishers) to achieve good workmanship as is required for crushed
aggregate base course or treated base course. However, for
sub-base course the Contractor can propose such kind of equipment
if the required quality and workmanship are achievable.
26
008
523. Bid Doc II, Spec Project Site shows the Boundary Fence following the outside line of the The Attachment A (2/2) shows project boundary fence which are 26
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 113 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Spec Section 1000
Attachment-A (2/2)
Boundary Fence
new Access Road, which is contrary to Drawing C2-2400-14. We
assume that the drawing is correct – please confirm?
Also, temporary barbed-wire fence is indicated along both sides of
Barangay Roads, prior to removal following completion of new access
road? Is this fencing within our scope or carried out by other fencing
contractor in advance of main Construction Works?
being erected by DOTC-funded Preparatory Works, i.e. different
from the Permanent Fence of Drawing C2-2400-14.
For temporary fence along Barangay road, please refer to the above
Q/A No. 321.
009
524. Bid Doc III, Drawings
MEPFS – Drawings
Please provide a complete list of “Abbreviations” used on “Legend &
Symbols” sheet.
Please refer to each section of Drawings. 26
010
525. Bid Doc II, Spec
Section 7600: BMS
Please provide detailed BMS Points List (Excel Spread-sheet) –
Appendix to Section: 7600 – Interface Summary only provided.
Detailed BMS Point List will be developed during the course of
Construction and Coordination to all discipline.
26
011
526. Bid Doc II, Spec
MEPF – Maintenance Tools
& Appliances
Please provide copy of IACO Airport Service Manual – Part 9. Bidder is advised to purchase the latest version from ICAO‟s web
site, although its un-updated copy is available at DOTC.
26
012
527. Bid Doc II, Spec
Section 3210
MEPF – Electrical
Electrical Power Distribution – SLD-U2-3210-04 shows GSG Busbar
rated at 15kV. This conflicts with the specification that states the rated
voltage as 7.2kV operating voltage for 4.16kV system. Please clarify
and suggest revision of SLD to show 7.2kV Busbar required.
Please refer to the above Q/A No. 71. 26
013
528. Bid Doc II, Spec
Section 3305
Design Sewage Flow
Please confirm the data as provided in: Table 3305.1 – Design Sewage
Flow is correct? Please provide updated design criteria table.
Table 3305.1 is amended as follows:
Phase 1 2
Year 2020 2040
Daily Treatment Capacity
in 24 hours (m³/day) 400 700
Hourly Maximum Design Flow
(m³/ hour)
880/24
=36.7
1500/24
=62.5
26
014
529. Bid Doc II, Spec
Section 3305 Clause 4.2
Training
Please confirm that the training period of minimum sixty calendar days
is correct? Suggest that maximum of five days to include practical on
the job training and theory would be sufficient.
Sixty days are necessary for training of newly hired local staff so
that design effluent qualities are satisfied, for which
maintenance/repair services for initial year is paid through BOQ
26
015
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 114 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section U3-3305 Item No.1.
530. Bid Doc II, Spec
Bid Doc III, Drawings
Bid Doc IV BOQ
Fire Pumps
Specification, drawings & BOQ refer to two fire pumps: one diesel,
one electric being required. Given the provision of Standby Emergency
Gen-set (SEG) power, please confirm this two-fire pump requirement?
(NFPA / AHJ).
The design calls for an independent operation of the fire pumps
during actual fire.
26
016
531. Bid Doc II, Spec
Section 2430
Road Signs and Guide Signs
Specification Section 2430: Road Signs and Guide Signs, along with
relevant Drawings and BOQ makes no mention of the need to provide
electrical or solar powered illumination to these signs. There is no
mention of the need to provide power to these signs in the Electrical
scope of works. Can you please confirm that this is correct and there
will be no power supply required?
Correct. 26
017
532. Bid Doc II, Spec
Section 5200
Ventilation & A/C Fans
Specification: 5200 / 5.6 Industrial wall mounted fans, item (2) states
that fans will be controlled by signal from “Elevators”? This would be
incorrect and needs to be revised, please confirm.
This is correct just for the fan provided in the Elevator (CEV-1) at
Control Tower (Section B3-7200). In this connection, please refer
to the revised Drawing B3-5200-17 in which the duct from EF3-8F
shall be extended to elevator shaft. For increase in the capacity of
EF3-8F and ducting work, please refer to the Q/A No. 549 below.
26
018
533. Bid Doc II, Spec
Clause 6700
CCTV
Specification Section 6700 – IP CCTV System, 3.2 states that four
buildings / areas will have PTZ CCTV Cameras, however only three
buildings / areas are identified.
Please clarify which other areas have this requirement?
Four (4) buildings/areas mean passenger terminal building, car
park, control tower, and operation/admin building.
26
019
534. Bid Doc III, Drawings
CAD Drawings
Are the CAD Drawings available, as these are really required to allow
our estimators / quantity surveyors to check quantities for items not
covered by BOQ? Please confirm if these can be provided?
Please refer to the above Q/A No. 80. 26
020
535. Bid Doc III, Drawings Specification requires Car Paging System to be installed in the Main Please refer to the revised Drawing B1-6500-01. 26
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 115 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 6500 Clause 4.1 (31)
Public Address System
Car Park, (within but independent of the Public Address System). This
requirement is not covered by the BOQ or shown on the drawings.
Please update documents accordingly to reflect this requirement.
In the BOQ B1-6500, the quantities shall be amended as follows:
Item
No. Description Unit
Quantity to be amended
from to
6 Remote Microphone No. 7 8
8 Power Amplifier (1x120W) No. 4 5
29 20mm Diameter IMC m 200 250
31 1.25mm² TF WIRE m 7000 7300
021
536. Bid Doc II, Spec
Section 6100 Clause 1.2 (c)
Electrical Painting works
Specification requires all exposed conduits, enclosures and equipment
to be painted, however colour and RAL number not given. Please
provide details required to accurately price this requirement.
RAL 9023 Dark Grey. 26
022
537. Bid Doc II, Spec
Section 6050 Clause 21.4
Electrical Painting works
Specification states that raceways and wire-ways shall be pre-painted,
however no details provided. Please provide painting details so that this
requirement can be accurately priced.
Please refer to the above Q/A No. 536. 26
023
538. Bid Doc II, Spec
Section 1130
Environment Management
Table 1130.6 states that the frequency as quarterly instead of monthly.
What will be followed, monthly or quarterly?
Please refer to the above Q/A No. 48. 26
024
539. Bid Doc II, Spec
Section 1130
Environment Management
Table 1130.6 lists certain parameters that are different (lesser) from
Section 4 (Environmental Monitoring).
Ditto. 26
025
540. Bid Doc II, Spec
Section 1130
Environment Management
Table 1130.6 required biological via transect/quandrat monitoring.
Should this be included? If so, what is the required area to be
monitored? What methodology is required, SCUBA or Manta Tow /
Skin Diving.
Ditto. 26
026
541. Bid Doc I,
Import Tax and VAT
Are all imported materials Importation Tax-Free and VAT-free? Please refer to the above Q/A Nos. 36, 42, 88, 95. 26
027
542. Bid Doc IV, BOQ In the BOQ the Fiber Optic cable measures 500 meters but in our The fiber optic quantity (500 m) is only for communication 26
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 116 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B1-7600
Fiber Optic Cable
estimate it would take 8000 meters. Please provide us detailed plan on
where is this 500-meter cable will be used. Can we modify the quantity
of Fiber Optic Cable in the BOQ?
between PTB and Power House which is 215 meters apart. (center
to center). In this connection, in the BOQ B1-7600, new Items shall
be inserted as follows:
Item
No. Description Unit
Quantity amended
from to
New
9-1
Wires & Cables
1.25 mm² TF wires m - 2,000
10-1 CAT. 5e UTP Cable m - 1,500
New
10-2
Conduits
15 mm dia IMC m - 500
034
543. Bid Doc IV, BOQ
B1-7600
Fiber Optic Cable
For what purpose is this Fiber Optic Cable will be used? Is it for
correspondence?
For communication. 26
035
544. Bid Doc III, Drawings
U1-3130-01
Pump Type
The schedule identifies BP-2 as a Split-Case “Fire Pump” and BP-3 as
a “Jockey Pump”. Please confirm / revise schedule to reflect correct
pump detail / type.
For Water Supply Pump, the same Type of BP-1 shall be applied to BP-2
and BP-3. Title of the Table “Equipment Schedule” shall be
amended to be “Fire Water Pump Schedule”.
26
037
545. Bid Doc II, III & IV
Disabled Toilets
Please clarify whether “Disabled Persons Alarms” are to be installed
within the Disabled Toilets on the Project?
There is no provision for any alarm system in the Disabled Toilets. 26
038
546. Bid Doc III, Drawings
B1-6200-07
Panel Schedule
Drawing title is “Panel Schedule 5” however sheet detail refers to
“Panel Schedule 6”. Please clarify.
Please follow the title “Panel Schedule 5”. 26
039
547. Bid Doc III, Drawings
U1-3130-01
Fuel Day Tank
“Fuel Day Tank” schedule shows tank capacity as 95 liter.
Please confirm if this is correct.
The dimension of Fuel Day Tank is 600 mm dia. and 1100 mm
long specified in the same Drawing can have the capacity of 300
liter.
26
040
548. Bid Doc III, Drawings
B1-6100-04 and 06
(Layout Drawing)
Drawing title is “Electrical Power Feeder Layout 3”, however sheet
detail refers to “Ground Floor Ventilation Layout”. Please amend or
clarify?
These are Electrical Power Feeder Layout of Ground Floor
Ventilation and Ground Floor Air-conditioning.
26
041
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 117 of 178
NO BID DOCUMENT QUESTION ANSWER Code
549. Bid Doc III, Drawings
B3-5200-02
Equipment Schedule
Equipment schedule shows EF as Exhaust Fans, however list shows
two units as SF-1 & SF-2. Please clarify which is correct?
The SF-1 and SF-2 shall be Supply Fans. In this connection, in
the BOQ B3-5200, Items shall be amended or inserted as follows:
Item
No. Description Unit
Quantity to be amended
from to
Insert Supply Fan above No.129
Control Tower
160
EF-38F In-line Axial Fan
878 l/s x 170Pa x 0.37Kw x
1Ø x 230v x 60Hz
No. 1 1
167 250 x 250 mm No. 7 8
new
178 Fire Dumper
150 x 150 mm No. - 1
26
042
550. Bid Doc II, Spec
Section 1165, Clause 2.3
(Page 60) and Clause 9.3
(Page 65)
Clause 2.3 states “In preparing the above the Contractor shall ensure
that a minimum of 28 days for each submission is allowed for the
Engineer‟s review, comment or approval”.
Clause 9.3 state “The Contractor shall allow the Engineer at least
fourteen (14) days for review and response to any submitted Request
for Approval”.
As there are two different descriptions for Engineer‟s approval for any
documents submitted by the Contractor, Bidder understands that the
period for review, comments or approval by Engineers will be allowed
for 14 days after submission of the documents by the Contractor. Please
confirm.
Clause 2.3: Minimum 28 days for Shop Drawing Submission
Schedule.
Clause 9.3: Minimum 14 days for RFA.
27
001
551. Bid Doc II, Spec
Section 4130 Clause 2.2
( Page-22)
Prior to grouting works, the Contractor shall conduct preliminary plate
load test in accordance with ASTM D 1196 on the subsoil at the
elevation and location as confirmed by the Engineer to determine the
original soil bearing capacity. This test shall also be implemented after
soil improvement has been accomplished and cement was cured at 28
Please refer to Drawing B0-4200-01, Structural General Notes I,
Notes of foundation, Item 1A.
27
002
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 118 of 178
NO BID DOCUMENT QUESTION ANSWER Code
days from the start of the injection.
The Technical Specifications (Item 2.2) foresee preliminary and final
plate load tests. Shall the plate load tests be executed for all footing
locations? Please clarify.
552. Bid Doc II, Spec
Section 4130 Clause 3.2
(Page-23)
Specification foresee laboratory test for grouted soil. Bidder supposes
that the Specification refers to UCS Tests to be executed on core
samples recovered from the improved soil. Please confirm whether this
test is preliminary (trial field) only; or it has to be performed for all
footing locations.
Not all footing locations.
The laboratory test will be performed to the core sample only where
cavity is detected as a result of the programmed borehole
investigation and grouting work is subsequently performed.
27
003
553. Bid Doc II, Spec
Section 4130,
Bid Doc I, Section IV
WKR Borehole 9,10,11,12
Please confirm the layout / pattern / gridline of the grout holes of the
soil improvement design. Moreover, please confirm whether the soil
improvement will be extended beyond the footprint of the footings or
not.
The Contractor shall propose in accordance with Specification
Section 4130 Clause 2.3.
27
004
554. Bid Doc II, Spec
Section 4130,
Bid Doc I, Section IV
WKR Borehole 9,10,11,12
Please confirm the bottom elevation of soil improvement design. 5 m below the existing ground level, thus its elevation varies part
by part.
27
005
555. Bid Doc II, Spec
Section 4130,
Bid Doc I Section IV
WKR Borehole 9,10,11,12
Please provide us design criteria for soil improvement (required bearing
capacity and settlement for this building etc)
Please refer to Drawing B0-4200-01, Structural General Notes I,
Notes of foundation, Item 1A.
27
006
556. Bid Doc II, Spec
Section 7050 Clause 3.2
(Page 1)
The power requirements for both normal and emergency operations
are as follows:
- Normal power: 230V, 60 hertz, 3 phases, 4 wires, AC
Correct
4 wires is only indicative that a system consists of 3 lines and a
neutral wire for grounding purposes.
27
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 119 of 178
NO BID DOCUMENT QUESTION ANSWER Code
- Emergency power: 230V, 60 hertz, 3 phases, 4 wires, AC
There is no 3 phases, 4 wires system available in Airport.
Bidder understands that power supply shall be 230V, 60 Hz, single –
phase and three – phase as per Specifications Volume ¼, Section 1140
Clause 4.6 (1).
Please confirm.
557. Bid Doc II, Spec
Section 7300 Clause 3.8
(Page 36)
“Conveyors shall be as designed and fabricated by a single
manufacturer, and installed by himself or his authorized agent.”
Bidder understands that the Conveyors can be installed by other
subcontractors than the installed by other subcontractors than the
Supplier if the installation will be done under the supervision by
Supplier‟s authorized person and Manufacturer warrants its
performance of BHS by this installation. Please clarify.
Please refer to the above Q/A No. 243. 27
008
558. Bid Doc II, Spec
Section 7300 Clause 5.2 b)
(Page 39)
“Belt shall be compatible for maximum 50kg/per baggage that is strong
enough for a man to stand on it.”
For weighing, dispatch conveyors; use one of the following:
- Carcass: 2 ply Polyester
- Bottom face: Fabric
- Belt pull: 1% elongation 10N/mm
Bidder understand that this specification shall be applied for weighing,
dispatch conveyors only. Please confirm that Bidder can propose BHS
supplier‟s standard material for all other transport belts for BHS
conveyors.
Please refer to the above Q/A No. 243. 27
009
559. Bid Doc II, Spec (1) C1: Weighing Conveyor Please refer to the above Q/A No. 243. 27
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 120 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 7300 Clause 6.1
(1) & (3) (Page 39, 40)
(iv) Height: FL+300mm
(3) C2: Dispatch Conveyor
(iv) Height: FL+300mm to 400mm inclined
Please confirm that Bidder can propose BHS supplier‟s standard height
which is closest to Employer‟s original scheduled height considering
maintenance ability and spare parts availability.
010
560. Bid Doc II, Spec
Section 7300 Clause 6.1
(4), (5), (6) &(7)
(Page 40 to 42)
6.1 Check-in BHS
(4) C3: Collecting Conveyor
(ii) Width: 1000mm between side guards
(5) C4: Up-sloped Conveyor
(ii) Width: 1000mm between side guards
(6) C5: Queuing Conveyor
(ii) Width: 1000mm between side guards
(7) C6: Induction Conveyor
(ii) Width: 1200mm between side guards
Please confirm that Bidder can propose BHS supplier‟s standard width
which is closest to Employer‟s original scheduled width considering
maintenance ability and spare parts availability.
Please refer to the above Q/A No. 243. 27
011
561. Bid Doc II, Spec
Section 7300 Clause 6.2
(Page 43 to 47)
6.2 Inline Screening BHS
(1) S1: Up-sloped Conveyor
(ii) Width: 1200mm between side guards
(2) S2: EDS Pre-entry Conveyor
(ii) Width: 1200mm between side guards
(3) S3: EDS Entry Conveyor
(ii) Width: 1000mm between side guards
(4) S4: EDS Exit Conveyor
(ii) Width: 1000mm between side guards
(6) S6: Screening Judgement Conveyor
Please refer to the above Q/A No. 243. 27
012
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 121 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(ii) Width: 1000mm between side guards
(7) S7: Queuing Conveyor
(ii) Width: 1000mm between side guards
(8) S8: Bi-direction Conveyor
(ii) Width: 1000mm between side guards
(9) S9: EDT Holding Line
(ii) Width: 1000mm between side guards
(10) S10: Cleared Baggage Conveyor
(ii) Width: 1000mm between side guards
Please confirm that Bidder can propose BHS supplier‟s standard width
which is closest to Employer‟s original scheduled width considering
maintenance ability and spare parts availability.
562. Bid Doc II, Spec
Section 7300 Clause 6.3
(Page 47 to 50)
6.3 Departure BHS
(1) D1: Induction Conveyor
(ii) Width: 1000mm between side guards
(2) D2: Up-sloped Conveyor
(ii) Width: 1000mm between side guards
(3) D3: Transition Conveyor
(ii) Width: 1000mm between side guards
(5) D5: Straight Conveyor
(ii) Width: 1000mm between side guards
(6) D6: Down-sloped Conveyor
(ii) Width: 1000mm between side guards
(7) D7: Final Induction Conveyor
(ii) Width: 1000mm between side guards
Please confirm that Bidder can propose BHS supplier‟s standard width
which is closest to Employer‟s original scheduled width considering
maintenance ability and spare parts availability.
Please refer to the above Q/A No. 243. 27
013
563. Bid Doc II, Spec
Section 7300 Clause 6.3 (8) &
6.4 (1) (Page 50 & 51)
6.3 Departure BHS
(8) D8: Make-Up Racetrack
(viii) Curve radius of center: 1500mm at the centre of transporting
link.
Please refer to the above Q/A No. 243. 27
014
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 122 of 178
NO BID DOCUMENT QUESTION ANSWER Code
6.4 Arrival BHS
(1) A1: Claiming Racetrack
(viii) Curve radius of center: 1500mm at the centre of transporting
link.
Please confirm that Bidder can propose BHS supplier‟s standard width
which is closest to Employer‟s original scheduled width considering
maintenance ability and spare parts availability.
564. Bid Doc II, Spec
Section 7300 Clause 6.4 (1)
(Page 51)
(1) A1: Claiming Racetrack
(iii) Height: FL+350mm
Notwithstanding any of the provisions specified in given documents
and/or drawings. Please confirm that Bidder can propose BHS
supplier‟s standard height which is closest to FL+350mm shown in
Clause 6.4 (1)(iii) considering maintenance ability and spare parts
availability.
Please refer to the above Q/A No. 243. 27
015
565. Bid Doc II, Spec
Section 7300 Clause 9.2 (1)
(Page 54)
Three (3) persons from the Employer / Engineer shall be available for
the factory inspections of Baggage Handling System.
Requirements for costs for the Employer / Engineer (such as cost for
round trip air ticket, accommodation, local transportation fee, and
subsistence allowance) are not specified in this specification. Please
clarify if such cost shall be included in the scope of Contractor or not.
Please refer to the above Q/A Nos.111 and 253. 27
016
566. Bid Doc II, Spec
Section 7500 Clause 2.2 (a)
(Page 67)
“The communication room at PTB where the flight information data is
processed.”
Please confirm that the communication room is same as Command and
Control office (as per Drawing B1-6100-02, FIDS consoles are
Yes. 27
017
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 123 of 178
NO BID DOCUMENT QUESTION ANSWER Code
installed in Command and Control Office in PTB).
567. Bid Doc II, Spec
Section 7500 Clause 5.4 (2)
(a) (Page-79)
Manufacturer‟s routine tests
(witnessed by the Engineer)
Please advise how many engineers are expected to attend this test at
manufacturer‟s factory.
Further, requirements for costs for the Employer / Engineer (such as
cost for round trip air ticket, accommodation, local transportation fee,
and subsistence allowance) are not specified in this specification. Please
clarify if such cost shall be included in the scope of Contractor or not.
Please refer to the above Q/A Nos.111 and 253. 27
018
568. Bid Doc II, Spec
Section 8050 Clause 6.2, 6.3
& 6.4 (Page-3, 4)
“Interlock Requirements, Grounding Hooks, Hazardous Radiation”
Please advise which international standards are applicable for these
requirements.
Please refer to Section 1135, Clause 10.3. 27
019
569. Bid Doc II, Spec
Section 8200 Clause 2.2 (1)
(e) (Page-49)
“The phase of the 30Hz reference modulation shall be programmable at
least +/- 50ᴓ in steps of 0.1ᴓ.”
Please advise what is the meaning of “+/- 50ᴓ in steps of 0.1ᴓ”.
This means the accuracy should be within angle of 0.1 per the angle
of 50 from the north.
27
020
570. Bid Doc II, Spec
Section 8300 Clause 1.1 (2)
(d) (Page-59)
“Fire Truck; One (1) VHFAM antenna and one (1) mobile 10W FM
transceiver shall be installed on the fire truck.”
Bidder understands that the “fire truck” will be supplied by the
Employer (not included in the Contractor‟s scope of supply) and is
ready at site at the time of installation and testing of the system. Please
confirm.
“Fire truck” will be supplied by the Employer.
It will be ready at site at the time of installation and testing of the system.
27
021
571. Bid Doc II, Spec
Section 8300 Clause 4.8 (2)
(a) (Page-74)
“The channel spacing specified as 25kHz.”
FCC made Public Notice that as of January 2013, all land mobile radios
in the 150-174MHz bands must operate on 12.5kHz. Please advise
which requirement either this specification or FCC Public Notice to be
followed.
Please follow the Specification. 27
022
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 124 of 178
NO BID DOCUMENT QUESTION ANSWER Code
572. Bid Doc II, Spec
Section B1-4130
Bid Doc III, Drawings
B1-4200-01, B1-4200-02
Foundation plan-1&2
According to Bidder‟s preliminary evaluation of the provided borehole
logs, the soil seems to be consistent already. Pressure grouting through
hard/very dense soil material may induce fractures of the soil,
downgrading its characteristics. Please clarify the soil improvement
method.
Grouting is only provided to fill up cavity if and when detected. 27
023
573. Bid Doc IV, BOQ
B1-4130
Soil Improvement
“Grout Injection including all required equipment, materials, labor and
testing. Qty is shown as 4000 kg.”
Please confirm if the quantity of Kg. 4000 is referred to “dry cement”,
and Please clarify whether 4000kg of cement is for the whole PTB.
4000kg is the work volume (by weight) of grouting materials.
The quantity is provisional to be used not only for PTB just in case
cavity is detected under the footings.
27
024
574. Bid Doc I, Section I
ITB Clause 19
Bid Security
According to the instruction of BANGKO SENTRAL NG PILIPINAS
(BSP, Central Band of the Republic of Philippines), when the Bidder
will issue the Security Bond, Bidder shall clearly indicate the exact date
of the validity in the Security. Please confirm that we can indicate
exact date of validity, say 1st July, 2014.
Yes. 30
001
575. Bid Doc IV, BOQ
B3-6000 (Page 30)
Component-4-B3: ATO / Page 30 is missing in BOQ Table.
Please provide it.
Please refer to the above Q/A No. 173. 30
002
576. Bid Doc IV, BOQ
U3-3350
Bid Doc II, Spec
Section 3350
The quantities of BOQ table (refer to Subcomponent-3-U3: Sewage
Treatment System Page 13-14) are different from the Specification
Section 3000 / Page 150-158. Please clarify which quantities should be
adopted.
Please refer to the above Q/A No. 491. 30
003
577. Bid Doc I,
Section I, ITB 14.5
Section VII, GC 13.8
Adjustments for Changes in
We would like to make sure whether, or not, the rates and prices quoted
by the Bidder are subject to adjustment during the performance of the
Contract in accordance GC 13.8 and ITB 14.5, because that is an
important factor to keep in mind when we finalize our quotation.
Yes. In accordance with GC 13.8, the rates and prices of the
Contractor will be adjusted based on the “Schedule of Adjustment
Data” submitted with his Price Bid.
ITB 14.5 reminds Bidder that he may possibly be requested by the
30
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 125 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Cost: Employer to clarify or justify his proposed indices and/or
weightings in the “Schedule” after opening of Price Bid..
578. General There is discrepancy between quantities in the Plan and in the BOQ.
Are we going to use BOQ quantity or our quantity take off based on the
plan? If we are going to use BOQ quantity, can we charge additive /
deductive cost later if the actual quantities used are higher / lower than
the BOQ quantities?
Please refer to the above Q/A No. 481. 32
001
579. Bid Doc IV, BOQ
N-8300 Item No.31
(Page 7)
Is “Maintenance Intercom PABX” also the PABX that will be used in
the whole telephone system?
No. 32
002
580. Bid Doc IV, BOQ
B1-6300
Please clarify, because if you check the telephone layout in
BO-6300-02, there is a PABX in the Passenger Terminal Building.
And also, in the telephone specification section 6300 (Telephone &
Data System), it is said in the scope of work 1.1 that PABX shall be
installed in PTB, but if you check in the BOQ (Sub-component-4-1:
(B1) Passenger Terminal Building Section 6000 Series: Electrical
Works, Page 4). There is no PABX in the lists.
BOQ Section B1-6300 Item Nos. 2 to 14 are for the PABX
(breakdown).
32
003
581. Bid Doc III, Drawings
B3-5100-12
Bid Doc IV, BOQ
(Page 16)
In Drawing B3-5100-12, there is an automatic control diagram for hot
water system. However in BOQ, the automatic control for water heater
cannot be found. Kindly advice us where we are going to put the cost of
Hot Water Control System.
Automatic control shall be included in the rate of BOQ Section B3-5100
No. 46: Hot Water Circulation Pump.
32
004
582. Bid Doc III, Drawings
L7-9700-03
In the Philippine market, D13 is not available and the nearest available
Deformed Bar size higher than D13 is D16.
1) Please clarify what Reinforcement Bar diameter can be used for
1) D12 can be used.
2) Reinforcement is not necessary for Hand hole.
32
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 126 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Manhole which are available in market.
2) Please clarify also what Reinforcement bar diameter shall be used for
Handhole because it is not mentioned in drawing.
583. Bid Doc II, Spec
Section 9050 Clause 7.6
(Page 6)
Specification says “All measuring equipment necessary for installation
and testing shall be arranged by the Contractor in addition to the
measuring equipment for normal maintenance”.
Please specify the location and required space in some building of
measuring equipment and spare parts storage.
Those for installation and testing shall be stored in Contractor‟s
temporary warehouse, and those for normal operation shall be
stored at the Power House.
33
001
584. Bid Doc III, Drawings
B0-4200-01 Lapping
May we assume that lapping of beams and slabs will be every 7m? Please refer to Drawing B0-4200-01; General Notes. 33
002
585. Bid Doc III, Drawings
B1-4300-64
Floor Finishes
What is the meaning of “F16” indicated at Floor Plan of Walkway? F16 is typographical error. The floor finish of airside walkway is
FLH which is cement mortar trowelled finish with floor hardener.as
shown in Drawings B1-4300-08 and 09, Detail Partial Plans
(Match-line “A-A”) and (Match-line “B-B”) respectively.
33
003
586. Bid Doc III, Drawings
B1-4300-05, 42
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the wall
finish of Bank (145) and Car Rental (146) as W7.
Whereas; Drawing B1-4300-42 Internal Elevation 2 indicates it to be
W3 and W9.
Please follow Drawing B1-4300-42 Internal Elevation 2.
Periphery walls finish of Bank (145) and Car Rental (143) is W3,
while internal wall finish located along Grid 7 is W7. Bulkhead is
W7 above glass partition.
33
004
587. Bid Doc III, Drawings
B1-4300-05, 50
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the wall
finish of Staff and Goods (151) as W3.
Whereas; Drawing B1-4300-50 Internal Elevation 10 indicates it to be
W5.
Please follow Drawing B1-4300-05, Interior Finishing Schedule
2-3. Wall finish is W3.
33
005
588. Bid Doc III, Drawings
B1-4300-05, 45
Drawing B1-4300-05 Internal Finish Schedule 2-3 indicates the
skirting finish of FM 200 (153) and Fobs (154) as S1.
Please follow Drawing B1-4300-05 Interior Elevation 5.
The skirting finish for FM 200 (153) is S2.
33
006
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 127 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Whereas; Drawing B1-4300-45 Internal Elevation 5 indicates it
to be S2.
589. Bid Doc III, Drawings
B1-4300-06, 52
Skirting Finishes
Drawing B1-4300-06 Internal Finish Schedule 3-3 indicates the
skirting finish of Pantry (175) as S2.
Whereas; Drawing B1-4300-52 Internal Elevation 12 indicates it
to be S4. Please confirm the correct finishes.
Please disregard skirting as indicated in Drawings B1-4300-06
Interior Finish Schedule 2 and B1-4300-52 Internal Elevation 12
respectively. Wall finish for this particular room does not need any
skirting.
33
007
590. Bid Doc III, Drawings
B1-4300-05
Wall Finishes
At Drawing B1-4300-05 Internal Finish Schedule 2-3, there are
two wall finishes for Mechanical Room (169), W3 and W8
respectively. Please provide the location of each wall finish.
Please refer to Drawing B1-4300-53 Internal Elevation 13,
Mechanical Room (152).
Wall finish is W3, W8 along perimeter wall of Mechanical Room.
33
008
591. Bid Doc III, Drawings
B1-4300-05, 45, 54
Ceiling Height
Ceiling height of Electrical Room (155) differ as follows,
Drawing B1-4300-05 Internal Finish Schedule 2-3: CH=2700
Drawing B1-4300-45 Internal Elevation 5: CH=3000
Drawing B1-4300-54 Reflected Ceiling Plan: CH=2700
Please confirm the correct ceiling height.
Please follow Drawings B1-4300-05 Interior Finish Schedule 2-3
and B1-4300-54, Reflected Ceiling Plan.
The ceiling height for this particular room is 2700 m.
33
009
592. Bid Doc III, Drawings
B1-4300-04
Bid Doc II, Spec
Section 4360 (Page 107)
Skirting Finishes
Drawing B1-4300-04 Internal Finish Schedule 1-3 indicates the
thickness of skirting finish S3 (timber) to be 15mm.
Whereas; Specifications Section 4360: Woodwork and Partitions
indicates it to be 25mm thick.
Please confirm the correct thickness.
Please follow Specifications Section 4000 for the thickness of
Skirting. Timber Skirting thickness shall be 25 mm thick.
33
014
593. Bid Doc III, Drawings
B0-4300-13 (30/MD)
Fire Extinguisher Cabinets
Please provide the location of the Fire Extinguisher Cabinets shown at
Common Detail 11 (30/MD).
Please refer to Drawing B1-5300-01 to 03, Mechanical Fire
Protection for the locations of Fire hose cabinets.
33
015
594. Bid Doc III, Drawings
B1-4300-04
The Outline of Internal Finishing Schedule indicates that there is
handwash at Quarantine Room, but we are unable to locate this item in
Please disregard handwash at Quarantine Room (106) as indicated
in the Drawing B1-4300-04, Interior Finishing Schedule, under
33
016
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 128 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Handwash the Drawings.
Please provide the drawings indicate the location of this item.
Remarks.
595. Bid Doc III, Drawings
B0-4300-13 (31/MD)
Cable Trench
At Drawing B0-4300-13 (31/MD), the finish of the cable trench is
cement render. May we assume the finish to be Epoxy-resin Floor
Paint (P-6)?
Please refer to Drawing No. B0-4300-13 (31/MD), Cable trench,
finish is cement render with epoxy-resin floor paint (P-6).
33
017
596. Bid Doc III, Drawings
B1-4300-09, 13
Bid Doc IV, BOQ
B1-4350 Item no. 29
Trench Pit Cover
(Page 9)
Regarding the trench pit cover (W=600) shown at Electrical Room at
Drawing No. B1-4300-09, BOQ PTB / Page 9 indicates it as W<600
Mild Steel Grating, whereas Drawing B0-4300-13 (31/MD) indicates
that trench pit cover with width more than 450 and less than 1000
should be 4.5 mm thick checkered steel plate.
Please confirm the Drawing B0-4300-13 (31/MD) for this item is
correct.
Please follow Drawing B0-4300-13, (31/MD) for checkered steel
plate. Thickness shall be 4.5 mm thick.
In the BOQ B1-4350, description of Item no. 29 shall be amended
to [Trench pit cover W<600 ; 4.5mm thick checkered steel plate
(31/MD)], and description of B3-4350 Item no.19 shall be amended
to [Trench pit cover W<1000 ; 4.5mm thick checkered steel plate
(31/MD)].
33
018
597. Bid Doc III, Drawings
B0-4300-10, 63
Column Protector
The specification of column protector is different between Drawing
B0-4300-10 (2/MD) and Drawing B1-4300-63.
Please confirm the Drawing B1-4300-63 for this item is correct.
Please follow Drawing B1-4300-63 for the correct column
protector.
33
019
598. Bid Doc III, Drawings
B1-4300-03, 41 to 53
Steel Beam Finish
Drawing B1-4300-03 External Finishing Schedule indicates the finish
of steel beam as Fluorine-resin Enamel Coating (P-8).
Whereas; Drawing B1-4300-41 to 53 Internal Elevation indicates it to
be Synthetic Resin Mixed Paint type II (P-3).
Please confirm the correct finishes.
Please follow B1-4300-03 External Finishing Schedule for all steel
beams and columns and other incidentals. Finish of beams, columns
shall be fluorine-resin enamel coating (P-8). For all internal steel
follow Drawing No. B1-4300-53. Finish shall be synthetic resin
mixed paint (P-3).
33
020
599. Bid Doc III, Drawings
B64-4300-03
Steel Truss Finish
May we assume that the paint finish of steel truss (C10) at Material
Recovery Facility is fluorine-resin enamel coating (P-8)?
Coating of all steel trusses shall be fluorine-resin enamel coating
(P-8).
33
021
600. Bid Doc III, Drawings At Common Detail 12, there is an expansion joint capping (5/EJD) Construction Joint Capping is provided for in the Control Tower, 33
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 129 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B0-4300-14
Expansion Joint
Assemblies
indicated but its locations cannot be found in the Drawings. May we
assume that expansion joint capping 5/EJD is not used?
If not, please provide us with proper location and construction range of
this Expansion Joint capping.
ATC Operation and Administration Building specifically between
the tower stem at Grid C and Roof Deck at Grids C-E and Grids 5-6
respectively.
022
601. Bid Doc III, Drawings
B0-4300-54, 66, 67
Blind Box and Blinds
The location of blindboxes and blinds differs between Drawings
B1-4300-66 to 67 Schedule of Doors and Windows and Drawing
B1-4300-54 Reflected Ceiling Base Plan (Lower Level).
May we consider Drawing B1-4300-66 to 67 Schedule of Doors and
Windows correct?
Please follow Drawing B1-4300-54, Reflected Ceiling Base Plan
(Lower Level) for the location of blindboxes and blinds.
33
023
602. Bid Doc III, Drawings
B1-4300-08, 40
Toilet Partition
Drawing B1-4300-08 indicates that there is a Toilet Partition at
Passenger Terminal Building Toilet 9 whereas Drawing B1-4300-40
has none. Please confirm the correct drawings for this item.
Please follow Drawing B1-4300-40, Plan of Toilet 9.
Please delete toilet partition shown on the drawing.
33
024
603. Bid Doc III, Drawings
B1-4300-09, 39
Countersunk Lavatory
Drawing B1-4300-09 indicates a Four Unit Countersunk Lavatory at
Passenger Terminal Building Toilet 8. Whereas; Drawing B1-4300-39
indicates a Six Unit Countersunk Lavatory.
Please confirm the correct drawings for this item.
Please follow Drawing B1-4300-39 for the correct number of
under-counter oval shaped Lavatories.
In the BOQ B1-4380, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
new
5-1 4980 x 600mm Deep No. - 1
7 ---deleted-- No. 1 0
33
025
604. Bid Doc III, Drawings
B0-4300-10 (3/MD)
Infill Timber for Curtain
Wall Type-C
At Common Detail 8, there is an infill timber for curtain wall type-C
(3/MD) indicated but its locations cannot be found in the Drawings.
May we assume that infill timber for curtain wall (type-C) is not used?
If not, please provide us with proper location and construction range of
this infill timber for curtain wall (type-C).
Timber infill for Curtain Wall, type C (3/MD) is not used. 33
026
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 130 of 178
NO BID DOCUMENT QUESTION ANSWER Code
605. Bid Doc III, Drawings
B0-4300-11 (12/MD)
Hand Rail (12/MD)
At Common Detail 9, there is a handrail type II (12/MD) indicated but
its locations cannot be found in the Drawings. May we assume that
handrail type II (12/MD) is not used?
If not, please provide us with proper location and construction range of
this handrail type II (12/MD).
Please refer to Drawing B3-4300-09; 8th
Floor Plan.
Handrail Type II is used at 8th
Floor of Control Tower.
33
027
606. Bid Doc IV, BOQ
B63-4110 Item no. 6
B63-4220 Item no. 2, 10
Bid Doc III, Drawings
B3-4300-01, 06 Sidewalk
BOQ shows that there is Base Slab to External Sidewalk but in
Architectural and Structural Plans it is not shown in the plans.
Please provide the locations for the Base Slab to External Sidewalk.
Base slab to external sidewalk is along building perimeter.
Please refer to Drawing B0-4300-13 for the detail and standard
width of sidewalk shall be 1500mm.
33
028
607. Bid Doc III, Drawings
B3-4200-02
Lean Concrete/ Gravel
Thickness of lean concrete and gravel bedding are not indicated
for the footing tie beam and slab-on grade.
May we assume it to be 50mm for the lean concrete and 100mm
for the gravel bed?
Thickness of lean concrete shall be 50mm thick while thickness of
gravel bedding shall be 100mm thick for footing, footing tie beams
slab on grade, etc.
33
029
608. Bid Doc III, Drawings
B3-4200-01, 02A
C-1 and F-5 detail
Along grids 5 and 6, between F and E of the foundation plan,
C-1 F-5 is indicated. Based on the F-5 Detail, the height of C-1
goes above the ground floor fin. Level; however, the height is
not indicated anywhere in the plan. May we assume C-1 height
up to ground floor fin, level only?
Please refer to Schedule of Columns for the correct height, Drawing
B3-4200-15.
33
030
609. Bid Doc III, Drawings
B3-4300-26 to 27
B3-4200-13 to 15; 17
Stair-2 Detail Plan of the architectural plan shows that there are RC
walls at Grid 5”/C-B; but there is no shearwall detail for this wall at the
structural plan. May we assume it to be CHB wall?
Please refer to Structural Drawing No. B3-4200-15. 33
031
610. Bid Doc III, Drawings
B4-4200-03 to 05
RC trellis 140x500 is shown at the second floor and roof deck framing
plan; but its reinforcement detail cannot be found. May we assume it to
Steel reinforcement for RC trellis (140 x 500) is the same as the
trellis detail of the fire station.
33
032
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 131 of 178
NO BID DOCUMENT QUESTION ANSWER Code
RC trellis be the same as the trellis detail of the fire station?
611. Bid Doc III, Drawings
B3-4300-29, 32
B3-4200-12
The appearance and size of the roof deck parapet of the control tower
are different in both the architectural and structural Drawings.
May we assume that the architectural drawing is correct?
Please follow Drawings B3-4300-29 and B3-4300-32 for
configuration of the VFR parapet wall.
33
033
612. Bid Doc III, Drawings
B3-4200-20
Ties bars of stair 3 and 4 are not indicated in the plan.
May we assume it to be 10mmØ ties bars @300 OC?
Z ties for stairs 3 and 4 shall be 10mmᴓ ties at 300mm OC. 33
034
613. Bid Doc III, Drawings
B3-4300-30, 31
B3-4200-20
Outside handrail of stairs 3 and 4 is shown as concrete at the
architectural plan; however, at the structural plan, it is CHB in material.
May we assume that the structural plan is correct?
Please follow Drawing B3-4200-20 for the correct wall type for
external stairs 3 and 4.
33
035
614. Bid Doc III, Drawings
B3-4300-06 to 09
B1-4200-25
Machine platforms
Machine platforms are shown on the architectural floor plans; but there
are no rebar details at the structural plan. May we assume it to be the
same as the machine platform and maintenance ladder platform details
for the passenger terminal building?
Machine platforms structural plans shall be decided later and
subject to re-measurement based on similar BOQ pay Item.
33
036
615. Bid Doc III, Drawings
B3-4200-04, 05, 06
Beam Ledge
Beam Ledge detail is shown in Drawing B3-4200-06, but its location
could not be found on the floor framing plan. May we assume that
its location is by the seismic gap in between the control tower and
Yes, this is the seismic gap located between control tower stem and
roof deck of the operation/administration Building along Grid
C/5-6.
33
037
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 132 of 178
NO BID DOCUMENT QUESTION ANSWER Code
operations/administration building (Grid C/5-6)?
616. Bid Doc III, Drawings
B3-4300-04, 06, 09, 15
B3-4300-46 to 48
B3-4300-52 to 53
Ceiling Height
Drawing B3-4300-04 Elevator Hall (1st-8th) indicates the ceiling
height as 2400mm/2700mm (5F), Drawing No. B3-4300-06 ad 09
indicates 2600 mm and Drawing B3-4300-15, 46 to 48 and 52 to 53
indicates 2400mm.
May we consider Drawings B3-4300-15, 46 to 48 and 52 to 53 to be
correct and consider the ceiling height as 2400mm?
Please follow ceiling height as indicated in Drawing B3-4300-06
and 07; floor plan.
The ceiling height shall be typical 2700mm.
33
038
617. Bid Doc III, Drawings
B3-4300-05, 15
Ceiling Finish
Drawing B3-4300-05 Internal Finishing Schedule (2) indicates the
ceiling finish of VFR Room (9-2) as C2, whereas Drawing B3-4300-15
General Cross Section indicates it to be C1.
May we consider Drawing B3-4300-05 Internal Finishing Schedule (2)
correct and consider the wall finish as C2?
Please refer to Drawings B3-4300-05 and B3-4300-48, Interior
Finishing Schedule and Reflected Ceiling Plan respectively.
Ceiling finish for VFR is C2.
33
039
618. Bid Doc III, Drawings
B3-4300-09
Miscellaneous Items
Please provide the specifications and details of the marked items shown
below.
Marked items; Bed and folding partitions are deleted.
Marked item, wall hung Lavatory shall be provided as indicated in
Drawing B3-4300-09 8th
floor plan.
With regards to the VFR equipment, please refer to N3-8300-06,
Air Navigation Facilities under Tabulation of Equipment.
33
040
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 133 of 178
NO BID DOCUMENT QUESTION ANSWER Code
619. Bid Doc IV, BOQ
B3-4370 Item no. 5, 22, &
43
We are unable to locate the following items indicated in the BOQ with
their respective quantities. Please provide proper location of these
items.
- (2B/EJD) At ceiling: 8m
- Wall mounted handrail (13/MD): 37m
Synthetic resin mixed paint type B (P-3) for Structural Steel: 213m2
2B/EJD at Ceiling is located between Roof Deck and Control
Tower Grid 5-6/ B-C.
Wall mounted handrail (12/MD) Type 2 is located at Stair-2, 8th
Floor. P3/MD Handrail is not used.
For synthetic resin mixed paint type B (P-3) for Structural Steel at
Control Tower, please see Drawing B3-4200-10 to 12.
33
041
620. Bid Doc IV, BOQ
B3-4320 Item no 9
Bid Doc III, Drawings
B3-4300-04
BOQ indicates that the finish of Machine Foundation is Waterproofing
(WP-5). May we assume the finish to be Epoxy Resin Floor Paint (P-6)
instead of Waterproofing (WP-5)?
Please follow BOQ. 33
042
621. Bid Doc III, Drawings
B3-4300-32
Corner Panel
Drawing B3-4300-32 Section Detail 1&2 Column Claddings &
Glazing Detail indicates that there is a 1.5mm thick Stainless Steel
Corner Panel (removable) 165 width x 2,046 high.
Please refer to Drawing B3-4300-32, Column Cladding and
Glazing Detail for Built-up Steel Column External Capping.
33
043
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 134 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Would it be appropriate to assume that the said material is placed on
each pipe enclosure‟s corners and its form would be L-typed
(165x165)?
622. Bid Doc III, Drawings
B3-4300-32
Drawing B3-4300-32 Section Detail 1&2 Column Claddings &
Glazing Detail indicates that there is a 1.5mm thick Mild Steel paint
finish, but the area of installation is not clearly shown in the Drawings.
Please provide proper detail for the said item.
Please refer to the above Q/A No.625. 33
044
623. Bid Doc III, Drawings
B3-4300-53
Internal Finishes
- May we consider the Internal finish of Elevator pit as Cement render,
20mm thick, to receive no finish? Otherwise, please provide
specifications and details.
Internal wall finish of elevator pit is cement render, 20mm thick. 33
045
624. Bid Doc III, Drawings
B0-4300-13 (31/MD)
Cable Trench
At Drawing No. B0-4300-13 (31/MD), the finish of the cable trench is
cement render. May we assume the finish to be Epoxy-resin Floor
Paint (P-6)?
Please refer to the above Q/A No. 599. 33
046
625. Bid Doc III, Drawings
B4-4300-11
Range Hood
In Drawing B4-4300-11 Kitchen Detail Plan & Section, may we
consider range hood (15/MD) to be out of scope (In Drawing
B0-4300-11 Common Detail 9, (15/MD) denotes to Stair Nosing)?
Range hood is included in the Scope of work.
For details of range hood; Please refer to the additional Drawing
B4-4300-11A as attached.
33
047
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 135 of 178
NO BID DOCUMENT QUESTION ANSWER Code
If not, please provide us specifications and details. For this change in BOQ, please refer to the above Q/A No. 228.
626. Bid Doc IV, BOQ
B5-4110 Item no.7
B5-4220 Item nos. 2, 10
Bid Doc III, Drawings
B51-4300-03
BOQ shows that there is Base Slab to External Sidewalk but in
Architectural and Structural Plans it is not shown in the plans.
Please provide the locations for the Base Slab to External Sidewalk.
Please refer to the above Q/A No. 610. 33
048
627. Bid Doc III, Drawings
B53-4300-02, 06
Canopy
The location of Canopy in Architectural and Structural Plans are
different. May we assume that the Architectural Plan is correct?
Please follow Drawing B53-4300-02. 33
049
628. Bid Doc III, Drawings
B54-4200-01
Gravel Bed Thickness
In Footing Section, there is conflict on the gravel bed thickness.
May we assume it to be 50mm?
Gravel bed thickness for footings, wall footings / beams / slab on
grade is 100mm thick.
33
050
629. Bid Doc III, Drawings
B51-4300-03
Exterior Finishes
Drawing B51-4300-03 Outline of Internal Finishing Schedule indicates
that there is a Concession Area and Lounging Area, but it is not clearly
shown in the Drawings. Please provide us proper detail and location for
the said areas. Moreover, also provide us proper details and locations
for the items indicated at the remarks column (Laminated Food
Counters with Shelves/Cabinets, Blind Box and Concrete Tables and
Benches, Blind Box).
Please refer to Drawing B51-4300-03 Floor Plan.
Laminated food counters with shelves cabinet, concrete tables and
benches are deleted, so please disregard Remarks indicated at the
Outline of Internal Finishing Schedule.
33
051
630. Bid Doc III, Drawings
B54-4300-02, 06
Beam and Column
Finishes
At Drawing B54-4300-02 Elevation; Tollbooth Layout Plan, the
columns and beams of canopy roof are made of “steel with P3”,
whereas Drawing B54-4300-06 Spot Details; Canopy Roof Plan &
Sections, they are made of concrete.
May we assume that they are made of concrete and the finish to be
Canopy columns are reinforced concrete cement rendered with P4.
(CNR)
33
052
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 136 of 178
NO BID DOCUMENT QUESTION ANSWER Code
cement rendered with P4?
631. Bid Doc III, Drawings
B52-4300-02, 03
Size of downspout
The size of downspout in 2FL Roof Deck have discrepancies in the
following drawings:
B52-4300-02 Outline of External Finishing Schedule: d=100mm dia.
B52-4300-03 Roof Plan: d=75mm dia.
May we consider B52-4300-02 Outline of External Finishing Schedule
which indicates d=100mm dia. to be correct?
Please refer to Drawing B52-4300-02 Roof Plan as well as Drawing
B52-5100-01 Mechanical Sanitary and Plumbing for Roof Drain.
Pipe. The pipe size is 75mm ᴓ.
33
053
632. Bid Doc IV, BOQ
B51-4320 Item no 5
Bid Doc III, Drawings
B51-4300-06 (3)
Width of Roof Ditch
The width of Roof ditch in 2FL Roof Deck have discrepancies in the
following drawings:
BOQ: 350mm wide
Drawing B51-4300-03 (2) Roof Plan: 250mm wide
May we consider B51-4300-06 (2) Roof Plan which indicates 250mm
wide to be correct?
Please refer to Drawing B51-4300-06 for the width of roof gutter
for Ancillary Buildings.
Roof gutter width is 250mm width.
33
054
633. Bid Doc III, Drawings
B53-4300-03, 06
Number of Roof drain
There were no indication of Roof drain in GDH, may we assume the
number of pieces to be 1 piece per Guard House?
Roof Drain location is shown in Drawing B53-4300-06 as well as
Drawing B53-5100-01, showing 1 pc roof drain / downspout per
Guard house.
33
055
634. Bid Doc IV, BOQ
B71to 73 -4320
Item no.5 Page 5, 14, 23
Bid Doc III, Drawings
B71, 72, 73-4300-03
Width of Roof Ditch
The width of Roof ditch in 2FL Roof Deck of LLZ, GS, VOR Building
have discrepancies in the following drawings:
BOQ: 350mm wide
Drawings B71 to 73-4300-03 Item 5: 300mm wide
May we consider that those Drawings B71 to 73-4300-03 Roof Plan,
Detail Section C which indicates 300mm wide to be correct?
Please follow B71, 72, 73-4300-03 (2, 10) Roof Plan, Detail
Section C. The width of the roof ditch is 300mm wide.
33
056
635. Bid Doc III, Drawings
B52-4300-03, 04
Drawing B52-4300-03 Internal Finishing Schedule indicates the ceiling
finish of Women‟s CR (1-02) as C6, whereas Drawing B52-4300-04
Please follow Drawing B52-4300-03 Internal Finishing Schedule.
Ceiling finish for Ancillary Buildings (DRL, CPT, GDH, TLB) is
33
057
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 137 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Ceiling Finish Longitudinal Section-2 indicates it to be C1.
May we consider Drawing B52-4300-03 Internal Finishing Schedule
correct and consider the ceiling finish as C6?
C6.
636. Bid Doc III, Drawings
B53-4300-06, 07
Ceiling Finish
Drawing B53-4300-06 Internal Finishing Schedule indicates the ceiling
finish of Toilet (1-02) as C6, whereas Drawing B53-4300-07 Toilet
Detail Plan indicates it to be C1.
May we consider Drawing B53-4300-06 Internal Finishing Schedule
correct and consider the ceiling finish as C6?
Please refer to the above Q/A No. 639. 33
058
637. Bid Doc III, Drawings
B53-4300-06
Locker
In Drawing B53-4300-06 Internal Finishing Schedule indicates that
there is a locker, whereas Floor Plan (GDH-2) shows otherwise.
Would it be appropriate to assume that the said material is unnecessary?
If needed, please indicate the size of this item?
Please refer to BOQ Section B53-4380. 33
059
638. Bid Doc III, Drawings
B52-4300-03, 04
Miscellaneous Item
In Drawing B52-4300-03, would it be appropriate to assume the
marked items shown below as dike and same with toilet floor finish
(8.0mm thick, 300 x 300mm ceramic floor tiles)?
Please provide details if needed.
Please refer to Drawing B52-4300-06.
The marked items are slop sinks, 620mm x 600mm x 300mm (h).
Floor Finish is F3, 300 x 300 x 8mm thick vitrified wainscoting and
W1, 300 x 300 x 6mm thick glazed wainscoting on the upstands.
33
060
639. Bid Doc III, Drawings
B53-4300-06
Partition and Mirror
Internal Finishing Schedule of Guard House 2 (GDH-2) indicates that
there are partition and mirror in Toilet (1-02), but the Drawing says
otherwise. Please confirm and provide details of the same.
Please disregard “partition” under Remarks as indicated on the
Finishing Schedule B53-4300-06.
33
061
640. Bid Doc III, Drawings
B62-4200-02
Slab on grade
In general structural notes, the concrete strength of slab on grade is not
indicated. May we assume the concrete strength to be fc=21 Mpa?
Please refer to Drawing B0-4200-01 Structural General Notes 1.
Concrete strength is fc=21Mpa (3000 psi) for slab-on-grade.
33
062
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 138 of 178
NO BID DOCUMENT QUESTION ANSWER Code
641. Bid Doc III, Drawings
B62-5100-01
Catch basin
In ground floor plumbing plan, catch basin is shown but there are no
reinforcement details. May we assume that the reinforcement details of
catch basin is the same as the details of cable trench?
Please follow reinforcements as shown in Drawing B62-4200-08,
Trench Details for catch basin reinforcements.
33
063
642. Bid Doc III, Drawings
B63-4200-01
B0-4200-01
Concrete Strength
The Concrete Strength is different in Drawing B0-4200-01 and in
Drawing B63-4200-01.
May we assume that Drawing B0-4200-01 is correct?
Please follow Drawing B0-4200-01, Structural General Notes 1 for
concrete strength.
33
064
643. Bid Doc III, Drawings
B63-4300-03
Outdoor Substation
There is an Outdoor Substation shown in Architectural Ground Floor
Plan in Drawing B63-4300-03. However, Structural Plan for Outdoor
Substation was not given.
Please provide the Structural Plan for Outdoor Substation.
Details of Equipment foundations, etc for the Outdoor Substation as
shown in Drawing B63-4300-03 shall be provided at a later date.
This shall be treated as re-measurement based on similar BOQ pay
item and rates.
33
065
644. Bid Doc III, Drawings
B63-4200-03
Catch Basin Detail
The Catch Basin shown in Ground Floor Plumbing Plan in Drawing
B63-5100-01 has no section detail and reinforcement schedule.
May we assume the Catch Basin Section Detail is same to Navaids
Building (B72) GS Building shown in Architectural Floor Plan of
Section B-B in Drawing B72-4300-03, and assum the reinforcement
schedule is same as the Cable Trench Reinforcement Schedule shown
in Structural Plan of Section B in Drawing B72-4200-01?
Please refer to the above Q/A No. 645. 33
066
645. Bid Doc IV, BOQ
B64-4220 Item no. 8
Bid Doc III, Drawings
B64-4300-03
Bill of Quantities shows that there is Base Slab to External Sidewalk
but in Architectural and Structural Plans it is not shown in the plans.
Please provide the location and detail for the Base Slab to External
Sidewalk.
Please refer to the above Q/A No. 610. 33
067
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 139 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B64-4200-01
646. Bid Doc III, Drawings
B62-4300-06
Oil Pit Finishes
At Section A-A of the Power House Architectural Elevation and
Sections, would it be appropriate to assume that the finish of the oil pit
shown in the Main Fuel Tank is Cement Render with Damp Proof
Paint (P-6)?
Yes, use cement render with damp proof paint P-6 including
upstand.
33
068
647. Bid Doc III, Drawings
B63-4300-03
Architectural Works
Please provide elevation, sections, finishes and details of Outdoor
Substation location at Grid A-B/4.
Please refer to the above Q/A No. 647. 33
069
648. Bid Doc IV, Drawings
B64-4300-02, 03
Bid Doc IV, BOQ
B64-4370 Item no. 4
Wall Finishes
BOQ description stated Synthetic Resin Emulsion Paint (P-1) to:
Cement Rendered wall (W-4)
Whereas; As shown in Drawing B64-4300-02, 03:
WLR – Cement Render Finish with P-4
Synthetic Resin Emulsion Multi-Layer Coating
May we consider WLR, which indicates “Synthetic Resin Emulsion
Multi-Layer Coating (P-4)” to be correct?
WLR finish is synthetic resin emulsion multi-layer coating as
indicated B1-4300-03, Legend for Paint Type.
33
070
649. Bid Doc III Drawings
B61-4300-03, 08
Beam Finishes
Beam finish of Electrical Room (01) and Pump Room (02) differ as
follows:
Drawing B61-4300-03 Internal Finishing Schedule: B2
Drawing B61-4300-08 Internal Elevations: B1
Please advise which one is correct.
Please follow Drawing B61-4300-03 Internal Finishing Schedule.
RC Beam finish is B2.
33
071
650. Bid Doc III, Drawings
B62-4300-03, 11
Floor Finishes
Drawing B62-4300-03 Internal Finishing Schedule indicates the floor
finish of Control Room (03) as F10, whereas Drawing B62-4300-11
Internal Elevation 1-2 indicates it to be F9.
Please advise which one is correct.
Please follow Drawing B62-4300-03 Internal Finishing Schedule.
Control Room (03) floor finish is F10.
33
072
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 140 of 178
NO BID DOCUMENT QUESTION ANSWER Code
651. Bid Doc III, Drawings
B62-4300-03, 08, 09
Ceiling Height
Ceiling height of Toilet 2 (12) differ as follows:
Drawing B62-4300-03 Internal Finishing Schedule: CH=2700
Drawing B62-4300-08 Toilet 2 Detail Plan & Sections : CH=2400
Drawing B62-4300-09 Reflected Ceiling Plan: CH=2400
Please advise which one is correct.
Please follow Drawings B62-4300-08, Internal Finishing Schedule
and Drawing B62-4300-09 Reflected Ceiling Plan. Ceiling height is
2400mm.
33
073
652. Bid Doc III, Drawings
B62-4300-03, 12
Skirting Finishes
Drawing B62-4300-03 Internal Finishing Schedule indicates the
skirting finish of Nap Room (15) as S3, whereas Drawing
B62-4300-12 Internal Elevation 2-2 indicates it to be S4.
Please advise which one is correct.
Please follow Drawing B62-4300-12 Internal Elevation 2-2.
Skirting shall be S4.
33
074
653. Bid Doc III, Drawings
B62-4300-03, 10
Skirting Finishes
Drawing B62-4300-03 Internal Finishing Schedule indicates the
skirting finish of Dining & Kitchen (10) as S3, whereas Drawing No.
B62-4300-10 Internal Elevation 2-2 indicates it to be S4.
Please advise which one is correct.
Delete Skirting for Dining and Kitchen (10). Wall finish for Dining
and Kitchen is W2. Skirting for this wall type is not applicable.
33
075
654. Bid Doc III, Drawings
B62-4300-03, 09, 10
Ceiling Finishes
Ceiling finish of Dining & Kitchen (10) differ as follows:
Drawing B62-4300-03 Internal Finishing Schedule: C6
Drawing B62-4300-09 Reflected Ceiling Plan: C1
Drawing B62-4300-10 Kitchen Detail Plan & Sections: C6
Please advise which one is correct.
Please follow Drawing B62-4300-03 and B62-4300-10, Internal
Finishing Schedule and Kitchen Detail Plan / Sections respectively.
Ceiling finish is C6.
33
076
655. Bid Doc III, Drawings
B63-4300-03
Ceiling Finishes
At Reflected Ceiling Plan, the ceiling finish of Laboratory (1-01) and
Control Room (1-02) is F6 which is a floor finish whereas Outline of
Internal Finishing Schedule indicates it to be C1?
Please advise which one is correct.
Please follow Drawing B63-4300-03, Internal Finishing Schedule.
Ceiling finish for Laboratory (1-01) and Control Room (1-02) is
C-1.
33
077
656. Bid Doc III, Drawings
B63-4300-03
Outline of Internal Finishing Schedule indicates the skirting finish of
Control Room (1-02) as S4, whereas Longitudinal Section indicates it
Please delete skirting for Laboratory (1-01) while skirting for
Control Room shall be S4.
33
078
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 141 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Skirting Finishes to be S4 and S5. Please advise which one is correct.
657. Bid Doc III, Drawings
B63-4300-03
Ceiling Finishes
Outline of Internal Finishing Schedule indicates the ceiling finish of
Toilet (1-05) and Shower (1-04) as C6, whereas Reflected Ceiling Plan
indicates it to be C3. Please advise which one is correct.
Please follow Drawing B63-4300-03, Internal Finishing Schedule.
Ceiling finish for Rooms 1-03, 104 and 1-05 is C6.
33
079
658. Bid Doc III, Drawings
B63-4300-03
Wall Finishes
Outline of Internal Finishing Schedule indicates the wall finish of
Laboratory (1-01) as W2, whereas Longitudinal Section indicates it to
be W3. Please advise which one is correct.
Please follow wall finish as indicated on the Internal Finishing
Schedule. Wall finish for Laboratory (1-01) is W2.
33
080
659. Bid Doc III, Drawings
B63-4300-04
Cable Trench
At Drawing B63-4300-04, the finish of the cable trench is cement
render. May we assume the finish to be Epoxy-resin Floor Paint (P-6)?
Please refer to the above Q/A No. 599. 33
081
660. Bid Doc III, Drawings
B63-4300-04
Bid Doc IV, BOQ
B63-4350 Item no. 2
Trench Pit Cover
Regarding the trench pit cover (W=600) shown at Control Room at
Drawing B63-4300-03, BOQ B63-4350 Item No. 2 /Page 33 indicates
it as W<600 Mild Steel Grating, whereas Drawing B63-4300-04
indicates that trench pit cover should be 4.5mm thick checkered steel
plate. May we consider Drawing B63-4300-04 correct?
Please refer to the above Q/A No. 600.
In the BOQ B63-4350, description of Item no. 2 shall be amended
to [Trench pit cover W<600 ; 4.5mm thick checkered steel plate
(31/MD)].
33
082
661. Bid Doc III, Drawings
B63-4300-03
Blind Box
At the Outline of Internal Finishing Schedule of Laboratory (1-01) and
Control Room (1-02), Blind box is indicated but we are unable to locate
this item in the Reflected Ceiling Plan.
May we assume that blind box unnecessary?
Please disregard the remarks “blind box” at the Finishing Schedule
of Drawing B63-4300-03.
33
083
662. Bid Doc III, Drawings
B62-4300-04
Architectural Works
Please specify the marked item shown below. Please disregard the marked item as shown. 33
084
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 142 of 178
NO BID DOCUMENT QUESTION ANSWER Code
663. Bid Doc III, Drawings
B0-4300-13 (31/MD)
Cable Trench
At Drawing B0-4300-13 (31/MD), the finish of the cable trench is
cement render.
May we assume the finish to be Epoxy-resin Floor Paint (P-6)?
Please refer to the above Q/A No. 599. 33
0 85
664. Bid Doc III, Drawings
B0-4300-11 (7B/MD)
B62-4300-08 (4)
Urinal Detail
Drawing B0-4300-11 (7B/MD) indicates that there is a Toilet Coping
(t=20 polished finished granite stone) at Power House (PWH) Toilet 2
urinals, whereas Drawing B62-4300-08 (4) has none. May we consider
Drawing B62-4300-08 (4) correct and consider that there is no Toilet
Coping at the urinals? Also, kindly specify the item (size
1570x100mm) shown above the urinal.
Please follow Drawing B0-4300-11 (7B/MD). Provide cavity wall
as well as polished granite stone. Follow length of cavity wall as
shown in Drawing B62-4300-08, Elevation B.
Item size is 1570 x 150mm inclusive of cavity wall thickness of
100mm thick.
33
086
665. Bid Doc III, Drawings
B63-4300-03
Toilet Partition, Mirror
The Outline of Internal Finishing Schedule indicates that there is a
Toilet Partition and a Mirror at STP Control Room Toilet.
May we assume that the Toilet Partition is unnecessary?
Also, kindly provide the size of the Mirror.
Please delete toilet partition as indicated on the Internal Finishing
Schedule under remarks.
Provide facial mirror 800mm (W) x 1000mm (L). Follow 21A/MD
for mirror details.
33
0 87
666. Bid Doc III, Drawings
B62-4300-03
Toilet Partition, Mirror
The Outline of Internal Finishing Schedule indicates that there is a
Toilet Partition and a Mirror at Power House Building Janitors Closet.
May we assume that the Toilet Partition and Mirror are unnecessary?
Please provide toilet partition and facial mirror for Toilet 1 as
indicated in Internal Finishing Schedule, under remarks.
Delete Remarks indicated in the Internal Finishing Schedule for
Janitor‟s Closet (14).
33
088
667. Bid Doc III, Drawings In Architectural Plans & Elevations, the footing thickness is 300mm Please follow 400mm thick for footing thickness as indicated in the 33
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 143 of 178
NO BID DOCUMENT QUESTION ANSWER Code
B71-4200-01
Thickness of footing
which is different from 400mm thick in footing details. May we
assume the footing thickness to be 400mm?
footing details. 089
668. Bid Doc III, Drawings
B71-5100-01
Catch basin
In ground floor storm drainage plan, catch basin is shown but there is
no reinforcement details. May we assume that the reinforcement details
of catch basin is the same as the details of cable trench?
Please refer to the above Q/A No. 645. 33
090
669. Bid Doc III, Drawings
B72-4200-03
Catch Basin Detail
The Catch Basin shown in Architectural Floor Plan in Drawing
B72-4300-03 has no section detail and reinforcement schedule.
May we assume the Catch Basin Section Detail is same as the Cable
Trench Reinforcement Schedule shown in Structural Plan of Section B
in Drawing B72-4200-01?
Please refer to the above Q/A No. 645. 33
091
670. Bid Doc III, Drawings
B73-4200-01
Additional reinforcement
bar
In roof deck framing plan, an additional reinforcement bar is shown but
there is no detail. May we assume that the reinforcement bar is not
necessary as seen in attached drawing (Attachment 5)? If necessary,
please provide details.
Please note that “Attachment 5” has not been submitted with this
Bidder‟s query.Reinforcement shall be as indicated in the same
Drawing.
33
092
671. Bid Doc III, Drawings
B73-4200-01
Details of Roof vent
In roof vent section detail, the horizontal and vertical reinforcement
bars of the wall given has two pitch indicated. May we assume the bar
diameter and pitch to be 10mm ᴓ @300?
Reinforcement shall be 10mmᴓ at 300 O.C. EW. 33
093
672. Bid Doc III, Drawings
B73-4200-01
Details of Parapet
In Architectural Plans, Elevations & Section Layout, there is a parapet
indicated but reinforcement details are not indicated.
May we assume that parapet reinforcement detail is the same as
Navaids Building GSB?
Please refer to the above Q/A No. 675. 33
094
673. Bid Doc III, Drawings
B73-4200-01
Details of Canopy
In canopy section detail, may we assume that the 6-10mmᴓ Top and
Bottom bars is read as 8-10mmᴓ bars instead?
8-10mmᴓ bars as shown in Section B of Drawing B73-4200-01. 33
095
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 144 of 178
NO BID DOCUMENT QUESTION ANSWER Code
674. Bid Doc III, Drawings
B73-4200-01
Thickness of footing
In Architectural Plans & Elevations, the footing thickness is 300mm
which is different from 400mm thick in footing details. May we
assume the footing thickness to be 400mm?
Please refer to the above Q/A No. 671. 33
096
675. Bid Doc III, Drawings
B73-5100-01
Catch basin
In ground floor storm drainage plan, catch basin is shown but there are
no reinforcement details. May we assume that the reinforcement details
of catch basin is the same as the details of cable trench?
Please refer to the above Q/A No. 645. 33
098
676. Bid Doc III, Drawings
B71to 73-4300-03
External Trench Pit Cover
Please provide specification for External Trench Pit Cover located in
the sidewalk of LLZ, GSB and VOR (grid 1-2/A).
From the manhole underground external trench are ducted. 33
099
678. Bid Doc III, Drawings
B71 to 73-4300-03
Air-con Pad Height
At sidewalk of LLZ, GSB and VOR, may we assume the height of
Air-con Pad to be 200mm?
Height of outdoor unit concrete pad shall be 200mm, reckoned
from faceline of building sidewalk.
33
100
679. Bid Doc III, Drawings
B71-4300-02, 03
Floor Finish
Drawing B71-4300-02 External and Internal Finishing Schedule
indicates the floor finish of Power Room (1-02) as F8, whereas;
Drawing B71-4300-03 Detail Section C indicates it to be F6B.
Please confirm which is correct.
Please follow Drawing B71-4300-02 for floor finish of Power
House (1-02). Floor finish is F8.
33
101
680. Bid Doc III, Drawings
B71-4300-02, 03
Ceiling Finish
Drawing B71-4300-02 External and Internal Finishing Schedule
indicates the ceiling finish of Power Room (1-02) as C4.
Whereas; Drawing B71-4300-03 Reflected Ceiling Plan indicates it to
be C5. Please confirm which is correct.
Please follow Drawing B71-4300-02, External and Internal
Finishing Schedule. Ceiling finish of Power House (1-02) is fair
faced concrete with P-1.
33
102
681. Bid Doc III,
DrawingsB72-4300-02, 03
Floor Finish
Drawing B72-4300-02 External and Internal Finishing Schedule
indicates the floor finish of Power Room (1-02) as F8.
Whereas; Drawing B72-4300-03 Detail Section C indicates it to be
F6B. Please confirm which is correct.
Please follow Drawing B72-4300-02 External and Internal
Finishing Schedule. Floor finish of Power Room (1-02) is F8.
33
103
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 145 of 178
NO BID DOCUMENT QUESTION ANSWER Code
682. Bid Doc III, Drawings
B72-4300-02, 03
Ceiling Finish
Drawing B72-4300-02 External and Internal Finishing Schedule
indicates the ceiling finish of Power Room (1-02) as C4, Drawing
B73-4300-03 Reflected Ceiling Plan indicates it to be C5; and Detail
Section C indicates it to be C1.
Please follow Drawing B72-4300-02 External and Internal
Finishing Schedule. Ceiling finish for Power Room (1-02) is C4.
33
104
683. Bid Doc III, Drawings
B73-4300-02, 03
Floor Finish
Drawing B73-4300-02 External and Internal Finishing Schedule
indicates the floor finish of Storage Room (1-03) as F8.
Whereas; Drawing B73-4300-03 Detail Section C indicates it to be
F6B. Please confirm which is correct.
Please follow Drawing B73-4300-02 External and Internal
Finishing Schedule. Floor finish of Storage Room (1-03) is F8.
33
105
684. Bid Doc III, Drawings
B73-4300-02, 03
Ceiling Finish
Drawing B73-4300-02 External and Internal Finishing Schedule
indicates the ceiling finish of Power Room (1-02) as C4. Whereas;
Drawing B73-4300-03 Reflected Ceiling Plan indicates it to be C5.
Please advise which is correct.
Please follow Drawing B73-4300-02, External and Internal
Finishing Schedule. Ceiling finish of Power Room (1-02) is C4.
33
106
685. Bid Doc III, Drawings
B71 to 73-4300-03
Trench Pit
In Drawing B71 to 73-4300-03 Floor Plan, Roof Plan, Ceiling Plan,
Elevations, Sections & Section Detail, would it be appropriate to
assume the specifications of the following items listed below?
Trap – 22mm diameter, 400mm wide
Trench pit wall opening 250mm – vinyl pipe 250mm diameter
Trench Pit internal finish – Epoxy Resin Floor Paint (P-6)
Please refer to Floor Plan regarding Trench depth and width.
Trench internal finish is epoxy resin floor paint P-6. Please refer to
B0-4300-13 for the Detail.
33
107
686. Bid Doc III, Drawings
B0-4300-13 (31/MD)
Cable Trench
At Drawing B0-4300-13 (31/MD), the finish of the cable trench is
cement render. May we assume the finish to be Epoxy-resin Floor Paint
(P-6)?
Yes, cable trench is cement render finish with epoxy resin floor
paint (P-6).
33
108
687. Bid Doc III, Drawings
B0-4300-12 (20/MD)
B71to 72-4300-03
Drawing B0-4300-12 (20/MD) indicates that there are Fuel Tank
Basins with Sump Pits at Navaid LLZ and GSB Buildings.
Whereas; Drawings B71-4300-03, B72-4300-03 have none.
There are no Fuel tank basins with sum pits at LLZ and GSB
Buildings.
33
109
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 146 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Fuel Tank Basin Please advise which is correct.
688. Bid Doc II, Spec
Section 4350: Page 99
Trench Cover
Specifications Section 4350: Metalwork Page 99 indicates the material
of the Trench Cover (W≤450) at Navaid LLZ, GSB and VOR
Buildings to be 4.5mm thick checker steel plate.
Trench covers (W<450) at Navaid LLZ, GSB and VOR shall be
4.5mm thick checkered steel plate.
33
110
689. Bid Doc IV, BOQ
Section B1 to B7
Polyethylene waterproof
May we assume that all buildings need Polyethylene waterproof
membrane except for the Toll Booth?
All buildings shall be provided with polyethylene sheet, including
Toll Booth.
33
111
690. Bid Doc III, Drawings
General (BO)
Bid Doc IV, BOQ
B1 to 7- 4220
Concrete Strength
There are conflicts about concrete strength of the buildings between
Drawing B0-4200-01 and Bill of Quantities Section B1 to B7-4200
concrete works. Please advise which is correct.
Example: FSM Building (Footing)
In Drawing B0-4200-01--------fe=21MPa
In BOQ (B4: FSM/Page 3) --- fc = 28 MPa.
Please follow General notes regarding concrete strength as
indicated in Drawing B0-4200-01.
33
112
691. Bid Doc II, Spec
Section 4230 (Page 27)
Bid Doc IV, BOQ
B3-4230 Item no. 5
Bid Doc III, Drawings
B3-4200-11
Regarding Floor deck material, there is discrepancy as follows.
Specification & Bill of quantity: galvanized 1.2mm thick, 51mm high
Drawing: 0.75mm thick, 75mm high.
Please advise which is correct.
Please follow BOQ and Specification. 33
113
692. Bid Doc I, Section VII
GC 12.2
Bid Doc I, Section VIII
PC Part B 12.2
Method of Measurement
For elements of works where bidders are required to check and develop
verify the Employer‟s Design, please confirm that wherever in the Bills
of Quantities there is a rate to be provided for an element of work,
rather than a „SUM‟, then the items comprising of that rate will be
A) Re-measured and
Yes, confirmed. 33
114
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 147 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Such re-measurement will be from the Contractor‟s final as-built
drawings of the same.
693. Bid Doc II, Spec
Section 7050 (Page 8)
Clause 9.5 Training of
Employer‟s Personnel
Please clarify that air fare for Employer‟s personnel would be okay for
Economy class. Please specify what would be the subsistence
allowance for our cost build-up purpose.
Please refer to the above Q/A No.253. 33
115
694. Bid Doc II, Spec
Section 7400 Clause 3.0
(Page 57)
Bid Doc IV, BOQ
B1-7400 Item nos. 1 to 3
The quantity of baggage inspection system in the specification 7400 is
4 units, i.e. Type 1 – 1 unit, Type 2 – 2 units, Type 3 – 1 unit
While in the BOQ, the quantity of baggage inspection system is 5 units,
i.e. Type 1 – 2 units, Type 2 – 2 units, Type 3 – 1 unit
Please clarify what to follow.
Please refer to the above Q/A No.313. 33
116
695. Bid Doc II, Spec
Section 7400 Clause 5.1
(Page 64)
TSA certificate (EDS) -
Multi-view type X-ray
The required EDS equipment L3 MVT-HR listed in the specification
7400 clause 5.1 is NOT included in the TSA list as EDS but Advance
Technology (x-ray transmission) or Non-CT technology.
In the TSA list, it is composed of two types of x-ray technologies:
1. Advance Technology (x-ray transmission) or Non-CT technology.
2. CT Technology
Explosive Detection System or EDS is based on CT Technology. So, in
the TSA list, both MVT-HR and other EDS x-ray machine model such
as HS 10080 EDX-2 is in the TSA list under Non-Computed
Tomography (Non-CT) Transmission X-ray Devices but not in the
EDS table (see page 6 of TSA list). We therefore consider that TSA
certificate which was required in specification 7400 clause 5.1 means
“Advance Technology (x-ray transmission) or Non-CT technology”.
Yes, MVT-HR is TSA certified advanced technology (X-ray
transmission, non-CT).
The equipment is recommended by IATA for Level-1 and Level-2
(residual image reprocessing) for Inline HBS (Hold Baggage
Screening).
33
117
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 148 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Please confirm.
696. Bid Doc II, Spec
Section 7400 Clause 2.3
(Page 56)
Power source for ASS
B) In the Specification 7400 clause 2.3, only 1 phase, 230 VAC,
60Hz are specified. All stand-alone conventional x-rays (type 1, 2
& 3) and walkthrough metal detectors and Electronic Trace
Detector (ETD) are working on a 230 VAC power supply.
However, EDS x-ray machines are working on 3 phase, 400 VAC
+/- 10%, 3 phase is also acceptable as power source.
The power source is available to 1 phase or 3phase 230V only. 33
118
697. Bid Doc II, Spec
Section 7400 Clause 3.5
(Page 58)
Tunnel Size and Baggage
Size
Our offered tunnel size for type 2 x-ray machine is 620mm x 460mm.
The maximum object size that will fit to this tunnel size is 615mm x
455mm. This size is the standard tunnel size of x-ray machine being
used at all airports here in the Philippines. 615mm x 455mm is the
maximum baggage size that aviation authority and airlines permits as
hand carried items that will fit in the aircraft overhead cabin.
In this regard, we request that this particular provision in the
specification 7400 clause 3.5 (11) should be amended from 650mm x
450mm to 615mm x 455mm.
Please refer to the above Q/A No. 243. 33
119
698. Bid Doc II, Spec
Section 7400 Clause 3.5
(Page 59)
ASS Conveyor Height
Our proposed x-ray machine for type 1 and 2 has a conveyor height of
approx. 755mm. There are a lot of experiences as installed in Philippine
airports as standard height. In this regard, we ask that this item be
amended from 700mm – 750mm to 755mm to 795mm.
Please refer to the above Q/A No. 243. 33
120
699. Bid Doc II, Spec
Section 7400Clause 3.12
(b) (Page 61)
X-ray generator
140KV vs 160KV:
160 kiva x-ray generator:
Steel penetration: 30 to 35mm
Wire resolution: 40 to 41 AWG
Please follow Specification. Section 7400, Clause3.12 (b). 33
121
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 149 of 178
NO BID DOCUMENT QUESTION ANSWER Code
140kv x-ray generator:
Steel penetration: 27 to 29mm
Wire resolution: 38 to 39 AWG
The standard power of x-ray generator being use by all x-ray machines
in Philippine airports are already 160kv.
700. Bid Doc II, Spec
Section 7400 Clause 5.3
(3) (Page 64)
Now we plan to supply consumable of ETD for DNP only.
Please confirm if you require more even after DNP.
Consumables shall be required for the same period of spare parts,
i.e. for 2 years after substantial completion, or for 1 year after DNP.
33
122
701. Bid Doc II, Spec
Section 7400
Oversize baggage scale
Whose scope is the oversized baggage scale near oversized baggage
x-ray?
Please refer to the above Q/A No.313. 33
123
702. Bid Doc I, Section VII
GC 13.8 (Page 44)
Adjustments for Changes
in Cost
According to this contract condition, the amounts payable to the
Contractor shall be adjusted for rises or falls in the cost of labour,
Goods and other inputs to the Works according to the formulae as
proposed by the Contractor in the “Schedule of Adjustment Data” in
the Bidding Forms. On the other hand, we understand that IRR of
P.D. 1594 as amended on 12 Aug 2000 will be applied to every public
works which are implemented in the Republic of the Philippines.
According to this IRR or P.D. 1594, 5% of rises or falls of such costs
are not subject for adjustment. Please confirm if this understanding is
correct or not.
Please note that PD No. 1594 has been superseded by RA 9184.
At any rate, the Project is a Foreign Assisted Project (FAP; as
defined by RA 9184) which shall be governed by JICA
Procurement Guidelines (October 2012) based on FIDIC2010
(MDB Harmonized Edition).
33
124
703. Bid Doc I, Section VIII
PC Part B 1.5
Page 1 of 6
According to PC Part B 1.5, the priority of document (k) the completed
Schedules (BOQ) is lower than (i) the Specification and (j) the
Drawings. This means that if there is conflict between the completed
The priority is basically as state in the same PC Part B 1.5.
The completed Schedule (BOQ) shall not take precedence over,
because it is a sum of Bidder‟s quoted rate multiplied by
33
125
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 150 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Priority of Documents Schedules (BOQ) and the Specification/Drawings, the Contractor
should estimate based on the “Specification/Drawings”, not the
completed Schedule (BOQ). However, there is the statement;
“Permanent works only shall be subject to re-measurement” in
Specification Section 1180 Clause 1.5. Please clarify which one (either
“the completed Schedules (BOQ)” or “the Specification / Drawings”
take precedence over the other one clearly.
currently-given quantity, the amount of which would later vary
according to re-measurement based on actual works performed. The
bottom line is that the Bidder‟s quoted rates against the
Specification and Drawings are the most respected.
704. Bid Doc II, Spec
Section 1155 Clause 2.0
(Page 52)
Long Term Maintenance
and Repair Services
The long term maintenance and repair services are required to be
carried out by the Contractor. Please clarify followings for estimation
purpose:
1) Which Equipment / System?
2) What is the duration for each equipment / system?
What sort of services in detail are required?
Those are all depending upon the Operation and Maintenance
Manuals to be submitted later under Specification Section 1165
Clause 15.0.
33
126
705. Bid Doc II, Spec
Section 1150 Clause 1.3
(c) (Page 50)
sampling and analysis for
STP operation
Please confirm that contractor‟s scope is the training for Laboratory
control (sampling and analysis) – for STP operation but not to supply
the laboratory equipment and consumable for the training.
Laboratory equipment and consumables for initial year of operation
shall be required under Specification Section 3305 Clause 5.2 (3).
Bidder is advised to include such supply costs in BOQ Section
U3-3305 Item No. 1.
33
127
706. Bid Doc II, Spec
Section 3350 Clause 2.0
(Page 150)
Specified quantities and
indicative quantities
There is discrepancy in quantities between Specification 3350 clause
2.1 to clause 2.30 and BOQ U3-3350 Page 13 to 14.
Please confirm that Bidder should estimate based on Specification.
Bidder is advised to estimate based on the Specification.
In the BOQ U3-3350 Mechanical Equipment, quantities shall be
amended as follows:
Item
No. Description Unit
Quantity amended
from to
7 PU-201. Row water pump No. 1 3
8 MX-202. Mixer for Equalization tank No. 1 2
10 NW-204. Manual Operated Adjustable No. 1 2
11 AE-301. Aerator No. 1 5
33
128
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 151 of 178
NO BID DOCUMENT QUESTION ANSWER Code
13 MW-303. Inlet Distribution weir No. 1 2
14 NW-304. Outlet Distribution weir No. 1 2
15 SC-401. Clarifier (Include two (2)
Clarifier; with steel walkway and stairs) No. 1 1
16 PU-402. Return Sludge Pump No. 1 3
17 PU-403.Waste Sludge Pump No. 1 3
18 MV-404. Sludge Outlet Valve No. 1 2
22 IS-502. Treated Water Inlet Screen No. 1 2
23 CL-601. Chlorine Solution Tank / Pump /
Mixer No. 1 2
24 MV-602. Disinfection Tank Inlet Valve and
By-pass Valve No. 1 2
27 PU-703.Thickened Sludge Pump No. 1 3
707. Bid Doc II, Spec
Section 7300 Clause 1.0
Spare Parts for BHS
Please specify the exact list of items, its quantities and the time period
(i.e. for how many years) of spare parts to be provided with regards to
Section 7300 BHS.
Please refer to the above Q/A No. 54. 33
129
708. Bid Doc II, Spec
Section 7400 Clause 1.0
Spare Parts for ASS
3) Please specify the exact list of items, its quantities and the time
period (i.e. for how many years) of spare parts to be provided with
regards to Section 7400 Airport Security System.
Please refer to the above Q/A No. 54. 33
130
709. Bid Doc II, Spec
Section 8050Clause 10.2
(4) (b) (Page 9)
Please specify the duration and number of employer‟s engineer who
will attend witness test at factory.
The Duration depends on the Manufacturer‟s recommendation.
At least one (1) each. From Employee and Engineer will attend test
at factory.
33
131
710. Bid Doc II, Spec
Section 7400 Clause 5.1
(2), (3) (Page 64)
Data Network for EDS
Is the data network between workstations and the EDS machines
dedicated or shared network? In case of shared network, which
section is it to supply network switch box?
Please choose the dedicated one.
33
132
711. Bid Doc II, Spec
Section 7400Clause 3.10
Exposure reading via Digital Memory Unit is not a standard accessory
of x-ray machine but more on a personal device used by people
The Bidder can propose alternative. 33
133
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 152 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(4) (Page 60)
Exposure reading
working on the x-ray machines. In this regard, we would like to
request that this provision be deleted. As alternative, we would like to
propose counters that are available in the x-ray machine as optional
accessories such as:
1. Total Hours
2. X-ray Hours
3. Luggage Counter
4. Alarm Counter
These are most relevant as alternative accessories for this item.
712. Bid Doc II, Spec
Section 7500 Clause 5.4
(2) (a) (Page 79)
Manufacturer‟s routine tests are required under witness by the
Engineer. How many engineers are expected to attend this test at
manufacturer‟s factory?
At least one (1) each from Employer and Engineer. 33
134
713. Bid Doc II, Spec
Section 7500 Clause 3.4
(c) 40 inch LCD monitor
Quantity 30 of 40 inch LCD monitor is required, while It is 29 in the
BOQ. Which is correct?
Please follow BOQ. 33
135
714. Bid Doc II, Spec
Section 8050Clause 10.2
(4) (Page 9)
Employer‟s and Engineer‟s
attendance to the tests
We think the demonstration tests attended by Engineer and/or
representative from Employer are only the following test.
(1) Factory Acceptance Test (Witness Test at Factory)
(2) Site Acceptance Test (Acceptance Test at Site)
And we understand the following tests are carried by the Contractor
himself (no attendance of Engineer and/or Employer).
(3) Test at Factory
(4) Preliminary Test at Site
(5) Reliability Test
1. The following tests are attended by Employer and Engineer.
a. FAT based on test procedure
b. SAT based on test procedure
2. The following tests are not attended by Employer and
Engineer.
c. Test at Factory (By manufacturer‟s self)
d. Preliminary Test at Site (By manufacturer‟s self)
e. Reliability Test (By manufacturer‟s self)
3. Accommodation & Transportation in relation to Flight test.
33
136
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 153 of 178
NO BID DOCUMENT QUESTION ANSWER Code
In addition, the flight test will be carried out by the Employer with the
assistance of Contractor after completion of all above tests.
And according to the specification, the accommodation and
transportation between Manila and test site for Employer‟s personnel
are required for only flight test. Please confirm.
In reply to your question “for only flight test”, please understand
the cost of the other tests are included in the other item.
715. Bid Doc II, Spec
Section 8100 Clause 2.3
(4) (Page 38)
Please confirm that the sum of the modulation depth of the radio
frequency carrier is required to be less than 60% in accordance with
the latest ICAO regulation as per Annex 10 REF to 3.1.3.5.3.6.1.
“Not exceed 60%” is correct. 33
137
716. Bid Doc II, Spec
Section 8100 Clause 6.2
(a) ii DC power supply
Is it possible output voltage is DC 48V? Output voltage doesn‟t
influence other equipment.
It should be 24V. 33
138
717. Bid Doc II, Spec
Section 8200 Clause 2.2
(1) (e) Transmitter
Please tell us what is meaning of “±50o in steps of 0.1o” in the
statement.
Please refer to the above Q/A No. 569. 33
139
718. Bid Doc II, Spec
Section 8200 Clause 2.2
(9) (a) DME antenna
Is it possible that DME antenna is placed on counterpoise, not on the
center of counterpoise. It is the view of Collocate(ing) as a site.
The collocation of the DME should be at the center of a
counterpoise.
33
140
719. Bid Doc II, Spec
Section 8200 Clause 2.2
(9) (b) Monitor antenna
Is it possible for a monitor antenna Type by Yagi-Antenna which
satisfies performance rather than a Dipole antenna?
The Bidder can propose alternative. 33
141
720. Bid Doc II, Spec
Section 8200 Clause 3.2
(11) Obstruction light
Is it possible for Obstruction Light to attach on a support rather than to
attach to a DME antenna?
The Bidder can propose alternative. 33
142
721. Bid Doc II, Spec Specification says, the Transceiver shall be operated by AC/DC The VHF AM Transceiver for FSS Radio Room is not necessary to 33
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 154 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 8300 Clause 4.7
(1)(d)
VHF AM Transceiver
Voltage, to be installed at the VFR room, FSS Radio room and fire
tracks. However, the transceiver at FSS Radio Room is not mentioned
in the BOQ nor Drawing N0-8050-02. Please clarify the VHF AM
Transceiver for FSS Radio Room is necessary or not.
provide. 143
722. Bid Doc II, Spec
Section 8300 Clause 4.8
(2) (a) VHF FM
Transceiver Channel
spacing 25KHz
FCC made Public Notice that as of January 2013, all land mobile radios
in the 150-174MHz bands must operate on 12.5KHz. It is most
unlikely to purchase VHF FM radio with 25 KHz CH spacing in the
market. Is it possible to have NTC permit for radio with 25 KHz?
Please follow the Specification. 33
144
723. Bid Doc II, Spec
Section 8300 Clause 2.3
(5) (k) VCCS (DC Power
Supply for VCS)
In the event of main power supply failing, 20kVA UPS in the same
room will provide emergency power for 30min as 1st backup. In
addition, Stand-by Generator will provide near instantaneous protection
shortly after UPS operation as 2nd backup. On the other hands, air to
ground communication will be able to continue by Transceivers
installed at VFR room which are backed up independent Backup DC
Power Supply. Is it necessary to prepare the DC power supply as 3rd
redundant backup power supply?
The controller needs to continuously operate the radio
communication even though the disaster occurs. If the power cable
between VFR room and Equipment room is physically damaged
with shutdown, the power distribution should be automatically
transferred to DC power supply system at VFR room. Therefore the
DC power supply system should be provided at VFR room.
33
145
724. Bid Doc II, Spec
Section 8300 Clause 3.2
(6) Digital Voice Recorder
In the event of main power supply failing, 20kVA UPS in the same
room will provide emergency power for 30 min as 1st backup. In
addition, Stand-by Generator will provide near – instantaneous
protection shortly after UPS operation as 2nd backup. Is it necessary to
prepare the DC power supply as 3rd redundant backup power supply for
Digital Voice Recorder?
Please follow the Specification. 33
146
725. Bid Doc II, Spec Please confirm whether “(h) Contractor‟s workforce accommodation, All those Contractors temporary facilities can be established in the 33
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 155 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1115 Clause 1.3 bunk houses, etc.” as stipulated in the Specification, are to be
established within the Site or outside of the Site.
Contractor‟s Yard shown in the Attachment A (2/2) to Specification
Section 1000 series.
147
726 Bid Doc III, Drawings
L6-9600-02
Apron Floodlighting
Installation detail of Apron Floodlight
The drawing did not mention the size of concrete foundation and
concrete pavement for Apron Flood Light. Please clarify the following:
1) Length, width and depth of concrete foundation
2) Anchor bolt detail of Apron Flood lighting
3) Length, width and thickness of concrete pavement
4) Reinforcement bar detail of concrete foundation
Reinforcement bar detail of concrete pavement (if necessary)
This is Contractor‟s Design in accordance with Specification
Section 1140. Bidder is advised that the Size of foundation and
reinforcement details depend on the size and weight or Bidder‟s
proposed products and manufacturer‟s recommendation.
34
008
727. Bid Doc III, Drawings
N1-8100-03 ILS
Please specify the Reinforcement bar detail of concrete foundation of
LLZ Monitor Antenna
Ditto. 34
009
728. Bid Doc III, Drawings
N1-8100-07ILS
Please provide the Reinforcement bar detail of concrete foundation of
GS Antenna.
Ditto. 34
010
729. Bid Doc III, Drawings
N1-8100-08 ILS
Please provide the Reinforcement bar detail of concrete foundation of
T-DME Antenna.
Ditto. 34
011
730. Bid Doc III, Drawings
N1-8100-09 ILS
5) Please provide the Reinforcement bar detail of concrete foundation
of GS Monitor Antenna.
Ditto. 34
013
731. Bid Doc III, Drawings
N1-8200-01, 02
VOR/DME
Please clarify/provide the following:
1) Total number of Counterpoise concrete foundation.
Reinforcement bar detail of concrete foundation of Counterpoise.
Ditto. 34
015
732. Bid Doc III, Drawings
N3-8300-04:HF antenna
Please provide the Reinforcement bar detail of HF Antenna concrete
foundation.
Ditto. 34
016
733. Bid Doc III, Drawings Please provide the Reinforcement bar detail of MET at 03 side. Ditto. 34
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 156 of 178
NO BID DOCUMENT QUESTION ANSWER Code
N4-8400-02 MET 017
734. Bid Doc III, Drawings
N4-8400-03 MET
Please provide the following:
1) Reinforcement bar detail of MET at 21 side.
Reinforcement bar detail of RVR at 21 side.
Ditto. 34
018
735. Bid Doc III, Drawings
N4-8400-04 MET
2) Please provide the Reinforcement bar detail of Ceilometer at 21
side and the dimension of the foundation.
Ditto. 34
019
736. General Our corporation will form a “Joint Venture” with “A Japanese
Company” (the JV) to participate this bid as a “Bidder”. If we could be
selected as a “Contractor”, the JV will obtain a special PCAB License
under the name of JV for this project. Likewise, the JV will apply for
TAX registration to BIR subject to Philippines Income Tax Law.
On the other hand, our corporation and “A Japanese Company” don't
have any Branch/PE in Philippines now. Considering the tax
exemption of this ODA related Project, is our understanding correct
that it's not required to apply for any tax registration under the name of
our corporation's Philippines Branch and under the name of “A
Japanese Company's Philippines Branch” by each?
Sincerely thanks for your kind confirmation and instruction.
The Bidder‟s understanding may be correct, however, the winning
Bidder must make sure by its own with tax office that the JV can be
duly paid VAT and jointly make tax return with such proposed
arrangement.
38
001
737. Bid Doc IV, BOQ
U2-3210 Item no. 26,
Power Supply System,
We could not find the One-Line Diagram for “Electrical Power Supply,
Low Voltage Switch Gear, LVSG - WPH, 230V”.
Please provide us with it.
Please refer to Drawing B61-6200-02 for Load Schedule. 38
002
738. Bid Doc II, Spec
Section 3210 Clause 5.2
(4)
Regarding Specification Section 3210: Electrical Power Supply and
Section 5.2. 4.16kV Cast Resin (Dry Type) Transformer (Section 3000
at Page-90), it is specified as “Insulation class: A class”.
The Class F is correct. 38
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 157 of 178
NO BID DOCUMENT QUESTION ANSWER Code
However, on Section 3000 at Page-91, it is specified as below:
(b) LV windings, (i) These shall be made from copper foil with class F
interlayer insulation ... and (c) HV windings (ii) The HV windings shall
be vacuum cast in a class F fireproof.
2) Please clarify which is correct, Class A or Class F.
739. Bid Doc II, Spec
Section 1130 Clause 5
Environmental
Management
It is our understanding that “Sustainable Environment Protection” is to
be considered in our price as refer to as follows:
5.1 Monitoring ie: sampling and reporting shall be measured as
specified in BOQ Section G-1130.
5.2 Rate shall include all costs necessary for the work specified in this
Section 1130. This refers to all environmental items as specified in
Section 1130 (except 5.1 Monitoring and Reporting) to be inclusive in
our price. Please confirm if our understanding of the above is correct
and that there are no more other environmental protection requirements
for the project.
Please refer to the above Q/A No. 47. 36
001
740. Bid Doc IV, BOQ
B1-6200 Item no. 29
Power for Neon Lights
Power Supply for Neon Lights has no drawing reference.
Please clarify and provide drawing details for the scope of work for our
cost estimation.
Please refer to Drawing B1-4300-77. The power will be supplied
from 230 V power panel located at electrical room no. 143 of PTB.
36
002
741. Bid Doc II, Spec
Section 7400 Clause 5.3
(3) Airport Security
System –Spare Materials
“The provision of all consumable, lubricants, spare parts and
replacement materials.”
We understand that the period covered by the requirement is limited to
the Defect Notification Period as stated in Clause 5.3 (1). Please
confirm that our understanding is correct.
Please refer to the above Q/A No. 704. 36
003
742. Bid Doc II, Spec We refer to Section 7400: Airport Security System, Clause 3.1. Please refer to the above Q/A No. 313. 36
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 158 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Airport Security System
–Hold Baggage System
Quantity
There is discrepancy on the quantity of Hold-Baggage Inspection
System between the specification and BOQ. Specification requires 1
no. while drawing requires 2 nos. Please clarify which is correct.
004
743. Bid Doc II, Spec
Section 7400 Clause 5.1
(1) Explosive Detection
System (EDS)
Specification states that “EDS shall be on certified by Transport
Security Administration (TSA) of USA”.
Please confirm that TSA certification for non-CT (Computer-
Tomography) type EDS is not applicable.
Please refer to the above Q/A No. 699. 36
005
744. Bid Doc II, Spec
Section 7400 Clause 2.3
(6) (a) Electrical
Requirements
The specification requires “Normal and emergency power: 1 phase –
230V, 60Hz”.
The Explosive Detection System (EDS) may require an electrical
power supply of 400V, 3 phase, 60Hz. Please confirm that 400V, 3
phase power requirement is also acceptable.
Please refer to the above Q/A No. 700. 36
006
745. Bid Doc I, Section VIII PC
Part B 14.1
The Contract Price
“… the Government of the Republic of the Philippine shall by itself or
through the Employer, assume all duties and related fiscal charges
imposed in the Republic of the Philippines on the Japanese companies
operating as suppliers and contractors with respect to the import and
re-export of their own materials and equipment …”
Please clarify the following:
1. We understand that custom duties & custom clearance of imported
materials/ equipment shall be paid by the Employer or by the
Philippine Government. Please confirm.
2. Non-Japanese companies operating as suppliers shall also be
exempted from paying the custom duties & custom clearances for
imported materials/equipment since the Main Contractor
1. Please refer to the above Q/A No. 36.
Non-Japanese companies are not exempted from duties and tax.
Only the materials/ equipment imported under the name of
Japanese companies are exempted.
36
007
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 159 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(Japanese) will also act as supplier for the proposed project.
Please confirm if our understanding is correct.
746. Bid Doc II, Spec
Section 2140.1
Table 2140.1 Characteristics and Testing of Inner Structural
Embankment Material (Embankment) – Field Moisture Content
Standard Value says “Within the range -3% to +1% of OMC. Please
clarify this statement.
Allowable deviation is set at ±2% (over -1%).
This is because dry-side deviation is safer than wet-side deviation
when embanking.
37
001
747. Bid Doc II, Spec
Section 2240
Bid Doc III, Drawings
C2-2200-01
Bid Doc IV, BOQ
C2-2200
Type of Asphalt Concrete
Surface Course
Drawing C2-2200-01 shows the Pavement Schedules, and some of
them indicate “Type-1 Asphalt Concrete Surface Course” and “Type-2
Asphalt Concrete Surface Course”.
BOQ Section C2-2200 and Specification Section 2240 have an item of
“Asphalt Concrete Surface and Binder Course”.
We understand that the “Type-1” is the Surface Course and “Type-2” is
the Binder Course. Specification does not specify any difference
between Surface Course and Binder Course. Can we understand
Type-1 and Type-2 are just same, but only the names are different?
Please clarify.
Please refer to the above Q/A No. 316. 37
002
748. Bid Doc II, Spec
Section 2280
Allowance for Quantity
Measurement (PCCP)
Allowance for admixture is specified as 1 % in the Table 2280.4.
However, Clause 8.4 of ASTM C 94 specifies that “powdered
admixtures shall be measured by weight, and paste or liquid admixtures
by weight or volume. Accuracy of weighing admixtures shall be within
3 % of the required weight”.
Same time, Clause 8.1 of ASTM C94 specifies that “when the quantity
of cement exceeds 30 % of the full capacity of the scale, the quantity of
the cement shall be within 1 % of the required mass, and the cumulative
Please follow the Specifications, i.e. allowance for both “mineral
admixture” and “chemical admixture” shall be 1 %.
37
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 160 of 178
NO BID DOCUMENT QUESTION ANSWER Code
quantity of cement plus mineral admixtures shall also be within 1 % of
the required mass”.
From this point of view of ASTM, we understand that the allowance
for “mineral admixture” is 1 %, and the allowance for “chemical
admixture” is 3 %.
Is our understanding correct? Please verify.
749. Bid Doc II, Spec
Section 2280
Bid Doc III, Drawings
C2-2200-01
Grooving of Apron
PCCCP
Drawing C2-2200-01 shows the section detail of Apron, which
indicates a “with grooving” at PCCP.
Clause 4.19 of the Specification Section 2280 specifies that the surface
of PCCP shall be finished with a broom.
Are they the same? Please clarify.
If not same, where and what kind of grooving necessary? Please
clarify. Please provide BOQ item for it.
2. Please refer to the above Q/A No. 509. 37
004
750. Bid Doc II, Spec
Section 2280
Bid Doc III, Drawings
C2-2200-01
Grooving on CTB
Drawing C2-2200-01 shows the section detail of Taxiway Main/
Runway Tum Pad, which indicates a “with grooving” between cement
treated base course and asphalt concrete surface course.
Where and what kind of grooving necessary? Please clarify. Please
provide BOQ item for it.
Please refer to the above Q/A No. 503. 37
005
751. Bid Doc II, Spec
Section 2280
ICAO Design Manual
Part 3 Pavement
Grooving of Runway
Surface
None of the drawing shows the grooving of Runway surface. Nothing
in the specification mentions about grooving of Runway surface.
However, ICAO Aerodrome Design Manual Part 3: Pavement,
specifies the grooving of Runway surface. We understand that the
grooving of Runway surface is required usually. Is our understanding
correct? Please clarify. If it is correct, please provide the Specification
Please refer to the above Q/A No. 487. 37
006
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 161 of 178
NO BID DOCUMENT QUESTION ANSWER Code
item and BOQ item for it.
752. Bid Doc III, Drawings
C1-2200-01, 03
C1-2300-01, C1-2400-01,
C1-3290-03
Drawing C1-2200-01 shows no Pavement Details of the Rotunda.
Drawing C1-2200-03 shows there are triangular islands but there are no
details, no BOQ.
Drawing C1-2400-01 shows curbstone note but no detail, no BOQ.
Drawing C1-3290-03 shows light posts but no detail, no BOQ?
Please clarify and provide BOQ item for it.
For the Roundabout, please refer to the above Q/A No. 19.
Details of the small triangle island to the intersection with National
Highway will be determined through coordination with DPWH.
For curbstone details, please refer to Drawing C2-2400-03.
For light post, please refer to Drawings C1-3290-05.
Please refer to BOQ C1-2400 Item no. 1 and C1-3290, enumerating
all BOQ items that you questioned.
37
007
753. Bid Doc III, Drawings
C1-2300-07
Bid Doc IV, BOQ
C1-2300, Drainage
CHB-Walled U drain
Drawing Cl-2300-07 - Plan View of U Ditch states “Expansion Joint
shall be provided @ every 20 meters”. While, BOQ C1-2300 Item
no. 1 states “U-drain of 400mm high CHB …, expansion joint at 30m
intervals”. Which one shall be followed, the 20 meter or 30 meter
interval for expansion joint, please confirm.
Every 20 m interval is correct.
In the BOQ, the description of C1-2300 Item no. 1 shall be
amended to [U-drain of 400-mm high CHB wall …, expansion joint
at 20-m intervals, backfilling.].
37
008
754. Bid Doc III, Drawings
C2-2200-03 Apron Joint
Section 1-1 and Section 2-2 shows detail of D30mm x 500mm L
Dowel Bar. The detail does not show spacing. Please provide spacing.
Spacing of dowel bar is 380mm in accordance with FAA AC no.
150/5320-6E: Airport Pavement Design and Evaluation (page 43).
37
009
755. Bid Doc III, Drawings
C2-2400-03
Curbstone details
The “Detail a” of the drawing “Precast Concrete Curbstone” (No.3)
shows the “Asphaltic Filler” for the joint of Curbstone. The “Typical
Curbstone Detail” (No.5) shows the “Joint Mortar” for each curbstone.
The “Detail B” of the drawing “Typical Pedestrian Concrete
Walkway” shows a “Joint filler" with Joint Sealer”. What will be used?
Please clarify.
Cement mortar is used for precast concrete curbstone joint.
Joint filler is used for gutter joint.
Joint filler with Joint sealer (or pre-molded rubber) is used for joint
between pedestrian concrete walkway and precast concrete curbstone.
Joint filler shall be in accordance with AASHTO M33.
37
010
756. Bid Doc III, Drawings
C1-2200-01, 03
C1-2300-01, C1-2400-01,
The “Plan” of the drawing “Precast Concrete Curbstone” (No.3) notes
that “10mm thk joint filler to be prepared every 10m. However, Clause
3.4 (1) of the Specification Section 2410 specified that “the joints shall
Please follow Drawing C2-2400-03, i.e. “10mm thk joint filler” and
“width of joint shall be 10mm”.
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 162 of 178
NO BID DOCUMENT QUESTION ANSWER Code
C1-3290-03 not exceed 5mm wide”. Which is correct? Please clarify.
757. Bid Doc III, Drawings
C1-2300-07
Bid Doc IV, BOQ
C1-2300, Drainage
CHB-Walled U drain
The drawing “Typical Pedestrian Concrete Walkway” shows a material
“fc'=10kg/cm2”. What kind of material to be used? Please clarify.
Please follow Specification Section 2410. Clause 2.2 (1).
Design compressive strength of 210 kg/cm2 at 28 days shall be used for
Pedestrian Concrete Walkway shown in Drawing C2-2400-03 &04.
37
008
758. Bid Doc IV, BOQ
U3-3310, Division 5
Disinfection Tank
Item 17 Manhole Cover (Circular Type, Dia. 0.80m) ... Please provide
location and type of material.
Please refer to Drawing U3-3310-11 (PLAN 1-1).
In the BOQ (Excel file), the description of U3-3310 Division-5
Item No. 17 shall be amended to [Manhole cover (Circular type
Dia. 0.6m)].
37
011
759.
760.
761.
Bid Doc III, Drawings
C2-2100-16, 20; Cross
Section (Sta. 0+700)
Bid Doc III, Drawings
C2-2100-24 Grade Plan
(Sta. 2+850 to 3+400)
Bid Doc I, WKR-126
Clause: 4.4.1
Please clarify the Cut and Fill volumes in Sta. 0+700. There are errors
in the cross sections reflected in the Drawings.
Please refer to the revised Drawing C2-2100-20, in which landside
cross section [Sta. 0+700] is amended.
39
001
Please provide data on the elevation and contour for Sta. 2+850 to
3+400, the area used for Ground Lighting System.
Please refer to the above Q/A No. 267. 39
002
39
003
With regards to the Soaking Yard, where does the Local Contractor get
the excavated materials used for the embankment.
Eastern half of the area for Soaking Yard, where the existing
ground elevation is higher than 2.5 m MSL, shall be excavated.
762. Bid Doc III, Spec
Section 6300 Page 52-54
Telephone System
What is meant by Signal Traffic Handling?
Please refer to Specification Section 6300 Clause 4.7 (page 52). 39
004
763. Bid Doc III, Spec
Section 6300 Page 52-54
SMDR (Telephone
System)
The PABX cannot analyze call patterns, the SMDR (Station Message
Detail Recording) will only give reports of incoming and outgoing calls
on a per local basis, local number made the call, dialed number and
duration of call. An AC (automatic call distribution) software is needed
Please refer to Specification Section 6300 Clause 4.10 (pg. 54) for
SMDR, in which provision of software is required.
39
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 163 of 178
NO BID DOCUMENT QUESTION ANSWER Code
for this kind of feature. This is commonly used in call centres. Please
clarify if this feature will still be used or can be removed.
764. Bid Doc III, Spec
Section 6400 Page 55-57
Bohol Cable Zafra Cable
(Cable TV System)
The specification calls for the Service provider to be the Bohol Cable or
Zafra Cable (Art 2.1), which is broadcasting on an analogue signal and
equipment system requirement is NTSC Transmission system standard
(Art. 2.3). The National Telecommunication Commission (NTC), has
issued a circular to all broadcasters to stop broadcasting on an analogue
signal by December 31, 2015 and use the Japanese ISDB-T Standard
instead of American Standard NTSC. Are we going to proceed with the
analogue signal and NTSC system?
The Bidder is advised to follow Japanese ISDB-T standard. 39
006
765. Bid Doc II, Spec
Section 6700, IP CCTV
System
The title of this section is IP CCTV SYSTEM. But the specification
requests not IP technology but old technology because the camera
needs a coaxial cable and system requests the matrix switcher instead of
IP Camera and Video Server in this specification. Which system shall
we provide for the CCTV SYSTEM, IP CCTV SYSTEM (with digital
CCTV camera) or CCTV SYSTEM (with analog CCTV camera)?
Please kindly clarify.
Please refer to the above Q/A No. 471. 40
001
766 Bid Doc II, Spec
Section 1210
Project Equipment
Item 1.1 specifies that “….Vehicle shall be complete with air
conditioning, CD players, radios, automatic transmission.
Kindly clarify which type of vehicles (i.e. Type-1, Type-II,
Type-III and/or Type IV) as listed in Item 1.2 is this applicable.
Generally applied to Types I, II and III. 41
001
767. Bid Doc III, Spec
Section 6300 Page 52-54
SMDR (Telephone
In case of Type-III vehicles (as specified in Item 1.2 (3) as “Micro bus
more than 3 litters engine, 11 seat capacity, air condition”) is required to
have an automatic transmission and that it is not commercially
The Type-III (micro-bus) is not necessarily equipped with
automatic transmission, although source says micro-buses available
in the Philippines are mostly imported. Bidder is suggested that
39
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 164 of 178
NO BID DOCUMENT QUESTION ANSWER Code
System) available in the Philippines, kindly confirm our understanding that the
Employer will assume and directly shoulder the necessary custom
duties and tax for its importation.
generally vehicles imported when free of custom duty and tax
provided by the Employer is advantageous.
768 Bid Doc III, Drawings
B4-6100-03
B62-6100-03
B71-6100-01
B72-6100-01
B73-6100-01
We could not find the bills of quantities for the below-mentioned items
in the Mechanical Works or Electrical Works section.
1) [Fire Station and Airport Maintenance Building]
Equipment / Accessories Schedule from Drawing B4-6100-03
Electrical Power Feeder Layout
2) [Power House]
Equipment / Accessories Schedule from Drawing B62-6100-03
VAC Feeder Layout
3) [LLZ, GS, VOR Building]
Disconnect Switch from Drawing B71-6100-01 (B72-6100-01 &
B73-6100-01), Equip., Feeder & Cable Tray Layout, VAC Feeder
Layout Plan
Q1. We would like to ask if the below-mentioned items belong to the
Mechanical Works or Electrical Works.
Q2. If they do not belong to the Mechanical Works or Electrical Works,
please provide us with the bills of quantities.
All equipment / accessories are included in their respective BOQ
5000 series (Mechanical) or 6000 series (Electrical).
42
001
769 7.2kV VCB Panel:
Drawing No. U2-3210-06,
Drawing No. U2-3210-07,
Drawing No. U2-3210-04
We found that 7.2kV VCB Panel is indicated on the “Drawing
U2-3210-06, 230V LVSGNE-CTO ONE-LINE DIAGRAM” and
“Drawing U2-3210-07, 230V LVSGNE-PWH ONE-L
Please clarify if 7.2kV VCB Panel should be installed in the CTO and
INE DIAGRAM.” However we could not find it on the “Drawing
The transformers for CTO and Power House (PWH) are to be
installed / located in the Power House Building.
42
002
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 165 of 178
NO BID DOCUMENT QUESTION ANSWER Code
U2-3210-04, 13.2V HVSG ONE-LINE DIAGRAM.”PWH Building.
If it should be installed there, please provide us with the related layout
drawings and bills of quantities.
770
771
Transformer:
Drawing No. U2-3210-04,
Drawing No. B61-6100-01
Bid Doc II, Spec
Section 1135 & 1140,
material / materials (initials
not capitalized)
We found that the transformer of WPH Building is 175kVA on the
“Drawing U2-3210-04, 13.2V HVSG ONE-LINE DIAGRAM.”
However, it is 300kVA on the “Drawing No. B61-6100-01, PUMP &
ELEC. EQUIP LAYOUT.” Please clarify which is correct and
provide us with the revised drawings and bills of quantities.
The transformer of WPH Building shall be 175 kVA 42
003
43
001
Several times the word “material” and “materials” (with initials not
capitalized) are used in Section 1135 and Section 1140.
Please verify if our understanding is correct that these words “material /
materials” mean the same as “Material or Materials” which is defined
in the General Conditions of the Contract.
Bidder‟s understanding is correct.
772 Bid Doc II, Spec
Section 1135 & 1140,
system / systems (initials
not capitalized)
The words “system” and “systems” (which initials not capitalized) are
used in Section 1135 and Section 1140.
Please clearly define what the words “system and systems” mean, and
clarify what kind of items are included in the “system and/or systems”.
Please verify if our understanding is correct that these words are the
same as “System and Systems”.
Bidder‟s understanding is correct. 43
002
773 Bid Doc II, Spec
Section 1400, 5.2 (1) Test
of Cement, 5.2 (2) Test of
Aggregates
The Clause 5.2 (1) specifies the testing of cement at Laboratory.
However, Attachment D of the Specification Section 1000 does not list
any equipment for cement testing in the Laboratory. We understand
that the testing of cement specified in the Clause 5.2 may be carried out
by an Independent Laboratory. Is our understanding correct?
Bidder‟s understanding is correct. 43
003
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 166 of 178
NO BID DOCUMENT QUESTION ANSWER Code
774 Bid Doc II, Spec
Section 2110, Clearing and
Grubbing
Par 3.1 (4) “Removal of trees (defined as having trunk diameter (girth)
of 300 mm and above, measured one meter above ground level)…
“There is no mention of how these trees are to be removed. Please
provide the detailed procedure for tree removal.
Please refer to Specification Section 2110 Clause 2.2. 43
004
775 Bid Doc II, Spec
Section 2270, 2.5
Proportioning of Mixture
Table 2270.1 specifies the mixture gradation of CTBC. The maximum
size of mixture is specified as 2” (19 mm). Which is correct? 2”, or 19
mm? Please clarify.
Maximum size of coarse aggregate for CTBC shall be 1" (25mm). 43
005
776 Bid Doc III, Drawings
C2-2300-02, Length of
Tunnel Part of Drainage
Drawing C2-2300-02 indicates the length of tunnel part of drainage
under Taxiway, are 76m or 82m. However, the calculated distances
based on coordinates are all 100m. Which is correct? Please clarify.
BOQ quantities for the tunnel sections are correct. Slope of the
RCP will be adjusted based on the Invert Elevation (IE) on both
ends.
43
006
777 Bid Doc III, Drawings
C2-2300-02, Inclination of
Tunnel Part
Drawing C2-2300-02 indicates the inclination of tunnel part of drainage
under Taxiway, as S=0.6% and so on. However, the calculated
inclination from specified IE does not match. Which is correct?
Ditto. 43
007
778 Bid Doc III, Drawings
C2-2300-02, Depth of
Open Channel
Drawing C2-2300-02 indicates the depth of the Open Channel which is
located between Taxiway and Taxiway, near the Apron side, as
H=1.5m. However Drawing C2-2100-16 & 17 draws the depth as 1m.
Which is correct? Please clarify.
The height of the riprapped-wall open ditch beside apron shall be
1.5 m as shown in Drawing C2-2300-02. Cross section between
sta. 0+600 and 2+000 in the Drawing C1-2100-16 &17 shall be
adjusted accordingly, but please maintain the earthwork quantities.
43
008
779 Bid Doc III, Drawings
C2-2300-12, Filtration
Bank in Soaking Yard
The Drawing C2-2300-12 shows the Filtration Bank in the Soaking
Yard. The dimension is not shown in the plan. Please provide.
They seem to be constructed on the slope of Soaking Yard bank, please
provide the detail connection on the slope.
Height of the filtration bank in soaking yard is 1.5 m.
Slope to airfield perimeter road is (L)2 to (H)1, so that the
horizontal length of its slope is 2 m to airfield perimeter road and
1m to dike.
43
009
780 Bid Doc III, Drawings
C2-2300-02,
CHB U-Ditch
Drawing C2-2300-02 indicates the CHB U-Ditch at the edge of
Taxiway Shoulder beside the Apron. However there is no item for it in
the BOQ. Also, there is no detail drawing. Please provide.
Please refer to the above Q/A No. 273. 43
010
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 167 of 178
NO BID DOCUMENT QUESTION ANSWER Code
781 Bid Doc III, Drawings
C2-2300-03
Bid Doc IV, BOQ
Section C2-2300; IMH
Drawing C2-2300-03 shows 3 “Type-2-1”, 3 “Type 2-2”, and 2
“Type 2-3” at ILS/GS area. We understand these are Inlet Manhole.
Please clarify. BOQ shows the quantity of IMH Type 2-1 as 2 but
Drawing shows 3. Which is correct? Please confirm.
Please refer to the above Q/A No. 274.
BOQ quantity is correct, as the upper stream (X=7560, Y= 5109.5)
is not an Inlet Manhole (typographical error), but an end-wall of
riprapped open ditch.
43
011
782 Bid Doc III, Drawings
C2-2300-05
Bid Doc IV, BOQ
Section C2-2300
Inlet Manhole (IMH) at
Landside Drainage
Drawing C2-2300-05 shows the “IMH Type 2” at (x=6089.674,
y=4469.171), (x=6049.903, y=4469.217), and (x=6010.124,
y=4469.217). However, the connected PCP of these IMH are 900 dia,
therefore the type of IMH shall be Type-3, or the type shall be 750mm
dia. Which is correct? In addition, please verify the type of IMH and
connected pipe diameter at (x=6149.923, y=4399.962) and so on.
Please provide corrected BOQ and Drawings too.
Please refer to the above Q/A No. 275 for amended size of RCP for
each IMH type, and Q/A No. 273 for revised BOQ quantity.
Those three (3) IMH‟s at X=6089.674, X=6049.903, and
X=6010.124 along the same grid of Y=4469.171 that you
questioned shall be correct as it is, i.e. Type 2. The two (2) IMH‟s
at X=6149.923, Y=4399.962, and X=65965.560, Y=4584.933 shall
be amended from Type 1 to Type 2.
43
012
783 Bid Doc III, Drawings
C2-2400-09, 13; GS-8
Bid Doc IV, BOQ
Section C2-2430
Drawing details do not match with each other. Please verify which one
to follow.
Quantity listed on BOQ and the quantity shown in Drawing do not
match? Please clarify which one to follow.
Please refer to the above Q/A No. 196 for the revised Drawings, in
which GS-8 and GS-9 are not used.
In the BOQ C1-2400, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
1 RS-2------- deleted No. 1 0
2 RS-3------- deleted No. 1 0
3 RS-4------- deleted No. 1 0
4 RS-5------- deleted No. 1 0
New
9-1 Two Signs on One Post
RS-3, RS-5 No. 0 1
One Sign on Two Post
10 GS-10 [Overhead] No. 1 1
11 GS-11b No. 1 1
12 GS-11c No. 1 1
In the BOQ C2-2400, Items shall be amended as follows:
Item
No. Description Unit
Quantity amended
from to
2 RS-2------- deleted 1 0
43
013
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 168 of 178
NO BID DOCUMENT QUESTION ANSWER Code
3 RS-3------- deleted 1 0
8 RS-11 2 3
10 RS-17 1 3
11 RS-18 2 1
14 RS-14 2 1
16 GS-7 [Overhead] 2 1
20 GS-4 [One sign on Two Post] 1 1
784 Bid Doc III Drawings
U1-3130-03, Underground
Fire Water Storage Tank
Please provide detail of Ladder Rung Detail (spacing allocation) of ladder rung is the same as drainage
manholes shown in Drawing C2-2300-06 & 07.
43
014
785 Bid Doc III Drawings
U2-3230-01
Generator Room Layout
B62-4300-04, 06
Power House
B61-4300-04, 06 Water
Tank and Pump Station
Drawing shows cyclone wire but no detail and no quantity. Please
verify and provide quantity in the BOQ.
For Water Tank & Pump House Building, please refer to BOQ
B61-4350 Chain link Panels Item no.1 & 2.
For Powerhouse, BOQ In the BOQ B62-4350, Item shall be
inserted as follows:
Item
No. Description Unit
Quantity amended
from to
Chain link Panel
6
Galvanized chain link wire on galvanized
steel framing to opening size 5150 W x
3600 mm H including 1 access door.
No. - 1
43
015
786 Bid Doc III Drawings
U3-3310-28
Bid Doc IV, BOQ
U3-3310 Division-8 Yard
Pipe; Sewer Manholes
Drawing U3-3310-28 shows the location of Sewer Manholes, however
detail for these Manholes is not given. Is it same as the Manholes in
Sewer Line Work? Please clarify.
If not, please provide the drawings for them.
Those manholes are the same as the standard sewer manhole shown
in Drawing U3-3310-53.
43
016
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 169 of 178
NO BID DOCUMENT QUESTION ANSWER Code
787 Bid Doc III, Drawings
U3-3310-51
Bid Doc IV, BOQ
U3-3310 Division-9 Sewer
Line , Sewer Manholes
Drawing U3-3310-51 shows 11 Sewer Manholes with indication of
SMH-01-11. Two manholes are without number designation which are
located between Powerhouse and ATC building. Please clarify if these
two are manholes or connection pits? BOQ does not count these two
in Manhole nor in Service Connection. Please verify.
All Sewer Manholes are numbered from 1 to 11 shown in Drawing
U3-3310-51. The four (4) symbols of white circles that you questioned
shall be amended to black circles which are connection pits. In Drawing
U3-3310-52, the left profile shall be deleted, and the left manhole of the
right profile shall be amended from SMH-14 to SMH-11.
43
017
788 Bid Doc III, Drawings
L1-9100-03, Shallow Base
Drawing L1-9100-03 shows the size of shallow base for the surface
light in the “Installation of Surfaced light fixture” and “Detail of
Shallow base”. However, the sizes do not match. Please clarify which is
correct.
Please refer to the above Q/A No. 730. 43
018
789 Bid Doc III Drawings
L1-9200-02, Concrete
Paving for PAPI
Drawing L1-9200-02 shows the 100mm thick concrete slab. Is it
necessary to install the joint? If yes, please provide the detail.
Please refer to the above Q/A No. 730.
43
019
790 Bid Doc III, Drawings
L1-9200-02, Reinforcing
bars for PAPI foundation
Drawing L1-9200-02 shows the “12mm MATT. BARS” at the bottom
of PAPI foundation. Please issue the detail for it.
Please refer to the above Q/A No. 730. 43
020
791 Bid Doc III, Drawings
L1-9200-02, Pipe for PAPI
foundation connection
Drawing L1-9200-02 shows the pipe which connects each PAPI
foundation. Please provide the detail for it.
Please refer to the above Q/A No. 730. 43
021
792 Bid Doc IV, BOQ
Section C1-3290
Section U2-3290: Road
and Car Park Lighting
Item #1-23 is listed in Section C1-3290 Road and Car Park Lighting
and also listed in Section U2-3290: Road and Car Park Lighting as
Item#24-46. Shall the prices be quoted only in BOQ of Component-2:
Civil Works; C1: Access Road, please confirm.
Please refer to the above Q/A No. 148. 43
022
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 170 of 178
NO BID DOCUMENT QUESTION ANSWER Code
793 Bid Doc I Section IV
Bidding Forms Page 17-19
Form CON: Historical
Contract Non-Performance
In the “Non Performing Contracts table”, it has referred to Sub-Factor
2.2.1 of Section III. But it shall be Sub-Factor 2.3.2(1).
In the “Pending Litigation table”, it has referred to Sub-Factor 2.2.2 of
Section III. But it shall be Sub-Factor 2.3.2 (2).
In the “Litigation History table”, it has referred to Sub-Factor 2.2.3 of
Section III. But it shall be Sub-Factor 2.3.2 (3).
Please refer to the revised Bidding Form as attached, in conjunction
with the above Q/A. No.2.
44
001
794 Bid Doc I Section VII
GC 2.2 (b) (Page 9)
Please specify what permits will be under Contractor‟s scope.
Moreover, we would like to know if the Project is entitled for any
exemption from permit fees. As such, Contractor to only facilitate
application and acquisition of permits but will not pay any fees.
Please clarify.
Bidder‟s attention is called to the same GC 2.2 and further GC 4.10
(d).
44
002
795 Bid Doc II, Spec
Section 3350 Clause 2.0
Mechanical Equipment
(Page 150-158)
For some of the equipment, the quantity specified in the specification
are different from those shown in BOQ. For example, all the quantities
in BOQ are indicated as “1 No” (ref. Subcomponent-3-U3: Sewage
Treatment System / Page-13), however, in specification Section 3350
Clause 2.7, quantity of Raw Water Pump is Tree (3) nos., Clause 2.8,
quantity of Mixer for Equalization tank is Two (2), Clause 2.10
Adjustable Weir and Overall Weir is Two (2). Bidder understand that
quantities shall be as per the specification. Please confirm.
Please refer to the above Q/A No. 710. 44
003
796 Bid Doc II, Spec
Section 7400 Clause 3.5
Performance Requirements
(Page 59)
Conveyor Belt height
Bidder understands that it is not necessary to provide exact dimension
as specified in the ITB but the closest dimension which can offer by
vendor. For example,
Small Goods (Type 1): 788 mm
Hand Baggage (Type 2): 803 mm or 694 mm
Please refer to the above Q/A No. 701, 702. 243. 44
004
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 171 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Odd Size Baggage (Type 3): 353 mm or 770 mm, etc.
Please confirm Bidders understanding is
797 Bid Doc II, Spec
Section 7400 Clause 4.7
Performance Requirements
(Page 63)
Gateway Dimension
Bidder understands that it is not necessary to provide exact dimension
as specified in the ITB but the closes dimension which can offer by
vendor. For example,
2240 x 900 or 2225 x 935, etc.
Please confirm Bidders understanding is
Please refer to the above Q/A No. 701, 702. 243. 44
005
798 Bid Doc II, Spec
Section 7400 Clause 5.0
EDS (Page 64)
Dimension of EDS
Attached is comparison table of specifications of some vendors. When
we compare the specifications individually, some are not same as
MVT-HR‟s.
1) Which specifications should be same as MVT-HR‟s to consider a
machine equivalent to MVT-HR?
2) Which machines do you accept in conclusion?
Please answer them with Item Number A, B or C shown on attached.
Among equivalent machines, dimension (i.e. length) of the machine
shall be within the space allocated in Drawing B0-7400-01.
44
006
799 Bid Doc II, Spec
Section 7400 Clause 5.1
EDS certified by TSA
Bidder understands that EDS might be certified by EU standard 2 in
lieu of Transportation Security Administration (TSA) of USA.
Please confirm Bidders understanding is correct.
EU standard is possibly acceptable as to be equivalent to TSA,
subject to further verification.
44
007
800 Bid Doc II, Spec
Section 7400 Clause 5.1
EDS Tunnel size
Bidder understands that it is not necessary to provide exact dimension
as specified in the ITB but the closest dimension which can offer by
vendor. For example,
Tunnel size: 1003 mm x 802 mm, or 1070 mm x 810 mm
Height: FL+816 mm, or FL+800 mm, etc.
Please confirm Bidders understanding is
Please refer to the above Q/A No. 701, 702. 243. 44
008
801 Bid Doc II, Spec Testing code for “Thin and elongated pieces” is not specified. Please ASTM D 4791. 45
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 172 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 1400, Table
1400.3A Testing method
for Coarse Aggregate
specify. 001
802 Bid Doc II, Spec
Section 1400, 2.6 Sand and
Mortar Cement type
The Clause 2.6 (3) of Section 1400 in the Specification described about
the plastering mortar with lime and Portland cement. Can we
understand that “Masonry Cement” which is manufactured for
masonry and plastering purpose is acceptable? Please clarify.
Contractor can propose. 45
002
803 Bid Doc II, Spec
Section 2280, Table 2280.5
Test Item and Test method
Several test items and test methods are not match. Please verify. Please refer to the revised Table 2280.5 as attached. 45
003
804 Bid Doc III, Drawings
U3 Sewage Treatment
System Civil Works
Concrete Structures are shown on the drawings but there are no
structural details. Please provide.
Please refer to Drawings U3-3310-35 to 50 for their structural
details.
45
004
805 Bid Doc III, Drawings
U3-3310-09
Steel walkway is shown on the drawing but there is no pay item in the
BOQ. Please provide.
Please refer to the above Q/A No. 710.
As stated in Specification Section 3350 Clause 2.15–Clarifier (e)
Accessory, including Bridge, Pathway and stair, the Steel walkway
is included in BOQ U3-3350 Item no.15.
45
005
806 Bid Doc III, Drawings
U3-3310-16 & 17
Sludge Drying Bed and Grit Chamber Roofing plan shows
“Transparent FRP and Metal Roofing Sheets”. These items are not
listed in the BOQ and there is no specification too. Please provide
quantity and specification.
BOQ U3-3310 Division 1 Item no.29 [FRP Roof (Mechanical Pit)
51 m² ] shall include all structural support for the roof, e.g.
rolled-shape for column, beam, purlin and fascia panel.
BOQ U3-3310 Division 7 Item no.26 [FRP Roof (390 m²/unit)]
shall include all structural support for the roof, e.g. steel column,
beam, purlin and fascia panel.
Transparent FRP Sheet and Metal Roofing Sheet shall be arranged
45
006
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 173 of 178
NO BID DOCUMENT QUESTION ANSWER Code
alternately each other. An area of FRP Sheet shall be more than
35% of total roof area. The thickness of the Metal Roofing Sheet
shall be more than 0.8mm.
And roof finishing materials are as follows:
a) Synthetic resin mixed paint for ferrous metal surfaces and
galvanized surfaces : JIS K 5516 type 2
Oil putty : JIS K 5592
807 Bid Doc III, Drawings
U3-3310-17, 18
Rolled shapes are shown but the finish schedule is not indicated. Please
provide finish schedule for rolled steel shapes.
Rolled-shape steel shall be rendered with corrosion protection
paint.
45
007
808 Bid Doc III, Drawings
N0-8050-04
L7-9700-01
Both Drawings N0-8050-04 and L7-9700-01 shows same Cable Duct
for trunk line 1. Please confirm these are same and used for cabling of
both Component-5 and Component-6.
Please refer to the above Q/A No. 352. 45
008
809 Bid Doc III, Drawings
N0-8050-04
L7-9700-01
These Drawings N0-8050-04 and L7-9700-01 shows the different
tables. Please clarify all of them are clearly separated for Component-5
and Component-6 in each table or part of them are overlapped?
Please refer to the above Q/A No. 352. 45
009
810 Bid Doc III, Drawings
N0-8050-05
L7-9700-02
Both Drawings N0-8050-05 and L7-9700-02 shows same Cable
Conduit, Manholes and Handholes. Please confirm these are same and
used for cabling of both Component-5 and Component-6.
b) Please refer to the above Q/A No. 352. 45
010
811 Bid Doc IV, BOQ
B3-5000
Section B3-5000, Mechanical Works – Page 30 is missing. Please
provide.
Section B3-500 ends up to page 29. Please refer to the above Q/A
No. 173, and follow BOQ addendum issued with this GBB.
45
011
812 Bid Doc IV, BOQ
Section B1-7500
There is no description for “Testing and commissioning”, “Provision of
spare parts” and “Training”, which are required in clause 2.1 – (1) in
Section 7500 of the Specifications. Please clarify whether those prices
should be described.
Please refer to the above Q/A No. 111, 253, 567. 46
001
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 174 of 178
NO BID DOCUMENT QUESTION ANSWER Code
813 Bid Doc II Spec
7500 Clause 3.4 (c)
Thirty (30) of LCD type monitor, 40 inches are required in this
Specifications. On the other hand, in the BOQ, Twenty nine (29) of
LCD type monitor, 40 inches are required. Please clarify which correct
quantity is.
Please refer to the above Q/A No. 717. 46
002
814 Bid Doc II, Spec
Section 7500 Clause 4.8
(a)
The interface with BMS regarding the utilization of lighting for arrival
and departure area is required in this 4.8 Interface Requirements in the
Specifications. On the other hand, there is no description provided for
such interface in 4.7 Interface Requirements of section 7600. Please
clarify whether above interface is required.
Yes, it is required.
For interface with lighting for arrival and departure area, please refer to
Specification Section 7500 BMS Interface Summary Schedule 16
(page 104).
46
003
815 Bid Doc II, Spec
Section 7500 Clause 5.4
(2) (a)
Manufacturer‟s routine tests are required under witness by the
Engineer. Please provide us how many engineers are expected to attend
at Manufacturer‟s factory.
Please refer to the above Q/A No. 716. 46
004
816 Bid Doc II, Spec
Section 8000 Clause 10.2
(4)
We would like to confirm the type of test, since there are some
discrepancies in the Specification. Please advise whether your
requirements for the test and inspection are meet with the following
statements or not.
We understand that the demonstration tests attended by Engineers
and/or Representatives from Employer are only the following tests.
(1) Factory Acceptance Test (Witness Test at Factory)
(2) Site Acceptance Test (Acceptance Test at Site)
We understand that the following tests are carried by contractor itself.
(Attendance of Engineers and/or Representatives from Employer is not
required.)
(3) Test at Factory
Please refer to the above Q/A No. 718. 46
005
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 175 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(4) Preliminary Test at Site
(5) Reliability Test
The flight test will be carried out by the Employer with the assistance of
Contractor after completion of all above tests.
According to the Specifications, Costs of the accommodation and
transportation between Manila and test sites for Employer‟s personnel
area required for only flight test.
817 Bid Doc II, Spec
Section 8100 Clause 2.3
(4)
Please confirm if we have to meet ICAO regulation requesting to keep
the radio frequency below 60 percent (not 95 percent) within the
required coverage. (Annex 10 REF to 3.1.3.5.3.6.1)
Please refer to the above Q/A No. 719. 46
006
818 Bid Doc II, Spec
Section 8100 Clause 6.2
(a) ii
Please confirm if it is possible that output voltage should be D.C. 48V
instead of D.C. 24V, as we understand output voltage does not
influence other equipment.
Please refer to the above Q/A No. 720. 46
007
819 Bid Doc II, Spec
Section 8200 Clause 2.2
(e)
Please clarify the meaning of “±50o in steps of 0.1o” in the statement. Please refer to the above Q/A No. 569. 46
008
820 Bid Doc II, Spec
Section 8200 Clause 2.2
(9) (a) iii
Please confirm if it is possible that DME antenna is placed on
counterpoise, not on the center of the counterpoise. It is the view of
Collocate (ing) as a site.
Please refer to the above Q/A No. 722. 46
009
821 Bid Doc II, Spec
Section 8200 Clause 2.2
(9) (b)
Please confirm if it is possible to propose a monitor antenna Type of
Yagi-Antenna as Yagi-Antenna satisfies performance rather than a
Dipole antenna.
Please refer to the above Q/A No. 723 46
010
822 Bid Doc II, Spec
Section 8200 Clause 2.2
The theodolite pads are specified in this requirments.
Please reconsider that it is necessary or not for maintenance of
The theodolite pad is required.
46
011
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 176 of 178
NO BID DOCUMENT QUESTION ANSWER Code
(10) VOR/DME.
823 Bid Doc II, Spec
Section 8200 Clause 3.2
(11)
Please confirm if it is possible that Obstruction Lights are fitted with
supports, instead of fitted with the DME antenna.
The Bidder can propose alternative. 46
012
824 Bid Doc II, Spec
Section 8300 Clause 1.1
(4) (b)
Regarding to the specification, the 20kVA UPS shall be installed at EQ
Room in the CTO Building by Electrical Works. And 20kVA UPS is
indicated in Drawing U2-3210-04 as a part of Power Supply System.
However, regarding to the Drawing N3-8300-05, 20kVA UPS shall be
provided by ANS Works. In addition, 20kVA UPS is indicated in the
both BOQ of Utility Works and ANS Works.
So, please clarify that the responsibility of supply of 20kVA UPS for
ANS Equipment.
Please refer to the above Q/A No. 483. 46
013
825 Bid Doc II, Spec
Section 8300 Clause 1.3
(a)
Regarding to the specification, the Master Clock System consists of the
5 panel type slave clocks and 2 wall type slave clocks. The 5 panel type
slave clocks are specified to install in the VFR Consoles in accordance
with the specification. However, 2 wall type slave clock are not
specified where they are installed.
On the other hands, regarding to the Section 6600 (Drawing
B0-6600-02), the 23 sets of wall mount type slave clocks are specified
the location already.
We think 2 wall type slave clocks required by ANS will be overlapped
with Section 6600 and they are unnecessary.
Please confirm if our understanding is correct or not.
Bidder‟s understanding is correct. 46
014
826 Bid Doc II, Spec We think the Clock System should not be handled the 2 type of time Bidder‟s understanding is correct. 46
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 177 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 8300 Clause 1.3
(a)
such as UTC and Local Time.
But the time designation are not mentioned in the requirements.
So, please confirm that UTC should be indicated by only 5 panel type
slave clocks required by ANS Works.
015
827 Bid Doc II, Spec
Section 8300 Clause 2.3
(5) (k)
Please confirm if it is necessary to prepare the DC power supply as 3rd
redundant backup power supply. We consider that in case main power
supply fails, 20kVA UPS in the same room will provide emergency
power for 30 min as 1st backup. In addition, Stand-by Generator will
provide near – instantaneous protection shortly after UPS operation as
2nd backup. On the other hands, air to ground communication will be
able to continue by Transceivers installed at VFR room which are
backed up by independent Backup DC Power Supply.
Please refer to the above Q/A No. 727. 46
016
828 Bid Doc II, Spec
Section 8300 Clause 3.2
(6)
Please confirm if it is necessary to prepare the DC power supply as 3rd
redundant backup power supply for the Digital Voice Recorder. We
consider that in case main power supply fails, 20kVA UPS in the same
room will provide emergency power for 30 min as 1st backup. In
addition, Stand-by Generator will provide near – instantaneous
protection shortly after UPS operation as 2nd back up.
Please refer to the above Q/A No. 727. 46
017
829 Bid Doc II, Spec
Section 8300 Clause 4.7
(1) (d)
Regarding the Specifications, the Transceiver shall be operated by
AC/DC Voltage, to be installed at the VFR room, FSS Radio room and
fire tracks. However, in the BOQ and also in the Drawing N0-8050-02,
the transceiver at FSS Radio Room is not mentioned. Please clarify the
VHF AM Transceiver for FSS Radio Room is necessary or not.
Please refer to the above Q/A No. 725. 46
018
830 Bid Doc II, Spec FCC announced publically as of January 2013, that all land mobile Please refer to the above Q/A No. 571. 46
General Bid Bulletin No. 05 - 2014
Answers to Bidders’ Queries
New Bohol Airport Construction and Sustainable Environment Protection Project Page 178 of 178
NO BID DOCUMENT QUESTION ANSWER Code
Section 8300 Clause 4.8
(2) (a) – Channel spacing
25K,Hz
radios in the 150-174MHz bands must be operated on 12.5KHz.
Therefore, we consider it is not likely to purchase VHF FM radio with
25 KHz CH spacing in the market. Please confirm it is possible to have
NTC permit for radio with 25KHz.
019
831 Bid Doc IV, BOQ
Section 8300 & 8400
There is no mentioning about the quote item of “Installation and
adjustment” in the BOQ Section 8300 and 8400. Please clarify these
costs should be included in the equipment or it is typological error.
Typographical errors admitted. Installation works shall be included
in the rates for respective equipment. Bidder is advised that
[Installation Works] at the bottom items for BOQ Sections
N1-8110, N1-8120, N1-8130, N1-8140, and N2-8220 shall be
deleted.
46
020
832 Bid Doc IV, BOQ
Revised
Please refer to the Document IV, BOQ Addendum (PDF copy) as
attached. Bidder is advised to use for pricing and submission, the
revised Excel files which are ready to release in the office of BAC
Secretary.
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 1 of 33
Section IV. Bidding Forms
Table of Forms
Following Bid Forms shall be prepared and submitted by the Bidders: Letter of Technical Bid
Letter of Price Bid
Schedule of Adjustment Data
Bill of Quantities
Technical Proposal
Site Organization
Work Method Statement
Construction Schedule
Procurement Plan of Major Materials & Equipment
Form PER - 1: Proposed Personnel
Form PER - 2: Resume of Proposed Personnel
Form EQU: Equipment
Bidder’s Qualification
Form ELI -1: Bidder Information
Form ELI -2: Bidder’s Party Information
Form CON: Historical Contract Non-Performance
Form FIN -1: Financial Situation
Form FIN -2: Average Annual Construction Turnover
Form FIR -1: Financial Resources
Form FIR -2: Current Contract Commitment
Form EXP -1: General Construction Experience
Form EXP -2(a): Specific Construction Experience
Form EXP -2(b): Construction Experience in Key Activities
Form ACK: Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loan
Form DES: Declaration of Eligibility under STEP Loan
Form of Bid Security
Additional Information
Form MPM: Procurement Plan of Major Plant and Materials
Form JPO: Price List of Japanese Origin Items
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 2 of 34
Electronic editable file priced Bill of Quantities
Following Forms shall be submitted as part of the Technical Bid:
a) Letter of Technical Bid (Power of Attorney for the authorized signatory, certified by a Notary Public shall be attached);
b) Form of Bid Security;
c) Technical Proposal (all information and Forms);
d) Bidder’s Qualification (all Forms);
e) Form ACK: Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loan;
f) Form DES: Declaration of Eligibility under STEP Loan; and
g) Additional Information Form MPM: Procurement Plan of Major Plant and Materials
Following Forms shall be submitted as the Price Bid:
a) Letter of Price Bid;
b) Schedule of Adjustment Data;
c) Bill of Quantities;
d) Additional Information: Form JPO: Price List of Japanese Origin Items; and
e) Electronic editable file of priced Bill of Quantities.
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 17 of 34
Form CON: Historical Contract Non-Performance Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Bidder’s Party Legal Name:[insert full name] IFB No. [insert number] Page [insert page number] of [insert total number] pages [The following table shall be filled in for the Bidder and for each member of a JV] 1. History of Non-Performing Contracts Non-Performing Contracts Contract non-performance did not occur since 1st January [insert year], in accordance with the
Prequalification criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.
Contract(s) not performed since 1st January [insert year], in accordance with the Prequalification criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.(1), as appropriate, is(are) indicated below:
Year Non- performed portion of contract
Contract Identification
Total Contract Amount (current value, currency, exchange rate and USD equivalent)
[insert year]
[insert amount and percentage]
Contract Identification: [insert complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for non-performance: [indicate main reason(s)]
[insert amount]
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 18 of 34
2. Pending Litigation Pending Litigation No pending litigation in accordance with the Prequalification criteria or Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
Pending litigation in accordance with the Prequalification criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.(2), as appropriate, is indicated below:
Year of dispute
Amount in dispute (currency)
Outcome as Percentage of Net Worth
Contract Identification Total Contract Amount (current value, currency, exchange rate and USD equivalent)
[insert year] [insert amount] [insert percentage]
Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/ city/ country] Matter in dispute: [indicate main issues in dispute] Status of dispute: [Indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 19 of 34
3. Litigation History Litigation History No court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate.
Court/ arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.(3), as appropriate, are indicated below:
Year of award
Contract Identification Total Contract Amount (current value, currency, exchange rate and USD equivalent)
[insert year] Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “Employer” or “Contractor”] Status of dispute: [Indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]
[insert amount]
Section IV. Bidding Forms
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 32 of 34
Form MPM: Procurement Plan of Major Plant and Materials
No Specification Items Model, Manufactures or Supplier, Source of Materials
Country of Origin
Page or reference nos. Catalogue if attached to
the Proposal
Compliant with Specification
Component-1: General Requirements
1. Section 1210 Vehicle Type I
2. Section 1210 Vehicle Type II
3. Section 1210 Vehicle Type III
4. Section 1210 Electronic Total Station
Component-2: Civil Works
5. Section 1400 Section 2270 Section 2280
Portland Cement
6.
Section 1400 Section 2220 Section 2270 Section 2280
Aggregates for Cement Structures and Pavement Works
7. Section 1420 Section 2280
Dowel and Tie Bars
8. Section 2230 Section 2240
Bituminous Material
Component-3: Utility Works
9. Section 3150 Water Distribution Pump Water Service Pump
10. Section 3230 Standby Generators
11. Section 3200 UPS
12. Section 3250 Photovoltaic Power Generation System
13. Section 3350 Raw Water Pumps
Component-4: Building Works
14. Section 4230 Structural Steel
15. Section 4330 Metal Roofing
16. Section 4340 Aluminium Works (item 4.1 (b)
17. Section 4370 Ceramic Tiling
18. Section 5200 VRG
19. Section 5300 FM200 Gas System
20. Section 6500 Public Address system
21. Section 6700 CCTV System
22. Section 7200 Elevators
23. Section 7300 Baggage Handling System
24. Section 7400 Airport Security System
25. Section 7500 Flight Information Display System
26. Section 7600 Building Management System
Section IV. Bidding Forms
Volume I, Part 1, Section IV. Bidding Forms Schedule of Adjustment Data
Page 33 of 34
No Specification Items Model, Manufactures or Supplier, Source of Materials
Country of Origin
Page or reference nos. Catalogue if attached to
the Proposal
Compliant with Specification
Componnet-5: Air Navigation Facilities
27. Section 8100 ILS
28. Section 8200 VOR/DME
29. Section 8300 VCCS
30. Section 8300 VHF Air Ground Communication
31. Section 8400 Weather Data Processing System
Componnet-5: Aeronautical Ground Lighting
32. Section 9100 Precision Approach Lighting System
33. Section 9200 Precision Approach Path Indicators
34. Section 9300 Runway Edge Lights
35. Section 9400 Taxiway Edge Lights
36. Section 9600 Apron Flood Lights
37. Section 9800 Constant Current Regulators
FROM 13.2kV HVSG @ POWER HOUSE
STP SINGLE LINE DIAGRAM1NOT TO SCALE
Republic of the Philippines JAPANINTERNATIONAL
COOPERATIONAGENCY
NIPPON KOEICO., LTD.
NJS CONSULTANTSCO., LTD.
JAPAN AIRPORTCONSULTANTS,
INC.
JICA DESIGN CONSULTANT JOINT VENTURE
NO. FROM TO
CAPACITY
[kW]
STARTER
VOLT
[V]
FULL LOAD
CURRENT
[A]
C.B. CABLESCOUDUIT
REMARKS
1 MCC FINE SCREEN 0.025 DOL 230 0.1
30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
2 MCCNO.1 MIXER FOR EQUALIZATION TANK
1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
3 MCCNO.2 MIXER FOR EQUALIZATION TANK
1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
4 MCC NO.1 RAW WATER PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
5 MCC NO.2 RAW WATER PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
6 MCC SCREEN REMOVAL SYSTEM 2.2 DOL 230
8.70 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
ARERATION TANK/SECONDARY SEDIMENTATION TANK
NO. FROM TO
CAPACITY
[kW]
STARTER
VOLT
[V]
FULL LOAD
CURRENT
[A]
C.B. CABLESCOUDUIT
REMARKS
1 MCC NO.1-1 AERATOR 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
2 MCC NO.1-2 AERATOR 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
3 MCC NO.2-1 AERATOR 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
4 MCC NO.2-2 AERATOR 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
5 MCC NO.1 CLARIFIER 0.4 DOL 230
1.60 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
6 MCC NO.2 CLARIFIER 0.4 DOL 230
1.60 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
7 MCC NO.1 RETURN SLUDGE PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
8 MCC NO.2 RETURN SLUDGE PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
9 MCC NO.1 WASTE SLADGE PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
10 MCC NO.2 WASTE SLADGE PUMP 1.5 DOL 230
5.90 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
DISINFECTION TANK
NO. FROM TO
CAPACITY
[kW]
STARTER
VOLT
[V]
FULL LOAD
CURRENT
[A]
C.B. CABLESCOUDUIT
REMARKS
1 MCC
UTILITY WATER SUPPLY UNIT(1)
3.7 DOL 230
14.60 30AT,50AF,3P,230V
3-3.5mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
2 MCC UTILITY WATER SUPPLY UNIT(2) 7.4 DOL 230 29.10 50AT,100AF,3P,230V
3-5.5mm2 600V CV + 1-3.5mm2 IV
28mm DIA, CONDUIT
3 MCC NO.1 CHLORINE SOLUTION PUMP 0.2 DOL 230 0.80 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
4 MCC NO.2 CHLORINE SOLUTION PUMP 0.2 DOL 230 0.80 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV22mm DIA, CONDUIT
5 MCC NO.1 CHLORINE SOLUTION TANK MIXER 0.09 DOL 230 0.40 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
6 MCC NO.2 CHLORINE SOLUTION TANK MIXER 0.09 DOL 230 0.40 30AT,50AF,3P,230V
3-2mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
7 MCC DISTRIBUTION BOARD FOR DISINFECTION TANK 3.0 DOL 230 13.10 30AT,50AF,3P,230V
3-3.5mm2 600V CV + 1-3.5mm2 IV
22mm DIA, CONDUIT
SLUDGE THICKENER
NO. FROM TO
CAPACITY
[kW]
STARTER
VOLT
[V]
FULL LOAD
CURRENT
[A]
C.B. CABLESCOUDUIT
REMARKS
1 MCC THICKEND SLUDGE OUTLET VALVE 0.4 DOL 230
1.60 30AT,50AF,3P,230V 3-2mm2 600V CV + 1-3.5mm2 IV 22mm DIA, CONDUIT
2 MCC NO.1 THICKEND SLUDGE PUMP 1.5 DOL 230 5.90 30AT,50AF,3P,230V 3-2mm2 600V CV + 1-3.5mm2 IV 22mm DIA, CONDUIT
3 MCC NO.2 THICKEND SLUDGE PUMP 1.5 DOL 230 5.90 30AT,50AF,3P,230V 3-2mm2 600V CV + 1-3.5mm2 IV 22mm DIA, CONDUIT
CONTROL ROOM
NO. FROM TO
CAPACITY
[kW]
STARTER
VOLT
[V]
FULL LOAD
CURRENT
[A]
C.B. CABLESCOUDUIT
REMARKS
1 LVSGN MCC 230
148.30 200AT,300AF,3P,230V 3-100mm2 600V CV + 1-22mm2 IV
2 MCC UPS 3.0 DOL 230 13.10 30AT,50AF,3P,230V 3-2mm2 600V CV + 1-3.5mm2 IV
3 UPS INSTRUMENTATION PANEL 230 3-3.5mm2 600V CV + 1-8mm2 IV
Republic of the Philippines JAPANINTERNATIONAL
COOPERATIONAGENCY
NIPPON KOEICO., LTD.
NJS CONSULTANTSCO., LTD.
JAPAN AIRPORTCONSULTANTS,
INC.
JICA DESIGN CONSULTANT JOINT VENTURE