General Bid Bulletin No. 05 - 2014 Answers to Bidders Queries · General Bid Bulletin No. 05 - 2014...

189
General Bid Bulletin No. 05 - 2014 Answers to BiddersQueries 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 documentshall contain the Form DES: Declaration of Eligibility under STEP Loanand 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 documentshall 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 MPMin the Bidding Forms. Please confirm that Form MMEfound 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 requirementswhich 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

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

aoi
テキストボックス
Q/A No. 002

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

aoi
テキストボックス
Q/A No. 013

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

aoi
テキストボックス
Q/A No. 013
aoi
テキストボックス
Q/A No. 091
Okamoto
テキストボックス
Q/A No. 196