CONSTRUCTION OF NATIONAL ROAD REHABILITATION ARTERIAL A12 JCT. OELEU – LOURBA – ZULO FATULETU (TENDER/172/MOP-2025) ADDENDUM NO. 2 12 December 2025 This Addendum No.2 is issued to amend following items in the Bidding Document in accordance with ITB 8.1 of the Bidding Document. Item Part of Bidding Documents As Original Bidding Document As amended in the Addendum No. 2 1. Volume IV - DRAWING - The Box Culvert (CHAPTER 8-L2.1 CROSS DRAIN STRUCTURE (ST)) drawings are attached. 2. Volume III (Specifications) - The Geotechnical Design Report is attached Hermingardo Albano Soares Executive Director of National Procurement Commission (NPC) CONSTRUCTION OF NATIONAL ROAD REHABILITATION ARTERIAL A12 JCT. OELEU – LOURBA – ZULO FATULETU (TENDER/172/MOP-2025) CLARIFICATION NO. 2 12 December 2025 No Questions Response 1 As the site inspection period has concluded, might we arrange a second site visit to enable an accurate and effective quotation? The Mandatory Site Visit was conducted on 21 November 2025. Second Site Visit is not possible. 2 With 21 days remaining until tender opening, and having only recently become aware of this project, we respectfully request a one-month extension to the tender opening date to allow sufficient time for preparing the requisite documentation. Please refer to Addendum No. 1. 3 Our company, upon reviewing the tender documents for this project, noted that the drawings for the bridge section are missing. We request that your department provide us with the missing bridge drawings This project does not include the construction of a Bridge. It only covers three Box Culverts at Sta 16+888.60 km, sta. 16+981.11 km, and Sta. 17+844.90 km. 4 Our company, upon reviewing the tender documents for this project, noted that the Bill of Quantities for the earthwork and culverts are missing. We kindly request that your department provide us with the missing Bill of Quantities The quantities for the construction of three (3) culverts are provided in the Section (5) of BoQ 5 We would like to confirm the beneficiary and beneficiary's address of the Bid Security of CONSTRUCTION OF NATIONAL ROAD REHABILITATION ARTERIAL A12 JCT. OELEU – LOURBA – ZULO FATULETU (TENDER/172/MOP-2025) Beneficiary: Ministry of Public Works Address: Av.20 de Maio, Dili, Timor-Leste 6 We would appreciate it if you can provide us the geological and the project overview research report for this project additionally, we request u to furnish us with earthwork Quantity schedule from the project drawing Please refer to the attach link of the Bidding Document for the Geotechnical Design Report. The attached report is only for the Guidance. The Bidder is responsible for the verification of the Data. 7 When should we have the site visit? Please refer to the Clarification No. 1 8 We have carefully reviewed the tender documents for the above-mentioned project. Upon examination, we noticed that the title of Volume 3 – Standard Specification does not correspond to the project name indicated in the tender, but instead refers to another project titled “Rehabilitation of National Road: Maliana – Cailaco – Marobo Bridge (26 km)”. We kindly request your clarification on whether the two projects share the same technical specification document, or if a specific version for the current project will be issued. We would appreciate your confirmation at your earliest convenience. Please note that the Standard Specifications (November 2014) is applicable to the Construction of National Road Rehabilitation Arterial A12 Jct. Oeleu – Lourba – Zulo Fatuletu (Tender/172/Mop-2025). Please ignore the Typo error. 9 Tree Relocation under Schedule Items 201(3) and 201(4) What are the quantitative standards for size? Does "transplanting" imply felling and root removal? Or does it refer to relocating trees to designated areas for replanting and ensuring survival? Item 205(1) Ordinary Embankment: What specific material requirements apply? Is compliance with CBR values sufficient? Please Check the BoQ for the Project: A12 JCT. OELEU – LOURBA – ZULO FATULETU. The item you mentioned does not exist in this project. Please refer to the Standard Specifications for the Specifications of Embankment Materials. 10 Item 206(1) Base Course Treatment for Common Materials: What technical specifications are required? For example: compaction degree, replacement material specifications, replacement depth. Please check the Drawings and Standard Specifications. 11 Item 303 (1) Class A Base Course: Are there requirements for lime/cement dosage, or is this determined by trial verification? Please check the Drawings and Standard Specifications. 12 Item 411(6a) 6cm asphalt surface course: Are there specific requirements for the asphalt-aggregate ratio (or asphalt content), or is this determined by trial verification? Please check the Drawings and Standard Specifications. 13 Item 506(6) Lean concrete: What specific requirements exist for concrete strength? During construction, the Employer will provide the standard specification standard for Lean Concrete item (New Edition of Standard Specification of Public Works-TL) 14 Item 601(1) Circular pipe culvert: Are there specific drawings or standards for the reinforcement of the circular pipe? Please refer to the Section 600 of the Standard Specifications. 15 TQ9 Volume IV - DRAWING PDF/PROFILE LOT 2.1 STA 13+300 - 14+000/L2.1-PP-0040 This bridge needs to be preserved in the drawing SCHEDULE OF DRAINAGE CROSS SECTION (3/3)/L2.1-SC-0045. Please provide the structural drawings and reinforcement drawings for the bridge STA 13+747 (the bill of quantities includes bridge works). The existing Bailey Bridge will be maintained. 16 TQ10 Volume IV - DRAWING PDF/PROFILE LOT 2.1 STA 14+700 - 15+400/L2.1-PP-0044 This bridge needs to be preserved in the drawing SCHEDULE OF DRAINAGE CROSS SECTION (3/3)/L2.1-SC-0045. Please provide the structural drawings and reinforcement drawings for the bridge STA 15+141 (the bill of quantities includes bridge works). Please refer to the response #15 17 TQ11 Volume IV - DRAWING PDF/PROFILE LOT 2.1 STA 16+800 - 17+500/L2.1-PP-0050 Please provide the structural drawings and reinforcement drawings for the box culverts STA 16+888.60 and 16+981.11, along with the corresponding quantities (the bill of quantities does not include box culvert quantities). Please refer to the Addendum #2. The Culvert drawings are attached. 18 TQ12 Volume IV - DRAWING PDF/PROFILE LOT 2.1 STA 17+500 - 18+200/L2.1-PP-0052 Please provide the structural drawings and reinforcement drawings for the box culverts STA 17+844.91 along with the corresponding quantities (the bill of quantities does not include box culvert quantities). Please refer to the response #17. 19 TQ13 Volume II TENDER-172-MOP-2025/104-Office and Accommodations for the Engineer Please provide the specific drawing requirements for the Engineer's office and accommodation. No relevant information is available in the bidding documents. Please refer to the Clarification #1 for drawings. The construction for the Engineer facility is of permanent type. Please refer to the Annex-1 attached to this clarification for reference. 20 TQ15 Volume II TENDER-172-MOP-2025/202 (1)-Removal of Structures and Obstructions-Ln.m-735.42; Please clarify which items of removal are measured in Linear meter (Ln.m). Please check the Standard Specification MPW TL. The definition of item 202(1) is clearer there. 21 TQ16 Volume II TENDER-172-MOP-2025/202(2)-Removal of Structure and Obstruction (specific)-Cu.M-7296.63; Please clarify which items of removal are measured in Cubic meter (cu.m). Please check the Standard Specification MPW TL. 22 TQ17 Volume IV - DRAWING PDF/SCHEDULE OF HOUSE DEMOLISHED-JCT.OELEU-LOURBA-ZULO FATULETU-1/L2.1 -SC-0076 It is calculated that there are a total of 32 houses to be demolished, with a demolition area of approximately 741 m². Please clarify whether this item of demolition works has been omitted from the bill of quantities, as only items measured in Ln.m and Cu.M are included. Additionally, please confirm whether the compensation for the house demolition has been paid to the homeowners by the Employer. If not, who will be responsible for the payment? This activity is the responsibility of the Employer (MPW), and the cost for compensation is not included in the construction contract. 23 TQ18 Volume IV - DRAWING PDF/SCHEDULE OF POLE RELOCATION-JCT.OELEU-LOURBA-ZULO FATULETU/L 2.1-SC-0079 It is calculated that there are 32 poles to be relocated. Please clarify whether this item of demolition work has been omitted from the bill of quantities. If it is included, should it be settled under Bill Item 202(1) measured in Ln.m or under Bill Item 202(2) measured in Cu.M? The cost of the relocation of the poles will be covered under the Contingency. This matter will be discussed during the execution of work and need prior approval from the Employer. 24 TQ19 Volume II TENDER-172-MOP-2025/606.3-a-Weep Hole - PVC 2" (3.6mm) with Palm Fiber Layer-Cu.M -7652.56 Is the unit of this bill item incorrect? It should be Ln.m. Please refer to Clarification #1. 25 TQ20 Volume II TENDER-172-MOP-2025/606.3-b-Weep Hole - PVC 3" (Min 1.5mm) - Gabions Area-Cu.M -5315.40 Is the unit of this bill item incorrect? It should be Ln.m. Please refer to Clarification #1. 26 TQ21 Volume IV - DRAWING PDF/02 drawing/CHAPTER 2-L2.1 ROAD STANDARD (RD) - SIGNED (1)/TYPICAL OF MSE WALL/L2.1-RD-0033 the drawing shows the geogrid is presented, but no quantity is available for this item in BOQ, please clarify this quantity is omitted? Please refer to Item 810 of issued BOQ. 27 TQ22 Volume I - Bidding Document Part I Bidding Procedures In Section 2 - Bid Data Sheet (Page 37), ITB 19.1 states that the amount and currency of the bid security shall be: USD 157,000.00. The bid security shall be valid for 28 days beyond the original validity period of the bid. In Section 4 - Bidding forms (Page 62), Bid Security Bank Guarantee states that: This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days after the expiration of the Bidder’s bid. Can the bidder revise this paragraph in the form of Bid Security Bank Guarantee and write the exact expiry date as 6 July 2026 (10 December 2025+180+28)? The required validity of the Bid Security should be submitted in the form of a Bank Guarantee, shall be valid for 208 days, calculated from the Bid Submission Date. It is strongly recommended that the Bank Guarantee explicitly state the Expiry Date to avoid ambiguity and to ensure compliance during the bid evaluation process. 28 CQ2 Volume II TENDER-172-MOP-2025 OVERHEAD Please clarify whether this refers to the Contractor's overhead and operational costs during the contract implementation period, which constitute part of the total project price. The Overhead and Operational Cost shall form an integral part of the Contract Price. Any such cost items shall be payable only upon the prior written approval of the Employer, in accordance with the terms and conditions of the Contract. 29 CQ3 Volume II TENDER-172-MOP-2025 ITEM 808(2 Maintenance and Aftercare. Please clarify this refers to maintenance and aftercare for item 805(3)a, 805(3)b during contract implementation? Item 808 refer to Bio Engineering maintenance during the Defect Liability Period (DLP). 30 Clarification No.1:The relevant drawings are located on page L2.1-ST-BC-00 to L2.1-ST-BC3-18 Please refer to the Clarification No. 1 31 Please provide the Structural Drawings and Reinforcement Drawings for the bridge STA 13+747 and STA15+141 which is not available in IFB, though design drawings and BOQ show its existence also clarification was raised but no response is made now. Please refer to the Addendum #2. The Culvert drawings are attached. 32 Missing Box Culvert Drawings We have noticed that the drawings for the following box culvert structures are not included in the documents provided: L2.1-ST-BC1 STRUCTURES (BOX CULVERT STA. 16+888.60) L2.1-ST-BC2 STRUCTURES (BOX CULVERT STA. 16+981.11) L2.1-ST-BC3 STRUCTURES (BOX CULVERT STA. 17+844.90) Kindly provide the complete drawings and related design details for the above items so that we can proceed with accurate planning and quantity assessment. Please refer to the Addendum #2. The Culvert drawings are attached. 33 Insufficient Detail for Reinforced Concrete Pipe Culverts (RCP). For the circular pipe culverts, the documents currently lack detailed engineering information, including but not limited to: Quantities and specifications of reinforcement steel Concrete volume and strength class Any other relevant construction details or cross-sections We kindly request the complete detailed design information so that we can perform the necessary quantity take-off and prepare our work schedule accordingly. Please refer to the Section 6 of Standard Specifications. For the RCP item, the price analysis is complete. The bidder is required to propose their own unit price. 34 Vehicles for the Engineer, please specify the type and quantity of vehicles? Please refer to the Annex – 2 attached with this clarification. 35 Are the capacities indicated for Excavator and Asphalt Paver considered as minimum capacities or are we allowed to propose Excavator with capacity exceeding 200 HP and Asphalt Paver with capacity exceeding 4 m? The minimum capacity of the equipment proposed in the Bidding Document. However, the Bidder can propose better equipment. 36 How should we interpret the requirements for other equipment that do not have specified capacity criteria? Please refer to the Annex-3. Please refer to response #35. 37 Are we allowed to propose Transit Mixer with capacity exceeding 4 cu.m? Yes, if it is equal or greater, you are allowed. Please refer to the response #35. 38 Are we supposed to include the amount of Contigencies (USD 665.376,23) in our summary of Bill of Quantity? Yes, all the Bidders should include in the submitted Bill of Quantities. 39 Please provide the drawing details for Chute Stone Masonry work. The construction details related to the Stone masonry work in Chute will be advised during construction by the Inspection Engineer or Supervisor. However, the Bidders shall follow and fill in the prices of the said items in the issued BOQ. 40 Are we allowed to propose Excavator with capacity exceeding 200 HP? The proposal must match the project owner's requirements. However, if the contractor proposes more than required, that would be better and permitted. 41 We have an Asphalt Paver unit with capacity of 2,3 – 6 m width. Are we allowed to propose this Asphalt Paver? The project drawing shows a pavement width of 6 meters. Therefore, a company with extensive experience knows exactly what the minimum requirements are. 42 How should we interpret the requirements for other equipment that do not have specified capacity criteria? The bidder must propose equipment that is similar and adequate in size, capacity, and capability to safely and efficiently perform the intended construction activity. The equipment must meet the requirements of the project owner. If, during implementation, the contractor provides less capacity than originally specified, the project owner will reject it. 43 Are we allowed to propose Transit Mixer with capacity of 5 cu.m? Required for this project: 6–8 cubic meters 44 Extension for the Submmission Time Please refer to addenddum #1 45 Relocation of 31 Electricity Poles According to the construction drawings and our site observations, there are 31 electricity poles within the construction limits that require relocation. As this item is not included in the Bill of Quantities, it should not be carried out by the Contractor. Please clarify which party is responsible for this work. If the Employer intends to assign another entity to carry out the relocation, please confirm whether the relocation can be completed before the commencement of construction. Please refer to the response #24. 46 Demolition of 683.569 m² of Houses According to the construction drawings and our site observations, there are 683.569 m² of residential structures within the construction limits that require demolition. As this item is not included in the Bill of Quantities, it should not be carried out by the Contractor. Please clarify which party is responsible for this work. If the Employer intends to assign another entity to carry out the demolition, please confirm whether the demolition can be completed before the commencement of construction. This activity is the responsibility of the Employer (MPW), and the cost for compensation is not included in the construction contract. 47 Relocation of Existing Water Supply Pipelines Based on site observations, multiple water supply pipelines are present on both sides of the road within the construction limits. These pipelines will require relocation. As this item is not included in the Bill of Quantities, it should not be carried out by the Contractor. Please advise how the Employer intends to address this matter. Please refer to the response #24. 48 Please provide the layout and drawing details for Bridge Construction work. This project does not include the construction of a Bridge. Hermingardo Albano Soares Executive Director- Comissão Nacional de Aprovisionamento (CNA)