16
Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS PRIMARY BIDS AND AWARDS COMMITTEE Special Bid Bulletin No. 01-2013 TO ALL CONCERNED BIDDERS: Please find hereunder the answers of the Bids and Awards Committee (BAC) to the written queries of the following: 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your guidance and information. Issued this 18th day of September 2013. ~ r-r-~ ATTY. S PERPETUO M. LOTILLA Underse retary for Legal Affairs ~nd Chaiman,Bids and Awards committe~ THE COLUMBIA TOWER C1tt f~--fj~-t~ BRGY.WACK·WACK, ORTIGAS AVENUE 1555 MANDALUYONG CI1Y, PHILIPPINES v.~ /3·· si» ~ TELEFAX: (632) 723-4925 TRUNKLINE: 727·7960 TO 79 DOTC ACTION CENTER HOTLlNE: 7890

PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

PRIMARY BIDS AND AWARDS COMMITTEE

Special Bid Bulletin No. 01-2013

TO ALL CONCERNED BIDDERS:

Please find hereunder the answers of the Bids and Awards Committee (BAC) to thewritten queries of the following:

1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and2. Kumho Industrial Co., Ltd., dated 04 September 2013.

For your guidance and information.

Issued this 18th day of September 2013.

~

r-r-~ATTY. S PERPETUO M. LOTILLAUnderse retary for Legal Affairs

~nd Chaiman,Bids and Awards committe~

THE COLUMBIA TOWER C1tt f ~--fj~-t~BRGY.WACK·WACK, ORTIGAS AVENUE1555 MANDALUYONG CI1Y, PHILIPPINESv.~ /3·· si» ~

TELEFAX: (632) 723-4925TRUNKLINE: 727·7960 TO 79DOTC ACTION CENTER HOTLlNE: 7890

Page 2: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

RE :DESIGN-BUILD OF PUERTO PRINCESA AIRPORT DEVELOPMENT PROJECT

Presented hereunder are the replies to the queries raised by Hanjin Heavy Industries ConstructionCo., Ltd. in their letter dated 28 August 2013:

QUERY REPLY

I. General1. After award, can awarded bidder have a The contract involves a design-build

certain period of time to prepare arrangement and the contractor is thereforedetailed engineering and design before required as part of the Works to prepare thethe date of commencement of the detailed engineering designs. The time to beWorks? If yes, how long is the allotted to detailed design is entirely up to thepreparation period? contractor and shall be part of its proposal

provided however that as prescribed in theBidding Documents the whole of the Works(engineering, procurement and construction orEPC)shall be completed within 900 days fromcommencement of the Works. Please also referto Sub-Clause 8.3 of the General and ParticularConditions of Contract.

2. Regarding Construction Methodology, The said provision in the Bidding DocumentsPage #90 of bidding documents, it is merely puts emphasis on the need for such plansstated "During construction period, the during the construction period. The same shallbidder must propose Quality Control however already be submitted as part of thePlan, Environment and Safety contractor's technical bid proposal.Management Plan, and measures formanaging production cost. "Pleaseconfirm Quality Control Plan,Environment and Safety ManagementPlan, and measures for managingproduction cost will be submitted afteraward.

3. Regarding Bidding Documents page #57 The prescribed criterion still prevails. Please noteItem B.3 ATC TOWER Building "1.2 Total that 35m2 refers to the size of the floor area offloor area of the visual control room of visual control room while 276m2 refers to theATC (minimum floor size: 35m2)", we size of the total area of ATC Tower (see Tableunderstand Conceptual Design Report 3.3.7, page 41 of Part 2, Section IX, Specificationssays ATC Tower area is 276sqm on page & Parameters Report of the Bidding Documents).#124 and Performance Specifications &Parameters Report says the area is276sqm on page #41. If the standard isset as 276sqm, will the criteria stated onpage #57 of the Bidding Documents stillprevail?

Page 3: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

4. We were usually provided a JV No pro-forma JV Agreement is provided in theagreement form from the Employer. Do Bidding Documents. The agreement shouldyou plan to provide us with one? however contain the following minimum

requirement, among others:a. name of JV membersb. roles, responsibilities and tasks of each JVmemberc. name of the lead partner of the JVc. % share of each member to the total JVd. JV members are jointly and severally liableunder the contract.

5. Regarding "Bidding Document Page 45. The negotiation stage can cover both technical6. Award of Bidding", what are the and financial aspects of the bid.prospective items of the negotiation?

6. Please confirm both Form EXP-2(a) and Form EXP-2(a) and Form EXP-2(b) shall be usedForm EXP-2(b) are concerning the for both construction and design companies ofexperiences of construction companies prospective bidders (Please also see reply toof joint venture members. Item 1.7 below).

7. Are we supposed to submit the Bidders are required to submit performanceexperiences design companies of our JV? information/documents of design companies.If yes, please provide an official form. Bidders can use Form EXP-2(a) and Form EXP-

2(b) for the purpose.8. We observed that it is stated, as follows, Item (a) pertains to cost of construction inputs

on Invitation of Bids, Item No.4: purchased from outside the Employer's countryBidders shall however be required to that are chargeable against the loan; Item (b)indicate in their bids the proportion of pertains to cost of construction inputs purchasedthe following that comprises the entirety from within the Employer's country that areof their bid price proposals: (a) foreign chargeable against the loan; Item (c) pertains toexchange cost component of the bid that cost of construction inputs purchased fromis expected to be paid out of the within the Employer's country as well as the costproceeds ofthe loan, (b) local cost of all taxes and duties imposable in thecomponent of the bid that is expected to Employer's country on the contract that arebe paid out ofthe proceeds of the loan chargeable against the Government of theand (c) local cost component of the bid Philippines (GOP) counterpart fund.that is expected to be paid out of theproceeds of the Philippine Government For the indicative budget allocations, pleasecounterpart funds. refer to Item 4, Part 1, Section V (Eligible

Countries) of the Bidding Documents.Does it mean:Item (a) concerns equipments and For Item (c), the indicative ceiling amountmaterials purchased in Korea, excluding contingencies is placed at aboutItem (b) concerns equipments and US$lS.19 million equivalent,materials purchased in the Philippines,andItem (c) concerns labor costs, equipmentcosts, delivery cost?

Please clarify the items for (a), (b) and (c)with and exemplary details. We believethese items are very important in our bidprice.

Page 4: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

11. Civil1. We were not able to find survey and Pertinent data are provided starting from page

geological data in the bidding 139 of Annex B, Part 2, Section VIII (Conceptualdocuments. Can we get these data? If Design Report) of the Bidding Documents. Itnot, it's difficult to prepare this bid must be noted however that as prescribedbecause of lack of time. And when we therein data contained in the report are only forprepare detailed design after award, is it reference, and all bidders should have the wholepossible to change the bid amount in responsibility for the soil properties applied incase we found unexpected condition? their design. Also please refer to Sub-Clause 5.1

of the ParticularConditions of Contract.

As this is a design-build contract, changes in theapproved contract amount will not be alloweddue to unexpected condition as design is theresponsibility of the contractor. Please also referto Sub-Clauses 5.1 and 5.8 of theParticularConditions of Contract.

2. If there is any house and other facilities Land acquisition and resettlement do not formin construction area, can we include the part of the Contract Works. All related andcost of demolition, resettlement and necessary demolition works shall however formland acquisition? part of the Contract Works and should be

correspondingly included in the bid proposal.3. Please provide us with present airport The assessment of the present condition of the

condition of Airside facilities. airport and its facilities shall be the responsibilityof prospective bidders.

4. Please provide us with data of previous The documents can be obtained at the Office ofstudies (TADP, ITDP, Updated ITDP) the BAC Secretariat located at Unit 153, 15th

Floor, The Columbia Tower, Brgy. Wack-Wack,Ortigas Avenue, 1555 Mandaluyong City

5. Please provide us with AlP Aeronautical Attached herewith is the relevant AlP for theInformation Publication) of PPA. Puerto Princesa Airport.

6. Please provide us with existing airport See reply to Item 11. 4 above.design report and drawing (Inc.Underground utilities drawing such aselectrical pipes, cables, etc.)

7. Is it mandatory guideline or non- Part 2, Section VIII (Conceptual Design Report) ofmandatory guideline? (Conceptual the Bidding Documents is merely intended as aDesign report and performance guide for prospective bidders in the preparationspecifications & parameter report) of their bids. Part 2, Section IX (Performance

Specifications& Parameters Report) of theBidding Documents however prescribesmandatory minimum requirements.

Page 5: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

8. What is your preferred design standard? The relevant applicable codes and standards are(ICAO,FAA,UFC, including opinion for already prescribed in Part 2, Section IXDesign Aircraft) (Performance Specifications & Parameters

Report) of the Bidding Documents. The particularcodes and standards that will eventually beadopted by the contractor for the design workswill be up to the contractor provided that thesame are included in the prescribed lists. Pleasealso refer to relevant provisions of Clause 5 ofthe ParticularConditions of Contract.

9. Can we keep the air traffic demand of The traffic demand projections contained in PartConceptual Design report during design 2, Section VIII (Conceptual Design Report) of theperiod? Bidding Documents is intended as a minimum

guideline. Bidders may opt to conduct their ownprojections as part of their due diligence review/study provided however that the minimumrequirements prescribed in the relevant BiddingDocuments are met, e.g., area requirements forvarious buildings. Bidders are of course allowedto propose more than the prescribed minimumrequirements.

10. Please provide us with detailed location Please refer to Annex B, Section 2 starting fromof Borrow Pit and Quarry. page 146 of Part 2, Section VIII (Conceptual

Design Report) of the Bidding Documents.However, as likewise cited in the reply to Item11.1above, the data contained in the report areonly for reference, and all bidders should havethe whole responsibility on the matter as theyapply to their design. Also please refer to Sub-Clause 5.1 of the Particular Conditions ofContract.

11. Please provide us with present condition Please refer to reply to Item 11.3above.of runway and taxiway strip.

12. Please provide us with present condition Please refer to reply to Item 11.3above.of runway and taxiway pavement(Including joint spacing).

13. Please provide us with present condition Please refer to reply to Item 11.3above.drainage system (Type and final outlet).

14. Please provide us with present condition Please refer to reply to Item 11.3above.fence of PPA.

15. Is there any designated area for The area that may be used for employer'semployer facilities? facilities shall be within the general vicinity and

boundaries of the landside areas. The specificlocation shall however still be defined andestablished during the commencement of theWorks.

Page 6: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

16. Where can we construct office and plant For purposes of bid preparation, prospectivefacilities for consultant and contractor? bidders shall assume that the plant facilities shall

be located outside of the airport complexboundaries while offices shall be located withinthe airport boundaries. The specific locationsshall however still be defined and establishedduring the commencement of the Works.

17. Is there designated area for wasted Bidders are expected to propose an area to bematerial? For example, wasted concrete designated for waste materials according to theirand asphalt concrete. appreciation of the project requirements.

However, the same must be compliant to andaddress the requirements prescribed under theEnvironmental Compliance Certificate (ECC)issued by the Department of Environment andNatural Resources (DENR).

18. Where can we find disposal area for Please refer to reply to Item 11.17above.surplus excavation material?

Ill. Architectural

1. If the optimum area, derived from Yes, the prescribed minimum requirements willreviewing the whole airport area, is still apply.different from the given minimum floorsize, is the same criteria with minimumfloor size still applied?

2. Regarding page #89 and #90, are there There are no prescribed requirements orany regulations for technical proposal restrictions regarding the same.such as size of paper, number of pages,whether colored paper is allowed or notetc.?

3. Is the commercial area on the Landside Please refer to the attached drawing.adjustable? If yes, where is the feasiblearea? How many hectares should itbefore the area size?

4. Regarding Part2, section VIII, 1-1) can Please refer to Part 2, Section VIII (Conceptualwe use the data from 2011 updated Design Report) of the Bidding Documents forITDP Forecast for building area and relevant traffic forecasts. Also please see reply tomake our proposal using it? Item 11.9above.

Page 7: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

5. Regarding Part2, section IX,2-1) is the existing terminal excluded Please refer to Part 2, Section VIII (Conceptualfrom Demolition and Removal? And Design Report) of the Bidding Documents forplease provide us with the information required demolition and removal works/items.of the buildings, roads etc. written on For information on the structures, please refer tothe removal/relocation list. reply to Item 11.3above

2-2) Page # 106, Part 2. Section 8, The ADAC, which is one of the military facilities,concerning the items below: and the hangar are existing structures, hence no1) What is the usage of ADAC? design works are required for the same.2) Do bidders have to design ADAC, However, please refer to attached drawing

hangar, Pump Room, Substation, (DWG No. PPS-CV-004) for the scope of theChiller Pump Room? works involving the development of the

hangar/ADAC area.

2-3) as per page #91, concerning Yes, bidders are expected to propose the designstemporary works such as office, houses and include the construction costs for theseetc., are bidders supposed to propose structures/faci lities.the designs and include the constructioncosts

6. Regarding Part2, section IX, 3.3.2 Please refer to Table 3.3.8, page 43 of Part 2,Passenger Terminal Building: What's the Section IX (Performance Specifications &Spec. of ATC Tower Double glass? Parameters Report) of the Bidding Documents.

7. Regarding Part2, section IX, 3.3.2 Please refer to page 36 of Part 2, Section IXPassenger Terminal Building, (3) (Specifications & Parameters Report) of thefurniture: is pantry cabinet included in Bidding Documents.furniture item?

IV. Structural1. Regarding the CODE of structural design, Please refer to reply to Item 11.8above.

the Philippine standard and itscorresponding international standardsare stated in 2.2 Building Works, Part 2,Section IX Performance Specifications &Parameters Report. Can we commonly-used International Building Code whichis not included in the above mentionedsection? (For your information, NSCP isbased on International Building Code.)

2. Regarding Part 2, Section VIII There are no structural drawings, computationConceptual Design Report, the sheets, etc. that have been prepared at thestructural plan at the conceptual design conceptual design stage. The data andstage is described in details in 2.5.6 information contained in Section 2.5.6Structural Work. Could you provide us (Structural Works) of Part 2, Section VIIIwith structural drawings, computation (Conceptual Design Report) of the Biddingsheets etc. from conceptual design Documents refer to the detailed engineeringstage? design works prepared by COWI-NACO in 2002.

Page 8: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

3. Regarding Annex B, Part 2, Section VIII The conduct of additional soil investigations willConceptual Design Report, it is stated be up to the prospective bidders.that 'Soils and materials Report' is onlyprovided for reference and the bidder is Refer to reply to Item 11.1responsible for the use of it. Howeverthe bidders would need a professionalassistance. Are you planning to schedulean additional soil investigation?

v. Mechanical1. On the basis of design,

1) What is the standard for ASHRAE is prescribed under Part 2, Section IXtemperature and humidity of (Specifications & Parameters Report) of theoutdoor air? Bidding Documents as one of the standards to be

2) Are we allowed to follow followed.ASHRAE which is commonlyapplied?

2. Regarding Part 2, Section VIII,Conceptual Design Report, 2. Review ofPrevious Design:

1) Which does it refer to, existing The section covers the review of the engineeringbuilding design, concept design designs prepared by COWI-NACO in 2002of this project or other existing involving the proposed development worksexemplary building? under the then ADB- and EIB-assisted Third

Airports Development Project.

2) Can we receive the "Previous Please see reply to Item 11.4 above.Design" of the existing building?

3. Please clarify whether special The PC-AIR system and aircraft water supplyequipments such as PC-AIR system and equipment will not form part of the scope of theaircraft water supply equipments Contract Works.included in the works, or not.

4. It is stated that waste water will be The contractor is expected to provide a newprocessed by central wastewater sewage treatment plant (STP).collection system on Part2, Section VIII,Conceptual Design Report, 2.7.2 Water For reference, however, please see pages 6 andDistribution. Could you specify the 7 of the Third Airports Development Project UCDsystem? Is it a sewerage treatment Mechanical and Electrical Services prepared byplant, a wastewater tank, a drainage COWI-NACO, which can be obtained at the Officetank, or a septic tank? of the BAC Secretariat.

VI. Electrical/Communications1. Regarding "Bidding Documents page For this purpose and as part of the prospective

#54: 1.9 Proposed electricity-saving bidder's responsibilities, bidders shouldmethod", If Reliable Incoming Dual- coordinate and hold consultations with thePower Line will be used, is leading-in is concerned local electric cooperative in the area.currently possible? If yes, please let usknow if electricity line is established andlet us know the capacity of the line.

Page 9: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

2. Regarding "Part2, Section VIII, All necessary electrical works for all relatedConceptual design Report", we can see facilities and buildings/structures form part of"2.8 Electrical Works" in "2. Review of the Contract Works. Bidders are thereforePrevious Design". However, we cannot expected and required to propose and providesee "Electrical Works" in "3.Conceptual the designs for all necessary electrical works.Design". Please clarify that.

3. Regarding "Partl page #55: 1.13 Planned The Bidding Documents prescribes the use ofuse of LED bulbs in the terminal", can LED bulbs at the passenger terminal building as athis LED bulb be only applied to the minimum requirement.Passenger Terminal?

Prospective Bidders may propose LED bulb inother buildings.

4. Please provide us with the drawings of There are no available drawings of the existingthe existing underground electricity underground electricity piping.piping.

5. Please provide us with the drawings of There are no available drawings of the existingthe existing electricity, communications, electricity, communications, and single lineand single line layout. layout.

VII. NAVAIDS and AGL1. In security fence lighting system on No specific requirement for security fence

airside also included in this project? lighting system at the airside is prescribed underthe Bidding Documents.

2. Is power supply for access road lighting The power supply for access road lighting systemsystem supposed to be supplied by shall be supplied by the airport power system.airport power system or by the citypower line?

3. Please provide us with the statistical This is the responsibility of prospective bidders.data related to annual volume of traffic The information may however be obtained fromon National Highway and traffic volume the Department of Public Works and Highways.for each vehicle class.

4. Could you provide us with current Please see reply to Item VII. 3 above.adjacent road network data and drawing& final output data (electronic format)on connecting roads concerning projectsite?

5. Please provide us the road design & Please see reply to Item VII. 3 above.construction (specification) standardsused in the Philippines.

Page 10: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

6. Please provide us the existing drawing The Contractor is required to replace the existingfor: equipment referred to and install new ones. For

1) Existing VOR ANT installation this purpose, the bidders are expected toand Equipment Room Layout propose the designs relevant to the same.DWG.

2) Existing ATC Radio Installation There is therefore no need for prospectiveand Equipment Room Layout bidders to secure the drawings referred to.DWG.

3) Existing ATCT Console Layout incontrol Room for NAVAID'sPanel DWG.

4) Existing Weather sensorinstallation and EquipmentRoom Layout DWG.

7. Do we have to accommodate existing There is no need to accommodate existingVHF/UHF/HF facility in the New ATC VHF/UHF/HF facility in the New ATC VCCS.VCCS?

8. Can we separately install ATC TX and RX Yes, ATC TX and RXANT may be separatelyANT? installed but both TX and RXantenna are

preferably located on top of the Control TowerCabroom.

9. How long is the coverage for new HF Currently the HF communications is alreadyANT that DOTC requires? How wide is pulled-out from use. This may no longer bethe range of HF radio coverage? needed because of the existing AMHS.

10. Could you clarify whether or not using Filter is essential and is a mandatorycavity filter of existing TX/RX for ATC? requirement for the new radios. Auto-tune filter

is preferred (because the frequency mayor maynot change depending on the situation duringcommissioning).

11. Please provide us with the installation The bidders are expected to propose newdrawings of existing navigation aids: designs for the installation of the equipment

1) Installation drawings of VOR, referred to. The installation drawings of existingATC and AWOS and drawings of navigation aids are therefore no longer relevant.indoor arrangement ofVOR, ATCand AWOS.

2) Drawings of consolearrangement in the ATCT controlroom and the current drawing ofmonitoring panel console.

12. Please provide us the drawings of Please refer to reply to Item VII. 11 above.navaids and AGL which are alreadyinstalled.

Page 11: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

13. Can we use fiber optic for NAVAID's It may be used and reliability of fiber optic is veryRemote Control for good but the condition of the fiber optic cableILS/VOR/ATC/AWOS? route should be assessed if it is prone to theft,

damages (in the event of some rehabilitation,construction, repairs, etc in the runway)especially that the proposed location of DVOR ispassing across the runway. Wireless link may beused in lieu of fiber optic (e.g. UHF link). Biddersshould also consider if this is feasible with theirproposed navaids equipment.

14. What is the output power of the existing The bidders are expected to propose newATCTX & Gunset? designs for this equipment. Information on the

existing equipment are therefore no longerrelevant.

15. Does PPShave weather sensors? If yes, Please refer to reply to Item VII. 14 abovewhere is the location and what is itsname of the facility?

16. Does PPShave weather equipment Normally the display should be located in theroom? If PPShas one, where is its ATC console. If there's an equipment (e.g. forlocation and position? data processing of the weather information) this

should be located together with othercommunications and navaids equipment in thedesignated equipment room.

17. Which airport does PPSApproach Manila area control center. PPS is a combinedControl (Hand-off)? aerodrome and approach control facility.

18. Please provide us with any other specific Bidder's responsibility on the requirement that isrequirements requested by DOTe. necessary to comply with the ICAO standard.

VIII. Fire Existing and Prevention

l. Which standard code is applied for Please refer to reply to Item 11.8above.extinguishing and prevention? Can NFPAand IBC standard be applied?

2. Existing equipment:1) Please provide us with the For the purpose of the project requirements,

current status data of the bidders are expected to propose a new fireexisting fire pump. Can we use pump facility.the existing fire pump?

2) Please provide us with the This forms part of the responsibility of the bidderproduct details of the and are expected to propose the same.automated fire detectionequipment.

3. Is there any specific facility that DOTC Bidders can propose it according to relatedrequires, regarding fire extinguishing and standards.prevention?

Page 12: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

RE :DESIGN-BUILD OF PUERTO PRINCESA AIRPORT DEVELOPMENT PROJECT

Presented hereunder are the replies to the queries raised by KUMHO Industrial Co., Ltd. in theirletter dated 4th September 2013:

QUERY REPLY

I. General1. If a bidder want to participate the Bid as

a NA, should all partners of NApurchase the bidding document?(Bidding Document IFB Article 8)

There is no need for all partners of the N topurchase the bidding documents. Only the LeadPartner or the authorized company of the N maypurchase the documents.

2. Is a bid security issued by Korean Bankacceptable for this project? (Biddingdocument Section I. ITB 19. Bid Security)

A bid security issued by a Korean Bank isacceptable, provided the same is confirmed by alocal/Philippine bank.

3. For this project, if we organized NA withcontractors as partner and to bringdesign firms as a subcontractor, is itacceptable? If we bring design firm as asubcontractor for this project, what kindof documents should we submit for thisbid? (is either LOI or subcontractagreement acceptable for this bid?)

Yes, design firms who will carry out the designaspects of the Contract Works may be engagedas subcontractor instead of as partners to the N,provided however that the same shall undergothe pre-qualification process as if they were amember of the N.

YES, LOI or Subcontract Agreement or MOU inany form is acceptable.

4. Regarding of Bidding form, whichdocuments should be prepared fordesign firms? (Bidding Document SectionIV. Bidding form)

The following should be prepared and submittedfor the design firms:

1. FORM Ell-i-Bidder's Information Sheet,

2. FORM EXP-l: General ConstructionExperience and

3. FORM EXP-2(a): Specific ConstructionExperience

4. FORM EXP-2(b): Specific ConstructionExperience in Key Activities

5. According to the "Article 14.7 ofInstruction to Bid", all duties, taxes andother levies shall be included in the ratesand prices and total bid price. However,according to the bidding form for Bill ofquantities, taxes and duties row isseparated. We should include taxes andduties to "unit price" or not? (Biddingdocument Section IV. Biddingform>Financial Proposal)

Sub-Clause 14.7 refers to the rates and pricesand the total bid price. The Financial Proposal(Sample Form) of Section IV (Bidding Form) ofthe Bidding Documents on the other hand refersto the base unit rates and base amounts, and theamount of taxes is presented separately.

Please note however that for bid evaluationpurposes, the cost of taxes shall not beconsidered in the evaluation of the bid prices(ITB 35) and in the comparison of price bids (ITB36), as well as in the subsequent determinationof the proposed contract awardee.

Page 13: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

6. According to the condition of lie.Requirement for General items ofSection IV.", Bidders should prepare theBill of Quantities according to theproposed design. Even though DesignBuild project, bidder should include"Daywork Schedule" to the BOQ?(Bidding Document>Section IV. BiddingForm>Bill of Quantities)

Bidders are not required to prepare and submitwith their bids Bill No. 7 - Day work Schedule(Labor, Material and Equipment) and Bill No. 8-Day Work Summary of Item B (Work Items) ofthe Form of Bill of Quantities of Section IV(Bidding Form) of the Bidding Documents duringthe bidding.

Technical - GENERAL1. According to GC 4.10 Site Data, when the

contractor have access to theinformation which is not stated inPerformance Specifications &Parameters Report and ConceptualDesign Report? (GC 4.10 Site Data)

Any relevant data that may be required byprospective bidders may be obtained at theOffice of the BAC Secretariat, located at Unit153, 15th Floor, The Columbia Tower, Brgy.Wack-Wack, Ortigas Avenue, 1555 MandaluyongCity upon request.

Please note however relevant site data arediscussed starting from page 139 of Annex B,Part 2, Section VIII (Conceptual Design Report) ofthe Bidding Documents.

2. Could you provide wind speed,temperature and rainfall intensity? Orshould we use data in Review ofPrevious Design?

This is considered to be part of the Bidder'sresponsibility during Design Preparation.

3. Is it ok if bidder use daily traffic data of This is considered to be part of the Bidder'sall types of aircraft until 2012? responsibility during Design Preparation.

4. Please provide clear boundary of airportsite area and could we use out of thearea of boundary?

Please refer to attached AUTOCAD Drawing forthe Boundary of the Project.

5. Could the bidder decide plan or schedulefor flight test? Which party will becontrol flight test and who should bebeared the cost for this flight test?

Yes, Bidders are expected to propose the flighttest plan and schedule.

The cost of the undertaking shall be borne by thecontractor and should be included in the bidder'sfinancial/cost proposal.

6. After demolition works, how couldbidder waste disposal material? Can weuse for recycling?

The manner of disposal/removal of wastematerials/debris after demolition shall be up tothe contractor, provided that the same complieswith the requirements and conditions on thematter, if any, of the related EnvironmentalCompliance Certificate (ECC).

Yes, the waste materials from demolition workscan be used for recycling subject to the aboveECe.

Page 14: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

7. Is it possible to change aircraft departureand arrival time during construction?Especially, we need to consider the timeof first and final takeoff or landing forour working time.

Changes to aircraft departure and arrival timemay be possible. This must however be subjectto approval by the CAAP and concurrence/agreement by the concerned airline operators.

8. Could we import equipment or materialfor this EDCF project without custom taxor other liabilities?

Any and all importation under the Contract/Project shall be subject to applicable provisionsof existing revenue codes issued by the Bureauof Internal Revenue/Department of Finance(BIR/DOF). All taxes and duties that may beimposed on such importations shall however beincluded as part of the contract cost, and whichshall be financed out of the Government of thePhilippines counterpart funds.

Technical- CIVil1. For Internal Road, Parking Lot Design

Work, Please provide the "Volume ofTraffic" ratio or statistic data for eachkind of vehicle.

This is the responsibility of prospective bidders.

2. Please provide detail information of leadin line of water supply, sewerage system,electronic and power communicationand the boundary of work scope. Inaddition, please provide detail supplycapacity information for design works.

This is the responsibility of prospective bidders.

3. Could you provide the soil investigationdata at the location of 27 directionlighting on the sea and new passengerterminal area?

Could you provide the drawing offoundation of 27 direction lighting?

Pertinent data are provided starting from page139 of Annex B, Part 2, Section VIII (ConceptualDesign Report) of the Bidding Documents. Itmust be noted however that as prescribedtherein data contained in the report are only forreference, and all bidders should have the wholeresponsibility for the soil properties applied intheir design. Also please refer to Sub-Clause 5.1of the Particular Conditions of Contract.

No DATA available of the existing 27 directionlighting.

4. [Part 11. Performance Specification andParameters]1) Article 3.1.4 Blast Pad, (1) ICAO

Standard Blast pads should have awidth that is equal to the width ofthe runway plus shoulders.

2) Table 3.2.4 Rehabilitation Pavementoutline for airside area Blast PadDimension: {L)60 * {W)45 * 2{EA)m

Which width should be applied forpavement area at blast pad? {Part11.3.1.4

Please refer to Item 2.3.7 (Blast Pad) of Part 2,Section VIII (Conceptual Design Report) of theBidding Documents.

Blast Pad dimension is 60 meters in length and60 meters in width for each of the 2 blast pads-which is the basic guideline.

Page 15: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

5. Please provide data for water pressureof existing water line.

This is the responsibility of prospective bidders.For this purpose, bidders are expected tocoordinate with the local water utility authority.

6. Should the bidder install the sanitationfacilities to the site?

Yes, the contractor is required to install thesanitation facilities at the site. Also for thispurpose, the Contractor is expected to provide anew sewage treatment plant {STP}.

For reference, however, please see pages 6 and7 of the Third Airports Development Project UCDMechanical and Electrical Services prepared byCOWI-NACO, which can be obtained at the Officeof the BAC Secretariat.

7. 1} Please clarify whether we shoulddemolish the Holing Bay Hangar whichlocated at the 09 direction area.

2} If so, ADAC building and hangar whichlocated right side of new passengerterminal apron should be relocated ornot?3} And we need to repavement workinside of ADAC and Hangar building ornot?

Yes, the structure referred to shall bedemolished.

No, the ADAC and hangar shall not be relocated.

Please refer to attached drawing (DWG No. PPS-CV-004) for the scope of the works involving thedevelopment of the hangar/ADAC area.

Technical- ARCHITECT1} According to the Target demand

capacity in Conceptual DesignReport, Passenger Terminal Floorarea is suggested 2020yr 12,435m2

/

2040yr 27,510m2referred to breakdown method by Cebu & ClarkAirport standard. HoweverDeparture Lounge and ArrivalCustoms are double calculated forpassenger terminal space.(Conceptual Design 3.4.5)

The traffic demand projections contained in Part2, Section VIII {Conceptual Design Report} of theBidding Documents is intended as a minimumguideline. Bidders may opt to conduct their ownprojections as part of their due diligence review/study provided however that the minimumrequirements prescribed in the relevant BiddingDocuments are met, e.g., area requirements forvarious buildings. Bidders are of course allowedto propose more than the prescribed minimumrequirements.

2} Should Bidder re-estimate the areaof passenger terminal space orfollow the standard of conceptiondesign? {Conceptual Design 3.4.5}

Please refer to reply to Technical- ARCHITECTItem 1} above.

Technical - ELECTRIC1} What is current ATC communication

frequency in detail?The current frequency use in Puerto Princesaaerodrome is 118.1Mhz, approach is 122.0Mhzand emergency frequency is 121.5Mhz.

Page 16: PRIMARY BIDS AND AWARDS COMMITTEE · 1. Hanjin Heavy Industries Construction., Co. Ltd., dated 28 August 2013; and 2. Kumho Industrial Co., Ltd., dated 04 September 2013. For your

2) When contractor are calculating The Rescue & Fire Fighting Facility (R & FFF)electrical power demand, Contractor Building is included in the scope of work of thecan excluding power supply to the project. Please refer to p. 43 of the Section IXR&FF building. Meaning of R&FF (Performance Specifications & Parametersbuilding is existing building. Is it Report) of the Bidding Documents.right? (3.3.10 Electrical System (1)Power Supply)

3) In accordance with article of ICAD All Airfield Ground Lightings should be installed5.3.15 Stopway Lights and 5.3.8 to comply with ICAD Standards.Runway threshold identificationlights, should we install the light at09 direction runway area? (ICADStandard)