Annex "A" General Bid Bulletin No. 10 CP S03A and S03C Responses to Clarification Requests (Batch 2)

Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version)

With reference to the tender of “South Commuter Railway Project / Package No. CP S- 03a & CP S-03c” we are very much interested in to attend the abovementioned tenders. And therefore we are giving out utmost effort to prepare our best and competitive price proposal with the best technical competence, our most experienced teams are working non-stop basis not only within our headquarters but also from our overseas branches and sites in order to fulfill the client requirements with a solid submission dossier. We are also try to apply for the Visas in order to come to to make latest market research, to make site visit, to introduce ourselves to the local subcontractors and vendors, and lastly but most importantly to visit all the necessary local authorities to enlighten our studies on the projects’ execution. However due to the ongoing worldwide pandemic and raising numbers of the cases, both Philippines and Turkey is in a Instruction to 1 ALL Section 21 Submission and Opening of Bids lockdown at the moment, which most probably will be extended for a duration that we Bid Submission extended for 30 days. Refer to GBB No. 8 Closed Yes 8 Bidders cannot foresee at the moment. In parallel with this situation, we only can maintain our studies remotely. But not to mention that for these such projects any of the bidders shall visit the site personally and make their very final studies locally, which no foreign bidder can do at the moment. Also as per our previous experience, the visa applications for foreigners are bounded to a prerequisite as an endorsement letter from DFA, that is taking at least 2 months duration. In the light of the above-mentioned information, and considering the magnitude of the tenders/projects we kindly would like to request 10 weeks extension from the due date of the final submission for these related tenders. We kindly wish you to understand the practical issue as stated above for working out the most competitive price and hoping you will be kind enough to consider our request for this extension of time.

Request for the deadline of bid submission to be moved on 22 September 2021. This is to provide bidders with suffecient time to prepare a more comprehensive and Instruction to Bid Submission extended for 30 days. Refer to GBB No. 8 2 ALL Section 21 Submission and Opening of Bids competitive bid. Given the ECQ/MECQ extension: (i) it is more difficult to coordinate with Closed Yes 8 Bidders sonsultants and contractors; and (ii) travel restrictions for foreign partners to enter the Philippines.

We hereby request in writing an extension to the deadline of bid submission for Package 3a and 3c. Preparing a fully responsive and competitive bid requires comprehensive research on all aspects of bid requirements. Howver, COVID-19 crisis and its consequential measures to prevent further contaminations are giving us challenges in Instruction to mobilizing our key resources which, in turn, is causing delays in tender activities Bid Submission extended for 30 days. Refer to GBB No. 8 3 ALL Section 21 Submission and Opening of Bids Closed Yes 8 Bidders especially those related to iterations with suppliers and specialits. Given those circumstances, we sincerely request an extension of 60 calendar days, up to 20th August 2021 as the new deadline date for bid submission. In addition, it is believed that this extension of bid submission shall affect the deadline for bidders to submit clarification accordingly.

With regard to the subject project, we would like to bring your kind attention that we are currently under preparation of the tender proposal with keen interest to be involved in this project, However, we are facing an insufficient time to prepare a competitive and a compliant proposal to meet the requirements of bidding documents due to multiple reasons. 1) Due to the COVID-19 situation, foreigners entering Philippines are being Instruction to strictly controlled, and we are not able to execute a site survey until this moment. 2) As Bid Submission extended for 30 days. Refer to GBB No. 8 4 ALL Section 21 Submission and Opening of Bids Closed Yes 8 Bidders we are preparing the bidding documents for multiple packages, should have more meticulous study and review. 3) Extra time should be required to interpret and apply the unanswered clarifications and additional information from the Client (if any) in the future. For the foregoing reasons, we are of the opinion that additional tender preparation period is certainly necessary, and respectfully request for at least 8 (Eight) weeks extension from the current bidding date.

We are very much interested to participate in the bid of te above-mentioned projects, however our team will require more time to come up with a complete and competitive Instruction to Bid Submission extended for 30 days. Refer to GBB No. 8 5 ALL Section 21 Submission and Opening of Bids proposal. To preapre an exact estimatation as per your requirement and to make our best Closed Yes 8 Bidders competitive offer, we would like to request for an extension on the bid submission date from 22nd of June to 30th of September 2021.

Further to the submission deadline set on 22 June 2021, we humbly submit our request for an extension of the submission deadline by Four (4) Months from 22 June 2021 to 22 October 2021. The above request is made due to the below reasons: • Implementation of ECQ and MECQ from 29 March 2021 to 14 May 2021. Limited information from the Instruction to Bid Submission extended for 30 days. Refer to GBB No. 8 6 ALL Section 21 Submission and Opening of Bids market have been obtained within this period. • We also note that the site visit request Closed Yes 8 Bidders was granted fourteen (14) days after application. Sufficient time for site visit is needed to obtain relevant information for our bid submission. • Allow more time to review the bidding documents and seek clarifications to ensure a fully responsive bid submission to Client’s requirements. The above cited reasons are critical to progress our tender preparations. Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version)

After ITB 6.4 add the following as ITB "In Bid Addenda 1 the following clarification has been made 6.5: with regards to the to the Site Data: The following documents constitute “Site Data”. The Site Data may be downloaded The following documents have been removed https://drive.google.com/drive/u/2/folders/17y1 - Resettlement Action Plan KFHvEUBk0Z3Dw1JMp8fVBen71yeMv - Tree Cutting / Relocation from PNR / Private Land DBM, DOTr and PNR websites listed in ITB 7. - Depot Design Report (S 07) - Location for Procurement of Stuitable Fill (S -07)  Geotechnical Investigation Report - conflict with Existing Foundation  Topographic Survey Drawings Based on the updated site data per Bid Bulletin 2, we are still missing the following  Utilities Database & drawings documents as enlisted in the Bid Documents: The followin items were added  Hydrology Report - Hydrology Report  Marikina Fault Seismic Report General Bid  Resettlement Action Plan (Note: empty folder in the sent link) - Due Diligence Report on Historic Buildings and Structures  Lake Development Report 7 S-03A Bulletin 2 and BDS 2 Site Data  Tree Cutting / Relocation from PNR / Private Land - PNR Working Time Table for 2021-2022  Resettlement Action Plan ITB 6.5  DPWH Structures Interface- (Note: empty folder in the sent link) - Tree Inventory Survey Data  Environmental Impact Statement (EIS)  Risk Register (Specific to Packages CPS03a and CPS03c)  Tree Survey – Report  PNR Documents These documents have all been provided to Bidders Please provide the files.  Historical Structures of already  DPWH Structures Interface  Traffic Assessment Survey Report In additiion the following Site Data will be provided:  Risk Register - Project Implementation Schedule  Site(s) for Contractor  Site(s) for Spoil Disposal The following documents will be added to the Site Data  Available Land (Currently None) Mapping (Package when available: Specific) - Risk Register  Due Diligence Report on Historic Buildings and - Site Access Delivery Schedule" Structures

Please clarify whether the combined Annual Average Turnover and Financial Resources As stated in BDS 35.4, Bidders may bid for a single should take into account packages to be tendered/tendered for the following: package, or for any combination of packages. However, the award of multiple packages is subject to the aggregated - CPS04-07 Packages requirements within the same lot or group of packages as Computation of AAT Section 3 - CPS01-02 Packages stated in Section 3 EQC 1.4.2 and EQC 1.4.3 to ensure and Financial 8 S-03A Evaluation - PNR Phase 1 Packages bidder has sufficient financial capacity and resource to Resources for Criteria - PNR Phase 2 Packages execute the contracts concurrently combined packages

This is to allow bidders to determine the number of packages they can participate in the Bidder is referred to FIN Forms as provided in Section 4 of South Commuter Tender considering pending and past participation in the PNR/NSCR the Bidding Documents. All awarded/current contract Tenders commitments shall already be reflected in Form FIN-4.

Volume 2, The chainage/extent of jet grouting and other soil NSRP-DWG- Please provide the specific locations of jet grouting specified as 2.5m dia at 3.4m shown improvement is indicated in drawing NSRP-DWG-ATG-ST- 9 S-03A Schedule of Ground Treatment ATG-ST-3002 in the drawing mentioned. 3002 Rev 21. Rev 01

The vertical clearance in drawing NSRP-DWG-ATG-ST-3201 is indeed 5.2 m. The standard detail of the train in drawing Volume 2, NSRP-DWG-ST-3101 uses the standard position of the NSRP-DWG- The vertical clearance as shown in NSRP-DWG-ATG-ST-3201 Rev 01 is 5.2m. pantograph, therefore the total height of the train is higher ATG-ST-3201 10 S-03A Vertical Clearance However, in section detail shown in NSRP-DWG-ATG-ST-3101 Rev 01 the height of than 5.2 meter. Rev 01, NSRP- train, when measured off from the drawing, is more than 5.2m. Please clarify. The pantograph will adjust automatically and follow the DWG-ATG-ST- 3101 Rev 01 overhead lines at this height restriction.

Reference is made to drawing SW-ALT-RS-D-0001

Volume 2, Ground treatment inside Senate Station shall be deleted in NSRP-DWG- ATG drawings. Details shown in NSRP-DWG-NIC-ST-4201 NIC-ST-4201 At grade elevation showing Senate station conflicts with the station structural plans 11 S-03A Conflict between At-Grade and Station shall govern. rev 01, NSRP- which has separate structure supporting the train tracks. Please clarify Updated NSRP-DWG-ATG-ST-3312 drawing shall be DWG-ATG-ST- 3312 rev 01 revised and issued with Bid Addendum 2.

Further to the submission deadline set on 22 June 2021, we humbly submit our request for an extension of the submission deadline by Four (4) Months from 22 June 2021 to 22 October 2021.

The above request is made due to the below reasons:

•Implementation of ECQ and MECQ from 29 March 2021 to 14 May 2021. Limited Tender Deadline 12 S-03A Volume 1 ITB information from the market have been obtained within this period. Bid Submission extended for 30 days. Refer to GBB No. 8 Closed Yes 8 Submission •We also note that the site visit request was granted fourteen (14) days after application. Sufficient time for site visit is needed to obtain relevant information for our bid submission. •Allow more time to review the bidding documents and seek clarifications to ensure a fully responsive bid submission to Client’s requirements.

The above cited reasons are critical to progress our tender preparations.

The CAD Drawings have been released via GBB 6 dated 11 13 S-03A CAD Files CAD Files We request CAD files of the drawings MAY 2021

Attachment 1 of Section KD 02-1 Complete a minimum and continuous length of The Key Dates will be reviewed and amended where Through a review of the drawings, none of the at grade sections are longer or equal to 14 S-03A Volume 3 PCC7 8 of Particular 2800 metres at grade where it passes through at least required, and subsequently issued with Bid Addendum 2. 2800 metres. Hence, countinous length of 2800m can not be provided. Please clarify. Conditions of Contract one station Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version) NSRP- VIA03a at Grade The distance between the CH 16,580 and CH 16,130 should be 450m instead of 90m. This is noted. Table shown in NSRP-DWG-ATG-ST-3002 15 S-03A Volume 2 DWG-ATG- Schedule of Ground Please clarify. shall be updated and issued with Bid Addendum 2 ST-3002 treatment

Quantity calculations are based on the drawings NSRP- Jet Grout (item 228(1)e Through our measurement of the Jet grout volume, it should not be 61,640m3. Please 16 S-03A Volume 1 DWG-ATG-ST-3002 Rev 21, NSRP-DWG-ATG-ST-3100 to of bill no.3) clarify 3114 Rev 21

The Site Data documents have been updated.

"In Bid Addenda 1 the following clarification has been made with regards to the to the Site Data:

The following documents have been removed - Resettlement Action Plan - Tree Cutting / Relocation from PNR / Private Land - Depot Design Report (S 07) - Location for Procurement of Stuitable Fill (S -07) - Pasig River conflict with Existing Foundation

The followin items were added Section 6 - - Hydrology Report Historic Buildings and 17 S-03A Volume 2, Employer's Please provide the up to date information - Due Diligence Report on Historic Buildings and Structures Structures Requirements - PNR Working Time Table for 2021-2022 - Tree Inventory Survey Data

These documents have all been provided to Bidders already

In additiion the following Site Data will be provided: - Project Implementation Schedule

The following documents will be added to the Site Data when available: - Risk Register - Site Access Delivery Schedule"

NSRP- With reference to the Pier Schedule, the soil class was defined and the classification DWG- Quantity calculations are based on the drawings NSRP- details shall be referred to NSRP-DWG-VIA00-ST-1910. However, the depth of the 18 S-03A Volume 2 VIA03a-ST- Soil Class DWG-ATG-ST-3002 Rev 21, NSRP-DWG-ATG-ST-3100 to SPT>50 in longitudial view is different with drawings from NSRP-DWG-VIA03a-ST-0011 0101 to 3114 Rev 21 to 0034. Please the example in P-275. Please clarify 0102

Pile spacing shown in NSRP-DWG-ATG-ST-3105 plan view NSRP- shall be updated to reflect the correct pile spacing. There are a noticeable discrepancies in the number of the 1000mm diameter piles 19 S-03A Volume 2 DWG-ATG- Qty of 1000mm diameter pile Updated drawing shall be revised and issued with Bid between the plan view and longitual view from 14+980 to 15+065. Please clarify 3105 Addendum 2.

The temporary single track needs to be relocated twice during the construction period in CP S-03a because of The relocation of temporary track is not required within the Section 6, IA - Section conflict with on-going construction of structures and According to the scope document, the single temporary track will be relocated twice. We scope of CP S-03a. 20 S-03A Volume 2, Scope of 2.2.5 pp. building of the project. These relocation works are have reviewed the drawings and this relocation is not clearly indicated in the plans. The Scope of Works will be amended and issued with Bid Works ER 15 basically in charge of PNR. Bidder / Contractor shall Please provide the specific locations and the drawing details. liaise with PNR directly and closely for the schedule of Addendum 2. sequence of works, and shall cooperate with PNR.

The provided information on under Site Data does not include as-built plans for the All available information at this time is included in the Site 2. Items to be carefully taken apart for reassembly / Section 6, IA - existing stations mentioned for relocation. Please provide such information for our pricing Data. Appendix 2, rebuilding elsewhere: 21 S-03A Volume 2, Scope of assessment. Reference is made to the PS-4 Historical PNR Structures pp ER 21 - Vito Cruz Station Works Protection / Relocation / Demolition which should cover all - Buendia Station In addition, please specify the locations where theses station will be rebuilt. these relocation works.

Volume 2, CP S- Pile detail of 1000mm dia pile to be included in ATG 1000mm diameter pile 22 S-03A 03a VIA03a There is missing cut off level of the 1000mm diameter Drawing Set. cut off level ATG (AT Grade) The drawing will revised and issued with Bid Addendum 2.

Pile spacing at Pile spacing shown in NSRP-DWG-ATG-ST-3105 plan view Volume 2, CP S- With reference to the section view of the drawing NSRP-DWG-ATG-ST-3311, the pile Southbound Track shall be updated to reflect the correct pile spacing. 23 S-03A 03a VIA03a spacing should be 5m spacing typical. However, it seems it is different with the plan view between 15+065 and The drawing shall be revised and issued with Bid ATG (AT Grade) showed in the drawing NSRP-DWG-ATG-ST-3105. Please clarify 15+140 Addendum 2.

Volume 2 NSRP- The schedule of ground treatment goes beyond the scope limit of CP S-03a which is 24 S-03A DWG-ATG-ST- Limit of CP S 3a scope STA 18+200. Please confirm our understanding that we will only consider until 18+200 Correct, Bidder shall consider up to 18+200 3002 under this package.

Volume 2 NSRP- Ground treatment inside Senate Station shall be deleted in The schedule of ground treatment included in At-Grade structure drawings shows 40% DWG-ATG-ST- ATG drawings. Details shown in NSRP-DWG-NIC-ST-4201 Conflict of ground treatment at Nicol's Station vs rate for STA 15+200 to 15+440 where Nichols Station will be located. This seems to be 25 S-03A 3002; NSRP- shall govern. schedule of ground improvement in conflict with foundation drawings for the said station which shows closely spaced jet DWG-NIC-ST- The drawing shall be revised and issued with Bid grouting locations. Please clarify. 4201 Addendum 2. Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version) Volume 2 NSRP- DWG-ATG-ST- Slab thickness of Ws19 to Ws21 conflicts shown in NSRP-DWG-ATG-ST-3002 with Slab thickness shown in NSRP-DWG-ATG-ST-3300 shall be 26 S-03A 3002; NSRP- Conflict on the base slab thickness the note shown in NSRP-DWG-ATG-ST-3300 which states if the wall is greater than revised to 800mm as per NSRP-DWG-ATG-ST-3200. The DWG-ATG-ST- 5m, slab thickness is 800mm. Which is correct? drawing shall be revised and issued with Bid Addendum 2. 3300

Demarcation line between ATG and EDSA Station shall be Volume 2 NSRP- Please provide the termination or interface details between the structure of station and at- provided on profile. 27 S-03A DWG-ATG-ST- Details of interface between EDSA station and ATG grade structure. The drawing shall be revised and issued with Bid 3304 Addendum 2.

This will be amended. Please refer to the revised / updated Volume With reference to Pier Schedule and the ATG drawings, they are showing different 28 S-03A Different Pile Quantities Pier Schedule and BOQ which shall be issued with Bid 1A_BOQ number of the bored pile for all diameters. Please clarify Addendum 2.

Volume 1 BOQ The BOQ shall be updated to reflect the quantities for the BOQ for 29 S-03A No quantities for Buendia and Substation 3 Bill No. 1 - Buendia Station and Bill No. 6-1 - Substation 3. Buendia and Updated BOQ shall be issued with Bid Addendum 2. substation 3

The BOQ shall be updated to include pay item for Soil Volume 2 Please revise Bill of Quantities for EDSA station showing quantities for soil cement Cement Columns based from drawing no. NSRP-DWG-EDS- 30 S-03A NSRP-DWG- column. ST-4106 Rev21. Updated BOQ shall be issued with Bid EDS-4106 Addendum 2.

BOQ Quantity for PIN 401(1)9 --- Bored Pile (1000mm diameter) to be revised to include all 1000mm dia. Bored Volume 2 Please revise bored piling qty in the Bill of Quantities for EDSA station as BOQ says Pile as indicated in drawings NSRP-DWG-EDS-ST-4101 & 31 S-03A NSRP-DWG- 173lm for 1000mm diameter Bored pile where in the drawings shows 30sets of 30.8lm of 4601, rev. 21 dated 22 March 2021. EDS-4601 1000mm diameter bored pile (924lm) alone in the elevated walkway portion. An amended BOQ will be submitted and issued with Bid Addendum 2.

The correct compressive strength of soil cement columns NSRP-DWG- Please provide correct compressive strength for soil cement columns. Given strength is 32 S-03A for Edsa Station is 36MPa. Please refer to NSRP-DWG-EDS- EDS-ST-4106 36MPA but for Nichols station it is only 1200kPa or 1.2MPA ST-4106 rev 21

This will be amended. Please refer to the updated BOQ, Bill NSRP-DWGNIC- Please revise bored piling quantity in the Bill of Quantities for Nichols station where BOQ No. 4-3, Item 401(9) which is revised based from NSRP- 33 S-03A ST-4601 shows 569 lm vs 26 pcs of 14.5 lm (377lm) DWG-NIC-ST-4601 Rev21. Updated BOQ shall be issued with Bid Addendum 2.

The available construction area that the contractor can use Please confirm our understanding that the available construction area that the contractor during the execution of works is the same area bounded by can use during the execution of works is the same area bounded by the ROW as 34 S-03A the ROW as indicated in the drawings except of course the indicated in the drawings except of course the limitations in relation to the PNR relocated limitations in relation to the PNR relocated track which is track which is also within the ROW. also within the ROW.

It is Bidders own responsibillity to find confirmation if similar queries and responses, as published in the Bid Mechanical & Please reconfirm that all of the same responses regarding standards and specifications Proceedings of other packages of the SCR project, apply Electrical of Mechanical, Electrical, Plumbing & Fire Protection packages raised for Packages to the Bidding Proceedings of CP S-03a and CP S-03c. 35 S-03A Standards & 2,4,5,6 are still valid for packages 3a & 3c --- so as not to resend ALL prior inquiries Specifications already answered. The Employer can inform Bidder that Bid Addenda 1 has been prepared, which includes various amendments to standards and specifications.

Volume 2 NSRP- The existing pier shown in the attached will clash with the At-Grade structure. Please As per NSRP-DWG-VIA03a-ST-0032 Rev 21, the ATG 36 S-03A DWG-VIA03a- clarify. See Annex 1 for reference. structure does not clash with existing piers. ST-0032

Volume 2 NSRP- The number of bearings shown in the pier schedule shall be DWG-VIA00-ST- updated as per the bearing layout drawings in shown in The numbers and types of bearing do not match in the identified drawings. Please clarify. 37 S-03A 0474; NSRP- VIA00 series. See Annex 2 for reference. DWG-VIA03a- NSRP-DWG-VIA03a-ST-0102 shall be amended and issued ST-0102 with Bid Addendum 2.

The BOQ shall be updated to include pay item for Soil NRS-DWG-EDS- Please specify which item in the BQ the 1m diameter soil cement column is accounted Cement Columns based from drawing no. NSRP-DWG-EDS- 38 S-03A ST-4306 for. ST-4306 Rev21. Updated BOQ shall be issued with Bid Addendum 2. Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version)

This will be amended. Please refer to the updated BOQ Bill NRS-DWG-NIC- Please specify which item in the BQ the 1.5m diameter soil cement column is accounted No. 4-3, Part C.1, Item No. 405(18) - D=1.5m, Soil 39 S-03A ST-4302 for. Improvement, Cement Columns. Updated BOQ shall be issued with Bid Addendum 2.

After ITB 6.4 add the following as ITB In Bid Addenda 1 the following clarification has been made 6.5: with regards to the to the Site Data: The following documents constitute “Site Data”. The Site Data may be downloaded The following documents have been removed https://drive.google.com/drive/u/2/folders/17y1 KFHvEUBk0Z3Dw1JMp8fVBen71yeMv - Resettlement Action Plan DBM, DOTr and PNR websites listed in ITB 7. - Tree Cutting / Relocation from PNR / Private Land - Depot Design Report (S 07)  Geotechnical Investigation Report - Location for Procurement of Stuitable Fill (S -07)  Topographic Survey Drawings - Pasig River conflict with Existing Foundation Based on the updated site data per Bid Bulletin 2, we are still missing the following  Utilities Database & drawings documents as enlisted in the Bid Documents:  Hydrology Report The followin items were added  Marikina Fault Seismic Report - Hydrology Report General Bid  Resettlement Action Plan (Note: empty folder in the sent link)  Laguna Lake Development Report - Due Diligence Report on Historic Buildings and Structures 40 S-03C Bulletin 2 and BDS 2 Site Data  Tree Cutting / Relocation from PNR / Private Land  Resettlement Action Plan - PNR Working Time Table for 2021-2022 ITB 6.5  DPWH Structures Interface- (Note: empty folder in the sent link)  Environmental Impact Statement (EIS)  Risk Register (Specific to Packages CPS03a and CPS03c) - Tree Inventory Survey Data  Tree Survey – Report  PNR Documents Please provide the files. These documents have all been provided to Bidders  Historical Structures of already  DPWH Structures Interface  Traffic Assessment Survey Report In additiion the following Site Data will be provided:  Risk Register - Project Implementation Schedule  Site(s) for Contractor  Site(s) for Spoil Disposal The following documents will be added to the Site Data  Available Land (Currently None) Mapping (Package when available: Specific) - Risk Register  Due Diligence Report on Historic Buildings and Structures - Site Access Delivery Schedule

Please clarify whether the combined Annual Average Turnover and Financial Resources As stated in BDS 35.4, Bidders may bid for a single should take into account packages to be tendered/tendered for the following: package, or for any combination of packages. However, the award of multiple packages is subject to the aggregated - CPS04-07 Packages requirements within the same lot or group of packages as Computation of AAT Section 3 - CPS01-02 Packages stated in Section 3 EQC 1.4.2 and EQC 1.4.3 to ensure and Financial 41 S-03C Evaluation - PNR Phase 1 Packages bidder has sufficient financial capacity and resource to Resources for Criteria - PNR Phase 2 Packages execute the contracts concurrently combined packages

This is to allow bidders to determine the number of packages they can participate in the Bidder is referred to FIN Forms as provided in Section 4 of South Commuter Tender considering pending and past participation in the PNR/NSCR the Bidding Documents. All awarded/current contract Tenders commitments shall already be reflected in Form FIN-4.

Further to the submission deadline set on 22 June 2021, we humbly submit our request for an extension of the submission deadline by Four (4) Months from 22 June 2021 to 22 October 2021.

The above request is made due to the below reasons:

•Implementation of ECQ and MECQ from 29 March 2021 to 14 May 2021. Limited Tender Deadline 42 S-03C Volume 1 ITB information from the market have been obtained within this period. Bid Submission extended for 30 days. Refer to GBB No. 8 Closed Yes 8 Submission •We also note that the site visit request was granted fourteen (14) days after application. Sufficient time for site visit is needed to obtain relevant information for our bid submission. •Allow more time to review the bidding documents and seek clarifications to ensure a fully responsive bid submission to Client’s requirements.

The above cited reasons are critical to progress our tender preparations. The CAD Drawings have been released via GBB 6 dated 11 43 S-03C CAD Files CAD Files We request CAD files of the drawings MAY 2021

The Key Dates represent the last access dates for the system wide contractors to enable the achievement of the Attachment 1 of Section There are same no of days from commencement to meet the KD 02, KD 03 and KD 04 overall Date for Completion. It is expected that the actual 44 S-03C Volume 3 PCC7 8 of Particular at Bicutan Station (i.e. 1430) & Sucat Station (i.e. 1490). Please clarify access dates will be achieved earlier as the station Conditions of Contract construction will precede the Key Dates as anticipated by the ECP. Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version)

"In Bid Addenda 1 the following clarification has been made with regards to the to the Site Data:

The following documents have been removed - Resettlement Action Plan - Tree Cutting / Relocation from PNR / Private Land - Depot Design Report (S 07) - Location for Procurement of Stuitable Fill (S -07) - Pasig River conflict with Existing Foundation

The followin items were added - Hydrology Report Section 6 - - Due Diligence Report on Historic Buildings and Structures Historic Buildings and 45 S-03C Employer's Please provide the up to date information - PNR Working Time Table for 2021-2022 Structures Requirements - Tree Inventory Survey Data

These documents have all been provided to Bidders already

In additiion the following Site Data will be provided: - Project Implementation Schedule

The following documents will be added to the Site Data when available: - Risk Register - Site Access Delivery Schedule"

Volume 2,

There are missing items for the " Fabrication and Erection of Structural Concrete Class The BOQ shall be revised to include pay item for the 5.1m, Bill no.3 - Missing item for Precast 46 S-03C Volume 1_BOQ 50 MPa for Precast Segmental Box Girder for 5.1m, 10.9 and 11.5m". However, those 10.9m and 11.5m Precast Segmental Box Girder. Updated / Part B.4 Segmental are showing in the alignment drawing NSCR-DWG-VIA03a-ST-0011 - 0034. revised BOQ shall be issued with Bid Addendum 2.

11.5m wide viaduct details already included in VIA00 drawing set. Missing precast 10.9m wide viaduct details to be included in VIA00 drawing 47 S-03C Volume 2 There are missing precast segmental details for 10.9m & 11.5m. Please clarify Segmental Detail set. The drawing shall be amended regarding 10.9 m viaduct details and shall be issued with Bid Addendum 2

The Bidder is advised that for CP S-03c - there is no bored Volume With reference to Pier Schedule and the ATG drawings, they are showing different pile for the ATG structures. Please refer Updated Pier 48 S-03C Different Pile Quantities 1A_BOQ number of the bored pile for all diameters. Please clarify Schedule and Updated BOQ which will be issued with to the Bid Addendum 2.

1000mm diameter pile is applicable on Emergency No 1000mm diameter With reference to the item no. 204(2)a Bill no. 3 of BOQ, there is an 1000mm diameter Staircase #1, #2 and #3. 49 S-03C Volume 2 Pile in Viaduct Section Pile, however, no such diameter of pile was found in the layout. Please clarify. For details please refer to NSRP-DWG-VIA00-ST-1681 to 1687 Rev 21.

For Unseating prevention detail, the pier head size is NSRP- longer. DWG- Widening Flange width - Top flange width increased from There is a fault line from P-370 toward south. Please confirm if any arrangement shall be 50 S-03C Volume 2 VIA03c-ST- Fault line 10.3m to 11.5m made 0025 to 0027 Adjustable track countermeasure shown in NSRP-DWG- GEN-TK-0501.

NSRP- DWG- There is a fault Tissure from P-439 toward south. Please confirm if any arrangement Adjustable track countermeasure shown in NSRP-DWG- 51 S-03C Fault Tissure VIA03c-ST- shall be made GEN-TK-0501. 0033

The available construction area that the contractor can use Mechanical & Please confirm our understanding that the available construction area that the contractor during the execution of works is the same area bounded by Electrical can use during the execution of works is the same area bounded by the ROW as 52 S-03C the ROW as indicated in the drawings except of course the Standards & indicated in the drawings except of course the limitations in relation to the PNR relocated limitations in relation to the PNR relocated track which is Specifications track which is also within the ROW. also within the ROW. Incorporated Reference Text Clarification in Bid Included in No. Packages Vol Sec Page No. Clause No./Title Final Response Status Published (if necessary) Request Document (GBB No.) (version)

It is Bidders own responsibillity to find confirmation if similar queries and responses, as published in the Bid Volume 2 NSRP- Please reconfirm that all of the same responses regarding standards and specifications Proceedings of other packages of the SCR project, apply DWG-ATG-ST- of Mechanical, Electrical, Plumbing & Fire Protection packages raised for Packages to the Bidding Proceedings of CP S-03a and CP S-03c. 53 S-03C 5301; NSRP- 2,4,5,6 are still valid for packages 3a & 3c --- so as not to resend ALL prior inquiries DWG-ATG-ST- already answered. 5200 The Employer can inform Bidder that Bid Addenda 1 has been prepared, which includes various amendments to standards and specifications.

Volume 2 NSRP- DWG-ATG-ST- Yes, for wall height greater than 5.0m, the slab thickness Note for slab thickness conflicts with the detail elevation drawing. Bottom slab elevation 54 S-03C 5100; NSRP- At Grade Structure shown in NSRP-DWG-ATG-ST-5301 must be 800mm. says it thickness should be 800mm, please confirm. See Annex 3 for reference. DWG-ATG-ST- Updated drawing shall be issued with Bid Addendum 2. 5301;

Volume 2 NSRP- DWG-VIAOO- ST-0028 Rev Please confirm our understanding that the portion between P-349 and P-359 can still be 55 S-03C Site access The site can be accessed through Manalac Ave. 01; NSRP-DWG- used as access even though the NSRP alignment is not along this portion. CIS60-ST-0011 Rev 21

Volume 2 NSRP- DWG-VIAOO- ST-0448 Rev CIS60-7 shall be added in the Keyplan summary table 21; NSRP-DWG- CIS60-7 is not included in the detailed design CPS 03c Key Plan but included in CIS60 56 S-03C CIS shown in NSRP-DWG-VIA00-ST-0028. VIAOO-ST-0487 Detailed Design CIS summary table. Please clarify. See Annex 4 for reference. The revised drawing shall be issued with Bid Addenda 2. Rev 21; NSRP- DWG-VIAO3c- ST-0102 Rev 21

The number of bearings shown in the pier schedule shall be The numbers and types of bearing do not match in the identified drawings. Please clarify. 57 S-03C CIS Bearing updated as per the bearing layout drawings in shown in See Annex 5 for reference. VIA00 series and amended in Bid Addendum 2

ANNEX 1

ANNEX 2 DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03a : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03a : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER

ANNEX 3

ANNEX 4 DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03c : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03c : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER

ANNEX 5 - - - - -

- - -

- - -

- - -

-

DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03c : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03c : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER DATE VERSIONS DATE DESCRIPTION CONSULTANT NORTH SOUTH RAILWAY PROJECT - SOUTH LINE (COMMUTER) DEPARTMENT OF TRANSPORTATION JICA DESIGN TEAM (NSRP-S JDT) TITLE JDT SMEC SCALE (DOTr) JAPAN INTERNATIONAL ORIENTAL CONSULTANTS DESIGNER CONSULTANTS FOR PACKAGE CP S-03c : DETAILED DESIGN SHEET No. GLOBAL CO., LTD. TRANSPORTATION CO., LTD. CHECK KATAHIRA & ENGINEERS TONICHI ENGINEERING DRG No. PHILIPPINE NATIONAL RAILWAYS INTERNATIONAL CONSULTANTS INC. TEAM LEADER PACIFIC DRG S. REV TOKYO METRO CO., LTD CONSULTANTS CO., LTD. P. MANAGER