Sie sind auf Seite 1von 12

Date : 18 Jul 2016

Ref : SC-C01-TPO-TBN-000013
M/s
Attn : Tenderers

Main Works for Lusail Stadium


TDO-16-TTC-0018
Subject :Tender Bulletin No.13

Dear Sirs, With reference to above mentioned tender, please find hereafter response to query raised by tenderers below.

Q1: It states that Mass Motion software was used to construct a dynamic egress model of the stadium. Please kindly
provide the Mass Motion model files used, which are likely to be in one or more of the following formats, depending on
the version of software used: (.mm, .emdl, .xls, .fbx, .ifc).
A1: If available, source files related to Crowd Modelling will be provided to the successful Contractor after
award.Development of the Crowd Model is an obligation of the appointed Contractor.

Q2: Kindly provide the BOQ item & the Location of "BAL-115 - Metal Barriers / Guardrails" as mentioned in Project
Specification Report (19 April 2016) - Section 057800 - Clause 1.3 R.
A2: This is a performance specification and where the contractor identifies the need of this system as part of
their Design, it shall conform to the specification and shall allow for it in the Tender Adjustment Schedule.

Q3: Kindly provide the BOQ item & the Location of "PLS-103 - Hard wall plaster" as mentioned in Project Specification
Report (19 April 2016) - Section 092536- Clause 1.3 C.
A3: This is a performance specification and where the contractor identifies it as necessary to achieve the
Employers Requirements, this specification would apply and tenderer shall allow for it in the Tender
Adjustment Schedule.

Q4: Document No. SCC01CAFFOSREPAD00035_RevT1 - Lusail IFT Authority Approvals & Permitting was issued with
Addendum No. 4. However, there is no reference of this document on the Addendum 4 - Cover Email (dated
29/06/2016), nor on any document issued with Addendum 4.Please advise.
A4: The referenced document, issued with TA4, is for Information only.

Q5: Document No. SC-C01-CAF-FOS-CMT-AR-00016 - Clear Heights was issued with Addendum No. 4. Addendum 4 Cover Email (dated 29/06/2016) refers to this document as part of "Part D4 - Further Infomation Package". Furthermore
the revised index and cover sheets of Part D4 issued with Addendum 4 refer to this document as "D4.17 Clear Ceiling
Heights Study"However, the revised Index of "Part D2.2 Schematic Design Reports complete" issued with Addendum 4,
includes this document in "Part D2.2 Schematic Design Reports complete"Please advise.
A5: Tenderer to note that the Clear Heights Report is to be considered in Part D2.2.

Q6: Please provide the unit of airflowtype for the VAVs (Variable Air Volume) and well as the type of box
required(bypass, shutoff, pressure independent, etc), as these are not show onthe schedules.
A6: All available information is included in the RFP. The current status of the design is to a Schematic Level and
the Contractor will be developing the design as part of their obligations.

Q7: Pleaseprovide complete equipment schedule and schematics drawings for the AHUs,showing all necessary
parameters such as entering air temperatures, coolingcapacities, ESP , etc.
A7: All available information is included in the RFP. The current status of the design is to a Schematic Level and
the Contractor will be developing the design as part of their obligations.

Q8: Pleaseclarify what vertical chassis for FCU means. In addition, are the FCUsducted units or decorative type?
A8: All available information is included in the RFP. The current status of the design is to a Schematic Level and
the Contractor will be developing the design as part of their obligations.

Q9: Please provide the sizes of Grillesand Diffusers, as the Schedule shows only required airflow.
A9: All available information is included in the RFP. The current status of the design is to a Schematic Level and
the Contractor will be developing the design as part of their obligations.

Q10: Please provide the staticpressures (ESP) for the fans, as the Schedule shows only airflow.
A10: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q11: Water supply layouts are not shown on the drawings. Please provide.
A11: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q12: Kindly provide the BOQ item & the Location of "REN-301 - Cement Render" as mentioned in Project Specification
Report (19 April 2016) - Section 092536- Clause 1.3 D.

A12: This is a performance specification and where the contractor identifies it as necessary to achieve the
Employers Requirements, this specification would apply and tenderer shall allow for it in the Tender
Adjustment Schedule.

Q13: Kindly provide the BOQ item & the Location of "CLG-501 - Suspended plasterboard perforated tile and concealed
grid ceiling system" as mentioned in Project Specification Report (19 April 2016) - Section 095436 - Clause 1.3 D.
A13: This is a performance specification and where the contractor identifies it as necessary to achieve the
Employers Requirements, this specification would apply and tenderer shall allow for it in the Tender
Adjustment Schedule.

Q14: 1100mm high Type 2 Metal Crush Barrier - BAL-110 is mentioned in Specification Section S055200; whereas in
BOQ Page 7.4.13_S25 - page 1 of 4 Item E referring for 670mm High Glazed Barrier - BAL-110. Kindly advise.
A14: Tenderer to follow the Specification and drawing reference C01-FOS-D-STA-T-AR-AL-AZ-5720 Detail 6.
Design details will be developed by the Contractor as part of their design obligation.

Q15: Kindly provide the BOQ item & the Location of "PLS-101 - Board finish plaster" as mentioned in Project
Specification Report (19 April 2016) - Section 092536- Clause 1.3 A.
A15: This is a performance specification and where the contractor identifies it as necessary to achieve the
Employers Requirements, this specification would apply and tenderer shall allow for it in the Tender
Adjustment Schedule.

Q16: Kindly provide the BOQ & Location of "DRS-208 - Internal, bespoke full height steel fire door set" as mentioned in
Project Specification Report (19 April 2016) - Section 081800- Clause 1.3 F.
A16: This is a performance specification and where the contractor identifies the need of this system as part of
their strategy it shall conform to the specification and shall allow for it in the Tender Adjustment Schedule.

Q17: Kindly provide the BOQ item & the Location of "DRS-601 - Access Panels"as mentioned in Project Specification
Report (19 April 2016) - Section 081800- Clause 1.3 K.
A17: Tenderer will determine the number and location of DRS-601 as part of detailed design. This is included in
Pricing Documents section 7.4.11_S28, page 4 of 5, Item J.

Q18: Pleaseprovide detailed drawing for DRS-205 and DRS-external operator.


A18: Regarding DRS-205, Tenderer to refer to Drawing no. C01-FOS-D-AR-AL-AZ-5640 and to D2.4 Specification
Section 081800 - Doors/Coiling And Folding Doors/ Hatches.There is no detailed drawing for the DRS - External
Operator as the current status of the design is to a Schematic Level and the Contractor will be developing the
design as part of their obligations.

Q19: Refer to drawing: C01-FOS-D-STA-T-EL-AL-AZ-5003, please confirm the location of Gen Set Farm and Lusail
Precinct Primary Substations. Also, please confirm the MV feeder cables route and interface.
A19: Tenderer should refer to utility Addendum regarding Primary Sub stations. Regarding Gen Set Farm, as
noted on the drawing C01-FOS-D-STA-T-EL-AL-AZ-5003, the Temporary LV Generation Multiple Gen Sets12MVA /
0.4kV are to be arranged by others, this includes 36Hours Fuel Storage. This is not part of the Contractor's
Scope of Work.

Q20: In the drawing: C01-FOS-D-STA-T-EL-AL-AZ-5003, there are 6 generator sets with capacity 12MVA/0.4KV and 36
hrs fuel storage. Please confirm it is included in Contractor's work scope or not?
A20: As noted on the drawing C01-FOS-D-STA-T-EL-AL-AZ-5003, the Temporary LV Generation Multiple Gen
Sets 12MVA / 0.4kV are to be arranged by others, this includes 36Hours Fuel Storage. This is not part of the
Contractor's Scope of Work.

Q21: In Drawing number C01-FOS-D-STA-T-ST-R1-01-1000, there are 2 tables relating to the Primary Structural Cable
Schedule (0000) and Secondary Structural Cable Schedule (0001) - can you confirm that these cable schedules are for
the whole stadium or for this referenced drawing only ie the quantities are then repeated for the other drawings for the R2
and R1 levels (the drawing only shows 1/4 of the roof layout)
A21: Quantities are intended for the whole stadium roof but the Tenderer should check and verify the quantities
giving due allowances as per the table note.

Q22: Indrawing drawing No: C01-FOS-D-STA-T-EL-AL-AZ-5003, there are temporary LVGeneration Multiple Gen Sets
12MVA/0.4KV, 36Hours Fuel Storage, is this incontractors work scope? If it is, the fuel storage is different with the
packagedstandby diesel generator; 1600kva 415V complete with 24 hrs fuel storage,panels, and exhaust system in
7.4.15_S39 of Pricing Document 030516 R7. Please confirm which shall prevail?
A22: As noted on the drawing C01-FOS-D-STA-T-EL-AL-AZ-5003, the Temporary LV Generation Multiple Gen
Sets 12MVA / 0.4kV are to be arranged by others, this includes 36 Hours Fuel Storage. This is not part of the
Contractor's Scope of Work.

Q23: Please provide schematic drawings forthe VRF (Variable Refrigerant Flow) System.
A23: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q24: Please provide Sevice Plans showing the pipe size.


A24: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q25: Kindly provide detailed fire fighting layout plans as given drawings do not show necessary details.

A25: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q26: Refer to the drawings C01-FOS-D-STA-T-ME-B3/B2..-01-1001, HVAC piping not shown in the drawing, kindly
provide details.
A26: All available information is included in the RFP. The current status of the design is to a Schematic Level
and the Contractor will be developing the design as part of their obligations.

Q27: 1)
Kindly provide the plant schedule with size of plants,since the specification request to refer to the plants
schedule for trees andplant species (Clause. 4.56)2)
Kindly Provide GSAS requirements of planting as detailedin the
specification. (Clause.4.56)3)
Kindly provide the irrigation drawingsC01-FOS-D-CAI-C-LA-PL-051026,1028,1029,1030 as detailed in BOQ page 7.4.17-S37 Page 24)
Kindly provide drawings showing the location of
solenoidvalves and irrigation tank.5)
Kindly provide, if any PVL for water storing polymer.
A27: 1. Tenderer to refer to the Landscaping Drawings.2. Tenderer to refer to D2.4 Specification, Division 01,
Appendix 8, document SC-C01-CAF-FOS-REP-AD-00040 - GSAS Compliance Report. For the Schematic Design a
score of 3 points is targeted for criteria S.4 Vegetation.3. Tenderer to refer to drawings C01-FOS-D-CAI-C-LA-PL05-1018, 1019, 1020, 1021, 1022 & 1023. Tenderer to also refer to Tender Bulletin 7 answer to question 3 for
additional information. 4. Tenderer to refer to Tender Bulletin 7 answer to question 3 5. Tenderer to propose as
part of the Tender proposal.

Q28: We refer to revised General Summary issued in Tender Bulletin No. 5, 13.Ceiling Finishers Section 28 Floor, Wall,
Ceiling and roof finishings is shown in summary page, but corresponding Bill is missing in Bill of Quantities. Please
provide.
A28: Reference to Section 28 Floor, Wall, Ceiling & Roof included in the General Summary is to be ignored.
There is no pricing page missing.

Q29: Certain doors shown in drawings have not been included in the door schedule. Please provide T-Sheets Code,
Door type, Fire Rating and Acoustic Rating for the doors are listed below; FFL Lower Plaza West (B3) : - D-B3-0336, DB3-0337, D-B3-0338, D-B3-0339, D-B3-0340, D-B3-0341, D-B3-0342, D-B3-0343, D-B3-0346, D-B3-0347, D-B30348. FFL Lower Plaza (B2) : - D-B2-0210, D-B2-0211, D-B2-0212, D-B2-0213, D-B2-0214, D-B2-0216, D-B2-0217, DB2-0218, D-B2-0219, D-B2-0220, D-B2-0221, D-B2-0222, D-B2-0223, D-B2-0224, D-B2-0225, D-B2-0226, D-B2-0227,
D-B2-1050, D-B2-1052, D-B1-0009.
FFL Plaza (PL) : - D-PL-0646,
D-PL-0647.FFL Plaza Plant (P1) : - D-P1-0003, D-P1-1004, D-P1-1005, D-P1-1006, D-P1-1007, D-P1-1008, D-P1-1009,
D-P1-1010, D-P1-1011, D-P1-1012, D-P1-1013, D-P1-1014, D-P1-1015, D-P1-1016, D-P1-1017, D-P1-1019, D-P11020.
FFL Hospitality Sky Boxes (02): D-02-1131, D-02-1132, D-02-1133, D-02-1134, D-02-1135, D-02-1136,
D-02-1137.
FFL Upper Tier (03): D-03-0716, D-03-0717, D-03-0718.
A29: All doors that are shown on the drawings are to be included by the Tenderer in the pricing proposal. The
Tenderer will assess and determine the necessary door characteristics required per their area/ usage.

Q30: The steel elements highlighted in the Attachment 1 (Drawing Reference C01-FOS-D-STA-T-ST-RF-AZ-3403 RevT01) are not referenced on the drawings. Please identify these elements.
A30: 1. Background of the existing design can be found in Design Report Vol. 2. SC-C01-CAF-FOS-REP-AD00014, Section 4.5.32 and Section 4.10.6.4, that Optional Retractable roof is not required for Tournament and
Legacy. These report sections also indicate that the retractable sunshade is optional which could assist the
bowl cooling system by reducing the roof opening size. Section 4.10.6.4 provides a figure showing CFD
comparison which demonstrates the cooling benefit of the retractable roof should that option be considered.
Structural analysis of the roof with and without the moving roof is in the existing documentation. The Tenderer
will determine the appropriate and optimal solution for the roof in the Contractors design to meet the current
applicable Employers requirements within the TMP.

Q31: Kindly advice us to uplift our understand, As Constractor which elements shall consider for legacy mode
requirments. as we understand relevant to RFP, The Contractor shall re-design base to schematic design and further
necessary requirment to be include with his proposal. however, is it required to provide cost plan for the legacy
requirments?
A31: Yes this will be part of the Contractors obligation and it will need to meet NRM requirements. However, the
cost plan is not required for the Tender Proposal.

Q32: In referenced Bills there are items FL-802 & RAF-101 but we could not locate them in any of the floor plans
asmentioned in TB-6 / Q20 and TB-8 / Q30 as well as in room data schedule. So wehereby request to provide the
missing drawings and or information in order toverify their quantities and locations in the project.
A32: See build up to floor system FL-401 & FL-402 identified in drawing C01-FOS-D-STA-T-AR-AL-AZ-5600.

Q33: Item 2.5.12 in D2.5 Technical Design Brief states "The Project shall comply withQ22M-APW-CMN-PMC-STR-1150
Programme Wide Lighting Strategy and the guidancedocuments and standards cited within. Please provide this drawing,
as it is not issued in RFP documents.
A33: Please see D2.1 Scope of Work Annexure 6 Governance Documents.

Q34: Refer to Approved Vendor List Doc Ref SC-C01-CAF-FOS-LST-AR-00002 Rev T0, Page 20 of 65 mentions - for
LED lighting we should Refer to Appendix A: Lighting Schedule, however this Appendix A is nowhere to be found in RFP
documents. Please supplement that for our pricing purpose.
A34: For suppliers the Tenderer to refer to D2.4 Specification Section 260000 - Electrical General Requirements
2.8 E, Section 265119 - LED Interior Lighting and D2.2 Schematic Design Report, report SC-C01-CAF-FOS-REDAD-00014 Section 4.12, Table 4 to 11.

Q35: In section 2 -Fixtures, Fittings and Equipmentsection of the Pricing Document (excel work sheet Ref 7.4.13_S2), it
cited references of 5 kinds of specificationsby Seat Type Detail Ref. ST-301~305. However, such referenced sections
couldnot be located in D 2.4 Design Specifications. Please kindly instruct where tofind such technical details, or provide
us with such technical details, asthese are critical to our pricing works.

A35: Tenderer to refer to D2.4 Specifications Section 126000 MULTIPLE SEATING 1.

Q36: We have located quantities in the pricingdocuments, however, such documents are inconsistent with the quantities
thatwe found in D2.2 specifications and Drawings that was provided. For instance,we have GRC wall cladding works
quantities in Section 28-Floor, Wall, Ceilingand Roof Finishings (Excel Work Sheet Ref. 7.4.10.S28), items D and E
hasquantities 10392 and 5798, respectively, on the other hand we have added up thenumbers marked LIN-901 GRP to
Concessions in Annexure 5 Room Data Schedule,to be 13064 and 6398, respectively; also such inconsistency appeared
in numberof Half-Height Steel Turnstiles, and many difference places, please kindlyconfirm which document we should
use as the basis of our pricing prevailingover other documents
A36: The quantities in the Pricing Document should be completed in full by the Tenderer. Should the Tenderer
wish to make adjustments to any quantity these can be made within the Tender Adjustment Schedule at the end
of each work section.

Q37: For Pricing Items B and C under Section 28 Floor, Wall, Ceiling and Roof Finishings of Floor Finishes, Excel
worksheetreference 7.4.11_S28 of the Pricing Document , the units for Allow forEpoxy Concrete Floor Paint, with Anti
Slip Resistance to border in PrayerRooms; as per Fosters and Partners 100% Schematic Design Stage
FinishesSchedule Report; T-Sheet reference PT-115 and Allow for Marble StoneFlooring; for borders to Emir and VVIP
Entrance, VIP Lounge, Emir and VVIP Liftas per Fosters and Partners 100% Schematic Design Stage Finishes
ScheduleReport; T-Sheet reference FL-202 is m, please kindly clarify: 1. Whether mmeant for square meters; 2. Both
items started allow for epoxy concrete floorpaint and allow for marble stone flooring, do these pricing items includesthe
installation of epoxy concrete paint and marble stone flooring?
A37: 1. This is a border - the quantities should be M (meters).2. Yes these pricing items include the installation.

Q38: We suppose the Completion Date is 29 February,2020 and start on 1 Jan 2017 based on C14.2 Tender Schedule
TechnicalRequirements, so the duration of the project is 1155 calendar days, which isless than 1197days in Contract
Particulars. So please confirm which timerequirement should prevail
A38: The project duration is 1197 days. The intent of 1st January is for planning purpose only and this date will
be replaced with the actual commencement date upon award.

Q39: In Appendix C29-Form of Tender Bond, it says TheDemand shall certify that the Tenderer is in breach of the RFP,
please kindlyspecify what breach it is. Otherwise SC has the right to en-cash the tenderbond in any breach of the RFP.
This will be a risk to Tenderers
A39: Tenderer to refer to Tender Bulletin 6 answer to Question 6.

Q40: It saysSC will return the Tender Bond to the unsuccessful Tenders 30 days after the Contract for the Works has
beenexecuted successfully by the Successful Tenderer. This sentence should be replacedby SC will return the Tender
Bond tothe unsuccessful Tenders upon the Work is not awarded to Tenderers, and alsoSC will return the Tender Bond to
the successful tender if its Performance Bondis submitted. Please kindly confirm.
A40: Tenderer to follow the language in the RFP.

Q41: Kindly Clarify, As per the RFP indicated tender maximum price is it include with Operationand Maintenance
Services Amount.
A41: No, PACKAGE # 2 - Operation and Maintenance Services is not part of the Tender Maximum Price.

Q42: The following documents are listed in the revised Document List "SC-ACV-CAF-TEC-LOG-AD-00001_Lusail -21
JuneR1-TA3" issued with Addendum 3, but are missing from the issued documentsPlease provide.Q22M-APW-CMNPMC-TMP-0192 FIFA Compliance Report TemplateSC-APW-CMN-QOC-TMP-00209 SC Template for Model Element
Definition MatrixSC-APW-CMN-QSC-TMP-00208 SC Template for BIM Compliance ReportSC-APW-CMN-MEM-PMCQSC-14-00015 ICT Design Reference DocumentsSC-I60-CMN-MEM-PMC-QSC-14-00012 Public Mobile CellularSCACV-CAF-QSC-STD-00006 SC Stadium Precinct Competition Venues Requirements Volume 2: Urban Planning
Integration
A42: 1. Q22M-APW-CMN-PMC-TMP-0192 - See attached 2. SC-ACV-CAF-QSC-STD-00006 - Will be provided later
on.3. SC-APW-CMN-QSC-TMP-00208 - Please refer to Tender Documents TD Part 4 file D2.4 Schematic Design
Specifications complete APPENDIX 1 SECTION 01 10 004. SC-APW-CMN-QOC-TMP-00209 - Please refer to
Tender Documents TD Part 4 file D2.4 Schematic Design Specifications complete APPENDIX 1 SECTION 01 10
00 5. SC-APW-CMN-MEM-PMC-QSC-14-00015 - Please refer to Tender Documents TD Part 2 file D2.1 Scope of
Works complete6. SC-I60-CMN-MEM-PMC-QSC-14-00012 - Please refer to Tender Documents TD Part 2 file D2.1
Scope of Works complete

Q43: During a WORLD CUP Event, please advise the Durationof the Tournament and how long are those additional
O&M Staff is needed?
A43: The scheduled duration of the tournament is 28 days and the Minimum Supplement Event Systems
servicing staff are required for 8 hours for each event.

Q44: Clarification toQuery Q19 of Bulletin 6, for reference code FL-802 Plywood Flooring, it is stated: Tenderersshould
refer to the Floor Finish Plans (C01-FOS-D-STA-T-AR-B4-AZ-1400 toC01-FOS-D-STA-T-AR-P5-AZ-1400) for all levels
and specification 094400 WoodFlooring. Going through thementioned plans we cannot locate FL-802 in any of these
plans. Please clarify.Furthermore, pleaseprovide details for this Plywood Flooring, such as timber species, grade,finish
size, manufacturers etc which are not provided in the statedspecification 094400.
A44: See build up to floor system FL-401 & FL-402 identified in the attached drawing C01-FOS-D-STA-T-AR-ALAZ-5600.

Q45: Clarification toQuery Q19 of Bulletin 6, for reference code FL-802 Plywood Flooring, it is stated: Tenderersshould
refer to the Floor Finish Plans (C01-FOS-D-STA-T-AR-B4-AZ-1400 toC01-FOS-D-STA-T-AR-P5-AZ-1400) for all levels
and specification 094400 WoodFlooring. Going through thementioned plans we cannot locate FL-802 in any of these
plans. Please clarify.Furthermore, pleaseprovide details for this Plywood Flooring, such as timber species, grade,finish
size, manufacturers etc which are not provided in the statedspecification 094400.
A45: See build up to floor system FL-401 & FL-402 identified in the attached drawing C01-FOS-D-STA-T-AR-AL-

AZ-5600.

Q46: Refer to BOQ Page 7.4.13_S32 Page 22 of 23 Item E and 7.4.17_S35 Page 2 of 3 Item D, please provide
specifications for Water Features
A46: Tenderer to refer to Schematic Design Report - Section 4.1.8.13 for outline Specification of the External
Water Feature and Schematic Design Report - Section 4.1.7.7 for the design intent of the VVIP/Royal Entrance
Reflecting Pool.Any missing items are to be included in the Tender Adjustment Schedule.The Contractor will be
required to complete the Detailed Design while complying with the visual intent indicated on the design
documents and criteria stated in the Performance Specification.

Q47: We thank youfor granting us extension of time for the subject Tender.We are inthe process of preparing our
compliant offer for the Subject Tender. However,since there is Tender maximum price of QAR 2,800,000,000.00 set by
Client, ourdesign consultant assured us that they can reach this amount thru ValueEngineering exercises. In order to
respect your targeted budget, they are advisingfor an overall duration of 10 weeks to submit their proposal. Hence,
werespectfully request for a further extension of 4 weeks from the present date of 29th August 2016, inorder for us to
submit a competitive and compliant bid.Attached herewith the signed request letter.
A47: Due to Project Schedule constraint, no further Extension of Time can be granted.

Q48: Drawing No. C01-FOS-D-STA-T-AR-B2-04-1000 - Architectural Lower Plaza (B2) Zone 4 is listed in Part D2.3 Drawing List, but is missing from the issued documents.Please provide.
A48: See attached Drawing No;1. C01-FOS-D-STA-T-AR-B2-04-1000 - (Architectural Lower Plaza (B2) Zone 4) provided in PDF format.

Q49: The following drawings are listed in Part D2.3 - Drawing List, but the PDF file issued is damaged and cannot be
opened.Please reissue.C01-FOS-D-STA-T-ME-04-01-1003C01-FOS-D-STA-T-ME-AL-AZ-7600C01-FOS-D-STA-T-MEAL-AZ-7601C01-FOS-D-STA-T-ME-AL-AZ-7602
A49: See attached copies of the requested drawings in PDF format. 1. C01-FOS-D-STA-T-ME-04-01-1003,2. C01FOS-D-STA-T-ME-AL-AZ-7600, 3. C01-FOS-D-STA-T-ME-AL-AZ-7601, 4. C01-FOS-D-STA-T-ME-AL-AZ-7602.

Q50: It says Prior to the expiry of the ValidityPeriod, SC or the Tenderer may extend the Validity Period for any reason
bywritten notification to the Bank. We suggest this time extension should belimited, and to be maximum 60 days. Please
kindly advise the maximum timeextension for Tender Bond.
A50: Tenderer to refer to the RFP Part B2 - Tender Details.

Q51: No description in RFP show the Tender Bond apply the rules of URDG458 or URDG 758. So please advise the
Tender Bond is legally binding independently or legally binding with other documents in RFP. If Tender Bond is legally
binding independently, we suggest that the conditions of Tender Bond becoming null and void should list other

circumstance such as:1. If the Work and O&M Service has been awarded to the successful tenderer, the unsuccessful
tenderers Tender Bond shall become null and void accordingly.2. The Performance Bond has been submitted by
successful tenderer and accepted by SC, and its Tender Bond shall become null and void;3. The Work and O&M Service
has been cancelled or suspended.And also if Tender Bond is legally binding independently, we suggest to list the
circumstances which SC will en-cash the Tender Bond:1. Tender Proposal has been withdrawn, amended or varied after
the Closing without prior written consent of SC.2. The successful tenderer who receive the Letter of Award has failed to
sign contract with SC.3. The successful tenderer has failed to submit Performance Bond.
A51: Tender Bond conditions shall remain unchanged.

Q52: Please refer to CLG-105 legend, as per drawingC01-FOS-D-STA-T-AR-AL-AZ-0003, it is mentioned as Suspended


inclinedPlasterboard fire rated ceiling, whereas in the specifications, CLG 105 isreferred to Suspended inclined GRP fire
rated ceiling. Could you please clarifyweather CLG 105 is GRP or Plasterboard ceiling.
A52: CLG-105, as mentioned in the Drawings is a Suspended Inclined Fire-rated Plasterboard Ceiling. Acoustic,
Thermal and Durability attributes of this ceiling are to be completed in the Detail Design Phase by the
Contractor. Any missing items are to be included in the Tender Adjustment Schedule.

Q53: Please refer to BOQ, Section 32 FF&E, Page:7.4.13_S32, Counters, Bars mentioned in the BOQ andthe respective
drawing reference CO1-FOS-D-STA-T-IN-VP-AZ-1006,CO1-FOS-D-STA-T-IN-VP-AZ-4000 etc. and data sheet for
Counters and Bars. Given detailsshows only the layout and its sizes which is insufficient for the subcontractorto price the
item. Please provide the details of counters & Bars and its prospectiveimage to collect the quotations.
A53: There are no IN series drawing, therefore C01-FOS-D-STA-T-IN XX-XX-XXXX should be C01-FOS-D-STA-TID-XX-XX-XXXX. The drawings referred to in the query are: C01-FOS-D-STA-T-ID-VP-AZ-1006 - MZ VIP Lounge
Detailed Plan C01-FOS-D-STA-T-ID-VP-AZ-4000 - VIP Lounge Interior Elevations and Sections 01Tenderer is to
refer to D2.2 Schematic Design Report , Section 4.1.7 Interior design for design intent.Any missing items are to
be included in the Tender Adjustment Schedule.The Contractor will be required to complete the Detailed Design
while complying with the visual intent indicated on the design documents and criteria stated in the Performance
Specification.

Q54: According to our understanding to clause 1.10, section01 51 20, Part D2.4 Schematic Design-Specificationcomplete, there is existingsite offices being operated and maintained by a third party contractor for SCand SCs
representatives, therefore, no additional furniture and equipment areto be provided for SCs site offices by the main
contractor. What the maincontractor needs do is to continue operating and maintaining the site offices.Also, the main
contractor is not required to purchase any hardware (such as computer,modem, telephone setetc.for
Telecommunications & IT Systems, Whatthe main contractor needs do is to provide maintenance service and pay
relevantfees for such services (for example, internet, telephone, etc.) from 1stAugust 2017 to the date of handing over.
Please advise
A54: In addition to clause 1.10, Section 015120, Part D2.4 requirement, Tenderer to refer to the Prelims Pricing
Document items 1.1.1A and 2.2.1 D. Facilities Maintenance of the existing building (including but not limited to
preventative and routine maintenance of the generators, AC plant, IT Server and installation, etc.), site security
and the integrity of the existing site hoarding are being undertaken by a third party until the 1st August 2017.
After this date these obligations will be transferred to the Main Contractor. No additional furniture and
equipment need to be provided for SC's site offices by the Contractor other than what it is required in the above

Tender documents.Allocated limited Space only will be made available for the Contractor's site office on the
ground floor, and shall be fitted-out by the Contractor, as required, for the contractor's use. The fit-out is to
include supply and installation of all furniture and office equipment (including all IT and Telecommunications
equipment) plus any space modifications, as required by the Contractor, to the allocated ground floor space.

Q55: 1) Refer to drawing ref. C01-FOS-D-STA-T-ST-RF-AZ-3403, drawings shop retractable shading system.
Retractable sunshade cannot be found in BoQ. Please advise.2) Refer to Drawing ref. C01-FOS-D-STA-T-ST-R2-011000, structural cable schedule shows members than cannot be found in drawing. E.G. SB661, SB662 please advise.3)
Refer to Drawing Ref. C01-FOS-D-STA-T-ST-R2-01-1000, BoQ Section 15, Secondary Steel, G mentions stainless steel
cables together with other elements. Are stainless steel cables limited to following members: SB651 (16mm) SB653
(19mm) and SB657 (40mm)?4) Refer to BoQ Section 15, cable roof structure Part E, F, G & Dwg Ref. C01-FOS-D-STAT-ST-R2-01-1000, BoQ cable roof structure shows 50, 90 & 100 mm cable diamer. Primary Structural Cable Schedule
which can be found on drawings also show 35 & 70 mm diamter cables, please advise
A55: The Optional Retractable roof is not required.

Q56: Kindly provide the BOQ item & the Location of "PT-114 - Dust sealer to concrete floors - Trafficable" as mentioned
in Project Specification Report (19 April 2016) - Section 099100 - Clause 1.3 C.
A56: PT113 is a dust sealer and has been included in the Room Data Schedule. An appropriate dust sealer will
be required for those floors which are Trafficable.This is a performance specification and where the contractor
identifies the need of this system as part of their Design, it shall conform to the specification and tenderer shall
allow for it in the Tender Adjustment Schedule.

Q57: Kindly provide the BOQ item & the Location of "IWS-201, IWS-202 & IWS-203 - Plasterboard Partition - acoustic
and fire rated" as mentioned in Project Specification Report (19 April 2016) - Section 092116- Clause 1.3 M, N & O.
A57: This is a performance specification where the contractor identifies the needs of this system as part of their
Design, based on fire and acoustic strategies, the tenderer shall conform to the specification and shall allow for
it in the Tender Adjustment Schedule.

Q58: Kindly provide the BOQ item & the Location of "CLG-910 - Encapsulated fire rated self supporting ceiling" as
mentioned in Project Specification Report (19 April 2016) - Section 092116- Clause 1.3 K.
A58: Refer to Ceiling Plans for location of CLG-910.This is a performance specification where the contractor
identifies the needs of this system as part of their Design, tenderer shall conform to the specification and shall
allow for it in the Tender Adjustment Schedule

Das könnte Ihnen auch gefallen