Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
1
Contract No: BW-UG-02-Tunnels (Pre-bid Queries and Replies)
(A) Queries dated 28.12.2015
Sl. No Page/ VolNo Clause No Description Tender Condition Tenderer’s Queries CMRL Comments
Addendum to beissued
(Yes/No)
1
The contract duration observed as perNIT is 9 (Nine) Months from the date ofissue of Letter of Acceptance.As you are aware, one of the TBMsrequires considerable repair and willrequire min. 3 months. Also weunderstand that, on account of therecent flood and deluge in Chennaiboth TBMs and other equipments weresubmerged under flood waters andrequire repair/replacement of most ofthe electronic components.Considering the time required for therepair and commissioning ofequipments as 3 months, we are leftwith an effective time of only 6 months.There is appx. 1900m of tunnel to bebored and the asking rate of TBM isappx.300m per month, 12m per day, isimpossible to achieve in this type ofstrata.You are kindly aware that, the averageprogress achieved in similarunderground strata at UAA01package is only 2m per day andUAA02 Package by previous JV isonly 3.5mper day in the samealignment.We request you to go through theattachment which shows the tentativeTunnel schedule, considering abovefactors and average progress of 3.5mper day, the time required forcompletion of the tunnel works out tobe 30months.We request to amend the duration ofproject to minimum 30 months, toenable us to participate and submit acompetitive bid.
Time required for the contract shall be finalisedby CMRL and addendum will be issued.
Yes
2
2 Design andDrawings
Bidders have to see and verify thedetails of the actually executedstructures, we request you to provideGFC / As built drawings for the same.
Designs & Drawings of stations designed by theterminated contractor are available with CMRL.If required, interested Bidders can ApproachCMRL with a letter to collect one Typical set ofDesigns and Drawings.
No
3
Part 2,Section VIEmployer’sRequirement TenderDrawings
Design &AutoCADDrawings
Existing drawings provided are scannedimages; not even a true pdf files.
soft copy of all design in original formatand drawings in AutoCad format isrequired to complete the balancedesign
Designs & Drawings of stations designed by theterminated contractor are available with CMRL.If required, interested Bidders can ApproachCMRL with a letter to collect one Typical set ofDesigns and Drawings.
NO
4
Design BasisReport
The copy of approved DBR and GIR isrequired on the basis of which partdesign and construction has alreadybeen completed.
Approved DBR and GIR by the terminatedcontractor are available with CMRL. If required,interested Bidders can Approach CMRL with aletter to collect the same.
NO
5
Facilities forInterfacingcontractor
Request you to let us know theinterface requirement between Stationand Tunnel Contractor. Please let usknow if station contractor will wait tillcompletion of all TBM operations.
Some of the works such as casting of roof slab,works above roof slab, ancillary building, Entryexit structures can be taken up by the stationcontractor till the passage of TBM through thestation.
Please refer to addendum for Revised Keydates.
Yes
6
Facilities forInterfacingcontractor
Provide Electricity to interfacing contractor Please provide the quantum of powerrequired to the interface contractors
a) The power requirement need to be workedout .
b) However, the sharing of power, ventilation etcshall be based on the mutually agreed ratebetween the interfacing contractors.
NO
7 B2,SectionB
EmployerRequirements
Drawingsubmissions &approval status
Design & construction Request you to provide the status ofdrawings design submission &approval of Civil.
a) All design submissions and drawings for mainbox, ancillary buildings, entry-exit structures(except ES-D of Thousand Lights station),Tunnel and Cross passages are approved.b) Design submission for all above groundstructures is pending.c) However, the contractor has to revalidate thedesign of yet to construct structures beforeexecution.d) Any further information/data/design/ drawingsand any change in design due to site constraintsetc , the contractor has to submit the details forEngineer’s approval before execution.
NO
3
8 B2 SectionB
EmployerRequirements
Scope of Works Tunneling & associated works There cannot be correct assessment ofbalance work by bidders. Pleaseprovide the exact status of balanceworks in detail & in the form of spreadsheet.
a) Not Agreed.b) Original Contract condition prevailsc) Bidder to access the quantum of work basedon site visit.
No
9 Volume – 2Section 3
3.5.14 TBM Existing Herrenknecht make 2Nos TBMs andassociated accessories
Please provide the condition of theTBM, Cutter head and balance life ofthe machine.Please provide the guarantee that afterrepair TBM is designed for the balancework soil strata and equipment is inperfect working condition.
a) Not Agreed.b) Original Contract condition prevailsc) Bidder to access the TBM condition based onsite visit.
No
10 Volume – 2Section 3
3.5.14 TBM Existing Herrenknecht make 2Nos TBMs andassociated accessories
We understand existing TBMs aresubmersed under water due to recentheavy rain in Chennai. Please providethe actual condition of the TBMs.
a) Not Agreed.b) Original Contract condition prevailsc) Bidder to access the TBM condition based onhis experience.
No
11
Part 3,BDS,
SectionVIII – PC-
Part A
Cl. 14.2,Pg. 1-4
AdvancePayment
5% Percentage of the AcceptedContract Amount
Since huge investment is required interms of equipments and material,there is going to be negative cash flow.In view of the above we request you tomodify the advance payment to 10% ofaccepted contract amount.
a) Agreed.b) Addendum will be issued.
Yes
12
Part-3, ,SectionVIII – PC-Part A, Pg.1-4
Conditionsof ParticularApplicantion
Interim PaymentCertificate
2% of the Accepted Contract Amount. Request you to make Interim paymenton actual.
a) As agreed in Pre-Bid meeting, the clause willbe modified as “Interim Payment to be madeonly if value of work done is more than 1% ofcontract Value.”b) Addendum will be issued.
Yes
13
Part-1, Pg.SIB-6
Cl. 45.4.2 MajorConstructionEquipments
Some of the major Plant & Machinery such asTunnel Boring Machines (TBMs’), batchingplant, etc taken over from the previouscontractor will be made available to thetenderer’s free of cost.
Kindly provide equipmentsspecifications, Nos. of equipments;existing equipment condition as repair& maintenance has to be considered intender price.
a) List of Terminated Contractor’s equipment isalready available in the tender document.
b) If the Contractor intends to use theTerminated Contractor’s machinery / equipment, he has to access the fitness, carry-outservice/repair & maintain them
c) Or else, he will be permitted to bring his ownmachinery to complete the balance workswithout any cost to CMRL.
No
4
14Part-1Volume 1,section B,
B2
Cl. Viii Tunneling Twin bored tunnels of minimum 5.8m internaldia. For single track railway, including access& ventilation Shafts
1) Please provide balance worksstatus of tunnel works with chainagesspecifying interface with stations.2) What is method of passing ofTBM through each station?3) What is the Method adopted forCross Passages?
1) Bidder to access the quantum of work basedon his experience and by visiting the site.
2) TBM shall pass through Thousand Lightsstation by Drive through.
3) For CPs, since work has not started.construction methodology can be proposed bythe New contractor.
a) Out of 11Nos cross-Passages, Groundtreatment only has been done for 5 CPs.However the condition/Quality of GroundTreatment may be checked by the contractorand any additional / corrective works that arerequired are to be carried out by the contractor.
b) For balance 6Nos cross passages, GroundTreatment is the responsibility of the contractor.
c) The Contractor has to plan for groutingoperations from inside the Tunnel in case it isnot possible to do it from Ground Level.
No
15SoilInvestigation
Please confirm if contractor will have tocarry out again soil investigation duringdetailed design stage.
Yes, if required . No
16
Method andconstructionProgramme
Request you to provide approvedMethod statement and constructionprogramme / bar chart of previouscontractor.
a) construction methodology drawings by theterminated contractor are available with CMRL.If required, interested Bidders can ApproachCMRL with a letter .
b) The construction sequence scheme can bemodified to suit his requirements , which shall bereviewed and approved by the ER
No
17
MonthlyProgress report
Request you to provide MonthlyProgress report giving status ofbalance work, NCRs, Reasons fordelays, Problems faced, Remedies etc
a) Not Agreed.b) Original Contract condition prevailsc) Bidder to access balance work based on hisexperience.
No
18
Reply tobiddersqueriesPoint 140
Rate ofMaterials
Any material available at site, if used forpermanent works, shuttering, or stagingmaterials will be charged.
Request you to let us know at whatrate you will charge material likeReinforcement steel, formwork etc
a) Raw materials like reinforcement, D wallcage, sand, aggregates lying at the site will bereleased to the terminated contractor.b) Serviceable /Usable formwork material can beutilised by the new contractor free of cost.
No
5
19
Site Office,Porta Cabins,etc
We understand contractor will beallowed to use existing site facilitieslike site offices, other site installationsat free of cost. Please confirm
The existing site offices, stores, containers,sheds, P&M workshop, stacking area, canteen,etc may be utilized by the new contractor free ofcost. However they have to be examined tocheck the feasibility of usage and theirmaintenance is the responsibility of thesuccessful bidder in case he intends to usethem.
No
20
Equipments During site visit we observed there arevarious equipments lying at site. Incase contractor does not wish to useany of the equipment available at site,it is to be handed over to CMRL as andwhere it is. Please confirm.
a) They will be released to the terminatedcontractor at the site where they are lying.
No
21
Balance Tunnelwork for UAA-02
We understand 2 nos. TBM those areavailable for doing balance tunnelwork, out of which one TBM is stuck upand need heavy repairing work. Thereare chances entire cutter head to bereplaced by doing additional shaft. Allthis mitigations measures need timeand cost. It is not possible to completeUAA-02 package in 20 months time.Request you to extend the duration to30 months. Please confirm. Requestyou to refer to our letter ref: SBU-III/T2015/26R/TR/629
Time required for the contract shall be finalizedby CMRL and addendum will be issued.
Yes
6
22
Balance Tunnelwork for UAA-02
We understand approx. 800nos oftunnel segments are already castedand balance is to be casted. Please letus know the following:
a) Whether inserts are available foralready casted segments?
b) In case contractor wish to usealready casted segments andinserts. Please let us know atwhat rate CMRL will chargeSegments and Inserts.
a) CMRL clarified that, the segment rings can becollected free of cost from the casting yard atMuthukadu.b) The transportation from casting yard to siteand the consumables like bolts, EPDM gasketsand Hydrophilic gaskets etc are to be arrangedby the contractor on their own.c) However, CMRL reserves the right to ask thecontractor to manufacture the Segment rings atMuthukadu casting yard at any point of time,when required.d) The casting yard facility can be utilised by thecontractor. However, the required materials,operation and maintenance of the casting yardare to be taken care by the contractor on theirown and the contractor shall be paid for eachring at the rate of Rs 1,73,599/-(Rupees oneLakh Seventy Three Thousand Five Hundredand Ninty Nine Only) for Type-I(1.5m) SegmentRing and Rs 1,67,680/- (Rupees oneLakh Sixty Seven Thousand Six Hundred andEighty Only) for Type-I (1.4m) segment ring. Theabove rate is inclusive of production cost,transportation of segments within the yard forcuring etc., Quality assurance tests, Qualitycontrol tests, maintaining of safety standardinside the yard area, Maintenance of yard andall other costs which is required for production ofrings and other activities.The Addendum with this additional condition
shall be issued.
Yes
(B) Queries dated 12.01.2016
Sl. No Page/ VolNo
ClauseNo Description Tender Condition Tenderer’s Queries
CMRL Comments Addendum to beissued
(Yes/No)
1.
IFB-2/part1,Invitationfor Bids
Point No 6 Bid Submission Bids must be delivered to the address aboveon or before 14.00 Hrs IST on 23-02-2016
As it is a Design & Build Contract forbalance work, we need to access thebalance works which requiresadditional time to submit the tender.Request to extend submission date atleast 6 weeks from 23.02.2016.
a) Not Agreed.b) Original Contract condition prevails
No
7
2.
SIB-6/part1,SupplementaryInstructions
ITB 45.4.2 Idle machineries
Please provide the latest Fitness testreports for each equipments.
a) If the Contractor he intends to use theTerminated Contractor’s machinery / equipment, he has to access the machine in as is where iscondition and check the fitness, carry-outservice/repair & maintain them
b) Or else, he will be permitted to bring his ownmachinery to complete the balance workswithout any cost to CMRL.
No
3.BDS-3/Part 1,Bid dataSheet
ITB 18.7 Service Tax (iii) Service Tax
Please Confirm that service tax isexempted from the project. We need topay service tax on hired equipment,design services etc. the impact ofchange in law related to service tax isnot covered in price variation clause.We request to reimburse the servicetax at actual.
The Service tax at the prevailing rate shall bereimbursed to the contractor on production ofDocumentary evidence to CMRL about paymentof ST.
Service tax exemption for the project will beavailed as applicable but not for hiredequipments.
No
4.
BDS-3/Part 1,Bid dataSheet;Preambleof pricingschedule.
ITB 19.1 Currency of BidThe Currency of the Bid shall be in IndianRupees and two other currencies from OECDcountries (Japanese yen/US Dollar/Euro)
The stated provision contradicts withPricing Summary as the currency ofBid should be in Indian Rupees only.Please Confirm
a) The Bidder can quote the price in IndianRupees and two other specified foreigncurrencies (i.e US Dollars and Japanese Yen)only.
NO
5.
EQC-2/Part 1,Section III,EC & QRInitialFilter
1.1.2 Equipment Diaphragm Wall Equipment – 4 Nos
As Station D-walls are alreadycompleted, 4 D-wall rigs for Entry/Exitareas are very high. Request toreplace this with the numbers arrivefrom the actual contractor’sconstruction schedule/program.
Not Relevant to Tunnel Contract. NO
6.
BF-8/part1, SectionIV BiddingForms
ScheduleofAdjustment Data
(C) Source ofIndex
RBI-CPI- (labour) Request to consider to minimumwages as per Govt. of Tamil Nadu.
a) Not Agreed.b) Original Contract condition prevails
NO
7.
BF-8/part1, SectionIV BiddingForms
ScheduleofAdjustment Data
(C) Source ofIndex
RBI-CPI- - Cement
There are no indices forCement.
Even WPI index does not reflectthe actual change in the prices,request to consider marketprice/star price.
a) RBI-WPI to be considered.b) Addendum will be issuedRBI-WPI-(Cement+Lime)- for Cement
YES
8.
BF-8/part1, SectionIV BiddingForms
ScheduleofAdjustment Data
(C) Source ofIndex
RBI-CPI- - Steel Request to please change to WPIindices.
a) RBI-WPI to be considered.b) Addendum will be issuedRBI-WPI- (Steel Long)- for Steel
YES
9.
BF-8/part1, SectionIV BiddingForms
ScheduleofAdjustment Data
(C) Source ofIndex RBI-CPI- (Fuel) Request to please consider IOCL price.
a) RBI-WPI to be considered.b) Addendum will be issuedRBI-WPI- Mineral Oil –for Fuel
YES
8
10.
BF-10/part1, SectionIV BiddingForms
1.2 Contract Price
The Tenderer is to note that Price Center “I”must be priced in Indian Rupees only.Payments for Price Centers B, C, D, E, F, G,and H also will be made only in IndianRupees.Price Center “A” shall also be paid only inIndian Rupees.
Request to allow Foreign Currencyalso.
Price centre “I” does not exist in the tenderdocuments.a) Price Centre F indicate the repair Items withquantity.b) The Bidder has to quote rate for each itemand the payment shall be made as per actualmeasurement and in Indian Rupees only.
No
11.
BF-14/part 1,Section IVBiddingForms
1.5 Payment Concept
Subject to the Contractor’s Monthly Statementmeeting the minimum value of 2% of ContractPrice, and after the Employer’sRepresentative’s assessment, the Employer’sRepresentative will issue an Interim PaymentCertificate calculated on percentages from theSOP Items, Sub-clause 1.3.4.6 above, foreach Price Center in the manner described inSub-clause 14.6 of GC above.
As the scope of work for contractor isonly Balance works, request to deletethis clause.
a) As agreed in Pre-bid meeting, this clauseshall be revised to minimum value of 1% ofContract Price for issuing IPC .
b) Addendum to be issued
Yes
12.
D-3, part2,
Employer’s
Requirements
Construction
(18) The Contractor has to remit a rent equivalentto an amount of 1% of the “guideline value” ofthe property per annum, for the period ofoccupancy of the area of land. In case the landcan’t be handed over to the Contractor, theContractor has to make his own arrangementsfor other facilities without any liability to theEmployer.
Request CMRL to provide existing landalready given to the previouscontractors free of cost.
Clause does not match with the Tenderdocuments. Pl refer correct clause.
No
13.
D-27, part2,
Employer’s
Requirements
Construction
Attachment D1 The Employer will not provide livingaccommodation for the use of the Contractoror any of his staff or labour employed on theWorks. Living accommodation shall not beestablished on any land provided to theContractor by the Employer.
Request to confirm the use of ExistingSetup of labour Colony is allowed.Please confirm the monthly rental forthe same.
CMRL has not provided any land to theterminated contractor for setting up the labourcolony.
No
14.
D-20, part2,
Employer’s
Requirements
(8) Muck Disposal
All excavated material, excluding wastematerial, bentonite fluid and bentonitecontaminated material shall be disposed of atappointed sites only. This material shall beplaced and compacted in accordance with theConstruction Specification for Earth Works oras otherwise directed by the Engineer'sRepresentative.
Please provide the location ofappointed site for muck disposal.
a) Muck disposal sites will be provided to theContractor to dispose the muck from tunnelboring and also excavated spoil from thestations. All these sites will be approximately 40km from Chennai Central Station.
b) The Appointed Muck disposal site shall beintimated to the contractor after the award of thework.
c) Addendum will be issued
Yes
9
15.
GC-14/Part 3,Section
VII,General
Conditions
Clause2.2
Permits, Licensesor Approvals
The Employer shall provide, at the request ofthe Contractor, such reasonable assistance asto allow the Contractor to obtain properly:(a) copies of the Laws of the Country whichare relevant to the Contract but are not readilyavailable, and(b) any permits, licences or approvals requiredby the Laws of the Country:(i) which the Contractor is required to obtainunder Sub-Clause 1.13 [Compliance withLaws],(ii) for the delivery of Goods, includingclearance through customs, and(iii) for the export of Contractor's Equipmentwhen it is removed from the Site.
Please confirm that any delays as aresult of obtainingapprovals/permits/licences from anyauthorities that are beyond the controlof the Contractor shall not beconsidered as non-performance.
Contractor to apply and get all the permits wellin advance. It is the responsibility of thecontractor to get all the clearances.
No
16.
GC-24/Part 3,Section
VII,General
Conditions
Clause4.15
Access Route The Contractor shall be deemed to havesatisfied himself as to the suitability andavailability of the access routes he chooses touse………
The Employer will not be responsible for anyclaims which may arise from the use orotherwise of any access route. The Employerdoes not guarantee the suitability if availabilityof any particular access route,
Request to consider compensation incase of delays caused due to non-availability of continuous access.
a) Not Agreed.b) Original Contract condition prevails
No
17.
GC-25/Part 3,Section
VII,General
Conditions
Clause4.18
Protection ofEnvironment
The Contractor shall take all reasonable stepsto protect the environment (both on and off theSite) and to limit damage and nuisance topeople and property resulting from pollution,noise and other results of his operations.The Contractor shall ensure that emissions,surface discharges and effluent from theContractor's activities shall not exceed thevalues indicated in the Employer'sRequirements or prescribed by applicableLaws.
Protection of the environment shall belimited to within Site premises only asthe Contractor could not be heldresponsible for Environmental impactsin outside the site locations. Pleasemodify the clause accordingly.
a) Not Agreed.b) Original Contract condition prevails
NO
18.
GC-27/Part 3,SectionVII,GeneralConditions
Clause4.22 Security of the site
Unless otherwise stated in the ParticularConditions:(a) the Contractor shall be responsible forkeeping unauthorised persons off the Site, and(b) authorised persons shall be limited to theContractor's Personnel and the Employer'sPersonnel;and to any other personnel notified to theContractor, by the Employer or the Engineer,as authorised personnel of the Employer'sother contractors on the Site.
Request to consider sharing of variouscost incurred by civil contractor in caseof services used by designated systemwide contractor.
a) The site security shall be the responsibility ofthe Civil contractor.
No
10
19.
GC-41/Part 3,Section
VII,General
Conditions
Clause8.4
Extension of Timefor Completion
The Contractor shall be entitled subject to Sub-Clause 20.1 [Contractor's Claims] to anextension of theTime for Completion if and to the extent thatcompletion for the purposes of Sub-Clause10.1 [Taking Over of the Works and Sections]is or will be delayed by any of the followingcauses:(a) a Variation (unless an adjustment to theTime for Completion has been agreed underSub-Clause 13.3 [Variation Procedure]),(b) a cause of delay giving an entitlement toextension of time under a Sub-Clause of theseConditions,(c) exceptionally adverse climatic conditions,(d) Unforeseeable shortages in the availabilityof personnel or Goods caused by epidemic orgovernmental actions, or(e) any delay, impediment or preventioncaused by or attributable to the Employer, theEmployer's Personnel, or the Employer's othercontractors.If the Contractor considers himself to beentitled to an extension of the Time forCompletion, the Contractorshall give notice to the Engineer in accordancewith Sub-Clause 20.1 [Contractor's Claims].When determining each extension of timeunder Sub-Clause 20.1, the Engineer shallreview previous determinations and mayincrease, but shall not decrease, the totalextension of time.
There is provision only forcompensation of time and not cost.The Contractor should becompensated for costs arising due todelays not attributable to theContractor.
Not agreed. NO.
20.
GC-61/Part 3,SectionVII,GeneralConditions
Clause14.7 Payment
(b) the amount certified in each InterimPayment Certificate within 56 days after theEngineer receives the Statement andsupporting documents or, at a time when theBank's loan or credit (from which part of thepayments to the Contractor is being made) issuspended, the amount shown on anystatement submitted by the Contractor, within14 days after such statement is submitted, anydiscrepancy being rectified in the next paymentto the Contractor including any amounts due inaccordance with a decision by the DB whichhave been included in the Interim PaymentCertificate; and
We request to consider payment of80% of the interim amount within 7days from the date of submission ofmonthly invoice and the balance 20%in next 14 days.
a) Not Agreed.b) Original Contract condition prevails(C) This is the standard time for release ofpayments as per GC. However efforts will bemade to pay early.
NO
11
21.
GC-75/Part 3,Section
VII,General
Conditions
Clause18.3
Insurance againstinjury to Personsand Damage toProperty
The insuring Party shall insure against eachParty's liability for any loss, damage, death orbodily injurywhich may occur to any physical property(except things insured under Sub-Clause 18.2[Insurance forWorks and Contractor's Equipment]) or to anyperson (except persons insured under Sub-Clause 18.4[Insurance for Contractor's Personnel]), whichmay arise out of the Contractor's performanceof the Contract and occurring before the issueof the Performance Certificate. This insuranceshall be for a limit per occurrence of not lessthan the amount stated in the Contract Data,with no limit on the number of occurrences. Ifan amount is not stated in the Contract Data,this Sub-Clauseshall not apply.As per Particular Conditions(PC) Part A –Contract Data
Minimum amount of Third Party Insurance –INR 0.50 Million INR per occurrence.
Please consider having limitation forthe number of incidents (say 4 nos.).For any further incidences, then thesame shall be suitably compensated bythe Employer.
a) Not Agreed.b) Original Contract condition prevails
NO
22.
1-3/Part 3,SectionVIII,ParticularConditions/PC-3
PerformanceSecurity
'The Performance Security will be in the formof a "demand guarantee" or "performancebond" in the amount(s) of 7.5%percent of theAccepted Contract Amount and in the samecurrency(ies) of the Accepted ContractAmount.
Request to reduce the PerformanceSecurity from 7.5% to 5%
a) Not Agreed.b) Original Contract condition prevails
NO
23.
1-4/Part 3,SectionVIII,ParticularConditions/PC-4
Maximum amountof Delay damages 10% Request to limit to maximum 5%
instead of 10%.
a) Not Agreed.b) Original Contract condition prevails
NO
24.
1-4/Part 3,SectionVIII,ParticularConditions/PC-4
Total AdvancePayment
5% Percentage of the Accepted ContractAmount payable in the currencies andproportions in which the Accepted ContractAmount is payable in two equal installments.First installment is paid on production of BGand second installment is paid aftersatisfactory utilization of the first installment.
Request to increase the advance 5% to10%.
a) Agreed in Prebid meeting. It shall be paid intwo installments as per tender conditionb) Addendum will be issued.
YES
25.
1-4/Part 3,SectionVIII,ParticularConditions/PC-4
Plant andMaterials Deleted Request to provide 10% interest free
P&M Advance.
a) Not Agreed.b) Original Contract condition prevails
NO
12
26.
2-5/ Part3, SectionVIII, PartB-SpecificProvisions
SP 10 4.10 Site Data
4.10.1The responsibility of the Contractorunder sub-clause 4.10 of GC is full and finaland no claim by the Contractor for additionalpayment or extension of time shall be allowedon the grounds that of any misunderstandingor misapprehension by the Contractor or thatincorrect or insufficient information was givento the Contractor or that he failed to obtaincorrect and sufficient information.
Request to consider extension of timeas well as cost compensation since it isbeyond Contractor’s control.
a) Not Agreed.b) Original Contract condition prevails
No
27.
1-5/ Part3, SectionVIII,Particularconditions/PC-5
LD
KeyDates
Liquidateddamages for first28 days
LiquidateddamagesbetweenDay 29and day56
LiquidatedDamages fromDay 57
KeyDate 8
50,000 2,00,000
Request to change as follows :KeyDates
Liquidateddamagesforfirst28days
LiquidateddamagesbetweenDay 29and day56
LiquidatedDamagesfromDay57
KeyDate 8
10,000
50,000
Not Relevant to Tunnel Contract NO
28. GeneralSuccessful contractor liability shall belimited to the works carried out bythem. Please confirm.
Successful contractor liability shall be limited tothe works carried out by them.
NO
29. General
As we understand that part of thestation slabs and walls are alreadycompleted & coupler provisions arealready made by previous contractor.Hence please confirm whether bidderhas to be adopt the same design andReinforcement detailing as per theprevious contractor or Contractor candesign our own with different thickness.In case Contractor has to adopt thesame design request to provide thefollowing:
1. Approved design calculation2. GFC drawings3. Reinforcement drawings4. As built drawings of completed
slabs/D wall5. Any other related modifications
or EIR etc.
Not Relevant to Tunnel Contract No
30. General
During our site visit it is found that inmany locations reinforcement work andother works are not completed, but thedrawings indicates reinforcementworks are completed. Hence werequest either to provide latest/actualas built drawings or these works canbe completed by CMRL and it shouldnot be part of Contract scope.
Not Relevant to Tunnel ContractNo
13
31. General
During our site visit it is found thatmaterials (raw materials likereinforcement, D wall cage, sand,aggregates, formwork materials, etc.)are lying at the site. Please provide thelist and qty. of materials which can beused by the successful bidder afterawarding of contract at free of cost.
Not Relevant to Tunnel Contract No
32. General
During our site visit it is found that insome stations bulging / Dampness /leakages / honeycombs of D-wall /slabs / structures in certain locations.Request to provide the exact scope forrepair works of already constructedstructures.
Not Relevant to Tunnel Contract NO
33. General
Many labours and other P&MContractors are standing at site fortheir balance payment with PreviousContractors. Please ensure thatcomplete hindrance free site will behanded over to the successful bidder.
a) The site security shall be the responsibility ofthe contractor after award of the work.
NO
34. General
Please provide the exact scope forReinstatement of works. As we aredoing only balance work, we don’tknow the original site condition whichwas handed over to the previouscontractor.
This is to be inferred from the street level plansshared
NO
35.
Please provide the exact scope for anyre-shifting of utility to be carried outduring or after completion of structure.As we are doing only balance work, wedon’t know the original site conditionwhich was handed over to the previouscontractor.
Documents available in CMRL can be accessedon request.
Payment shall be as per actual.
NO
36.
As the balance works are to beexecuted based on certain sequencewhich may lead to shifting of utilitymore than one time, hence under PriceCentre “I” contractor shall be paid onactual qty of work done taking inaccount in multiple shifting.
Temporary shifting of the Utility should beplanned in such a way that it does not involvemultiple shifting. The utility can be reinstated tooriginal condition after completion of work.Payment shall be as per actual.
NO
37. Request to provide the existing andproposed traffic diversion schemes.
Bidder to access and quote accordingly.
The traffic diversion scheme can be modified inco-ordination with Traffic police to suit hisconstruction sequence
No
38. Request to provide the earlier plannedsequence of construction.
Bidder to access and quote accordingly.
The construction sequence scheme can bemodified to suit Project delivery schedule, whichshall be submitted to approval of Engineer
14
39.
Request to provide the details ofcasting yard along with moulds detailsand number of good/usable segmentswhich are readily available.
(Query related to Tunnel Contract).
a) CMRL clarified that, the segment rings can becollected free of cost from the casting yard atMuthukadu.b) The transportation from casting yard to siteand the consumables like bolts, EPDM gasketsand Hydrophilic gaskets etc are to be arrangedby the contractor on their own.c) However, CMRL reserves the right to ask thecontractor to manufacture the Segment rings atMuthukadu casting yard at any point of time,when required.d) The casting yard facility can be utilised by thecontractor. However, the required materials,operation and maintenance of the casting yardare to be taken care by the contractor on theirown and the contractor shall be paid for eachring at the rate of Rs 1,73,599/-(Rupees oneLakh Seventy Three Thousand Five Hundredand Ninty Nine Only) for Type-I(1.5m) SegmentRing and Rs 1,67,680/- (Rupees oneLakh Sixty Seven Thousand Six Hundred andEighty Only) for Type-I (1.4m) segment ring. Theabove rate is inclusive of production cost,transportation of segments within the yard forcuring etc., Quality assurance tests, Qualitycontrol tests, maintaining of safety standardinside the yard area, Maintenance of yard andall other costs which is required for production ofrings and other activities.The Addendum with this additional condition
shall be issued.
Yes
40.
Please provide the details of existingsite offices, stores, containers, sheds,P&M workshop, stacking area,canteen, etc. which can be used byContractor at free of cost.
The existing site offices, stores, containers,sheds, P&M workshop, stacking area, canteen,etc may be utilized by the new contractor free ofcost. However they have to be examined tocheck the feasibility of usage and theirmaintenance is the responsibility of thesuccessful bidder in case he intends to usethem.
No
15
41.45.6 ofpage SIB-7
Some important works and safety related itemsof work will be executed by theCMRL/Employer through already availableagencies and they will be paid for the worksbeing carried out up to the date ofcommencement of works by the tenderer. Thereduction in scope shall be applied in suchcases and the rates for these items of works tobe paid to agencies by the Employer will bebased on Southern Railway Schedule of Rates2008 + 50%, DSR, TNEB, CMWSSB rates etc.as applicable to the year 2015 (applicable aswritten in priority). The amounts paid for suchworks as per the above will be deducted fromthe amounts payable to the tenderer who willbe finalized through these bids.
Request CMRL to provide list ofcompleted important works and safetyrelated items two weeks beforesubmission of tender so that price forthe same need not to be included intotal tender amount.Further request CMRL to provide list ofimportant works and safety relateditems along with the value which will beexecuted between two weeks beforebid submission and commencement ofwork and it shall be part in CMRLscope (so that Contractor need not toinclude in there scope). Beforecommencement of work any pendingworks can be executed by contractoras a Variation item.
a) Not Agreed.b) Original Contract condition prevails
NO
42.BF-8/Part1/SectionIV
BiddingForms
Schedule ofAdjustment Data Bidder’s proposed Weighting a : 0.3(Fixed) Usually it is 0.15, Request to change to
0.15(Fixed) instead of 0.3(Fixed).
a) Not Agreed.b) Original Contract condition prevails
NO
43.
1119 &1123 and1289 /Part-2
Drawing No. GCC-490-1CC-0970025-D, GCC-490-SGM-0970029-C &GCC-290-000-1000872-E
GCC-490-1CC-0970025-D: Start Ch-5540.555& End Ch-9853.13
GCC-290-000-1000872-E: Start Ch-5540 &End Ch-9845.00
Mismatch in start & End Chainage,please clarify which is to be followed /final
Bidders shall validate the already approveddrawings, if required, submit for approval ofEngineer as in the case of new designs anddrawings. May reconciled the difference inchainage by contacting CMRL.
No
44.
Part-2,SectionVI,Volume 4
TenderDrawings Architectural - Please provide the structural and
layout details of ancillary buildings
Not Relevant to Tunnel Contract No
45.
Part-2,SectionVI,Volume 4
TenderDrawings - -
Please provide the constructionmethodology drawings for alreadystarted work like Stations, Entry exit,ancillary building etc. is required
Not Relevant to Tunnel Contract No
46.
Part-2,SectionVI,Volume 4
TenderDrawings Work Area -
Please provide the details of Work areawhich will be provided to the contractorfor entry exit construction.
Not Relevant to Tunnel Contract No
47. Station
48. Please provide formwork materialavailable details
Not Relevant to Tunnel Contract No
49. Please provide barricade providedstatus
Not Relevant to Tunnel Contract No
50.Please provide shoring arrangementavailable status
Not Relevant to Tunnel Contract No
51.
Please provide OTE duct erectiondetails and available machineries forerection of OTE duct
Not Relevant to Tunnel Contract No
16
52. Please provide OTE duct precastsegment construction status
Not Relevant to Tunnel Contract No
53. Please clarify regarding Muck skipavailability
(Question related to Tunneling.)a) The existing system of the terminatedcontractor is by means of conveyor belt fromTBM to ground level and the same can beutilized. However the contractor may also useother systems
b) Bidder to access and quote accordingly.
No
54. Part-2,Volume IV
TenderDrawings,Part 5
ConstructionStatus as onAugust 2015
Please provide status drawings forplatform level & base level of LICstation and concourse level, platformlevel & base level of thousand lightsstation (or) Can we consider it asincomplete, please confirm
Not Relevant to Tunnel Contract No
55.
Please provide the details ofdewatering technique adopted &machineries provided in each station
Bidder to access and quote accordingly. No
56. Traffic diversion
57. Part-2,Volume IV
TenderDrawings,Part 5
ConstructionStatus as onAugust 2015
Please provide the Traffic deckingstatus for all stations
Bidder to visit the site, access and quoteaccordingly.
No
58. Part-2,Volume IV
TenderDrawings,Part 5
ConstructionStatus as onAugust 2015
Please provide plunge column and kingpost installed status for all stations
Not Relevant to Tunnel Contract No
59. Part-2,Volume IV
TenderDrawings,Part 5
ConstructionStatus as onAugust 2015
Please provide the drawings forexisting and proposed traffic diversionplan
a) Bidder to visit the site, access and quoteaccordingly.
b) The traffic diversion scheme can be modifiedin co-ordination with Traffic police to suit hisconstruction sequence, which can be submittedto the ER for NOC
No
60. Utility
61. Part-2,Volume IV
TenderDrawings,Part 5
ConstructionStatus as onAugust 2015
Please provide the as on date utilitydiversion proposals & status
Bidder to visit the site, access and quoteaccordingly.
No
62. Key Date
17
63. Part-2,Volume I
Appendix2B
CONTRACT KEYDATES ANDCOMPLETIONDATE
-
Key achievement programme can’t beshown without knowing the TBMmovement plan of the UAA02 TBMContractor
Not Relevant to Tunnel Contract YES
64.
Kindly Confirm whether Thousand lightstation will be drive through or passthrough as per the TBM movementplan for planning station constructionworks
Drive Through has been planned in Thousandlights station.
NO
65. Part-2,Volume I
Appendix2B
CONTRACT KEYDATES ANDCOMPLETIONDATE
Request to increase all Key dates by90 days.
a) Not Agreed.b) Refer to addendum for revised Key dates.
No
66. Part-2,Volume I
Appendix2B
CONTRACT KEYDATES ANDCOMPLETIONDATE
As majority part of station constructionis interlinked with TBM tunnelingconstruction, any delay because ofTBM tunneling contractor will affect thestation construction schedule. Pleaseconfirm delays due to TBM tunnelingworks will be compensated in time andcost.
Not Relevant to Tunnel Contract Yes
67. Part-2,Volume I
Appendix2B
CONTRACT KEYDATES ANDCOMPLETIONDATE
-
Kindly provide scheduled date forbreaking LIC Station TBM Segments,since all the key date achievementsare dependent on TBM segmentbreaking
Not Relevant to Tunnel Contract YES
68. Provide casting yard availableequipment and material list
Not Relevant to Tunnel Contract NO
69.Please provide approveddesign/drawings for all stations andentry/exit
Not Relevant to Tunnel Contract NO
70.Provide the Guide Wall details ofEntry/Exit and also provide the D-walldetails of the entry Exit
Not Relevant to Tunnel Contract NO
71. Please clarify the design scope for thebid
a) Clarified that for Works completed, the designresponsibility lies with CMRL
b) For Works that are not completed but designs/ drawings available, they are to be checked andexecuted by Contractor. The Contractor isresponsible for the correctness of the Design
c) For Works that are not completed anddesigns / drawings not available, they are to bedesigned, checked by LDC and got approved byCMRL/GC before execution.
NO
72. Confirm the requirements of tensionpiles
Not Relevant to Tunnel Contract NO
18
73.Please provide the plunge columndetails which are permanent andtemporary
Not Relevant to Tunnel Contract NO
74. provide the details of cross passages &construction status
Query Related to Tunnel Contractor.
a) Out of 11Nos cross-Passages, Groundtreatment has been done for 5 CPs. Howeverthe condition/Quality of Ground Treatment maybe checked by the contractor and any additional/ corrective works that are required are to becarried out by the contractor.
b) For balance 6Nos cross passages, GroundTreatment is the responsibility of the contractor.
c) The Contractor has to plan for groutingoperations from inside the Tunnel in case it isnot possible to do it from Ground Level.
NO
19
75. Types and details of tunnel liningsegments and pre-casting status
Query Related to Tunnel Contractor.
a) CMRL clarified that, the segment rings can becollected free of cost from the casting yard atMuthukadu.
b) The transportation from casting yard to siteand the consumables like bolts, EPDM gasketsand Hydrophilic gaskets etc are to be arrangedby the contractor on their own.
c) However, CMRL reserves the right to ask thecontractor to manufacture the Segment rings atMuthukadu casting yard at any point of time,when required.
d) The casting yard facility can be utilised by thecontractor. However, the required materials,operation and maintenance of the casting yardare to be taken care by the contractor on theirown and the contractor shall be paid for eachring at the rate of Rs 1,73,599/-(Rupees oneLakh Seventy Three Thousand Five Hundredand Ninty Nine Only) for Type-I(1.5m) SegmentRing and Rs 1,67,680/- (Rupees oneLakh Sixty Seven Thousand Six Hundred andEighty Only) for Type-I (1.4m) segment ring. Theabove rate is inclusive of production cost,transportation of segments within the yard forcuring etc., Quality assurance tests, Qualitycontrol tests, maintaining of safety standardinside the yard area, Maintenance of yard andall other costs which is required for production ofrings and other activities.
e)Addendum with this additional condition shallbe issued.
Yes
76. Provide the approved design basisreport & GIR
Approved DBR and GIR by the terminatedcontractor are available with CMRL. If required,interested Bidders can Approach CMRL with aletter to collect the same.
NO
77. vol-2section-7
Kindly share LEED related documentsfor all stations
Not Relevant to Tunnel Contract NO
78. refer vol-2sec-6
Please share Acoustics details –Please provide the reverberation timecalculation.
Not Relevant to Tunnel Contract NO
79. refer vol-2sec-6
Kindly confirm if current design is asper NFPA -130 , since RCC and builtform design is already frozen
Not Relevant to Tunnel Contract No
20
80.Kindly share approval relateddocuments related to architecture eg –Heritage structures
Not Relevant to Tunnel Contract NO
81. concourse, platform , undercroft etc –do not show section lines
Not Relevant to Tunnel Contract NO
82. Over all station dimensions are missingin the plans
Not Relevant to Tunnel Contract NO
83. Entry structure drawings are notshared
Not Relevant to Tunnel Contract NO
84. Room dimensions are not shared forany stations
Not Relevant to Tunnel Contract NO
85. vol-2-section V1 4.15.2
Clause –Attachment – A2list of finishingmaterials
Finishing materials specified in clause4.15.2 – do not match specs providedin A.15.5 – attachment A5 – Specifiedfinish materials eg – flooring is Graniteor Kotah?
Not Relevant to Tunnel Contract NO
86. vol-2-section V1 A.15.5
Clause –Attachment – A2list of finishingmaterials
A.15.5 – attachment A5 – Specifiedfinish materials – Sr no – 4, generallywarning strip is not required for stationswith PSD . Kindly confirm
Not Relevant to Tunnel Contract NO
87. vol-2-section V1 A.15
Clause –Attachment – A2list of finishingmaterials
Please provide Column claddingspecifications as it is not provided intender document
Not Relevant to Tunnel Contract No
88. vol-2-section V1
Please provide specification for Skirtingmaterial as it is not provided in tenderdocunments
Not Relevant to Tunnel Contract NO
89. vol-2-section V1 A.15.5 Please provide finishing for Lift portals ,
entry portalsNot Relevant to Tunnel Contract NO
90. vol-2-section V1 4.9 Corridor for the
Handicapped
Please provide Counter heights inTOM and EFO for handicappedpassengers as it is not mentioned.
Not Relevant to Tunnel Contract NO
91. 1 C5.1 Preliminary DesignSubmission
(a) General – Deleted
(b) For any new structures preliminarydesign can be discussed and finalizedbefore submission of Definitive design
(a) In general Preliminary design isdeleted then, will ER share MEPDrawings (CAD), Documents,Calculations (xls, doc), LEEDDOCUMENT, comments &RFI’s. As we presume that theprevious contractor has donethe preliminary design and willbe shared.
(b) To what extent the newstructure will come can we getany outline before we quote thejob.
Not Relevant to Tunnel Contract NO
21
92. 1 C5.2 Detailed DesignSubmission -
(a) Can we get earlier contractorsubmitted & Approved Detaileddesign MEP Drawings(CAD),Documents, Calculations(xls,doc), LEED DOCUMENT,comments & RFI’s. As wepresume that the previouscontractor has done the detaileddesign and will be shared.
Not Relevant to Tunnel Contract NO
93. 1 C5 DesignSubmission -
Since some of the works (cablecontainment/ plumbing/firefighting)works been partly executed already atsome station, will that be valid or do weneed to redesign on those parts andresubmit the detailed and constructionreference drawings.
Not Relevant to Tunnel Contract NO
94.
Please clarify whether do we need toadopt the same cablecontainment/pipes materials/ earthstrips manufacturer (which is alreadypartly executed by previous contractor)for future execution or can we proposenew manufacturer. If samemanufacturer to be followed do weneed to again conduct Factoryacceptance test.Also can we use the available MEPmaterials (cable trays, drainage pipes,firefighting pipes) lying at some of thestation site and if yes how to accountduring bidding process.
Not Relevant to Tunnel Contract NO
95. 2 5.4.3.9 (g) Clean Earth Clean Earthing for PLC system and MainEarthing for PLC panels to be provided
Kindly clarify , can we have one cleanearthing system for S&T(ASA-01) andM&E SCADA PLC systems.
Not Relevant to Tunnel Contract NO
96. 3 4.4.11.4.1 Earthing system MATERIAL SPECIFICATION
We understand that in other packagesof CMRL, GI strip been used by stationas well as interface contractors, can wepropose GI strip instead of copper,kindly clarify.
Not Relevant to Tunnel Contract Yes
97. 2 Annexure-3 & 4
Space Proofingand Specific RoomRequirements
Space Proofing and Specific RoomRequirements
As per Annexure 3 & 4 some designspecifications for E&M services havebeen mentioned, kindly clarify do weneed to follow that or should we followvolume-2, section-5 & volume-3section-4.what is the order ofprecedence to be followed.
Not Relevant to Tunnel Contract NO
22
98. General
As per TNFRSD we need to providefire sprinklers in public lobby/corridors,should we adopt the same. Weunderstand in other packages it hasnot been provided. Please clarify.
Not Relevant to Tunnel Contract NO
99. 1 B-15 (3) Application forutility connection
The contractor shall submit applications forpermanent connections for utility services
We understand that we shall submitonly the necessary applications to thestatutory authorities and the necessaryfees and payments shall be made byCMRL, kindly confirm.
Not Relevant to Tunnel Contract NO
100. General earth Mat
For partly completed stations, belowthe undercroft, we understand thatearth mats have been designed andexecuted for by the previouscontractor. Please provide legibledrawings.
Not Relevant to Tunnel Contract NO
101. General Interface
As this is partly executed package byprevious contractor, we presume thatthe CCF’s for interface is finalized,should we follow the same, kindlyclarify
Kindly share the signed CCFdocuments
Available information shall be shared with thesuccessful bidder.
NO