cidco of maharashtra ltd. corrigendum no. 2 c. a. no. : 03 ... · in drawing no....
TRANSCRIPT
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 1 of 13
Name of Work: Design & Construction of Balance Works of Elevated Metro Station at Panchanand (Station-10) for
Navi Mumbai Metro Line-1.
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19
e-Bid No: 2448
Corrigendum No.2
Replies to Bidder’s Queries and Additional Clause/ Corrections
: OFFICE:
THE CHIEF ENGINEER (NM)
CIDCO OF MAHARASHTRA LIMITED,
3rd FLOOR, CIDCO BHAVAN,
CBD-BELAPUR, NAVI MUMBAI.
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 2 of 13
Name of Work: Design & Construction of Balance Works of Elevated Metro Station at Panchanand (Station-10) for
Navi Mumbai Metro Line-1.
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19
e-Bid No: 2448.
CONTENTS
Sr. No. Description Page No.
1 Replies to Bidders Queries 3-11
2 Additional Clause/ Corrections 12-13
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 3 of 13
Replies to Bidders’ Queries
Name of Work: Design & Construction of Balance Works of Elevated Metro Station at Panchanand (Station-10) for
Navi Mumbai Metro Line-1.
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19 (e-Bid No: 2448)
All Bidders are requested to go through all the responses on queries from various Bidders. These clarifications shall form part of Corrigendum
No. 2 of Bid Document.
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
Bidder No 1.
1. Clause no.
3.1.1, pg. No.
12, Volume 3 of
4 & Part-II
Summary of “
Item Rate
Percentage
offer”
And Volume 1 of
4 clause 2.1.1
1) c. ix. Site development works like
grading, precast Concrete/
interlocking tiles, paver blocks,
kerb stones, bituminous roads,
water bodies, mounds, etc
2) d iv. Plumbing Works including:-
External Water Distribution system
3) d iv. Plumbing Works including :-
External Sewers/ storm water line
4) Landscaping.
This item is mentioned in Part-II,
Please clarify that is it consider in
part –I (Lump-sum) or Part –II Item
Rate Percentage offer.
1) Site development works etc. are
excluded from the scope of work
(Part I) and is covered under
Part II.
2) Plumbing Works including:-
External Water Distribution
system is in the scope of work
under Part I.
3) Plumbing Works including: -
External Sewers/ storm water
line- This is in the scope of
work under Part I.
4) Landscaping is in the scope of
work under Part II
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 4 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
5) Land filling at Station no. 10 5) Land Filling at Stn 10 is in the
scope of work under Part II
6) Viaduct Please clarify the scope of viaduct.
The Bidder has to Design and
Construct the Viaduct for Stn 10
(CA 03)
2
Clause no. 2.3,
pg. No. 38,
Volume 1 of 4
Maintenance of the Station Building,
Link way, Ancillary Structures (Fire
Pump room, ASS/TSS rooms, Fire
water tank, Elevated Via-duct
Structure during construction and
defect liability period.
Please clarify the types of
maintenance which need to be
carried out during the DLP. Also,
clarify the “handing over” is it after
completion of project or DLP.
Maintenance as stipulated in the
Tender during the construction
period / DLP is in the scope of the
Bidder.
However Day to Day Routine
maintenance is not in the scope.
Regarding taking over of project –
Bid Conditions prevails.
3
Clause no. 4.0,
pg. No. 71,
Volume 3 of 4
6 .V. a Low Voltage Cables and Wires
(For Fire, BMS, DG, Low Voltage
Distribution, Lifts, Escalators, etc.
complete)
6 .V. a Low Voltage Cables and
Wires (For Fire, BMS, DG, Low
Voltage Distribution, Lifts, Escalators,
etc. complete)
The incoming power supply cables
for all fire systems, BMS, DG set,
Lifts and escalators is covered
under the scope of present work
and shall be provided by the
Bidder.
6.V.i BMS system & MMS system Is it part of Civil Contractor Scope
BMS (Design, supply and
installation) is excluded from the
scope of work however MMS
system shall be provided by the
Bidder. All the necessary
provisions shall be made by the
Bidder for Interface of BMS
systems to other systems.
4 Clause no.
6.4.4, pg. No.
Control cables- Copper shielding
required
LT cables with copper shielding is
not available in market or not
As per IS 7098 Part I, Copper
shielding for LT XLPE cable of
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 5 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
79, Volume 2B
of 4
manufacture by any vendor. Please
clarify.
Grade 1.1 KV is not required.
5
Clause no7.3,
pg. No. 93,
Volume 2B of 4
Viaduct lighting Please clarify areas which need to
be illuminated.
Viaduct lighting is in the scope of
System Contractor (PST).
However the Bidder shall provide
Street Lights below Concourse for
the entire station area.
It is clarified that necessary
Viaduct lighting DB at both the end
of Platform along with incoming
cable for the DB is included in the
scope of work and shall be
supplied by the Bidder.
6
Clause no 11.1,
pg. No. 113,
Volume 2B of 4
D.G Room Please clarify whether the room
should be acoustic or D.G cabinet.
DG Set shall be enclosed in the
acoustic enclosure and the entire
DG with acoustic enclosure shall
be installed in the DG Room.
7
Clause no 3.4,
Sr.No. 1b,pg.
No. 67, Volume
3 of 4
Capacity of DG set
As Per Clause no 3.4, Sr.No. 1b,pg.
No. 67, Volume 3 of 4 it would be
380 KVA, and as per Dwg. No.
NMM/CIDCO/LBG/CA13/EL/LVS/001
volume 4 of 4 the capacity of DG set
is mentioned 100 KVA, please clarify
the same.
Bid Condition Prevails. The
Drawings are indicative only and
the capacity of DG set shall be
minimum 380 KVA.
8
General UPS for E & M Services If it is part of scope, then provide
size.
Please refer clause No.4.1 Page
No 61 Vol 2B of 4. The size of the
UPS shall be min. 60 Kva.
9
General PAC in System rooms PAC System is not shown in
drawings, if it is required then
provides details.
PAC system is excluded from the
scope of work. Only Split AC,
HVAC system shall be provided in
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 6 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
SER, TER and UPS room.
10
General Precast member cast by previous
contractor
At the time of execution if
Precast member is not supply by
previous contractor will it be
payable to us.
The Work executed by the Bidder
shall be paid proportionately as per
payment schedule.
11 General 100 Years Durability of Existing
Structures
Please clarify, who will be
responsible for 100 years durability
for structure constructed by previous
contractor.
Previous Contractor will be
responsible for 100 years durability
for structure constructed by them.
12
It is therefore requested to please
extend the date of submission of bid
at least by 10 days after issue of
CSD i.e. 02.05.2018.
Bidding Programme have been
revised. Please refer Corrigendum
No 1.
13
Tender
Drawings and
Volume 3 of 4
Pg No 25 to 36
1) The Balance Quantities work out
from tender drawings by us is
much higher than the quantity
mentioned in Tender (Vol 3 of 4)
Please Clarify It is a Design and Build Contract,
The Contractor has to Design, and
after Designing, the actual
Quantity can be assessed. The
Quantities indicated in the Bid
Document is tentative.
14 2) Earth Filling under station is part
of scope or not
Please Clarify
Earth Filling in Station area is not
in the scope of work under Part I.
15
Drawing No.
NM1-CA13-
SMS-A-GP-10 –
D002 (R5)
1) Tender Drawing shown Linkway
Please Clarify the detail scope; also
provide section drawing with details
of trusses for workout the quantities.
Linkway- Design and Construction
is under the scope of work under
Part I.
In Drawing No. NM1-CA13-SMS-
A-GP-10 – D002 (R5) - the linkway
columns are cross-marked as
column position will not be visible
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 7 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
in this plan.
The Bidder can further refer
drawing No NM1-CA13-SMS-A-
GP-10 – D003/4 (R5), NM1-CA13-
SMS-A-PP-10 – D007/8 (R5),
NM1-CA13-SMS-A-EL-10 – D002
(R4) and NM1-CA13-SMS-A-SE-
10 – D002/3/4 (R5).
16
Drawing and
Finishing
Schedule
1) There is discrepancy between
Arch. Drawing and Finishing
Schedule
Please Clarify the order of
Precedence
In case of any discrepancy,
Finishing schedule mentioned in
the drawing shall be followed.
Bidder No 2
1 Vol. I Page no
90
5.0 [Five] percent of the Total
Contract Price. (GCC clause 10.1)
As per PWD GR. No. Sankirna-
2017/C.R.121(Part-II)/Building-2
dated 19.09.2017 on page
no.07,point no.10.2 4.2 Security
Deposit : Henceforth, for all works
the Security Deposit shall be 2% of
amount put to tender rounded to next
Rs.1000. Kindly reduce percentage
of security deposit to 2%
Bid Conditions Prevails.
2 We kindly request you to clarify; the
plastering is for full height or till false
ceiling level.
Plastering shall be for full height of
block work.
3 After Site visit
observation are
as below
We kindly mention the nature and
quantum of rectification work.
Please refer clause 2.1 of Vol 1 of
4 pertaining to scope of work.
4 Vol. 2 B of 4 1.3 Ventilation & Air-Conditioning System In volume 2B it is mentioned, that the Split type HVAC system shall be
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 8 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
page no 284 Provision AC are split type but the vol. 2A page
no. 264 clause no 1.7.3. Station
Operational Areas and Other
Functional Rooms, it is Mentioned as
VRV please clarify the same.
provided at Station rooms.
5 Vol. I page no 4 EMD – IND 19.50 Lakh As per PWD GR. No.Sankirna-
2017/C.R.121(Part-II)/Building-2
dated 19.09.2017 on page no. 04
point no.4.1 The Earnest Money
deposit for works shall be,
(i) for works costing up to 1.5 Cr.
EMD = 1 %
(ii) For works costing above 1.5
Cr. EMD = 0.5 % of amount
due to tender or Rs.1.50 Lakhs
whichever is more. Hence the
Earnest Money deposit should be
0.5% of Tender amount which is
Rs.9.74 lakhs. We kindly request
you to consider the same.
Bid Conditions Prevails.
6 We kindly request you to specify the
earthquake zone. (Requirement for
getting insurance details)
Bid Conditions Prevails.
7 Kindly request you to provide the
drawings.
The Drawings can be collected
from the office of CIDCO-
SE(Metro II)
8 The work is already started Permissions that were applicable
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 9 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
means the permissions must have
been taken earlier; kindly clarify the
list of remaining permissions to be
obtained.
till date were obtained as per
requirement. However further
permissions required if any, shall
be obtained by the Bidder. Bid
Conditions prevails.
9 It is presumed that the land is ready
for construction. Land is free from
any hindrances.
Land is hindrance free. However,
the Bidders are requested to visit
the site and get acquainted before
submission of the offer.
10 We kindly request you to clarify the
drawings provided with the tender as
same or it can be consider as the
GFC for the site execution.
Bid Condition Prevails
11 As the existing HT strands are
corroded, we need to replace this,
We kindly request you to consider
this as extra item whenever it is
required.
The Corroded HT strands, if any,
has to be replaced with the new
ones. The Bidder shall include this
cost in his Bid Price.
12 Kindly clarify who will take the
responsibility of old constructed
structure, civil work MEP work and
for maintenance work.
Responsibility of the works
completed by the Previous
Contractor shall be with the
Previous Contractor.
13 When will the contractor get
encumbrance free site. Kindly Clarify
Contractor will be handed over the
encumbrances free site.
14 As mentioned, Site clearance and
dismantling of obstructions, etc.
Before commencement of work is
The Bidder has to examine the site
conditions and to consider all
aspects in his offer.
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 10 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
include in scope of work, but for the
shifting of existing previous
contractor's material, kindly request
you to consider as extra item.
15 It is presumed that the provisional
NOC is already taken by CIDCO,
kindly request you to provide the
same at the time of work execution
whenever required.
Permissions/ NOCs required, if
any, shall be obtained by the
Bidder. Bid Conditions prevails.
16 Vol. 2 A page no
20
Scope of work We kindly request you to provide
Materials testing certificates (MTC) of
material used in already executed
work.
Bid Conditions Prevails
17 For fabrication work the balance
quantity are very less as compared
to executed quantity, so we kindly
request you to provide the shop
drawing of already executed work.
The Bidder has to develop the
shop drawings.
18 Vol. 2 A page no
318
The contactor prepares shop
drawings for the fabrication and
erection of all assemblies of the
custom metal Roof Decks
We kindly request you to
provide the specification for
Granolithic flooring specification
Please refer the IS: 5491-1969.
19 If the terminated contractor files any
case for the delay due to this who
will be responsible. Kindly clarify.
Court cases of the previous
contractor shall be dealt by
CIDCO.
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 11 of 13
Sr.
No.
Reference to
Bid Document
Description/ Conditions/
Provisions as per issued Bid
Document
Particulars of Query Clarification
20 We kindly request you to clarify who
will take responsibility of already
executed waterproofing work and
clarify who is liable for the guarantee.
Responsibility of already executed
waterproofing work shall be with
the Previous Contractor.
21 We kindly request you to clarify who
will be liable for the warranty of
already executed roofing sheet work.
Previous Contractor shall be liable
for the warranty of already
executed roof sheets works.
22 Vol I page no 4 !NR 31500/- (Rs.30,000 /- Base value
+ 1500 i.e. 5% GST) (Non
Refundable)
As per PWD GR. No.Sankirna-
2017/C.R.121 (Part- II)/Building-2
dated 19.09.2017 on page no. 06
point no. 07 Tender Fees: There are
reduced tender fees rates. For Cost
of work put to Tender More than
50Crs, tender fee and processing is
Rs10000+GST. We kindly request
you to consider the same.
Bid Conditions Prevails
Note:
1 .These clarifications form part of the bid document and should be submitted duly signed and stamped by the bidder, scanned &
duly uploaded along with bid document.
2. The changes/modifications enumerated above supersede the relevant details furnished in the earlier Bid document.
3. All other conditions stipulated in the bid document shall remain unchanged.
Signature of the Bidder Superintending Engineer (Metro-II)
Date: Date:
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 12 of 13
Additional Clause / Corrections
In addition to the above, following are the Additional Clause / Corrections to be amended in the Bid Documents. These Additional Clause /
Corrections shall form part of Corrigendum No. 2 of Bid Document.
Page No 79 of Vol 3 of 4 shall be read/ replaced as follows:
Sr. No. Description To be handed over (Partial)
by dates mentioned below:
To be handed over (Partial) by
dates mentioned below:
As appeared in Bid
Documents Shall be read as
Stn 10 Stn 10
22 Access of SER to System Contractor Oct 2018 180 Days
23 Access of TER to System Contractor Oct 2018 180 Days
24 Access of UPS rooms to System Contractor Oct 2018 180 Days
25 Access of ASS room to System Contractor Oct 2018 180 Days
26 Access of SCR to System Contractor Nov 2018 210 Days
27 Access of TOM 1 to System Contractor Nov 2018 210 Days
28 Access of TOM 2 to System Contractor Nov 2018 210 Days
29 Access of EFO 1 to System Contractor Nov 2018 210 Days
30 Access of EFO 2 to System Contractor Nov 2018 210 Days
31 Concourse level Nov 2018 210 Days
32 Track floor Nov 2018 210 Days
33 Steel Roof structure for OHE Nov 2018 210 Days
CIDCO of Maharashtra Ltd. Corrigendum No. 2
C. A. No. : 03/CIDCO/ACE(I&Metro)/SE(Metro-II)/2018-19.
Page 13 of 13
Sr. No. Description To be handed over (Partial)
by dates mentioned below:
To be handed over (Partial) by
dates mentioned below:
As appeared in Bid
Documents Shall be read as
Stn 10 Stn 10
34 Platform Floor Nov 2018 200 Days
35 Steel Roof structure and sheeting complete. Dec 2018 240 Days
36
Final Completion of Civil and MEP work including
installation, testing & commissioning for final handing
over.
March 2019 270 Days
37 Fixing of Omega Type Expansion Joint and longitudinal
water proofing at the junction of Deck slab and I-Girder Oct 2018 180 Days
The Contractor has to complete all the balance works of Civil and MEP for final handing over.
Note:
1 . These clarifications form part of the bid document and should be submitted duly signed and stamped by the bidder, scanned &
duly uploaded along with bid document.
2. The changes/modifications enumerated above supersede the relevant details furnished in the earlier Bid document.
3. Bidders are requested to note that Design supply and Installation of BMS system is excluded from the scope of work of this
tender.
4. All other conditions stipulated in the bid document shall remain unchanged.
Signature of the Bidder Superintending Engineer (Metro-II)
Date: Date: