addendum -i . tender no.nk/fw/cap-roh-577/2010-ii...

22
ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II ADDENDUM –1 -Page 1 of 22 In Pursuit of Excellence HINDUSTAN AERONAUTICS LIMITED (A Govt. of India U/T – Ministry of Defence) Aircraft Division, Ojhar Township, Nasik. Maharashtra – 422 207. Phone: 02550-275851, Fax – 02550-275881. Email: [email protected] ; Website: www.hal-india.com Registered post with AD No. NK/FW/5680/028/2010/ Date: 20.09.2010 To, All tenderers Sub: Civil, electrical and other utility services for construction of hangars, utility buildings and allied facilities for PACKAGE - Civil-II (Rotables) in factory (excluding pre- engineered building structures (PEB). Tender no. NK/FW/CAP-577/09-10 ADDENDUM– 1 / Pre bid clarifications - for Tender no. NK/FW/CAP-ROH-577/09-10 Ref: Tender Notice No. NK/FW/030/2009-10 dated 11.08.2010 Sir, Pre-bid meeting was conducted for the subject work on 02.09.2010 as notified in the tender. The queries/ clarification for the subject tender is published in our web site as Addendum 1. For detailed information regarding clarifications to pre-bid queries. visit HAL website at www.hal-india.com . (Located at http://www.hal-india.com/tender_nsk_tab_ ). Those who download these details from website, they can download the same till tender due date. The intending bidders are requested to submit the following documents along with the tender documents already published in our web site duly signed with seal along with their tender. These documents will become the part of (Technical Bid) the tender documents, for the above work. 1. Addendum – 1 – Pre-bid clarifications. Tender submission date is extended to 09.10.2010 All other terms & conditions of the contract will remain the same. Tenderers who are interested in business with HAL are required to contact HAL directly & HAL has not nominated any agent/mediators for this. N.B.: Tenderers are requested to be in touch with our website till the date of opening of the tender in order to be informed about any corrigendum / modification etc. in the tender. Thanking you, Yours faithfully For HAL Aircraft Division, Nasik Sd/- Ch. Manager (Works)

Upload: others

Post on 16-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 1 of 22

In Pursuit of Excellence HINDUSTAN AERONAUTICS LIMITED

(A Govt. of India U/T – Ministry of Defence) Aircraft Division, Ojhar Township, Nasik.

Maharashtra – 422 207. Phone: 02550-275851, Fax – 02550-275881. Email: [email protected]; Website: www.hal-india.com

Registered post with AD No. NK/FW/5680/028/2010/ Date: 20.09.2010 To, All tenderers

Sub: Civil, electrical and other utility services for construction of hangars, utility buildings and allied facilities for PACKAGE - Civil-II (Rotables) in factory (excluding pre-engineered building structures (PEB). Tender no. NK/FW/CAP-577/09-10

ADDENDUM– 1 / Pre bid clarifications - for Tender no. NK/FW/CAP-ROH-577/09-10

Ref: Tender Notice No. NK/FW/030/2009-10 dated 11.08.2010 Sir, Pre-bid meeting was conducted for the subject work on 02.09.2010 as notified in the tender. The queries/ clarification for the subject tender is published in our web site as Addendum 1. For detailed information regarding clarifications to pre-bid queries. visit HAL website at www.hal-india.com. (Located at http://www.hal-india.com/tender_nsk_tab_). Those who download these details from website, they can download the same till tender due date.

The intending bidders are requested to submit the following documents along with the tender documents already published in our web site duly signed with seal along with their tender. These documents will become the part of (Technical Bid) the tender documents, for the above work.

1. Addendum – 1 – Pre-bid clarifications.

Tender submission date is extended to 09.10.2010 All other terms & conditions of the contract will remain the same. Tenderers who are interested in

business with HAL are required to contact HAL directly & HAL has not nominated any agent/mediators for this. N.B.: Tenderers are requested to be in touch with our website till the date of opening of the tender in

order to be informed about any corrigendum / modification etc. in the tender.

Thanking you, Yours faithfully

For HAL Aircraft Division, Nasik

Sd/- Ch. Manager (Works)

Page 2: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 2 of 22

CIVIL, ELECTRICAL AND OTHER UTILITY SERVICES FOR CONSTRUCTION OF HANGARS, UTILITY BUILDINGS AND ALLIED FACILITIES FOR PACKAGE -CIVIL-II (ROTABLE COMPLEX) IN FACTORY AREA. [EXCLUDING PRE-ENGINEERED BUILDING STRUCTURE (PEB)]. TENDER NO.NKI/FW/CAP-ROH-577/10-11 Clarifications to the queries raised by the parties during Pre-bid meeting held on 02.09.2010 and subsequent queries received up to 16.09.2010.

Sl.No. Query from Bidders Clarifications 1 As per SP 18 Page 98 of contract conditions all

types of taxes & duties are to be included in the quoted rates, please clarify whether service tax is applicable or not for this project.

Service tax will be applicable as per the rules .There is no exemption for service tax for this project.

2 We request you to provide interest free mobilization advance for a better cash flow.

Mobilization advance will be paid as per the tender conditions only.

3 As per instructions to tenderers, tenderers should furnish EMD for Rs.38,80,690.00 along with the tender. As per page No.33 of 123, another EMD for Rs.20.00 lakhs is also to be submitted along with integrity pact. Please confirm whether both the EMD’s are to be submitted separately

The total amount of EMD is kept as Rs.38,80,690.00 . In case the work is awarded the bidder shall submit a separate EMD for Rs. 20.00 lakhs either in the form of DD or a BG in the prescribed format and that shall be valid for a period of 5 (Five) years from the date of commencement of work. Before entering in to an agreement the tenderer shall submit this EMD for integrity pact and EMD deposited with the tender will be refunded or BG discharged only after depositing the integrity Pact EMD and signing of agreement after depositing the performance guarantee amount.

4 As per VOL-I, Cl. SP.36, Page 112, reimbursement is applicable on cement, steel and bitumen after 5% increase in basic prices. We request for reimbursement as per price variation formula on Petrol, Material & Labour also, Please Confirm.

Provisions as per the tender conditions, SP-36 only will be applicable to this contract.

5 Page 68 of 166 , PART II Electrical Systems , Supply of the items mentioned Sr.No. 1 and .2 is being done by HAL, please clarify whether installation, testing & commissioning of above equipment is in contractors scope or only installation has to be done by contractor

Only installation is in the scope of this tender as per item no. 1 and 2 of BOQ for Electrical System Part-II.

6 Page 71 of 166 Part-II I Electrical Systems at Sr. No. 3.02, laying, testing and commissioning mentioned, please clarify whether supply of HT, 11KV(E), XLPE 3 x300 sq.mm cable against above will be done by HAL

The item No 3.01 in the BOQ of Electrical System Part II cover the supply of HT, 11KV (E), XLPE 3 x300 sq.mm cable. Item No. 3.02 cover the laying, testing and commissioning of the same material.

7 Page 139 of 166 Part-II, Electrical System disconnect switches , quantity is not mentioned. Please clarify how much quantity is needed

The item under the head “Electrical System disconnect switches” at last page of HVC BOQ do not have any quantity and the same hereby stands deleted.

8 Quantity variation: - +/- Deviation to any limit for lower. 81 page No.

Deviation limits shall be as specified in clause 13(B) of general Conditions of contract at Page No.81 of Volume –I.

9 Reduction in duration of integrity pact Integrity Pact shall be for a period of 5 years as stipulated in the tender.

Page 3: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 3 of 22

Sl.No. Query from Bidders Clarifications 10 Reduction in limit of L.D The liquidated damages shall be as per tender

conditions as specified in SP-11 in page 95 of VOL-1.

11 Retention Money: 50% Release after virtual completion & remaining after DLP.

Security deposit, Retention Money and Defect Liability deposit shall be as per tender conditions as specified in clause 26 of Instructions to tenderers in page No. 24 of VOL-1.

12 Is it mandatory to use /install batching plant? Can reversible Drum Mixer Machine.

Batch mixing plant shall be erected as per tender conditions as specified at Clause 10.11 of GCC in Page No. 76 and also in BOQ.

13 Can we use Crush sand in concrete? Only natural River sand to be used as per BOQ and Technical specifications.

14 Authorized working space allowed or not? Or PCC area as per IS

Working space as authorized as per MES SSR and standard mode of measurements as specified in IS/BIS 1200 will be applicable.

15 Approval of tree cutting. Approval for tree cutting will be obtained by HAL.

16 We request that integrity pact payment of Rs. 20.00 lakhs may be waived during bidding stage. Integrity pact may be taken only from the successful bidder after award of the job.

The total amount of EMD is kept as Rs.38,80,690.00 . In case the work is awarded the bidder shall submit a separate EMD for Rs. 20.00 lakhs either in the form of DD or a BG in the prescribed format and that shall be valid for a period of 5 (Five) years from the date of commencement of work. Before entering in to an agreement the tenderer shall submit this EMD for integrity pact and EMD deposited with the tender will be refunded or BG discharged only after depositing the integrity Pact EMD and signing of agreement after depositing the performance guarantee amount.

17 We may be allowed to establish the labor camp within the HAL factory premises to avoid delays in workers reporting for the job and also delay in issue of Gate pass etc. For work men , monthly pass may be issued and separate entry gate may be provided.

Labour camp will be permitted only outside the Factory premises and within HAL Land. Open space will be provided at nearest possible location outside the factory premises free of charges.(Outside the factory compound wall) Passes will be issued to all workmen engaged for the work as per the prevailing security rules in HAL. The contractor shall provide all required documents for the identification and verification of their character etc. as per the prevailing rules of HAL. Separate entry will be permitted nearer to project location. However the contractor shall carry out all required works like dismantling the wall and making one temporary gate, temporary guard post etc at location identified by the Engineer In Charge and HAL Security department. The items executed for making the Gate and guard post will be paid under relevant items and the Gate shall be used for movement of any contractor or agencies engaged by HAL.

Page 4: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 4 of 22

Sl.No. Query from Bidders Clarifications 18 Un interrupted Electrical Power may be

provided for construction purpose on chargeable basis.

Power will be provided on chargeable basis as specified at SP-22 of Vol. 1

19 Pl. Confirms whether we will be allowed to dig bore wells for construction water /labor camp.

Digging of bore wells will be allowed for construction as well as for Labor camp. However all charges for drilling and taping of water shall be borne by the contractor. No charges will be levied for the water tapped by drilling of bore wells, but the bore well shall be handed over to HAL in running condition including the motor and pumps on completion of the work without any cost.

20 The job being of short-term nature, parallel mobilization is required at all fronts. Huge quantities of materials are required to be stacked at site to avoid delays. This results in infusion of huge working capital. Therefore, we propose the following :a)we shall be allowed to supply and neatly store adequate quantity of raw materials like sand/stone aggregates, steel and other non-perishable items well in advance at site)Further, material advance as specified in the payment terms may be released immediately ---– within 7 working days – upon bringing in these materials. It is also requested for recovery of this materials advance paid to the contractor in two installments instead of recovery entirely in the very next month.

The contractor can stack as much of materials required for completion of work within the space/land allotted. However the material shall be stacked properly as per the standards at his cost. Material advance will be paid as per clause 16.4 of GCC in page No. 84 of VOL-I.

21 Since huge working capital is required, it is requested to modify the payment terms and release 15% Mob. Advance instead of 4%, which is grossly inadequate.

Mobilization advance will be paid as per tender provisions only. Ref. SP-16.2.1 and clause 11 of Contract data

22 Drawings for first three months of construction work may be issued within 3 working days after issue of LOl/Work order, this since detailed drawings required for construction are to be prepared by the contractor as per tender conditions which are bound to take time.

Generally all the working drawings required for execution for will be issued 2 weeks in advance. However further detailing if any during the course of execution will be provided immediately on case to case basis.

23 For many item like EOT cranes , panels ,cables,transformers,finishing item etc,the number of ‘Approved Makes’ specified in the tender inadequate. It is noticed that at time, these agencies are not able to meet the delivery schedules required for completing the project. therefore,in the interest of the job, we may now request for approval of equally reputed additional agencies to HAL ,which may be approved at appropriate time.

In case of Panels, the panel manufacturer should be CPRI approved. For cables, finishing items etc. the reputed manufacturers name has been included in the approved makes in VOL-II, Technical specification Transformer, is supplied by HAL and only installation is in the scope of contractor.

Page 5: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 5 of 22

Sl.No. Query from Bidders Clarifications 24 Separate Entry and exist gate shall be provided

for movement of material and machinery which will help in execution.

Separate entry will be permitted nearer to project location. However the contractor shall carry out all required works like dismantling the wall and making one temporary gate, temporary guard post etc at location identified by the Engineer In Charge and HAL Security department. The items executed for making the Gate and guard post will be paid under relevant items and the Gate shall be used for movement of any contractor or agencies engaged by HAL.

25 For bulk pouring of concrete in excess of 100 Cum or above, readymade concrete may be allowed to be procured from outside to avoid delays. The contractor shall submit a list of 3 or 3 reputed RMC plants, which may be inspected and approved by HAL. This will pave the way for faster completion of project.

Ready mix concrete will be allowed only in case of emergencies as per clause ASP-12 in page No.115 of VOL-1

26 For testing of construction material samples, HAL may provide a list of approved testing labs in and around Nasik at the time of award.

The testing shall be conducted by or from authorized Govt. laboratories only. In case the Govt. laboratories at Nasik-Pune-Mumbai area do not conduct the specified test, such tests shall be carried out at laboratories having NABL accreditation.

27 We shall be allowed to work round the clock and on all holidays including national holidays, if needed.

Working on Sundays will be permitted depending up on the progress of work. However no work shall be carried out on Sundays and National holidays without permission of HAL.

28 The contractor shall be allowed to open a small canteen for the workman inside the working premises.

The labour camp is not permitted inside the factory premises. Canteen etc. may be provided by the contractor near the labour camp.

29 The work involved is huge and after going through the scope of work, especially the finishing items, it is certain that we will need additional six months more than the times frame set in the contract. more over 9 working months are not available before the onset of monsoon (considering that the work is going to be awarded by 1st of December 2010) Hal may be take consciences above facts and revise the contract period as 15 month instead of 9 month.

The time period shall be 9 months as specified in Tender Notice.

30 Since the tender drawings has not been issued till date we need more times for estimated & costing of tender therefore it is requested to grand extension of time for tender submission up to 30th September 2010.

Hard copy of the tender drawings has been issued now. The due date is rescheduled to 09.10.2010 with a view to allow sufficient time to the bidders for quoting.

Page 6: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 6 of 22

Sl.No. Query from Bidders Clarifications 31 We wish to place on record the following points

which have been specifically discussed in details and agreed upon during the pre-bid meeting held at you office on 03/09/2010.in this regard ,it may be noted that it is the prevailing practice and well established Pre-Qualification norms for large tenders financed by World Bank as well as tender floated by BARC,MCGM,MIDC and other central Govt. Undertakings etc.that for the purpose of pre-qualification of Agencies, the following practice is followed for consideration of Financial Turn over as well as past experience. The tender conditions state that “Financial Turnover and cost of completed works of previous years shall be given weight age at 10% per year to bring them to the present price levels”. While the clause pertaining to giving 10% weightage on account of financial turnover on year basis is clear in tender floated by HAL, the 10% weight age to be given against completed works is absent /missing.

The pre qualification norms will be as notified in the tender notice. There will not be any enhancement of cost by application of weightage for evaluation.

32 We have enclosed copies of tender documents for various tender funded by world bank, MCGM, MIDC as well as BARC. We have done a project of MCGM for Mumbai –III-A. Water supply Project – Construction of 100 / 140 MGD capacity Raw Water Pumping station at panjirapur in which all Civil Works was carried out by us directly as main contractor for M.C.G.M. Further the Mechanical machineries of the above said Pumping Station including Erection, testing & Commissioning of Main Pumps, piping works, valves E.O.T Crane (15 Ton Capacity ),Laying of cables, termination, gland, erection of transformers, Bus Ducts etc.was done by us through Kirloskar Brothers Limited as nominated Sub-contractor. Hence we request you to consider the same as one single job.

The value work done under single contract only will be considered.

33 Any variation in tax structure and Govt.policies, also additional new taxes, if any, shall be paid / deducted at actual. The present rate of taxes considered is as under.

i) VAT – 5% ii) Service Tax – 4.12% iii) Labour Cess - 1%

It is a fixed price tender and there will not be any adjustments due to variation/changes/additions in the tax structure as specified at clause 24.1 of General Conditions of contract and SP-18 and SP-28 of VOL-1.

34 The makes of reinforcement steel & structural steel given are SAIL/TISCO/RINL – as there is always shortage of these materials in market it is requested to allow BIS approved secondary producers also. it is therefore requested to kindly incorporate the above norms for the tender under reference for Pre-bid Qualification purpose and notify the bidders accordingly.

Steel from SAIL/ TISCO/ RINL shall be used. However for Plates, sheets and flats only , steel from Jindal, Essar and ISPAT can be used in addition to SAIL/ TISCO/ RINL subject to meeting the tender specification.

Page 7: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 7 of 22

Sl.No. Clause

ref. As per tender Queries Clarifications

35 Cl.7 of Tender Notice-Eligibility Criteria

Experience:- Completion of similar nature of works directly as prime contractor in last seven years. One work not less than Rs 3449.50 lakhs OR Two works not less than Rs 2155.94 lakhs OR three works not less than Rs 1724.75 Lakhs comprising of electrical works ( may be with Utility services, like HAVC,Crane,compressed air, Fire Fighting ) and that too for an approximate valve of 35% of the amount specified above for any individual work.

As stipulated the prime requirement does the value of similar work comprise the electrical work, utility services. The additional requirement of 35% of cost of work for electrical works is substantially on higher side. Generally for any civil contractor the focus is always on contract valve irrespective of the individual scope of work for electrical, Utility services. In other Govt.tenders the criteria is describe as “ Tenderer or his proposed E & M sub-contractor should have executed similar value of work in a period of 24 continuous months”. We request you to delete / modify this clause accordingly to have healthy competition for the benefit of client.

Experience: Completion of similar nature of works in Govt. departments / Public Sector Under takings (PSUs) / Other agencies/ Large private sector organizations directly as a prime contractor in last seven years ending 31.07.2010, as mentioned below Contd…..

The eligibility criteria shall remain unchanged. For further clarity the said clause is modified as under. “Construction of Industrial Buildings/hangars comprising of “Civil works, Electrical and Utility services “Completion of one work not less than Rs.3449.50 lakhs or two works not less than Rs. 2155.94 lakhs or three works not less than Rs. 1724.75 lakhs each. Further each of the above works shall comprise of Electrical and Utility works (ie. Electrical + Utility services like HVAC, Crane, Compressed air, fire fighting) for an approximate value of 35% of the amount specified above for any individual work ie, minimum Rs. 1207.33 lakhs in case of single work, Rs. 754.58 lakhs each in case of two works and Rs. 603.66 lakhs each in case of three works. In case of two or three works, (as mentioned in above Para ) the average value of Electrical + Utility component will be taken and the same shall not be less than the 35% qualifying value mentioned above. If the individual work does not contain Electrical and Utility works of required value, then independent works of similar nature (Electrical+Utility) for an equivalent amount (ie minimum Rs. 1207.33 lakhs in case of single work, Rs. 754.58 lakhs each in case of two works and Rs. 603.66 lakhs each in case of three works) will be considered. The decision of the evaluation committee will be final in assessing the eligibility.”

Page 8: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 8 of 22

Sl.No. Clause ref. As per tender Queries Clarifications “Construction of Industrial

Buildings/hangars comprising of Civil works, Electrical and Utility services “ Completion of one work not less than Rs.3449.50 lakhs or two works not less than Rs. 2155.94 lakhs or three works not less than Rs. 1724.75 lakhs each comprising of Electrical work (may be with Utility services like HVAC, Crane, Compressed air, fire fighting ) Further each of the above works shall comprise of Electrical work (may be with Utility services like HVAC, Crane, Compressed air, fire fighting ) for an approximate value of 35% of the amount specified above for any individual work by the tenderer Or his proposed specialized Associate/Sub contractor , then he should submit their credentials of the required eligibility criteria along with the copy of MOU. If required by HAL may increase percentage of performance security to get the assurance from the main contractor. If the individual work does not contain Electrical and Utility works of required value, then independent works of similar nature (Electrical and Utility) for an equivalent amount will be considered. In case of two or three works, (as mentioned in above Para) the average value of Electrical+Utilty component will be taken as qualifying value. The decision of the evaluation committee will be final in assessing the eligibility

36 SP 31 Pricing /Value of Variation SL.No.e)

For Pricing /Value of variation, if the Rate is not available in the MES SSR then it will be worked out based on actual expanses +taxes plus 10% to cover contractor’s overheads & profits.

In view to cater the general percentage of Overheads & Profit of contractor, it should be 20% instead of 10%, which is on very lower side.

Pricing of deviations will be as per clause SP-31 in page No.103 of VOL-I

Page 9: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 9 of 22

Sl.No. Clause ref. As per tender Queries Clarifications 37 Contract Data

SL.No.11 Advances (SP-16-2-1)

The interest Bearing Mobilization Advances of 4% shall be paid against Bank Guarantee and the advance will bear simple interest of 11.75% per annum.

The mobilization Advance shall be minimum 10% as per standard practice followed by all PSU/GOVT. The advance is going to be used for the project only hence it should be interest free.

Mobilization advance will be paid as per tender provisions only. Ref. SP-16.2.1 and clause 11 of Contract data

38 Space for site Establishment

We shall be allotted sufficient space for our temporary establishment such as site office, cement god owns, stores, steel yards ,labour/staff accommodation etc on site free of cost. The same shall be removed and cleared to sati frication of the engineer.

Open space will be provided for establishment of site offices, stores, steel yard labour/staff accommodation etc. at specified location free of charges as stipulated in clause SP-20 and ASP-5

39 GCC Cl. No.10 at Sl.11, Batching Plant

The centralized batching plant appxo.30cum/hr shall be set at site

The total scope of concrete work is around 14500cum,the batching plant for this quantum of work is not economical. so please confirm whether we should still go for the batching plant, alternatively RMC form outside shall be allowed.

Batch mixing plant shall be erected as per tender conditions as specified at Clause 10.11 of GCC in Page No. 76 and also in BOQ . RMC will be permitted only in case of emergencies as per clause ASP-12

40 SP-18 Tender rates & Prices all inclusive and Fix

Any variation in taxes, duties, levies.fees.charges ect.during the tenure of the contract shall be borne by the contractor and no claim for increase in prices / the employer shall accept rates. No additional expenses on this account shall be borne by the employer.

Being the statutory variation, controlled by the Govt. authorities, the variation in the tax structure shall be paid / deducted at actual.

1) Excise Duty -10.30%

2) Works Contract service tax – 4.12%

3) Vat on contract -5%

It is a fixed price tender and there will not be any adjustments due to variation/changes/additions in the tax structure as specified at clause 24.1 of General Conditions of contract and SP-18 and SP-28 of VOL-1.

Civil -Technical 41 Rolling

Shutter –BOQ item No.78 & 79

Size of rolling shutter not provided

Pl. clarify the size of rolling shutter.

The size of Rolling shutters is indicated in the drawings issued.

42 MS windows /Ventilators-BOQ item No.83

Size of window not provided

Pl. clarify the size of windows / ventilators.

The size of Windows/ventilators is indicated in the drawing issued.

Page 10: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 10 of 22

Sl.No. Clause ref. As per tender

Queries Clarifications

43 Doob grass (hariyali ) or hyderabadi lawn-BOQ Item No, 132

Kindly confirm the red soil are included in this item & lawn to be planted by dibbling process and pl. confirm lawn types American blue grass or Korean ready beds.

Red soil is covered under separate item in the BOQ item No.131. The lawn to be developed by dibbling process Lawn type Korean grass can be provided

44 Pit size for planting –BOQ item No. 133

Minimum size of pit 300 X 300 X 450mm

Tree variety require pit of min.900x900x900mm for plants like Alstoina. Amaranthas, ficus kings bush, royal palm, sapathodia ampanulata, abernaemontan coronaria etc. pl.confirm the same.

The size of pit specified in item No. 133 of BOQ is the minimum and the pit shall be made for different plants as per the requirement depending up on the size of plants.

45 As per Section 22-list of approved makes

The makes of Reinforcement & Structural steel are SAIL, TISCO & VIZAG

The availability & supply of Material SAIL/TISCO/ VIZAG is a serious issue which may affect out work schedule. We request to consider alternate makes of ISI marks equivalent to main producers. Following makes of material for steel to avoid the dependability. Reinforcement steel :Bhuleshwar/Jindal/Mahavir, Essar/ Sharada/Rajuri/ GPispat/ Goyal. Structural Steel :- ISPAT/Mahavir/GP Ispat/ SKS ISPAT/JINDAL/ESSAR

Steel from SAIL/ TISCO/ RINL shall be used. However for Plates, sheets and flats only , steel from Jindal, Essar and ISPAT can be used in addition to SAIL/ TISCO/ RINL subject to meeting the tender specification.

Electrical Work 46 BOQ Item

NO.7,8,9,10 SLD

Drawing not provided

Pl.give readable panel SLD soft & hard copy as listed in BOQ

For BOQ Item No. 7 Hard copy of SLD has been issued. For BOQ Item No. 8,02 to 8.04 and 8.06 to 8.08 and BOQ No. 8.01 and 8.05 item wise rates are to be filled and the unit are mentioned in numbers and running meters and required specifications like current carrying capacity and voltage rating is given in the BOQ. .For BOQ Item No. 9 as per tender, preparation of detailed drawing and approval from the Central Electricity Authority is part of contractors work. For BOQ Item No. 10.01 to 10.27 and 10.34 SLD drawing has been issued. For Item No. 10.28 to 10.33 the SLD is enclosed as Appendix –D

Page 11: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 11 of 22

Sl.No. Clause ref. As per tender Queries Clarifications 47 BOQ item

NO. 31 Street light

Drawing not provided

Pl. provide drawings with sectional details

The specification in the BOQ contain detailed description of street light poles and other associated accessories such as cross arm, light fittings.

48 BoQ Item No.6

Pl.give Make of battery & battery charger

Make of Battery and Battery Charger is provided at page No. 315 of 494 of VOL. II, Technical specifications.

49 Laisoning Work

Pl. Clarify the scope of Liasoning work with Govt. Authorities like –MSEB / EL.

The scope of Liasoning is described at Page No. 216 of 494 of VOL- II, Technical specifications and also in BOQ.

50 BOQ item No, 03

HT Cable Armoring requirement flat or round. kindly confirm

HT Cable armoring will be of flat type.

51 BOQ item NO. 34.01. 34.03

Lan & Telephone socket with wiring

Pl. provide length of wire for respective item.

One number of 20 pair krone connector is to installed at a specified mounting height. From this connector individual 2 pair wire has to be run to each of the specified locations. Since the mounting height is given, the vertical rise and drop of the cable is known. Further the horizontal run can be estimated from the individual shop drawing. The contractor is required to estimate the length of the cable on these considerations.

52 We request to consider CPRI approved panel manufacturers.

Any CPRI Approved manufacturers to be considered as per the BOQ.

HVAC Work 53 Drawings Drawings are

Not provided Kindly give all respective drawings for quoting.

The drawings have been issued.

Fire Fighting 54 Drawings Drawings are

not provided Kindly give all respective drawings for quoting.

The drawings have been issued.

55 Page No. 477 , 2 General Requirement

Given 3 years of AMC after guarantee period

Need to give comprehensive or non-comprehensive quote for the AMC

Fire alarm system shall be covered under warrantee for a period of five years from the date of completion of the contract as a whole. The clause of AMC stands deleted.

Compressed Air Piping 56 Drawings Drawings are

not provided Kindly give all respective drawings for quoting.

The drawings have been issued

57 Drawings Drawings are not provided

After receipt of the drawings, any quires shall be clarified subsequently on mail

The drawings have been issued

Page 12: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 12 of 22

Sl.No. Clause ref. As per tender Queries Clarifications 58 Crane The makes for

crane are Demag, Simplex cranes, Radiant Engineers, Grip Engineers Pvt.Ltd.

We request to consider the following makes of crane, Electromech, Cranes,S, crane, V.M.Engineers, Nelion Exports.

The makes specified shall be as per tender.

59 Earnest Money Deposit

Valid up to 210 days from the date fixed for submission of tender

Valid up to 180 days from the date fixed for submission of tender

120 days from the date of submission

Shall we consider the EMD validity till bid validity? Please Confirm.

The EMD shall be valid for 210 days.

60 Mobilization Advance

4% of contract sum against BG & the advance interest @ 11.75% per annum simple interest

We request that 10% of contract sum shall be paid as interest free mobilization advance against BG

Mobilization advance will be paid as per tender provisions only. Ref. SP-16.2.1 and clause 11 of Contract data

61 Earnest Money deposit for Integrity Pact.

Cl. 68 page 30 of 123 All bidders are required to sign the integrity pact along with the requisite EMD of Rs, 20.00 lakhs valid for five year from the date of submission.

Kindly Clarify. The total amount of EMD is kept as Rs.38,80,690.00 . In case the work is awarded the bidder shall submit a separate EMD for Rs. 20.00 lakhs either in the form of DD or a BG in the prescribed format and that shall be valid for a period of 5 (Five) years from the date of commencement of work. Before entering in to an agreement the tenderer shall submit this EMD for integrity pact and EMD deposited with the tender will be refunded or BG discharged only after depositing the integrity Pact EMD and signing of agreement after depositing the performance guarantee amount.

62 Statutory variation

Cl. 11, Page 22 of 123. All tax included (New Tax also)

Any variation in tax structure and Govt, policies also imposing of additional new taxes if any shall be paid /deducted at actual as a statutory variation.

It is a fixed price tender and there will not be any adjustments due to variation/changes/additions in the tax structure as specified at clause 24.1 of General Conditions of contract and SP-18 and SP-28 of VOL-1. Recovery of any taxes will be as per the directives received from respective Govt. departments.

Page 13: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 13 of 22

Sl.No. Clause ref. As per tender Queries Clarifications 63 List of

makers for Reinforcement & Structural steel

Tech Specification. Page 195 As per documents the narks is SAIL/RINL/TISCO

Kindly request you to allow us to use to use secondary manufacture steel for easy availability & Competitive Price.

Steel from SAIL/ TISCO/ RINL shall be used. However for Plates, sheets and flats only , steel from Jindal, Essar and ISPAT can be used in addition to SAIL/ TISCO/ RINL subject to meeting the tender specification.

64 A) Land development Work Clause No.11

Returning and Filling with following approved quality excavated material 250mm

Kindly Clarify the earth or soil available at site or brought from outside to be used for this item.

Earth or soil obtained from excavation and suitable for re-filling shall be used under item No.11 of BOQ. Soil brought from outside will be paid under item No.12 of BOQ.

65 B)Flooring,Tiling,Dadoing Clause No.53

P/A polypropylene fibres in concrete / plaster

Kindly provide the length

It is an additive to the concrete or plaster available in loose fibre form. The item will be measured in Kgs as per BOQ.

66 Clause No.57-66

Basic price not mentioned

Kindly provide us the basic price of these items for the selection range & not for any escalation

The items are to be provided as per the specifications given in the BOQ and Technical Specifications. The BOQ and Tech specification amply clarify the range of product required.

67 Clause No.68

Treating the expansion joint by HDPE back up rod

Kindly request the size of the rods

Please read the item as breaker rod instead of back up rod.

68 Drawings Kindly provide us the foundation detail drawing

The general layout indicating the column positions have been issued. It is an item wise tender and the Concrete, Form work and Reinforcement are included as separate items. Detailed drawings will be issued during execution.

69 Topographical survey Drawing

The drawings are included for the tender purpose

But the topographical survey drawings not included in the documents. Kindly provide us that drawing

The location of the buildings is fairly levelled area with local undulations and gradual slope towards south. Further the locations have been physically shown during Pre-bid meeting. Detailed survey of the location to be made before excavation by the contractor. The sentence “The drawings are included for the tender purpose” hereby stands deleted.

70 Horticulture Work

Horticulture works Kindly Provide us landscaping drawings

The location drawing along with landscape development plan has been issued.

71 Panels

Kindly issue the single line drawings

For BOQ Item No. 7 SLD drawing has been issued. For BOQ Item No. 10.01 to 10.27 and 10.34 SLD drawing has been issued. For Item No. 10.28 to 10.33 the SLD is enclosed as Appendix –A

Page 14: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 14 of 22

Sl.No. Clause ref. As per

tender Queries Clarifications

72 LT Panels Shall we consider any CPRI Approved Manufacturers, Kindly Clarify?

Any CPRI Approved manufacturers to be considered as per the BOQ and the switchgear should be of approved make mentioned at page No. 314 and 315 of 494 in VOL-II, Technical Specification document.

PLUMBING WORKS 73 Pump- 191,192,193 In BOQ

they mention Grundfos and KSB

It is not in approved make list. Which make we consider.

As per the note in page No.198 of Technical Specifications VOL-II “The make/brand name mentioned elsewhere in this document or BOQ shall also be applied for the respective items/ materials.”. This note shall be applicable for all the items in the BOQ.

74 CP Fittings In BOQ some fittings are mention PTMT

It is not approved make list. Which we consider

As per the note in page No.198 of Technical Specifications VOL-II “The make/brand name mentioned elsewhere in this document or BOQ shall also be applied for the respective items/ materials.”. This note shall be applicable for all the items in the BOQ.

75 Water Softening Plant A)Raw water feed pumpB)pressure sand filterC) Activated carbon filterD) softener E)Brine Tank F) pressure Gauge G) flow meter H) Piping

Softener is mentioned in the Technical Specification

Bu the item's not included in BOQ

The technical specifications will be applicable only to the extent items are included in the BOQ.

CLARIFICATIONS ON FIRE FIGHTING 76 General The fire alarm system planned in various packages under the

project is of same specification and they shall have seamless integration with other packages and package-I shall be considered as the master system. The central monitoring station will be the main fire station located at about away 3.00KM approx etc.

77 General The fire hydrant system planned under various packages in the project has uniform specifications and the system shall be connected with the existing system / proposed fire hydrant systems under various packages.

78 General Fire Alarm system shall have warrantee for a period of Five Years and the contractor shall attend to all repairs and breakdowns during the warranty period. This warranty certificate shall be handed over to HAL on completion of work,

79 General In case of any ambiguity between the drawing and BOQ, the BOQ shall prevail.

Page 15: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 15 of 22

Ref. to clause Comments/Clarification 81 Clause 6.4 of GCC-VOL-I

4th line. …that stated in the clause 24 of instructions to tenderers ..

The wording “clause 24 ” stands deleted. Please read as ……….. that stated in the instructions to tenderers ..

82 Table of contents in “ Page No. 13 “ of VOL-I. (Contract Conditions)

The page No. 13 of VOL-1 stands modified and attached as Appendix –A to Addendum

82 Table of contents in “ Page No. 56 to 59 “ of VOL-I. (Contract Conditions)

The Page Nos 56 to 59 (four pages ) of VOL-1 stands modified and attached as Appendix –B to Addendum

83 Table of contents in “ Page No. 2 to 3 “ of VOL-II (Technical Specifications)

The page No.s 2 and 3 (2 pages) of VOL-II stands modified and attached as Appendix –C to Addendum

Page 16: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 16 of 22

APPENDIX -A Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex)

VOLUME –I. CONTRACT CONDITIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

TENDER NOTICE AND CONTRACT CONDITIONS

TABLE OF CONTENTS

Section Brief Description Pages I

Tender Notice

14-19

II Introduction and Brief Project Profile Instruction to Tenderer

20 21-30

III Form of tender Integrity pack Form of agreement Proforma of Bank Guarantees

31-32 33-39 40-42

43-55

IV General Conditions of Contract – Part I Special Conditions of Contract – Part II Additional special conditions Contract data

56-91 92-113 114-115

116-117

V Safety Conditions 118-123

Signature of Tenderer with seal Employer Page 13 of 123

Page 17: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 17 of 22

APPENDIX –B ( Page 1/4)

Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex)

VOLUME –I. CONTRACT CONDITIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

GENERAL CONDITIONS OF CONTRACT Table of Contents

Clause Page No 1. DEFINITIONS AND INTERPRETATION 60 Abbreviations 60 1) Definitions 61-63 2) Singular and Plural 63 3) Headings or Notes 63 2. CONSULTANT & CONSULTANTS REPRESENTATIVE 63 1) Duties of Consultant. 63 3. ASSIGNMENT AND SUB-LETTING 63 1) Assignment 63 2) Sub-Letting 64 4. CONTRACT DOCUMENTS 64 1) Language’s and Law 64 2) Priority of contract documents.

64

5. DRAWINGS 64 1) Custody of Drawings 64 2) Drawings to be kept on site 64 3) Further drawings & instructions 64 4) Disruption / Delay in Progress 65 6. GENERAL OBLIGATIONS 65 1) Contractor’s General Responsibilities 65 2) Site operations and methods of constructions. 65 3) Contract Agreement 65 4) Performance Guarantee / Bond 65 5) Inspection of Site 66 6) Sufficiency of Tender 66 7) Possession of site, Additional works, /Taking over/prohibition of

photography etc. 66

8) Work to be to the Satisfaction of EIC / Employer/ Consultant 67 9) Programme, Method Statement, Manuals to be furnished 67 10) Revised programme 67 11) Contractor’s Superintendence 67 12) Contractor’s Employees 68 13) Secrecy 68 14) Passing of works & site orders 68 15) Setting-out 68 16) Boreholes, exploratory excavation , core cutting etc, 69 17) Safety Security and protection of environment. 69 18) Care of Works 69 19) Blank 69 Signature of Tenderer with seal Employer

Page 56 of 123

Page 18: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 18 of 22

APPENDIX –B ( Page 2/4)

Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex) VOLUME –I. CONTRACT CONDITIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

20) Cash flow estimate 69 21) Notice and payment of fees. 69 22) Compliance with statutes and regulations.

70

7. INSURANCE, INDEMNITY ETC. 70 1) Insurance of Works, etc. 70 2) Damage to persons and Property 70 3) Third Party Insurance 70 4) Minimum Amount of Third Party Insurance 71 5) Provisions to indemnify Employer 71 6) Accident or Injury to Workmen 71 7) Insurance against Accident, etc. to Workmen 71 8) Remedy on Contractor’s Failure to Insure 72 9) Submission of Policies & certificates 72 8. MISCELLANEOUS ITEMS. 72 1) Fossils, antiquities etc. 72 2) Patent Rights and Royalties 72 3) Interference with Traffic and adjoining properties 72 4) Selection of route. 73 5) Transportation & damages to highway 73 6) Waterborne Traffic 73 7) Opportunities for other Contractors 73 8) Contractor to keep site clear 73 9) Clearance of site on Completion 73 9. LABOUR 73 1) Engagement of labour 73 2) Supply of Water 74 3) Alcoholic Liquor or Drugs 74 4) Arms and Ammunition 74 5) Festivals and Religious Customs 74 6) Epidemics 74 7) Disorderly Conduct, etc. 74 8) Observance by Sub-Contractors 74 9) Labour law & provisions 74 10) Return of labour etc. 74 11) Labour laws 75 10. MATERIALS, PLANT AND WORKMANSHIP 75 1) Quality of Materials and Workmanship and Tests 75 2) Cost of Samples 75 3) Cost of Test 75 4) Cost of Tests not provided for, etc. 75 5) Inspection of Operations 75 6) Examination of Work before covering up 76 7) Uncovering and Making openings 76 8) Removal of Improper Work and Materials 76 9) Default of Contractor in Compliance 76 10) Laboratory for testing of materials 76 11) Batching plant 76 Signature of Tenderer with seal Employer

Page 19: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 19 of 22

Page 57 of 123

APPENDIX –B ( Page 3/4) Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex)

VOLUME –I. CONTRACT CONDITIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11 11. COMMENCEMENT, DELAYS AND SUSPENSION 76 1) Suspension of Work 76 2) Suspension of lasting more than 90 days 77 3) Commencement of Works 77 4) Possession of Site 78 5) Right of way and facilities. 78 6) Time of Completion 78 7) Extension of Time for Completion 78 8) No Night or Sunday Work 78 9) Rate of Progress 78 10) Liquidated Damages for Delay 78 11) Certification of Completion of Works 78 12) Certification of Completion by stages 79 12. DEFECTS LIABILITY

79

1) Definition of Defects Liability Period 79 2) Execution of Work of Repair, etc. 79 3) Cost of Execution of Work of Repair, etc. 80 4) Remedy on Contractor’s Failure to carry out Work Required 80 5) Contractor to Search 80 6) Periodical survey report on defect and recoveries on non-compliance 80

13 A. ALTERATIONS, ADDITIONS AND OMISSIONS 80 13. B DEVIATIONS

81

1) Deviations 81 2) Orders for Variations. 81 3) Valuation of Variations

81

14 . PROCEDURE OF CLAIMS 82 1) Notice of claims 82 2) Approval of claims 82

15. PLANT, TEMPORARY WORKS AND MATERIALS 82 1) Plant, etc., Exclusive use for the works 82 2) Removal of Plant, etc. 82 3) Employer not liable for damage to Plant, etc. 82 4) Approval of Materials, etc., not implied

82

16. VALUATION OF PAYMENT 82 1) Quantities 82 1. a – Submission of measurements 82 2) Works to be measured 2.a – Certification of measurements 82 3) Method of Measurement 83 3.a & 3 b – Computerized billing 83 4) Payment of material advance 84 Signature of Tenderer with seal Employer

Page 58 of 123

Page 20: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 20 of 22

APPENDIX –B ( Page 4/4)

Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex) VOLUME –I. CONTRACT CONDITIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

17. ENTRUSTING SPECILAISED WORKS TO OTHER AGENCIES

85

1) Seeking permission to entrust specialized agencies 85 2) Submission of credentials 85 3) Approval by EIC 85 4) 85 5) Undertaking by the contractor and indemnity from the specialized

agency 85

18. CERTIFICATES AND PAYMENT 86 1) Certificates and Payment 86 2) Advances on constructional plant & materials 86 3) Approval only by Certificate of Final Completion 86 4) Certificate of Final Completion 86 5) Cessation of Employer’s Liability 86 5) Unfulfilled Obligations 86 19. REMEDIES AND POWERS 86 1) Default of Contractor 86 2) Valuation on Date of Forfeiture 87 3) Payment after Forfeiture 87 4) Urgent Repairs

88

20. Blank 88

21. Blank 88 22. SETTLEMENT OF DISPUTES 88 1) Expected Matters 88

2) Settlement of Disputes and Arbitration 88

23. NOTICES 88 1) Service of Notices on Contractor 88 2) Service of Notices on Employer or EIC 88 3) Change of Address

88

24. CHANGES IN COSTS 88 1) Increase or Decrease of Costs 88 25. REVIEW MEETINGS 89 26. CANCELLATION OF CONTRACT 89 1) Cancellation of contract on corrupt practices 89 2) Cancellation of contract for insolvency assignment, transfer, or

subletting of contract 89

3) Cancellation of contract for default of contractor 90 Special powers of cancellation of contract /foreclosure 91 4) Recording of final measurement after cancellation of works 91

Signature of Tenderer with seal Employer

Page 59 of 123

Page 21: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 21 of 22

APPENDIX –C ( Page 1/2)

Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex) VOLUME –II. TECHNICAL SPECIFICATIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

TABLE OF CONTENTS

PART –I CIVIL WORKS 01 -202

PART –II – ELECTRICAL WORK 203-315 PART –III – AIR CONDITIONING 316-435

PART –IV – COMPRESSED AIR. & CRANES 436-456 PART –V – LIFT 457-469 PART –VI – FIRE PROTECTION WORK 470-494 Signature of Tenderer with seal Employer

Page 2 of 494

Page 22: ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II ...engineeringprojects.com/Tender/UploadFiles/1371... · The intending bidders are requested to submit the following documents along

ADDENDUM -I . TENDER NO.NK/FW/CAP-ROH-577/2010-II . PACAKAGE – CIVIL II

ADDENDUM –1 -Page 22 of 22

APPENDIX –C ( Page 2/2) Project : “Civil, Electrical and other utility services for package -Civil- II (Rotable complex) VOLUME –II. TECHNICAL SPECIFICATIONS FOR TENDER NO.NK/FW/CAP-ROH-577/2010-11

PART-I CIVIL WORKS

Section No Items Page Nos

1. General Rules 4

2. List of Indian Standards 11

3. Earthwork Excavation 26

4. Concrete Works 36

5. Brick Work 50

6. Stone Masonry 56

7. Wood Work 60

8. Joinery Work 63

9. Building Hardware 68

10. Steel, Iron and Aluminum Works 74

11. Roof Covering 95

12. False Ceiling and Partitions 101 13. Floor Finishes and Paving 108

14. Plastering and Pointing 125

15. White Wash, Colour Wash and Distempering 130

16. Glazing 132

17. Painting 134

18. Water supply, Plumbing and Sanitary Works 142

19. Road Works 165

20. Clean room works 186

21. Land Scaping & Horticulture 191

22. List of Approved Materials 195

24. List Of Mandatory Tests 198

25. List Of Mandatory Field checks 201 Signature of Tenderer with seal Employer

Page 3 of 494