Corrigendum Issued to the NIT & Tender Documents of Package-8 (Tunnel-I) Vide Tender Notice No

Corrigendum Issued to the NIT & Tender Documents of Package-8 (Tunnel-I) Vide Tender Notice No

Corrigendum issued to the NIT & Tender Documents of Package-8 (Tunnel-I) vide Tender Notice No.17/2006-07 dated 14-2-2007

Sl. No. / Reference to NIT & Bid document / FOR / READ
1 / NIT-Scope of work / The work consists of Earth Work Excavation of GNSS Main Canal from Km.254.000 to Km 264.000 including construction of CM & CD works and excavation and lining of 5.70 Mts. (Five point seven zero metres) Diameter “D” shaped lined tunnel at terminating point of GNSS Main Canal from Km 264.000 for a tentative length of 11.00 Km and work details are listed below: / The work consists of Earth Work Excavation of GNSS Main Canal from Km.254.000 to Km 262.100 including construction of CM & CD works and excavation and lining of suitable Diameter “D” shaped lined tunnel at terminating point of GNSS Main Canal from Km 262.100 for a tentative length of 10.70 Km and work details are listed below:
2 / NIT-Scope of work / 5.Construction of Adit of size 8m x 8m with gated structure at entrance for protection and maintenance etc., / 5.Construction of Adits of suitable size with gated structure at entrance for protection and maintenance etc.,
3 / Vol-1- (Instructions to Bidders) 2.PROJECT INFORMATION 2.01 Introduction / 6.RCC/CC Lining, 45cm thick along the periphery of the tunnel in M20 grade of concrete / 6.RCC Lining of suitable thickness along the periphery of the tunnel in M20 grade of concrete.
4 / Vol-1(Instructions to Bidders)
Hydraulic Particulars / Canal F.S.L.at end + 180.257 / +180.393
5 / Vol-1(Instructions to Bidders)
Hydraulic
Particulars / Excavation of Tunnel from Km.57.700 to 63.800: / Excavation of Tunnel from Km.262.100 to 272.800:
6 / Vol-1 (Instructions to Bidders)
Hydraulic
Particulars / Tunnel F.S.L. at start +180.257 / + 180.393
7 / Vol-1
8.0 Scope of work / 8.01 The diameter and the length of Tunnels given in the document are as per the tentative design of the employer and indicative only. / 8.01 The length of Tunnel given in the document are as per the tentative design of the employer and indicative only.
8 / Vol-1
8.0 Scope of work / Construction of 3 nos. of 3 m drops at the entrance of tunnel in the transition. / Deleted
9 / Vol-1
8.0 Scope of work / 2. Excavation of tunnel for a discharge capacity of 30000 cusecs. / 2. Excavation of tunnel for a discharge capacity of 1233
cusecs.
10 / Vol-1
8.0 Scope of work / 4. RCC /CC lining of 100cm thick for inside periphery of tunnel with rock bolting and duly grouted with cement mortar. / 4. RCC lining of suitable thickness for inside periphery of tunnel with rock bolting and duly grouted.
11 / Vol-1
8.8 Lining / The contractors shall furnish the design and type of concrete lining (RCC/CC) at rate of 6cm per one meter finished diameter of tunnel. / The contractors shall furnish the design and type of concrete lining (RCC/CC) at a minimum rate of 6cm per one meter finished diameter of tunnel.
12 / Vol-1(Instructions to Bidders) 9.0 Time for completion: / 9.01: 30 months / 9.01: 48 months
13 / Part-D(Basic Project parametres)-Scope of the present work-
A-Investigation / 2).The classification is to be ascertained at 100m interval all along the main canal; and also at the location of the structures by conducting bore hole analysis. / 2).The classification is to be ascertained by sub soil exploration all along the tunnel, using double tube core barrel with NX diamond bit.
14 / Part-D(Basic Project parametres)-Scope of the present work-
A-Investigation / 3).In all the matters of designs the decision of the competent authority shall be final. / 3).In all the matters of designs the decision of the Chief Engineer, Central Designs Organisation/Chief Engineer Telugu Ganga Project, Srikalahasti shall be final.
15 / Part-D(Basic Project parametres)-Scope of the present work-
A-Investigation / 4.The value of ‘n’varies with the classification metwith. / 4.The value of ‘n’varies with the classification metwith as per IS Codes.
16 / Part-D(Basic Project parametres)-Scope of the present work-
A-Investigation / Longituatinal slopes (Bed Fall) (Tentative)
The tentative longituatinal slopes to be provided are as follows:-
(a) Normal reaches: 1: 14,000
(b) Deep cut reaches: 1: 6000
© Tunnel: 1: 3260
Transition of 50m on either side is to be provided at every change in bed fall.
However the FSLs mentioned at the beginning of the reach and end of the reach are to be adhered to so as to have connectivity with the preceeding and succeeding reaches. / The FSLs mentioned at the beginning of the reach and end of the reach are to be adhered to so as to have connectivity with the preceding and succeeding reaches.
17 / Part-D(Basic Project parametres)-Scope of the present work-
C-Tunnel - I / GPI based total stations / GPS based total stations.
18 / Part-D(Basic Project parametres-Scope of the present work-
C-Tunnel - II / In all the matters of designs , the decision of the competent authority shall be final / In all the matters of designs , the decision of the Chief Engineer,Central Designs Organisation/ Chief Engineer, Telugu Ganga Project, Srikalahasti shall be final
19 / Part-E(Project profile)-System requirements / 10) Shotcreting the Adit sides at entrance and exit of Portal portion and lining entire canal. / 10) Shotcreting the Adit sides and top at entrance and exit of Portal portion and lining entire canal.
20 / Part-E(Project profile)-System requirements / 41) The Tunnel should be designed for non silting and non scouring velocityThe scope of the work shown above is only indicative and detailed scope has been desired in the bid document. / 41) The Tunnel should be designed for non silting and non scouring velocityThe scope of the work shown above is only indicative.
21 / Part-E(Project profile)-System requirements / 51) When ever HT/LT Power lines, telephone lines are to be shifted or to be temporarily removed for construction of the proposed canal and reservoir
system, necessary proposals are to be submitted by the contractor and Engineer - in charge will process the proposal to the respective AP Transco
authorities/ Telephone authorities. Thereafter proposals are to be pursuing by the contractor and the amount to be deposited or paid to the respective authorities towards shifting of HT/LT power lines, telephone lines shall be born by the contractors. / 51).Whenever H.T./L.T. power lines, towers, Electrical poles, telephone lines etc., are to be shifted either permanently or temporarily the contractor shall arrange for such shifting of power lines towers, electrical poles, telephone lines etc., through concerned authorities of A.P.S.P.D.C.L or Telecom dept.The Engineer-in-Charge will process the proposals submitted by the contractor to the authorities concerned .The cost will be reimbursed to the contractor.
22 / General conditions of Contract. / 49.1 The contractors are permitted to avail the facility of mobilization advance in two installments equivalent to 10% of the contract amount (5% for labour mobilization and 5% for machinery and equipment) named in the letter of acceptance payable as per above. Payment of the loan will be done under separate certification by the Executive Engineer after (i) Execution of the form of contract by the parties there to (ii) Provisions by the contractor of the further security in accordance with relevant condition and (iii) provision by the contractor of a Bank Guarantee from scheduled Bank acceptable to the Executive Engineer for an amount equal to 10% of a contract amount as indicated in the letter of acceptance towards the installment of the advance mobilization loan, such bank guarantee to remain effective until the said advance loan has been completely repaid by the contractor out of the current earnings under the contract and certified accordingly by the Executive Engineer The ‘Advance mobilization loan’ will be paid in 30 days after fulfilling the above – i, ii, and iii items. / 49.1 The contractors for works exceeding more than Rs.1.00 Crore of estimated contract value are permitted to avail the facility of mobilization advance in two installments equivalent to 10% of the contract amount (5% for labour mobilization and 5% for machinery and equipment) named in the letter of acceptance payable as per above. Advanceshall be paid in 2 installments i.e., at 1% after concluding the Agreement and the 2nd installment of balance 4% of Mobilisation Advance shall be released after commencement of the work i.e., after completion of investigation, survey and designs. Payment of the loan will be done under separate certification by the Executive Engineer after (i) Execution of the form of agreement by the parties there to (ii) Provisions by the contractor of the further security in accordance with relevant condition and (iii) provision by the contractor of a Bank Guarantee from scheduled Bank acceptable to the Executive Engineer for an amount equal to 10% of a contract amount as indicated in the letter of acceptance valid upto the Agreement period towards the installment of the advance mobilization loan. The ‘Advance mobilization loan’ will be paid in 30 days after fulfilling the above – i, ii, and iii items. Advance mobilization loan will be paid only in case of contracts with estimated contract value exceeding Rs.100 lakhs.
23 / 104.SEIGNIORAGE CHARGES: / (Add Note under Schedule – II) / NOTE: The Seigniorage Charges will be recovered as provided in the Agreement. Any escalation in these charges beyond the provisions of the Agreement will be borne by the Department.
24 / BILL OF QUANTITIES / NOTE TO THE BIDDERS: / Mile stone programme and payment schedule present in the bid documents are likely to be changed after finalization of IBM and it will be revised at a later date.
25 / SPECIAL NOTE TO THE BIDDERS / The department prepared “Internal Bench Mark Values” for each package based on certain basic parameters, with available data as per existing norms of execution of various components of civil works.
The EPC contractor shall carry out detailed investigations, prepare designs, as per the guidelines issued by CE/CDO and after obtaining CE/CDO’s approval, prepare detailed estimates.
These detailed estimates will be compared with the provisions made in IBM values and any savings resulting, due to adoption of different, but acceptable norms by the EPC contractor and also any decrease in the scope of work as mentioned in basic parameters will accrue to the department.
26 / Schedule - A / EPC – TURNKEY CONTRACT for execution of. D-shaped tunnel for a carrying capacity of 74.95Cumecs
(1233c/s) involves / EPC – TURNKEY CONTRACT for execution of. D-shaped tunnel for a carrying capacity of 34.90 Cumecs
(1233c/s) involves
27 / Schedule - A / RCC/CC lining of tunnel 45 cm thick in M20 concrete as per BIS standards for faulty/non-faulty zones / RCC lining of tunnel of suitable thickness in M20 concrete as per BIS standards for faulty/non-faulty zones
28 / Schedule - A / RCC/CC lining of adit with 50 cm thick at faulty zones and shotcreting for non faulty zones. / RCC/CC lining of adit with suitable thickness
at faulty zones and shotcreting for non faulty zones.
29 / Schedule - A / Lining of approach and exit channels to a length of 20/30 m in M15 concrete. / Lining of approach and exit channels to a length of
60 m. in M15 concrete.
30 / NIT- C.Financial
requirement / 5.The bidder (individuals, firms, companies and all members of joint venture) should be profit making after tax for the last 3 (three) financial years (2003-2004, 2004-2005 and 2005-2006). In case of Joint Venture each member should be profit making after tax for the last 3 (Three) financial years i.e, 2003-04 to 2005-06. / 5.The bidder (individuals, firms, companies and all members of joint venture) should be profit making after tax for any 3 (three) financial years in the last 5(five)i.e. from2001-02 to 2005-2006. In case of Joint Venture each member should be profit making after tax for any 3 (Three) financial years in the last 5 (five) financial years i.e. from 2001-02 to 2005-06.
ANNEXURE - I
Statement showing the Mile Stones
Name of Work: / Investigation, Design and Earth work excavation of GNSSMainCanal from KM 254.000 to KM 262.100 including construction of Tunne-II. and its allied works of GNSS Main Canal from Km 262.100 to Km. 272.800 in Chittoor District. under Package –9 /2006 of GNSS Phase – II.
Sl. No. / Description / Total work load / 1st Mile Stone / 2nd Mile Stone / 3rd Mile Stone / 4rd Mile Stone / 5th Mile Stone / 6th Mile Stone / 7th Mile Stone / 8th Mile Stone / 9th Mile Stone / 10th Mile Stone / 11th Mile Stone / 12th Mile Stone / 13th Mile Stone / 14th Mile Stone / 15th Mile Stone / 16th Mile Stone
7/07 to 9/07 / 10/07 to 12/07 / 1/08 to 3/08 / 4/08 to 6/08 / 7/08 to 9/08 / 10/08 to 12/08 / 1/09 to 3/09 / 4/09 to 6/09 / 7/09 to 9/09 / 10/09 to 12/09 / 1/10 to 3/10 / 4/10 to 6/10 / 7/10 to 9/10 / 10/10 to 12/10 / 1/11 to 3/11 / 4/11 to 6/11
1 / 2 / 3 / 4 / 5 / 6 / 7 / 8 / 9 / 10 / 11 / 12 / 13 / 14 / 15 / 16 / 17 / 18 / 19
1) / Investigation,Design and estimation of GNSS Main Canal & Tunnel-II. / 0.13% / 0.0325% / 0.0325% / 0.0325% / 0.0325% / -
Cumulative / 0.0325% / 0.0650% / 0..0975% / 0.130% / -
2) / construction of Tunnel – II from KM 262.100 to KM 272.800 including its allied works / 70.25% / 3.00% / 6.00% / 3.50% / 3.50% / 6.50% / 6.50% / 3.50% / 3.500% / 8.00% / 8.00% / 4.00% / 4.00% / 6.00 / 4.25
Cumulative / 3.00% / 9.00% / 12.50% / 16.00% / 22.50% / 29.00% / 32.50% / 36.00% / 44.00% / 52.00% / 56.00% / 60.00% / 66.00% / 70.25%
3) / Excavation of GNSS MainCanal from KM 254.000 to KM 262.100 / 25.98% / 1.00% / 1.00% / 3.00% / 3.00% / 2.00% / 2.00% / 4.00% / 4.00% / 1.00% / 1.00% / 3.98
Cumulative / 1.00% / 2.00% / 5.00% / 8.00% / 10.00% / 12.00% / 16.00% / 20.00% / 21.00% / 22.00% / 25.98%
4) / Construction of CM & CD works onf GNSS MainCanal from KM 254.000 to KM 262.100 / 3.64% / .10% / 0.10% / 0.30% / 0.40% / 0.20% / 0.20% / 0.50% / 0.50% / 0.20% / 0.20% / 0.50% / 0.44%
Cumulative / .10% / 0.200% / 0.500% / 0.900% / 1.100% / 1.30% / 1.80% / 2.30% / 2.50% / 2.70% / 3.200% / 3.64%
5) / Total
Cumulative

Add the following Annexure-II under the bill of Quantities.

ANNEXURE – II

PAYMENT SCHEDULE

Name of Work: / Investigation, Design and Earth work excavation of GNSSMainCanal from KM 254.000 to KM 262.100 including construction of Tunne-II. and its allied works of GNSS Main Canal from Km 262.100 to Km. 272.800 in Chittoor District. under Package –9 /2006 of GNSS Phase – II.
Sl. No. / Description / % of Total cost
1 / Investigation , design and estimation of GNSS Main canal & Tunnel-I / 0.13%
2 / Construction of Tunnel –II and its allied works from KM 262.100 to KM 272.80.000. / 70.25%
3 / Excavation of GNSSMainCanal from km 254.000 to KM 262.100 / 25.98%
4 / Construction of CM & CD Works on GNSSMainCanal from km 254.000 to KM 262.100 / 3.64
Total / 100.00%

3

SUPERINTENDING ENGINEER

GNSS CIRCLE: KADAPA