NATIONAL HIGH SPEED RAIL CORPORATION...

32
MAHSR-C6-ADDENDUM NO. 10 Page 1 of 32 NATIONAL HIGH SPEED RAIL CORPORATION LIMITED (NHSRCL) (A Joint Sector Company of Govt. of India and Participating State Government) 2nd Floor, Asia Bhawan, Road No.205, Sector-9, Dwarka, New Delhi-110077, India Addendum No. 10 Country: INDIA Name of Work: Design and Construction of Civil and Building Works including Testing and Commissioning on Design Build Lump Sum Price Basis for Double Line High Speed Railway involving Viaduct & Bridges, Crossing Bridges, Maintenance Depot and Station (Anand/Nadiad), between Vadodara and Ahmedabad from MAHSR Km. 401.898 to MAHSR Km. 489.467, excluding Works for 01 No. PSC Bridge and 04 No. Steel Truss Bridges, in the State of Gujarat for the Project for Construction of Mumbai-Ahmedabad High Speed Rail Date: 11.06.2020 Loan Agreement No.: ID-P277 & ID-P279 IFB Number: Package No. MAHSR-C-6 Following are to be considered: Item No. Refer Para No. Original/As Existing Revised 1. Part 2, Section VI-1, Division 01000, Annexure 1 List of structures, 2-1. Approach Line (Viaduct and Earth Structure) No. Name Chainage (Tentative.) Remarks 1 Mainline- Anand/Nadiad Maintenance Depot 447km500m Chainage at the junction point No. Name Chainage (Tentative.) Remarks 1 Mainline- Anand/Nadiad Maintenance Depot 447km512m Chainage at the junction point

Transcript of NATIONAL HIGH SPEED RAIL CORPORATION...

MAHSR-C6-ADDENDUM NO. 10 Page 1 of 32

NATIONAL HIGH SPEED RAIL CORPORATION LIMITED (NHSRCL)

(A Joint Sector Company of Govt. of India and Participating State Government)

2nd Floor, Asia Bhawan, Road No.205, Sector-9, Dwarka, New Delhi-110077, India

Addendum No. 10

Country: INDIA

Name of Work: Design and Construction of Civil and Building Works including Testing and Commissioning on Design Build Lump Sum Price Basis for

Double Line High Speed Railway involving Viaduct & Bridges, Crossing Bridges, Maintenance Depot and Station (Anand/Nadiad), between Vadodara

and Ahmedabad from MAHSR Km. 401.898 to MAHSR Km. 489.467, excluding Works for 01 No. PSC Bridge and 04 No. Steel Truss Bridges, in the State

of Gujarat for the Project for Construction of Mumbai-Ahmedabad High Speed Rail

Date: 11.06.2020

Loan Agreement No.: ID-P277 & ID-P279

IFB Number: Package No. MAHSR-C-6

Following are to be considered:

Item

No. Refer Para No. Original/As Existing Revised

1. Part 2, Section VI-1,

Division 01000, Annexure

1 – List of structures,

2-1. Approach Line

(Viaduct and Earth

Structure)

No. Name Chainage

(Tentative.)

Remarks

1 Mainline-

Anand/Nadiad

Maintenance Depot

447km500m Chainage at

the junction

point

No. Name Chainage

(Tentative.)

Remarks

1 Mainline-

Anand/Nadiad

Maintenance Depot

447km512m Chainage at

the junction

point

MAHSR-C6-ADDENDUM NO. 10 Page 2 of 32

Item

No. Refer Para No. Original/As Existing Revised

2. Part 2, Section VI-1,

Division 03000, Sub-

Division 03010, Clause 1,

Definitions, Page 6 of 30.

“HSR Benchmarks” means the benchmarks provided by the

Employer, used to locate, confirm the Right of Way (ROW) &

its co-ordinates including levels.

“Benchmarks” means the benchmarks provided by the

Employer used to locate and confirm the Right of Way (ROW)

and its co-ordinates including levels.

3. Part 2, Section VI-1,

Division 06000, Sub-

Division 06020, Sub-Clause

6.3, Page 16 of 51

The proposed Rail Track Formation Level shall also be also

marked on stakes to indicate embankment height or

excavation depth.

The proposed Rail Level shall also be marked on stakes to

indicate embankment height or excavation depth.

4. Addendum 2, Item 24,

Part 2, Section VI-1,

Sub-Division 06060,

Sub-Clause 2.2.1, item (ii),

Paragraph 1,

Page 36 of 51.

These are various utilities which existed on ground at the time

of acquiring the land by the Employer and may affect the

execution of the work. The Employer takes the responsibility

to dismantle these utilities up to ground level and hand over

the land to the Contractor free of these encumbrances.

Removal of remaining portion below ground level, wherever

required, shall be responsibility of the Contractor. The

Contract Price shall be deemed to include all such works and

risks.

These are various utilities which existed on ground at the time

of acquiring the land by the Employer and may affect the

execution of the work. The Employer takes the responsibility

to dismantle these utilities up to ground level and hand over

the land to the Contractor free of these encumbrances.

Removal of remaining portion below ground level, wherever

required, shall be responsibility of the Contractor. The

Accepted Contract Amount shall be deemed to include all such

works and risks.

5. Part 2, Section VI-2,

Division 02000, Sub-

Division 02020,

Sub-Clause 1.2,

Item b),

Page 08 of 45

b) JGS – Geological Society of Japan

iii. JGS 1816-2002: Method for Rapid Load Test of Single

Piles;

b) JGS – Geological Society of Japan

iii. JGS 1816-2002: Method for Rapid Load Test of Single

Piles; and

iv. JGS 1812-2002: Method for Static Pile-Toe Load Test

of Single Piles

6. Part 2, Section VI-2,

Division 02000, Sub-

Division 02020,

Sub-Clause 1.5.3,

Item (2) iv.,

Page 11 of 45

iv. Pile Load Test: Pile load tests shall be carried as per the

Employer’s Requirements - Technical Specifications. In

addition to initial pile load tests, 1% of the working pile shall

be tested. The Contractor may plan to combine the static and

dynamic/rapid loading tests, if approved by the Engineer.

However, static loading tests shall be carried out on a minimum

iv. Pile Load Test: Pile load tests shall be carried as per the

Employer’s Requirements - Technical Specifications. In

addition to initial pile load tests, 1% of the working piles shall

be tested. The Contractor may plan to combine the static and

dynamic/rapid loading tests, if approved by the Engineer.

However, static loading tests shall be carried out on a minimum

MAHSR-C6-ADDENDUM NO. 10 Page 3 of 32

Item

No. Refer Para No. Original/As Existing Revised

of 25% of the working piles to be tested. Pile load tests shall be

carried as per JGS 1811-2002, JGS 1816-2002; and

of 25% of the working piles to be tested. Pile load tests shall be

carried as per JGS 1811-2002, JGS 1816-2002, unless

otherwise specified in the Employer’s Requirements - Technical

Specifications; and

7. Part 2, Section VI-2,

Division 02000, Sub-

Division 02030, Sub-

Clause 1.1, Page 13 of 45

In principle, the requirements specified in Clause 2 hereof are the common requirements for general viaduct for mainline. For bridge crossings, station rigid frame viaducts, station approach viaducts, ramps, confirmation car base, sub-maintenance depots and feeder structures, other clauses shall be referred to respectively for their particular requirements.

In principle, the requirements specified in Clause 2 are the common requirements. For bridge crossings, station rigid frame viaducts, station approach viaducts, ramps, sub-maintenance depots and feeder structures, other clauses shall be referred to respectively for their particular requirements.

8. Part 2, Section VI-2,

Division 02000, Sub-

Division 02030,

Sub-Clause 2.4.1,

2nd Paragraph,

Page 21 of 45

The bearing stratum shall be either rock or soil. If the bearing

stratum layer is soil, then the foundation embedment depth shall

be more than 0.5m in the bearing stratum layer. In case of rock,

the foundation shall be 0.6m in hard rock or 1.5m in weathered

rock, which shall be confirmed by the Engineer on site in

reference to IRC-78 705.2.2.

The bearing layer shall be either rock or soil. If the bearing

stratum layer is soil, then the foundation embedment depth shall

be more than 0.5m in the bearing stratum layer. In case of rock,

the foundation shall be 0.6m in rock with Unconfined

Compressive Strength (UCS) 12.5MPa or greater, or 1.5m in

rock with UCS 2.5MPa or greater.

9. Part 2, Section VI-2,

Division 02000, Sub-

Division 02030,

Sub-Clause 2.5.1.2,

2nd Paragraph,

Page 22 of 45

If the cast-in-situ pile foundation is planned, pile load tests

(initial and working pile load tests) shall be conducted. The

results of the geotechnical pile design shall be verified by pile

loading tests (refer to the Employer’s Requirements - Technical

Specifications). A test plan shall be submitted to the Engineer

for approval. The test results shall be submitted to the Engineer

immediately after the completion of the test. If the driven pile

foundation is planned, pile driving tests shall be conducted. The

Contractor shall decide the driven pile length according to the

test results and Standard Design drawings and submit the

If the cast-in-situ pile foundation is planned, the Contractor

shall confirm the applicable pile foundation type, the locations

and length of piles at site by carrying out test boring as per

Technical Specifications Division 02000 prior to the

commencement of piling for the Engineer’s consent and

thereafter conduct pile load tests (initial and working pile load

tests). The results of geotechnical pile design shall be verified

by pile loading tests (refer to the Employer’s Requirements -

Technical Specifications). A test plan shall be submitted to the

Engineer for approval. The test results shall be submitted to the

MAHSR-C6-ADDENDUM NO. 10 Page 4 of 32

Item

No. Refer Para No. Original/As Existing Revised

method statements including the criteria for the stopping of

driving to the Engineer for approval.

Engineer immediately after the completion of the test. If the

driven pile foundation is planned, pile driving tests shall be

conducted. The Contractor shall decide the driven pile length

according to the test results and Standard Design drawings and

submit the method statements including the criteria for the

stopping of driving to the Engineer for approval.

10. Part 2, Section VI-2,

Division 02000, Sub-

Division 02030, Sub-

Clause 3.4, Item 2), Page

27 of 45

2. The Standard Design for foundation and sub structure shall

be selected from the Standard Design provided for Viaduct and

Bridges if it is a standing waterbody. For the bridges in flowing

water stream like river, canal etc., other than covered in Para 4

below, Standard Design for foundation and substructure shall

be selected from any of the River Crossing Bridges (based on

similar conditions) covered in Para 4 below. In case a

particular situation is not covered in the Standard Design of

River Crossing Bridges, the suitable available Standard Design

of River Crossing Bridges shall be adopted with the approval

of the Engineer.

2. The Standard Design for foundation and sub structure shall

be selected from the Standard Design provided for Viaduct and

Bridges if it is a standing waterbody. For the bridges in flowing

water stream like river, canal etc., other than covered in Para 4

below, Standard Design for foundation and substructure shall

be selected from any of the Standard Design drawings for

River Crossing Bridges as per DFM. In case a particular

situation is not covered in the Standard Design of River

Crossing Bridges, the suitable available Standard Design of

River Crossing Bridges shall be adopted with the approval of

the Engineer.

11. Part 2, Section VI-2,

Division 02000,

Attachment 5, Sub-

Division 02020, Figure

2.1.11 (Flowchart), Page

85 of 165

Modification of pile length shall be

as per Figure 2.1.13, if required

Modification of pile length shall be

as per Figure 2.1.12, if required

12. Addendum No. 03, Item

No. 61, Attachment No. 09,

Page 18 of 50, Part 2, Sub-

Division 02020, Sub-Clause

(1) Ground Case ①: Scour level up to 5m from the bottom

of the pile cap and N-Value* ≥ 50 below scour level.

(1) Ground Case ①: Scour level up to 5m from the bottom

of the pile cap and N-Value* ≥ 50 below scour level.

MAHSR-C6-ADDENDUM NO. 10 Page 5 of 32

Item

No. Refer Para No. Original/As Existing Revised

2.2.1.3, Item 5), Page 94 of

165 (2) Ground Case ②: Scour level greater than 5m but less

than 10m from the bottom of the pile cap and N-Value* ≥ 50

below scour level.

(3) Ground Case ③: Scour level greater than 10m but less

than 15m from the bottom of the pile cap and N-Value* ≥ 50

below scour level

(4) Ground Case ④: Scour level greater than 15m but less

than 20m from the bottom of the pile cap and N-Value* ≥ 50

below scour level

(5) Ground Case ⑤: Scour level greater than 20m but less than

25m from the bottom of the pile cap and N-Value* ≥ 50 below

scour level

(2) Ground Case ②: Scour level greater than 5m but less

than equal to 10m from the bottom of the pile cap and N-Value*

≥ 50 below scour level.

(3) Ground Case ③: Scour level greater than 10m but less

than equal to 15m from the bottom of the pile cap and N-Value*

≥ 50 below scour level

(4) Ground Case ④: Scour level greater than 15m but less

than equal to 20m from the bottom of the pile cap and N-Value*

≥ 50 below scour level

(5) <Deleted>

13. Part 2, Section VI-2,

Division 02000,

Attachment-5,

1) Sub-Division 02020,

Sub-Clause 1.3.3.4,

Table 2.1.20, Page 88 of

165

2) Sub-Division 02020,

Sub-Clause 1.4.2, Table

2.1.21, Page 89 of 165

3) Addendum No. 03, Item

No. 61, Attachment No.

09, Page 19 of 50, Sub-

Division 02020, Sub-

Clause 2.2.1.3, Figure

2.2.2, Page 95 of 165

1) Table 2.1.20: Matrix for height adjustment pedestal size

2) Table 2.1.21: Installation conditions for maintenance

gallery

3) Figure 2.2.2: Ground case and bearing stratum for cast in-

situ pile foundation

4) Table 2.2.4: Standard Design drawings for pile foundation

(cast in-situ)

Table 2.1.20, Table 2.1.21, Figure 2.2.2 and Table 2.2.4 have

been modified. Refer Attachment No. 1 of this addendum.

MAHSR-C6-ADDENDUM NO. 10 Page 6 of 32

Item

No. Refer Para No. Original/As Existing Revised

4) Addendum No. 03, Item

No. 61, Attachment No.

09, Page 19 of 50, Sub-

Division 02020, Sub-

Clause 2.2.1.3, Figure

2.2.4, Page 95 of 165

14. Part 2, Section VI-2,

Division 02000,

Attachment-5,

Sub-Division 02050, Sub-

Clause 2.4.4.1, Table

5.2.18, Page 146 of 165

Pier height in Standard

Design drawings Applicable range

H=13m 6m < H ≤ 13m

H=20m 13m < H ≤ 20m

H=26m 20m < H ≤ 26m

Pier height in Standard

Design drawings Applicable range

H=13m 9m < H ≤ 13m

H=20m 13m < H ≤ 20m

H=26m 20m < H ≤ 26m

15. Part 2, Section VI-2,

Division 02000,

Attachments 5,

Sub-Division 02050,

Sub-Clause 3.3.2.1, Page

151 of 165

Sub-Clause 3.3.2.1 has been modified. Refer Attachment No.

02 of this Addendum.

16. Part 2, Section VI-2,

Division 02000,

Attachments 5,

Sub-Division 02050,

Sub-Clause 3.3.2.2, Item 3)

c), Paragraph, Page 154 of

165

c) Cast in-situ pile foundation

The tip of cast-in-situ pile foundation shall be placed on a soil

stratum having average N-value of 70 or more in 5m

(minimum) soil layer below the tip, or socketed into rock.

c) Cast in-situ pile foundation

17. Part 2, Section VI-3,

Division 02000,

Sub-Clause 4.8.3, Item c),

Page 38 of 170

c) Minimum grade of concrete shall conform to the

following:

Type of

Section

PCC

levelling

course

Plain

Concrete

(Structural)

Reinforced

Concrete

Prestressed

Concrete

All M-20 M-30 M-35 M-40

c) Minimum grade of concrete shall conform to the

following unless otherwise specified in the Employer’s

Requirements:

Type of

Section

PCC

levelling

course

Plain

Concrete

(Structural)

Reinforced

Concrete

Prestressed

Concrete

MAHSR-C6-ADDENDUM NO. 10 Page 7 of 32

Item

No. Refer Para No. Original/As Existing Revised

sections

All

sections

M-20 M-30 M-35 M-40

18. Part 2, Section VI-3,

Division 02000,

Sub-Clause 8.1.7, Item e),

Page 98 of 170

<Add the following point 3) after point 2) under item e)>

“3) In case of Standard Design drawings for river bridges

indicate lapped splices of longitudinal bars, not permitting

welding, the Contractor shall propose for the Engineer’s

approval reinforcement cage fixing method, such as lapped

splices fixed with U-bolts of suitable materials, which is

sufficiently strong to sustain the operation of lifting and

lowering reinforcement cage into the bored hole without

permanent distortion or displacement of bars. For the purpose,

the Contractor shall demonstrate the adequacy of the proposed

method through the tensile test or as required by the Engineer.”

19. Part 2, Section VI-3,

Division 02000,

1) Sub-Clause 8.1.11.2,

Page 99 of 170

2) Sub-Clause 8.1.11.5,

Page 102 of 170

8.1.11.2 Load Test on Piles

<Add the following Item 21) after existing Item 20) and before

Sub-Clause 8.1.11.3>

21) In case the Static Pile-Toe Load Test is proposed by the

Contractor for initial vertical load tests due to the site conditions

and/or the structural peculiarities of the pile to be tested, the pile

load testing shall conform to JGS: 1812-2002.

8.1.11.5 Number of Tests:

<Add the following Item d) after existing Item c) and before

Sub-Clause 8.1.11.6>

d) Where the Static Pile-Toe Load Test as per JGS: 1812-

2002 is proposed by the Contractor for initial vertical load tests

MAHSR-C6-ADDENDUM NO. 10 Page 8 of 32

Item

No. Refer Para No. Original/As Existing Revised

3) Sub-Clause 8.1.11.7,

Page 103 of 170

4) Sub-Clause 8.1.11,

Page 109 of 170

due to the site conditions and/or the structural peculiarities of

the pile to be tested, the Contractor may propose an alternative

arrangement for routine pile load tests for the Engineer’s

approval.

8.1.11.7 Static Vertical Load Test

<Add the following Item e) after existing Item d) and before

Sub-Clause 8.1.11.8>

e. In case the Static Pile-Toe Load Test is conducted in

accordance with JGS: 1812-2002, equipment & test setup,

loading system and test procedure shall be selected and

implemented accordingly.

<Add the following Sub-Clause 8.1.11.10 after existing Sub-

Clause 8.1.11.9 and before Sub-Clause 8.1.12>

8.1.11.10 Tests on Piles with Permanent Casing for River

Bridges

a. General

For piles with permanent casing for river bridges, the

Contractor shall follow the requirements specified in Sub-

Clause 8.1.11.10 hereinafter. If there are any contradictions

between such requirements and those specified in other parts of

the Technical Specifications, the former shall prevail.

b. Initial pile load tests

At least one initial pile load test shall be conducted for a river

bridge with piles with permanent casing. The Contractor shall

produce the ultimate state (i.e. maximum scour depth) for the

MAHSR-C6-ADDENDUM NO. 10 Page 9 of 32

Item

No. Refer Para No. Original/As Existing Revised

pile considered in the design, which requires skin friction cut

off of the pile/permanent casing up to the maximum scour

depth.

c. Routine pile load tests

At least one routine pile load test shall be conducted for each

pile foundation of a river bridge with piles with permanent

casing.

d. Pile Integrity Test on Working Piles

Cross hole sonic logging tests shall be conducted for all piles

with permanent casing for river bridges as per the requirements

specified in Sub-Clause 8.1.11.9 hereinabove.

20. Addendum No. 08, Item

No. 10, Page 4 of 15,

Part 2, Section VI-2,

Division 07000,

Sub-Division 07030,

Attachment 1 DFM,

Sub-Clause 1.1.1,

Page 4 of 24

<Add the following sentences at the end of sub-clause 1.1.1>

“If the Contractor encounters the ground conditions to which

the Standard Design drawings are not applicable, he shall

immediately report it to the Engineer for direction.

In case the actual Ultimate Bearing Capacity of pile as per

initial pile load test is less than the required Ultimate Bearing

Capacity for whatsoever reason, the length of the pile shall be

increased suitably to achieve the required Ultimate Bearing

Capacity of pile and re-confirmed from the initial pile load test.

Accordingly, the Contractor shall adopt the pile length. No

extra payment shall be admissible on this account whatsoever.”

MAHSR-C6-ADDENDUM NO. 10 Page 10 of 32

Item

No. Refer Para No. Original/As Existing Revised

21. Part 2, Section VI-2,

Division 07000, Sub-

Division 07030, Attachment

1 DFM, Sub-Clause 2.1.4,

Page 8 of 24

2.1.4. Foundation Level Condition

1. Spread Foundation

Ultimate bearing capacity of foundation level is 900kN/m2,

1200kN/m2 and 1500kN/m2.

2. Pile Foundation

Observed N value at pile COL (cut off level) shall be more

than 6.

Average N value below the foundation level shall be more

than 30 minimum up to 5000mm thickness of foundation

strata.

Average N value from COL to the foundation level shall be

more than 7 as shown in Figure 4.

Figure 4 Ground Case I for Standard Design of Pile

Foundation

2.1.4. Foundation Level Condition

1.Spread Foundation

Ultimate bearing capacity of foundation level is 900kN/m2 or

more.

2.Pile Foundation (cast-in-situ)

Observed N value at pile COL (cut off level) shall be more

than 6.

Average N value below the foundation level shall be more

than 30, minimum up to 5m depth below the pile tip.

Average N value from COL to the foundation level shall be

more than 15.

Penetration to foundation strata shall be more than the pile

diameter.

22. Part 1, Section II, BDS, ITB 11.2(g),

Page 4 of 32

“Not Applicable.” “The Bidder is not required to submit any documentary

evidence along with the Bidding Documents in regard to ITB

15 and ITB 16 for Forms CON, FIN-1, FIN-2, FIN-3, FIR-1,

FIR-2, Annexure to Form FIR-2 and ACK. All information

furnished in these Forms shall be certified by a Chartered

MAHSR-C6-ADDENDUM NO. 10 Page 11 of 32

Item

No. Refer Para No. Original/As Existing Revised

Accountant/Company Auditor/Statutory Auditor except for

FORM CON in which certification by a Chartered

Accountant/Company Auditor/Statutory Auditor is not

required.

The Bidder shall submit the documentary evidence for the

information as mentioned in the Forms ELI-1, ELI-2, EXP-1,

EXP-2(a) and EXP-2(b).

However, the Employer reserves the right to demand any

relevant supporting documents as required.”

23. Part 1, Section II, BDS, ITB 11.2(m) (New),

Page 4 of 32

Add new Para 11.2 (m) at the end of 11.2 (l) as follows:

“The Bidder is not required to submit any documentary

evidence along with the Bidding Documents in regard to ITB

15 and ITB 16. All information furnished in the respective

Forms as mentioned in “Clause 4.0 Bidders’ Qualification

Section-IV” shall be certified by a Chartered

Accountant/Company Auditor/Statutory Auditor. However, the

Employer reserves the

right to demand any relevant supporting documents as

required.”

<Deleted>

24. Part 1, Section III, Sub-

Clause 3.2 (b) (iii), 3rd

Column of

Table, Heading-

‘Requirement’, Page 18 of

32

No consistent history of court/arbitral award decisions against

the Bidder (iii) since 1st January 2014.

No consistent history of court/arbitral award decisions against

the Bidder (iii) since 1st January 2015 up to 28 days prior to the

Bid Submission deadline.

25. Part 1, Section III, Sub-

Clause 3.2 (b), Notes to

the Bidder, Item (iii), Page

19 of 32

The Bidder shall provide accurate information on the related

Bidding Form about any litigation or arbitration resulting from

Contracts completed or ongoing under its execution over the

last five (5) years. A consistent history of awards against the

The Bidder shall provide accurate information on the related

Bidding Form about any litigation or arbitration resulting from

Contracts completed or ongoing under its execution since 1st

January 2015 up to 28 days prior to the Bid Submission

MAHSR-C6-ADDENDUM NO. 10 Page 12 of 32

Item

No. Refer Para No. Original/As Existing Revised

Bidder or any member of a joint venture may result in rejection

of the Bid.

deadline. A consistent history of awards against the Bidder or

any member of a joint venture may result in rejection of the

Bid.

26. Part 1, Section IV, Bidding

Forms, FORM ELI-1, ELI-

2, CON, EXP-1, EXP-2(a),

EXP-2(b), Page 64-73 of

115, Page 86-93 of 115

Refer Attachment No. 03 of this addendum for revised Bidding

Forms ELI-1, ELI-2, CON, EXP-1, EXP-2(a) and EXP-2(b).

27. Part 3, Section VIII,

Contract Data, Sub-Clause

8.7, Page 5 of 73

Maximum amount of delay damages

8.7 2% (two percent) of the Accepted Contract Price

Maximum amount of delay damages

8.7 2% (two percent) of the final Contract Price

28. Part 3, Section VIII –

Particular Conditions (PC),

Part B – Specific

Provisions, Sub-Clause

20.2, 1st Para, Page 46 of 73

Disputes shall be referred to a DB for decision in accordance

with Sub-Clause 20.4 [Obtaining Dispute Board’s Decision].

The Parties shall appoint a DB by the date stated in the

Contract Data. The date may be changed if both the Parties

agree, in writing, to change the date, up to one hundred eighty

days after the Commencement Date.

Disputes shall be referred to a DB for decision in accordance

with Sub-Clause 20.4 [Obtaining Dispute Board’s Decision].

The Parties shall appoint a DB by the date stated in the

Contract Data. The date may be changed if both the Parties

agree, in writing, to change the date, up to three hundred and

sixty-five days after the Commencement Date.

29. Entire Bidding Document a) Best workmanship

b) Best industry practice(s)

c) Best engineering practice(s)

d) Best international practice(s)

e) Best current practice(s)

f) Best construction practice(s)

g) Best practice(s) in the trade

h) Best trade practice(s)

i) Best-practice solution(s)

j) Best practice(s)

k) Best international standard(s) and practice(s)

l) Best industrial practice(s)

a) Good workmanship

b) Good industry practice(s)

c) Good engineering practice(s)

d) Proven international practice(s)

e) Good current practice(s)

f) Good construction practice(s)

g) Good practice(s) in the trade

h) Good trade practice(s)

i) Good practice solution(s)

j) Good practice(s)

k) Proven international standard(s) and practice(s)

l) Good industrial practice(s)

MAHSR-C6-ADDENDUM NO. 10 Page 13 of 32

Item

No. Refer Para No. Original/As Existing Revised

30. Part 2, Section VI-4,

Drawings

Refer Attachment No. 04 of this Addendum for revised drawing

list and new/revised drawings.

In these lists, the original drawings which have not been

revised are shown in ‘Black’, drawings which have been

revised are shown in ‘Blue’ and drawings which have been

newly added are shown in ‘Red’.

Note that only those drawings that have been revised or newly

added are enclosed in Attachment.

Attachment may be downloaded by the Bidders, who have

purchased the Bid Document, through the link provided to the

respective Bidders. 31. Addendum 5, Item 7,

Drawing Change Record

Drawing Change Record of the lists of drawings which have

been revised in this addendum have been provided to the

Contractors for reference purpose only. Refer Attachment No.

05 of this Addendum.

32. Addendum No. 04, Item

No. 110, Part-2, Section

VI-4, Drawings, Notes

Note 3: Rebar weight tables given in the Standard Design

Drawings are for reference only. No claim and/or variation in

the Accepted Contract Amount shall be admissible on account

of incorrect rebar weights in the tables. The Contractor shall

verify the weights from the bar arrangement drawings and

provide the same at his own cost.

Note 3: Rebar/PC Cable weight tables given in the Standard

Design Drawings are for reference only. No claim and/or

variation in the Accepted Contract Amount shall be admissible

on account of rebar/PC Cable weights in the tables. The

Contractor shall verify the weights from the bar arrangement

drawings and provide the same at his own cost.

33. Part 2, Section VI-4,

Drawings

<The “DESIGN CONDITION” mentioned below in the

following drawings has been modified.>

Grade of Concrete Column, Pier Cap & Pedestal M-40

<Viaduct: 32 drawings>

<The “DESIGN CONDITION” shall be modified as:>

Grade of Concrete Column M-40

Pier Cap & Pedestal M-50

<Viaduct: 32 drawings>

MAHSR-C6-ADDENDUM NO. 10 Page 14 of 32

Item

No. Refer Para No. Original/As Existing Revised

SD-JIC-C01-DRW-ALL-VDT-SB4-10101

SD-JIC-C01-DRW-ALL-VDT-SB4-10201

SD-JIC-C01-DRW-ALL-VDT-SB4-10301

SD-JIC-C01-DRW-ALL-VDT-SB4-10401

SD-JIC-C01-DRW-ALL-VDT-SB4-20101

SD-JIC-C01-DRW-ALL-VDT-SB4-20201

SD-JIC-C01-DRW-ALL-VDT-SB4-20301

SD-JIC-C01-DRW-ALL-VDT-SB4-20401

SD-JIC-C01-DRW-ALL-VDT-SB4-30101

SD-JIC-C01-DRW-ALL-VDT-SB4-30201

SD-JIC-C01-DRW-ALL-VDT-SB4-30301

SD-JIC-C01-DRW-ALL-VDT-SB4-30401

SD-JIC-C01-DRW-ALL-VDT-SB4-40101

SD-JIC-C01-DRW-ALL-VDT-SB4-40201

SD-JIC-C01-DRW-ALL-VDT-SB4-40301

SD-JIC-C01-DRW-ALL-VDT-SB4-40401

SD-JIC-C01-DRW-ALL-VDT-SB4-50101

SD-JIC-C01-DRW-ALL-VDT-SB4-50201

SD-JIC-C01-DRW-ALL-VDT-SB4-50301

SD-JIC-C01-DRW-ALL-VDT-SB4-50401

SD-JIC-C01-DRW-ALL-VDT-SB4-60101

SD-JIC-C01-DRW-ALL-VDT-SB4-60201

SD-JIC-C01-DRW-ALL-VDT-SB4-60301

SD-JIC-C01-DRW-ALL-VDT-SB4-60401

SD-JIC-C01-DRW-ALL-VDT-SB4-70101

SD-JIC-C01-DRW-ALL-VDT-SB4-70201

SD-JIC-C01-DRW-ALL-VDT-SB4-70301

SD-JIC-C01-DRW-ALL-VDT-SB4-70401

SD-JIC-C01-DRW-ALL-VDT-SB4-10101

SD-JIC-C01-DRW-ALL-VDT-SB4-10201

SD-JIC-C01-DRW-ALL-VDT-SB4-10301

SD-JIC-C01-DRW-ALL-VDT-SB4-10401

SD-JIC-C01-DRW-ALL-VDT-SB4-20101

SD-JIC-C01-DRW-ALL-VDT-SB4-20201

SD-JIC-C01-DRW-ALL-VDT-SB4-20301

SD-JIC-C01-DRW-ALL-VDT-SB4-20401

SD-JIC-C01-DRW-ALL-VDT-SB4-30101

SD-JIC-C01-DRW-ALL-VDT-SB4-30201

SD-JIC-C01-DRW-ALL-VDT-SB4-30301

SD-JIC-C01-DRW-ALL-VDT-SB4-30401

SD-JIC-C01-DRW-ALL-VDT-SB4-40101

SD-JIC-C01-DRW-ALL-VDT-SB4-40201

SD-JIC-C01-DRW-ALL-VDT-SB4-40301

SD-JIC-C01-DRW-ALL-VDT-SB4-40401

SD-JIC-C01-DRW-ALL-VDT-SB4-50101

SD-JIC-C01-DRW-ALL-VDT-SB4-50201

SD-JIC-C01-DRW-ALL-VDT-SB4-50301

SD-JIC-C01-DRW-ALL-VDT-SB4-50401

SD-JIC-C01-DRW-ALL-VDT-SB4-60101

SD-JIC-C01-DRW-ALL-VDT-SB4-60201

SD-JIC-C01-DRW-ALL-VDT-SB4-60301

SD-JIC-C01-DRW-ALL-VDT-SB4-60401

SD-JIC-C01-DRW-ALL-VDT-SB4-70101

SD-JIC-C01-DRW-ALL-VDT-SB4-70201

SD-JIC-C01-DRW-ALL-VDT-SB4-70301

SD-JIC-C01-DRW-ALL-VDT-SB4-70401

MAHSR-C6-ADDENDUM NO. 10 Page 15 of 32

Item

No. Refer Para No. Original/As Existing Revised

SD-JIC-C01-DRW-ALL-VDT-SB4-80101

SD-JIC-C01-DRW-ALL-VDT-SB4-80201

SD-JIC-C01-DRW-ALL-VDT-SB4-80301

SD-JIC-C01-DRW-ALL-VDT-SB4-80401

<River Bridges: 6 drawings>

SD-JIC-C01-DRW-ALL-BRD-NTU-40501

SD-JIC-C01-DRW-ALL-BRD-NTU-40508

SD-JIC-C01-DRW-ALL-BRD-NTU-40515

SD-JIC-C01-DRW-ALL-BRD-NTU-40522

SD-JIC-C01-DRW-ALL-BRD-NTU-40529

SD-JIC-C01-DRW-ALL-BRD-NTU-40536

SD-JIC-C01-DRW-ALL-VDT-SB4-80101

SD-JIC-C01-DRW-ALL-VDT-SB4-80201

SD-JIC-C01-DRW-ALL-VDT-SB4-80301

SD-JIC-C01-DRW-ALL-VDT-SB4-80401

<River Bridges: 6 drawings>

SD-JIC-C01-DRW-ALL-BRD-NTU-40501

SD-JIC-C01-DRW-ALL-BRD-NTU-40508

SD-JIC-C01-DRW-ALL-BRD-NTU-40515

SD-JIC-C01-DRW-ALL-BRD-NTU-40522

SD-JIC-C01-DRW-ALL-BRD-NTU-40529

SD-JIC-C01-DRW-ALL-BRD-NTU-40536

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 16 of 32

Attachment No. 1, Item No. 13

Table 2.1.20: Matrix for height adjustment pedestal size

Girder 2 PSC Box girder

(H×B×L) (in mm)

Girder 2 PSC I girder

(H×B×L) (in mm)

Girder 1

30m 26/27/28/29/3

0

35m 31/32/33/34/3

5

40m 36/37/38/39/4

0

45m 41/42/43/44/4

5

20m 18/19/20m

25m 21/22/23/24/2

5

30m 26/27/28/29/3

0

35m 31/32/33/34/3

5

PSC

Bo

x gi

rder

30m 26/27/28/29/30m

* 400×1750×

7600 600×1750×

7600 N/A N/A 300×2010×

10000 200×1750×

10000 800×1750×

10000

35m 31/32/33/34/35m

400×1750× 7600 *

200×1750× 7600

600×1750× 7600 N/A

700×2010× 10000

200×2010× 10000

400×1750× 10000

40m 36/37/38/39/40m

600×1750× 7600

200×1750× 7600 *

400×1750× 7600 N/A

900×2010× 10000

400×2010× 10000

200×1750× 10000

45m 41/42/43/44/45m

N/A 600×1750× 7600

400×1750× 7600 * N/ N/A

800×2010× 10000

200×2010× 10000

PSC

I gi

rder

20m 18/19/20m

N/A N/A N/A N/A * 400×1900×

10000 N/A N/A

25m 21/22/23/24/25m

300×2010× 10000

700×2010× 10000

900×2010× 10000 N/A

400×1900× 10000 *

500×1760× 10000 N/A

30m 26/27/28/29/30m

200×1750× 10000

200×2010× 10000

400×2010× 10000

800×2010× 10000 N/A

500×1760× 10000 *

600×1760× 10000

35m 31/32/33/34/35m

800×1750× 10000

400×1750× 10000

200×1750× 10000

200×2010× 10000 N/A N/A

600×1760× 10000 *

Note*: No Height Adjustment Pedestal required.

Table 2.1.21: Installation conditions for maintenance gallery

Girder Type

Pier Height

(m)

Accessibility

for

Maintenance

Vehicles

Type of

Inspection

Gallery

Note Girder-1 Girder-2

Any girders Any girders H≤10 Yes/No None Temporary ladder

from the ground

Simply

supported-I

Simply

supported-I

10<H≤20 Yes Hand rail

Access from

vehicles

No Type-B2

Ladder from the

deck 20<H Yes/No

Simply

supported-Box

Simply

supported-Box

Simply

supported-Box

Simply

supported-I

10<H≤20 Yes Type-A

Access from

vehicles

No Type-B2

Ladder from the

deck 20<H Yes/No

Continuous-Box Continuous-

Box 10<H Yes/No Type-B1

Walking in box

girders

Continuous-Box Simple-Box 10<H Yes/No Type-B3

Walking in

continuous box

girders.

Uneven girder depth

Note1: When adopting "Maintenance Gallery Type A", an inspection ladder shall be provided as required. The

inspection ladder shall be connected to cross beams (diaphragms).

Note2: When adopting "Maintenance Gallery Type B-2", maintenance door shall be provided as per the relevant

Standard Design drawing. In simply supported box girder where no land access is available, "Maintenance gallery

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 17 of 32

Type B-2" is provided and the access to the pier cap can be provided from the track level by using the inspection

ladder.

Note3: When there is a combination of continuous box girder on one side and simply supported box girder on

other side of a pier without land access "Maintenance Gallery Type B-3" is provided on the interface pier. Also,

at intermediate piers of continuous box girder, "Maintenance Gallery Type B-2" shall be provided intermittently

with the approval of Engineer.

Note4: Where access from track level is envisaged for Type-B3, an additional ladder shall be provided and its

detail may be taken from Type B-2. In such case maintenance door shall be provided as per the relevant Standard

Design drawing.

Note5: Inspection gallery Type-B2 is required for river bridges of pier height less than or equal to 10m.

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 18 of 32

Figure 2.2.2: Ground case and bearing stratum for cast in-situ pile foundation

Table 2.2.4: Standard Design drawings for Pile Foundation (cast in-situ)

*Example legend for Standard Design drawings

1st field: R 2nd field: B3 3rd field: 10 4th field: CP④

Circular Girder type Pier height Cast-in situ pile

Ground case ④

Pier height (m) Pier type Applicable Standard Design drawings

Ground Case ① Ground Case ② Ground Case ③ Ground Case ④

7m < H ≤ 10m R-B3-10 - - R-B3-10-CP③ R-B3-10-CP④

10m < H ≤ 13m R-B3-13 - R-B3-13-CP② R-B3-13-CP③ R-B3-13-CP④

13m < H ≤ 16m R-B3-16 R-B3-16-CP① R-B3-16-CP② R-B3-16-CP③ R-B3-16-CP④

16m < H ≤ 19m R-B3-19 - R-B3-19-CP② R-B3-19-CP③ R-B3-19-CP④

19m < H ≤ 22m R-B3-22 R-B3-22-CP① R-B3-22-CP② R-B3-22-CP③ R-B3-22-CP④

22m < H ≤ 25m R-B3-25 R-B3-25-CP① - R-B3-25-CP③ -

25m < H ≤ 29m R-B3-29 - R-B3-29-CP② - -

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 19 of 32

Attachment No. 2, Item No. 15

3.3.2. Substructure

3.3.2.1. Branch section / Anand-Nadiad MD

<Add the following in Sub-Clause 3.3.2.1, before Table 5.3.3>

The Contractor shall carry out geological/geotechnical investigations and initial pile load tests to confirm the

ground conditions and the actual Ultimate Bearing Capacity of piles.

The Contractor shall confirm each average N-value calculated by the result of the Contractor’s investigation is

equal to or more than the value shown in Table 5.3.2a; the average N-value from the pile tip up to 5m beneath

the pile tip is equal to or more than End N-value.

If the Contractor encounters the ground conditions to which the Standard Design drawings are not applicable,

he shall immediately report it to the Engineer for direction.

In case the actual Ultimate Bearing Capacity of pile as per initial pile load test is less than the required Ultimate

Bearing Capacity for whatsoever reason, the length of the pile shall be increased suitably to achieve the required

Ultimate Bearing Capacity of pile and re-confirmed from the initial pile load test. Accordingly, the Contractor

shall adopt the pile length. No extra payment shall be admissible on this account whatsoever.

Table 5.3.2a: Design N-value for cast-in-situ pile foundation

The tip of cast-in-situ pile foundation shall be placed on a soil stratum having N-value of 70 or more, and average

N-value of 70 or more in 5m (minimum) soil layer below the tip, or socketed into rock.

Anand/Nadiad Branch Section

Depth below pile cap(m) Design N-value

Bottom of pile cap ~ 2.0 14

2.0 ~ 9.0 34

9.0 ~ Pile tip 52

End N-value 70

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 20 of 32

Attachment No. 3, Item No. 26

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 21 of 32

Form ELI -1: Bidder Information Form

Date: [insert day, month, year]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[Bidders shall provide the following information.]

Bidder's legal name: [insert full name]

In case of a JV/Consortium, legal name of the representative member and of each member:

[insert full name of each member in the JV/Consortium and specify the representative

member.]

Bidder's actual or intended country of registration:

[insert country of registration]

Bidder's actual or intended year of incorporation:

[insert year of incorporation]

Bidder's legal address in country of registration:

[insert street/ number/ town or city/ country]

Bidder's authorized representative information:

Name: [insert full name]

Address: [inset street/ number/ town or city/ country]

Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]

E-mail address: [insert E-mail address]

Attached are copies of original documents of:

Articles of Incorporation (or equivalent documents of constitution or association), and/or

documents of registration of legal entity named above, in accordance with ITB 4.3.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

Included are the organizational chart, a list of Board of Directors, and the beneficial

ownership.

Bidder’s Representative:

Signature: ………………….…

Name: ………………….…….

Position: ………………….….

Date: …………………………..

Company: ……………………..

Company stamp: ………………

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 22 of 32

Form ELI-2: Bidder's Party Information Form

Date: [insert day, month, year]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[The following form is additional to Form ELI-1, and shall be completed to provide information relating to

each JV/Consortium member (in case the Bidder is a JV/Consortium) as well as specialist Subcontractor

proposed to be used by the Bidder for any part of the Contract resulting from this process.]

In case of JV/ Consortium, Bidder’s legal name:

[insert full name]

Bidder's Party legal name:

[insert full name of Bidder’s party]

Bidder's Party country of registration:

[insert country of registration]

Bidder’s Party year of incorporation:

[insert year of incorporation]

Bidder’s Party legal address in country of registration:

[insert street/ number/ town or city/ country]

Bidder’s Party authorized representative information:

Name: [insert full name]

Address: [insert street/ number/ town or city/ country]

Telephone/Fax numbers: [insert telephone/fax numbers, including country and city

codes]

E-mail address: [insert E-mail address]

Attached are copies of original documents of

Articles of Incorporation (or equivalent documents of constitution or association),

and/or registration documents of the legal entity named above, in accordance with ITB

4.3.

Included are the organizational chart, a list of Board of Directors, and the beneficial

ownership.

Bidder’s Representative:

Signature: ………………….…….

Name: ………………….…….….

Position: …………………..…….

Date: ……………………..….…..

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 23 of 32

Company: ………………..….…..

Company stamp: …….………..…

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 24 of 32

Form CON: Contract Non-Performance and Litigation

Date: [insert day, month, year]

Bidder’s Legal Name: [insert full name]

JV/Consortium Party Legal Name: [insert full name]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[The following table shall be filled in for the Bidder and for each member of a JV/Consortium.]

1.0 History of Non-Performing Contracts

Non-Performing Contracts

Contract non-performance did not occur since 1st January 2017, in accordance

with the Section III: Evaluation and Qualification Criteria, Sub-Factor 3.2 (b) (i).

Contract(s) not performed since 1st January 2017, in accordance with the Section

III: Evaluation and Qualification Criteria, Sub-Factor 3.2 (b) (i) indicated below:

Year Non-performed

Portion of

Contract

Contract Identification

Total Contract

Amount

(current value,

currency,

exchange rate

and USD

equivalent)

[insert

year]

[insert amount and

percentage]

Contract Identification: [indicate complete

contract name, number, and any other

identification]

Name of Employer: [insert full name]

Address of Employer: [insert

street/city/country]

Reason(s) for non-performance: [indicate

main reason(s)]

[insert amount]

Note: The Bidder is not required to submit any document as documentary evidence along with the Bidding

Documents.

Bidder’s Representative:

Signature: ………………….…….

Name: ………………….………..

Position: ………………….……..

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 25 of 32

Date: …………………………….

Company: ……………………….

Company stamp: …………………

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 26 of 32

2.0 Pending Litigation

Pending Litigation

No pending litigation in accordance with the Section III: Evaluation and Qualification

Criteria, Sub-Factor 3.2 (b) (ii).

Pending litigation in accordance with the Section III, Evaluation and Qualification Criteria,

Sub-Factor 3.2 (b) (ii), is indicated below:

Year of

Dispute

Amount in

Dispute

(currency)

Outcome as

Percentage of

Net Worth

Contract Identification Total Contract

Amount (current

value, currency,

exchange rate and

USD equivalent)

[insert year] [insert amount] [insert

percentage]

Contract Identification:

[indicate complete contract

name, number, and any

other identification]

Name of Employer: [insert

full name]

Address of Employer:

[insert street/city/country]

Matter in dispute: [indicate

main issues in dispute]

Status of dispute: [indicate

if it is being treated by the

Adjudicator, under

Arbitration or being dealt

with by the Judiciary]

[insert amount]

Note: The Bidder is not required to submit any document as documentary evidence along with the Bidding

Documents.

Bidder’s Representative:

Signature: ………………….……

Name: …………………….…….

Position: ………………….…….

Date: …………….……………...

Company: ………………………

Company stamp: ……………….

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 27 of 32

3.0 Litigation History

Litigation History

No court/arbitral award decisions against the Bidder or any member of the

JV/consortium since 1st January 2015 up to 28 days prior to the Bid Submission deadline,

in accordance with the Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2 (b)

(iii).

Court/ arbitral award decisions against the Bidder or any member of the JV/consortium

since 1st January 2015 up to 28 days prior to the Bid Submission deadline, in accordance

with the Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2 (b) (iii), are

indicated below:

Year of

Award

Contract Identification Total Contract

Amount (current

value, currency,

exchange rate and

USD equivalent)

[insert year] Contract Identification: [indicate complete contract

name, number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Matter in dispute: [indicate main issues in dispute]

Party who initiated the dispute: [indicate

“Employer” or “Contractor”]

Status of dispute: [Indicate if it is being treated by

the Adjudicator, under Arbitration or being dealt

with by the Judiciary]

[insert amount]

Note: The Bidder is not required to submit any document as documentary evidence along with the Bidding

Documents.

Bidder’s Representative:

Signature: ……………………

Name: ………………………..

Position: ……………………..

Date: ………………….……..

Company: ……………………..

Company stamp: ……………….

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 28 of 32

Form EXP -1: General Construction Experience

[The following table shall be filled in for the Bidder and for each member of a JV/Consortium]

Date: [insert day, month, year]

Bidder’s Legal Name: [insert full name]

JV/Consortium Party Legal Name: [insert full name]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[Identify contracts that demonstrate continuous construction work over the past five (5) years pursuant to

Section III, Evaluation and Qualification Criteria,

Sub-Factor 3.2 (d) (i). List contracts chronologically, according to their commencement (starting) dates.]

General Construction Experience

Starting

Year

Ending

Year

Contract Identification Role of

Bidder

[indicate

year]

[indicate

year]

Contract name: [insert full name]

Brief description of the works performed by the

Bidder: [describe works performed briefly]

Amount of contract: [insert amount, currency,

exchange rate and USD equivalent]

Name of Employer: [indicate full name]

Address: [indicate street/number/town or

city/country]

[insert “Prime

Contractor” (single

entity or

JV/Consortium

member) or

"Subcontractor” or

“Management

Contractor”]

Note: The Bidder is required to submit the documentary evidence for the information furnished in the form.

Bidder’s Representative:

Signature: …………………….

Name: ………………………..

Position: ……………………..

Date: ………………………….

Company: ……………..……..

Company stamp: ……….……

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 29 of 32

Form EXP -2(a): Specific Construction Experience

[The following table shall be filled in for the Bidder and for each member of a JV/Consortium]

Date: [insert day, month, year]

Bidder’s Legal Name: [insert full name]

JV/Consortium Party Legal Name: [insert full name]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[Fill out one (1) form per contract, in accordance with Section III, Evaluation and Qualification Criteria, Sub-

Factor 3.2 (d) (ii).]

Contract of Similar Size and Nature

Similar Contract No.

[insert number] of [insert number

of similar contracts required]

Information

Contract Identification [insert contract name and reference identification

number, if applicable]

Award Date [insert day, month, year, e.g. xx xxx, xxxx]

Completion Date [insert day, month, year, e.g., xx xxx, xxxx]

Role in Contract

[check the appropriate box]

Prime Contractor

Single entity

JV/Consortium

member

Total Contract Amount [insert total contract amount

and currency (ies)]

USD [insert exchange

rate and total contract

amount in USD

equivalent]

Total Amount received from client [insert total amount received

and currency (ies)]

USD [insert exchange

rate and total amount

received in USD

equivalent]

If member in a JV/Consortium,

specify participation in total

Contract amount

[insert a

percentage

amount]

[insert total

contract amount

and

currency(ies)]

USD [insert exchange

rate and total contract

amount in USD

equivalent]

Employer's Name: [insert full name]

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 30 of 32

Address:

Telephone/fax number

E-mail:

[indicate street / number / town or city / country]

[insert telephone/fax numbers, including country and

city area codes]

[insert E-mail address, if available]

Similar Contract No.

[insert number] of [insert number of

similar contracts required]

Information

Description of the similarity in

accordance with Sub-Factor 3.2

(d) (ii) of Section III:

1. Physical size of required works

items

Linear length of bridges/viaduct

(superstructure {concrete},

substructure {concrete} and

foundation) for metro

railway/railway

Note: Bridges/Viaduct under

various contracts can be added

to meet the above criteria.

[insert physical size of items]

2. Complexity [insert description of complexity]

3. Methods/Technology [insert specific aspects of the methods/technology

involved in the contract]

4. Other Characteristics [insert other characteristics as described in

Section VI-1. Employer’s Requirements - General

Specifications, Section VI-2. Employer’s

Requirements – Design Requirements and Criteria

and VI-3. Employer’s Requirements-Technical

Specifications].

Note: The Bidder is required to submit the documentary evidence for the information furnished in the form. The

Completion/Substantial Completion Certificates indicating the nature/scope of work, actual completion cost and

actual date of completion for such work shall be submitted duly certified from the Client.

Bidder’s Representative:

Signature: ………………….…….

Name: ………….………….…….

Position: ………………….…….

Date: ………….………………..

Company: ……………………..

Company stamp: …………………

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 31 of 32

Form EXP -2(b): Construction Experience in Key Activities

Date: [insert day, month, year]

Bidder’s Legal Name: [insert full name]

JV/Consortium Party Legal Name: [insert full name]

Subcontractor’s Legal Name [insert full name]

IFB No.: Package No. MAHSR-C-6

Page [insert page number] of [insert total number] pages

[Fill out one (1) form per contract, in accordance with Section III, Evaluation and Qualification Criteria, Sub-

Factor 3.2 (d) (iii).]

Key Activities:

Design and construction of following:

a. Three (3) km of bridge/viaduct for metro railway/railway (including length for elevated station).

b. Elevated/underground station for metro railway/railway.

Total Quantity of Activity under the Contract:

Key Activity a. ___________________________________

Key Activity b. ___________________________________

Contract with Similar Key Activities

Item Information

Contract Identification [insert contract name and number, if applicable]

Award Date [insert day, month, year, e.g., xx, xxx, xxxx]

Completion Date [insert day, month, year, e.g., xx, xxx, xxxx]

Role in Contract

[check the appropriate box]

Prime Contractor

Management

Contractor

Subcontractor

Single

entity

JV/Consortium

member

Total Contract Amount [insert total contract amount

in INR]

USD [insert

Exchange rate and total

contract amount in USD

equivalent]

MAHSR-C-6-ADDENDUM NO.10-ATTACHMENTS Page 32 of 32

Quantity (Volume, number or rate of

production, as applicable) performed

under the contract per year or part of

the year

[Insert extent of participation

indicating actual quantity of key

activity successfully completed in the

role performed]

Total quantity in

the Contract

(i)

Percentage

participation

(ii)

Actual

Quantity

Performed

(i) x (ii)

Year 1

Year 2

Year 3

Year 4

Employer’s Name: [insert full name]

Address:

Telephone/fax number

E-mail:

[indicate street / number / town or city / country]

[insert telephone/fax numbers, including country and

city area codes]

[insert E-mail address, if available]

Note: The Bidder is required to submit the documentary evidence for the information furnished in the form. The

Completion Certificates for the Key Activities shall be submitted duly certified from the Client.

Bidder’s Representative:

Signature: ………………….…….

Name: ………….………….…….

Position: ………………….……..

Date: ………….…………………

Company: ……………………….

Company stamp: …………………