Chennai Metro Rail Project Phase I Notice Inviting Tender for Elevated Viaduct Design and Construction
1. General Consultants NOTICE INVITING
For Chennai Metro Rail Project,
Phase - I TENDER
CHENNAI METRO RAIL LIMITED
METRO RAIL PROJECT – PHASE – I
DESIGN AND CONSTRUCTION
OF
ELEVATED VIADUCT
From CH: 15738 m to 20900 m on Corridor-2 (including viaducts
at Ashok Nagar - KK Nagar and SIDCO stations but excluding
600m of viaducts at Alandur Station) for a length of 4562m.
CONTRACT NO: ECV02-02
TENDER DOCUMENTS
VOLUME 1-A
NOTICE INVITING TENDER
2. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
CONTENTS
CLAUSE DESCRIPTION PAGE
1. NOTICE INVITING TENDER
1.1 GENERAL 2
2. SCOPE OF WORK
2.0 GENERAL 8
2.1 WORK CONTENTS 8
2.2 INTERFACE WORK 11
2.3 STRUCTURES 15
2.4 DESIGN CRITERIA 15
2.5 ASSOCIATED WORKS 17
2.6 CONSTRUCTION DEPOT 17
2.7 TIME SCHEDULE 17
2.8 TRAFFIC MANAGEMENT 18
2.9 SCOPE OF WORK UNDER BOQ ITEMS 18
2.10 UTILITIES 19
2.11 THE TENDER PRICE 20
3. SITE INFORMATION
3.1 WORK SITE 21
3.2 GENERAL CLIMATIC CONDITIONS 21
3.3 SEISMIC ZONE 21
1
3. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
1. NOTICE INVITING TENDER
1.1 GENERAL
1.1.1 Name of Work:
Chennai Metro Rail Limited (CMRL) invites sealed tenders under two packet system for (Contract
No:ECV02-02) Design and Construction of Elevated Viaduct From CH:15738 m to 20900 m on
Corridor-2 (including viaducts at Ashok Nagar - KK Nagar and SIDCO stations but excluding 600m
of viaducts at Alandur station) for a length of 4562 m.
The detailed Scope of the work is provided in clause 2.0 and the Site information in Clause
3.0.
Rs. 153.00 Lakhs
Tender Security amount
1. (Rupees One Hundred and Fifty
(Earnest Money Deposit)
Three Lakhs only)
Rs. 20,800/- (Rs. Twenty thousand
Cost of Tender form
2. Eight Hundred Only) (including TN
(Non-refundable)
VAT @ 4%)
3. Completion period of the Work 24 months
4. Tender Document on sale 26-08-2009
5. Last date for seeking clarification 10-09-2009
6. Pre-bid meeting 15-09-2009
7. Last date for issue of addendum 24-09-2009
8. Last date of issuing tender form 16-10-2009
9. Date & time of Submission of Tender 22-10-2009 at 11.00 Hrs
10. Date & time of opening of Tender 22-10-2009 at 11.30 Hrs
Officer on Special Duty ,
Chennai Metro Rail Limited ,
Authority and place for purchase of tender
11/6, Seethammal Road,
11. documents, seeking clarifications and
Alwarpet, Chennai-600018
submission of completed tender documents
Phone: 044- 24310171
Fax: 044- 24312320
2
4. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
1.1.2 Key details: TENDER NOTICE NO: …………...………….. ECV02-02…26-08-2009
One set of tender documents (Non-transferable) can be obtained from the office of Officer on
Special Duty, Chennai Metro Rail Limited, 11/6 Seethammal Road, Alwarpet, Chennai-600018.
Tender Documents can also be downloaded from the websites:
www.tenders.tn.gov.in and www.chennaimetrorail.gov.in
Instruction to the Tenderers regarding Tender forms downloaded from Internet:
1. Tender file can be downloaded from the internet and printout is to be taken on A4 or
appropriate size papers and details are to be entered by the tenderers at various locations in
the document. It is advisable that the down loaded tender documents are printed through
laser printer only. Submission of Xerox or photocopy of tender document is prohibited.
2. Tenderer/s are free to download tender document at their own risk, for the purpose of perusal
as well as for using the same as tender documents for submitting the offers. Master copy of
the tender document is available in the CMRL office. After award of works, an agreement will
be prepared based on the master copy of tender documents available in the CMRL office. In
case of any discrepancy between the tender document downloaded from the internet and the
master copy, the latter shall prevail and will be binding on the tenderer/s. No claim on this
account will be entertained.
3. The following declaration should be given by the tenderers while submitting the tender.
Declaration
I/We have downloaded the tender forms from the Internet site www.tenders.tn.gov.in /
www.chennaimetrorail.gov.in and I/we have not tampered / modified the tender forms in any
manner. In case, if the same is found to be tampered/ modified, I/we understand that my/our tender
will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to
be banned from doing business with CMRL and/or prosecuted.
1.1.3 ELIGIBLE APPLICANTS
i. For the purpose of this tender an Applicant can be an individual firm or a Group (in form of a
Joint Venture or Consortium). In the case of a JV or Consortium, all members of the Group
shall be jointly and severally liable for the performance of the whole contract.
ii. A non-Indian firm is permitted to apply only in a consortium arrangement or Joint Venture
with their wholly owned Indian subsidiary registered in India under Companies Act – 1956
or any other Indian firm having minimum participation interest of 26%.
iii. Applicants shall not have a conflict of interest. All Applicants found to have a conflict of
interest in this tender process shall be disqualified. Applicants shall be considered to have a
conflict of interest, if:
(a) One firm applies for tender both as an individual firm and in a Group.
3
5. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
(b) If Applicants in two different applications have controlling shareholders in common.
(c) Submit more than one application in this tender process.
(d) If the Applicant has participated as a consultant in the preparation of the design or
technical specifications of the works that are the subject of this tender.
iv. A firm, who has purchased the tender document in their name, can submit the tender either
as an individual firm or joint venture.
v. Applicant must not have been blacklisted or de-registered by any government agencies or
public sector undertaking during the last 10-years. Also the applicant must not have failed to
take possession or to commence any contract after the award of contract.
1.1.3.1 Works envisaged under this contract are required to be completed in all respects
within the period of completion mentioned above.
Minimum Eligibility Criteria:
Only agencies satisfying the following minimum eligibility criteria should submit the tender
documents.
1.1.3.2 Work Experience during last five years ending 30.06.2009
i. The applicant should have completed works as under:
(a) At least one work of viaduct / bridge / flyover, with segmental construction technology of
value Rs. 129 Crores (One Hundred and Twenty Nine Crores) or more.
OR
(b) Two different works, as defined in Para (a) above, each of value Rs 80 Crore (Eighty
Crores) or more.
OR
(c) Three different work , out of which two works as defined in Para (a) above, each of
value Rs. 65 Crores (Sixty Five Crores) or more.
ii. For the minimum Eligibility Criteria, value of successfully completed portion of any
ongoing work will also be considered.
iii. In case of Joint Venture/Consortium, the works done either by the same joint venture or
total of any one work in case of i. (a) or two works in case of i. (b)or three works in case
of i.(c) by either member of the joint venture formed for this project shall be considered
for this criteria. The work of each member, if done in Joint Venture will be taken as per
the percentage participation.
The documentary proof such as Completion Certificates from Clients and concerned
Consultant for such work should be submitted clearly indicating the Final completion cost
and overall completion period of the work. The offers submitted without these
documentary proofs shall not be evaluated.
4
6. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
iv. Details of each works in reference to the clause i. above shall be furnished in the
proforma attached in ANNEXURE-1 of ITT of tender documents
1.1.3.3 Financial Standing: As per Annexure F1 of ITT
The applicant should have minimum financial capabilities as below:
(a) Working Capital (Net Cash Flow) of applicants during latest last audited year should
be Rs. 12 Crore
(b) Profit before Tax should be positive in at least 3 years of the last 5 years.
(c) Net worth of applicants during latest last audited year should be Rs. 16 Crore.
(d) The average annual turn over of last three financial years should be Rs. 65 Crore.
1.1.3.4 Bid Capacity
Tenderers are required to furnish data for execution of works as specified in Form T - VI of
ITT. The bid capacity for tenders shall be worked out as per annexure F2 of ITT. The
applicants will be qualified only, if their available bid capacity is more than the approximate
cost of the work.
1.1.3.5 Design Experience during last five years ending 30.06.2009
1. The Applicants shall submit past experience of the Designer and the Independent
Checking Engineer to be appointed as specified in Clause 15.2 of the Condition of
Contract Part II
2. The minimum criteria for both the Designer and the Independent Checking Engineer are
the followings:
Successful experience in the detailed design of at least four railway viaduct projects
in urban developed areas by segmental construction method within the last 10
years ending 30/06/09; and
At least two out of these four projects were completed within the last 5 years ending
30/06/2009.
3. The Applicants may propose in house design teams, if they meet the minimum criteria, to
take up the role of either the Designer or the Independent Checking Engineer but not
both. The design teams shall be responsible to the top management direct.
1.1.3.6 Safety Performance
The Accident Frequency Rate (AFR) of the Applicants, as defined in Tender Form T-IX in
the Instruction to Tenderers, shall not exceed 0.5 within the last 5 years ending 30/06/2009.
1.1.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria
stipulated above, shall not be considered for further evaluation and therefore will be
rejected. The mere fact that the tenderer is qualified as mentioned in eligibility criteria shall
5
7. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
not imply that his bid shall automatically be accepted. The same should contain all technical
details as required for the consideration of tender
1.1.5 The Tender documents consist of:
Volume 1
Notice Inviting Tender (NIT)
Instructions to Tenderers (ITT)
Conditions of Contract Part II – Conditions of Particular Application
Volume 2
Geo –Technical Report
Volume 3
Bill of Quantities (BOQ)
Volume 4
Tender Drawing
Volume 5
Technical Specifications
1.1.6 The Conditions of Contract shall consist of:
FIDIC Conditions of Contract for Design – Build and Turnkey Part I – General Conditions,
as modified and supplemented by;
FIDIC Conditions of Contract for Design – Build and Turnkey Part II – Conditions of
Particular Application
1.1.7 The contract shall be governed by the documents listed in Para 1.1.5 and 1.1.6 above.
Technical Specifications shall include Structural Specification, DMRC‟s Design Review
Report (April 2009), and as modified by DMRC vide letter No.
DMRC/Corp/20/Design/001/99/Vol X dated 20.05.2009 and enclosed in DMRC‟s Design
Basis Report, TNPWD specifications, MoRT&H specifications for Roads and Bridges and
along with concerned utility departments specifications (TNEB, CMWSSB).
1.1.8 All Tenderers shall make themselves available for the standard documents published by
other organizations including FIDIC Conditions of Contract for Design – Build and Turnkey
Part I – General Conditions, TNPWD specifications, MoRT&H specifications for Roads and
Bridges and along with concerned utility departments specifications (TNEB, CMWSSB).
6
8. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
1.1.9 All Tenderers are hereby cautioned that tenders containing any material deviation or
reservations as described in Clause 24.0 of “Instructions to Tenderers” and/or minor
deviation without quoting the cost of withdrawal shall be considered as non-responsive and
shall be liable to be rejected.
1.1.10 Late tenders (received after date and time of submission of bid) shall not be accepted
under any circumstances
1.1.11 Applicant should not have been blacklisted or deregistered by any govt. agencies or public
sector undertaking during last 10 years. Also the applicant must not have failed to take
possession or to commence any contract after the award of contract.
1.1.12 Prices are inclusive of all taxes, duties, cess, insurance etc. except TN VAT, which shall be
reimbursed separately by CMRL on actual basis on production of documentary evidence of
the payment of same including tax invoice subject to ceiling equivalent to total liability of TN
VAT as indicated by tenderer in his Financial offer, subject to a maximum value indicated by
the tenderer in the bill of quantities provided it does not vitiate the tenderers interce position
between L1 and L2
1.1.13 Tenders shall be valid for a period of 120 days from the date of submission of Tenders and
shall be accompanied with a tender security of the requisite amount as per form B in the
form of a Bank Guarantee from Scheduled Commercial Bank in India.
The tenderer may note that another tender Contract No: ECV12-03 has also been invited
along with this tender. The tenderers may tender either for one contract or for both
contracts. Tenderers may give combined discounts for the both the packages. Tender will
be awarded based on the total least cost to the employer including both the contracts. The
tenderers may note that they should have the cumulative capacity of the various
qualification criteria to become eligible for both the Contracts.
CMRL reserves the right to accept or reject any or all proposals without assigning any
reasons. No tenderer shall have any cause of action or claim against the CMRL for rejection
of his proposal.
7
9. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
2. SCOPE OF WORK
2.0 GENERAL
The contract is for the Design and Construction of Elevated Viaduct Form CH: 15738 m to
20900 m on Corridor-2 (including viaducts at Ashok Nagar – K.K Nagar and SIDCO stations
but excluding 600m of viaducts at Alandur station) for a length of 4562 m.
2.1 WORK CONTENT
2.1.1 BRIEF SCOPE
Civil works to be undertaken in this contract consists of construction of viaduct of length
about 4562 m
The design scope consists of the completion of the design, for both permanent temporary
works, including the production of all drawings, specifications and reports necessary, of the
viaduct and ancillary works to meet the Employer‟s Requirements. The Contractor‟s designs
shall be reviewed and approved by the Employer‟s Representative prior to the
commencement of construction of relevant works. The Employer‟s Representative
review/approval, and any other action by the Employer‟s Representative, in no way relieves
the Contractor of any obligation or responsibility under the Contract.
The scope of work includes the supply of all machineries, manpower, equipment and other
necessities required for the construction of all permanent and temporary works as per
Technical / Special Specifications, drawings and or as directed by Employer‟s
Representative. The scope of work shall inter – alia include the following:
2.1.2 VIADUCT
Detailed survey of the alignment for viaduct, fixing an optimized span configuration as per
contractor‟s design subject to the following obligatory requirements.
i. As shown on the drawings and listed in the BOQ there are lengths of viaduct with
non typical pier supports and non standard spans .
ii. The external dimensions of the viaduct segments and piers shall follow the
principles shown in the drawings included in the Employer‟s Requirements. The
objective is to achieve a common external appearance for all the viaducts
constructed as part of the Chennai Metro Rail.
The detailed design shall be for all components of the viaduct and ancillary works
including the requirements for foundation, sub-structure, super structure, bearing system
and shear keys (seismic device) etc. and obtaining approval from the Employer‟s
Representative, inclusive of incorporation of all modifications, alteration, changes etc. that
may be required to be carried out as directed.
The viaduct and ancillary works construction include the following components:
(i) Pile foundation with hydraulic rotary piling rigs or other suitable systems or any other
types of foundations suitable for particular site locations.
(ii) Pile cap including levelling course
(iii) Viaduct piers including drainage down pipes and traffic protection measures.
(iv) Bearings on standard spans including bearing pedestals, seismic devices as per
specifications.
(v) Parapets and railing as per concept plan.
(vi) Cable ducts as per concept plan.
(vii) Crash Barrier as per concept drawing No.CMRL-DESIGN-DWG
(viii) Inserts for track plinth (Track plinth is not in the scope of this work).
(ix) Expansion joint as per concept plan as per specification.
(x) Man holes with manhole covers on the deck applicable (in case of a proposal of a box
girder).
8
10. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
(xi) Earthing arrangement, drainage system, inserts for OHE/signaling masts in the parapets
and other systems as may be required (Drawing No. CMRL-DESIGN-DWG
(xii) Arrangements for ground water recharging
(xiii) Span arrangement shall be designed by the Tenderer / Contractor as required at site and
reviewed and approved by the Employer‟s Representative. It is envisaged that spans with
the configuration of 19, 21,25,28,31 m would be used but special / longer spans may need
to be adopted in some situations to avoid utility diversion / obstruction.
(xiv) Cross beams at piers which will support stations structures including but not limited to
platforms, other trackside structures and station roofs.
(xv) Reinstatement of existing roads, footpaths and other affected areas to as per existing
conditions or better.
2.1.3 There is a possibility of some of the items not getting a mention in the above list of works
in the Viaduct. Tenders /Contractors are requested to go through the Employer‟s
Requirements in details, as the works mentioned above as well as indicated in the
Employer‟s Requirements would be considered inclusive in the scope of work. The
Employer‟s Reprsentative‟s decision shall be final in case of dispute.
2.1.4 Designer and Independent Checking Engineer (ICE) shall be engaged by the Contractor.
2.1.4.1 The Contractor has to appoint the Designer for the design of all works including viaduct,
pile foundation, raft foundation, piers and columns, pier caps and bearings etc.
The Contractor shall also appoint an Independent Checking Engineer (ICE) to check and
certify the design of key aspects of the permanent and temporary works as required by
the Employer‟s Representative. The certificates endorsed by ICE are pre-requisite
documents for the Employer‟s Representative‟s Approvals of the relevant design, or,
consents to proceed with the relevant subsequent works, as appropriate.
The contractor should submit all the credentials of such design consultants to Employer‟s
Requirements well in advance of the time for commencing the design and only consented
design consultants should be engaged for the work.
All the detailed designs and drawings for construction purpose “Whether temporary or
permanent” shall be developed by the contractor through the consented Designer, and
where required the ICE, and submitted to the Employer‟s Representative for review. The
construction of any aspect of the works, temporary or permanent, cannot proceed until the
Employer‟s Representative has the reviewed and approved the design of the work. As
required by the Quality Assurance Requirements annexed to the Conditions of Contract
Part II, there are hold points at which the Employer‟s Representatives approval is required
before the Contractor can proceed to the next stage of the design or works.
The work is to be designed, constructed and maintained as per relevant Codes,
Specifications, Special Specifications, Tender drawings and/or as directed by the
Employer‟s Representative.
2.1.5 The work content against the lumpsum component of the work shall also include but not
limited to the following:
9
11. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
a. Though Alignment plans (both vertical and horizontal) are provided by the
Employer to the Contractor, the contractor is required to decide the span
configuration based upon his proposal subject to obligatory requirements.
Utility identification at all the foundation locations will be done by the Contractor
before starting piling/excavation and in case utility(s) is encountered or
obligatory requirements of Local Authorities are to be met out, the Contractor
shall modify the span configuration at such locations to save the utility(s) or to
meet out the obligatory requirements within the accepted price.
b. Site clearance and dismantling of obstructions etc., before commencement of
work as specified or as directed;
c. True and proper setting out and layout of the Works, bench marks and provision
of all necessary labour, instruments and appliances in connection therewith as
specified or as directed;
d. Electrical & signalling structures themselves are excluded from the scope of the
work, but civil works required for fixing to the structures such as strengthening
of structures and providing inserts are included. These shall be finalized and
provided in co-ordination with the Electrical / signalling Contractor and the
Employer‟s Representative. The necessary coordination with system
contractors and the Employer‟s Representative shall form a part of the work.
e. A) Conducting load test on piles as per IS-2911- Part IV and on girders as per
IRC-SP-37.
B) In case of end bearing piles, pile should be socketed 1.5D in to hard rock or
3D if it is soft rock.
f. All aspects of quality assurance, including testing of materials and other
components of the work, as specified or as directed;
g. The Contractor has to ensure cleanliness of the roads and footpaths by
deploying man power for the same. The Contractor shall have to ensure proper
brooming, cleaning and washing of roads and footpaths at regular interval or as
and when required or directed through out the entire stretch till the currency of
the contract including disposal of sweepage. Nothing extra shall be payable on
this account;
h. Day to day cleaning of worksite throughout the execution period.
i. Clearing of site and handing over of all the Works, as specified or as directed;
j. Maintenance of the completed Work during the period as specified;
k. Submission of completion (i.e. 'As-Built‟) drawings and other related documents
as specified;
2
l. To provide site office of about 120 m for GC and CMRL. Furnishing of the office
and running expenses shall be borne by GC/CMRL. The location of the site
office should be close to AC 01 and is to be agreed with the Employer‟s
Representative.
m. To provide Personnel Protective Equipment (PPE) to GC‟s staff and CMRL‟s
staff.
2.1.6 Any other item of work as may be required to be carried out for completing the
construction of elevated structure of specified length including all necessary interfaces
works with station and system-wide Contractors in all respects in accordance with the
provisions of the Contract and/or to ensure the structural stability and safety during and
after construction
10
12. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
The value of the work shall be on lump sum basis for Schedule „A‟ and on item rate basis
for Schedule „B‟ as accepted in letter of acceptance subject to such additions thereto or
deductions there from as may be made under the provisions of the Contract.
2.2 INTERFACE WORKS
The Contractor will be required to interface with other Contractors undertaking works for the
Chennai Metro Rail including Station, Systems and Viaduct contractors. The Contractor
shall communicate directly with the relevant interfacing contracts to ensure designs and
construction programmes are compatible. An interface management committee shall be set
up to ensure smooth and timely communication between all parties. The Employers
Representative will be the chairperson for this committee.
The Contractor shall be required to carry out various miscellaneous works as per interfacing
requirements. The contractor shall carry out necessary co-ordinations with various system
contractors pertaining to lift, escalator, traction power supply, signaling, telecommunication,
AFC etc. for keeping provisions pertaining to cut outs, shafts, raceways, concealed
conduits, other conduits, fixtures, inserts clearances etc. all complete for the scope of work.
Earthing and lighting protection shall be provided wherever required
The track supporting structure will support ballast less track (long welded rail) which will be
laid later by a separate contractor. Arrangements required for provision of such ballastless
track will have to be incorporated in the deck, in consultation with the Employer‟s
Representative. Where the ballast less track concrete is to be laid the top of the deck slab,
as directed by the Employer‟s Representative, the contractor will make suitable
arrangements for proper keying up further concrete layers and/or casting blocks which will
form part of track work to be done by a separate contractor.
In the following subsections the Contractor for this Contract is referred to as the Civil
Contractor.
2.2.1 Interface with Station and Systemwide Contractors:
The scope of work includes the design and construction of pier foundations, piers, viaduct
ducts and cross beams supporting at piers station structures including but not limited to
platforms, other trackside structures and station roofs. This Contract ECV02-02 shall
include the design of the platforms but the platforms construction shall be undertaken by the
station contractor. The Contractor shall liaise with the station contractors on all matters of
design and construction interfaces.
11
13. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
The Contractor shall estimate the loads on the viaduct structure that passes through the
station, for which the Contractor shall carryout design of the platform structures on the
viaduct structure that passes through the station, and these structures will be constructed
by the future station contractor. Loading thus estimated shall be used for the design of the
viaduct support structure to be constructed by the Contractor. Enabling works, if any, for
construction of platform shall be provided. The platform shall be constructed by precast
prestressed concrete beam and an in-situ slab.
The Contractor shall also be responsible for the design of the steel foot bridge over the
platform, wherever applicable. As indicated in the architectural layouts.
Link passage shall be designed under the viaduct for circulation of passengers as shown in
the architectural layouts. The link passage is intended to be supported by means of cross
beam in between the piers. The Contractor shall estimate the loads from these link
passages acting on the crossbeam. The link bridge will be constructed by the future station
contractor.
The design shall comply with the Design Basis Report. In addition, the following load shall
be considered by the Contractor for the design of the above mentioned structures:
1) Roof Structure
Dead load including roof cladding: 1.0kPa
Live Load: 0.75kPa
2) Over bridge, Platform and Link Passage
Live Load: 5kPa
3) Service Load for all the above structures
Service Load: 0.5kPa
Finishes shall be 150mm with concrete wherever not specified the architectural layouts.
Wind load to be applied on the structure shall conform IS 875-1987.
The design information, including all assumptions, design standards, detailed calculation,
structural framing plans, and design sketches shall be submitted to the Engineer for approval
prior to the submission of the design for the viaduct support structure. Such design
information submitted by the Contractor will be provided to the future station contractor for
their information
E & M construction works of station and viaducts are to be executed by Station and
Systemwide Contractors. The Civil Contractor shall ensure efficient Interface and
Coordination with Station and Systemwide Contractors concerning Load Provisions, Inserts,
Openings, Trunking, Electrical, Fire Fighting, and Hydraulics works etc. on site.
Such coordination responsibility of the Civil Contractor shall include the followings:
12
14. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
i. To obtain from the Station and Systemwide Contractors information reasonably
required to meet the construction target dates.
ii. The Civil Contractor will be the coordinating entity and play the lead role in the
interface with Station and Systemwide Contractors.
iii. Station and Systemwide Contractors will make sure that he provides the updated valid
documents, for the reference of the Civil Contractor in time, where Station and
Systemwide Contractors requires the Civil Contractor to executive work as his
requirements. These documents will be the reference documents for the Interface
Management being carried out by the Civil Contactor.
iv. Where the execution of the Civil Contractor depends upon the Site management or
information to be given by the Station and Systemwide Contractors, the Station and
Systemwide Contractors shall provide correct and accurate information in time so as to
enable them to meet their respective programs.
v. It is to be ensured that all provisions for access and delivery of plant is coordinated with
and reflected in the Co-coordinated drawings for Delivery Routes. The Station and
Systemwide Contractors shall also ensure that all plants and equipments are delivered
at mutually agreed time to allow openings to be left in the structure for such delivery in
accordance with the Civil Contractor‟s Programme.
vi. Station and Systemwide Contractors will ensure that the production of Working
Drawings for Services to be provided in the base slab, other slabs, tunnels and
structures such as earth mats, electrodes, provision of conduiting, cable support
brackets, cable trays / cable ladders, cable routing, fixture mounting, DB mounting,
lighting protection, piping, fire fighting system and other works included in Station and
Systemwide tenders are carried out in time and review and approval obtained from the
Employer‟s Representative. Civil Contract shall obtain Copy of Drawings along with
schedule for execution of such works including information required for any
concreting/other works where electrical works is involved.
vii. The Civil Contractor shall conduct regular meetings with the Station and Systemwide
Contractors as necessary to clarify particular aspects of the interfacing requirements of
the works. He will also attend regular coordination meetings convened by the
Employer/ Employer‟s Representative for Interface.
viii. The Civil Contractor, shall in carrying out his coordination responsibilities, raise in good
time and provide sufficient information for the Employer‟s Representative to decide on
any disagreement with Station and Systemwide Contractors. If the contractor despite
having taken all reasonable efforts cannot resolve such disagreement, then the
decision of the Employer‟s Representative shall be final.
ix. The Station and Systemwide Contractors shall ensure that the presence of his qualified
and experienced engineer (Chief – Co - coordinator) during Civil construction of the
13
15. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
viaduct to enable proper interface with Civil Contractor so as to ensure smooth
completion of works.
x. Access will be provided to the staff of the Station and Systemwide Contractors for
carrying out their works and bringing materials and equipments at the site. However,
the security of materials and equipments brought at the site will be responsibility of the
Station and Systemwide Contractors.
xi. Construction of Plant rooms, Ancillary building, Cable duct, sumps for seepage and
sewage, provision of slope in slabs as per drainage requirements, shall be the
responsibility of the Civil Contractor. Civil Contractor shall interface with Station and
Systemwide Contractors / other contractors regarding this.
xii. Civil Contractor shall interface with Station and Systemwide Contractors regarding
cutouts to be made in structures for routing E&M services. The Civil Contractor shall
provide these cutouts.
Stations within the present scope of works by the Contractors, i.e. Ashok Nagar - KK Nagar
& SIDCO will also be constructed within the time frame as the viaduct works. The
Contractor shall complete the viaduct works required for the access to the Station
Contractor as indicated in the ITT for the completion of the stations. The Contractor shall
complete the track support structures for the viaduct construction within the station areas.
The track support structures may have to support parts of the station facilities such as
platform and concourse for the Station contractors to construct the remaining station
structures.
2.2.2 Interface with Traction Power Supply Contractor
i. Civil Contractor shall construct appropriate passages/ trenches, ducts, cable shaft and
also keep provision of crossing of various cables in the viaduct structure.in interface with
Power Supply Contractor.
ii. Civil Contractor shall coordinate with Power Supply Contractor in order to maintain
specific Static and Dynamic clearances.
2.2.3 Interfaces with Viaduct Contractors
A. Contract AC01 for the Viaducts from chainage 9600 to 15738 is being constructed by
Soma Enterprises. Contract AC01 will include the pier at chainage 15738 which will also
provide support to the northernmost span of this Contract ECV02-02. The Civil
Contractor shall liaise with the AC01 Contractor to ensure that the design of this pier is
suitable for the viaduct as designed by ECV02-02 and that the programmes of the two
contracts are coordinated. The Civil Contractor shall review and certify the design of the
pier as being satisfactory prior to the construction commencing. Upon completion of the
14
16. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
pier the Civil Contractor shall undertake a joint inspection of the pier with AC01
Contractor and the Employer‟s Representative and all parties shall certify that the piers
has been completed in accordance with the design drawings prior to commencing the
viaduct works on the pier.
The Civil Contractor shall take into account the AC01 presence on site when preparing
traffic management, delivery routes and other works planning.
B. Contract ECV12-03 for the Corridor 1 viaducts and for Corridor 2 viaducts (CH:19578 to
CH: 20178) will be under construction at the same time with this Contract. The Civil
Contractor shall construct the piers at CH:19578 & CH:20178 for the viaduct supports for
Contract ECV12-03. The Civil Contractor shall liaise with the ECV12-03 Contractor to
ensure that the design of this pier is suitable for the viaduct as designed by ECV02-02
and that the programmes of the two contracts are coordinated. The Civil Contractor shall
review and certify the design of the pier as being satisfactory prior to the construction
commencing. Upon completion of the pier the Civil Contractor shall undertake a joint
inspection of the pier with ECV12-03 Contractor and the Employer‟s Representative and
all parties shall certify that the piers has been completed in accordance with the design
drawings prior to commencing the viaduct works on the pier.
The Civil Contractor shall take into account the ECV12-03 presence on site when
preparing traffic management, delivery routes and other works planning.
2.3 Structures
The construction of structures will have to be planned in such a manner that they do not
obstruct or interfere with the existing roads/railways and other utilities. Where work is
required to be carried out at locations adjacent to such roads/railways, utilities, structures,
monuments etc. suitable safety and protection arrangements will have to be ensured after
taking necessary statutory approvals from the concerned agencies managing them for
which nothing extra will be payable. The Employer‟s Representative would need to be
informed of a list of such approvals to enable verification at any time during the works. It
should be ensured that no damage is caused to any such element and the Employer‟s
Representative/ Employer shall be indemnified against such damage at no extra cost.
2.4 Design criteria
Design criteria shall be as per DMRC‟s Design Basis Report for Viaduct (April 2009)
enclosed as Part II Structural Specification – Volume-5.
15
17. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
Results of the sub surface investigations conducted at the project site are enclosed with the
tender document as volume - 2. The information about the soil and sub soil water conditions
is being made available to the Contractor in good faith and the Contractor is advised to
obtain results independently as may be considered necessary by him before quoting rates
in the tender, and during execution if required for design purpose.
No claims whatsoever on account of any discrepancy between the sub surface conditions
that may be actually encountered at the time of execution of work and those given in these
tender documents shall be admissible to the contractor under any circumstances
whatsoever.
2.4.1 Reference to the Standard Codes of Practice
2.4.1.1 All Standards, Technical Specifications and Codes of practice referred to shall be latest
editions including all applicable official amendments and revisions. The Contractor shall
make available at site all relevant Indian Standard Codes of practice and IRSC & TRC
Codes as applicable.
2.4.1.2 Wherever Indian Standards do not cover some particular aspects of design/
construction, relevant British / German Standards will be referred to. The Contractor shall
make available at site such standard codes of practice.
2.4.1.3 In case of discrepancy among Standard codes of practice, Technical Specifications and
provisions in sub clauses in this NIT, the order of precedence will be as below :
i) Provisions in NIT,
ii) Technical Specifications,
iii) MoRT&H Specification for Roads and Bridges,
iv) TNPWD, other TN Govt: Departments specifications,
v) Standard Codes of Practice.
In case of discrepancy among Standard Codes of Practice, the order of precedence will
be IRS, IRC, IS, BS, DIN
2.4.2 Dimensions
2.4.2.1 As regards errors, omissions and discrepancies in Specifications and Drawings, relevant
clause of Conditions of Contract Part II will apply.
2.4.2.2 The levels, measurements and other information concerning the existing site as shown on
the conceptual / layout drawings are believed to be correct, but the Contractor should
verify them for himself and also examine the nature of the ground as no claim or
allowance whatsoever will be entertained on account of any errors or omissions in the
levels or strata turning out different from what is shown on the drawings.
2.4.3 DMRC’s Good for Construction Drawings
A set of “DMRC‟s Good for Construction Drawings” is included in Tender Drawings for
16
18. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
reference. The Contractor is not bound to follow these drawings except general outer
shape/ profile in order to be consistent with the adjacent elevated contract packages. If the
Contractor choose to follow the details of the “DMRC‟s Good for Construction Drawings”,
they must take up full design responsibility, check and verify all details on these drawings
to their satisfaction. These drawings, if adopted for construction, shall be endorsed by the
Designer and the Independent Checking Engineers before submission to the Employer‟s
Representative.
2.5 Associated Works
Works to be performed shall also include all general works preparatory to the construction
and works of any kind necessary for the due and satisfactory construction, completion and
maintenance of the works to the intent and meaning of the drawings adopted and
technical specifications, to best Engineering standards and orders that may be issued by
the Employer‟s Representative from time to time, compliance by the agency with all
Conditions of Contract, supply of all materials, apparatus, plants, equipment, tools, fuel,
water, strutting, timbering, transport, offices, stores, workshop, staff, labour and the
provision of proper and sufficient protective works, diversion, temporary fencing, lighting
and watching required for the safety of the public and protection of works on adjoining
land; first –aid equipment, sanitary accommodation for the staff and workmen, effecting
and maintenance of all insurances, the payment of all wages, salaries, fees, royalties,
duties or the other charges arising out of the erection of works and the regular clearance
of rubbish, clearing up, leaving the site perfect and tidy on completion.
2.6 CONSTRUCTION DEPOT
For casting yard, batching plant and other activities a plot of land of 260x65 m
(approximate) will be made available by the Employer. The Contractor has to remit a rent
equivalent to an amount of 1% of the “guideline value” of the property per annum, for the
period of occupancy of the site. In case, the land could not be given to the contractor, the
contractor has to make his own arrangements for the casting yard and other facilities
without any liability to the Employer. This land shall be made good for such offsite
activities as needed by the Contractor at no extra cost to the Employer. The land shall be
cleared from debris all structures made by the Contractor including, RCC footings and
rafts etc. before handing over back to the Employer and final bill shall be released to the
contractor after all structures from the construction depot are removed.
A Mechanical Type Washing Plant shall have to be installed by the Contractor for the
vehicles leaving the depot to avoid the spillage on the connection roads.
2.7 TIME SCHEDULE
2.7.1 The Tenderer shall submit with the tender “Time Schedule” for completion of various
portions of works. This schedule is to be within the overall completion period of 24
17
19. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
months and the time for completion of each Section is stipulated in the Appendix to the
Form of Tender as annexed Form A in the Instructions to Tenderers. The detailed
programme in the form of a quantified bar chart or CPM network shall include all activities
starting from design to completion.
2.7.2 Site will be handed over to the Contractor in Phases as follows;
a) Within 15 days from date of issue of LOA: Between Chainage 16620 to 18800
(Except Between Chainage 17260 to 17400)
b) Within 3 months from date of issue of LOA: Between Chainage 15738 to 16620
c) Within 9 months from date of issue of LOA:
i) Between Chainage 18800 to 19580;
ii) Between Chainage 20180 to 20900; and
iii) Between Chainage 17260 to 17400
2.8 TRAFFIC MANAGEMENT
The Contractor shall make the detailed traffic diversion plans in consultation with Chennai
City Traffic Police. The work is to be executed with proper liaison with Chennai City Traffic
Police. Necessary assistance will be given by the Employer. The scheme should be such
that minimum of two lane of traffic on each direction of the road should be available for the
smooth flow of traffic. The Contractor should inspect the site. The Contractor shall also
strengthen the road where the diversions are planned by widening, repairing to the road
surface etc. Payment will be made under schedule-C.
2.9 SCOPE OF WORK UNDER BOQ ITEMS
2.9.1 Tree cutting and (or) transplantation along the alignment. Permission for cutting
/transplantation will be arranged by the Employer.
2.9.2 Demolition of RCC framed structures, brick masonry buildings including basements etc as
existing at site without making any damage to adjacent structures, utilities and taking away
all the debris and released materials etc.
2.9.3 Barricade with blinker, concrete barrier in front of the barricade in road areas, reflective
tapes and other necessary traffic signages should be provided wherever required as per
detailed plans & drawings. Temporary traffic diversion for smooth flow of traffic will be
provided during construction including necessary traffic signs, repairs to diverted
route/services lanes if required. Traffic marshals shall be deployed for the period of
diversion to guide the road users and to avoid traffic congestion. Restoration of diverted
route in original condition etc. shall be done by the Contractor .The Contractor shall be paid
under relevant items in the BOQ.
18
20. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
2.9.4 The following works shall be carried out as per TNPWD Specifications:
(i) Roads works including new roads, strengthening / widening of existing roads, road
diversions including repairs and making up diversion works, new utility diversions,
dismantling of central verges, footpaths, railings, drains etc. and any other work;
(ii) Landscaping works around station such as earth filling , footpath, kerb stones ,
horticulture etc.; and
(iii) Any other work as per site requirement as instructed by the Employer‟s
Representative.
The Contractor shall be paid under relevant items in the BOQ.
2.9.5 The shifting of the utility(s) would be undertaken only in exceptional circumstances where in
the opinion of the Employer/ Employer‟s Representative no other option is available. The
utilities are to be diverted with proper liaisoning and approval of the utility owning agencies.
For the utilities which are not to be diverted proper supporting shall be done to prevent any
damage. The Contractor shall be paid for diverting the utilities under relevant utility
department‟s schedule of rates items. No payment shall however be made for supporting
and protecting the utilities during the course of the work.
2.10 UTILITIES
Utility identification at foundation locations will be done by the the Contractor and in case
utility(s) is encountered or an obligatory requirement has to be met, the Contractor shall
modify the span configuration at such location to save the utility (ies) or to meet obligatory
requirements within the accepted price. Shifting of utility (ies) would be done only in
exceptional cases where in the opinion of the Employer‟s Representative no other option is
available. The Contractor shall be paid for diverting the utilities under relevant schedule of
rates of the concerned utility department. No payment shall however be made for
supporting the utilities during the course of work.
The utilities are to be diverted with proper liaison and approval of the utility owning
agencies. For the utilities which are not be diverted but require supporting, the Contractor
shall ensure that proper support and protection is provided so that the utilities are not
damaged along the supported length nor along their branches. The precautions to be taken
while handling the utilities include those that are mentioned underneath;
(i) In the first instance utilities must not be damaged at any cost. If due to some
unforeseeable event damage occurs, it should be rectified immediately by the
Contractor at his own cost with records of the event provided.
(ii) Until rectification of any damaged trunk sewers, the Contractor shall arrange substitute
arrangement for pumping of sewer and its disposal as per directions of Metro Water. A
similar arrangement shall be arranged for other utility.
19
21. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
(iii) The manholes of trunk sewers should not be covered under the foundation as this may
create hindrances to the annual de-silting/cleaning of sewer lines.
(iv) Sufficient distance shall be kept from the foundation outer edge to trunk sewers in view
of the further maintenance/safety of trunk sewers.
(v) The covers of manholes be saved from heavy machinery movement to avoid any
accident/slippage of malba in manholes etc into the trunk sewers which may cause
blockage of lines. In case of damage of manhole cover & frame the same shall be
replaced immediately by the Contractor at his own cost.
(vi) Manholes of the trunk sewers should be kept freely accessible for cleaning and
removal of blockages and malba should not be dumped over these manholes.
(vii) Branch sewer connections which are connected with the trunk sewers should also be
protected. If the branches are damaged, they should be restored immediately on
priority.
These are only indicative for one of the utilities to be protected. Similarly, necessary
precautions which are specified from time to time by the utility owning agencies shall also
be followed. The central verge/footpath furnishings which are to be dismantled are to be
handed over to the concerned department at their stores.
Contractor should make his own survey for identification of underground/above ground
utilities.
2.11 THE TENDER PRICE
The tender price as mentioned in Clause 10.0 of ITT shall include all the above listed items
in the scope of the work (Clause 2.1 to 2.10).
20
22. Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)
3. SITE INFORMATION
3.1 WORK SITE
3.1.1 The project site is located in the Chennai- Capital of Tamil Nadu. The location of the work
and the general site particulars are shown in the General Arrangements Drawings enclosed
in the tender documents.
3.1.2 The proposed Work falls on Chennai Central – Anna Nagar- St. Thomas Mount Corridor-2
of the Chennai Metro Rail Project- Phase-I
3.1.3 The Contractor shall plan his works keeping in view restriction of approach and availability
of space and time.
3.2 GENERAL CLIMATIC CONDITIONS
0
3.2.1 The area in which the work lies is plain terrain falling within latitudes 13 4‟ North and
0
longitudes 80 15‟ East.
3.2.2 The recorded highest and lowest temperatures in the past 10 years are 44 degree Celsius
and 20 degree Celsius respectively.
3.2.3 Summer season is from March to June the north-east monsoon from October to mid-
December and the winter season is from December to February.
3.2.4 Mean average annual rainfall in the area over a five-year period is of the order of 1500 mm,
when about 75% of the annual rainfall occurs during October to December. The heaviest
rainfall recorded in a span of 24-hour is 191 mm.
3.3 SEISMIC ZONE
Chennai falls in Seismic Zone III.
21