SlideShare a Scribd company logo
1 of 22
Download to read offline
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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

More Related Content

Similar to Chennai Metro Rail Project Phase I Notice Inviting Tender for Elevated Viaduct Design and Construction

Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documentsVishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documentsSachinPawar510423
 
Implementation of Construction Project with Detailed Contract Documents
Implementation of Construction Project with Detailed Contract DocumentsImplementation of Construction Project with Detailed Contract Documents
Implementation of Construction Project with Detailed Contract DocumentsAye Nyein
 
Pp2 coursework 2 201808
Pp2 coursework 2   201808Pp2 coursework 2   201808
Pp2 coursework 2 201808Arissa Loh
 
Pp2 coursework 2 201808
Pp2 coursework 2   201808Pp2 coursework 2   201808
Pp2 coursework 2 201808ashleyyeap
 
Assignment - Final Account
Assignment - Final AccountAssignment - Final Account
Assignment - Final AccountKai Yun Pang
 
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS Bahzad5
 
Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Shubham Bhargava Slideshares
 
Implementation of construction project with detailed contract documents r1
Implementation of construction project with detailed contract documents r1Implementation of construction project with detailed contract documents r1
Implementation of construction project with detailed contract documents r1thinthinaung2005
 
_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdfbikashranjan18
 
Vol 4 Pt 2 Technology Final Report
Vol 4 Pt 2 Technology Final ReportVol 4 Pt 2 Technology Final Report
Vol 4 Pt 2 Technology Final ReportFabio Alves
 
Documento base definitivo
Documento base definitivoDocumento base definitivo
Documento base definitivoFranciscoMeza55
 
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...IRJET Journal
 
HV Transmission line specifications
HV Transmission line specificationsHV Transmission line specifications
HV Transmission line specificationsHilal Bhat
 
Building Economics:Tender Report
Building Economics:Tender ReportBuilding Economics:Tender Report
Building Economics:Tender Report마 이환
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012GreenergyTechnologies
 
Blastless track construction in tunnel and elavated metro station constructio...
Blastless track construction in tunnel and elavated metro station constructio...Blastless track construction in tunnel and elavated metro station constructio...
Blastless track construction in tunnel and elavated metro station constructio...Multan Prajapat
 

Similar to Chennai Metro Rail Project Phase I Notice Inviting Tender for Elevated Viaduct Design and Construction (20)

Cm mitemrate ver270206
Cm mitemrate ver270206Cm mitemrate ver270206
Cm mitemrate ver270206
 
Delhi metro presention
Delhi   metro presentionDelhi   metro presention
Delhi metro presention
 
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documentsVishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
 
Implementation of Construction Project with Detailed Contract Documents
Implementation of Construction Project with Detailed Contract DocumentsImplementation of Construction Project with Detailed Contract Documents
Implementation of Construction Project with Detailed Contract Documents
 
Pp2 coursework 2 201808
Pp2 coursework 2   201808Pp2 coursework 2   201808
Pp2 coursework 2 201808
 
Pp2 coursework 2 201808
Pp2 coursework 2   201808Pp2 coursework 2   201808
Pp2 coursework 2 201808
 
Assignment - Final Account
Assignment - Final AccountAssignment - Final Account
Assignment - Final Account
 
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
 
Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)
 
Implementation of construction project with detailed contract documents r1
Implementation of construction project with detailed contract documents r1Implementation of construction project with detailed contract documents r1
Implementation of construction project with detailed contract documents r1
 
_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Vol 4 Pt 2 Technology Final Report
Vol 4 Pt 2 Technology Final ReportVol 4 Pt 2 Technology Final Report
Vol 4 Pt 2 Technology Final Report
 
Documento base definitivo
Documento base definitivoDocumento base definitivo
Documento base definitivo
 
Volume i (khagaria)
Volume i (khagaria)Volume i (khagaria)
Volume i (khagaria)
 
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...
IRJET- Best Feasible Transportation Route Analysis for Delivering Ready Mixed...
 
HV Transmission line specifications
HV Transmission line specificationsHV Transmission line specifications
HV Transmission line specifications
 
Building Economics:Tender Report
Building Economics:Tender ReportBuilding Economics:Tender Report
Building Economics:Tender Report
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
 
Blastless track construction in tunnel and elavated metro station constructio...
Blastless track construction in tunnel and elavated metro station constructio...Blastless track construction in tunnel and elavated metro station constructio...
Blastless track construction in tunnel and elavated metro station constructio...
 

More from Siddhartha Bhamidipati (17)

Gen. ref. book
Gen. ref. bookGen. ref. book
Gen. ref. book
 
Ch 4-water
Ch 4-waterCh 4-water
Ch 4-water
 
ISO 9001 -2008
ISO  9001 -2008ISO  9001 -2008
ISO 9001 -2008
 
Rev 01 dt 01.03.2010 - soil investigation
Rev 01 dt 01.03.2010 - soil investigationRev 01 dt 01.03.2010 - soil investigation
Rev 01 dt 01.03.2010 - soil investigation
 
4648
46484648
4648
 
432 1
432 1432 1
432 1
 
1200 5
1200 51200 5
1200 5
 
1200 5
1200 51200 5
1200 5
 
1200 4
1200 41200 4
1200 4
 
1200 3
1200 31200 3
1200 3
 
1200 2
1200 21200 2
1200 2
 
1200 1
1200 11200 1
1200 1
 
1199
11991199
1199
 
784
784784
784
 
783
783783
783
 
Axial%20 load%20test%20procedures%20for%20pile%20foundations
Axial%20 load%20test%20procedures%20for%20pile%20foundationsAxial%20 load%20test%20procedures%20for%20pile%20foundations
Axial%20 load%20test%20procedures%20for%20pile%20foundations
 
construction safety
construction safetyconstruction safety
construction safety
 

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