Construction Foot Over Bridge Escalator Lifts
Construction Foot Over Bridge Escalator Lifts
Construction Foot Over Bridge Escalator Lifts
and
(TECHNICAL BID)
Table of Contents
Table of conents
A. General
1. Scope of Bid
2. Eligible Bidders
3. Qualification of the Bidder
4. One Bid per Bidder
5. Cost of Bidding
6. Site Visit
B. Bidding Documents
7. Content of Bidding Documents
8. Clarification
9. Amendment of Bidding Documents
C. Preparation of Bids
10. Language of Bid
11. Documents Comprising the Bid
12. Bid Prices
13. Currency
14. Bid Validity
15. Bid Security (Earnest Money Deposit)
16. Format and Signing of Bid
D. Submission of Bids
17. Sealing and Marking of Bids
Signature of Bidder Page 2 of 261
F. Award of Contract
26. Award Criteria
27. Rates to include
28. Employer‘s Right to Accept any Bid & to Reject any or all Bids
29. Notification of Award and Signing of Agreement
30. Performance Security (Security Deposit)
31a. Adjudicator
31b. Arbitration
32. Corrupt or Fraudulent Practices
33. Insolvency
34. Taking Over
35. Contractor‘s care of the works.
36. Compensation Events.
3. Qualification Information
3.5 Joint Venture Information Sheet (Details of Partner Other than Lead
Partner
(IFB)
2 Approximate cost of works INR 6.8 Cr. (Rupees Six Crore Eighty Lakhs only)
3 Tender Security Amount (EMD) INR 8,84,000/- (Rupees Eight Lakhs Eighty Four Thousand only).
4 Tender validity 120 Days from Date of Submission of tender
Validity of Tender Security 28 Days beyond Tender validity period (148 days from date of
5
Amount submission)
Duration of Contract
6 08 Months
(Completion period of the work)
From 12.09.2017 to 11.10.2017 Between (10.00 Hrs to 17.30 Hrs) on
7 Tender Documents on sale
working days
1. The Tender documents can be downloaded from the internet, if so
desired (see below for website details). There will be a non-
refundable Tender submission fee of Rs.24,000/-(Rupees Twenty
Four thousand only) including GST in the form of Demand Draft in
favour of Chennai Metro Rail Limited payable at Chennai to be
Cost of Tender Documents
8 submitted along with bid.
(Non-refundable)
2. A hard copy of the complete tender documents is available on
payment of non-refundable fee of Rs.30,000/-(Rupees Thirty
thousand only) including GST from CMRL office in the form of
Demand Draft in favour of Chennai Metro Rail Limited payable
at Chennai.
21.09.2017 at 11:00 hours in the CMRL Conference Room
Address:
Chennai Metro Rail Limited, Administrative Building, CMRL Depot,
9 Pre-bid Meeting
Poonamallee High Road, Koyambedu, Chennai 600 107
Tel No.044-2379 2346
Email id: [email protected]
Last Date of issuing addendum for
10 27.09.2017
pre- bid
Date and Time of submission of 12.10.2017 up to 14:00 hrs at office of the JGM/EC, CMRL, Address
11
Tender as mentioned in item No.09 above
Date and Time of opening of
12 Tender (At the place of 12.10.2017 at 14:30 hrs
submission)
Authority and place of purchase of
13 JGM (EC), CMRL, Address as mentioned in item No.09 above
Tender Documents
Those who are single or JV under suspension, debarred, backlisted by
Bidders barred from bidding for GOI, GOTN,PSU‘s, Metro Rail Corporations, CMRL or whose
14
this work contracts were terminated as on date of submissions of bid are
ineligible to apply for this tender work.
Website from which Tender
www.chennaimetrorail.org
15 Documents and any additional
information can be downloaded
General Manager
(Track & Elevated)
―Construction of Foot over Bridge with escalator and lifts at Two Locations at
Alandur CMRL metro Station and across GST Road at Km 12/6 of G.S.T Road
including various utility shifting works‖.
General Manager
(Track & Elevated)
S
Description Tenderer's Performance
No
Clause No 15.0 of (ITB)
Tender Security Amount (Earnest Money
Deposit) of INR 8,84,000/- (Rupees Eight Lakhs
Eighty Four Thousand only).is enclosed?
The Tender Security Amount (Earnest Money
1
Deposit) shall be either in the form of Demand
Draft or an irrevocable Bank Guarantee drawn
from any Public Sector Bank in favor of
Chennai Metro Rail Limited payable at
Chennai.
Clause No 3.4 (a) (i)
Whether copy of Certificate of registration as
Class I contractor (monitory limit above
2
Rs.75.00 lakhs) in any of the Central
Government of India/ State Government Dept./
Govt. undertaking in India is enclosed?
Clause No 3.2 (b)
3 Total monetary value of construction work
performed for each of the last five years
ClauseNo.3.2(k)
Whether proof for having achieved a minimum
Average Annual Turnover during the last 3
years ending 31st March of the previous
financial year (2013 - 2014, 2014 - 2015, 2015 -
2016) in the Civil Engineering construction field
should be at least of Rs.210 Lakhs (30% of the
4
estimated cost) is enclosed.
This Check List is only illustrative and not exhaustive. Hence the bidder is requested to go
through the entire document and submit all relevant documents and details.
NOTE:
2. The tenderers should furnish the original documents when called for at the time of
tender evaluation to verify the copies of documentary evidence furnished along with
the pre-qualification documents.
3. The audited balance sheet /profit and loss account etc., to be furnished by the
tenderer should be properly endorsed by the auditors as verified with reference to
the particulars furnished by the individual and found to be correct.
A. General
1. Scope of Bid
1.1 The Chennai Metro Rail Limited (CMRL) invites bids for the construction of works as
described in the Bid Data Sheet. The name and identification number of the
Contract is provided in the Contract Data.
1.2 The successful Bidder will be expected to complete the works by the completion
date stipulated in the Contract Data.
2. Eligible Bidders
2.1 A Bidder shall be any Person, Company, Corporate body, Association, Body of
individuals, Group of persons, Limited company, Firm, Organization either single or
joint venture from India who are legally competent and entitled for entering into
contract as per the law of contract prevailing in India. The Joint venture of Indian
and foreign firms are permitted for externally funded Projects like World Bank, ADB
etc.
2.1.1.1 There shall be a Lead Bidder. A Lead Bidder shall submit only one bid for
the work. He shall not be a member in any other Consortium or joint venture
for the same work. There shall be a joint venture or consortium or group
agreement executed between the parties exclusively for the project and
which shall be legally enforceable by way of attesting by a notary. This
agreement shall be submitted along with the Bid.
2.1.1.2 All partners shall be jointly and severely liable for carrying out the work
under the contract.
2.1.1.3 The Lead Bidder shall be designated in the Joint venture/ Consortium/
Group agreement to be submitted along with the Bid. The Lead Bidder shall
have the authority to conduct all business for and to act on behalf of any and
all partners of the Joint venture/ Consortium/ Group, during the bidding
process and in the event the contract is awarded.
2.1.1.4 The Lead Bidder shall be responsible for the submission of Bid and
complete information required as per the described format, pertaining to
each firm in the Joint venture/ Consortium/ Group and completion of contract
documents and to furnish evidences admissible as per law. The Lead Bidder
shall clearly identify the responsibility of other members of Joint venture/
Consortium/ Group.
2.1.1.5 The Bid documents can be purchased by any one of the prospective
members of a Consortium/ Joint venture/ Group but shall be signed by the
2.2 The Contractors having registration in the class specified in the tender notice and
above in the concerned Department of Chennai Metro Rail Limited, or intending
Tenderer should be a registered contractor in any of the Centre / State Government
Department / Government undertaking are eligible to participate in the Tender.
Provisional Registration shall be done for the successful bidder if he is willing to
abide by the rules and regulations of Chennai Metro Rail Limited and on payment of
prescribed fees.
2.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent
practices in accordance with sub-clause 31.1.
2.4 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of
interest shall be disqualified. A Bidder may be considered to have a conflict of
interest with one or more parties in this bidding process, if:
(b) They or their sister concern receive or have received any direct or indirect
subsidy from any of them; or
(c) They or their sister concern have the same legal representative for
purposes of this bid; or
(d) They or their sister concern have a relationship with each other, directly or
through common third parties, that puts them in a position to have access to
information about or influence on the Bid of another Bidder, or influence the
decisions of the General Manager (Tracks & Elevated) regarding this bidding
process; or
(e) A Bidder or their sister concern participates in more than one bid for the
same package in this bidding process. Participation by a Bidder in more than
one Bid for the same package will result in the disqualification of all Bids in
which the party is involved. However, this does not limit the inclusion of the
same subcontractor in more than one bid; or
2.5 No one or non-of a firm or company is eligible to participate in the tender if any one
of his or any one or more of the director‘s of a firm or company is a blood relative of
any one of an employee or a public representative of Chennai Metro Rail Limited.
3.2 All Bidders shall include the following information and documents with their bids in
the prescribed format as per Section 3, unless otherwise stated in the Bid Data
sheet:
(a) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business, written power of attorney of the
signatory of the Bid to commit the Bidder;
(b) Total monetary value of construction work performed for each of the last five
years;
(c) Tenderer should have the experience in similar work and should have executed
at least one work costing more than the amount specified in the Bid Data sheet
during last five years.
(d) Major items of construction equipment proposed to carry out the Contract;
(e) Qualifications and experience of key site management and technical personnel
proposed for the Contract;
(f) Reports on the financial standing of the Bidder, such as profit and loss
statements and auditor‘s reports for the past five years;
(g) Evidence of adequacy of working capital for this Contract (access to line (s) of
credit and availability of other financial resources);
(i) Information regarding any litigation, current or during the last five years, in which
the Bidder is involved, the parties concerned, and disputed amount; and
(j) Proposals for subcontracting components of the works amounting to more than
10 % of the Contract Price.
k) The Bidder should have turnover not less than that specified in the Bid Data
Sheet
3.3 Bids submitted by a Joint venture of two or more firms as partners shall comply with
the following requirements, unless otherwise stated in the Bid Data Sheet:
(a) The Bid shall include all the information listed in Sub-Clause 3.2 above for each
joint venture partner
(b) If the Bidder is a joint Venture undertaking / Consortium / Group, all the parties
need not sign the bid document provided that a Joint Venture/ Consortium /
Group agreement, and power of attorney for the person to sign is submitted
along with the Bid. The date of signature shall be provided wherever stated
(c) The Bid by a partnership firm shall contain the full names and addresses of all
partners. It shall be signed in the name of the partnership firm by one of the
(d) Copy of the constitution of firm/ partnership with the name of partners duly
attested by a Notary public and the instrument authorizing the persons to sign on
behalf of the firm shall be furnished.
(e) All partners shall be jointly and severally liable for the execution of the Contract
in accordance with the Contract terms.
3.4 To qualify for award of the Contract, Bidders shall meet the following minimum
qualifying criteria:
(a) The Bidder shall have an annual turnover of not less than that specified in the
Bid Data Sheet. In case of Joint venture, all partners combined shall meet the
requirement. The lead partner shall have an annual turnover of not less than
40% of the required turnover The other partners shall have an annual
turnover not less than 25% of the required turnover at-least in two financial
years of the last 5 financial years
(b) Proposals for the timely acquisition (own, lease, hire etc) of the essential
equipment listed in the Bid Data sheet.
(c) The Bidder should have the minimum Key Personnel as specified in the Bid Data
sheet.
(d) Liquid asset and/or credit facilities, net of other contractual commitments and
exclusive of any advance payment which may be made under the contract, of
not less than the amount specified in the Bid Data sheet.
(e) The following enhancement factors shall be used for the costs of works executed
and the financial figures to a common base value for works completed in India.
Multiplying factor
Current Year 1 - 1.00
Year 2 - 1.10
Year 3 - 1.21
Year 4 - 1.33
Year 5 - 1.46
The application will indicate actual figures of costs and amounts in the schedule
without accounting for the above-mentioned factors.
Note: Current year means the year assessment year (i.e.). The completed year
immediately preceding the date month and year in which notice inviting tenders for
prequalification is published.
The applicant who meets the minimum qualification criteria will be qualified only if
their available bid capacity at the expected time of bidding is more than the total
estimated value of the works. The available bid capacity will be calculated specified
in the Bid Data sheet.
4.1 Each Bidder shall submit only one Bid, either individually or as a partner in a Joint
venture. A Bidder who submits or participates in more than one Bid (other than as a
subcontractor or in cases of alternatives that have been permitted or requested) will
cause all the proposals with the Bidder‘s participation to be disqualified.
5. Cost of Bidding
5.1 The Bidder shall bear all costs associated with the preparation and submission of
his Bid, and the General Manager (Tracks & Elevated)will in no case be responsible
or liable for those costs.
6. Site Visit
6.1 The Bidder, at the Bidder‘s own responsibility and risk, is encouraged to visit and
examine the site of works and its surroundings and obtain all information that may
be necessary for preparing the Bid and entering into a contract for construction of
the works. The costs of visiting the site shall be at the Bidder‘s own expense.
B. Bidding Documents
7.1 The set of bidding documents comprises the documents listed in the table below
and addenda issued in accordance with Clause 9:
8. Clarification
8.1 In any case any Bidder ask for a clarification to the Bid documents before 10 days
of the opening of the Bid, the Bid inviting authority shall ensure that a reply is posted
on line to the clarifications sought. It is the responsibility of the Tenderer to note
down any changes which are posted on line, the Tender Inviting Authority will not be
held responsible in this matter.
9.1 At any time after the issue of the Bid documents and 5 days before the opening of
the Bid, the Bid inviting authority may make any changes, modifications or
amendments to the Bid documents and shall send intimation of such change to all
those who have purchased the original Bid documents. Prospective bidders shall
promptly acknowledge the receipt thereof by telex, cable or fax to the Bidding
authority. The Bid shall be furnished taking into account the addendum/
amendments, if any, issued as mentioned above and any failure in doing so will lead
to consequences including rejection of Bid.
C. Preparation of Bids
10.1 All documents relating to the Bid shall be in the language specified in the General
Conditions of Contract.
11.1 The Bid submitted by the Bidder shall comprise the following:
(e) Income Tax clearance certificate and Sales Tax clearance certificate for the
current year obtained from the appropriate authority and any other materials
required to be completed and submitted by bidders, as specified in the Bid Data
sheet.
(a) Unless otherwise specified in the design data sheet, alternate design shall not
be considered.
(b) Bidders wishing to offer technical alternatives to the requirement of the bidding
document must first price the employer‘s design as described in the bidding
document and shall further provide all information necessary for a complete
evaluation of the alternative by the Employer including drawings, design,
calculations, technical specifications, breakdown of prices and proposed
construction methodology and other relevant details. Only technical alternatives
if any, of the lowest evaluated bidder confirming to basic technical requirement
shall be considered by the employees.
(c) Bidders are permitted to submit alternative technical solutions for specified parts
of the projects identified in the bid data sheet.
12.1 The Contract shall be for the whole works based on the priced Bill of Quantities
submitted by the Bidder as per Schedule-A and for utility shifting as per
schedule-B. However bidder will quote only for schedule-A and schedule-B will be
paid as per the schedule of rates of concerned departments as indicated in
schedule-B
12.2 The approximate cost of works indicated in the NIT, Sl. No.2, is inclusive of utility
shifting charges.
12.3 All duties, GST/taxes, and other levies payable by the Contractor under the Contract,
or for any other cause shall be included in the rates, prices, and total Bid price
submitted by the Bidder.
12.4 The rates and prices quoted by the Bidder shall be subject to adjustment during the
performance of the Contract if provided for in the Bid Data sheet and the provisions
of the Conditions of Contract. The Bidder shall submit with the Bid all the
information required under the Contract Data Sheet and the Conditions of Contract.
12.5 If the contractor offers discount / rebate in a particular item, his bid price will be after
deducting the discount from the original quoted price. If the contractor offers
discount / rebate in the total value of work, his bid price will be same as original
quoted rate, after calculating the total amount the discount / rebate amount is to be
deducted.
12.6 The bidder is to quote prices only in BoQ items mentioned in Schedule-A and
it is to be noted that bidder is not required to quote prices in Schedule-B.
13. Currency
13.1 The currency for the purpose of the Bid document shall be the Indian Rupee (INR).
14.1 Bids shall remain valid for a period as specified in the Bid Data sheet.
15.1 The Bidder shall furnish, as part of the Bid, a Bid Security (Earnest Money Deposit)
for an amount equal INR 8,84,000/- (Rupees Eight Lakhs Eighty Four Thousand
only)The Earnest Money Deposit shall be either in the form of Demand Draft or an
irrevocable bank Guarantee drawn from any Public Sector Bank in favor of Chennai
Signature of Bidder Page 19 of 261
15.2 The Bid Security of the successful Bidder will be discharged when the Bidder has
signed the Agreement and furnished the required Performance Security.
(a) If a bidder withdraws his Bid during the period of Bid validity.
ii) Furnish the necessary performance security within the specified time limit
of 30 days from the date of issue of letter of acceptance of his bid.
(c) If the Bidder does not accept the correction of the Bid price, pursuant to
Clause 24; or
(d) in the case of a successful Bidder, if the Bidder fails within the specified time
limit to
16.1 The Bidder shall prepare one original of the documents comprising the Bid as
described in Clause 11 of these Instructions to Bidders, bound with the volume
containing the Form of Bid, and clearly marked ―ORIGINAL.‖ In addition, the Bidder
shall submit copies of the Bid, in the number specified in the Bidding Data, and
clearly marked as ―COPIES.‖ In the event of discrepancy between them, the original
shall prevail.
16.2 The original and all copies of the Bid shall be typed or written in indelible ink and
shall be signed by a person or persons duly authorized to sign on behalf of the
Bidder, pursuant to Sub-Clauses 3.2 (a) or 3.3 (b), as the case may be. All pages
of the Bid where entries or amendments have been made shall be initialed by the
person or persons signing the Bid.
16.3 The Bid shall contain no alterations or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the
Bidder, in which case such corrections shall be initiated by the person or persons
signing the Bid.
D. Submission of Bids
Earnest Money Deposit, Certificates as per clause 11.1 (e) and Prequalification Bid
(volume I)
This cover should be marked as ‗Cover number – 1, Technical Bid (Volume I)‘, and
shall contain, Earnest Money Deposit and Pre- Qualification documents (Volume I).
Tender document furnished by Chennai Metro Rail Limited to be submitted in
cover.no.1
This cover should be marked as ‗Cover number - 2, Price Bid (Volume II)‘, and should
contain the Price Bid documents (Volume II).
17.2 The Bidder shall be responsible for properly super scribing and sealing the cover in
which the Bid is submitted and Bid inviting authority shall not be responsible for
accidental / misplacement/premature opening of the covers that are not properly
super scribed and sealed as mentioned in Clause 17.1 before the time appointed for
Bid opening.
17.3 The filled-up Bid documents shall be submitted up to the last date of submission as
given in Bid Data sheet. Duly filled in Bid documents shall be put in the Tender box
provided at the Tender Sales Counter, Chennai Metro Rail Limited, Admin Building,
CMRL Depot, Poonamallee High Road, Koyambedu, Chennai –600107, Tamil
Nadu. Tenders can also be submitted by Post or Courier, provided that the Bid
inviting authority shall not be responsible for any delay in transit in such cases.
17.4 The Bid inviting authority may extend the last date of receiving tenders after giving
adequate notice to all intending bidders in cases where
17.5 The Bidders shall not amend/ add/ alter any of the Bid conditions, conditions of
contract, specifications etc. of his own.
18.1 Bids shall be delivered to the tender box provided at the Tender Sales Counter,
Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road,
Koyambedu, Chennai –600107, Tamil Nadu or by post to the Tender Inviting
Authority to the address specified in the Bid Data Sheet not later than the time and
date specified in the Bid Data sheet.
Signature of Bidder Page 21 of 261
19.1 Any Bid received by the Tender Inviting Authority after the deadline prescribed in
Clause 18.1 will be returned unopened to the Bidder.
20.1 The Pre-Qualification Bid marked as Cover no. 1 will be opened at the time and
date outlined in the Bid Data sheet, in the presence of Bidders/ authorized
representatives who choose to attend. The Bidders‘ names, and the presence or
absence of Bid Security, and such other details as the Tender Inviting Authority may
consider appropriate, will be announced by the Tender Inviting Authority at the
opening.
20.2 The Price Bid marked as Cover no. 2 of qualified Bidders will be opened by the
Tender Inviting Authority, in the presence of Bidders / authorized representatives
who choose to attend. The date of opening of the price bid will be intimated to all
the Prequalified Bidders after evaluation of the Pre-Qualification Bids by the Tender
Inviting Authority.
20.3 The Bidders‘ names, the Bid prices, the total amount of each Bid and such other
details as the Tender Inviting Authority may consider appropriate, will be announced
by the General Manager (Tracks & Elevated)at the opening.
20.4 The Employer will prepare minutes of the Prequalification and Price Bid opening,
including the information disclosed to those present in accordance with Sub -
Clause 20.1 & 20.3.
22.1 From the time of Bid opening to the time of contract award, if any Bidder wishes to
contact the Employer on any matter related to the Bid, it should do so in writing.
22.2 To assist in the examination, evaluation, and comparison of Bids, the Employer
may, at the Employer‘s discretion, ask any Bidder for clarification of the Bidder‘s
Bid, including breakdowns of unit rates. The request for clarification and the
response shall be in writing or by cable, telex, or facsimile, but no change in the
Signature of Bidder Page 22 of 261
22.3 Any effort by the Bidder to influence the Tender Inviting Authority in the Employer‘s
Bid evaluation, Bid comparison or contract award decisions may result in the
rejection of the Bidders‘ Bid.
23.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid
23.2 A substantially responsive Bid is one which conforms to all the terms, conditions,
and specifications of the Bidding documents, without material deviation or
reservation. A material deviation or reservation is one
(a) Which affects in any substantial way the scope, quality, or performance of the
works;
(b) Which limits in any substantial way, inconsistent with the bidding documents, the
Employer‘s rights or the Bidder‘s obligations under the Contract; or
(c) Whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive Bids.
23.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.
24.1 Bids determined to be substantially responsive will be checked by the Employer for
any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) Where there is a discrepancy between the price quoted in figures and in words,
the lowest will be taken.
24.2 The amount stated in the Bid will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and, with the concurrence of the
Bidder, shall be considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount, the Bid will be rejected, and the Bid Security may be
forfeited in accordance with Sub-Clause 15.3 (c).
25.1 The Employer will evaluate and compare only the bids determined to be
substantially responsive in accordance with Clause 23.
25.2 In evaluating the bids, the Employer will determine for each Bid the evaluated Bid
price by adjusting the Bid price by making any correction for errors pursuant to
Clause 24.
25.3 Evaluation of the bid prices will be made entirely on rates quoted in
Schedule-A only.
Evaluation Criteria
Sl.
Schedule Amount (in INR)
No.
1 Price quoted in schedule A To be quoted by the bidder
2 Price as per schedule B 2,00,00,000/-
3 Goods & Service Tax To be quoted by the bidder
4 Total including Taxes To be quoted by the bidder
Note: Bidder has to fill the Summary Sheet for Bid Prices attached after price
Schedule-B.
F. Award of Contract
26.1 Subject to Clause 27, the Employer will award the Contract to the Bidder whose Bid
has been determined to be substantially responsive to the bidding documents and
who has offered the lowest evaluated Bid price, provided that such Bidder has been
determined to be
26.2 In determining the lowest evaluated price the following practice will be considered:
ii) In case of discrepancy between prices quoted in words and in figures, whichever
is minimum will be taken.
27. Rates to Include The tendered rates for the items should be inclusive of all items of
works required for the proper execution of the items (viz) watering, barricading,
lighting, watching, safety arrangements in the interest of traffic, safeguarding the
underground services etc, and no claim for extra payment on any score will be
entertained. The rates to be tendered should be inclusive of Goods and Service Tax
and other taxes in force. 1-28 Preliminary specification etc, in
CPWD/DSR/CMWSSB/TNEB/HW/BSNL will form part of the Agreement.
28. Employer‟s Right to Accept any Bid and to Reject any or all Bids
(2) The Tender Accepting Authority, before passing the order accepting a tender, may
also reject all the tenders for reasons such as changes in the scope of procurement,
new technologies or substantial design changes, lack of anticipated financial
resources, Court orders, accidents or calamities and other unforeseen circumstances.
29.1 The Bidder whose Bid has been accepted will be notified of the award by the
General Manager (Tracks & Elevated)prior to expiration of the Bid validity period by
cable, telex, or facsimile confirmed by registered letter. This letter (hereinafter and
in the Conditions of Contract called the ―Letter of Acceptance‖) will state the sum
that the General Manager (Tracks & Elevated)will pay the Contractor in
consideration of the execution, completion, and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the Contract called the
―Contract Price‖).
29.2 The notification of award will constitute the formation of the Contract, subject to the
Bidder furnishing the Performance Security in accordance with Clause 30 and
signing the Agreement in accordance with Sub-Clause 29.3.
29.3 The bidder shall have to enter into an agreement with the General Manager (Tracks
& Elevated)within 30 days from the date of receipt of letter of acceptance. The form
of agreement will have to be stamped at the stamp office at the cost of the bidder.
29.4 Upon the furnishing by the successful Bidder of the Performance Security, the
General Manager (Tracks & Elevated)will promptly notify the other bidders that their
bids have been unsuccessful.
30.1 Within 14 days after receipt of the Letter of Acceptance, the successful Bidder shall
deliver to the Director (Projects), a Performance Security. The Performance
Security (Security Deposit) will be 7.5 % of the contract amount from any
Nationalized/ Scheduled PSU Bank in favour of Chennai Metro Rail Limited
payable at Chennai, irrevocable Bank Guarantee. However, it is open to the
General Manager (Tracks & Elevated)to insist on higher deposit as per rules in
force.
30.2 Failure of the successful Bidder to comply with the requirements of Sub-Clause 29.1
shall constitute sufficient grounds for cancellation of the award and forfeiture of the
Bid Security.
30.3 As per Council Resolution N. 456/2002, Dt: 28-11-2002 the amount of Additional
Security Deposit to be paid by the Contractor along with the tender for various
percentage of rebate are as follows:
15% to 20% 50% of Difference between Office value of work and Tender
amount.
30.4 The Contractors has to pay the Additional Security Deposit in the form of National
Savings Certificate/ Small savings Instrument / Deposits / Accounts Pledged in
favour of Chennai Metro Rail Limited payable at Chennai, irrevocable bank
guarantee. However, it is open to the General Manager (Tracks & Elevated)to insist
on higher deposit as per rules in force.
30.5 If any of the Contractor has not enclosed Additional Security Deposit for the
appropriate value in any one of the above form while submitting tender documents,
the tenders of such tenderers will be summarily rejected.
30.6 The Additional Security Deposit by the unsuccessful Tenders will be returned after
obtaining proper acknowledgement and absorbing official procedures.
30.7 If percentage of rebate is above 20% tenderer should furnish the break up details,
risk, cost and responsibility analysis and produce documents to prove the previous
experience and work on hand with performance certificate showing the satisfactory
completion of works entrusted in order to substantiate that the quoted rate is
workable for complete execution as detailed in tender.
31.1 Adjudicator:
The General Manager (Tracks & Elevated)will propose the person to be appointed as
Adjudicator under the Contract.
31.2. Arbitration
In case of any dispute or difference between the parties to the contract either during
progress or after the completion of the work or after the termination, abandonment, or
breach of contract or as to any matter or thing arising there under except as to the matters
left to the sole discretion of the General Manager (Tracks & Elevated)as to the withholding
by the payment of any bill to which the contractor may claim to be entitled, then either party
shall forthwith give to the other, notice of such dispute or difference shall be referred to the
Arbitrator and the award of such Arbitrator shall be Final binding on the parties, progress of
work shall not be suspended or delayed on account of the reference of the dispute to
arbitration under this clause.
Either party within a period shall be fixed by the arbitration file before the arbitration
statement of the case and also shall all documents relating to or having a hearing on the
case The Arbitrator shall not be bound to observe the ordinary rules of procedure applicable
to trails before judicial Tribunals nor to hear or receive formal evidence, but may pass an
Signature of Bidder Page 26 of 261
The expenses of such reference to Arbitration shall be awarded by the Arbitrator in his
discretion subject to the condition that the amount of expenses awarded to either party shall
not exceed the limits set forth, irrespective of the actual expenses incurred by either party.
The arbitrator may determine the amount of expenses to be awarded or direct the same to
be shared as between solicitor and client or as party, and party and shall direct by whom
and to whom and what manner the same shall be borne and paid.
The limits referred in this clause are 5 % monitory award which does not exceeds Rs.
10,000/-, 3 % on which next Rs. 40,000/- or any part thereof, 2 % on the next Rs.
50,000/- or any part thereof.
The bidder shall observe highest standard of ethics during bidding process and execution of
the project.
“Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution.
The General Manager (Tracks & Elevated)will reject a proposal for award if it determines
that the Bidder recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question.
33. Insolvency: If the Contractor is declared insolvent under any applicable law, the
Employer may by notice in writing terminate the contract immediately. The contractor shall
then demobilize from the site leaving behind; any contractor‘s equipment which the
employer instructs in the notice is to be used until the completion of work.
34. Taking Over: The Employer shall notify the contractor when he considers that the
Contractor has completed the works stating the date accordingly. Alternatively, the
Employer may notify the Contractor that the works are ready for taking over, stating the
date accordingly.
The following are Compensation Events unless they are caused by the Contractor.
(a) The Authority does not give access to a part of the Site mentioned in the current
milestone.
(b) The Authority modifies the schedule of other contractors in a way which affects the
work of the contractor under the contract.
(c) Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of Letter of Acceptance from the information issued to
Bidders (including the Site Investigation Reports), from information available publicly
and from a visual inspection of the Site.
(d) The Engineer gives an instruction for dealing with an unforeseen condition, caused
by the Authority, or additional work required for safety or other reasons.
(g) Other Compensation Events listed in the Contract Data or mentioned in the Contract
if a Compensation Event would prevent the work being completed before the
intended completion data, the intended completion date is extended. The Engineer
has to decide by how much the intended completion date has to be extended.
The Contractor has to not be entitled to compensation to the extent that the
Authority‘s interests are adversely affected by the contractor not having given early
warning or not having cooperated with the Engineer.
Minimum Total
Sl No Position Number
Qualification Experience
Project
1 BE (Civil) 1 10
3.2 (e) Coordinator
Site
3.4 (c) 2 BE (Civil) 1 5
Engineer
Electrical
3 DCE (Civil) 1 5
Engineer
Site Supervisor /
4 DCE (Civil) 1 5
Surveyor
The minimum amount of liquid assets and /or credit facilities net of other
3.2 (g)
contractual commitments of the successful bidder shall be
3.4 (d)
10% of the value of work
Audited Balance sheet for the last 5 financial years. Attested copies to be
3.2 (f)
attached.
Information regarding any litigation current or during the last 5 financial
years in which the bidder is involved the parties concerned and disputed
3.2 (i)
amount. Forms - 8, 9 & 10 should filled up in a Rs.20/- stamp paper
signed by notary public and attached.
Bid Capacity > value of the works
Bid Capacity = A x N x 1.5 – B
A= Maximum Value of Construction work executed in any one year during
3.4 (f) the last 5 financial years
B= Existing Commitments and on going works to be completed during the
next two years.
N= No. of Years for completion of the work.
B. Bidding Documents
7.2 The number of copies of the Bid to be completed and returned shall be
ONE
(7.2) (16.1) The number of copies of the Bid to be completed and returned shall be
ONE
(12.3) The rates and prices quoted by the Bidder shall not be subject to
adjustment during the performance of the Contract
(14.1) The period of Bid validity shall be 120 days after the deadline for Bid
submission specified in the Bid Data sheet.
(15.1) The amount of Bid Security shall be Rs. INR 8,84,000/- (Rupees Eight
Lakhs Eighty Four Thousand only) as provided in the Invitation to Bid or
other forms as per conditions of contract]
D. Submission of Bids
(18.1) The address for the purpose of Bid submission is Director (Projects),
Chennai Metro Rail Limited, Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu, Chennai –600107, Tamil Nadu,
India.
(17.3) The deadline for submission of bids shall be 12/Oct/2017 up to 14.00 Hrs
F. Award of Contract
(30.0) The Standard Form of Performance Security acceptable to the General
Manager (Tracks & Elevated)shall be as per section IX
3. Qualification Information
Date:…………………………
1. Being duly authorized to represent and act on behalf of ….....… [Name of the
Bidder], hereinafter, ―The Bidder‖ and having reviewed and fully understand all the
bidding information provided, the undersigned hereby applies to be pre-qualified by
yourselves as a bidder for the ………... [Insert Name of the work]‖.
2. The Bid is made in the full understanding of the following and declares:
b) We, including any subcontractors or suppliers for any part of the contract, do not
have any conflict of interest in accordance with ITB Sub-Clause 2.4.
c) We, in accordance with GCC Sub-Clause & Appendix to Bid, plan to subcontract
the following key activities or parts of the works to the following sub contractors.
d) We understand that you may accept/ reject any Bidding, cancel the Bidding
process at any time and reject all the Bids and that you are not bound either to
accept any Bids that you may received without incurring any liability to the
Bidders, in accordance with ITB Clause 27.
e) We understand that your Agency will not be liable for any such actions and will
be under no obligation to inform the Bidder of the grounds from them.
i) Income Tax and Sales Tax clearance certificates for the last three years issued
by the appropriate authority:
iii) The place of incorporation (for Bidders that are corporations) or the place of
registration and the nationality of the owner (s) for Bidders that are
partnerships or individually owned firms).
5. The Chennai Metro Rail Limited and its authorized representatives are hereby
authorized to conduct any inquiries or investigations to verify the statements,
documents and information submitted in connection with this Bid, and to seek
clarification from our bankers and clients regarding any financial and technical
aspects. This Prequalification Bid Submission Sheet will also serve as authorization
to any individual or authorized representative or any institute referred to in the
supporting information to provide such information deemed necessary and
requested by the Chennai Metro to verify statements and information provided in
this Bids, or with regard to the resources, experience and competence of the
Bidder.
6. The Chennai Metro Rail Limited and its authorized representatives may contact the
following persons for further information:
Personnel
Technical Enquiries
7. Appended to this Bids, we give details of the participation of each party, including
capital contribution and profit/ loss agreements, to the joint Venture or associations.
We also specify the financial commitment in terms of the percentage of the value of
the/ each contract, and the responsibilities for execution of the/each contract.
8. We confirm that in the event that we submit bid, that as well as any resulting
contract will be:
ii) Submitted with a Joint Venture agreement providing the joint and several
liabilities of all partners in the event the contract is awarded to us.
9. The undersigned declare that the statement made and the information provided in
the duly completed Bids are complete, true, and correct in every detail.
Name:……………………………………………………………………………………………
Signed
……………………………………………………………………………………………..
Date ……………………………
I/We agree that if, at any stage, it is found that this declaration is untrue, the bid security/
performance security paid by me/ us will be forfeited and the contract entered will stand
cancelled at the risk and cost of contractor. It is understood that the relationship with the
officer referred to herein will be restricted to those referred in Cl.2.4 of ITB.
Place:
Date:
3. QUALIFICATION INFORMATION
3 Telex No
Fax No.
E-Mail
Type of Organization
Individual
4
Partnership
Incorporated company
Year & place of establishment
5
Give brief description of field/ areas in which you have
executed work. Please furnish details and particulars
6
of such works in the relevant formats attached.
five years)
Note: In the case of Joint venture/ consortium/ group, the lead bidder shall submit the
answers as per the above questionnaire pertaining to each firm in the group.
ANNEXURE 1
Years of Experience in
Sl No Name Position Qualification
the relevant field
Application Information
1. In the case of single entity, articles of incorporation or constitution of the legal entity named
above.
3. In case of JV, power of attorney for lead member of consortium by other JV partner
Partner
Year
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Year
Total Revenue
Historical financial statements must be complete, including all schedules to the financial
statements
Note: Bidder and Each member of JV/ consortium/ group must furnish details separately in
this form
(Bidder and/or Each member of Joint Venture/ consortium/ group must fill in this form)
Total
Signature of Bidder
Brief technical description
Year of Starting
(Each bidder or member of JV/ consortium/ group must fill in this form)
Percentage completed
Works
Page 45 of 261
45
Sl N0 3.9
Signature of Bidder
Brief technical description
Year of Starting
(Each bidder or member of JV/ consortium/ group must fill in this form)
Page 46 of 261
46
Name of the
Project /works and its
location (phase of work)
Signature of Bidder
Construction cost in Rs./
Entire cost of your portion
Year of Starting
Percentage completed
(Each bidder or member of JV/ consortium/ group must fill in this form)
(INDICATE PLACE OF WORK FOR WHICH FIRM IS RESPONSIBLE)
works
consultant if any
Page 47 of 261
47
Sl No
Signature of Bidder
Brief technical description
(DURING LAST 5 YEARS)
Year of Starting
3.11 COMPLETED WORKS IN WHICH FIRM WAS THE LEAD PARTNER
Percentage Completed
works
Page 48 of 261
48
Sl No
Signature of Bidder
Name & Address of client
(DURING LAST 5 YEARS)
Entire
Construction cost of
Project (in Rs)
Year of Completion
(Each bidder or member of JV/ consortium/ group must fill in this form)
3.12 COMPLETED WORKS IN WHICH FIRM WAS IN JOINT VENTURE
Actual
Page 49 of 261
49
3.13 DETAILS OF SUB CONTRACTOR AND THEIR RESPONSIBILITES
1. Act means the Tamil Nadu transparency in Tenders Act, 1998 (Tamil Nadu Act 43 of
1998).
3. Adjudicator: The General Manager (Tracks & Elevated)will propose the person to
be appointed as Adjudicator under the contract in the Letter of Acceptance.
5. The Authority (CMRL) or his authorised representative is the party who Employs the
Contractor to carry out the Works
7. Bill of Quantities means the priced and completed Bill of Quantities forming part of
the Bid.
10. The Completion Date is the date of completion of the Works as certified by the
Director of Projects.
11. The Contract is the Contract between the Authority and the Contractor to execute,
complete, and maintain the Works. It consists of the documents listed in Clause
11.1
12. The Contractor is a person or corporate body whose Bid to carry out the Works has
been accepted by the Authority.
13. Tenderer or Bidder: Any person, firm or Corporation submitting a tender for the
work contemplated, acting directly or through a duly authorized representative.
14. The Contractor‟s Bid is the completed bidding document submitted by the
Contractor to the Authority.
16. The Contract Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
18. A Defect is any part of the Works not completed in accordance with the Contract.
20. The Defects Liability Period is the period named in the Contract Data and
calculated from the Completion Date.
21. Drawings include calculations and other information provided or approved by the
Engineer-In-Charge for the execution of the Contract.
22. The Authority (CMRL) is the party who employs the Contractor to carry out the
Works
23. The Engineer is the person named in the Contract Data (or any other) competent
person appointed by the General Manager (Tracks & Elevated)and notified to the
Contractor, to act in replacement of the Engineer) who is responsible for supervising
the execution of the Works and administering the Contract.
24. Equipment is the Contractor‘s machinery and vehicles brought temporarily to the
Site to construct the Works.
25. The Initial Contract Price is the Contract Price listed in the Authority‘s Letter of
Acceptance.
26. The Intended Completion Date is the date on which it is intended that the
Contractor has to complete the Works. The Intended Completion Date is specified in
the Contract Data. The Intended Completion Date may be revised only by the
Engineer-In-Charge by issuing an extension of time.
27. Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.
28. Plant is any integral part of the Works that has to have a mechanical, electrical,
chemical, or biological function.
29. The Site is the area defined as such in the Contract Data.
30. Site Investigation Reports are those that were included in the bidding documents
and are factual and interpretative reports about the surface and subsurface
conditions at the Site.
32. The Start Date is given in the Contract Data. It is the latest date when the
Contractor has to commence execution of the Works. It does not necessarily
coincide with any of the Site Possession Dates.
33. Subcontractor is a person or corporate body who has a Contract with the
Contractor to carry out a part of the work in the Contract, which includes work on the
Site.
34. Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Works.
35. Two-cover system means a procedure under which the bidders are required to
simultaneously submit two separate sealed covers, one containing the Earnest
Money (Bid security) and the details of their capability to undertake the tender which
will be opened first and the second cover containing the price quotation which will be
opened only if the bidder is found qualified to execute the Bid.
Table of Contents
Section Particulars
From To
----------------------- ---------------------------
----------------------------- --------------------------
Sub:
This is to notify you that your Bid dated [date] for execution of the [name of the Contract
and identification number, as given in the Contract Data] for the Contract Price of
………………[amount in numbers and words], is hereby accepted by our Agency.
(b) You are hereby requested to furnish performance security in the form detailed in
Cl. 29.1 of ITB for an amount of Rs. …………… within 14 days of the receipt of
the Letter of Acceptance. The performance security IN THE FORM OF Bank
Guarantee shall be valid up to 2 (Two) years after completion of work certified
by the Engineer in Charge. You are requested to sign the Contract within --------
days from the date of receipt of this letter, failing which action as stated in ITB
will be taken
(c) You are hereby instructed to proceed with the execution of the said Works in
accordance with the Contract documents.
Authorized Signature:
Name of Agency:
Attachment: Agreement
2. Contractor‟s Bid
We offer to execute the [name and identification number of Contract] in accordance with
the Conditions of Contract accompanying this Bid for the Contract Price of [amount in
numbers], [amount in words].
We accept the appointment of [name proposed in Letter of Acceptance] as the Adjudicator.
[or]
We do not accept the appointment of [name proposed in Letter of Acceptance] as the
Adjudicator, and propose instead that [name] be appointed as Adjudicator, whose daily
fees and biographical data are attached.
This Bid and your written acceptance of it shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any Bid you receive.
We hereby confirm that this Bid complies with the Bid validity and Bid Security required by
the bidding documents and specified in the Bidding Data.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and
to contract execution if we are awarded the contract, are listed below:
Purpose of Commission or
Name and address of agent Amount
gratuity
Authorized Signature:
Name of Bidder:
Address:
3. Agreement
Whereas the Employer is desirous that the Contractor execute [name and identification
number of Contract] (hereinafter called ―the Works‖) and the Employer has accepted the
Bid by the Contractor for the execution and completion of such Works and the remedying
of any defects therein.
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to,
and they shall be deemed to form and be read and construed as part of this
Agreement.
In Witness whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
From To
___________________ Dt.
Sir,
*****
The work should be commenced forthwith and carried out in accordance with the
rate of progress specified in the articles of agreement and completed within time limit i.e., --
---------- months specified therein.
Director (Projects)
CONDITIONS OF CONTRACT
A. General
Definitions
2. Act means the Tamil Nadu transparency in Tenders Act, 1998 (Tamil Nadu Act 43 of
1998).
4. Adjudicator: The General Manager (Tracks & Elevated)will propose the person to
be appointed as Adjudicator under the contract.
6. The Authority (CMRL) or his authorised representative is the party who Employs the
Contractor to carry out the Works
8. Bill of Quantities means the priced and completed Bill of Quantities forming part of
the Bid.
11. The Completion Date is the date of completion of the Works as certified by the
Authority.
12. The Contract is the Contract between the Authority and the Contractor to execute,
complete, and maintain the Works. It consists of the documents listed in Clause 2.3
below.
13. The Contractor is a person or corporate body w4hose Bid to carry out the Works
has been accepted by the Authority.
15. The Contractor‟s Bid is the completed bidding document submitted by the
Contractor to the Authority.
16. Bid Price: The prices and discounts quoted by the bidder in the letter of bid and in
the bill of quantities.
17. The Contract Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
19. A Defect is any part of the Works not completed in accordance with the Contract.
20. The Defects Liability Certificate is the certificate issued by Authority upon
correction of defects by the Contractor.
21. The Defects Liability Period is the period named in the Contract Data and
calculated from the Completion Date.
22. Drawings include calculations and other information provided or approved by the
Authority for the execution of the Contract.
23. The Authority (CMRL) is the party who employs the Contractor to carry out the
Works
24. The Authority is the person named in the Contract Data (or any other) competent
person appointed by the CMRL and notified to the Contractor, to act in replacement
of the Authority) who is responsible for supervising the execution of the Works and
administering the Contract.
25. Equipment is the Contractor‘s machinery and vehicles brought temporarily to the
Site to construct the Works.
26. The Initial Contract Price is the Contract Price listed in the Authority‘s Letter of
Acceptance.
27. The Intended Completion Date is the date on which it is intended that the
Contractor has to complete the Works. The Intended Completion Date is specified in
the Contract Data. The Intended Completion Date may be revised only by the
Authority by issuing an extension of time.
28. Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.
29. Plant is any integral part of the Works that has to have a mechanical, electrical,
chemical, or biological function.
30. The Site is the area defined as such in the Contract Data.
32. Specification means the Specification of the Works included in the Contract and
any modification or addition made or approved by the Authority.
33. The Start Date is given in the Contract Data. It is the latest date when the
Contractor has to commence execution of the Works. It does not necessarily
coincide with any of the Site Possession Dates.
34. Subcontractor is a person or corporate body who has a Contract with the
Contractor to carry out a part of the work in the Contract, which includes work on the
Site.
35. Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Works.
36. Two-cover system means a procedure under which the bidders are required to
simultaneously submit two separate sealed covers, one containing the Earnest
Money (Bid security) and the details of their capability to undertake the tender which
will be opened first and the second cover containing the price quotation which will be
opened only if the bidder is found qualified to execute the Bid.
The Engineer shall make any variation of the form, quality or quantity of the works or
any part thereof that may, in his opinion, be necessary and for that purpose, or if for
any other reason it shall, in his opinion, be appropriate, he shall have the authority to
instruct the Contractor to do and the Contractor shall do any of the following:
(a) Increase or decrease the quantity of any work included in the Contract,
(b) Omit any such work (but not if the omitted work is to be carried out by the Authority
or by another contractor).
(c) Change the character or quality or kind of any such work (d) Change the levels,
lines, position and dimensions of any part of the works.
(e) Execute additional work of any kind necessary for the completion of the Works, or
(f) Change any specified sequence or timing of construction of any part of the works.
No such variation shall in any way vitiate or invalidate the Contract but the effect if any,
of all such variations shall be valued in accordance with Clause 52, provided that
where the issue of an instruction to vary the works is necessitated by some default of
or breach of contract by the Contractor or for which he is responsible, any additional
cost attributable to such default shall be borne by the Contractor.
A Variation is an instruction given by the Authority which varies the Works. A variation
may an alteration/ alterations, addition / additions and omission / omissions.
The Works are what the Contract requires the Contractor to construct, install, and turn
over to the Authority, as defined in the Contract Data.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male
significance. Words have their normal meaning under the language of the also
means female or neuter, and the other way around. Headings have no Contract
unless specifically defined. The Authority will provide instructions clarifying queries
about these Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions
of Contract to the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the Completion Date
and Intended Completion Date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the following order of
priority:
(1) Agreement,
(6) Specifications,
(7) Drawings,
(9) Any other document listed in the Contract Data as forming part of the
Contract.
3.1 The language of the Contract and the law governing the Contract are stated in the
Contract Data.
4. Decision of Authority
4.1 Except where otherwise specifically stated, the Authority will decide contractual
matters between the Authority and the Contractor in the role representing the
Authority.
Signature of Bidder Page 64 of 261
5.1 The Authority may delegate any of his duties and responsibilities to his sub-ordinates
except to the Adjudicator, after notifying the Contractor, and may cancel any
delegation after notifying the Contractor.
6. Communications
6.1 Communications between parties that are referred to in the Conditions shall be
effective only when in writing. A notice shall be effective only when it is delivered.
7. Subcontracting
7.1 The Contractor may subcontract with the approval of the Authority, but may not
assign the Contract without the approval of the Authority in writing. Subcontracting
shall not alter the Contractor‘s obligations. Any fault identified during the execution of
work carried out by the sub-contractor, the contractor will be liable to rectify the
defects as per the direction of the Authority
8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Authority between the dates given in the Schedule of
Other Contractors, as referred to in the Contract Data. The Contractor shall also
provide facilities and services for them as described in the Schedule. The Authority
may modify the Schedule of Other Contractors, and shall notify the Contractor of any
such modification.
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel, as referred to in the Contract Data, to carry out the functions stated in the
Schedule or other personnel approved by the Authority. The Authority will approve
any proposed replacement of key personnel only if their relevant qualifications and
abilities are substantially equal to or better than those of the personnel listed in
the Schedule.
9.2 If the Authority asks the Contractor to remove a person who is a member of the
Contractor‘s staff or work force, stating the reasons, the Contractor shall ensure that
the person leaves the Site within seven days and has no further connection with the
work in the Contract.
10.1 The Contractor carries the risks which this Contract states are Contractor‘s risks.
11.1 From the Starting Date until the Defects Correction Certificate has been issued, the
risks of personal injury, death, and loss of or damage to property (including, without
limitation, the Works, Plant, Materials, and Equipment) which are not Authority‘s
risks, but are of Contractor‘s risks.
12.1 The contractor shall have to provide a minimum insurance of man power and
equipments. This insurances cover should start from the date of starting of work and
should be valid up to the end of execution period. The responsibility of timely
payment of the premium as well as that of lodging claims as and when situation
arises will be that of contractor. All insurances which the contractor requires to enter
into under the contract shall be affected with an insurer or insurers and in terms
approved by the Authority.
The department shall not be liable for or in respect of any damages or compensation
payable by law in respect of or in consequences of any accident or injury to any
person in the employment of the contractor (other than accident or injury as may be
attributed to the department or its employees) & the contractor shall indemnify the
department against all such damages and compensations and against all actins,
suits, claims, cost or expenses arising there from. The contractor shall insure against
such liabilities and shall continue such insurance during the whole of the time that
any persons are employed by him on the works
If the contractor fail to effect and keep in force the insurances referred to or any
other insurance which he may be required to effect under the terms of the contract
then and in any such case the department may effect and keep in force any such
insurance and pay such premiums as may be necessary for the purpose and from
time to time deduct the amount so paid by the department as aforesaid from any
moneys due or which may become due to the contractor or recover the same as a
debt due from the contractor.
12.4 Policies and certificates for insurance shall be delivered by the Contractor to the
Engineer in - Charge for the Engineer in - Charge approval before the Start Date. All
such Engineer in- Charge shall provide for compensation to be payable in the types
and proportions of currencies required to rectify the loss or damage incurred.
12.5 If the Contractor does not provide any of the policies and certificates required, the
Authority may affect the insurance which the Contractor should have provided and
recover the premiums the Authority has paid from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums shall be a debt
due.
12.6 Alterations to the terms of insurance shall not be made without the approval of the
Engineer in - Charge.
12.7 Both parties shall comply with any conditions of the insurance policies.
15.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Program submitted by the Contractor, as
updated with the approval of the Authority, and complete them by the Intended
Completion Date.
16.1 The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Authority, who is to approve them if they comply with the
Specifications and Drawings.
16.3 The Authority‘s approval shall not alter the Contractor‘s responsibility for design of
the Temporary Works.
16.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works, where required.
16.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Authority before this use.
17. Safety
17.1 The Contractor shall be responsible for the safety of all activities on the Site.
18. Discoveries
19.1 The Authority shall give possession of all parts of the Site to the Contractor.
20.1 The Contractor shall allow the Authority and any person authorized by the Authority
access to the Site and to any place where work in connection with the Contract is
being carried out or is intended to be carried out.
21.1 The Contractor shall carry out all instructions of the Authority which comply with the
applicable laws where the site is located.
22. Disputes
22.1 If the Contractor believes that a decision taken by the Authority was either outside
the authority given to the Authority by the Contract or that the decision was wrongly
taken, the decision shall be referred to the Adjudicator within 14 days of the
notification of the Authority‘s decision.
23.1. The Adjudicator shall give a decision in writing within 28 days of receipt of a
notification of a dispute.
23.2. The Adjudicator shall be paid daily at the rates specified in the contract data together
with reimbursable expenses of the type specified in the contract data and cost shall
be divided equally between the Authority and the Contractor, whatever the decision
is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to
an Arbitrator within 30 days of the Adjudicator‘s written decision. If neither party
refers the dispute to the Arbitration within the above 30 days, the Adjudicator‘s will
be final and binding.
23.3. The Arbitration shall be conducted in accordance with the arbitration published by
the Government of Tamil Nadu and in the place shown in the conditions of the
contract.
Should the Adjudicator resign or die, or should the Authority and the Contractor agree
that the Adjudicator is not functioning in Accordance with the provisions of the
contract; a new Adjudicator will be jointly appointed by the Authority and the
Contractor. In case of disagreement between the Authority and the Contractor, within
30 days, the Adjudicator shall be designated by the Appointing Authority, designated in
the contract data at the request of either party, within 14 days of receipt of such
request.
B. TIME CONTROL
25. Program
25.1 Within the time stated in the Contract Data, the Contractor shall submit to the
Authority for approval a Program showing the general methods, arrangements,
order, and timing for all the activities in the works.
25.2 If the delay is due to the failure attributable to the contractor, the Authority l have the
powers to decide whether to grant extension or not on the request for extension or
time from the contractor. If the extension is granted under such circumstances, the
contractor shall not be paid any revised rates or extra rates due to extension of time.
The quoted rates in the contract shall prevail during the extension period. The
25.3 An update of the program shall be a program showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the
remaining work, including any changes to the sequences of the activities.
25.4. The contractor shall submit to the Authority for approval an updated Program at
intervals no longer than the period stated in the contract data. If the Contractor does
not submit an updated program within this period, the Authority may withhold the
amount stated in the Contract Data from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Program has been submitted.
25.5. The Authority‘s approval of the program shall not alter the Contractors‘ obligations.
The contractor may revise the program and submit it to the Authority again at any
time. A revised Program shall show the effect of Variations and Compensation
events.
26.1 If the delay is due to the failure attributable to the contractor, the Authority l have the
powers to decide whether to grant extension or not on the request for extension or
time from the contractor. If the extension is granted under such circumstances, the
contractor shall not be paid any revised rates or extra rates due to extension of time.
The quoted rates in the contract shall prevail during the extension period. The
contractor shall have to pay liquidated damages as per contract date for the beyond
extended period.
26.2 If the delay is due to the failure attributable to the department or due to force, the
Authority shall have the power to decide whether extension of time is to be given or
not on request from the contractor of extension of time is given, the contractor shall
not be paid extra rate or revised rate due to extension of time. The quoted rates in
the contract shall prevail during extension period. The contractor has to pay
liquidated damages as per contract data for the beyond extended period.
27.1 The Authority may instruct the Contractor to delay the start or progress of any
activity within the Works.
If the contractor fails to complete the works within the period Specified in the
Contract Data or within any extended time allowed by the Authority, due to failure
attributable to the contractor, the contractor shall pay or allow the Corporation to levy
the amount mentioned in the table below as liquidated and ascertained damages for
every day beyond the said date or extended time as the case may be during which
the works shall remain unfinished. Liquidated and ascertained damages will be
levied at the rate of 0.05% (zero point zero five percentage) of the contract value of
the work for each day. The total liquidated and ascertained damages will be levied
up to a maximum of 10 % (ten percentage) of the value of the contract and if the
Signature of Bidder Page 69 of 261
28.1 Either the Authority or the Contractor may require the other to attend a management
meeting. The business of a management meeting shall be to review the plans for
remaining work and to deal with matters raised in accordance with the early
intimation procedure.
28.2 The Authority shall record the business of management meetings and provide copies
of the record to those attending the meeting and to the Authority. The responsibility
of the parties for actions to be taken shall be decided by the Authority either at the
management meeting or after the management meeting and stated in writing to all
who attended the meeting.
29.1. The Contractor shall intimate the Authority at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the quality of the work
increase the Contract Price or delay the execution of the Works. The Authority may
require the Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date. The estimate
shall be provided by the Contractor as soon as reasonably possible.
29.2. The Contractor shall cooperate with the Authority in making and considering
proposals for how the effect of such an event or circumstance can be avoided or
reduced by anyone involved in the work and in carrying out any resulting instruction
of the Authority
C. Quality Control
30.1. The Authority shall check the Contractor‘s work and notify the Contractor of any
Defects that are found. Such checking shall not affect the Contractor‘s
responsibilities. The Authority may instruct the Contractor to search for a Defect and
to uncover and test any work that the Authority considers may have a Defect.
30.2. Tests
30.3. If the Authority instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that it
does, or not the contractor shall pay for the test and any samples.
30.5. The Authority shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion, and is defined in the Contract
Data. The Defects Liability Period shall be extended for as long as Defects remain to
be corrected.
31.1. If the Contractor has not corrected a Defect within the time specified in the Authority
notice, the Authority will assess the cost of having the Defect corrected, and the
Contractor will have to pay this amount.
D. Cost Control
32.1 The Bill of Quantities shall contain items for the construction, installation, testing,
and commissioning work to be done by the Contractor.
33.1. Payment to the contractor will be made for the actual quantities only of the work,
performed or materials furnished accordance with the contract, and Tender
Accepting Authority shall be ordinarily permitted to vary the quantity finally ordered
only to the extent of 25 % either way of requirement indicated in the tender
documents. The payment will be made as per originally approved rate.
33.2 If requested by the Authority, the Contractor shall provide the Authority with a
detailed cost breakdown of any rate in the Bill of Quantities.
34. Variations
34.1. All Variations shall be included in updated Programs produced by the Contractor.
34.2 Individual items can be varied to any extent till the overall variation is within ±25% of
the contract price. Only when the variation exceeds ±25% of the overall contract
price, the rates for such quantities of the items which caused such variation shall be
mutually discussed and agreed to. The contractor shall have no claim on any items
deleted from the scope of work and the employer may delete any items at its own
discretion
35.1. In case of variation +25% of the BoQ to be executed at the same quoted rates.
Beyond this, the work will be carried out based on mutually agreed rates . The
Contractor shall provide the Authority with a quotation for carrying out the Variation
when requested to do so by the Engineer In-charge. The Authority shall assess the
quotation, which shall be given within seven days of the request or within any longer
period stated by the Authority and before the Variation is ordered.
35.2 If the work in the Variation corresponds with an item description in the Bill of
Quantities and if, in the opinion of the Authority, the quantity of work above the limit
35.3 If the Contractor‘s quotation is unreasonable, the Authority may order the Variation
and make a change to the Contract Price, which shall be based on the Authority own
forecast of the effects of the Variation on the Contractor‘s costs.
35.4 If the Authority decides that the urgency of varying the work would prevent a
quotation being given and considered without delaying the work, no quotation shall
be given and the Variation shall be treated as a Compensation Event.
35.5 The Contractor shall not be entitled to additional payment for costs that could have
been avoided by giving early intimation.
36.1 When the Program is updated, the Contractor shall provide the Authority with an
updated cash flow forecast.
37.1 The Contractor shall submit to the Authority monthly statements of the estimated
value of the work executed less the cumulative amount certified previously.
37.2 Payment will be made to the contractor under the certificates to be issued at
reasonable frequent intervals by the Authority. Within fourteen days of the
submission of each certificate an intermediate payment will be made of a sum equal
to 90 percent of the value of the work, as so certified and the balance of 10 percent
will be withheld and retained as a security for the due fulfillment of the contract.
Under the certificate to be issued by the Authority on completion of the entire works,
the contractor will receive the final payment of all the moneys due or payable to him
under or by virtue of the contract except security deposit, provided there is no
recovery from or forfeiture by the contractor to be made. No certificate of the
Authority shall be considered conclusive evidence as to be sufficiency of any work or
materials or correctness of measurements to which it relates, nor shall it relieve the
contractor from his liabilities to make good defects as provided by the contract. The
Contractor when applying for a certificate shall prepare a sufficiency certificate to the
satisfaction of the Authority to enable the Authority or the Director of Projects to
check the claim and issue the certificate.
37.4 The value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.
37.5 The value of work executed shall include the valuation of Variations and
Compensation Events.
38. Payments
38.1. Payments shall be adjusted for deductions for advance payments, retention and
other recoveries in terms of the contract and deduction at source of taxes as
applicable under the law.
38.2 Miscellaneous items that are not covered in the BOQ of schedule-A and SoR of
concerned department as stated in schedule-B shall be paid as per DSR 2016-
17(CPWD), if the item is not covered in DSR 2016 (CPWD), then it will be paid as
per TNPWD SoR 2016- 17. If the items are not covered in TNPWD SoR, then itt will
be paid as per Southern Railways Schedule of Rates (SoR), DSR rates for Chennai,
Last Approved Rate (LAR) of CMRL or other metros or market rates shall be
referred to in the order mentioned above for payment on the basis of measurement
recorded for the executed work. In case of payment by market rates, (+15 %) will be
considered for overheads and profits.
38.3 Miscellaneous items that are neither covered in the BoQ (Schedule-A) nor covered
under the schedule of rates of concerned department as per Schedule-B, their rates
and quantum of work of such items needs to be approved by CMRL before
commencing, in line with the provisions of contract.
39. Tax
39.1. The rates quoted by the contractor shall be deemed to be inclusive of the Goods and
Service Tax (GST), Duties and other levies on materials that the contractor will have
to pay for the performance of the contract, and the Authority will reform such duties
in regard to reduction of taxes at source as per law applicable. Any variation in
taxes, duties and levies during the currency of contract shall be borne by the
contractor.
40. Currencies
41.1 Deleted.
42. Retention
42.1 The Authority shall retain from each payment due to the Contractor the proportion
stated in the Contract Data until Completion of the whole of the Works.
42.2 On completion of the whole of the Works, half the total amount retained shall be
repaid to the Contractor and half when the Defects Liability Period has passed and
the Authority has certified that all Defects notified by the Authority to the Contractor
before the end of this period have been corrected.
Signature of Bidder Page 73 of 261
43.1 The Contractor shall pay liquidated damages to the Authority if he fails to execute and
complete the work within the period of completion, at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended
Completion Date. The total amount of liquidated damages shall not exceed the
amount defined in the Contract Data. The Authority may deduct liquidated damages
from payments due to the Contractor. Payment of liquidated damages shall not
affect the Contractor‘s liabilities.
43.2 If the Intended Completion Date is extended after liquidated damages have been
paid, the Authority shall correct any overpayment of liquidated damages by the
Contractor by adjusting the next payment certificate. The Contractor shall be paid
interest on the overpayment, calculated from the date of payment to the date of
repayment, at the rates specified in Sub-Clause 41.1.
44.1 Deleted
45. Securities.
45.1 The Performance Security shall be provided to the Authority not later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form
specified in Clause 30 of ITB. The Performance Security shall be valid upto 28 days
from the date of expiry of defect liability period mentioned in the Contract Data.
46.1 The Authority shall make advance payments in respect of materials intended for but
not yet incorporated in the works in accordance with the conditions stipulated in the
contract data. The Contractor is not eligible for secured advance if he has already
availed mobilization advance as per Clause 46.1.
47. Completion
47.1 The Contractor shall request the Authority to issue a certificate of Completion of the
Works, and the Authority will do so upon deciding that the work is completed.
48.1 The Authority shall take over the Site and the Works within seven days of the
Authority issuing a certificate of Completion.
49.1 The Contractor shall supply the Authority with a detailed account of the total amount
that the Contractor considers payable under the Contract before the end of the
Defects Liability Period. The Authority shall issue a Defects Liability Certificate and
certify any final payment that is due to the Contractor within 56 days of receiving the
Contractor‘s account if it is correct and complete. If it is not, the Authority shall issue
within 56 days a schedule that states the scope of the corrections or additions that
are necessary. If the Final Account is still unsatisfactory after it has been
resubmitted, the Authority shall decide on the amount payable to the Contractor and
issue a payment certificate.
50.1 ―As built‖ Drawings and/or operating and maintenance manuals are required to be
submitted to employer and the Contractor shall supply them by the dates stated in
the Contract Data/as per the instructions of Engineer-In-charge..
50.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated
in the Contract Data, or they do not receive the Authority approval, the Authority
shall withhold the amount stated in the Contract Data from payments due to the
Contractor.
51. Termination
51.1 The Authority or the Contractor may terminate the Contract if the other party causes
a fundamental breach of the Contract.
51.2 Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
(a) The Contractor stops work for 28 days when no stoppage of work is shown on
the current Program and the stoppage has not been authorized by the Authority;
(b) The Authority instructs the Contractor to delay the progress of the Works, and
the instruction is not withdrawn within 28 days;
(c) The Authority or the Contractor is made bankrupt or goes into liquidation other
than for a reconstruction or amalgamation;
(d) A payment certified by the Authority is not paid by the Authority to the Contractor
within 84 days of the date of the Authority certificate;
(e) The Authority gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Authority;
(f) The Contractor does not maintain a Security, which is required; and
(h) If the Contractor, in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
51.3 When either party to the Contract gives notice of a breach of Contract to the
Authority for a cause other than those listed under Sub-Clause 57.2 above, the
Authority shall decide whether the breach is fundamental or not.
51.4 Notwithstanding the above, the Authority may terminate the Contract for
convenience.
51.5 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secure, and leave the Site as soon as reasonably possible.
53. Property
53.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be
deemed to be the property of the Authority if the Contract is terminated because of
the Contractor‘s default.
54.1 If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Authority or the Contractor, the Authority shall certify
that the Contract has been frustrated. The Contractor shall make the Site safe and
stop work as quickly as possible after receiving this certificate and shall be paid for
all work carried out before receiving it and for any work carried out afterwards to
which a commitment was made.
1. GENERAL
1.1 The following special conditions of contract shall supplement the conditions of
contract. Whenever there is a conflict, the provision herein shall prevail over the
conditions of contract and / or those elsewhere.
1.2 The numbers given under each sub head represents the clause No. in conditions of
Contract.
1.3 The bidder shall inspect the site and quarries and satisfy himself about the
availability of the quality and quantity of materials required for the work.
1.4 The contractor shall make his own arrangements to procure all materials required for
the work.
1.5 The Contractor shall make his own arrangements for water supply required for the
work, at his own cost.
1.6 The Contractor shall make his own arrangements to obtain electricity for
consumption on the work, at his own cost.
2. LABOUR
The Contractor shall unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their
payment, housing, feeding and transport.
The Contractor shall, if required by the Engineer in charge, deliver to the Contractor,
a return in detail, in such form and at such intervals as the Engineer in charge may
prescribe, showing the staff and the numbers of the several classes of labour from
time to time employed by the Contractor on the site and such information, respecting
Contractor‘s Equipment as the Engineer in charge may require.
During continuance of the contract, the Contractor and his subcontractors shall abide
at all times by all existing labour enactments and rules made there under regulations,
notifications and by laws of the State or Central Government or local authority and
any other labour law (including rules), regulations, byelaws that may be passed or
notification that may be issued under any labour law in future either by the State or
the Central Government or the local authority. Some of the major laws that are
applicable to construction industry are given below. The Contractor shall keep the
Employer indemnified in case of any action is taken against the Employer by the
competent authority on account of contravention of any of the provisions of any Act of
rules made there under, regulations and notifications including amendments. If the
The Employees of the Contractor and the subcontractor in no case shall be treated as
the employees of the Employer at any point of time.
4.1 If either party is dissatisfied with the decision of the Adjudicator, the party
concerned, may within thirty days after receiving the decision of the Adjudicator
shall notify to the Director (Projects), of his intension to go in for arbitration. Within
30 days of receipt of notice from the Contractor/ Employer of his intention to refer
Signature of Bidder Page 78 of 261
4.2 In event of dispute or difference arising between the Employer and a contractor
relating to any matter arising out of or connected with this agreement, such disputes
or difference shall be settled in accordance with the Arbitration and Conciliation Act,
1996. The arbitration tribunal shall consist of 3 arbitrators, one each to be appointed
by the Employer and the Contractor. The third Arbitrator shall be chosen by the two
Arbitrators so appointed by the Parties and shall act as presiding arbitrator. In case
of failure of the two arbitrators appointed by the parties to reach upon a consensus
within a period of 30 days from the appointment of the arbitrator appointed
subsequently, the presiding Arbitrator shall be appointed by the Indian Council of
Arbitration.
4.3 If one of the portion fails to appoint its arbitrator in pursuance of sub- clauses above
within 30 days after arbitrator by the other party, then the presiding Arbitrator shall
be nominated by Indian Council of Arbitration shall appoint the arbitrator. A certified
copy of the order of the President of the institution of Engineers (India).
4.4 Arbitration proceedings shall be held at Chennai, India, and the language of the
arbitration proceedings and that of all documents and communications between the
parties shall be English.
4.5 The decision of the majority of arbitrators shall be final and binding upon both
parties. The cost and expenses of Arbitration proceedings will be paid as
determined by the arbitral tribunal. However, these expenses incurred by each party
in connection with the preparation, presentation, etc., of its proceedings as also the
fees and expenses paid to the arbitrator appointed by such party or on its behalf
shall be borne by each party itself.
4.6 In the event the value of the contract is up to Rs.5 Crores, the disputes or difference
arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be
appointed by agreement between the parties, failing such agreement, the
appointing authority is the Indian Council of Arbitration.
4.7 Performance under the contract shall continue during the Arbitration proceedings
and payments due to the contractor by the owners shall not be withheld, unless they
are the subject matter of the arbitration proceedings such as, but not limited to
matters related to quality of work.
4.8 Neither party is entitled to bring claim to arbitration unless the same is made before
the expiration of 30 days after defect liability period.
5. Income Tax
During the course of contract period deductions of Income Tax shall be made as per the
rule in the force of the gross amount of each bill or as directed by the Income Tax
6. Sales Tax
Valid Sales Tax Clearance or exemption certificate should be produced before the payment
of final bill, otherwise the final payment to the contractor will be withheld.
7.1 Charges for carrying out all the tests specified in specification on materials and
finished item of works should be borne by the contractor.
7.2 Charges for carrying out all the tests other than those specified in specification on
materials and finished item of work should be borne by the contractor / Employer as
below:
a) If the materials / works pass the tests, the charges will be borne by the employer.
b) If the materials / works fail the tests, the charges will borne by the contractor.
7.3 The Contractor should establish a field laboratory at the work site to carry out all
tests specified as well as not specified in the specification both for materials and
finished items of work in the presence of the Engineer.
8. Payment
8.1 Payment for the work done by the contractor will be based on measurements
recorded at various stages of the work by the Engineer or Officer authorized by the
Engineer. The Contractor or his authorized agent or representative shall be present
at the time of recording of each set of measurements and sign the measurement
book or leveling field book in token of their acceptance.
8.2 If for any reason the Contractor or his authorized agent is not available, and the
work is suspended by the Engineer to avoid recording of measurements in the
absence of the Contractor or his authorized agent, the department shall not
entertain any claim from the contractor for any loss incurred by him on this account.
If the Contractor or his authorized agent or representative does not remain present
at the time of such measurement may be taken in his absence and shall be deemed
to be accepted by the Contractor.
8.3 Any amount due to the department from the Contractor arising out of the Contract
will be received from the bills of the Contractor. If sufficient amount is not available
in the bills the same will be recovered under Revenue Act or from the amount due
to the Contractor under any other Contract
9. Extension of Time
9.1 If the delay is due to the failure attributable to the Contractor, the Engineer shall
have powers to decide whether to grant extension or not on the request for attention
of time from the Contractor. If the extension is granted under such circumstances,
9.2 For this fixed price contract, if the delay is due to failure attributable to the
department, or due to force, the Engineer shall have the power to decide whether
extension of time is to be given or not on request from the contractor. If extension of
time is given, the contractor shall not be paid extra rate or revised rate due to
extension of time. The quoted rates in the contract shall prevail during extension
period.
Extra item of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of works as directed by the Engineers.
The contract period is continuous from start date to intended completion date
including monsoon and non-monsoon seasons without any break.
The contractor shall not deposit materials at any site which will cause inconvenience
to Public. The Engineer may direct the Contractor to remove such materials or may
undertake the job at the cost of the Contractor.
The Contractor should arrange to provide accommodation for his staff & Laborers
he needs, at his own cost. The Contractor shall make his own arrangements for
supply of food-grains and other provisions to his staff and laborers including
controlled commodities. If women are employed in more than 50 at a place, the
Contractor shall arrange the crèches at his own cost.
It is the responsibility of the Contractor to make his own arrangements for water
supply and drainage for the work site, in his own cost. The distribution system
measures for purification of water, shall be the responsibility of the Contractor and
shall be accordance with rules and regulations of the Public Health Department. No
compensation will be allowed to the Contractor in this account.
18 Construction Plant
The Contractor shall provide and install at his own cost all necessary construction
tools and plant, equipment, machinery and shall use such methods and appliances
for the performance of all the operations connected with the work emprised under
the contract as will secure a satisfactory quality of work and rate of progress which
will ensure the completion of the work within the time specified.
19.1 The basic central lines, reference points and bench marks will be fixed by the
Department.
19.2 The Contractor shall establish at his own cost, at suitable points, additional
reference lines and bench marks as may be necessary. The Contractor shall remain
responsible for the sufficiency and accuracy and of all his bench marks and
reference lines. He shall take precaution to see that the lines, points and bench
marks fixed by the Department are not disturbed by his work and shall make good
to any such damages.
The Contractor shall be responsible for the correct setting out of all works at his
cost. The Contractor shall execute the work true to alignment, grade and levels as
shown in the drawings and as directed by the Engineer and shall check these at
frequent intervals. The Contractor shall provide all facilities like labour and
instruments, and shall co-operate with the departmental officers to check all
alignments, grades, levels and dimensions, such checking shall not absolve the
contractor of his own responsibility in maintaining the necessary of the work.
The Contractor will be permitted to use without charge, the site and the lands shown
for execution of work, labour, staff colonies, site offices, workshops or store and for
related activities. The Contractor shall not commence any operation on such lands,
except with the approval of the Engineer. If these lands are not adequate, the
Contractor may have to make his own arrangements for additional lands at his own
cost. The Contractor shall not demolish, remove or alter the structures, trees or
other facilities on the site without prior approval of the Engineer.
The rubbish shall be removed from the site as it accumulates. All surface and soil
drains shall be kept in a clean, sound and workmen like state. All the means of the
Contractor‘s operations shall be cleared before returning them to the Department.
The Contractor shall make good any damage or alteration made to property or land
handed over to him before these are returned.
Signature of Bidder Page 82 of 261
The Contractor shall protect adjoining sites against structural, decorative and other
damages that could be caused by the execution of these works and make good at
his cost any such damages.
In addition to the existing public roads, near the site of works and the roads
constructed by the Government in the works area, the Contractor may construct
and maintain additional roads as required at his own expenses and as per the
directions of the Engineer.
No work shall be done on holidays or during nights without the written permission
Engineer in charge and the Contractors shall comply with the provision of the
Factories Act, if and so far, they are applicable.
The contractor shall give prior information to the Police Department, if necessary,
for carrying out the work during night hours.
CONTRACT DATA
The Works consist of Construction of Foot Over Bridge (FOB) with escalator and lifts
at Alandur CMRL Metro Station and across GST Road at Km 12/6 of G.S.T Road
including various utility shifting works.
The commencement date shall be immediately from the date of issue of LoA..
The Completion period for the whole of the Works shall be 08 (eight) months from
the date of commencement.
MILESTONE DATES
1. The Contractor shall submit a revised Program for the Works within fifteen days
of delivery of the Letter of Acceptance.
7. The period between Program updates is 90 days. The amount to be withheld for late
submission of an updated Program is Rs. 1,00,000/-
The law that applies to the Contract is the law of Union of India.
10. Fees and types of reimbursable expenses to be paid to the Adjudicator: Decided at
the time of appointment of Adjudicator
11. Appointing Authority for the Adjudicator: Director (Projects), Chennai Metro Rail
Limited (CMRL),
12. Arbitration will take place in accordance with arbitration and conciliation act, 1996.
13. The proportion of payments retained is 2.5% (two point five percent.)
14. The liquidated damages for the whole of the Works are 0.05% of the final Contract
Price] per day. The maximum amount of liquidated damages for the whole of the
Works is ten percent (10%) of the final Contract Price.
15. The Bonus for the whole of the Works is NIL per day. The maximum amount of
Bonus for the whole of the Works is NIL percent of the final Contract Price.
16. The Performance Security shall be for the following minimum amounts equivalent as
a percentage of the Contract Price:
17. The date by which operating and maintenance manuals are required is within 28
days of issue of certificate of completion of whole or section of the work, as the case
may be.
*The date by which ―as-built‖ drawings are required is within 28 days of issue of
certificate of completion of whole or section of the work, as the case may be.
The amount to be withheld for failing to produce ―as built‖ drawings and/or operating
and maintenance manuals by the date required is Rs.1,00,000/-
TECHNICAL SPECIFICATIONS
1. Earthwork
1.1 General
The excavation shall be carried out to correct lines and levels. This shall also include,
where required, proper shoring to maintain excavations and also the furnishing, erecting
and maintaining of substantial barricades around excavated areas and warning lamps at
night. Rock excavated shall be stacked properly as approved by the Engineer-in-charge.
1.2 Clearing
The area to be excavated / filled shall be cleared of fences, trees, plants, logs, stumps,
bush, vegetation, rubbish, slush, etc. and other objectionable matter. If any roots or stumps
of trees are encountered during excavation, they shall also be removed. The material so
removed shall be disposed off as approved by the Engineer-in-charge.
1.3 Excavation
Excavation for permanent work shall be taken out to such widths, lengths, depths and
profiles as are shown on the approved drawings or such other lines and grades as may be
agreed with the Engineer-in-charge Rough excavation shall be carried out to a depth of 150
mm above the final level. The balance shall be excavated with special care for identification
of utility, if any, before excavation to the required depth.. Soft pockets shall be removed
below the final level and extra excavation filled up with material as approved by the
Engineer-in-charge. Should any excavation be taken below the specified elevations, the
Contractor shall fill it up with concrete of the same class as in the foundation resting
thereon, up to the required elevation at no cost to the department. Every precaution shall
be taken to prevent slips. If slips occur, the slipped material shall be removed and the slope
dressed to a modified stable slope.
1.4.1 General
All fill material shall be subject to the Engineer-in-charge‘s approval. If any material is
rejected by Engineer-in-charge, the Contractor shall remove the same forthwith from the
site. Surplus fill material shall be deposited /disposed off as directed by Engineer-in-charge
after the fill work is completed.
No earth-fill shall commence until surface water discharges and streams have been
properly intercepted or otherwise dealt with to the approval of the Engineer-in-charge.
To the extent available, selected surplus soil from excavations shall be used as backfill.
Backfill material shall be free from lumps, organic or other foreign material. All lumps of
earth shall be broken or removed unless otherwise stated. Where excavated material is
mostly rock, the boulders shall be broken into pieces not larger than 150 mm size, mixed
with properly graded fine material consisting of murrum or earth to fill the voids and the
mixture used for filling. If fill material is required to be imported, the Contractor shall make
arrangements to bring such material from outside borrow pits. The material and source
shall be subject to the prior approval of the Engineer-in-charge. The approved borrow pit
areas shall be cleared of all bushes, roots of trees, plants, rubbish, etc. Top soil containing
foreign material shall be removed. The materials so removed shall be disposed of as
directed by Engineer-in-charge. The Contractor shall provide the necessary access roads
to borrow areas and maintain the same if such roads do not exist.
1.4.3 Filling in pits and trenches around foundations of structures, walls, etc.
The spaces around the foundations, structures, pits, trenches, etc., shall be cleared of all
debris, and filled with earth in layers not exceeding 15 cm, each layer being watered,
rammed and properly consolidated to the satisfaction of Engineer-in-charge. Earth shall be
rammed with approved mechanical compaction machines. Usually no manual compaction
shall be allowed unless the Engineer-in-Charge is satisfied that in some cases manual
compaction by tampers cannot be avoided. The final backfill surface shall be trimmed and
leveled to a proper profile to the approval of the Engineer-in-charge.
The filling shall be done after the concrete or masonry is fully set and done in such a
manner as not to cause undue thrust on any part of the structure.
Plinth filling shall be carried out with approved material such as soil, sand or Murom as in
layers not exceeding 15 cm watered and compacted with mechanical compaction
machines. When filling reaches the finished level, the surface shall be flooded with water,
unless otherwise directed, for at least 24 hours, allowed to dry and then the surface again
compacted as specified above to avoid settlement at a later stage. The finished level of the
filling shall be trimmed to the level/slope specified.
At some locations/ areas, it may not be possible to use rollers because of space
restrictions, etc. The Contractor shall then be permitted to use pneumatic tampers,
rammers, etc. and he shall ensure proper compaction.
Where backfilling is required to be carried out with local sand it shall be clean, medium
grained and free from impurities. The filled-in-sand shall be kept flooded with water for 24
hours to ensure maximum consolidation. The surface of the consolidated sand shall be
dressed to required level or slope. Construction of floors or other structures on sand fill
shall not be started until the Engineer-in-charge has inspected and approved the fill.
If no compaction is called for, the fill may be deposited to the full height in one operation
and leveled. If the fill has to be compacted, it shall be placed in layers not exceeding 150
mm and leveled uniformly and compacted as indicated in relevant Clause before the next
layer is deposited.
To ensure that the fill has been compacted as specified, field and laboratory tests shall be
carried out by the Contractor.
Field compaction tests shall be carried out in each layer of filling until the fill to the entire
height has been completed. This shall hold good for embankments as well. The fill will be
considered as incomplete if the desired compaction has not been obtained.
The Contractor shall protect the earth fill from being washed away by rain or damaged in
any other way. If any slip occurs, the Contractor shall remove the affected material and
make good the slip.
Unless otherwise specified the compaction, where so called for, shall comply with minimum
90% compaction by Standard Proctor at moisture content differing not more than 4% from
the optimum moisture content. The Contractor shall demonstrate adequately by field and
laboratory tests that the specified density has been obtained.
2 Concrete
2.1 General
The Engineer-in-Charge shall have the right at all times to inspect all operations including
the sources of materials, procurement, layout and storage of materials, the concrete
batching and mixing equipment and the quality control system. Such an inspection shall be
arranged and the Engineer-in-Charge‘s approval obtained, prior to starting of concrete
work. This shall, however, not relieve the Contractor of any of his responsibilities. All
materials which do not conform to the Specifications shall be rejected.
2.2 Materials
2.2.1 Cement
Unless otherwise called for by the Engineer-in-charge, cement shall be ordinary Portland
cement conforming to IS: 2697, IS: 8112 or IS: 12269. Super Sulphated cement
conforming to IS 6909 or super resistant Portland cement conforming to IS 12330 or
Pozzolana Portland Cement conforming to IS 1489.
Only one type of cement shall be used in any one mix. The source of supply, type or brand
of cement within the same structure or portion thereof shall not be changed without
approval from the Engineer-In-Charge.
Cement which is not used within 90 days from its date of manufacture shall be tested at a
laboratory approved by the Engineer-In-Charge and until the results of such tests are found
satisfactory, it shall not be used in any work.
Aggregates shall be washed and screened before use where necessary or if directed by
the Engineer-in-Charge.
2.2.3 Water
Water used for both mixing and curing shall conform to IS: 456-2000 and free from
injurious amounts of oils, acids, alkalis, salts, sugar, organic materials that may be
deleterious to concrete or steel.
Potable water is generally considered satisfactory for mixing concrete. As a guide the
following concentrations represent the maximum permissible values:
In case of doubt regarding development of strength the suitability of water for making
concrete shall be ascertained by the compressive strength and initial setting time tests
specified in 2.2.3.2 and 2.2.3.3.
2.2.3.1 The sample of water taken for testing, shall represent the water proposed to be
used for concreting, due account being paid to seasonal variation. The sample shall not
receive any treatment before testing, other than that envisaged in the regular supply of
Signature of Bidder Page 90 of 261
2.2.3.2 Average 28 days compressive strength of at least three 150mm concrete cubes
prepared with water proposed to be used shall not be less than 90 percent of the average
of strength of three similar concrete cubes prepared with distilled water, The cubes shall be
prepared, cured and tested in accordance with the requirements of IS 516.
2.2.3.3 The initial setting time of test block made with the appropriate cement and the water
proposed to be used shall not be less than 30 min and shall not differ by±30min from the
initial setting time of control test block prepared with the lame cement and distilled water.
The test blocks shall be prepared and tested in accordance with the requirements of IS
4031 (Part 5).
Mixing or curing of concrete with sea water is not recommended because of presence of
harmful salt in water. Under unavoidable Circumstance sea water may be used for mixing
or curing in plain concrete with no embedded steel after having given due consideration to
possible disadvantages and precautions including use of appropriate cement system.
Water found satisfactory for mixing is also suitable for curing concrete. However, water
used for curing should not produce any objectionable stain or unsightly deposit on the
concrete surface. The presence of tannic acid or iron compounds is objectionable
2.2.4 Reinforcement
All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil,
mud or other coatings, which may destroy or reduce bond.
2.2.5 Admixtures
Admixtures may be used in concrete as per manufacturer‘s instructions only with the
approval of the Engineer-in-Charge. Accelerating, retarding, water reducing and air
entraining admixtures shall conform to IS: 9103 and integral water proofing admixtures to
IS: 2645.
All materials used for the works shall be tested before use.
Signature of Bidder Page 91 of 261
The Contractor shall furnish manufacturer‘s test certificates and technical literature for the
admixture proposed to be used. If directed, the admixture shall be got tested at an
approved laboratory at no extra cost.
For Design Mix Concrete, the mix shall be designed according to IS: 10262 and SP 23 to
provide the grade of concrete having the required workability and characteristic strength
not less than appropriate values given in IS: 456. The minimum cement content for Design
Mix Concrete shall be as per IS: 456.
The minimum cement content stipulated above shall be adopted irrespective of whether the
Contractor achieves the desired strength with less quantity of cement. It shall be the
Contractor‘s sole responsibility to carry out the mix designs at his own cost. He shall furnish
to the Engineer-in-Charge at least 30 days before concreting operations, a statement of
proportions proposed to be used for the various concrete mixes and the strength results
obtained. The strength requirements of the concrete mixes ascertained on 150 mm cubes
as per IS: 516 shall comply with the requirements of IS: 456.
Grades lower than M20 shall not be used for reinforced concrete (general) grading lower
than M25 shall not be used for reinforced concrete in liquid retaining structures.
Proportions of aggregates and cement, as decided by the concrete mix design, shall be by
weight. These proportions shall be maintained during subsequent concrete batching by
means of weigh batchers capable of controlling the weights within one percent of the
desired value.
Mix Designing and preliminary tests are not necessary for Nominal Mix Concrete. However,
works tests shall be carried out as per IS: 456.
Mixing
Concrete shall be mixed in a mechanical mixer conforming to IS 1791. The mixing shall be
continued until there is uniform distribution of materials and the mass is uniform in colour
and consistency. If there is segregation after unloading, the concrete should be remixed.
2.5 Formwork
Formwork shall be all inclusive and shall consist of but not be limited to shores, bracings,
sides of footings, walls, beams and columns, bottom of slabs etc. including ties, anchors,
hangers, inserts, false work, wedges etc.
a) Sufficiently rigid and tight to prevent loss of grout or mortar from the
concrete at all stages and appropriate to the methods of placing and
compacting.
c) Capable of providing concrete of the correct shape and surface finish within
the specified tolerance limits.
The faces of formwork coming in contact with concrete shall be cleaned and two coats of
approved mould oil applied before fixing reinforcement. Forms that have deteriorated shall
not be used. Before reuse, all forms shall be thoroughly scraped, cleaned, nails removed,
holes suitably plugged, joints repaired and warped lumber replaced to the satisfaction of
the Engineer-in-Charge.
Wire ties passing through beams, columns and walls shall not be allowed. In their place
bolts passing through sleeves shall be used. Formwork spacers left in-situ shall not impair
the desired appearance or durability of the structure by causing spalling, rust staining or
allowing the passage of moisture.
In all cases concrete shall be deposited as nearly as practicable directly in its final position
to avoid re-handling. To avoid segregation, concrete shall not be re-handled or caused to
flow. For locations where direct placement is not possible and in narrow forms and
Contractor shall provide suitable drops and ―Elephant Trunks‖. Concrete shall not be
dropped from a height of more than 1.0 m. Care shall be taken to avoid displacement of
reinforcement or formwork.
Concrete shall not be placed in flowing water. Under water, concrete shall be placed in
position by tremies or by pipeline from the mixer and shall never be allowed to fall freely
through the water.
While placing concrete the Contractor shall proceed as specified below and also ensure the
following:
c) Without disturbance to pipes, ducts, fixings and the like to be cast in; ensure that
such items are securely fixed. Ensure that concrete cannot enter open ends of pipes
and conduits etc.
e) In deep pours only when the concrete and formwork designed for this purpose and by
using suitable chutes or pipes.
f) Do not place if the workability is such that full compaction cannot be achieved
h) If placed directly onto hardcore or any other porous material, dampen the surface to
reduce loss of water from the concrete.
Concrete shall normally be compacted in its final position within thirty minutes of leaving the
mixer. Concrete shall be compacted during placing with approved vibrating equipment
without causing segregation until it forms a solid mass free from voids thoroughly worked
around reinforcement and embedded fixtures and into all corners of the formwork. When
placing concrete in layers advancing horizontally, care shall be taken to ensure adequate
vibration, blending and melding of the concrete between successive layers.
Curing and protection shall start immediately after the compaction of the concrete to
protect it from
4. vibration and impact which may disrupt the concrete and interfere with its bond to the
reinforcement
5. After the concrete has begun to harden i.e. 1 to 2 hr. after laying curing shall be
started.
8. When concrete is used as sub-grade for flooring, the flooring may be commenced
before the curing period of sub-grade is over, but curing of sub-grade shall be
continued along with the top layer of flooring for a minimum period of 7 days.
9. Curing may also be done by covering the surface with an impermeable material such
as polyethylene, which shall be well sealed and fastened.
The position and arrangement of construction joints shall be as indicated by the contractor
in his working drawings duly approved by the department. Concrete shall be placed without
interruption until completion of work between construction joints. If stopping of concreting
becomes unavoidable anywhere, a properly formed construction joint shall be made with
the approval of the Engineer-in-Charge.
Immediately after the shuttering is removed, all defective areas such as honey-combed
surfaces, rough patches, holes left by form bolts etc, shall be inspected by the Engineer-in-
Charge who may permit patching of the defective areas or reject the concrete work.
All through holes for shuttering shall be filled for full depth and neatly plugged flush with
surface.
For patching of defective areas all loose materials shall be removed and the surface shall
be prepared as approved by the Engineer-in-Charge.
Concreting during hot weather shall be carried out as per IS 7861 (Part I).
Adequate provision shall be made to lower concrete temperatures which shall not exceed
40 deg C at time of placement of fresh concrete.
For major and large scale concreting works the temperature of concrete at times of mixing
and placing, the thermal conductivity of the formwork and its insulation and stripping period
shall be closely monitored.
3.1 Fabrication
3.1.1 General
All workmanship and finish shall be of the best quality and shall conform to the best
approved method of fabrication. All materials shall be finished straight and shall be
machined/ground smooth true and square where so specified. All holes and edges shall be
free of burrs. Shearing and chipping shall be neatly and accurately done and all portions of
work exposed to view shall be neatly finished. Tolerances for fabrication of steel structures
conform IS 7215. Tolerances for erection of steel structures shall conform to IS 12843.
3.1.2 Welding
Welding shall be in accordance with IS 816, IS 819, IS 1024, IS 1261, IS 1323 and IS 9595
as appropriate.
The suitability and capacity of all plant and equipment used for erection shall be to the
satisfaction of the EIC.
All structural steel should be so stored and handled at the site that the members are not
subject to excessive stresses and damage.
Safety precaution during erection shall conform to IS 7205:1974. During erection, the steel
work shall be securely bolted or otherwise fastened and, when necessary, temporarily
braced to provide for all load to be carried by the structure during erection including those
due to erection equipment and its operation.
No riveting, permanent bolting or welding should be done until proper alignment has been
obtained.
All field assembly by bolts, rivets and welding shall be executed in accordance with the
requirements of shop fabrication excepting such as manifestly apply to shop conditions
only. Where the steel has been delivered painted, the paint shall be removed before field
welding, for a distance of 50 mm at least on either side of the joint.
3.3 Painting
All fabricated steel material, except those galvanised shall receive protective paint coating
as prescribed in IS 1477 Parts 1 & 2.
4. Brickwork
4.1 Materials
Bricks used in the works shall conform to the requirements laid down in IS: 1077, IS 2180,
IS 2222, IS 2691, IS 3952, IS 6165. The class of the bricks shall be as specifically indicated
in the respective items of work prepared by the Contractor.
Five bricks shall be tested. The average compressive strength shall be as per class
designation. The compressive strength of individual brick shall not be less than 20 % of the
specified value.
The classes and sub-classes of burnt clay solid bricks shall be as given in Table 1.
Table 1 – Classes of Burnt Clays Solid Bricks and their Principal requirements.
Water
Class
Compressive absorption (24
designation
Type of Brick strength hr. immersion Efflorescence
(see more
kg/cm2 Min percentage
below)
max.
Note: Each class of bricks shall further be divided into sub-classes A, B, etc. based on the
following:
Sub-class A – Tolerance limit shall be ± 3 percent and shall have smooth rectangular faces
with sharp corners and emit clear ringing sound.
Sub-class B – Tolerance limit shall be ± 8 percent and shall be permitted to have slight
distortion and round edges, provided no difficulty shall arise in laying of uniform courses.
Classification
(b) Class II
4.2.3.1 The facing bricks shall be made of clay, shale or mixture of these materials with or
without admixtures and burnt to meet the requirements of this standard. The coloring
material added to the clay shall be of suitable ceramic materials and shall be well
distributed throughout the body. The brick shall be of uniform colour.
4.2.3.2 The bricks shall be free from cracks, flaws and nodules of free lime and of even
texture. These shall be thoroughly burnt and shall have plane rectangular faces with
parallel sides and sharp straight right angled edges.
Dimensions Tolerances
Cm. Class I Mm Class I MM
19 ±3 ±5
9 ±2 ±3
4 ± 1.5 ±2
4.2.5.1 The average compressive strength obtained in accordance with the procedure laid
down in Table I of IS: 3495-1966 (Method of sampling and testing clay building bricks shall
not be less than 75kg/cm2 for Class I.
4.2.5.2 The water absorption requirement when tested in accordance with the procedure
laid down in Table 2 of IS: 3495-1966 for 24h immersion shall not exceed 15 percent.
4.2.5.3 When tested in accordance with the method specified in Table 3 of IS : 3495 –
1966 efflorescence requirements shall be ‗Nil‘ for both classes.
4.2.5.4 When measured in accordance with the method specified in Table 4 of IS: 3495 –
1966 the warpage for both classes shall not exceed 2.5 mm.
Five bricks shall be tested for water absorption and shall not exceed 20 % by weight upto
class 12.5 & 15% by weight for higher classes.
4.4 Efflorescence:
Five bricks shall be tested for efflorescence. The efflorescence shall be ‗nil‘ to ‗ moderate‘
Sample bricks shall be submitted to the Engineer-in-Charge for approval and bricks
supplied shall conform to approved samples. If demanded by Engineer-in-Charge, brick
samples shall be got tested as per IS: 3495 by Contractor. Bricks rejected by Engineer-in-
Charge shall be removed from the site of works within 24 hours.
Materials:
Water: Water used shall be clean and reasonably free from injurious or deleterious
materials such as oils, acids, alkalis, salts. Sand for masonry mortars shall confirm to IS
2116
Workmanship of brick work shall conform to IS: 2212. All bricks shall be thoroughly soaked
in clear water for at least one hour immediately before being laid. The cement mortar for
brick masonry work shall be as specified in the respective item of work prepared by the
Contractor.
Brickwork shall be kept constantly moist on all the faces for at least seven days after 24 hrs
of laying. The arrangement for curing shall be got approved from the Engineer-in-Charge.
Double scaffolding having two sets of vertical supports shall be provided to facilitate
execution of the masonry works. The scaffolding shall be designed adequately considering
all the dead, live and possible impact loads to ensure safety of the workmen, in accordance
with the requirements stipulated in IS: 2750 and IS: 3696 (Part - I). Scaffolding shall be
properly maintained during the entire period of construction. Single scaffolding shall not be
used on important works and will be permitted only in certain cases as decided by the
Engineer-in-Charge. Where single scaffolding is adopted, only minimum number of holes,
by omitting a header shall be left in the masonry for supporting horizontal scaffolding poles.
All holes in the masonry shall be carefully made good before plastering/ pointing.
All brick work shall be built tightly against columns, floor slabs or other structural members.
For resting RCC slabs, the bearing surface of masonry wall shall be finished on top with 12
mm thick cement mortar 1:3 and provided with 2 layers of Kraft paper Grade 1 as per IS:
1397 or 2 layer of 50micron thick polyethylene sheets.
RCC/ steel beams resting on masonry wall shall be provided with reinforced concrete bed
blocks of 150 mm thickness, projecting 150mm on either sides of the beam, duly finished
on top with 2 layer of Kraft paper Grade 1 as per IS: 1397 or 2 layers of 50micron thick
polyethylene sheets.
5.1 Materials
Stones for the works shall be of the specified variety which are hard, durable, fine grained
and uniform in colour (for superstructure work) free from defects like cracks, sand holes,
patterns of soft / loose materials veins, other defects. Quality and work shall conform to the
requirements specified in IS: 1597 (Part-I). The percentage of water absorption shall not
exceed 5 percent as per test conducted in accordance with IS: 1124. The Contractor shall
supply sample stones to the Engineer-in-Charge for approval. Stones shall be laid with its
grains horizontal so that the load transmitted is always perpendicular to the natural bed.
5.2 Scaffolding
Signature of Bidder Page 100 of 261
5.3 Workmanship
For all works below ground level the masonry shall be random rubble with ordinary quarry
dressed stones for the hearting and selected quarry dress stones for the facing.
For all R.R. masonry in superstructure the masonry shall be well bonded, faced with
hammer dressed stones with squared quoins at corners. The maximum thickness of joints
shall not exceed 20 mm. All joints shall be completely filled with mortar. When plastering or
pointing is not required to be done, the joints shall be struck flush and finished as the work
proceeds. Otherwise, the joints shall be raked to a minimum depth of 20 mm by a raking
tool during the progress of the work while the mortar is still green.
Green work shall be protected from rain by suitable covering. Masonry work shall be kept
constantly moist on all the faces for a minimum period of seven days for proper curing of
the joints.
All the walls in a building shall be provided with damp-proof course covering plinth to
prevent water from rising up the wall. The damp-proof course shall run without a break
throughout the length of the wall, even under the door or other opening. Damp-proof
course shall consist of minimum 50mm thick cement concrete of 1:2:4 nominal mix with
nominal reinforcement and approved water-proofing compound admixture conforming to IS:
2645 in proportion as directed by the manufacturer. Concrete shall be with 10mm down
graded coarse aggregates.
7.1 Materials
Timber shall be of the best quality conforming to IS 287, well seasoned by the suitable
process before being planed to the required sizes. Flush door shutters of the solid core
type with plywood face panel shall conform to IS: 2202 (Part-1)
Transparent sheet glass conform to the requirements of IS: 2835 or IS: 2553 (Part-1).
Wired and figured glass shall be as per IS: 5437. Builder‘s hardware for fittings and fixtures
shall be of the best quality from approved manufacturers. Each wooden door shutter shall
have a minimum of three hinges and two fastenings like tower bolt, handle and mortise lock
etc. floor stoppers, handles, kick plates etc. shall also be provided. Each window shutter
shall have minimum of 3 hinges and one fastening like tower bolt and one handle for
opening and closing.
7.2 Workmanship
The workmanship and finish of wood work in doors, windows, ventilators and partitions
shall be of a very high order. Contractor shall ensure that work is executed in a
professional manner by skilled carpenters for good appearance, efficient and smooth
operation of the shutters.
The workmanship shall generally conform to the requirements specified in IS: 4021.
8.1 Materials
Hot rolled steel sections for the fabrication of steel doors, windows and ventilators shall
conform to IS: 7452 which are suitable for single glazing.
Pressed steel door frames for steel flush doors shall be out of 1.25mm thick mild steel
sheets of profiles as per IS: 4351.
Transparent sheet glass shall conform to the requirements of IS: 2835. Wired and figured
glass shall be as per IS: 5437.
Builder‘s hardware of fittings and fixtures shall be of the best quality from the approved
manufacturers. Hot rolled sections shall confirm to IS 7452 Fire check doors shall conform
to IS 3614 Part 1 & 2. Steel windows for industrial buildings shall confirm to IS 1361.
8.2 Workmanship
All steel doors, windows and ventilators shall be of the type as specified in the respective
items of work prepared by the Contractor and of sizes as indicated in the Drawings
prepared by the contractor. Steel doors, windows and ventilators shall conform to the
requirements as stipulated in IS: 1038. Steel windows shall conform to IS: 1361 if so
specified.
9.1 Materials
The proportions of the cement mortar for plastering shall be as per approved drawings and
specifications. Cement and sand shall be mixed thoroughly in dry condition and then just
enough water added to obtain a workable consistency. The quality of water and cement
shall be as per relevant IS standards. The quality and grading of sand for plastering shall
conform to IS: 1542. Any mortar which is partially set shall be rejected and removed
forthwith from the site. Droppings of plaster shall not be re-used under any circumstances.
9.2 Workmanship
Preparation of surfaces and application of plaster finishes shall generally conform to the
requirements specified in IS: 1661 and IS: 2402. Plastering operations shall not be
commenced until installation of all fittings and fixtures such as door/ window panels, pipes,
conduits etc. are completed. All joints in masonry shall be raked as the work proceeds to a
depth of 10 mm / 20mm for brick/ stone masonry respectively with a tool made for the
purpose when the mortar is still green. The masonry surface to be rendered shall be
washed with clean water to remove all dirt, loose materials, etc., Concrete surfaces to be
rendered shall be roughened suitably by hacking or bush hammering for proper adhesion
of plaster and the surface shall be evenly wetted to provide the correct suction. The
This plaster shall be laid in a single coat of specified thickness. The mortar shall be dashed
against the prepared surface with a trowel. The dashing of the coat shall be done using a
strong whipping motion at right angles to the face of the wall or it may be applied with a
plaster machine. The coat shall be trowelled hard and tight forcing it to surface depressions
to obtain a permanent bond and finished to smooth surface. Interior plaster shall be carried
out on jambs, lintel and sill faces, etc. as shown in the drawing and as directed by the
Engineer-in-Charge.
This shall be applied in a single coat of specified thickness. Application of mortar shall be
as stipulated in above paragraph.
For external plaster, the plastering operation shall be commenced from the top floor and
carried downwards. For internal plaster, the plastering operations for the walls shall
commence at the top and carried downwards. Plastering shall be carried out to the full
length of the wall or to natural breaking points like doors/ windows etc. Ceiling plaster shall
be completed first before commencing wall plastering.
10.1 Materials
The cement mortar for pointing shall be in the specified proportion. Sand shall conform to
IS: 1542 and shall be free from clay, shale, loam, alkali and organic matter and shall be of
sound, hard, clean and durable particles. Sand shall be approved by Engineer-in-Charge
and if so directed it shall be washed/ screened to meet specification requirements.
10.2 Workmanship
Where pointing of joints in masonry work is specified, the joints shall be raked at least 15
mm/ 20 mm deep in brick/ stone masonry respectively as the work proceeds when the
mortar is still green.
Any dust/ dirt in the raked joints shall be brushed out clean and the joints shall be washed
with water. The joints shall be damp at the time of pointing. Mortar shall be filled into joints
and well pressed with special steel trowels. The joint shall not be disturbed after it has once
begun to set. The joints of the pointed work shall be neat. The lines shall be regular and
uniform in breadth and the joints shall be raised, flat, sunk or ‗V‘ as may be specified in the
respective items of work. No false joints shall be allowed.
The work shall be kept moist for at-least 7 days after the pointing is completed.
11.1 Materials
11.2 Workmanship
The surfaces to be treated shall be prepared by thoroughly brushing them free from dirt,
mortar droppings and any loose foreign materials. Surfaces shall be free from oil, grease
and efflorescence. Efflorescence shall be removed only by dry brushing of the growth.
Cracks shall be filled with Gypsum. Workmanship of painting shall generally conform to IS:
2395.
12.1 Materials
All the materials shall be of the best quality from an approved manufacturer. Contractor
shall obtain prior approval of the Engineer-in-Charge for the brand of manufacture and the
colour/ shade. All materials shall be brought to the site of works in sealed containers.
12.2 Workmanship
The type of finish to be provided for woodwork of either painting or polishing, the number
coats, etc. shall be as specified in the respective items of work to be prepared by the
Contractor.
Painting shall be either by brushing or spraying. Contractor shall procure the appropriate
quality of paint for this purpose as recommended by the manufacturer. The workmanship
shall generally conform to the requirements of IS: 2338 (Part I).
13.1 Materials
All the materials shall be of the best quality from an approved manufacturer. Contractor
shall obtain prior approval of the Engineer-in-Charge for the brand of manufacture and the
colour/ shade. All the materials shall be brought to the site in sealed containers.
Signature of Bidder Page 104 of 261
Painting work shall be carried out only on thoroughly dry surfaces. Painting shall be applied
either by brushing or by spraying. Contractor shall procure the appropriate quality of paint
for this purpose as recommended by the manufacturer. The workmanship shall generally
conform to the requirement of IS: 1477 (Part 2).
IS No. Title
EARTHWORK
FOUNDATIONS
Mild steel and medium tensile steel bars and hard-drawn steel wire for
432 (Part 1) concrete reinforcement: Part 1 Mild steel and medium tensile steel bars
(third revision)
456 Code of practice for plain and reinforced concrete (Reaffirmed 2000)
MASONRY
Part 1 Mortars
383 Coarse and fine aggregates from natural sources for concrete
Part 2 Brickwork
383 Coarse and fine aggregates from natural sources for concrete
Stonework
4101 (Part 1) Code of practice for external facing and veneers: Part 1 Stone facing
383 Coarse and fine aggregates from natural resources for concrete
Mild steel and medium tensile steel bars and hard drawn steel wire for
432 concrete reinforcement: Part 1 Mild steel and medium tensile steel
(Part 1 & 2) bars. Part 2 Hard drawn steel wire
Code of practice for use of fixing devices in walls, ceilings and floors of
1946 solid construction
Methods of test for aggregates for concrete: Part 1 Particle size and
2386 (Part 1) shape
2386 (Part 5) Methods of test for aggregates for concrete: Part 5 Soundness
Methods of sampling and test (physical and chemical) for water used in
3025 industry
102 Ready mixed paint, brushing, red lead, non settling, painting
Ready mixed paint, brushing, Grey filler, for enamels for use over
110 primers
Code of practice for finishing of wood and wood based materials: Part
2338 (Part 1) 1 Operations and workmanship
Code of practice for finishing of wood and wood based materials: Part
2338 (Part 2) 2 Schedules
2554 (Part 1&2) Code of practice for painting of non ferrous metals in buildings
Ready mixed paint, undercoating for use under oil finishes to Indian
3539 Standard Colours, as required
Code of practice for dead loads (other than earthquake) for Buildings &
IS 875 (Part 1) Structures.
IS 2911 (Part 4) Code of practice for design & Construction of pile foundation (Load
1985 Test on piles)
SCHEDULE – A
&
SCHEDULE – B
SCHEDULE - A
(a) The quantities given here are those upon which the lump-sum tender cost of the
work is based but they are subject to alternations, omissions, deductions or
additions as provided for in the conditions of this contract and do not necessarily
show the actual quantities of work to be done. The unit rates noted below are
those governing payment for extras or deductions or omissions according to the
conditions of the contract, as set forth in the Preliminary Specification of the
CPWD/S.S.R.B/T.N.B.P. and other conditions or specifications of the contract.
(b) It is to be expressly understood that the measured work is to be taken net (not
withstanding any custom or practice to the contrary) according to the actual
quantities when in place and finished according to the drawings or as may be
ordered from time to time by the Engineer-In-Charge/ Bridges and the cost
calculated by measurement or weight at the respective prices, without any
additional charge for any necessary or contingent works connected therewith.
The rates quoted are for works IN SITU and complete in every respect.
Date ………………………..
Note – The Second Sub-division of this column (ie. column 3) is for entering description in
words such as number, cubic meter, kg etc.
LIST OF DRAWINGS
LIST OF DRAWINGS
Note – All drawings to be signed by the Contractor as well as the Officer entering into the contract
Sl
Drawing No. Revision Drawing Title
No.
1 IS - 1423 - HIG - AL - KM - 001 R7 Key map at Alandur Metro Station
Note – All drawings to be signed by the Contractor as well as the Officer entering into the contract
Sl
Drawing No. Revision Drawing Title
No.
Foundation Layout of Foot Over Bridge at
23 IS - 1423 - HIG - AL - SE - 019 R7
Alandur Metro Station
Foundation Layout of Foot Over Bridge at
24 IS - 1423 - HIG - AL - SE - 020 R7
Alandur Metro Station
Foundation Layout of Foot Over Bridge at
25 IS - 1423 - HIG - AL - SE - 021 R7
Alandur Metro Station
Foundation Layout of Foot Over Bridge at
26 IS - 1423 - HIG - AL - SE - 022 R7
Alandur Metro Station
ESCALATOR DETAILS (As provided by the
27 IS - 1423 - HIG - AL -EL- 001 R7
Manufacturer)
LIFT DETAILS (As provided by the
28 IS - 1423 - HIG - AL -LD- 001 R7
Manufacturer)
29 IS - 1423 - HIG - AL -EL -001 R7 Electrical Layout Plan
Security Forms
(Bank Guarantee)
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank. The executing Bank shall be from a
Scheduled Bank in India having a net worth of more than Rupees Five billion)
Ref.No……………………………….. Date…………………….
Director (Projects),
Chennai Metro Rail Limited,
Admin Building, CMRL Depot,
Poonamallee High Road,
Koyambedu, Chennai –600107,
Tamil Nadu, India.
Dear Sir,
We, …………………… (Name of the Bank) …………………, having its Head Office at
(hereinafter referred to as the ―Bank‖, which expression shall, unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns),
do hereby guarantee and undertake to pay the Employer immediately on demand and or,
all monies payable by the Contractors to the extent of ………………… as aforesaid at any
time up to ………. @* ……… without any demur, reservation, contest, recourse or project
and/or without any reference to the Contractors. Any such demand made by the Employer
on the Bank shall be conclusive and binding notwithstanding any difference between the
Employer and the Contractors or any dispute pending before any Court, Tribunal, Arbitrator
or any other authority, we agree that the Guarantee herein contained shall be irrevocable
and shall continue to be enforceable till the Employer discharges this guarantee.
The Employer shall have the fullest liberty without affecting any way the liability of the Bank
under this guarantee, from time to time to vary the advance or to extend the time for
performance of the Contract by the Contractors. The Employer shall have the fullest liberty
The Bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Contractors and notwithstanding any security or other guarantee the Employer
may have in relation to the Contractors liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is limited
to …………… and it shall remain in force up to and including ……………… @*
……………… and shall be extended from time to time for such period (not exceeding one
year), as may be desired by …………… (Name of the Contractor) ………………
WITNESS
…………………………..……….. ……………………………………………………………
@ The date will be ninety (90) days after the date of completion of Contract.
SEALED with the Common Seal of the said Bank this …..…… day of ……... 20…….….
(1) If the Bidder withdraws his Bid during the period of bid validity specified in the
Form of Bid: or
(2) If the Bidder does not accept the correction of arithmetical errors of his bid price
in accordance with the instruction to Bidders: or
(3) If the Bidder having been notified of the acceptance of his Bid by the Employer
during the period of bid validity:
This Guarantee will remain in force up to and including the date of 162 days after the
deadline for submission of bids as such deadline is stated in the Instructions to Bidders
or as it may be extended by the Employer, notice of which extension(s) to the Bank is
hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
DATE…………………………………
Litigation History
Name of Applicant:
_______________________________________________________________
_______________________________________________________________
The applicant should provide information on history of litigation or arbitration resulting from
contracts completed or under execution in the last five years.
Name of Client
Award for or Disputed amount Actual awarded
Cause of Litigation
Year AGAINST (Current value in amount in Indian
and matter in
applicant Indian Rs.) Rs.
dispute
Yes/No
Yes/No
2. (a) Has the Applicant been debarred/ expelled by any Agency in India, during the last 5
years, excepting on account of reasons, other than non-performance.
3. (a) Has the Applicant abandoned any contract work in India, during the last 5 years.
Yes/No
(b) If yes, details
4. (a) Has the Applicant has been declared bankrupt during the last 5 years?
Yes/No
I, the undersigned do hereby certify that all the statements made in the required
attachments are true and correct.
The undersigned hereby authorize (s) and request(s) any bank person firm or corporation
to furnish pertinent information deemed necessary and request by the Department to verify
this statement or regarding my (our) competence and general reputation.
The undersigned understand and agrees that further qualifying information may be
requested and agrees to furnish any such information at the request of the Department.
__________________________________________
__________________________________________
Title of Officer
__________________________________________
Name of Firm
__________________________________________
Date
1. First aid box appliances including adequate supply of sterilized dressings and cotton wool
shall be kept in a readily accessible place.
2. An injured person shall be taken to a public hospital without loss of time, in cases where
the injury necessitates hospitalization.
3. Suitable and strong scaffolds should be provided for workmen for all works that can safely
be done from ground.
4. No portable single ladder shall be over 8 meters in length. The width between the side
rails shall not be less than 30 cm. (clear) and the distance between two adjacent rungs
shall not be more than 30 cm. When a ladder is used an extra mazdoor shall be engaged
for holding the ladder.
5. The excavated material shall not be placed within 1.5 meters of the edge of the edge of
the trench or half of the depth of trench whichever is more. All trenches and excavations
shall be provided with necessary fencing and lighting.
6. A working platform should be provided with suitable means to prevent the fall of persons or
materials by providing suitable fencing or railing whose minimum height shall be one
metre.
7. No cantilever slab or other part of the structure shall be so overloaded with debris or
materials as to render it unsafe.
8. Workers employed on mixing and handling material such as asphalt, cement mortar or
concrete and lime mortar and chemicals shall be provided with protective footwear and
rubber hand-gloves.
9. Those engaged in welding works shall be provided with welder‘s protective eye-shields and
gloves.
10. (i) No paint containing lead products shall be used except in the form of paste or
readymade paint.
(ii) Suitable facemasks should be supplied for use by the workers when the paint is
applied in the form of spray or surface having lead paint dry rubbed and scrapped.
11. Overalls shall be supplied by the Contractor to the painters and adequate facilities shall be
provided to enable the working painters to wash during the periods of cessation of work.
12. Hoisting machines and tackles used in the works, including their attachments, anchorage
and supports shall be in perfect condition and got approved from the consultants before its
erection.
13. The ropes used in hosting or lowering material or as a means of supervision shall be of
durable quality, adequate strength, free from defects and shall be duly approved by the
consultants.
14. Cutting / drilling machine and other electrically operated equipments used at site shall be
plugged into correctly rated electrical outlets with proper sockets.
16. Electrical power cables/wires used shall not have any joints and shall be properly rated.
17. All electrical appliances i.e. welding, drilling, cutting machine etc. shall be safely and
securely earthed to prevent leakage current while in operation.
18. Personal protective equipment‘s such as safety shoes, hand gloves, welder‘s mask, ear
plug etc. depending upon the requirement of the work shall be provided by the contractor
to the workmen to prevent occupational health hazards.
19. The safety belt shall be provided by the contractor and used by the workmen while working
from height for more than 10‘ from Ground level.
20. None of the road area shall be used for stacking / dumping any kind of materials/waste.
21. Power supply shall be switched off from the mains when equipments are not in use.
22. Any debris generated from the work shall be collected on daily basis, removed from site
and stored at the designated place in proper manner.
23. Battery operated emergency light/torches shall be provided by the contractor to the
workmen while working beyond office hours.
24. In addition to the above contractor is to follow strictly the safety code provisions in the
relevant IS code.
25. The debris generated in work shall not be stored on footpaths and any consequence if
arising out of this shall be the responsibility of the contractor.
1.0 PREAMBLE
1.1 The Technical Specification Contained herein shall be read in conjunction
with the other Bidding Documents.
1.1.1 General
The Technical specifications covering the material and the workmanship aspects as well
as method of measurements and payments are included in this section. These
specifications cover the items of civil and non-civil works coming under scope of this
document. All work shall be carried out in conformity with the same. These specifications
are not intended to cover the minute details. The work shall be executed in accordance
with good practices followed for achieving high standards of workmanship, thus ensuring
safety and durability of the construction. All codes and standards referred to· in these
specifications shall be the latest thereof, unless otherwise stated.
The provisions of special conditions of contract, those specified elsewhere in the bid
document, as well as bid drawings and notes, or other specifications issued in writing by
the CMRL shall form part of the technical specification of this project.
1.1.3 The attention of the contractor is drawn to those clauses of codes which
require supporting specification either by the Engineer-in-Charge or by 'Mutual'
agreement between the 'supplier and purchaser'. In such cases, it is the
responsibility of the bidder/ contractor to seek clarification on any uncertainty
and obtain prior approval of the Engineer -in- Charge before taking up the
supply/ construction. In absence of such prior clarification, the Engineer-in-
Charge's choice/ design will be the final and binding on the contractor without
involving separately any additional payment.
All the defective works are liable to be demolished, rebuilt and defective materials replaced
by the contractor at his own cost. In the event of such works being accepted by carrying out
repairs etc., as specified by the Engineer-in-Charge, the cost of repairs will be borne by the
contractor.
The information given hereunder and provided elsewhere in these documents is given in
good faith by the Employer/ Engineer-in-Charge but the Contractor shall satisfy himself
regarding all aspects of the conditions and no claim will be entertained on the plea that the
information supplied by the Employer/ Engineer-in-Charge is erroneous or insufficient.
Latest editions of CPWD General-Specifications for Electrical Works Part I -Internal and
Part II - External along with other Addendum/ Corrigendum/ Revisions issued/effected up to
the last date of receipt of bid.
For Road Works: "SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (FIFTH
REVISION)" along with other Addendum/ Corrigendum issued, issued by the Ministry of
Road Transport and Highways, Government of India and published by the Indian Road
Signature of Bidder Page 132 of 261
The Additional Specifications shall comprise specifications for particular item of works not
already covered in Part I and in case of conflict shall prevail over general and particular I
supplementary specifications.
For items of work in buildings and structure not covered by the specification, relevant items
from Tamil Nadu Building Practice, National Building Code as amended from time to time
shall apply.
In the absence of any definite provision on any particular issue in the Specifications, the
work shall be carried out in accordance with Special Specifications to be prepared by
Contractor and approved by Engineer-in-Charge. Such Special Specification shall be based
on technical literature comprising national (IRC and IS) and international specifications and
good Engineering practice. In case of any dispute, the decision of the Engineer-in-Charge
shall be final and binding on the Contractor.
a. The Standard Benchmark and its Reduced Level with reference to which the
Work shall be carried out is the GTS Benchmark available nearest to the Site.
The Employer does not take the responsibility about the Correctness of the
Levels indicated in the Drawings. The Contractor has to establish at least fifteen
Benchmarks in the Site of Works with Reduced Levels clearly marked on them.
Signature of Bidder Page 133 of 261
b. The Works shall be set out in accordance with the Drawings approved by the
Employer.
c. The Contractor shall be responsible for the True and Proper Setting out of the
Works and for the Correctness of the Positions, Levels, Dimensions and
Alignments of all Parts of the Works and for the Provision of all Necessary
Instruments, Appliances and Labours in connection therewith. The Contractor
shall give at least 48 hours notice to the Employer of his intention to set out or
give Levels.
d. If at any time during the Progress of the Work, any Error appears or arises in
the Positions, Levels, Dimensions and Alignments of any part of the Work, the
Contractor shall at his own expenses and risk, rectify such Errors to the
satisfaction of the Employer.
e. The Checking of any setting out of any line or level by the Employer or his
approved Representative shall not relieve in any way the Contractor of his
responsibility for the Correctness thereof and he shall carefully protect and
preserve all the Benchmarks, Site Rails, Pegs and other Things used in the
setting out of Works.
k. Utilities:
iii) The utilities are to be diverted with proper liaison and approval of the
utility owning agencies. The utilities which are not to be diverted but
require supporting, proper supporting be done so that they are not
damaged along their branches. Precautions to be taken while handling
the utilities are mentioned as under;
l. Removal and Relocation of Existing Bus Shelters within the Battery Limit, if any,
to the Location within or beyond the Battery Limit as approved by the Employer.
m. Removal and Relocation of Existing Traffic Signages and Signals within the
Battery Limit, if any, to the Location within or beyond the Battery Limit as
approved by the Employer.
p. Making good the Road Surface as per IRC Standards, which are damaged /
worn out during Construction of the Work and restoring the same to the Original
Status.
q. Providing and fixing of Interlocking Block Kerb of Approved Design and pattern
of strength 20 N/Sqm. with 12mm metal and minimum cement content as
applicable to M20 grade concrete as per IS - 456-2000, manufactured by
mechanical or hydraulic machine using VIBRO - COMPACTION process and
laid over lean cement concrete 1:5:10, including pointing and inserting the joints
with CM 1:3 and fixing in position to proper level and alignment including
necessary earthwork excavation, and the rate includes 50 mm. thick sand filling,
50 mm. thick Lean cement concrete 1:5:10, all labour charges, machinery
charges, edge cutting, transportation charges to site etc., complete for Kerbs.
400 mm x 150 mm thick (Bus Route Roads) as per the Instructions of the
Employer / his Representatives.
Thermo - Mechanically Treated Bars (TMT Bars) shall be used in all RCC works. TMT Bars
of Fe 500 grade conforming to IS - 1786 Specifications shall be procured from Main
producers as approved by Min. of Steel.
Bars are currently produced in various grades by M/s. Steel Authority of India Limited
(SAIL), M/s Tata Steel and M/s Rashtriya lspat Nigam Ltd. With trade names of SAIL
(TMT), TISCON - TMT and REBARS respectively.
Every care should be taken to avoid mixing different types of grades of bars in the same
structural members as main reinforcement to satisfy clause 25.1 of IS: 456.
The point of change over shall be planned at any one particular level and shall be done
through columns only. At the point of change over, it shall be necessary to increase the
area of main steel in columns by 10% and the length of lap of bars by 50%.
The grades, chemical and mechanical properties of different varieties are as per Table I, II
& III.
TABLE -II
CHEMICAL COMPOSITION IN %age
SULPHUR+
0.110 0.100 0.090 0.090 0.090
PHOSPHOROUS
TABLE -III
MECHANICAL PROPERTIES
Contractor will have to procure ready -mixed- concrete only from RMC plants approved by
Engineer-in-Charge. He shall, within 15 days of award of the work, submit a list of at least
three R.M.C. plant companies of repute along with the details of such plants indicating
name of owner/ company, its location, capacity, technical establishment, past experience
and text of Memorandum of Understanding (MOU) proposed to be entered between
purchaser and supplier to the satisfaction of Engineer-in-Charge, who, after satisfying itself
Signature of Bidder Page 139 of 261
The Engineer-in-Charge will reserve right to deploy its representative to inspect plant site at
any stage and reject the material / concrete if he is not satisfied about quality of material /
product. The contractor should, therefore, draw MOU agreement with RMC owner /
company very carefully keeping all terms and conditions/ specifications forming a part of
this bid document.
(i) The contractor shall use steel centering and shuttering of best quality so as to ensure
that no rendering or smooth finishing is required to be done to concrete surface in any -
location. Wherever joint marks are observed in concrete surface, they shall be rubbed /
ground smooth. In case, concrete surface is found to be not up to mark, contractor would
be asked to render the same smooth or otherwise dismantle the same and re-do. No
payment shall be made for such smooth finishing / rectification /re-doing.
The form work shall include all temporary or permanent form required for forming the
concrete of the shape, dimensions and surface finish as shown in the drawings or as
directed by the Engineer-in-Charge together with the all proper staging, centering,
scaffolding and temporary construction required for their support. The cost of form work is
considered to be included in the relevant item of PCC/ RCC unless otherwise specified.
(ii) The centering & shuttering for RCC work shall be with M.S. pipes and trusses & plates,
such as Acrow or equivalent. No Timber centering material shall be permitted for the work.
The shuttering plates for raft, RCC wall, slabs etc. shall be made with M.S. plates only. No
timber & plywood shuttering is to be used for work. Shuttering shall be so good that no
rendering of plastered surface will be permitted. In exceptional cases, if permitted, nothing
extra shall be payable and the decision of the Engineer-in-Charge shall be final & binding in
this regard.
Water:- It shall conform to requirements laid down in IS: 456- 2000 and CPWD
specifications.
Water used for mixing, and curing shall be clean and free from injurious amounts of oils.
acids, alkalis, salts, sugar, organic materials or other substances that may be deleterious to
concrete or steel.
Potable water is generally considered satisfactory for mixing concrete. As a guide the
following concentrations represent the maximum permissible values:
The sample of water taken for testing, shall represent the water proposed to be used for
concreting, due account being paid to seasonal variation. The sample shall not receive any
treatment before testing other than that envisaged in the regular supply of water proposed
for using concrete. The sample shall be stored in a clean container previously rinsed out
with similar water.
Average 28 days compressive strength of at least three 150mm concrete cubes prepared
with water proposed to be used shall not be less than 90 percent of the average of strength
of three similar concrete cubes prepared with distilled water, The cubes shall be prepared
cured and tested in accordance with the requirements of IS 516.
The initial setting time of test block made with the appropriate cement and the water
proposed to be used shall not be less than 30 min and shall not differ by±30min from the
initial setting time of control test block prepared with the same cement and distilled water.
Sea Water
Mixing or curing of concrete with sea water is not recommended because of presence of
harmful salts in sea water. Under unavoidable circumstances sea water may be used for
mixing or curing in plain concrete with no embedded steel after having given due
consideration to possible disadvantages and precaution including use of appropriate
cement system.
Water found satisfactory for mixing is also suitable for curing concrete. However, water
used for curing should not produce any objectionable stain or unsightly deposit on the
concrete surface. The presence of tannic add or iron compounds is objectionable.
Cement: - Cement arranged by the contractor will be OPC (Ordinary Portland Cement) of
grade 43 (conforming to IS: 8112) or Grade 53. Cement of grade lower than that used for
mix design shall not be allowed to be used in the work.
Admixtures: - Wherever required, admixtures of approved quality shall only be mixed with
concrete as specified. The admixtures shall conform to IS: 9103. The chloride content in
the admixture shall satisfy the requirement of BS: 5075. The total amount of chlorides in the
admixture mixed concrete shall also satisfy the requirements of IS: 456.
The contractor shall not be paid anything extra for admixtures required for achieving
desired workability without any change in specified water cement ratio for RCC/ CC work.
(vii) The contractor shall submit the mix design report from any of above
approved laboratories for approval of CMRL within 30 days from the date of
issue of letter of acceptance of the bid. In case of white Portland cement and the
likely use of admixtures in concrete with ordinary Portland/white Portland
cement, the contractor shall design and test the concrete mix by using trial
mixes with white cement and/ or admixtures also, for which nothing extra shall
be payable.
The concrete shall be sourced from ready mixed concrete plants conforming to IS: 4925. It
shall have the facilities of presetting the quantity to be weighed with automatic cut-off when
the same is achieved. Concrete will be transported by transit mixers / concrete pumps so
as to avoid segregation and concreting at places may have to be resorted to by concrete
pump for which nothing extra shall be paid. Placing of concrete with tower crane and bucket
shall be permitted as per the requirement. Accuracy of measurement shall be as specified
in IS: 456.
All other operations in concreting work like Mixing, Slump, Laying/ placing of concrete,
compaction, curing etc. not mentioned in this particular specification for Design Mix of
Concrete shall be as per IS: 456 - 2000 and Special Conditions forming part of this bid
document.
2.2.4.4 Curing
Curing and protection shall start immediately after the compaction of the concrete to
protect it from
14. After the concrete has begun to harden i.e. 1 to 2 hr. after laying curing shall be
started.
15. All concrete, unless approved otherwise by the Engineer-in-Charge, shall be cured by
use of continuous sprays or ponded water or continuously saturated coverings of
sacking, canvas, or other absorbent material for the period of complete hydration with
a minimum of 7 days. The quality of curing water shall be the same as that used for
mixing.
17. When concrete is used as sub-grade for flooring, the flooring may be commenced
before the curing period of sub-grade is over, but curing of sub-grade shall be
continued along with the top layer of flooring for a minimum period of 7 days.
Curing may also be done by covering the surface with an impermeable material such as
polyethylene, which shall be well sealed and fastened.
Work strength test shall be conducted in accordance with IS: 516 on random sampling.
Each test shall be conducted on six specimens, three of which shall be tested at 7 days and
remaining three at 28 days. Additional samples shall be prepared as per direction of
Engineer - in - Charge for testing samples cured by accelerated method as described in IS:
9103.
The test results of the sample shall be the average of the strength of three specimens. The
individual variation shall not be more than ±15 percent of the average. If more, the test
results of the sample are invalid. The tests shall be done at the reputed laboratories as
approved by Engineer-in-Charge.
(i) In order to keep the floor finish as per architectural drawings and to provide
required thickness of the flooring as per specifications, the level of top
surface of RCC shall be accordingly adjusted at the time of its centering,
shuttering and casting for which nothing extra shall be paid to the
Contractor.
(ii) Measurement: -As per CPWD specifications.
(iii) Tolerances: - As per CPWD specifications.
(iv) Rate: - The rate includes the cost of materials and labour involved in all the
operations described above except for the reinforcement which will be
paid separately.
(v) In case of rejection of concrete on account of unacceptable compressive
strength, the work for which samples have failed shall be redone by the
contractor at his cost. However, the CMRL may order for additional tests
(like cutting cores, ultrasonic pulse velocity test, load test on structure on
part of structure, etc.) to be carried out at the cost of contractor to
ascertain if the portion of structure wherein concrete represented by the
sample has been used, can be retained on the basis of results of
individual or combination of these tests. The Contractor shall take
remedial measures necessary to retain the structure as approved by the
CMRL without any extra cost. However, for payment, the basis of rate
payable to contractor shall be governed by the 28 days cube test results
and reduced rates shall be regulated accordingly.
1–5 1
6 – 15 2
31 – 50 4
2.2.5 Reinforcement
This work shall consist of furnishing and placing Thermo-Mechanically Treated Bars of the
shape and dimensions required as per drawings and conforming to technical specifications
and as per nomenclature of the item.
The contractor shall provide approved type of support for maintaining the bars in position
and ensuring required spacing and correct cover of concrete to the reinforcement as called
for in the drawings. Spacer blocks of required shape and size, MS chairs and spacer bars
shall be used in order to ensure accurate positioning of reinforcement.
Pre cast concrete Cover blocks must be used in casting of RCC member. The grade of
concrete cover block should be same as that of grade of RCC member. The thickness of
cover should be according to type of structural member and as per IS 456.
2.2.6 Scaffolding
Formwork / Shuttering for walls and slabs shall be suitably designed and the same should
be got approved in advance from Engineer-in-Charge.
Back filling around completed foundations, structures, trenches and in plinth shall be done
to the lines and levels shown on the drawings including any trimming of the surfaces, as
may be necessary. This shall be done with selected and approved earth from excavation or
otherwise with materials as directed by the Engineer in Charge. Where sufficient suitable
material is not available from the excavation, the Engineer-in-Charge may direct to import
suitable earth from other sources. The filling shall be done in layers of thickness not
exceeding 15 cm with watering, rolling and ramming by manual methods/ mechanical
compactors to grade and level as shown on drawings to obtain 90% laboratory maximum
The brick work shall be carried out with good quality well burnt F.P.S. bricks of specified
class designation. The rate shall also include for leaving chases/notches for dowels/
cramps for all kind of cladding to come over brick work. The rates for half brick work/brick
work in foundation and plinth shall be valid for all depths.
Brick shall generally conform to specifications for brick class as per CPWD specifications.
Both the faces to wall of thickness greater than 23 cms, shall be kept in the proper plane of
wall. Half brick thickness or less shall be measured separately and paid in sq. meters. Half
brick thickness shall be taken as 115mm. Brick wall beyond half bricks thickness shall be
measured in multiple of half brick (i.e. 115mm) which shall be deemed to be inclusive of
mortar joints. When a fraction of half brick occurs due to architectural reasons or otherwise
as per requirements, the same shall be measured as half brick work provided such fraction
exceeds 2 cms. Fraction up to 2 cms thickness shall be made up in mortar and paid for as
per specified thickness under brick work.
Surfaces to be plastered must be clean and free from dust, loose material, oil, grease,
mortar droppings, sticking of foreign matter, traces of algae, etc. It is very important to
ensure that there should not be any chance of the plaster getting debonded due to
presence of materials harmful for bonding. Raking out of joints is expected to be carried out
along with masonry but it should be hacked thoroughly so as to receive good key. Walls
should be sufficiently damp prior to plastering. Water from plastering mortar must not be
absorbed by masonry under any condition Plastering shall be started from the top and
worked down towards the floor. All putlog holes shall be properly filled in advance of the
plastering as the scaffolding is being taken down. To ensure even thickness and a true
surface, plaster about 15 × 15 cm shall be first applied, horizontally and vertically, at not
more than 2 metres intervals over the entire surface to serve as gauges. The surfaces of
these gauged areas shall be truly in the plane of the finished plaster surface. The mortar
shall then be
laid on the wall, between the gauges with trowel. The mortar shall be applied in a uniform
surface slightly more than the specified thickness. This shall be brought to a true surface,
by working a wooden straight edge reaching across the gauges, with small upward and
Signature of Bidder Page 148 of 261
When suspending work at the end of the day, the plaster shall be left, cut clean to line both
horizontally and vertically. When recommencing the plastering, the edge of the old work
shall be scrapped cleaned and wetted with cement slurry before plaster is applied to the
adjacent areas, to enable the two to properly join together. Plastering work shall be closed
at the end of the day on the body of wall and not nearer than 15 cm to any corners or
arises. It shall not be closed on the body of the features such as plasters, bands and
cornices, nor at the corners of arises. Horizontal joints in plaster work shall not also occur
on parapet tops and copings as these invariably lead to leakages. The plastering and
finishing shall be completed within half an hour of adding water to the dry mortar. No
portion of the surface shall be left out initially to be patched up later on. The plastering and
finishing shall be completed within half an hour of adding water to the dry mortar.
The tactile flooring provision should be made in accordance with the IRC-103: 2012.
Every change in level on the footpath (steps, kerbs or road-works) should be made clearly
visible through the use of bright contrasting colours and tactile pavers for persons with low
vision and vision impairment. Warning blocks should be placed 300 mm at the beginning
and end of the ramps, stairs and entrance to any door.
These tiles should have a colour (preferably canary yellow), which contrasts with the
surrounding surface. Tactile paving must, however, be maintained to ensure that the profile
does not erode away. Uniform risers of 150 mm and tread of 300 mm shall be adopted for
Signature of Bidder Page 149 of 261
The material shall be authentic stainless steel of the grade 1.4301 (widely known as 304) it
shall contain 17-18% chromium and 8-11% nickel.
Minimum 0.2 Ultimate
Max Elongation
Product % proof tensile
Grade 1 thickness 2 after fracture
Form strength strength
(mm) 2 2 (%)
(N/mm ) (N/mm )
Basic c 6 230 540-750 453
Chromium
1.4301 H 12 210 520-720 453
-
Nickel p 75 210 520-720 45
Signature of Bidder Page 150 of 261
Notes:
(1) C= cold rolled strip, H=hot rolled strip, P=hot rolled plate
(2) Transverse properties
(3) For stretcher leveled minimum values is 5 % lower
Chemical Composition
2.2.12.4 Consumables
All welding consumables should conform to the requirements specified in ENV 1090-6. It is
important that consumables are kept free from contaminants and stored according to the
manufacturer's instructions.
The Precautions shall be taken at all stages of storing, handling and forming to minimize
influences that jeopardize the formation of the self-repairing passive layer. Special care
shall be taken to restore the full corrosion resistance of the welded zone.
The European Standard specification covering fabrication and erection of stainless steel
structures is ENV 1090 Execution of steel, Part 6 Supplementary rules for stainless steels
shall be followed.
Laminated glass of a strong, PVB interlayer bonded between two glass plies using heat
and pressure shall be used in the work. The glass plies shall be of equal thickness.
Laminated glass shall be a durable, high-performance glazing product, designed to remain
integral in the opening should glass damage occur.
a. All glass and glazing materials shall be verified and co- ordinated with
the - applicable performance requirements.
b. The Contractor shall furnish and install glass and glazing work as
indicated on the drawings and as specified herein. All glass shall be cut
Signature of Bidder Page 152 of 261
U-Value 0.98
UV Screening >99
n. P
referred make and type of glass (not in any order of preference) is as
listed under.
Glaverbel Glass - Sunergy.
Saint Gobain
o. S
ilicon Sealant -Dow Corning or Walker
The Contractor shall ensure that the Traffic Movement during the Construction of the
Works is properly diverted, maintained and obstruction to the Traffic Movement is kept to
the minimum. The Traffic Diversion with all Cost of Men and Material is to form part of the
Contract. The Traffic Diversion shall include but not be limited to the following.
Prepare Traffic Diversion Plan for different Phases of Construction
and get approval from the concerned Police Department by the
Contractor.
All Necessary Arrangements required for Diversion of Traffic, Erection
of Sign Boards, Cautionary Boards and Illumination, etc.
Provide Road Markings, Drainage System, Footpath for the Diversion
Roads.
Provide Skilled Flagmen for Traffic Diversion as per the Requirement
of Concerned Department.
Provide Traffic Barricades with Blinkers, Reflective Tapes, Road
Delineators, Traffic Cones, Portable Signages, Reflective Lights and
other necessary Traffic Signage as required, as directed by the
Concerned Authorities and as per the Specification. And after
Completion of the work everything should be handed over to the
Client Representative without any extra charge.
Provide required Sub Grade and Surface Treatments for the Diversion
Roads based on IRC Standards before Traffic Diversion and maintain
for the Smooth Flow of Traffic throughout the Construction Period as
directed by the Employer.
After Completion of the Work, the Diversion Roads are to be
rehabilitated as per IRC Standards and provided with 40mm
1.1 General:
The electrical installation work shall be carried out in accordance with Indian
Standard Code of practice for Electrical wiring installation IS:732-1989 and IS:2274-
1963. It shall also be in conformity with the current Indian Electricity rules and
regulations and requirements of the local Electricity supply authority and fire
insurance regulation. Electrical work in general shall be carried out as per following
specifications.
Wherever these specifications calls for a higher standard of material and or workmanship
than those required by any of the above - mentions regulations and specification then the
specification here under shall take precedence over the said regulations and standards.
The scope of work shall cover the internal electrical works for proposed FOB at Alandur
Metro Station, Chennai.
The scope of work covers complete electrical installation system including but not limited
to:
Point wiring of all lights points, Sump pumps, general power points,
metal clad plug & socket outlet points etc. including supply and fixing of
light & power accessories etc. complete in all respects.
All work shall be carried out by a Class I / II licensed Electrical Contractor who is approved
by the Consultant / Client / and who possesses a valid local Electrical Contractor's license
employing licensed Supervisors and licensed Electricians, Helpers, as required.
All equipment‘s, switchgear, cables and other items of work shall conform to Indian
Standard specifications. The installation shall conform in all respects to Indian Standards
Code of Practice for Electrical wiring installation IS:732-1989. It shall also be inconformity
with the current Indian Electricity Rules and the Regulations and requirements of the Local
Electric Supply Authority, Local laws/bylaws in so far as these become applicable to the
installation. Where ever these specifications call for a higher standard of materials and/or
workmanship than those required by any of the above regulations, these specifications
shall take precedence over the said regulations and standard. In general, the materials,
equipment and workmanship shall conform to the following Indian Standards, unless
otherwise called for.
IS 10242 Installation of cables for low voltage system - Part III -Sec. 12
IS 375, 5578 & 11353 Marking and arrangement of switchgear, bus bars, main
connections and auxiliary wiring.
1.5 Documentation
2.0 Submissions
2.1 Shop Drawings
3.0 Responsibility
The Contractor shall be responsible for filing and follow up of application for
getting the drawings/scheme approved by the Electrical Inspector and finally
the approval by the Electrical Inspector of the whole installation.
The Contractor shall be responsible for visioning with the Electricity board
for providing the required KVA electrical supply to the Project site.
4.3 Tests
The Consultant / Client shall have full powers to require the materials or
works to be tested by an independent agency at the Contractor's expense in
order to establish their soundness and adequacy.
The Contractor shall notify the Consultant / Client at least 7 working days
before testing of each system. The Consultant / Client reserve the right to be
present when such tests are being made.
Calibration certificates shall be obtained from the Meter and Relay Testing
Department of the Electricity Board for all relays and meters used in the
project at no extra cost to the Client.
LT PANELS
1.0 GENERAL
d. A cover plate at the top of the vertical section, provided with a ventilating
hood where necessary. Any aperture for ventilation shall be covered with
a perforated sheet having less than 1mm diameter perforations to
prevent entry of vermin.
e. Front and rear doors fitted with dust excluding neoprene gaskets with
fasteners designed to ensure proper compression of the gaskets. When
covers are provided in place of doors generous overlap shall be ensured
between sheet steel surfaces with closely spaced fasteners to preclude
the entry of dust.
The height of the panel shall not be more than 2000 mm unless otherwise
specified and maximum height of switch operating handle shall not be more
than 1200mm from FFL. The total depth of the panel shall be adequate to
cater for proper cabling space.
Doors shall be of minimum 14 gauge sheet steel and covers and partitions
of 160 sheet steel. All sheet steel work forming the exterior of switchboards
shall be smoothly finished, levelled and free from flaws. The corners shall be
rounded.
a. Between phases 25 mm
b. Between phases and neutral 25 mm
c. Between phases and earth 25 mm
d. Between neutral and earth 19 mm
Only CRCA steel sheets shall be used for fabricating the cubicle.
Generally the treatment and finish of the metal surface shall be as per
detailed specifications in Clause 8.4 Metal Treatment and Finish.
The bus bars shall be made of high conductivity high strength E91E
aluminium alloy suitable for 440 volts 3phase 4 wires 50 Hz 25 KA unless
otherwise specified.
High tensile bolts and spring washers shall be provided at all bus bar joints.
The bus bars shall have uniform cross section throughout and shall be
capable of carrying the rated current at 433V continuously. The bus bars
shall be designed to withstand a temperature rise of 45 Deg C above the
ambient. A current density of 1.00 Amp/Sqmm shall not be exceeded for
copper bus bars.
The neutral bus bars shall have a continuous rating of at least 100% of the
phase bus bars, unless mentioned otherwise.
Bus bars shall be fully sleeved using heat shrunk PVC sleeves appropriately
colour coded to identify different phases and neutral bar.
An earth bus of size not less than 40 x 6 mm aluminium shall run throughout
the length of switchboard at top or bottom as required.
3.0 BREAKERS
3.2.1 General
The Moulded Case Circuit Breaker incorporated in the switchboard shall be of the current
limiting type, cat A, up to 630A and with Short time withstand capacity Icw/0.5 sec of
minimum 20kA. MCCB shall be suitable either for Single Phase AC 230V On Three Phase
415V. The MCCB shall be available in fully rated four pole versions for neutral isolation. It
shall have tropicalisation as standard feature.
The MCCB shall have Insulation Class II front face. No live parts shall be accessible inside
the frame where accessories are fitted in the breaker to ensure safety of the operators.
Cross Bolt Termination facility shall be provided to avoid loose termination.
The MCCB cover and case shall be made of high strength heat-resistant and flame-
retardant thermosetting insulating material. The operating handle shall be quick make,
quick break, trip - free type. The operating handle shall have suitable `ON' `OFF'
All Breakers shall have adjustable overload and short circuit settings.
3.2.3 Interlocking
MCCB shall be provided with following interlocking devices for interlocking the door of a
switchboard.
a. Handle interlock to prevent unnecessary manipulations of the breaker.
b. Door interlock to prevent door being opened when breaker is in ON position.
MCB shall be in 1,2,3 or 4, pole versions. MCB casing shall be made of self-
extinguishing, tropicalized material.
Line supply may be connected to either top or bottom terminals i.e. there
shall be no line-load restriction. Degree of protection, when the MCB is flush
mounted, shall be IP40. MCB shall be supplied with clamping terminals fully
open. Contact closing shall be independent of the speed of the operator.
The breaking capacity of the MCB shall be 10kA. The MCB shall be capable
of being used as Incomer Circuit Breaker and shall be suitable for use as an
isolator. In case of multiple MCBs in a single location (DB), it shall be
possible to remove any MCB without having to disturb other MCB's in the
vicinity.
a) Current Ratios:
1. Primary: As per feeder ratings
2. Secondary: 5A
b) Type: Resin Cast
All the Potential Transformers shall comply with the requirements of IS 3156
latest edition. All PT's shall be resin cast type and shall have Voltage ratios,
output and accuracy class as Specified in Data Sheer.
All PT's shall be single phase, dry type suitable for mounting inside the panel
or cubicles. Clamps, brackets and supports required for the mounting shall
be supplied along with PT.
Polarities and Terminal markings shall be clearly marked in all PT's. Name
plate indicating, voltage ratio, burden, accuracy class, type, serial number,
make and model plus other related data, shall be provided.
The Ammeter and Wattmeter current coils shall withstand 200% of rated
current continuously and 10 times the rated current for 0.5 seconds without
loss of accuracy. Voltmeter and Wattmeter potential coils shall withstand
120% of rated voltage continuously and twice the rated voltage for 0.5 sec.
without loss of accuracy.
4.8 Voltmeter
4.9 Ammeter
All the ammeters shall be CT operated (5A) with a dial marked for line
currents.
Type, Serial Number, Accuracy class, Operating Current, Burden etc., shall
be indicated on the dial.
All Ammeter shall be digital, panel mounting type and shall be provided with
zero adjustment.
All ammeters shall b 96mm x 96mm, suitable for mounting on the panel.
WATT HOUR METERS shall be of the three phase two element type
suitable for measurement of unbalanced loads in three phase four wire
circuits. They shall be of draw out type and suitable for flush mounting with
Signature of Bidder Page 170 of 261
Cable entries and terminals shall be provided in the switchboard to suit the
number, type and size of copper conductor power cables and copper
conductor control cable specified in the detailed specifications.
All control wiring shall be carried out with 660/1100V grade single core PVC
cable having stranded copper conductors with minimum cross section of
1.5Sqmm for potential circuits and 2.5Sqmm for current transformer circuits.
Terminal blocks shall be of 500 Volts grade and of stud/screw less type.
Terminal blocks shall have a minimum current rating of 10 Amps and shall
be shrouded. Provisions shall be made for label inscriptions.
There shall be a minimum clearance of 250mm between the first row of
terminal blocks and the associated cable @land plate. Also, the clearance
between two rows of terminal blocks shall be a minimum of 150mm.
Signature of Bidder Page 171 of 261
5.0 General
A warning label shall be provided on the front cover near the main switch or
local main switch and in a prominent position within each section of the
switchboard. The label shall have the following wording in 6mm high
lettering:
Insulation resistance of the power circuit between each pole and the earth
and that between the poles shall be measured.
Insulation resistance of all secondary wiring between phase and earth shall
be measured. Insulation test shall be carried out both before and after high
voltage test.
A high voltage test with 2.5 kV for power circuit and 1.5kV for Control
Circuit, Duration one minute shall be applied between each pole and earth
and between poles. Test certificate shall be submitted along with panel.
7.1 Storing
The panels shall be stored in a well-ventilated dry place.
Suitable polythene covers shall be pro-aided for necessary protection
against moisture, dust, and vermin.
7.2 Erection
Switchboards shall be installed over trench/floor as required. Suitable
grouping holes shall be provided in the flooring. Suitable MS base channel
shall be embedded in the flooring on which the panel can directly be
installed the switchboards shall be properly aligned and bolted to the flooring
by at least four bolts. Cables shall be terminated on the bottom plate or top
plate as the case may be, by using brass compression glands. The
individual cables as shall then be led through the panel to the required
feeder compartments for necessary terminations.
All steel work used in this Contract shall in general, undergo the following
process of treatment and finish.
LT CABLES
1.0 SCOPE:
2.0 STANDARDS:
The cables covered by this specification shall, unless otherwise stated, be designed
manufactured and tested in accordance with the latest revisions of relevant Indian
standards.
3.0 CONDUCTOR:
5.0 INSULATION:
a) Insulation shall be cross linked polyethylene and it shall preferably be gas-
cured for XLPE cable
b) Insulation shall be PVC for PVC cable as specified in the Schedule of
quantities.
7.0 ARMOUR:
8.0 SERVING:
The cable serving shall protect the cable sheath and armour from electrolysis
caused by stray currents, and from galvanic action. It shall also protect the cable
from mechanical damage and corrosion.
9.0 GENERAL:
The cable shall withstand all mechanical and thermal stresses under steady state
and transient operating conditions.
Bidder shall give the following information in the Bid for each conductor cross
section specified.
d. For the cables laid side by side, at ID spacing and in Tier formation.
12.0 TESTS:
All tests as per relevant IS shall be conducted and shall be witnessed by the Client.
The Bidder shall furnish two (2) copies of type test certificates conducted on similar
cables along with the Bid.
All codes and standards mean the latest. Where not specified otherwise the
installation shall generally follow the Indian Standard codes of practice or the British
Standard Codes of practice where Indian standards are not available.
13.1 Cables:
All cables shall be 1100 Volt grade PVC insulated, sheathed with or without steel
armouring as specified and with an outer PVC protective sheath. Cables shall have
high conductivity stranded aluminium or copper conductors and cores shall be
colour coded to the Indian Standards.
All cables shall be new without any kinds or visible damage. The manufacturers
name, insulating material, conductor size and voltage class shall be marked on the
surface of the cable at every 600 mm centers.
13.2 INSTALLATION:
Cables shall be laid in the routes marked in the drawings. Where the route is not
marked, the contractor shall mark it out on the drawings and also on the site and
Signature of Bidder Page 177 of 261
Cables shall be bent to a radius not less than 12 times the overall diameter of the
cable, or in accordance with the manufacturer's recommendations whichever is
higher.
In case of direct buried cables, the cable route shall be parallel or perpendicular to
roadways, walls, etc., Cables shall be laid in an excavated, graded trench, over a
sand cushion to provide protection against abrasion. Width of excavated trenches
shall be as per drawings.
Cables shall be laid in outdoor trenches wherever called for. The depth of the
trenches shall not be less than 75 cm from the final ground level. The width of the
trenches shall suit easy laying of cable. Where more than one cable has to be laid
in the same trench, all attempts shall be made to keep the axial distance between
successive cables to be at least 1d where'd' is the diameter of the bigger cable. The
trenches shall be cut square with vertical sidewalls and with uniform depth.
Wherever cables are bent, the minimum bending radius shall not be less than 12
times the diameter of the cable. After the cable is laid and straightened, it shall be
covered with sand cushion. Over this a course of cable protection tiles or burnt
brick shall be provided on either sides and above. Trench shall be back filled with
earth and consolidated. Cables shall be laid in Hume pipes / stoneware pipes at all
road crossings & wall entries. Approved cable markers made of CI indicating the
voltage, no. of cables and the direction of run of the cables shall be installed at
regular intervals.
Cables shall be laid in indoor trenches wherever specified. Suitable angle iron
brackets, clamps, hoods and saddles shall be used for securing the cable in
position.
13.3 Installation
b) Each run of the cable tray shall be completed before the installation of
cables.
Each termination shall be carried out using brass compression glands and
cable sockets. Hydraulic crimping tool shall be used for making the end
terminations. Cable gland shall be bonded to the earth by using suitable size
G.I. wire/tape.
13.5 Testing
14.1 General
For all aluminium cables, the oxide shall be removed by thoroughly wire-
brushing the bare end of the cable. After brushing, a liberal coating of an
approved oxide-inhibiting, moisture-excluding thermally stable grease shall
be applied, and the cable shall be wire-brushed again through the grease.
Cable strands shall not be separated before brushing.
All pipelines laid below roads shall be taken through suitable underground
trenches. The size of trenches shall be as per drawings.
All works across roads shall be carried out as per the directions of the
Development Manager. Necessary safety measures shall be taken to divert
traffic. Care shall be taken not to disturb electrical and communication
cables.
All pipes, water mains, cables, etc. met with during the course of excavation
shall be carefully protected and supported. In any case damage is caused,
the same shall be made good at no extra cost, failing which necessary
rectification will be done by Development Manager at the risk and cost of the
Contractor.
14.6 Refilling:
The filling shall be done in layers not exceeding 15mm in depth. Each layer
shall be watered, rammed and compacted. Ramming shall be done with iron
rammers where possible and with blunt end of the crow bars where rammers
cannot be used. Special care shall be taken to ensure that no damage is
caused to the pipes, drains, masonry or concrete in the trenches.
The Contractor shall at his own cost make good promptly during the whole
period the works are in hand, any settlements that may occur in the surfaces
or roads, beams, footpaths, gardens, open spaces etc. Whether public or
private caused by his trenches or by his other excavations due to not using
the method of compaction as given in clause 3/2.8.3.5 and he shall be liable
for any accidents caused thereby.
He shall also at his own expense and charges, repair and make good any
damage done to the building and other properties.
14.8 Testing
Cables shall be tested at the factory as per the requirements of 1S 1554 Part
1. The tests shall incorporate routine tests, type tests and acceptance tests.
A copy of such test certificates shall be furnished to the Consultant / Client
prior to dispatch.
MV cables shall be tested upon installation with a 500 V Megger and the
following readings established. 1) Continuity on all phases, 2) Insulation
Resistance
Signature of Bidder Page 180 of 261
1.2 General Distribution boards shall be suitable for 433 volts, 3 phase AC
supply and 240 volts single phase AC supply, as required. Distribution
boards shall generally conform to IS:2675 or BS:214.
Suitable bus bars made of high conductivity aluminium strips and mounted
on non-hygroscopic insulating supports shall be provided.
The housing shall be heat resistant and having a high impact strength. The
terminals shall be protected against finger contact to IP20 Degree of
Rating of the fuses and carriers shall be as per drawings. Fuses carriers and
bases conform to IS: 1300. They shall be non-flammable and non-
hygroscopic, with hard finish.
All the live parts shall be shrouded such that accidental contacts with live
parts are totally avoided. Distribution boards shall be provided with a front
hinged door. Distribution boards interior assembly shall be dead front with
the front cover removed. Incoming lugs shall be shrouded. Suitable
insulating barrier made of are resistant material shall be provided for phase
separation. The ends of the bus structures shall also be shrouded.
The Distribution Board cabinet shall be totally enclosed type with dust and
vermin proof construction. The cabinet shall be stove enamelled. The interior
surface shall be finished to an off-white shade. The interior components shall
be mounted on a separate sheet steel which is mounted and locked onto the
studs provided inside the cabinet. Over this, a cover made of HYLAM sheet
or stove enamelled sheet shall be provided with slots for operating handle of
breakers. The cabinet shall be equipped with a front door having a spring
latch and a vault lock. Cabinets shall have detachable glands plates at both
top and bottom with knock out holes of suitable numbers.
1.10 Terminals
WIRING
Signature of Bidder Page 182 of 261
3. Fixing of MS Channel/Tubes.
Tubes/Channel shall be fixed by heavy gauge clamps or welding, secured in
a suitable and approved manner at an interval of not more than one meter.
Where tubes are to be laid along the trusses, clamps made of MS. Whereas
it is not possible to drill holes in the truss members suitable clamps with
bolts and nuts shall be used etc. The same shall be secured by means (as
per instruction of Engineer -in-Charge).
4. Wiring.
All internal wiring shall be carried out with PVC insulated multi-
stranded FRLS copper wires of 1100 volts grade. The circuit wiring for
points shall be carried out in looping in system and no joint shall be
allowed in the length of the conductors; Circuit wiring shall be laid in
separate channel/tubes originating from distribution board to switch board
for light fittings. Looping circuit wiring shall be drawn in same conduit as for
point wiring. Each circuit shall have a separate neutral wire. Neutral looping
shall be carried out from point to point or switch boards. A separate earth
wire shall be wiring for light Point/ exhaust fan point shall be 2 runs of 2.5
sqmm and 1 run of 1.5 Sq. mm FRLS insulated copper conductor single
core cable. Before the wires are drawn into the channel, the channel shall be
thoroughly cleaned of moisture, dust and dirt. Drawing & jointing of copper
conductor wires & cables shall be as per CPWD specifications.
5. Joints.
All joints shall be made at mains circuit drawn only.
6. Load Balancing.
Balancing of circuits in three phase installation shall be planned before the
commencement of wiring and shall be strictly adhered to.
7. Conductor Size.
Wiring shall be carried out as indicated in the drawing.
Sectional area of
20m m 25m 32m 38m 51m 64m
conductor in
sq.mm
s b s b s b s b s b s b
1 2 3 4 5 6 7 8 9 10 11 12 13
1.5 5 4 10 8 18 12
2.5 5 3 8 6 12 10
4 3 2 6 5 10 8
6 2 5 4 8 7
10 2 4 3 6 5 8 6
16 2 2 3 3 6 5 10 7 12 8
25 3 2 5 3 8 6 9 7
35 3 2 6 5 8 6
50 5 3 6 5
70 4 3 5 4
NOTE:
1. The above table shows the maximum capacity of conduits for a simultaneous
drawing in of cables.
2. The columns headed ‗S‘ apply to runs of conduits which have distance not
exceeding 4.25m between draw in boxes and which do not deflect from the
straight by an angle of more than 15 degrees. The columns headed 'B' apply to
runs of conduit which deflect from the straight by an angle of more than 15
degrees.
1.0 Luminaries
1.1 General
2.1 General
All screws, clamps, packing, etc., necessary for the proper fixing of
luminaries shall be provided by the Contractor as part of the works. Packing
pieces of approved material shall be fitted where required to level the
luminaries and to prevent distortion.
Where painted surfaces are damaged, they shall be made good by painting
to the same standard as the original paintwork.
Fittings are to be installed subject to the approval of the Consultant /
Developer. All luminaries shall be effectively earthed.
a. The Contractor shall supply the light fixture as per instruction of Engineer-
in-Charge and install lighting fixtures including but not limited to lamps,
ballasts, accessories fixing hardware necessary for installations, as shown in
the Drawings, as required, and as here in specified.
b. All fixtures shall be delivered to the building complete with suspension
accessories, canopies, hickeys casing, sockets, holders, reflectors, ballasts,
diffusing material, louvers, plaster frames, recessing boxes, etc. all wired
and assembled as indicated.
c. Full-size shop detailed drawings of special fixture or lighting equipment,
where called for in the fixtures schedule shall be submitted to the
Engineer-in-Charge for approval.
d. Fixtures, housing, frame or canopy, shall provide a suitable cover for fixture
outlet box or fixture opening
Signature of Bidder Page 185 of 261
ILLUMINATION LEVELS:
Lighting system shall be designed for 240 V; 1Ph; 50Hz; A.C. Supply. Lighting system
shall be designed with illumination levels as follows:
Given below are the recommended illumination levels and type of fittings for different area
with its classification.
EARTHING
Supply and installation of Rigid PVC pipes up to the nearest shaft or cut in
building or the cable trench in the vicinity to enable lying of earthling strips by
other agencies at a later date.
Earthing electrodes of plate type shall be used. The choice of pipe or plate
electrode shall be decided according to the anticipated fault level of the
network and local soil conditions.
All grounding electrodes shall be tested with earth meggers and grounding
resistances are recorded.
Method of Installation:
One number or three numbers as per Bill of material, Copper bonded Earth Rod
shall be placed in an Earth Pit of 10-inch diameter. The earth pit has to be
connected by means of Copper Earth Rod Clamp. The whole setup is treated by
Ground Enhancing Material (GEM).
Precautions
Earthing system shall be mechanically robust and the joints shall be capable of
retaining low resistance, even after passage of fault currents.
Joints shall be welded, bolted or double-riveted. All welded joints are painted with
cold zinc galvanizing paint. All the joints shall be mechanically and electrically,
continuous and effective. Joints shall be protected against corrosion.
Testing
On the completion of the entire installation, tests on the earth resistance of the
electrodes shall be conducted using an earth-testing Megger.
All meters, instruments and labour required for the tests shall be provided by the
Contractor. The test results shall be submitted in triplicate to the AE / Owner for
approval. Tests shall be conducted in the presence of AE / Owner.
1.0 TESTS:
FUNCTIONAL TESTS:
b) Functional test for breaker interlocking & other circuits shall be done with
aux.supply
DIELECTRIC TESTS:
a) Insulation resistance of the power circuit between each phase and the earth and
that between the phases shall be measured.
b) Insulation resistance of all secondary wiring between phase and earth shall be
measured. Insulation test shall be carried out both before and after high voltage
test.
A high voltage test shall be done for HT & LT switchboards as per the relevant IS
standards for a duration one minute.
STORING:
The panels shall be stored in a well-ventilated dry place. Suitable polythene covers
shall be provided for necessary protection against moisture, dust and vermin.
ERECTION:
The base channel used for erection of panels shall form part of the cost of the
panel and shall not be measured or paid separately.
The panels shall be commissioned only after successful completion of the following
tests. The test shall be carried in the presence of Client/Consultant‘s
representative.
a) All main and auxiliary bus bar connections shall be checked and tightened.
b) All wiring terminations and bus bar joints shall be checked and tightened.
g) All relays and protective devices shall be tested for correctness of settings and
operation by introducing a current generator and an ammeter in the circuit or
shall produce calibration/test certificate as required by the
Client/Inspectorate/consultant.
i) Makes, type and ratings of all components shall be checked / verified as per
approved drawings.
This specification covers the scope of work of structural steel works, submittals by the
Contractor, applicable codes of practice for structural steel work and the specifications
for the materials to be used, including steel, bolts & nuts, washers etc and the storage
thereof.
The specification covers the scope of work for structural steel work, submittals by the
contractor, applicable code of practice for structural steel work and the specification for the
materials to be used, including, bolts
The structural steel work shall cover, but shall not be limited to the following:
5.3 Submittals
The following specifications, standards and codes are included as part of this Specification.
All Standards, specifications, codes of practice current on the date of signing of agreement
and referred to herein shall be applicable
a. IS: 800 (1984): Code of Practice for General Construction in Steel.
b. IS: 808 (1989): Dimensions for Hot Rolled Steel Beam, Column, Channel
and Angle Sections.
c. IS: 814 (1991): Covered Electrodes for Manual Metal Arc Welding of
Carbon & Carbon -Manganese Steel.
d. IS: 816 (1969): Code of Practice for Use of Metal Arc Welding for
General Construction in Mild Steel.
e. IS: 817 (1969): Code of Practice for Training and Testing of Metal Arc
Welders.
f. IS: 919 (1993): ISO System of Limits & Fits (Part 1 & Part 2)
g. IS: 1148 (1982): Hot Rolled Rivet Bars (up to 40mm) for Structural
Purposes.
5.6 Products
5.6.1 Materials
A. All materials to be supplied by the Contractor shall conform to relevant
Indian Standards or equivalent, as approved by the Engineer-in-Charge.
B. Steel materials required for the work shall be free from imperfections, mill
scales, slag intrusions, laminations, pitting, rusts etc. that may impair
strength, durability and appearance. All materials shall be of tested
quality only. Test Certificates in respect of each consignment shall be
submitted in triplicate. Whenever the materials are permitted for
procurement from identified stocks, a random sample shall be tested at
an approved laboratory, as directed by the Engineer-in-Charge.
5.7.2 Yard
i. The Contractor shall be required to establish a suitable yard, in an
approved location at site for storing the fabricated steel structures and
other materials which will be delivered to site. The yard shall have
proper facilities such as drainage and lighting including access for
cranes, trailers and other heavy equipment‘s.
b. The Contractor shall have been deemed to have visited the site, prior to
5.8.2 Products
Ref. Specification on relevant IS Code for structural steel.
5.8.3 Execution
5.8.3.1 Workmanship
5.8.3.1.1 General
All workmanship shall be in accordance with the best practices in modern structural shops.
Greatest accuracy shall be maintained in the manufacture of every part of the work and
similar parts shall be strictly interchangeable. The contractor shall not proceed with any
welding until the Engineer-in-Charge has approved his welding plan, which shall include.
1) -All information's on welding procedures, equipment, additives and
preheating during
a. Welding operation.
2) Details of non-destructive testing methods Precautions with regard to
welding shrinkage Possible treatment of completed welds by grinding
Signature of Bidder Page 201 of 261
5.8.3.1.3 Straightening
All materials shall be straight and free from twists, and if necessary, before being worked,
shall be straightened and/or flattened by pressure, unless required to be of curvilinear form.
5.8.3.1.4 Clearance
The clearance between fraying surface of bolted connections shall not be greater than
1mm at each end. If separation is between 1 to 3mm, the surface should be tapered to
eliminate the separation. Over 3mm separation shall be filled with filler plates.
5.8.3.1.6 Assembly
All parts assembled for welding shall be in as close contact as practicable over the whole
surface.
5.8.3.2 Welding
5.8.3.2.1 General
The welding and the welded work shall conform to IS: 1024-1979, IS: 816 (1969) and
1S:9595 (1980), unless otherwise specified. As much wok as possible shall be welded in
shops and the layout and sequence of operations shall be so arranged as to eliminate
distortion and shrinkage stresses.
5.8.3.2.2 Electrodes
All electrodes shall be kept under dry conditions. Any electrode damaged by moisture shall
not be used unless it is guaranteed by the manufacturer that, when ·it is properly dried,
there will be no detrimental effect. Any electrode, which has part of its flux coating broken
away or is otherwise damaged, shall be rejected. Any electrode older than six (6) months
from the date of manufacture shall not be used. Batch certificates for electrodes shall be
submitted by the Contractor.
5.8.3.2.14 Dislodging
After making each run of welding, all slag shall be thoroughly removed and the surface
cleaned.
Great care shall be taken in view of the corrosive environment of Chennai The protective
work on structural steel members shall be done using approved epoxy paint (including
surface preparation, application of suitable primer coat) approved by Engineer-in-Charge
and as per manufacturer's specifications.
The epoxy paint system to be used shall have excellent gloss and colour retention and high
durability as per the details of one of the epoxy paint system given below or any other
equivalent or better epoxy paint system:
The Contractor shall submit to Engineer-in-Charge for approval the details of the epoxy
paint system proposed by him including the product name with detailed product, application
and safety data sheets; product manufacturer, ISO rating of manufacturer, place of
manufacture and technical back-up available in India; detailed case histories; performance
guarantee offered; name, location and qualifications/experience of proposed coatings
5.10.1.3 Submittals
The Contractor shall submit the following:
Proposed overall schedule for documentation of calculations, shop drawings, plan/
procedures and records, submission of procedure of fabrication.
The contractor shall himself inspect all materials, shop work and field work to satisfy the
specified tolerance limits and Quality norms before the same are inspected by Engineer- in-
Charge or his authorized representative.
5.10.2 Execution
5.10.2.1 Tolerances
The contractor shall through appropriate planning and continuous measurements in the
workshop and the erection at site, ensure that the tolerance specified below are strictly
adhered to.
5.10.2.3.4 – Deleted -
5.10.2.3.5 Ultrasonic Test
Ultrasonic test shall be conducted by the contractor to detect gas inclusion (pores), slag
inclusion, shallow welds, cracks, lamination and friability etc. Prior to starting of ultrasonic
test the welded joint shall be thoroughly cleaned of slag and other material. Surface of the
basic metal adjacent to welded joint on both sides shall be mechanically cleaned by the
grinder or a metal brush to provide the contact of the whole ultrasonic probe surface with
surface of basic metal. The width of the clean surface shall be as directed by the CMRL.
The welded joint then shall be covered with a thin coat of transformer oil, turbine or
machine oil to ensure acoustic contact. The joints so treated shall be marked and the
marks shall be entered into the documentation, subsequent to this, ultrasonic test shall be
carried out as directed by the CMRL. At least 25% of fillet / weld shall be tested by
ultrasonic testing.
5.11.1.2 Submittals
A. Ref. Specification for Structural Steelwork -General
B. The contractor shall submit for approval a full description of his proposed
erection method including sequence of erection, use of temporary supports,
connection details and erection camber diagram and design calculations
covering various stages of erection process.
5.11.3 Execution
5.11.3.1 Delivery, Storage & Handling
A. Before the shop assembling is dismantled, all members
and sections shall be appropriately marked with paint or
grooved with their identification numbers as detailed in shop
drawings.
B. The Contractor shall deliver the fabricated structural steel
materials to site, with all necessary field connection materials, in
such sequence as will permit the most efficient and economical
performance of the erection work. As per scheduled
programme, the Engineer-in-Charge may, at his discretion
prescribe or control the sequence of delivery of materials.
C. Fabricated parts shall be handled and stacked in such a way-
that no damage is caused to the components. Measures shall
be taken to minimize damage to the ·protective treatment on the
steelwork. All work shall be protected from damage in transit.
Particular care shall be taken to stiffen free ends, prevent
permanent distortion and adequately protect all machined
surfaces. All bolts, nuts, washers, screws, small plates and
articles generally shall be suitably packed and identified.
1. The unit rate shall include procurement of all raw steel materials, all welding,
foundation and anchor bolts, bolts, nuts, washer & shear connector including its testing,
allowance for all types of wastages, complete fabrication and testing, transportation and
erection of fabricated parts and handling all incidental works etc. The price shall also
include required surface preparation for application of primers and application of primer,
as specified. The preparation of complete detailed fabrication/shop/erection drawings
based on the design drawings and all permanent and temporary structures for
fabrication/erection shall be considered incidental to work.
2. Providing and removal after completion of work any temporary support, staging braces,
strutting, tying or anchor bolts, black bolts, fasteners, welding required to withstand the
stresses of erection and carrying of plant and equipment‘s are to be included in the price.
Signature of Bidder Page 217 of 261
The role of Quality Assurance consultant shall be conducting detailed checks of activities of
construction from the starting stage to the finishing stage. This would involve collection of
samples and arranging testing. The consultant would be reporting to the concerned
officer‘s level of through weekly report and suggesting interaction with various authorities
as and when required. A Third Party Agency will check & inspect the Material using at site
and Quality of work. Minimum 10% of the QC tests are to be certified from third party.
1.2 Submittals
Sample
Two samples of each colour or finish selected 100 X 75 mm size shall be submitted by the
Contractor before execution of work.
Shop Drawings
Contractor shall prepare detailed layouts/ schematic drawings for the cladding arrangement
on Foot Over Bridge in consultation with Engineer-in-Charge. After approval of layout
drawings, detailed shop drawings incorporating all allowances for construction and
fabrication tolerances shall be prepared and submitted by Contractor for approval of
Engineer-in-Charge. Two copies of manufacturer's Literature for panel material shall also
be submitted.
And such review shall not relieve the contractor of any responsibilities as stated herein or
any other applicable items herein specified. No work shall be fabricated until the shop
drawings and all other related submissions, documentation, certification samples and the
mock-up for the work have been reviewed and approved by Engineer-in-Charge.
The shop drawings for the work shall show joinery techniques, provisions for horizontal and
vertical expansion, framing and anchor member profiles, identify all materials, fasteners
and sealants etc. by product name, relative layout of all adjacent walls, beams, columns
and slabs with all dimensions to each other and grid lines dimensions, anchorage details to
the FOB structure etc. All components shall be assembled, secured anchored, reinforced,
sealed and made weather-tight in a manner not restricting thermal or wind movements of
Signature of Bidder Page 220 of 261
1.9 Accessories
Extrusion formed members, sheer and plate shall conform with ASTM 8209 and the
recommendations of the manufacturer.
Panel stiffeners, if required shall be structurally fastened or restrained at the and shall be
secured to be the rear face of the composite panel with silicon sealant of approved size
and required size and strength to maintain panel flatness. Stiffener material and / or
finish shall be composite with the silicon.
Flashing shall be of 0.76mm minimum thickness aluminum sheet painted to match the
adjacent curtain wall/panel system where exposed. Provide a lap strap under the flashing
at abutted conditions and seal lapped surfaces with a full bed of non-hardening sealant.
Fasteners including concealed screws, nuts, bolts and other items required for connecting
aluminum to aluminum shall be of non- magnetic stainless steel.
Rivets used for fastening panel to aluminum sub-frame shall be alloy aluminum large flame
head type with stainless steel mandrel.
All fixing anchors, brackets and similar attachment used in the erection shall be of
non-magnetic stainless steel.
1.10 Fabrication
All panels shall be fabricated into cassette complete with aluminum sub-frame. For curved
panels they shall be formed to the required radius prior to assembly of aluminum profile.
All seams of mitered joins of the sub-frame shall be sealed with an approved sealer.
The finished cassette panel shall be delivered complete with component marking to site for
easy identification and assembly.
1.11 Welding
No stud welding onto the cladding panels are permitted.
No welding shall be applied to visible surface to which a surface finish such as anodizing
painting coating etc. has previously been applied.
1.12 Installation
Any component parts which are observed to be defective in anyway including warped,
bowed, dented, abraded and broken members must not be installed. Members of parts,
which have been damaged during installation or thereafter before the time of final
acceptance shall be removed and replaced.
26. The controller shall have the facility for interfacing (through suitable ports, viz RS-
232/ RS-485/ USB/ Ethernet etc.) with a PC based Remote Monitoring system
(RMS) already existing at Alandur station control room. The Contractor shall visit
Alandur station Control room to study the existing RMS‖
Comprehensive maintenance services of the lifts provided under the contract for a period of
5 years is covered under the scope of work and hence shall be deemed to have been
included in the quoted amount. Maintenance service shall cover regular examination of the
installations by the trained technician of the contractor including necessary adjustments,
greasing, oiling, cleaning, replacement of all necessary defective parts, provision all
consumables, light lamps, diodes etc. to keep the equipment in excellent operational state.
The contractor shall also provide 24 hours emergency operational state. The contractor
shall also provide 24 hours emergency repair service to attend the escalator at any time of
the day or night including Sundays and holidays.
1.2.3 Every item of machinery, likely to produce sound owing to vibration or any
other causes, must be isolated from structure so as to eliminate any possibility of
sound travelling to other parts of the buildings. The set of isolation material required
for this purpose shall be deemed to be covered in the scope of work and quoted
rate.
1.2.5 The cost of lifts as quoted by Contractor shall include the shall include the
cost of the following civil works:
a. Cutting holes in walls, floor etc. and making good to match the existing
surface of walls, floors etc.
b. Supply and fixing necessary bolts, nuts, washers etc. required for
execution of work.
c. Hoisting arrangement if required
d. Providing protection like cover barricading· tc. During storing and
execution to protect the lifts from dust, water etc.
e. During execution, the contractor shall at all-time keep the working and
storage areas free from waste or rubbish.
f. All necessary arrangements for hoisting & installation of lift including
scaffolding etc
1.2.9 Keeping in view, the required time for ordering, manufacture, inspection,
delivery & installation of Lift within the overall contract period, Contractor shall take
action for ordering the Lift at the earliest after issue of letter of acceptance.
However, before ordering the lifts, Contractor shall submit the relevant details/
make/ model of lifts proposed by him for work to Employer for approval within 15
days and place confirmed order with the manufacturer within 2 days of receiving
approval of Employer. Only lifts of make/model approved by Employer shall be
used in the works.
Only the Lift approved by Employer shall be procured/ installed for the work.
Signature of Bidder Page 232 of 261
LIST OF STANDARDS
Standard
Description
Safety rules for the construction and installation of Escalators.
EN 115
Hot rolled narrow steel strip.
EN 10048
EN 10051 Specification for continuously hot-rolled uncoated plate, sheet and
strip of non-alloy and alloy steels.
SL NO DESCRIPTION PARTICULARS
6 FREQUENCY 50HZ
8 ARRANGEMENT SINGLE
STEPS
1.4 TRACTION
Traction to the steps shall be by means of two endless roller chains.
STEP CHAINS
2.1 STEP CHAIN
The steps shall be driven by at least 2 steel link chains of which at least one shall be
located at each side of the step.
2.2 MATERIALS
The step chains shall be made of high tensile steel links with hardened and ground
pins, unless otherwise specified.
COMBS
5.1 COMBS
Combs shall be provided at the top and bottom landings and shall be wear
resistant aluminium alloy with anti-slip pattern.
BALUSTRADING
6.1 BALUSTRADES
Solid balustrades shall be installed on each side of the escalator and shall consist of
the following components:-
(1) Skirting
The skirting panels shall be vertical and constructed of smooth hairline finish
stainless steel with thickness of not less than 2 mm. Embossed, perforated or roughly
textured materials shall not be used.
(2) Balustrade Panel
Balustrade panel shall be of double side Stainless steel Sandwich panel of SS 304
material with 1.5 mm thick with hairline finish. The balustrade shall have sufficient
mechanical strength and rigidity.
(3) Balustrade decking
The decking shall be of stainless steel or extruded aluminium, polished and
anodized in natural color. The decking is to be situated under the handrail and forms the
top cover of the balustrade paneling. Appropriate measure shall be provided to discourage
people from sliding along the decking.
(4) Extended newel
The newel including the handrails shall project beyond the root of the comb teeth by
at least 0.6 m in longitudinal direction.
HANDRAILS
7.1 RUBBER HANDRAIL
The handrails shall be constructed of multi-layered canvas with the exposed surface
covered with smooth black abrasion resistant rubber which shall be vulcanized into an
endless loop.
Signature of Bidder Page 240 of 261
TRUSS
8.1 CONSTRUCTION
The structural steel truss shall be a rigid steel fabricated structure and shall be
capable of carrying a full complement of passengers together with mechanism of the
escalator, the balustrades and the weight of exterior covering. The supporting structure
shall be designed in a way that it can support the dead weight of the escalator plus a
passenger weight of 5000N/m². The factor of safety used in the design of structural
members of the escalator trusses shall not be less than 5 based on static load.
LUBRICATION
9.1 LUBRICATION
Effective means for lubricating the bearings and moving parts as required shall be
provided with easy access.
DRIVING MACHINERY
10.1 INDEPENDENT DRIVING MACHINE
Each escalator shall be driven by at least one machine of its own.
10.3 MOTOR
The motor shall be integrally mounted, A.C. squirrel cage, three phase induction
motor of continuous rating, reversible type with high starting torque and low starting current
and specially designed for escalator application.
Other proven motor types may also be used subject to the approval by the Employer.
10.4 SPEED
The rated speed of the escalator shall not be more than 0.75 m/s and 0.5 m/s for an
escalator with an angle of inclination not exceeding 30 and 35 from the horizontal
respectively.
The rated speed of passenger conveyors shall not exceed 0.75 m/s. However, this
rated speed may be increased to 0.9 m/s maximum provided.
10.5 BEARING
The motor shall be fitted with grease lubricated ball bearings.
BRAKING
11.1 ELECTRO-MECHANICAL BRAKE
Each escalator shall be provided with braking that is mechanically applied and
electrically held off type of sufficient capacity to efficiently bring the escalator to rest with
uniform deceleration when travelling at full contract speed in either direction.
11.3 HANDWINDING:
Provision shall be made for hand winding the escalator in either direction, and shall
be suitably marked for "UP" and "DOWN" operation. Crank handles and perforated hand
wheels are not permitted. Instructions for hand winding devices in English shall be
displayed prominently in the machinery space. If the hand winding device is detachable, it
shall not be accessible to unauthorized persons. The hand winding device shall be painted
yellow.
SUPPORT BEAMS
SAFETY DEVICES
14.1 SAFETY DEVICE
The operation of any one of these safety devices shall cause the electrical supply to
the driving motor to be disconnected and the electro-mechanical brake to be operated thus
bringing the escalator to rest.
Control station shall be provided at both the upper and lower landing newel, which
shall contain an emergency stop switch, two key operated direction switches, an audio
alarm switch and if specified a foot light switch. The station shall be so positioned as to
enable any person operating any of the Switches to afford a full view of the escalator.
The emergency stop switch shall be push button type with a red button and shall be
suitably protected against accidental operation. But the up and down directional starting
switch shall be of the key-operated spring off type.
(3) Marking
All control switches shall be provided with clearly engraved markings in English.
CONTROLLER
16.1 CONTENT
16.2 LOCATION
The controller shall be located in the truss at the upper landing, and provision shall
be made for easy access for maintenance.
A permanent light, suitably protected, will be provided in the machinery space by the
Electrical Contractor, and which can be switched without passing over or reaching over any
part of the machinery.
A 16 amp. 3 pin switched socket outlet will be provided by the Electrical Contractor
in each escalator machinery space. The socket outlet will be fitted adjacent to the light
switch.
At least at one landing, the name of the manufacturer & the manufacturer's serial
number shall be indicated, visible from outside.
In the case of escalators starting automatically, a clearly visible and audible signal
system, e.g. road traffic signals, shall be provided indicating to the user whether the
escalator is available for use, and its direction of travel.
The surface of the completed truss and metal work shall be prepared and treated in
accordance with the hot dip galvanizing process or normal paint coating as per International
standard for hot-dip galvanizing, BS EN ISO 1461 which specifies a minimum coating
thickness to be applied to steel in relation to the steels section thickness as per required
specifications and recommendation. All rust and dirt on the surface of the truss and metal
work shall be removed by wire brushing and the truss and metal work shall be thoroughly
degreased by degreasing solvent prior to applying the process.
All the above-mentioned degreasing and hot dip galvanizing process shall be
carried out at the factory and galvanizing of truss and metal work at site is not permitted.
(2) Moving parts
Moving parts of the escalator including step driving chains, sprocket gears, steps,
etc. which require greasing or oiling and any metal components which for functional
reasons, shall not be painted.
19.3 LUBRICATION
Automatic oilers shall be provided for chain lubrication and operated in pre-
determined period. Device for separation of oil and water shall be provided if the lubrication
system is of re-circulating type.
The driving motor shall have a degree of protection of at least IP 55. Watertight
cover shall be provided on all bearings.
Maintenance requirements:
Every item of machinery, likely to produce sound owing to vibration or any other
causes, must be isolated from structures so as to eliminate any possibility of sound
travelling to other parts of the buildings. The set of isolation material required for
this purpose shall be deemed to be covered in the scope of work and quoted rate.
The cost of Escalator as quoted by Contractor shall include the cost of the following
civil works:
a. Cutting holes in walls, floor etc. and making good to match the existing
surface of walls, floors etc.
Signature of Bidder Page 252 of 261
The Contractor shall commission the installation and carry out complete
performance tests for all equipment and systems installed by him, making all necessary
adjustments including setting all controls and checking the operation of all protective and
safety devices in accordance with the manufacturers‘ instructions, the requirements
of the statutory rules and regulations and to the satisfaction of the Employer. Prior to any
tests, the Contractor shall submit detailed procedures and a programme for testing and
commissioning to the Employer for approval.
The Contractor shall employ a Registered Lift/Escalator Engineer under the Lifts
and Escalators (Safety) Ordinance to undertake examination, testing and commissioning of
the complete installation. All labor, materials, tools and instrument necessary for carrying
out the work shall be provided by the Contractor. The Building Contractor will provide the
necessary electricity supply but the Contractor shall coordinate with and to inform the
Building Contractor his requirements.
20.3 TESTING
Schedule
Description of Job Frequency
No.
(a) Check the clearance between the steps/pallets
1 Weekly
and the guard to ensure adequate clearance.
(b) Inspect bearings of drums, pulleys and all moving
Weekly
parts and Lubricate.
(c) Clean up the machine room as necessary.
(d) Ride in escalator conveyor, observe whether the
operation is normal. Check whether there is undue Weekly
vibration.
(e) Check for correct operation of all safety devices;
guard safety devices, handrail inlet safety switches,
emergency stop buttons, step/pallets chain safety
switches, step/pallets safety switches, step/pallets
roller switches driving chain safety switches, comb
safety switches, etc.
(a) Check and inspect the main drive system. (b)
2 Weekly
Check and lubricate the step/pallets rollers.
PRICE BID
BILL OF QUANTITIES
The following preambles shall be read in conjunction with the Bill of Quantities.
1 Rates quoted shall include all the safety precautions like temporary platforms /
safety nets / jute or fishing net barricades etc. Rates quoted shall include for debris
collections, erection of debris chutes if necessary, dismantling and taking away the
debris outside the compound from time to time as directed by Chennai Metro Rail
Limited so as to keep the surrounding neat & clean etc. complete, (Contractors shall
not be entitled for any payment on this account) during the currency of contract.
2 The rates quoted shall include working at all levels including provision of skip and
hoist for carriage of materials & laborers, erection of debris chute and removal of
the same after completion of work, required lead and lift involved in movement of
men, materials and removal of debris as stated above.
3 The rates shall include completion of items in the Schedule, in all respects, as
specified and directed at various pages of the tender.
5 Some/ minor details of works which are required for entire completion of the items
of works described herein in these documents but are not explicitly mentioned but
are required to be provided and executed by the contractor and the cost of the said
such items is deemed to be included in the respective items. No extra claim on this
account shall be admitted.
6 The dismantling work shall be carried out very carefully. Cutting machines shall be
used on advice of the Chennai Metro Rail Limited. No payment will be paid for extra
thickness of plaster even if required / done to finish the plaster in line, level and to
match with the surroundings.
8 Water: The contractors shall make his own arrangement for water supply at his
own cost and the Chennai Metro Rail Limited shall not entertain any claim on this
account.
10 The Contractor shall provide proper access for the inspection of works during
execution.
11 The Contractor shall provide their laborers with safety equipment like safety
helmets, shoes, goggles, mask, safety belt while carrying out the work at site. The
Contractor shall also provide & erect the safety nets and barricade around the
structure. These shall be as per the standard practice followed in the industry.
12 The Contractor shall keep the site and approach area neat & clean and hindrance-
free during the currency of contract.
13 The general lighting at ground level shall be arranged by the Contractor at their
cost.
Providing and laying flamed finish Granite stone flooring in required design and
patterns, in linear as well as curvilinear portions of the building all complete as
per the architectural drawings with 18 mm thick stone slab over 20 mm
(average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and
jointed with cement slurry and pointing with white cement slurry admixed with
4 pigment of matching shade including rubbing, curing and polishing etc. all Sqm 10.37 2887.85
complete as specified and as directed by the Engineerin- Charge :
a. Flamed finish granite stone slab Jet Black, Cherry Red, Elite Brown, Cat Eye
or equivalent. DSR No.8.12 (DSR-16, Central Public Work Department)
Supplying and filling in plinth with river sand under floors, including watering,
5 ramming, consolidating and dressing complete. DSR No.2.27 (DSR-16, Central Cum 1.13 917.75
Public Work Department)
Fixing Centering and shuttering including strutting, propping etc. and removal
of form work for Foundations, footings, bases for columns s as per DSR No.4.3.1
7 Sqm 343.28 193.95
(DSR-16, Central Public Work Department)
Brick work with common burnt clay F.P.S. (non modular) bricks of class
designation 7.5 in superstructure in all shapes and sizes in : Cement mortar 1:6
8 Cum 39.30 5582.85
(1 cement : 6 coarse sand) DSR No.6.4.2 (DSR-16, Central Public Work
Department)
Smooth finishing of the exposed surface of R.C.C. work with 6 mm thick cement
9 mortar 1:3 (1 Cement : 3 fine sand). DSR No.5.23 (DSR-16, Central Public Work Sqm 502.34 143.80
Department)
Steel reinforcement for R.C.C. work including straightening, cutting, bending,
placing in position and binding all complete Hard drawn steel wire fabric DSR
10 Kg 8937.06 71.30
No.5.22.5 (DSR-16, Central Public Work Department)
Steel work in built up tubular ( round, square or rectangular hollow tubes etc.)
trusses etc., including cutting, hoisting, fixing in position and applying a priming
11 coat of approved steel primer, including welding and bolted with special shaped Kg 160578.56 112.20
washers etc. complete DSR No.10.16.3 (DSR-16, Central Public Work
Department)
Providing corrugated G.I. sheet roofing including vertical / curved surface fixed
with polymer coated J or L hooks, bolts and nuts 8mm diameter with bitumen
and G.I. limpet washers or with G.I. limpet washers filled with white lead,
including a coat of approved steel primer and two coats of approved paint on
overlapping of sheets complete (up to any pitch in horizontal/ vertical or curved
surfaces), excluding the cost of purlins, rafters and trusses and including cutting
13
to size and shape wherever required DSR No.-12.1 (DSR-16, Central Public Sqm 906.69 957.95
Work Department)
Designing, Fabrication, testing, Instalation and fixing the position Curtain wall
with Aluminum Composite pannel Cladding, with open groves for linear as well
as curvilinear portions of the building, for all heights and all levells etc.
including: the fastening brackets of Aluminium alloy 6005 T5/ MS with Hot Dip
Galvanised with serrations and serrated washers to arrest the Wind load
Movement, fasterns, ss316 pins anchour Bolts of apporvied of ss316, Nylon
Seprators to prevent the by metallic contacts all complete required to perform as
14 per specification and drawing the item include all cost include material and Sqm 479.43 3405.90
labour component, the cost of all samples of the individual components testing in
the approved labourty. the Contractor shall provide curtain wall with alluminum
composite cladding, having all perform characteristics all complete, as per
Archetectural Drawing, as per item Described, as specification as per approved
shop Drawing and as directed Enggineer in Charge DSR No.-25.7 (DSR-16,
Central Public Work Department)
Factory made EPS Core wall pannel/ roof pannel Sandwiched between two
engineered welded wire fabric Mesh of 6mm dia Gi wire mesh, with 50mm pitch
16 in both of the directions, kepth at 120-135mm gap and interconnected by the zig Sqm 342.70 1650.00
zag G.I. wire of 6mm dia of alternete row by welding. DSR No.-8013 (DSR-16,
Central Public Work Department)
Providing & fixing in position MS chequered plates non slip type of required size
and 5 mm thickness, cut & stiffened in floors, platform, floors as per drawing
17 inclusive of all clamps, angles, bolts, washers, welding, lead, lift, two coats of Kg 20500.00
zinc chromate primer etc. complete as per drawings & specifications.
Painting Steel work with Deluxe Multi Surface Paint to give an even shade. Two
or more coat applied @ 0.90 ltr/ 10 sqm over an under coat of primer applied @
18 Sqm 1704.66 84.75
0.80 ltr/ 10 sqm of approved brand and manufacture. DSR No.- 13.48.3 (DSR-16,
Central Public Work Department)
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water supply including all CPVC plain & brass
threaded fittings This includes jointing of pipes & fittings with one step CPVC
19 solvent cement, trenching, refilling & testing of joints complete as per direction M 22.50 321.15
of Engineer in Charge. 40 mm nominal outer dia Pipes. DSR No.- 18.9.5 (DSR-
16, Central Public Work Department)
Removing CC Slab, clearing away and stacking the same for reuse. SR NO 676
23 10Sqm 43.61 733.00
(A) (SoR-14-15, Coporation of Chennai Buildings Department)
Laying at or near ground level kerb stones of all types in position to the
required line, level and curvature, jointed with cement mortar 1:3 (1 cement : 3
coarse sand), including making joints with or without grooves (thickness of
joints, except at sharp curve, shall not be more than 5 mm), including making
drainage opening wherever required etc. complete as per direction of Engineer-
24 in-charge. (Length of finished kerb edging shall be measured for payment). . M 125.00 48.90
DSR No.- 16.85 (DSR-16, Central Public Work Department)
Providing and laying at or near ground level factory made kerb stone of M-25
grade cement concrete in position to the required line, level and curvature,
jointed with cement mortar 1:3 (1 cement: 3 coarse sand), including making
joints with or without grooves (thickness of joints except at sharp curve shall not
25 to more than 5mm), including making drainage opening wherever required Cum 6.07 5012.65
complete etc. as per direction of Engineer-in-charge (length of finished kerb
edging shall be measured for payment). (Precast C.C. kerb stone shall be
approved by Engineer-in-charge).. DSR No.- 16.69 (DSR-16, Central Public
Work Department)
Taking out existing CC interlocking paver blocks from footpath/ central verge,
including removal of rubbish etc., including disposal of unserviceable material to
the dumping ground, and stacking of serviceable material within 50 metre lead
26 as per direction of Engineer-in-Charge. DSR No.-16.69 (DSR-16, Central Public Sqm 100.00 53.95
Work Department)
Earth work excavating and depositing on bank with initial lead of 10 mts and
initial lift of 2 mts. In hard stiff clay, stiff black hard earth, shales muram,
27 gravel stoney earth and earth mixed with small size boulders and hard gravelly Cum 181.99 53.90
soil ( SS 20 A ) SR NO 61 (SoR-14-15, Coporation of Chennai Buildings
Department)
Providing and laying gang saw cut 18 mm thick, mirror polished pre moulded
and pre polished machine cut granite stone of required size and shape of
approved shade, colour and texture in footpath, flooring cut granite stone of
required size and shape of approved shade, colour and texture in
30 footpath,flooring in road side plazas and similar locations, laid over 20mm thick Sqm 909.96 3034.70
base of cement mortar 1:4 (1cement : 4 coarse sand) including grouting the joints
with white cement mixed with matching pigment, epoxy touch ups etc. complete
as per direction of Engineer-in-Charge.DSR No.-16.86.1 (DSR-16, Central Public
Work Department)
Providing and fixing stainless steel handrail 900mm high (as shownin drawing)
made out of stainless steel conforming to SS 304 with 8% to 8.5% nickel using
50.8mm outer dia at top (with 1.6mm wall thickness) and 38.10mm (1.6mm wall
thickness ) stainless steel pipe placed vertically at 1m centre to centre and two
horizontal SS pipe 25.40mm outer dia (with 1.2mm wall thickness) welded at a
distance of 300mm using TIG welding process with 308L SS electrode (in station
31 building all flooor staircases) with necessary bends, flanges and base plates. M 250.00 5240.40
materials, labours, lead, lift,etc. as directed by Engineer in-charge.SoR No. BD14-
896 (SoR-14-15, Coporation of Chennai Buildings Department)
Providing and erecting 2.00 metre high temporary barricading at site as per
drawing/ direction of Engineer-in-Charge which includes writing and painting,
arrangement for traffic diversion such as traffic signals during construction at
site for day and night, glow lamps, reflective signs, marking, flags, caution tape
as directed by the Engineer-in- Charge. The barricading provided shall be
retained in position at site continuously i/c shifting of barricading from one
location to another location as many times as required during the execution of
33 the entire work till its completion. Rate include its maintenance for damages, M 300.00 1577.05
painting, all incidentals, labour materials, equipments and works required to
execute the job. The barricading shall not be removed without prior approval of
Engineer-in-Charge.
(Note :- One time payment shall be made for providing barricading from start of
work till completion of work i/c shifting. The barricading provided shall remain
to be the property of the contractor on completion of the work). DSR No.-16.81
(DSR-16, Central Public Work Department)
Providing and fixing following rating and breaking capacity and 4 pole MCCB
with thermomagnetic release and terminal spreaders in above panel board
39 including drilling holes in cubicle panel, making connections, etc. as required., Each 1 5360.00
Rating: 160 A, 36kA, FPMCCB, 415V.
Providing and fixing following rating and breaking capacity and 4 pole MCCB
with thermomagnetic release and terminal spreaders in above panel board
including drilling holes in cubicle panel, making connections, etc. as
40
required.Rating 200 A, 30kA, FPMCCB, 415V
Each 1 22000.00
Providing and fixing following rating and breaking capacity and 4 pole MCCB
with thermomagnetic release and terminal spreaders in the above panel board
including drilling holes in cubicle panel, making connections, etc. as required
41 Each 9 25550.00
Rating 63 A, 30kA, FPMCCB, 415V.
Providing and Fixing in the above panel board , suitable Metering devices
43 Consising of Energy Meter, Voltmeter , Ammeter , Indicating Lamps , Push Set 1 1400.00
Buttons , etc.,
Control and Protection Circuit Consisting of CT's , PT's , OLR, EFR, SC
44 and OCR protection, with emergency ON/OFF Tripping and Fault Set 1 7189.00
Indication system
Sheet Metal Work and Painting for above LT Panel, Floor mounting type
Compartmentalized type, Bottom Entry for cables -'Sheet steel powder coated
Enclosure: Single front CRCA-'Doors: 2mm Body: 2mm Gland: 3mm covers and
45 SqM 25 4500.00
partitions: 1.6mm-'IP class: IP65 weather proof enclosure for outdoor installation
with canopy and powder coatedComplete as per IS Specification.
Supplying and making end termination with brass compression gland and
aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE
50 aluminium conductor cable of 1.1 kV grade as required. 3½ X 120 sq. mm (45 Each 8 282.00
mm)
Supplying and making end termination with brass compression gland and
aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE
52 aluminium conductor cable of 1.1 kV grade as required. ( DSR 2016, Item code : each 4 3659.00
9.1.23, Pg No 35, 3½ X 70 sq. mm (38 mm)
Supplying and making end termination with brass compression gland and
aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE
54 each 20 206.00
aluminium conductor cable of 1.1 kV grade, 4 core 35sqmm as required.
Supplying and making end termination with brass compression gland and
aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE
56 each 8 85.00
aluminium conductor cable of 1.1 kV grade as required.
Point wiring using Copper wire without switch. Supplying and wiring adopting
loop system in Existing /Provided M S Tubes( square/Rectangular tubes)
provided in the steel structure, using copper PVC insulated multi strand
2X2.5Sqmm and 1X1.5 Sqmm copper wire without switch, the other end of the
59 wires shall be terminated with sufficient loose length in a GI Modular Boxes M 1200 335.00
omplete for each outlet.. I. Point wiring using class A Materials b) Medium point
above 3Mtr up to 6Mtr from tapping point to Luminaire ---- With all Lead &
Lifts etc., complete. as per the detailed specifications and the Directions of
Engineer In charge of the work
Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing
66 along with existing surface/ recessed conduit/ submain wiring/ cable as required. Mtr 60
Note:
1. Bidders are to quote the prices in figures & words in Sl. No.1 above.
2. Bidders are NOT to quote the price in schedule-B in Sl. No. 2 above.
3. Bidders are to mention the % & amount of GST in words and figures.