Construction Foot Over Bridge Escalator Lifts

Download as pdf or txt
Download as pdf or txt
You are on page 1of 320

CHENNAI METRO RAIL LIMITED

TWO BID SYSTEMS

VOLUME – I- TECHNICAL BID

and

VOLUME – II- PRICE BID

NIT No. CMRL/CON/SAL-FOB-RT-02/2017

NAME OF WORK: 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.

General Manager (Tracks & Elevated)


Chennai Metro Rail Limited

(THIS TENDER DOCUMENT IS NOT TRANSFERABLE)

TENDER DOCUMENTS-TERMS AND CONDITIONS 1


Volume - I

(TECHNICAL BID)

Table of Contents

Volume I TECHNICAL BID

Second Cover Page

Table of conents

Section I. Invitation for Bids (IFB)

Section II. Instructions to Bidders (ITB)

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 2


18. Deadline for Submission of Bids
19. Late Bids

E. Bid Opening and Evaluation


20. Bid Opening
21. Process to Be Confidential
22. Clarification of Bids and Contacting the Employer
23. Examination of Bids and Determination of Responsiveness
24. Correction of Errors
25. Evaluation and Comparison of Bids

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.

G. Bid Data Sheet


Section III.

1. Pre-Qualification Bid Submission Sheet

2. Declaration by The Bidder/ Tenderer

3. Qualification Information

3.1 Pre-Qualification Bid Questionnaire

3.2 List of Equipment‘s proposed to deploy for the Work

3.3 List of Key Personnel proposed to deploy for the Work

Signature of Bidder Page 3 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 3


3.4 Application Information Sheet

3.5 Joint Venture Information Sheet (Details of Partner Other than Lead
Partner

3.6 Financial Statement (Data for Previous Three Years - In IRS)

3.7 Total Annual Turnover

3.8 Present Activities in which Bidder Firm Is Engaged as Lead Partner.

3.9 Present Activities in which Bidder Firm is working in Joint Venture

3.10 Present Activities in, which Bidder Firm is working as Partner

3.11 Completed Works in which Firm was the Lead Partner

3.12 Completed Works in which Firm was in Joint Venture

3.13 Details of Sub Contractor and their Responsibilities

Definitions & Interpretations

Signature of Bidder Page 4 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 4


SECTION I

INVITATION FOR BID

(IFB)

Signature of Bidder Page 5 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 5


CHENNAI METRO RAIL LIMITED
CHENNAI-600 107
NIT No. Tender No. CMRL/CON/SAL-FOB/RT-02/2017
RE-TENDER
CMRL invites sealed Open Tender under two cover (Technical & Financial) system for the works as detailed below:
Tender No. CMRL/CON/SAL-FOB/-RT-02/2017
1 Name of work ―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‖.

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)

Signature of Bidder Page 6 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 6


CHENNAI METRO RAIL LIMITED
CHENNAI-600 107,INDIA

NIT No. Tender No. CMRL/CON/SAL-FOB-RT-02/2017


RE-TENDER

Tender No. CMRL/CON/SAL-FOB-RT-02/2017

―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‖.

Please refer CMRL website www.chennaimetrorail.org for particulars.

General Manager
(Track & Elevated)

Signature of Bidder Page 7 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 7


Check List
Bidder shall check the submission of relevant details and documents as mandated
in the tender document, before submission of bids.

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.

Year Multiplying Factor


2015 - 2016 1.00
2014 – 2015 1.10
2013 – 2014 1.21

Clause No 3.2 (c).


Whether proof for Tender Experience of having
successfully completed similar works during last
5 5 years (2011-2012, 2012 - 2013, 2013 - 2014,
2014 - 2015, 2015 - 2016) for Centre
Government of India / State Government
Department / Government undertaking in India

Signature of Bidder Page 8 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 8


S
Description Tenderer's Performance
No
should be either of the following:
a). Three similar completed works costing
not less than the amount equal to 40%
of the estimated cost.
b). Two similar completed works costing not
less than the amount equal to 50% of
the estimated cost.
c). One similar completed works costing not
less than the amount equal to 80% of
the estimated cost.
Is enclosed?
――Similar Work‖ means similar work defined as
similar works shall be foot over bridge or
bridges or flyovers on highways/arterial
roads/railway crossings or grade separators.

Year Multiplying Factor


2015 - 2016 1.00
2014 – 2015 1.10
2013 – 2014 1.21
2012 - 2013 1.33
2011 - 2012 1.46

Clause No 3.2 (c)


Similar Nature of work should also include the
following Minimum Quantities of work at least
6
any one year during the last five years.
(i) RCC (M25) - 110 cum
(ii) Steel Reinforcement - 130 MT
Clause No 3.2 (d) & 3.4 (b)
Equipment Capabilities.
(i) Minimum requirement of plants and
equipments.
RMC Transit Mixer – 1 No‘s
Welding Machine – 3 No‘s
Dewatering Pumps – 1 No‘s
7 Hydraulic Earth movers – 1 No‘s
Dumper – 1 No‘s
Excavators – 1 No‘s
Lifting Crane – 1 No‘s
Mixer Machine - 1 No‘s
Needle Vibrating Machine – 2 No‘s
Concrete Plant (Optional) - 1 No‘s
Signature of Bidder Page 9 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 9


S
Description Tenderer's Performance
No
(ii) Adequate Steel Strutting Materials and Site
laboratory and equipments. Total Stations,
leveling instrument, Hydraulic Compression
testing machine.
(iii) Tenderer should give an undertaking that
the above equipment‘s will be purchased/ hired
for the project.
Clause No.3.2 (e) 3.4 (C) Technical Personnel
Required
1. One Project Coordinator with B.E. (Civil) with
Minimum 10 years‘ Experience in Structural
steel works.
2. One Site Engineer with B.E. (Civil) with
Minimum 5 years‘ Experience in Structural steel
8 erection works.
3. One Electrical Engineer with DCE (Electrical)
Minimum 5 years‘ Experience in building and
commercial works.
4. One Site Supervisor / Surveyor with DCE
(Civil) Minimum 5 years‘ Experience
Consent letter and attested copy of degree /
diploma certificate and experience to be
attached.
Clause No. 3.2 (g)
Financial Position Liquid Assets/ Credit Facilities
9 10% of the Work Value Tenderer should attach
attested copy of Bank Guarantee. (i.e.)
Rs.302.13 Lakhs
Clause No. 3.2 (f)
10 Audited Balance Sheet for the Last Five Years
Attested copies to be attached.

Clause No.3.2 (i)


LITIGATION HISTORY
11
Forms - 8, 9 & 10 should fill up in Rs.20/- stamp
paper signed by notary public and attached.

Clause No.3.4 (f)


Bid Capacity > value of the works
Bid Capacity = A x N x 1.5 - B

12 A = Maximum Value of Construction work


executed in any one year during the last 5
years.
B = Existing Commitments and on going works
to be completed during the next two years.
Signature of Bidder Page 10 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 10


S
Description Tenderer's Performance
No
N = No. of Years for completion of the work.

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:

1. Copies of the documentary evidence to be furnished in support of the


prequalification requirements should be submitted with due attestation by the
competent authority.

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.

Signature of Bidder Page 11 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 11


Section II
Instruction to bidders (ITB)

Signature of Bidder Page 12 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 12


INSTRUCTIONS TO BIDDERS (ITB)

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 In the case of a Joint venture/ Consortium/ Group bidding:

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

Signature of Bidder Page 13 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 13


Lead Bidder as specified in the Joint venture/ Consortium/ Group agreement
which also forms the part of the Bid document.

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:

(a) They or their sister concern have controlling shareholders in common; or

(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

(f) A Bidder or their sister concern participated as a consultant in the


preparation of the design or technical specifications of the contract that is the
subject of the Bid.

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 Qualification of the Bidder

Signature of Bidder Page 14 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 14


3.1 All Bidders shall provide in Section 3, a preliminary description of the proposed work
method and schedule, as necessary.

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);

(h) Authority to seek references from the Bidder‘s bankers;

(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

Signature of Bidder Page 15 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 15


members of the partnership authorized for the purpose or by an authorized
representative followed by the name and designation of the person signing.

(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.

(f) Bid Capacity

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.

Signature of Bidder Page 16 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 16


4. One Bid per Bidder

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. Content of 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:

Section I Invitation for Bid (IFB)


Section II Instructions to Bidders (ITB)
Section III Forms of Bid and Qualification Information
Section IV Letter of Acceptance
Section V Conditions of Contract
Section VI Contract Data
Section VII General Technical Specifications
Section VIII Schedule of Rates and Approximate quantities
Section IX Security Forms
Section X Technical Specification for Bridges
Section XI Bill of Quantity
7.2 The number of copies of each section supplied to the prospective Bidder and the
number of copies to be completed and returned with the Bid is specified in the Bid
Data Sheet.

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.

Signature of Bidder Page 17 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 17


9. Amendment of Bidding Documents

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. Language of Bid

10.1 All documents relating to the Bid shall be in the language specified in the General
Conditions of Contract.

11. Documents Comprising the Bid

11.1 The Bid submitted by the Bidder shall comprise the following:

(a) The Bid

(b) Bid Security;

(c) Priced Bill of Quantities;

(d) Qualification Information Form and Documents;

(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.

11.2 Alternate design

(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.

Signature of Bidder Page 18 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 18


12. Bid Prices

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. Bid Validity

14.1 Bids shall remain valid for a period as specified in the Bid Data sheet.

14.2 In exceptional circumstances, the General Manager (Tracks & Elevated)may


request that the Bidders to extend the period of validity for a specified additional
period. The request and the Bidders‘ responses shall be made in writing. A Bidder
may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the
request will not be required or permitted to otherwise modify the Bid, but will be
required to extend the validity of Bid Security for the period of the extension, and in
compliance with Clause 15 in all respects.

15. Bid Security (Earnest Money Deposit)

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 19


Metro Rail Limited payable at Chennai, to the credit of deposits which do not bear
interest. The Earnest Money will be refunded to the unsuccessful bidder without
interest on application after intimation is sent of the rejection of the tender or at the
expiration of Bid validity period. Bids not accompanied by the Bid Security will be
rejected. The Bid security of the successful Bidder will be returned as per clause
15.2.

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.

15.3 The Bid Security will be forfeited:

(a) If a bidder withdraws his Bid during the period of Bid validity.

(b) If a successful Bidder fails to:

i) Execute the agreement or

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

i) Sign the Agreement; or

ii) Furnish the required Performance Security.

16. Format and Signing of Bid

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

17. Sealing and Marking of Bids


Signature of Bidder Page 20 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 20


17.1 The Bid shall be submitted in 2 parts simultaneously, addressing the Bid authority
and each part shall be in separate sealed covers super scribing cover No, Bid No,
Name of work, list of enclosures, name and address of Bidder. The Bidders shall
then put the two sealed envelopes into an outer envelope, sealed, addressing the
Bid authority, super scribing the name of work, list of enclosures, name and address
of the Bidder.

Cover No.1 - Technical Bid (Volume I)

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

Cover No.2 – Price Bid (Volume II)

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

a) The publication of the IFB has been delayed

b) The communication of changes, in the Bid document to the prospective


Bidders under the clause 8 took time.

17.5 The Bidders shall not amend/ add/ alter any of the Bid conditions, conditions of
contract, specifications etc. of his own.

18. Deadline for Submission of Bids

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 21


18.2 The Tender Inviting Authority may extend the deadline for submission of bids by
issuing an amendment in accordance with Clause 9, in which case all rights and
obligations of the Employer and the Bidders previously subject to the original
deadline will then be subject to the new deadline.

19. Late Bids

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.

E. Bid Opening and Evaluation

20. Bid Opening

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.

21. Process to Be Confidential

21.1 Information relating to the examination, clarification, evaluation, and comparison of


Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced. Any effort by a Bidder to
influence the Employer‘s processing of Bids or award decisions may result in the
rejection of his Bid.

22. Clarification of Bids and Contacting the Employer

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 22


price or substance of the Bid shall be sought, offered, or permitted except as
required to confirm the correction of arithmetic errors discovered by the Employer in
the evaluation of the Bids in accordance with Clause 24.

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. Examination of Bids and Determination of Responsiveness

23.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid

(a) Meets the eligibility criteria defined in Clause 2;

(b) Has been properly signed;

(c) Is accompanied by the required securities; and

(d) Is substantially responsive to the requirements of the Bidding documents.

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. Correction of Errors

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).

Signature of Bidder Page 23 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 23


25. Evaluation and Comparison of Bids

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. Award Criteria

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

(a) Eligible in accordance with the provisions of Clause 2, and

(b) Qualified in accordance with the provisions of Clause 3.

26.2 In determining the lowest evaluated price the following practice will be considered:

i) The quoted price shall be corrected for arithmetical errors

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

Signature of Bidder Page 24 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 24


(1) After negotiation with the tenderer and before passing the order accepting a tender
as under sub-section (6) of section 10 of the Tamil Nadu Transparency in Tender Act,
1998 if the Tender Accepting Authority decides that the price quoted by such tenderer
is higher by the percentage as may be prescribed over the schedule of rates or
prevailing market price, he shall reject the Tender.

(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. Notification of Award and Signing of Agreement

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. Performance Security (Security Deposit)

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:

Signature of Bidder Page 25 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 25


Percentage of Amount of Additional Security Deposit
rebate
5 to less than 15% 2%

15% to 20% 50% of Difference between Office value of work and Tender
amount.

above 20% Same as above

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 26


award on the documents and statements of the case filed by the parties or personal
inspection or on both. The Arbitrator shall have power to view the subject matter of the
dispute with or without the parties or their agents to open review and revise any certificate,
opinion decision, requisition or notice have in regard to the matters, expressly examined and
to determine all matters in dispute which shall be submitted to him and of which notice has
been given as aforesaid, in the same manner as if no such certificate, opinion, decision,
requisition, or notice been given.

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.

32. Corrupt or fraudulent Practices:

The bidder shall observe highest standard of ethics during bidding process and execution of
the project.

If the Contractor has engaged in corrupt or fraudulent practices, in competing for or in


executing the Contract, the Employer may, after given 14 days notice to the Contractor, to
terminate the Contract.

“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.

―Fraudulent practice‖ means a misrepresentation of facts in order to influence a


procurement process or the execution of a contract to the detrimental to the interest of the
Employer, and includes collusive practice among Bidders which is detrimental to the
General Manager (Tracks & Elevated)and includes collusive practice among the bidders
(prior to or after bid submission.) designed to establish bid prices at artificial non-
competitive levels and to deprive the Employer .the benefits of free and open competition.

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.

Signature of Bidder Page 27 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 27


35. Contractor‟s care of the Works: The contractor shall take full responsibility for the
care of the works from the Commencement Date until the date of the Employer‘s notice
under clause 35. Responsibility shall then pass to the Employer. If any loss or damage
happens to the Works during the above period, the Contractor shall rectify such loss or
damage so that the works confirm with the Contract. Unless the loss or damage happens
as a result of an Employer‘s liability the Contractor shall indemnify the Employer, the
Employer‘s, Contractor‘s Agents and employees against all loss or damage happening to
the Works and against all claims or expenses arising out of the Works caused by a breach
of contract, by negligence or by other default of the Contractor, his agents or employees.

36. Compensation Events.

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.

(e) The advance payment is delayed.

(f) The effect on the Contractor of any of the Authority‘s Risks.

(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.

As soon as information demonstrating the effect of each Compensation Event upon


the Contractor‘s forecast. It is to be assessed by the Engineer. If the Contractor‘s
forecast is deemed unreasonable, the decision of the Engineer is final binding on the
contractor. The Engineer will assume that the Contractor will react competently and
promptly to the event.

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.

Signature of Bidder Page 28 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 28


G. Bid Data Sheet
Instructions to
Bidders (ITB)
Bid Data
Clause
Reference
A. General
Construction of Foot Over Bridge (FOB) with escalator and lifts at
1.1 Alandur CMRL Metro Station and across GST Road at Km 12/6 of
G.S.T Road.
The bidder should have achieved a minimum Average Annual Turnover
3.2(k) during the last 3 years ending 31st March of the previous financial year
(2013 - 2014, 2014 - 2015, 2015 - 2016) in the Civil Engineering
3.4(a) (ii) construction field should be at least of Rs.302 Lakhs (30% of the estimated
cost).
Tender Experience of having successfully completed similar works during
last 5 years (2011-2012, 2012 - 2013, 2013 - 2014, 2014 - 2015, 2015 -
2016) for Centre Government of India / State Government Department /
Government undertaking in India should be either of the following:
d). Three similar completed works costing not less than the amount
equal to 40% of the estimated cost.
e). Two similar completed works costing not less than the amount
equal to 50% of the estimated cost.
3.2 (c) f). One similar completed works costing not less than the amount
equal to 80% of the estimated cost.
Similar Nature of work should also include the following Minimum
Quantities of work at least any one year during the last five years.
(i) RCC (M25) - 110 cum
(ii) Steel Reinforcement - 130 MT
Similar Work” means similar work defined as similar works shall be
foot over bridge or bridges or flyovers on highways/arterial
roads/railway crossings or grade separators.
The essential equipment to be made available for the contract by the
successful bidder shall be:
RMC Transit Mixer – 1 No‘s

3.2 (d) Welding Machine – 3 No‘s

3.4 (b) Dewatering Pumps – 1 No‘s


Hydraulic Earth movers – 1 No‘s
Dumper – 1 No‘s
Excavators – 1 No‘s

Signature of Bidder Page 29 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 29


Lifting Crane – 1 No‘s
Mixer Machine - 1 No‘s
Needle Vibrating Machine – 2 No‘s
Concrete Plant (Optional) - 1 No‘s
Adequate Steel Strutting Materials and Site laboratory and equipments.
Total Stations and leveling instrument.
Tenderer should give an undertaking that the above equipment‘s will be
purchased/ hired for the project (if awarded).
The minimum Key personnel required for the work

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

Signature of Bidder Page 30 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 30


C. Preparation of Bids

(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

E. Bid Opening and Evaluation


(20.1) The opening of the Prequalification Bid shall take place at the Office of
Director (Projects), Chennai Metro Rail Limited, Admin Building, CMRL
Depot, Poonamallee High Road, Koyambedu, Chennai –600107, Tamil
Nadu, India.

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

Signature of Bidder Page 31 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 31


SECTION III

1. Pre- Qualification Bid Submission Sheet

2. Declaration by the Bidder / Tenderer

3. Qualification Information

Signature of Bidder Page 32 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 32


Section III

1. Pre-Qualification Bid Submission Sheet

Date:…………………………

Invitation for Bid No: [CMRL/CON/SAL-FOB-RT-02/2017]


To:
The General Manager (Tracks & Elevated)
Chennai Metro Rail Limited (CMRL),
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu,
Chennai –600107, Tamil Nadu
Sir,

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:

a) We have examined and have no reservations to the Bidding Document,


including Addenda No.(s)………………………… issued in accordance with ITB
Clause 9.

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.

Name of Sub Tentative Amount of


Address Key activity
Contractor the sub activity

(If no part to be sub contracted, indicate ―none‖)

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.

Signature of Bidder Page 33 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 33


3. Attached herewith are the following:

i) Income Tax and Sales Tax clearance certificates for the last three years issued
by the appropriate authority:

ii) Demand Draft for Rs……………………….towards cost of Bid documents in case


purchased in the counter.

iii) Bid Security for Rs. …………………… in the form of:

a) Demand Draft …..… (Furnish details of the Demand Draft)…..…

b) Chalan …..… (Furnish details of the Chalan)…..…

c) Any other Form mentioned in Cl. 15.1 of ITB (Furnish Details)

4. Attached to this letter are copies of original documents defining:

i) The Bidder‘s legal status;

ii) The principal place of business;

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:

Name, Telephone and Fax No. of person

General and Management


Information

Personnel

Technical Enquiries

Signature of Bidder Page 34 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 34


Financial 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:

i) Signed so as to legally bind all partners jointly and severally; and

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:……………………………………………………………………………………………

In the Capacity of ……………………………………………………………………………….

Signed
……………………………………………………………………………………………..

Duly authorized to sign the Bids for and on behalf of ………………………………….

Date ……………………………

Signature of Bidder Page 35 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 35


Section III

2. DECLARATION BY THE BIDDER/ TENDERER

I/We _______________________________________________________ hereby declare


that I/We am/ are not in any way related to any officer who is in charge of
………………………………… or having control of this work as referred in Clause 2.4 of
ITB.

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.

Signature of the bidder

Place:

Date:

Signature of Bidder Page 36 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 36


Section III

3. QUALIFICATION INFORMATION

3.1 PRE QUALIFICATION BID QUESTIONNAIRE

Answers to be furnished by the


Sl No Questions
bidder
Name of Firm
1
Nationality
2
Head Office Address
Postal

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.

Are you registered with any other Government/


7 Department / Public undertaking (if yes, give details)
What are your sources of finance (Please give details
of bank reference – certificate from bank endorsing
8 your financial stability and certificate to substantiate
other sources)
Give the last five years account with auditor‘s reports,
9 balance sheet, profit and loss account, and income tax
clearance certificate.

How much is your paid up capital

How much is your working capital


10
How much is your annual turnover for the last five
years (Give separately for each year)

Signature of Bidder Page 37 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 37


Answers to be furnished by the
Sl No Questions
bidder
How much is your net income for the last five years
(Give separately for each year)

Do you intend to associate any other organisation for


the works, which you are bidding? If so, give full
11
particulars of that organization separately under each
head of questionnaire and forms

Formats (enclosed may filled)

Details of Engineers & Managerial Personnel

Details of machinery and equipment owned by the


Company

List of Machinery & equipment that company proposes


to take on rent

and use for the work


12
Present activities in which your firm is engaged as a
Main contractor

(last five years)

Present activities in which your firm is working in Joint


Venture (last

five years)

Material Testing facilities available with the firm

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.

Signature of Bidder Page 38 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 38


3.2 LIST OF EQUIPMENTS PROPOSED TO DEPLOY FOR THE WORK

(To be filled by the Bidder)

ANNEXURE 1

Sl No. Particulars Capacity Number Own/ Lease/ Rent

Signature of Bidder Page 39 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 39


3.3 LIST OF KEY PERSONNEL PROPOSED TO DEPLOY FOR THE WORK

Years of Experience in
Sl No Name Position Qualification
the relevant field

Signature of Bidder Page 40 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 40


3.4 APPLICATION INFORMATION SHEET

Application Information

Bidder‘s Legal Name

In the case of Joint Venture/ Consortium/Group, legal


name of each partner

Bidder‘s actual or intended year of constitution

Bidder‘s legal address in country of constitution

Bidder‘s authorized representative (name, address,


telephone no., e-mail address)

Attached are copies of the following original documents

1. In the case of single entity, articles of incorporation or constitution of the legal entity named
above.

2. Power of attorney to represent the firm or JV/consortium /group named above.

3. In case of JV, power of attorney for lead member of consortium by other JV partner

Signature of Bidder Page 41 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 41


3.5 JOINT VENTURE INFORMATION SHEET

DETAILS OF PARTNER(S) OTHER THAN LEAD PARTNER

Partner

Partner‘s legal name

Partner‘s year of constitution

Partner‘s Legal address in country of Constitution

Partner‘s authorized representative

(name, address, telephone no; fax and e-mail


address)

Signature of Bidder Page 42 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 42


3.6 FINANCIAL STATEMENT (DATA FOR PREVIOUS FIVE YEARS - IN INDIAN
RUPEES)

a. Information from Balance Sheet

Year

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

b. Information from Income Statement

Year

Total Revenue

Profit before Tax

Profit after tax


Attached are copies of financial statements (balance sheets including schedules and income
statements) for the last three years, as indicated above, complying with the following
conditions

All such documents reflect the financial situation of the bidder

Historical financial statements must be audited by a certified chartered accountant

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

Signature of Bidder Page 43 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 43


3.7 TOTAL ANNUAL TURNOVER

(Bidder and/or Each member of Joint Venture/ consortium/ group must fill in this form)

TOTAL ANNUAL TURNOVER FOR THE LAST THREE FINANCIAL YEARS

Year Indian Rupee

Total

Signature of Bidder Page 44 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 44


Sl No 3.8

Name & Type of project/ work


which you are presently
executing
PARTNER

Signature of Bidder
Brief technical description

Name & Address of client

Period of contract (as

TENDER DOCUMENTS-TERMS AND CONDITIONS


provided in the agreement)

Construction cost of project (in


Rs)

Type & amount of portion


sublet by you

Year of Starting
(Each bidder or member of JV/ consortium/ group must fill in this form)

Percentage completed
Works

Name & Address of consultant


if any
PRESENT ACTIVITIES IN WHICH BIDDER FIRM IS ENGAGED AS A LEAD

Page 45 of 261

45
Sl N0 3.9

Name of the project/works and its


location (phase of work for which you
are responsible)
VENTURE

Signature of Bidder
Brief technical description

Name & Address of client

TENDER DOCUMENTS-TERMS AND CONDITIONS


Period of contract

Construction cost of project (in Rs)


(entirely yours)

Year of Starting
(Each bidder or member of JV/ consortium/ group must fill in this form)

Percentage completed works

Name with whom you are in JV

Name & Address of consultant if any


PRESENT ACTIVITIES IN WHICH BIDDER FIRM IS WORKING IN JOINT

Page 46 of 261

46
Name of the
Project /works and its
location (phase of work)

Name & Address of client

Signature of Bidder
Construction cost in Rs./
Entire cost of your portion

Name of main contractors

TENDER DOCUMENTS-TERMS AND CONDITIONS


Period of contract (as
provided in agreement)

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

Name & Address of


3.10 PRESENT ACTIVITIES IN WHICH BIDDER FIRM IS WORKING AS PARTNER

consultant if any

Page 47 of 261

47
Sl No

Name & Type of project/


works and its location

Signature of Bidder
Brief technical description
(DURING LAST 5 YEARS)

Name & Address of client

TENDER DOCUMENTS-TERMS AND CONDITIONS


Period of contract (as
provided in the agreement)

Construction cost of Project


(in Rs)

Type & amount of Portion


sublet by you
(Each bidder or member of JV/ consortium/ group must fill in this form)

Year of Starting
3.11 COMPLETED WORKS IN WHICH FIRM WAS THE LEAD PARTNER

Percentage Completed
works

Name & Address of


consultant if any

Page 48 of 261

48
Sl No

Name & Type of project/


works and its location

Brief technical description

Signature of Bidder
Name & Address of client
(DURING LAST 5 YEARS)

Entire
Construction cost of
Project (in Rs)

TENDER DOCUMENTS-TERMS AND CONDITIONS


yours
Period of contract (as
provided in the
agreement)
Year of Starting
Scheduled

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

Reasons for delay if any

Name & Address of


consultant if any

Page 49 of 261

49
3.13 DETAILS OF SUB CONTRACTOR AND THEIR RESPONSIBILITES

(Applicable in case of subletting)

Sl Name & Address of Sub


Responsibility Value of work to be
No Contractor
sublet.

Signature of Bidder Page 50 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 50


Definitions & Interpretations

1. Act means the Tamil Nadu transparency in Tenders Act, 1998 (Tamil Nadu Act 43 of
1998).

2. Rules means The Tamil Nadu Transparency in Tender Rules, 2000

3. Adjudicator: The General Manager (Tracks & Elevated)will propose the person to
be appointed as Adjudicator under the contract in the Letter of Acceptance.

4. Arbitrator: If a party is dissatisfied with the decision of the Adjudicator or no decision


is given within the time set out the party may give notice of dissatisfaction and a
dispute which has been the subject of a notice of dissatisfaction has to be finally
settled by Arbitral tribunal. The Arbitrator can revise the decision of the Adjudicator.
The Arbitral Tribunal consists of 3 Arbitrators, one each to be appointed by the
Authority and the Contractor. The third Arbitrator has to be chosen by the two
Arbitrators so appointed by the parties and has to act as presiding arbitrator. In case
of failure of the two arbitrators appointed by the parties to reach upon a consensus
within period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator has to be appointed by President of the
Institution of Engineers (India).

5. The Authority (CMRL) or his authorised representative is the party who Employs the
Contractor to carry out the Works

6. Earnest Money Deposit means the amount required to be remitted by a bidder


along with his bid indicating his willingness to implement the contract.

7. Bill of Quantities means the priced and completed Bill of Quantities forming part of
the Bid.

8. BIS means Bureau of Indian Standards.

9. Compensation Events are those defined in Clause -36.

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.

Signature of Bidder Page 51 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 51


15. Bid Price: The prices and discounts quoted by the bidder in the letter of bid and in
the bill of quantities.

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.

17. Days are calendar days; months are calendar months.

18. A Defect is any part of the Works not completed in accordance with the Contract.

19. The Defects Liability Certificate is the certificate issued by Engineer-In-Charge


upon correction of defects by the Contractor.

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.

Signature of Bidder Page 52 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 52


31. Specification means the Specification of the Works included in the Contract and
any modification or addition made or approved by the Engineer-In-Charge.

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.

Signature of Bidder Page 53 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 53


Volume II
PRICE BID

Table of Contents

Section Particulars

Section IV Letter of Acceptance (LOA)

Section V General Conditions of Contract

Section V (A) Special Conditions Contract

Section VI Contract Data

Section VII General Technical Specifications

Section VIII Schedule of Rates and Approximate quantities

Section IX Security Forms

Section X Technical Specification

Section XI BILL OF QUANTITIES

Signature of Bidder Page 54 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 54


SECTION IV

LETTER OF ACCEPTANCE (LOA)

Signature of Bidder Page 55 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 55


Section IV
1. Letter of Acceptance

[Letterhead paper of the Employer]

By Cable/ Registered Post with acknowledgement due/

From To

----------------------- ---------------------------

----------------------------- --------------------------

Letter No. ---------------- Dt ………………..

Sub:

Ref: (Insert Bid No. and date)

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.

(a) We propose that [name of the Adjudicator] be appointed as the Adjudicator.

(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 and Title of Signatory:

Name of Agency:

Attachment: Agreement

2. Contractor‟s Bid

Signature of Bidder Page 56 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 56


Description of Work: 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.
[date]
To:
The General Manager (Tracks & Elevated)
Chennai Metro Rail Limited (CMRL),
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu,
Chennai –600107, Tamil Nadu

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

(If none, state “none”).”

Authorized Signature:

Name and Title of Signatory:

Name of Bidder:

Address:

3. Agreement

Signature of Bidder Page 57 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 57


This Agreement, made the [day] day of [month], [year] between [name and address
of Employer] (hereinafter called ―the Employer‖) and [name and address of Contractor]
(hereinafter called ―the Contractor‖) of the other part.

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.

Now this Agreement witnesseth as follows:

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.

2. In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity in all
respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the Works and the remedying of defects wherein the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.

The Common Seal of was hereunto a

Signed, Sealed, and Delivered by the said in the presence

Binding Signature of Employer

Binding Signature of Contractor

Signature of Bidder Page 58 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 58


4. WORK ORDER CUM SITE HANDING OVER LETTER

From To

The General Manager (Tracks & Elevated)


Chennai Metro Rail Limited (CMRL),
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu,
Chennai –600107, Tamil Nadu.
----------------------------------------------------------------------------------------------------------

___________________ Dt.

Sir,

Sub: Tender for -------------------- Tender accepted – Notification of handing


over possession of the site – Regarding.

Ref:- 1. Your Tender dated on ---------------

2. Letter of Acceptance dated ---------------

3. Agreement dated ---------------

*****

Your tender for Rs………………………... for …………………………………….., and


you have signed agreement. In accordance with the provisions of the preliminary
specification in T.N.B.P., I hereby hand over to you to possession of the site for carrying
out the above mentioned work.

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)

Signature of Bidder Page 59 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 59


SECTION V

CONDITIONS OF CONTRACT

Signature of Bidder Page 60 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 60


Section V: Conditions of Contract

A. General

Definitions

1. Boldface type is used to identify defined terms.

2. Act means the Tamil Nadu transparency in Tenders Act, 1998 (Tamil Nadu Act 43 of
1998).

3. Rules means The Tamil Nadu Transparency in Tender Rules, 2000

4. Adjudicator: The General Manager (Tracks & Elevated)will propose the person to
be appointed as Adjudicator under the contract.

5. Arbitrator: If a party is dissatisfied with the decision of the Adjudicator or no


decision is given within the time set out the party may give notice of dissatisfaction
and a dispute which has been the subject of a notice of dissatisfaction has to be
finally settled by Arbitral tribunal. The Arbitrator can revise the decision of the
Adjudicator. The Arbitral Tribunal consists of 3 Arbitrators, one each to be appointed
by the Authority and the Contractor. The third Arbitrator has to be chosen by the two
Arbitrators so appointed by the parties and has to act as presiding arbitrator. In case
of failure of the two arbitrators appointed by the parties to reach upon a consensus
within period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator has to be appointed by President of the
Institution of Engineers (India).

6. The Authority (CMRL) or his authorised representative is the party who Employs the
Contractor to carry out the Works

7. Earnest Money Deposit means the amount required to be remitted by a bidder


along with his bid indicating his willingness to implement the contract.

8. Bill of Quantities means the priced and completed Bill of Quantities forming part of
the Bid.

9. BIS means Bureau of Indian Standards.

10. Compensation Events are those defined in Clause - hereunder.

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.

Signature of Bidder Page 61 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 61


14. Tenderer or Bidder: Any person, firm or Corporation submitting a tender for the
work contemplated, acting directly or through a duly authorized representative.

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.

18. Days are calendar days; months are calendar months.

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.

Signature of Bidder Page 62 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 62


31. 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. 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.

38 Alteration, Additions and Omissions

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.

Signature of Bidder Page 63 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 63


Instructions for Variations: The Contractor shall not make any such variation without
an instruction of the Engineer, provided that no instruction shall be required for
increase or decrease in the quality of any work where such increase or decrease is not
the result of an instruction given under this Clause, but is the result of the quantities
exceeding or being less than those stated in the Bill of Quantities.

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,

(2) Letter of Acceptance,

(3) Contractor‘s Bid,

(4) Contract Data,

(5) Conditions of Contract,

(6) Specifications,

(7) Drawings,

(8) Bill of Quantities, and

(9) Any other document listed in the Contract Data as forming part of the
Contract.

3. Language and Law

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 64


5. Delegation

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. Contractor‟s Risks

10.1 The Contractor carries the risks which this Contract states are Contractor‘s risks.

11. 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.

Signature of Bidder Page 65 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 65


12. Insurance

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.

12.2 Accident or Injury to Contractor‘s Employees

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

12.3 Remedy on Contractor‘s Failure to Insure

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.

13. Queries about the Contract Data

13.1 The Authority will clarify queries on the Contract Data.

14. Contractor to Construct the Works

Signature of Bidder Page 66 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 66


14.1 The Contractor shall construct and install the Works in accordance with the
Specifications and Drawings.

15. The Works to Be Completed by the Intended Completion Date

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. Approval by the Authority

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.

16.2 The Contractor shall be responsible for design of Temporary Works.

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

18.1 Anything of historical or other interest or of significant value unexpectedly discovered


on the Site shall be the property of the Authority. The Contractor shall notify the
Authority of such discoveries and carry out the Authority‘s instructions for dealing
with them.

19. Possession of the Site

19.1 The Authority shall give possession of all parts of the Site to the Contractor.

20. Access to the Site

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. Instructions, Inspections and Audits

21.1 The Contractor shall carry out all instructions of the Authority which comply with the
applicable laws where the site is located.

Signature of Bidder Page 67 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 67


21.2 The Contractor shall permit the Corporation to inspect the Contractor‘s accounts and
records relating to the performance of the Contractor and to have them audited by
auditors appointed by the Corporation, if so required by the Corporation.

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. Procedure for Disputes

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.

24. Replacement of adjudicator.

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

Signature of Bidder Page 68 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 68


contractor shall have to pay liquidated damages as per contract date for the beyond
extended period.

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. Extension of the intended completion date.

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. Delays Ordered by the Authority

27.1 The Authority may instruct the Contractor to delay the start or progress of any
activity within the Works.

27.2 Damages for Delays and Non Completion

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 69


contractor fails to complete the work even then, action will be taken to terminate the
contract and execute the work at his risk and cost as per provisions of the general
conditions of contract of T.N.B.P.

28. Management Meetings

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. Early Intimation

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. Identifying Defects

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.

30.4 Correction of Defects

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.

Signature of Bidder Page 70 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 70


30.6. Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the time framed by the Authority, the defects have to be rectified.

31. Uncorrected Defects

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. Bill of Quantities

32.1 The Bill of Quantities shall contain items for the construction, installation, testing,
and commissioning work to be done by the Contractor.

33. Changes in the Quantities

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. Payments for Variations

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

Signature of Bidder Page 71 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 71


stated in Sub-Clause 36.1 or the timing of its execution do not cause the cost per
unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate
the value of the Variation. If the cost per unit of quantity changes, or if the nature or
timing of the work in the Variation does not correspond with items in the Bill of
Quantities, the quotation by the Contractor shall be in the form of new rates for the
relevant items of work.

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. Cash Flow Forecasts

36.1 When the Program is updated, the Contractor shall provide the Authority with an
updated cash flow forecast.

37. Payment Certificates

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.

37.3 The value of work executed shall be determined by the Authority

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.

Signature of Bidder Page 72 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 72


37.6 The Authority may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.

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

40.1 All payments shall be made in Indian Rupees.

41. Price Adjustment

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 73


42.3 On completion of the whole Works, the Contractor may substitute retention money
with an ―on demand‖ Bank guarantee.

43. Liquidated Damages

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. Advance Payment

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. Secured Advance

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.

E. Finishing the Contract

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. Taking Over

48.1 The Authority shall take over the Site and the Works within seven days of the
Authority issuing a certificate of Completion.

Signature of Bidder Page 74 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 74


49. Final Account

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. Operating and Maintenance Manuals

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

Signature of Bidder Page 75 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 75


(g) The Contractor has delayed the completion of the Works by the number of days
for which the amount of liquidated damages upto a maximum of 10 % of the
value of the Contract unless otherwise specified in the Contract Data.

(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.

52. Payment upon Termination

52.1 If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Authority shall issue a certificate, for the value of the work done and
Materials ordered less advance payments received up to the date of the issue of the
certificate less other recoveries due in terms of the contract less taxes to deducted
at source as per applicable law and less the percentage to apply to the value of the
work not completed, as indicated in the Contract Data. Additional Liquidated
Damages shall not apply. If the total amount due to the Authority exceeds any
payment due to the Contractor, the difference shall be a debt payable to the
Authority.

52.2 If the Contract is terminated for the Authority convenience or because of a


fundamental breach of Contract by the Authority, the Authority shall issue a
certificate for the value of the work done, Materials ordered, the reasonable cost of
removal of Equipment, repatriation of the Contractor‘s personnel employed solely on
the Works, and the Contractor‘s costs of protecting and securing the Works, and
less advance payments received up to the date of the certificate.

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. Release from Performance

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.

Signature of Bidder Page 76 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 76


2. SPECIAL CONDITIONS OF CONTRACT

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.

3. COMPLIANCE WITH LABOUR REGULATIONS

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

Signature of Bidder Page 77 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 77


Employer is caused to pay or reimburse, such amounts as may be necessary to
cause or observe, or for non-observance of the provisions stipulated in the
notifications / byelaws / acts / rules / regulations including amendments, if any, on the
part of the Contractor, the Engineer / Employer shall have the right to deduct any
money due to the Contractor including his amount of performance security. Employer
/ Engineer shall also have right to recover from the Contractor any sum required or
estimated to be required for making good the loss or damage suffered by the
Employer.

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.

Some major Labour Laws applicable to Establishments engaged in Construction


Work

a. Workmen Compensation Act 1923:

b. Payments of Gratuity Act 1972:

c. Employees P.F. and Miscellaneous Provisions Act 1952:

d. Maternity Benefit Act 1951:

e. Minimum Wages Act 1948:

f. Payment of Wages Act 1936:

g. Equal Remuneration Act 1979:

h. Payment of Bonus Act 1989:

i. Industrial Disputes Act 1974:

j. Industrial Employment (Standing Orders) Act 1946:

k. Trade Unions Act 1926:

l. Child Labour (Prohibition and Regulation) Act 1986:

m. Inter – State Migrant Workmen’s (Regulation of Employment & Conditioning of


Service) Act 1979:

n. The Building and Other Construction Workmen (Regulation of Employment and


Condition of Service) Act and the cess Act of 1996:

o. Factories Act 1940:

4. ARBITRATION (GCC Clause 24.3)

The procedure for arbitration will be as follows:

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 78


the dispute to arbitration the General Manager (Tracks & Elevated)shall send to the
Contractor / Employer, a list of five officers of the rank of a Engineer-In-Charge or
of a higher rank who are not connected with the work for selection and appointment
of arbitrators.

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

Signature of Bidder Page 79 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 79


department from time to time and such Income Tax amounts shall be remitted to
Government of India.

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. Tests on Materials and Finished Item of Work

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

Granting extension of time shall be governed as under:

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,

Signature of Bidder Page 80 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 80


the Contractor shall not be paid any revised rates or extra rate due to extension of
time. The quoted rates in the contract shall prevail during the extension period. The
Contractor has to pay liquidated damages as per contract data for the extended
period.

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.

10. Fundamental Breach of Contract:

The Contractor becoming insane or imprisoned shall be deemed as a fundamental


Breach or Contract.

11. Extra Item of Works

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.

12. Employment of Project Manager and Other Key Personnel

Other Key Personnel as furnished in the Contract.

13. Contract Period

The contract period is continuous from start date to intended completion date
including monsoon and non-monsoon seasons without any break.

14. Inconvenience to Public

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.

15. House and Hutments

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.

16. Water Supply

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.

17. Watching and Lighting:


Signature of Bidder Page 81 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 81


The Contractor shall in connection with the works, provide and maintain at his own
cost all lights, guards, fencing and watching when and wherever necessary or
required by the Engineer or Engineer‘s Representative, or by any duly constituted
authority for the protection of the works, or for the safety and convenience of the
public or others. The Contractor shall make his own arrangements to obtain
electricity for consumption on the works at his own cost.

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. Reference Marks and Bench Marks

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.

20. Setting out Works

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.

21. Use and Care of Site

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 82


22. Protection of adjoining Premises

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.

23. Local Roads

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.

24. Work during Night or Sundays and Holidays

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.

Signature of Bidder Page 83 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 83


SECTION VI

CONTRACT DATA

The Employer is The General Manager (Tracks & Elevated)


Chennai Metro Rail Limited (CMRL),
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu,
Chennai –600107, Tamil Nadu.
The Engineer in Charge is General Manager (Projects)

The name and identification number of the Contract is ___________________

The adjudicator will be appointed

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

Milestone I Milestone II Milestone III


S.
Description of Work (3 Month from (6 Months from (8 Months from
NO
Start Date) Start Date) Start Date)
1 Structural work 40% 90% 100%

2 Footpath work 20% 70% 100%


Architectural & Finishing
3 20% 100%
Works
The following documents also form part of the Contract: [list documents]

1. The Contractor shall submit a revised Program for the Works within fifteen days
of delivery of the Letter of Acceptance.

2. The Site Possession Date shall be date of Site handing over

3. The Site is located at Chennai.

4. The Defects Liability Period is 5 years.

5. The insurance covers shall be as follows:

(a) Insurance of the Works and of Plant and Materials.

Signature of Bidder Page 84 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 84


(b) Insurance of Equipment
(c) Insurance of other property.
(d) The minimum cover for personal injury or death insurance
(i) For the Contractor‘s employees is Rs.10 lakhs.
(ii) For other people is Rs.10 lakhs.
6. The following events shall also be Compensation Events as per Section II Clause 36
of ITB.

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/-

8. The language of the Contract documents is English.

The law that applies to the Contract is the law of Union of India.

9. Institution whose arbitration procedures shall be used: Indian Council of

Arbitration/ President of Institution of Engineers (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:

(a) Bank Guarantee [7.5% of the contract amount].

The standard form(s) of Performance Security acceptable to the Employer shall be


of the type presented in Section 2 Cl. 30 of ITB of the Bidding Documents.

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/-

Signature of Bidder Page 85 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 85


SECTION VII

TECHNICAL SPECIFICATIONS

Signature of Bidder Page 86 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 86


A. 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 Fill, Backfilling and Site Grading

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.

Signature of Bidder Page 87 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 87


1.4.2 Material

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.

1.4.4 Plinth Filling

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.

1.4.5 Sand Filling in Plinth and Other Places

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.

1.4.6 General Site Grading

Signature of Bidder Page 88 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 88


Site grading shall be carried out as indicated in the approved drawings. Excavation shall be
carried out as specified in the Department‘s Requirements. Filling and compaction shall be
carried out as specified under relevant Clause and elsewhere unless otherwise indicated
below.

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.

1.4.7 Fill Density

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.

1.4.8 Timber Shoring

The provisions of relevant ISS shall apply.

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.

Materials complying with codes/standards shall generally be used.

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.

Signature of Bidder Page 89 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 89


Sulphate resistant cement conforming to IS 12330 shall be used for all cement concrete
works wherever necessary as directed by the Engineer-in-charge.

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.

2.2.2 Aggregates (General)

It shall comply with requirement of IS 383 and as specified in IS 456-2000. Aggregates


shall consist of naturally occurring stones (crushed or uncrushed), gravel and sand. They
shall be chemically inert, strong, hard, clean, durable against weathering, of limited
porosity, free from dust/slit/organic impurities/deleterious materials such as iron pyrites,
cod, mica, slate, clay alkali, soft fragments, sea shells and conform to IS: 383. Aggregates
such as slag, crushed over burnt bricks, bloated clay aggregates, sintered fly ash and tiles
shall not be used.

Aggregates shall be washed and screened before use where necessary or if directed by
the Engineer-in-Charge.

Aggregates containing reactive silica shall not be used.

Graded aggregate shall conform to I.S. specification.

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:

a) To neutralize 100 ml sample of water, using phenolphthalein as an indicator, it


should not require more than 5ml of 0.02 normal NaOH. The details of test are given in
8.1 of IS 3025 (Part 22).
b) To neutralize 100 ml sample of water, using mixed indicator, it should not require
more than 2 ml of 0.02 normal H2SO4. The details of test shall be as given in 8 of IS
3025 (Part 23).
c) Permissible limits for solids shall be as liven in Table 1 of IS: 456-2000.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 90


water proposed for use in concrete. The sample shall be stored in a clean container
previously rinsed out with similar water.

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).

The pH value of water shall be not less than 6.

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

Reinforcement shall be any of the following:

a) Mild Steel and medium tensile bars to IS 432 Part 1.

b) High strength deformed bars and wires to IS 1786.

c) Rolled steel Grade A made from structural steel to IS 2062.

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.

2.2.6 Samples and Tests

All materials used for the works shall be tested before use.
Signature of Bidder Page 91 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 91


Sampling and testing shall be as per IS: 2386 under the supervision of the Engineer-in-
Charge.

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.

2.3 Design Mix Concrete

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.

b) Batching & Mixing of Concrete

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.

2.4 Nominal Mix Concrete

Mix Design & Testing

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.

Signature of Bidder Page 92 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 92


The design and engineering of the formwork as well as its construction shall the
responsibility of the contractor; however, if so desired by the Engineer-in-Charge, the
drawings and calculations for the design of the formwork shall be submitted to the
Engineer-in-Charge for the approval.

Formwork shall be designed to fulfill the following requirements:

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.

b) Made of suitable materials.

c) Capable of providing concrete of the correct shape and surface finish within
the specified tolerance limits.

d) Capable of withstanding without deflection the worst combination of self


weight, reinforcement and concrete weight, all loads and dynamic effects
arising from construction and compacting activities, wind and weather
forces.

e) Capable of easy striking out without shock, disturbance or damage to the


concrete.

f) Soffit forms capable of imparting a camber if required

g) Soffit forms and supports capable of being left in position if required

h) Capable of being cleaned and/or coated if necessary immediately prior to


casting the concrete; design temporary openings where necessary for these
purposes and to facilitate and the preparation of construction joints.

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.

Formwork showing excessive distortion, during any stage of construction, shall be


repositioned and strengthened. Placed concrete affected by faulty formwork, shall be
entirely removed and formwork corrected prior to placement of new concrete at
Contractor‘s cost.

2.6 Transporting, Placing and Compacting Concrete

Signature of Bidder Page 93 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 93


Concrete shall be transported from the mixing plant to the formwork with minimum time
lapse by methods that shall maintain the required workability and will prevent segregation,
loss of any ingredients or ingress of foreign matter or water.

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:

a) Continuously between construction joints and pre-determined abutments.

b) Without disturbance to forms or reinforcement

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.

d) Without dropping in a manner that could cause segregation or shock.

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

g) Without disturbing the unsupported sides of excavations; prevent contamination of


concrete with earth. Provide sheeting if necessary in supported excavations, withdraw
the linings progressively as concrete is placed.

h) If placed directly onto hardcore or any other porous material, dampen the surface to
reduce loss of water from the concrete.

i) Ensure that there is no damage or displacement to sheet membranes.

j) Record the time and location of placing structural 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.

Signature of Bidder Page 94 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 94


2.7 Curing

Curing and protection shall start immediately after the compaction of the concrete to
protect it from

1. Premature drying out, particularly by solar radiation and wind;

2. leaching out by rain and flowing water;

3. high internal thermal gradient;

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.

6. 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.

7. Where a curing membrane is approved to be used by the Engineer-in-Charge, the


same shall of a non-wax base and shall not impair the concrete finish in any manner.
The curing compound to be used shall be approved by the Engineer-in-Charge before
use and shall be applied with spraying equipment capable of a smooth, even textured
coat.

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.

2.8 Construction Joints and Keys

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.

2.9 Repair and Replacement of Unsatisfactory Concrete

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.

Signature of Bidder Page 95 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 95


Rejected concrete shall be removed and replaced by the Contractor at no additional cost to
the Employer.

For patching of defective areas all loose materials shall be removed and the surface shall
be prepared as approved by the Engineer-in-Charge.

The decision of the Engineer-in-Charge as to the method of repairs to be adopted shall be


final and binding on the Contractor.

2.10 Hot Weather Requirements

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 Structural Steel Work

3.1 Fabrication

3.1.1 General

As much fabrication work as is reasonably practicable work shall be completed in shops,


where steel work is fabricated.

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.

3.2 Site Erection

3.2.1 Plant and Equipment

The suitability and capacity of all plant and equipment used for erection shall be to the
satisfaction of the EIC.

3.2.2 Storing and Handling

All structural steel should be so stored and handled at the site that the members are not
subject to excessive stresses and damage.

3.2.3 Setting Out

Signature of Bidder Page 96 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 96


The positioning and leveling of all steelwork, the plumbing of stanchions and the placing of
every part of the structure with accuracy shall be in accordance with approved drawings
and to the satisfaction of EIC.

3.2.4 Security during Erection

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.

3.2.5 Field Connections

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.

Parts to be encased on concrete shall not be painted or oiled.

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.

4.2 Compressive Strength:

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.

4.2.1 Classification of burnt clay solid bricks

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.

Signature of Bidder Page 97 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 97


Water
Class
Compressive absorption (24
designation
Type of Brick strength hr. immersion Efflorescence
(see more
kg/cm2 Min percentage
below)
max.
(1) (2) (3) (4) (5)
Heavy duty 450 450 10 Nil
(See IS:2180-
400 400 10 Do
1970)
350 350 15 Slight
300 300 15 Do
250 250 15 Do
Common burnt 200 200 15 Do
clay building 175 175 15 Do
bricks (see IS: 150 150 15 Do
1077-1970) 125 125 20 Moderate
100 100 20 Do
75 75 20 Do
50 50 20 Do

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.

4.2.2 Specification for burnt clay facing bricks

Classification

The facing bricks shall be of two classes:

(a) Class I; and

(b) Class II

4.2.3 General Quality

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.

4.2.4 Dimensions and Tolerances


Signature of Bidder Page 98 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 98


4.2.4.1 The standard sizes of the facing bricks shall be 19 x 9 x 9 cm and 19 x 9 x 4 cm.

4.2.4.2 The permissible tolerances shall be as under:

Dimensions Tolerances
Cm. Class I Mm Class I MM
19 ±3 ±5
9 ±2 ±3
4 ± 1.5 ±2

4.2.5 Physical Requirements

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.

4.3 Water absorption:

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.

4.5 Preparation of Mortar

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

Mortars shall be prepared and tested as per IS 2250.

Signature of Bidder Page 99 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 99


4.6 Workmanship

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.

All brickwork shall be plumb, square and true to dimensions shown.

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.

To overcome the possibility of development of cracks in the brick masonry following


measures shall be adopted.

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. Random Rubble Masonry, in Foundation Plinth and Superstructure

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.

Cement-stand mortar for stone masonry works shall be as per IS 2250.

5.2 Scaffolding
Signature of Bidder Page 100 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 100


Type of scaffolding to be used shall be as specified in the section of brick masonry.

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.

6. Damp - Proof Course

6.1 Materials and Workmanship

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. Wood work in Doors, Windows, Ventilators & partitions

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.

Signature of Bidder Page 101 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 101


All works shall be executed as per the detailed Drawing prepared by the Contractor and
approved by the Engineer-in-Charge.

The workmanship shall generally conform to the requirements specified in IS: 4021.

8. Steel Doors, Windows and Ventilators

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. Cement Plastering Work

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

Signature of Bidder Page 102 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 102


masonry surfaces should not be too wet only damp at the time of plastering. The dampness
shall be uniform to get uniform bond between the plaster and the masonry surface.

9.3 Interior & Exterior plain faced plaster

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.

9.4 Plain Faced Ceiling plaster

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. Cement Pointing

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. Painting of Concrete, Masonry & Plastered Surfaces

11.1 Materials

Signature of Bidder Page 103 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 103


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.

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. Painting & Polishing of Wood Work

12.1 Materials

1. Wood primer shall conform to IS: 3536

2. Filler shall conform to IS: 110

3. Varnish shall conform to IS: 337

4. French polish shall conform to IS: 348

5. Synthetic enamel paint conform to IS: 2932

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. Painting of Steel Work

13.1 Materials

1. Zinc chrome primer shall conform to IS: 2074

2. Synthetic enamel paint shall conform to IS: 2932

3. Aluminum paint shall conform to IS: 2339

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 104


13.2 Workmanship

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

Construction Planning and Storage of Materials

Recommendation on stacking and storage of construction materials at


4082: site (first revision)

7969: Safety code for handling and storage of building materials

EARTHWORK

Classification and identification of soils for general engineering


1498 purposes (first revision) (Amendments 2) (Reaffirmed)

3764: 1992 Excavation work - Code of safety (first revision)

4081 Safety code for blasting and related drilling operations

FOUNDATIONS

269: 33 grade ordinary Portland cement.

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)

455 Portland slag cement

456 Code of practice for plain and reinforced concrete (Reaffirmed 2000)

Code of practice for design and construction of shallow foundations on


1080: 1986 soils (other than raft, ring and shell)

1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based

High strength deformed steel bars and wires for concrete


1786 reinforcement

Code of practice for design and construction of foundations in soils:


1904 General requirements

2062 Steel for general structural purposes

6909 Specification for supersulphated cement

Signature of Bidder Page 105 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 105


IS No. Title

8041 Rapid hardening Portland cement

12269 53 grade ordinary Portland cement.

SP 36 (Part 2) Compendium of Indian Standards on soil engineering: Part 2 Field


:1988 testing

MASONRY

Part 1 Mortars

269 33 grade ordinary Portland cement

383 Coarse and fine aggregates from natural sources for concrete

455 Portland slag cement

456 Code of practice for plain and reinforced concrete

1344 Calcined clay pozzolana

1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based

2250 Code of practice for preparation and use of masonry mortars

2720 (Parts 1 to Methods of test for soils


41)
3812 Fly ash for use as pozzolana and admixture

6452 Specification for high alumina cement for structural use

6909 Specification for supersulphated cement

8041 Rapid hardening Portland cement

8043 Hydrophobic Portland cement

8112 43 grade ordinary Portland cement

12269 53 grade ordinary Portland cement

12600 Low heat Portland cement

SP 20 (S &T): Handbook on masonry design and construction

SP 21 (S &T) Summaries of Indian Standards for building materials

Part 2 Brickwork

269 33 grade ordinary Portland cement

Signature of Bidder Page 106 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 106


IS No. Title

383 Coarse and fine aggregates from natural sources for concrete

455 Portland slag cement

456 Code of practice for plain and reinforced concrete

1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based

2645 Integral cement waterproofing compounds

3812 Fly ash for use as pozzolana and admixture

5454 Methods of sampling of clay building bricks

6452 Specification for high alumina cement for structural use

4014 Part 1 & 2 Code of practice for steel tubular scaffolding

6909 Specification for supersulphated cement

8041 Rapid hardening Portland cement

8042 White Portland cement

8043 Hydrophobic Portland cement

8112 43 grade ordinary Portland cement

9103 Admixture for concrete

12269 53 grade ordinary Portland cement

12600 Low heat Portland cement

SP 20 (S &T) Handbook on masonry design and construction

SP 21 (S &T) Summaries of Indian Standards for building materials

1077 Common burnt clay building bricks

2212 Code of practice for brick work

3696 (Part 1) Safety code of scaffolds and ladders: Part 1 Scaffolds

Code of practice for steel tabular scaffolding: Part 2 Safety regulations


4014 (Part 2) for scaffolding

SP 25 (S & T) Handbook on caused and prevention of cracks in building

Stonework

Signature of Bidder Page 107 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 107


IS No. Title

1123 Method of identification of natural building stones

Recommendations for dimensions and workmanship of natural building


1127 stones for masonry work

Code of practice for construction of stone masonry: Part 1 Rubble


1597 (Part 1) stone masonry

2250 Code of practice for preparation and use of masonry mortars

3316 Specification for structural granite

3696 (Part 1) Safety code of scaffolds and ladders: Part 1 Scaffolds

4101 (Part 1) Code of practice for external facing and veneers: Part 1 Stone facing

SP 20 (S & T) Handbook on masonry design and construction

SP 21 (S & T) Summary of Indian Standards for building materials

Plain and Reinforced Concrete

269 33 grade ordinary Portland cement

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

455 Portland slag cement

456 Code of practice for plain and reinforced concrete

516 Method of test for strength of concrete

650 Standard sand for testing of cement

3085 Method of test for permeability of cement mortar & concrete

9284 Method of test for abrasion resistance of concrete

5816 Method of test for splitting tensile strength of concrete cylinders

Method of test for determining setting time of concrete by penetration


8142 resistance

12600 Low heat Portland cement masonry cement

3466 Masonry cement

3558 Code of practice immersion Vibrator for consolidating concrete

Signature of Bidder Page 108 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 108


IS No. Title

8042 White Portland cement

1343 Code of practice for Prestressed concrete

883 Design of structural timber in building - Code of practice

1199 Methods of sampling and analysis of concrete

1344 Calcined clay pozzolana

1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based

High strength deformed steel bars and wires for concrete


1786 reinforcement

1791 Batch type concrete mixers

Code of practice for use of fixing devices in walls, ceilings and floors of
1946 solid construction

2062 Steel and general structural purposes

Methods of test for aggregates for concrete: Part 1 Particle size and
2386 (Part 1) shape

Methods of test for aggregates for concrete: Part 2 Estimation of


2386 (Part 2) deleterious materials and organic impurities

Methods of test for aggregates for concrete: Part 3 Specific gravity,


2386 (Part 3) density, voids, absorption and bulking

Methods of test for aggregates for concrete: Part 4 Mechanical


2386 (Part 4) properties

2386 (Part 5) Methods of test for aggregates for concrete: Part 5 Soundness

Methods of test for aggregates for concrete: Part 6 Measuring mortar


2386 (Part 6) making properties of fine aggregates

Methods of test for aggregates for concrete: Part 7 Alkali aggregate


2386 (Part 7) reactivity

Methods of test for aggregates for concrete: Part 8 Petrographic


2386 (Part 8) examination

Code of practice for bending and fixing of bars for concrete


2502 reinforcement

2505 Concrete vibrators - Immersion type - General requirements

Signature of Bidder Page 109 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 109


IS No. Title

2506 General requirements for screed board concrete vibrators

2514 Concrete vibrating tables

Recommended practice for welding of mild steel plain and deformed


2751 bars for reinforced construction

Methods of sampling and test (physical and chemical) for water used in
3025 industry

3812 Fly ash for use as pozzolana and admixture

Methods of physical tests for hydraulic cement: Part 1 Determination of


4031 (Part 1) fineness by dry sieving

4656 Form vibrators for concrete

4925 Concrete batching and mixing plant

4926 Ready mixed concrete

4990 Plywood for concrete shuttering work

6452 Specification for high alumina cement for structural use

6909 Specification for super sulphated cement

Code of practice for extreme weather concreting: Part 1


7861 (Part 1) Recommended practice for hot weather concreting

8041 Rapid hardening Portland cement

8043 Hydrophobic Portland cement

8112 43 grade ordinary Portland cement

9012 Recommended practice for Concreting

Method of making, curing and determining compressive strength of


9013 accelerated cured concrete test specimens

9103 Admixtures for concrete

10262 Recommended guidelines for concrete mix design

12269 53 Grade ordinary Portland Cement

13330 Sulphate resisting Portland Cement

12600 Low heat Portland cement

Signature of Bidder Page 110 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 110


IS No. Title

Non-destructive testing of concrete - Methods of test: Part 1 Ultrasonic


13311 (Part 1) pulse velocity

Non-destructive testing of concrete - Methods of test: Part 2 Rebound


13311 (Part 2) hammer

SP 23 (S & T) Handbook on concrete mixes (based on Indian Standards)

Explanatory handbook on Indian Standard Code for plain and


SP 24 (S & T) reinforced concrete

SP 33 (S & T) Handbook on timber engineering

SP 34 (S & T) Handbook on concrete reinforcement and detailing

White Washing, Colour Washing and Painting of Masonry,


Concrete and Plaster Surfaces (Calcareous Surfaces)

44 Iron oxide pigments for paints

55 Ultramarine blue for paints

Ready mixed paint, brushing, priming, plaster to Indian Standard


109 Colour No. 361 and 631 White and off white

133 Enamel, interior: (a) undercoating, (b) finishing

Ready mixed paint, brushing, bituminous, black lead-free, acid alkali


158 and heat resisting

168 Ready mixed paint, air drying, for general purpose

427 Distemper, dry, colour as required

428 Distemper, oil emulsion, colour as required

Code of practice for painting concrete masonry and plaster surfaces:


2395 (Part 1) Part 1 Operation and workmanship

Code of practice for painting concrete masonry and plaster surfaces:


2395 (Part 2) Part 2 Schedule

2932 Enamel, synthetic, exterior (a) undertaking (b) finishing

2933 Enamel, exterior (a) undertaking (b) finishing

Specification for bitumen primer for use in waterproofing and damp


3384 proofing

5410 Cement paint

5411 (Part 1) Plastic emulsion paint: Part 1 for interior use

Signature of Bidder Page 111 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 111


IS No. Title

5411 (Part 2) Plastic emulsion paint: Part 2 for exterior use

6278 Code of practice for whitewashing and colour washing

Ready mixed paint, brushing, bituminous, black lead-free, acid alkali,


9862 water and chlorine resisting

Painting, Varnishing and Allied Finishes (Wood and Metals)

102 Ready mixed paint, brushing, red lead, non settling, painting

Ready mixed paint, brushing, Grey filler, for enamels for use over
110 primers

Ready mixed paint, brushing, finishing exterior, semi-gloss for general


purposes to Indian Standard Colours No. 101 to 104, 169,174,216,
117 217, 219, 275, 278, 280,281, 283, 352 to 354, 358 to 365, 384 to 388,
397, 410, 442 to 444

Ready mixed paint, brushing, finishing exterior, semi-gloss for general


124 (Part 3) purposes: Part 3 (superseding IS 119)

Ready mixed paint, brushing, finishing exterior, semi-gloss for general


127 purposes white

Ready mixed paint, brushing, finishing exterior, semi-gloss for general


128 purposes black

133 Enamel, interior: (a) undercoating, (b) finishing

Ready mixed paint, brushing, matt or eggshell flat, finishing, interior to


137 Indian Standard colour as required

Ready mixed paint, brushing, petrol resisting, air-drying, for interior


144 painting of tanks and container, red oxide (colour unspecified)

Ready mixed paint, brushing, bituminous, black lead-free, acid alkali


158 and heat resisting

198 Varnish gold size

207 Gate and shutter hooks and eyes

337 Varnish, finishing interior

348 French polish

401 Code of practice for preservation of timber

423 Plastic wood for joiners filter

Signature of Bidder Page 112 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 112


IS No. Title

524 Varnish, finishing, exterior, synthetic, air drying

525 Varnish, finishing, exterior and general purposes

Code of practice for painting of ferrous metals in buildings: Part 1


1477 (Part 1) Pretreatment

Code of practice for painting of ferrous metals in buildings: Part 2


1477 (Part 2) Painting

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

2339 Aluminum paint for general purposes, in dual container

2554 (Part 1&2) Code of practice for painting of non ferrous metals in buildings

Code of Practice for painting of non-ferrous metals in buildings; Part 1


2524 (Part 1) Pretreatment

Code of Practice for painting of non-ferrous metals in buildings; Part 2


2524 (Part 1) Painting

Enamel, synthetic, exterior (a) undertaking (b) finishing


2932

2933 Enamel, exterior (a) undertaking (b) finishing

Glossary of terms relating to corrosion of metals


3531

3536 Ready mixed paint, brushing, wood primer, pink

Ready mixed paint, finishing interior, for general purposes, to Indian


Standard Colours No. 101, 216, 217, 219, 275, 281, 352, 353, 358 to
3537 361, 363, 364, 388, 410, 442, 444, 628, 631, 632, 634, 693, 697, white
and black

Ready mixed paint, undercoating for use under oil finishes to Indian
3539 Standard Colours, as required

Ready mixed paint, aluminum, brushing priming water resistant, for


3585 woodwork

Handbook on method of measurement of buildings works (first revision)


SP 27 (S & T)
1987

Signature of Bidder Page 113 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 113


IS No. Title

method of measurement of building and engineering works: Part2


IS 1200 (Part 2)
concrete works (third revision) (Amendment No.2)
1974

Method of measurement of building and civil engineering works: Part 3


IS 1200 (Part 3)
brickwork (third revision)
1976

Method of measurement of building and civil engineering works: Part 4


IS 1200 (Part 4)
stone masonry (third revision)
1976

Method of measurement of building and civil engineering works: Part 5


IS 1200 (Part 5)
form work (third revision) (Amendment No.1)
1982

Method of measurement of building and civil engineering works: Part 6


IS 1200 (Part 6)
refractory work (second revision) (Amendment no.2)
1974

Method of measurement of building and civil engineering works: Part 7


IS 1200 (Part 7
hardware (second revision)
1976

Method of measurement of building and civil engineering works: Part 8


IS 1200 (Part 8)
steelwork and iron work (fourth revision)
1993

Method of measurement of building and civil engineering works: Part 9


IS 1200 (Part 9)
roof covering (including cladding) (second revision) (Amendment No.1)
1973

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 10)
10 ceiling and linings (Second revision) (Amendment No.2)
1973

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 11) 11 paving, floor finishes dado and skirting (third revision) (Amendment
1977 No.1)

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 12)
12 plastering and pointing (third revision)
1976

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 13) 13 whitewashing, colour washing, distempering and painting of building
1994 surfaces (fifth revision)

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 14)
14 glazing (third revision)
1984

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 15)
15 painting, polishing. varnishing etc (fourth revision)
1987

Signature of Bidder Page 114 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 114


IS No. Title

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 16) 16 laying of water and sewer lines including appurtenant items (third
1979 revision)

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 17)
17 road work including air field pavements (third revision)
1985

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 18)
18 demolition and dismantling (third revision)
1974

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 19)
19 water supply, plumbing and drains (third revision)
1981

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 20)
20 laying of gas and oil pipelines (third revision)
1981

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 21)
21 wood-work and joinery (second revision) (Amendment No.1)
1973

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 22)
22 materials
1982

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 23)
23 piling (fourth revision)
1988

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 24)
24 well foundations (third revision) (Amendment No.1)
1983

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 25)
25 tunneling (second revision) (Amendment No.4)
1971

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 26)
26 Acid resistant lining
1987

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 27)
27 earthwork done by mechanical appliances.
1992

Method of measurement of plinth, carpet and rentable area of buildings


IS 3861:2002 (second revision) (Amendment No.3)

Method of measurement of building and civil engineering works: Part 1


IS 1200 (Part 1)
earthwork (fourth revision)
1992

Method of measurement of building and civil engineering works: Part


IS 1200 (Part 28)
28 Sound insulation works
1992

Signature of Bidder Page 115 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 115


IS No. Title

Code of practice for dead loads (other than earthquake) for Buildings &
IS 875 (Part 1) Structures.

IS 875 (Part 2) Code of practice for Imposed loads

Code of practice for wind loads


IS 875 (Part 3)

IS 875 (Part 4) Code of practice for snow loads

IS 875 (Part 5) Code of practice for Special loads & combinations

IS 1893 (Part 1)- Criteria for earthquake resistant design of structure.


2002
Ductile detailing of reinforced concrete structures subjected to seismic
IS 13920-1993 forces

IS 2911 (Part 4) Code of practice for design & Construction of pile foundation (Load
1985 Test on piles)

Sec 2-1979 Code of practice for design & construction of pile


IS 2911 (Part 1) foundations (Bored Cast-in Situ pile).

SP 34 (S&T) Handbook on Concrete reinforcement and detailing.


1987
SP 22 (S&T) Explanatory handbook on codes for earthquake engineering (IS
1982 4326:1976)

SP 7 National Building (Code-2005) of India.

SP 16 (S&T) Design aids for reinforced concrete to IS 456:1978


1980
Specification for High Strength deformed steel bars and wires for
IS 1786:1985 & concrete reinforcement (third revision) (superseding IS 1139-1966)
2008 (Amendment No.1)

Explanatory handbook on Indian Standard Code of practice for plain


SP 24 (S&T)
and reinforced concrete (IS 456:1978)
1983

Signature of Bidder Page 116 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 116


SECTION VIII

SCHEDULE – A

&

SCHEDULE – B

RATES AND APPROXIMATE QUANTITITES

SCHEDULE - A

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

(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.

Probable quantity S.S.R.B/ Rate Amount


Item Description Unit in
T.N.B.P/
No. Figures Unit of work Words Figures words Figures
MoSRTH No.
Separate
sheet Rs. P. Rs. P.
enclosed

Date ………………………..

Signature of the Bidder

Note – The Second Sub-division of this column (ie. column 3) is for entering description in
words such as number, cubic meter, kg etc.

Signature of Bidder Page 117 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 117


SCHEDULE - B

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

2 IS - 1423 - HIG - AL - TOP-001 R7 Topographical Plan at Alandur Metro Station


Plan of Foot over Bridge at Alandur Metro
3 IS - 1423 - HIG - AL - PL-001 R7
Station
General Arrangement Drawing of Foot over
4 IS - 1423 - HIG - AL - GAD- 001 R7
Bridge at Alandur Metro Station
Details of Longitudinal Section 1-1 of Foot Over
5 IS - 1423 - HIG - AL - SE - 001 R7
Bridge at Alandur Metro Station
Details of Longitudinal Section 1-1 of Foot Over
6 IS - 1423 - HIG - AL - SE - 002 R7
Bridge at Alandur Metro Station
Details of Staircase Section 2-2 of Foot Over
7 IS - 1423 - HIG - AL - SE - 003 R7
Bridge at Alandur Metro Station
Details of Staircase Section 2-2 of Foot Over
8 IS - 1423 - HIG - AL - SE - 004 R7
Bridge at Alandur Metro Station
Details of Staircase Section 2-2 of Foot Over
9 IS - 1423 - HIG - AL - SE - 005 R7
Bridge at Alandur Metro Station
Escalator, Side Elevation & Joint Details of Foot
10 IS - 1423 - HIG - AL - SE - 006 R7
Over Bridge at Alandur Metro Station
Escalator, Side Elevation & Joint Details of Foot
11 IS - 1423 - HIG - AL - SE - 007 R7
Over Bridge at Alandur Metro Station
Escalator, Side Elevation & Joint Details of Foot
12 IS - 1423 - HIG - AL - SE - 008 R7
Over Bridge at Alandur Metro Station
Side Elevation Details of Foot Over Bridge at
13 IS - 1423 - HIG - AL - SE - 009 R7
Alandur Metro Station
Elevation Details at Median Portion of Foot Over
14 IS - 1423 - HIG - AL - SE - 010 R7
Bridge at Alandur Metro Station
Elevation Details at Median Portion of Foot Over
15 IS - 1423 - HIG - AL - SE - 011 R7
Bridge at Alandur Metro Station
Side Elevation Details of Foot Over Bridge at
16 IS - 1423 - HIG - AL - SE - 012 R7
Alandur Metro Station
Side Elevation Details of Foot Over Bridge at
17 IS - 1423 - HIG - AL - SE - 013 R7
Alandur Metro Station
Tube Details of Foot Over Bridge at Alandur
18 IS - 1423 - HIG - AL - SE - 014 R7
Metro Station
Foundation Layout of Foot Over Bridge at
19 IS - 1423 - HIG - AL - SE - 015 R7
Alandur Metro Station
Foundation Layout of Foot Over Bridge at
20 IS - 1423 - HIG - AL - SE - 016 R7
Alandur Metro Station
Foundation Layout of Foot Over Bridge at
21 IS - 1423 - HIG - AL - SE - 017 R7
Alandur Metro Station
Top & Bottom Plan of Foot Over Bridge at
22 IS - 1423 - HIG - AL - SE - 018 R7
Alandur Metro Station

Signature of Bidder Page 118 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 118


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.
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

30 IS - 1423 - HIG - AL -EL -002 R7 Electrical Plan

31 IS - 1423 - HIG - AL -EL -003 R7 Power Distribution Scheme


Elevation of Foot Over Bridge at Alandur Metro
32 IS - 1423 - HIG - AL -EL- 001 R7
Station (Option - 1)
Side Elevation of Foot Over Bridge at Alandur
33 IS - 1423 - HIG - AL -EL- 002 R7
Metro Station (Option - 2)
Side Elevation of Foot Over Bridge at Alandur
34 IS - 1423 - HIG - AL -EL- 003 R7
Metro Station (Option- 1)
35 IS - 1423 - HIG - AL -PL- 001 R7 Plan & Cross Section of Proposed Footpath

36 IS - 1423 - HIG - AL - UTY -001 R7 Utility Plan at Alandur Metro Station

Date …………………………Signature of the Bidder

Signature of Bidder Page 119 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 119


SECTION IX

Security Forms

Signature of Bidder Page 120 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 120


FORM OF ADVANCE PAYMENT GUARANTEE

(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,

Reg: Bank Guarantee

In consideration of Chennai Metro Rail Limited (hereinafter referred to as the ―Employer‖


which expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators and assigns), having awarded to …………………….. (Name of
the Contractor) …………………… (hereinafter referred to as the ―Contractors‖ which
expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns), a contract by issue of Employer‘s
Contract Agreement dated …………….. and the same having been unequivocally accepted
by the Contractor resulting in a Contract valued at ………………… for Name of Work:
………………………… (hereinafter called the ―Contract‖) and the Employer having agreed
to make (scope of work) an advance payment to the Contractors for performance of the
above Contract amounting to ……………………………… (in words and figures)
………………… as an advance against Bank Guarantee to be furnished by the
Contractors.

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

Signature of Bidder Page 121 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 121


without affecting this guarantee, to postpone from time to time the exercise of any powers
vested in them or of any right which they might have against the Employer and to exercise
the same at any time in any manner, and either to enforce or to forebear to enforce any
covenants, contained or implied, in the Contract between the Employer and the Contractors
any other course or remedy or security available to the Employer. The Bank shall not be
relieved of its obligations under these presents by any exercise by the Employer of its
liberty with reference to the matters aforesaid or any of them or by reason of any other act
of forbearance or other acts of omissions or commission on the part of the Employer or any
other indulgence shown by the Employer or by any other matter or thing whatsoever which
under law would but for this provision have the effect of relieving the Bank.

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) ………………

Dated this …………………… day of ………… 20… at ……………

WITNESS

…………………………..……….. ……………………………………………………………

(Signature) (Signature of authorized Bank Official)

…………………………………… ………………………… (Name) ………………………….

(Name) …………… (Designation with Bank stamp) ………...

…………………………………… Power of Attorney (To be enclosed)

(Office Address) Power of Attorney No …………….. Date ……………….

@ The date will be ninety (90) days after the date of completion of Contract.

Signature of Bidder Page 122 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 122


FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, ……………………………… (Name of Bidder) (hereinafter called ―the Bidder‖)


has submitted his bid dated …………….…………. (Date) for the {Name of Work)
…………………………… hereinafter called ―the Bid‖).

KNOW ALL MEN by these presents that We ……………..…………… (Name of Bank) of


…………………………… (Name of Country) having our registered office at
………………………… (hereinafter called ―the Bank‖) are bound unto
……………………………(Name of Employer) (hereinafter called ―the Employer‖) in the sum
of ………………… for which payment well and truly to be made to the said Employer the
Bank binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this …..…… day of ……... 20…….….

THE CONDITIONS of this obligation are:

(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:

a. Fails or refuses to execute the Form of Agreement in accordance with the


instructions to Bidders, if required: or

b. Fails or refuses to furnish the Performance Security, in accordance with the


Instructions to Bidders; or

c. Fails or refuses to furnish the Domestic Preference Security, where required.

We undertake to pay to the Employer up to the above amount upon receipt of


his first written demand, without the Employer having to substantiate his
demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of all of one or more of the
above conditions, specifying the occurred condition or conditions.

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…………………………………

SIGNATURE OF THE BANK……………………

Signature of Bidder Page 123 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 123


SEAL OF THE BANK……………………………………………………

SIGNATURE OF THE WITNESS……………………………………..

Name and address of the witness

Signature of Bidder Page 124 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 124


APPLICATION FORM (8)

(Filled up in a Rs.20/- stamp paper signed by notary public)

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

Signature of Bidder Page 125 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 125


APPLICATION FORM (9)

(Filled up in a Rs.20/- stamp paper signed by notary public)

INFORMATION REGARDING CURRENT LITIGATION DEBARRING/EXPELLING OF


TENDERER OR ABANDONMENT OF WORK BY TENDERER

1. (a) Has the Applicants history of litigation awarded against him?

Yes/No

(b) If yes give details.

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.

(b) If yes give details.

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

(b) If yes, give details, including present status.

Note: If any information in this schedule is found to be incorrect or concealed, application


will be summarily rejected.

APPLICATION FORM (10)

(Filled up in a Rs.20/- stamp paper signed by notary public)

Signature of Bidder Page 126 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 126


AFFIDAVIT

I, the undersigned do hereby certify that all the statements made in the required
attachments are true and correct.

The undersigned also hereby certifies that our firm


M/s.______________________________ have neither abandoned any work nor any
contract awarded to us for such works have been rescinded for which the reasons were
attributable to the non performance of our firm during last five years to the date of this bid.

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.

__________________________________________

(Signed by an Authorised Officer of the Firm)

__________________________________________

Title of Officer

__________________________________________

Name of Firm

__________________________________________

Date

Signature of Bidder Page 127 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 127


Section X. Technical Specification

Signature of Bidder Page 128 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 128


SAFETY CODE

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.

Signature of Bidder Page 129 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 129


15. Only ISI marked 3 pin plug and other appliances and equipments shall be used.

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.

Signature of Bidder Page 130 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 130


Section - X
Technical Specifications

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.

1.1.2 Inclusive Documents

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.

1.1.4 Measurement and Payment

Signature of Bidder Page 131 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 131


The methods of measurement and payment shall be described under various items in
the Bill of Quantities or technical specification. Where specific definitions are not given,
the methods described in B.I.S. Codes will be followed. Should there be any detail of
construction or material which has not been referred to in the Specification or in the Bill of
quantities and Drawings but the necessity for which may be implied or inferred there
from, or which is usual or essential to the completion of the work in the trades, the same
shall be deemed to be included in the rates and prices entered by the contractor in the Bill
of Quantities.

1.1.5 Defective Works

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.

1.2 Site Information

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.

2.0 Technical Specifications


2.1 The work shall be executed as per the description of item, approved
drawings & design and technical specifications. The Technical Specifications, in
accordance with which the entire work described hereinafter shall be constructed
and completed by the Contractor, shall comprise of the following:
A. Part - 1 General Technical Specifications: Latest editions of CPWD Specifications
Volume - I & II along with other Addendum/ Corrigendum/ Revisions issued/ effected up to
the last date of receipt of bid.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 132


Congress (IRC), with a cross reference to relevant Bureau of Indian Standards (BIS) for
materials or aspects not covered by the IRC shall be used.

B. Part -2: Particular/ Supplementary Technical Specifications: The Supplementary

Technical Specifications shall comprise various Amendments/ Modification/ Additions for


specifications referred to in Part 1 above and additional specifications for particular items of
work not already covered in Part 1.

If a particular clause or a part thereof under Part 1 above., is amended/ modified/


substituted/ added upon, and incorporated under Part 2, referred to above, the Amendment
Modification/ Substitution/ Addition to the relevant Clause or part of the Clause shall prevail.

When an amended/ modified/ substituted/ added clause supersedes a Clause or part


thereof in the said Specifications, then any reference to the Clause shall be deemed to
refer to the amended/ modified/ substituted/ added Clause or part thereof.

Insofar as amended/ modified/ substituted/ added Clause may come in conflict or be


inconsistent with any of the provisions of the said Specifications under reference, the
amended/modified/ substituted/ added Clause shall always prevail.

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.

2.2 Additional Technical Specifications Schedule-A: Civil I Structural Work


2.2.1 Benchmarks and Setting out of Works

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 133


The Contractor shall be solely responsible for the accuracy of the Benchmark
Levels and for maintaining the same throughout the Contract Period.

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.

f. All Duties concerning Establishment of a Set of Benchmarks, Permanent


Stations, Centre Line Pillars, etc. for performing all the Functions necessary at
the Commencement and during the Progress of Work till the Physical
Completion of all the Items of the Work in question, shall be carried out by the
Contractor at his own risk and cost.

g. The Centre Line of the Foundations shall be established by Total Station


Equipment and the Centre Line Marks shall be engraved on smoothly finished
masonry or concrete pillars of such dimensions and constructed at such places
as directed by the Employer or his approved Representative and shall be
maintained in proper manner throughout the Period of Construction.

h. He shall also keep proper Record of such Permanent Benchmarks established


denoting therein their Correct Levels.

Signature of Bidder Page 134 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 134


i. The Work of Establishment of all such Benchmarks shall be carried out by only
experienced and skilled staff of the Contractor with the help of precise
instruments suitable for this type of Work. The instruments used shall be
checked for their accuracy and for permanent adjustments before the
commencement of the Work and also at frequent intervals during the progress
of the Work.

j. All such Benchmarks established by the Contractor shall be subject to check


and approval of the Employer or his approved Representatives. If any Variations
noticed in the Work as result of improper establishment or maintenance of such
Benchmarks, it shall be rectified at the Contractor's own Risk and Expense.

k. Utilities:

i) Relocation of various utility Services and Tree Transplantation Works


shall be the responsibility of the Contractor. Further, all the Utility and
Service Lines such as Water Supply, Underground Drainage, Electrical,
Telephone, Optical Fibre Cables, etc. those are incidental and
obstructing, are to be permanently diverted in an acceptable manner to
the Concerned Service Departments satisfactorily so that not to hinder
the Services of the Lines. For shifting of various utilities, payments will
be made as per rates of concerned departments as stated in schedule-B
and as per utility department requirement and as per actuals, subject to
producing documentary evidence of work completion from the concerned
utility department. The proposal for shifting he chartered and
unchartered utilities shall be submitted by the contractor to the
concerned department and get the approval of Competent Authority of
concerned department. CMRL will facilitate if required. The Time
Schedule of 08 (Eight) Months is inclusive of the Period of Utility Shifting
also and no Extension of Time would be granted due to Delay in this
Work. No Monetary Claim in whatsoever manner shall be entertained
separately. After the successful completion of relocation of above
mentioned utilities, 80% amount of utility shifting cost shall be paid and
remaining 20% shall be paid after getting Completion Certificate from the
Concerned Department. (Refer price schedule-B and bidders are NOT
to quote in Schedule-B). The utility drawing (tentative) is enclosed
as Utility Plan at Alandur Metro Station vide drawing No. IS-1423-
HIG-UTY-001-Revision-R7.

Signature of Bidder Page 135 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 135


ii) Utility identification at foundation locations will be done by the contractor
and in case utility(s) is encountered or obligatory requirement is to be
met out, the contractor shall inform Engineer for change in configuration
at such location out of the standard spans configuration provided in the
tender drawing to save the utility(ies) or to meet obligatory requirements
within the accepted price. Shifting of utility(ies) would be done only in
exceptional cases where in the opinion of the Engineer no other option is
available. Contractor shall be paid for diverting the utilities as per rates of
CMWSSB, BSNL, TNEB, and other departments and as per actuals,
subject to producing documentary evidence of work completion.. No
payment shall however be made for supporting the utilities during course
of work.

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;

a. Utilities must not be damaged at any cost. If due to some


or the other reason, mishap occurs, it should be rectified
immediately by the Contractor at his own cost under
intimation of CMRL .

b. Till rectification of the damaged trunk sewers, the


Contractor shall arrange substitute arrangement for sewer
pumping and its disposal as per directions of Chennai
Metro Water Supply and Sewage Board (C M W SSB ).The
similar arrangement to be done for other utility.

c. The manholes of Trunk(T)/Sewers should not be covered


under the extended portion beyond the structure (crushing
barrier),etc.as these may create hindrances to the annual d
e-silting/cleaning of sewer lines.

d. Sufficient distance of foundation from outer edge of


T/Sewers be kept in view of further maintenance/Safety of
T/Sewers.

Signature of Bidder Page 136 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 136


e. The covers of manholes are saved from heavy machinery
movement to avoid any accident/Slippage of debris in
manholes etc. into the T/Sewers which may cause
blockage of lines. In case of damage of manhole cover&
frame the same shall be replaced immediately by the
Contractor at his own cost.

f. Manholes of the trunk sewer should be kept freely


accessible for cleaning and removal of blockages and
debris should not be dumped over these man holes.

g. Branch sewer connections which are connected with the T


sewers should also be taken care of. If the same are
damaged, the same should be restored immediately on
priority.

iv) The construction of structures will have to be planned in such a manner


that they do Not obstruct or interfere with the existing road s/railways
and other utilities. Where work is required to be carried out at locations
adjacent to such road s/railways, utilities, structures, monuments etc.
suitable safety and protection arrangements will have to be ensured for
which nothing extra will be payable. It should be ensured that no damage
is caused to any such element and Engineer/Employer shall be
indemnified against such damage at no extra cost.

v) Construction/strengthening/maintenance of road/footpath to facilitate


flow of traffic/pedestrian during the currency of tender shown in
indicative traffic diversion plan and restoration of road/foot path ready for
handing over to the owning agency

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.

n. Removal and Relocation of Existing Hoardings, Advertisement Boards and


Appurtenant Structures within the Battery Limit, if any, to the Location within or
beyond the Battery Limit as approved by the Employer.

Signature of Bidder Page 137 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 137


o. Dismantling and Disposal of Earth / Debris of existing RCC and Masonry
Structures, PCC, existing Road Pavements, RCC / SSM Drainage Structures,
Tree Roots, Culverts, Medians, Kerbs, Traffic Islands, Earth Retaining
Structures, Ducts, Hoarding and Advertisement Boards and Appurtenant
Structures, etc. required for the Execution of the Work.

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.

2.2.2 Specifications of Thermo-Mechanically Treated Bars (TMT Bars)

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.

Signature of Bidder Page 138 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 138


TABLE -I

Yield Stress (0.2% proof


M/s Rashtriya
Sl. No M/s SAIL M/s Tata Steel
Ispat Nigam Ltd
Stress) considering
equivalent as per IS: 1786
2
1 SAIL TMT 415 TISCON TMT 42 REBARS 415 415 N/mm
2
2 SAIL TMT 500 TISCON TMT 50 REBARS 500 500 N/mm
2
3 SAIL TMT 530 ------------------ ------------------ 530 N/mm

TABLE -II
CHEMICAL COMPOSITION IN %age

TISCON VIZAG STEEL (RINL)


IS: 1786 SAIL TMT
REBARS ALL
Fe 415 ALLGRADES
TMT -42 TMT- 50 GRADES

CARBON 0.300 0.250 0.170 0.190 0.200

SULPHUR 0.060 0.050 0.045 0.0450 0.040

PHOSPHOROUS 0.060 0.050 0.045 0.0450 0.050

SULPHUR+
0.110 0.100 0.090 0.090 0.090
PHOSPHOROUS

TABLE -III
MECHANICAL PROPERTIES

IS: VIZAG STEEL


SAIL-TMT TISCON
1786 (RINL) REBARS

GRADE Fe 415 415 500 550 TMT-42 TMT- 50 Fe 415 Fe 500


YIELD STRENGTH 415 415 500 550 450 530 460 540
TENSILE
485 500 580 630 510 580 520 585
STRENGTH
ELONGATION IN% 14.5 22 20 18 20 18 20 16

2.2.3 Ready Mixed Concrete.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 139


about quality/ capability of the company, shall give approval in writing (subject to drawl of
MOU). The MOU shall be drawn with RMC plant owner/ company and submitted to
Engineer-in-Charge within a week of such approval. The contractor will not be allowed to
purchase ready-mixed-concrete without completion of above stated formalities for use in
this project.

Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner, the


contractor shall be fully responsible for quality of concrete including input control,
production control, transportation and placement etc.

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.

2.2.4 R.C.C. Work


2.2.4.1 Centering and Shuttering

(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.

Signature of Bidder Page 140 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 140


(iii) The concrete surface shall be free from honey combing, offsets, superfluous mortar,
cement slurry and foreign matter. The form work shall be assembled in such a way as to
facilitate removal of their parts in proper sequence without any damage to the exposed
cement concrete surfaces and corners etc. Such surfaces shall not be rendered or
plastered or painted with cement or otherwise. The contractor shall keep skilled staff for
special care and supervision to check the form work and concreting so that every member
is made true to its size, shape, level and alignment so that it does not result in any
deformation, snug, bulges etc. The contractor shall also take suitable precautionary
measures to prevent breaking and chipping of corners and edges of completed work until
the structure is handed over.

2.2.4.2 R.C.C. Work (Design Mix Concrete)


(i) The R.C.C. work shall be done with Design Mix Concrete or Ready Mixed
Concrete from reputed and approved suppliers like ACC, Birla, Unitech or
equivalent brand with approval of Engineer/Employer. In the nomenclature of items
wherever letter 'M' has been indicated, the same shall imply for the Design Mix
Concrete. The Design Mix Concrete will be designated based on the principles
given in IS: 456, 10262 & SP 23. The contractor shall design mixes for each class
of concrete such that the concrete ingredients and proportions will result in concrete
mix meeting specified requirements. In case of use of admixture and or white
cement, the mix shall be designed with these ingredients as well. The specification
mentioned herein below shall be followed for Design Mix Concrete.
(ii) INGREDIENTS: -
Coarse Aggregate: - As per CPWD specifications.

Fine Aggregate: - As per CPWD specifications.

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:

a) To neutralize 100 ml sample of water, using phenolphthalein as an indicator,


it should not require more than 5 ml of 0.02 normal NaOH. The details of test

Signature of Bidder Page 141 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 141


are given in 8.1 of IS 3025 (Part 22).
b) To neutralize 100 ml sample of water, using mixed indicator, it should not
require more than 2 ml of 0.02 normal H2SO4. The details of test shall be as
given in 8 of IS 3025 (Part 23).
c) Permissible limits for solids shall be as liven in Table 1
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 following paragraphs.

Table 1. Permissible Limit for Solids

Sl No Tests as per Permissible Limit, Max

1 Organic IS 3025 (Part 18) 200 mg/l

2 Inorganic IS 3025 (Part 18) 3000 mg/l

3 Sulphates (as SO4) IS 3025 (Part 24) 400 mg/l

2000 mg/l for concrete not


containing embedded steel and
4 Chlorides (as CI) IS 3025 (Part 32)
500 mg/l for reinforced concrete
work

5 Suspended matter IS 3025 (Part 17) 2000 mg/l

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.

Signature of Bidder Page 142 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 142


The test blocks shall be prepared and tested in accordance with the requirements of IS
4031 (Part 5).

The pH value of water shall be not less than 6.

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.

(iii) Grade of Concrete:- The characteristic compressive strength of various grades


of concrete shall be given as below :

Compressive Specified Minimum Maximum


Grade Strength on 15 characteristic cement content water
Sl. No Designation cm cubes min. at compressive strength (Kg. per cubic cement
2 2
7 days. (N/mm ) at 28 days (N/mm ) metre) ratio

(i) M25 As per Design 25 320 0.45

(iv) The mix will be designed for minimum slump of 40 mm.


(v) In the designation of concrete mix letter 'M' refers to the mix and the number to
the specified characteristic compressive strength of 15 cm. cube at 28 days
2
expressed in N/mm .
(vi) The mix shall be got designed from any of the following institutes/ organizations:

Signature of Bidder Page 143 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 143


(a) I.I.T., Madras.

(b) Any repute engineering college as approved by Engineer-in-Charge

(c) Any Lab of repute as approved by Engineer-in-Charge


The various ingredients for mix design/ laboratory tests shall be sent to the lab/test houses
through the Engineer-in-Charge immediately after award of work and the samples of such
aggregates sent shall be preserved at site. The admixture if used by contractor shall be at
his own cost without any extra payment.

(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.

2.2.4.3 Batching Mixing, Transportation, Placing & Compaction

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

10. Premature drying out, particularly by solar radiation and wind;

11. leaching out by rain and flowing water;

12. high internal thermal gradient;

Signature of Bidder Page 144 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 144


13. vibration and impact which may disrupt the concrete and interfere with its bond to the
reinforcement

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.

16. Where a curing membrane is approved to be used by the Engineer-in-Charge, the


same shall of a non-wax base and shall not impair the concrete finish in any manner.
The curing compound to be used shall be approved by the Engineer-in-Charge before
use and shall be applied with spraying equipment capable of a smooth, even textured
coat.

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.

2.2.4.5 Work Strength Test

(i) TEST SPECIMEN

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.

(ii) TEST RESULTS OF SAMPLE

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.

Signature of Bidder Page 145 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 145


2.2.4.6 Standard of Acceptance

Standard of acceptance shall be as specified in clause 16 of IS: 456 - 2000.

(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.

2.2.4.7 Frequency of Sampling:

The minimum frequency of sampling of concrete of each grade shall be in


accordance with the following:
Quantity of Concrete in the Work, Cubic
Number of Samples
metre per day

1–5 1

6 – 15 2

Signature of Bidder Page 146 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 146


16 – 30 3

31 – 50 4

4 plus one additional sample for each


51 & above
additional 50 cubic metre or part thereof
Note: At least one sample shall be taken from each shift.

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.

(i) Cover Block

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.

2.2.7 Backfilling for foundations

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

Signature of Bidder Page 147 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 147


dry density. The Contractor shall not commence filling in and around any work until it has
been permitted by the Engineer in Charge.

2.2.8 Brick Work

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.

2.2.9 Plastering of wall or concrete structure

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 148


sideways movements at a time. Finally, the surface shall be finished off true with trowel or
wooden float according as a smooth or a sandy granular texture is required. Excessive
troweling or over working the float shall be avoided.

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.

2.2.10 Trail Flooring Tiles for Visually Impaired Persons


• Trail flooring Tiles shall be of Endura make or equivalent.
• They shall provide "linear" and "button" surface indication and colour as
per approved standards confirming to RNIB and DETR.
• They shall be fully vitrified unglazed porcelain with carborendum finish
and water absorption of less than 0.5%.
• Colour of the tile shall be solid and constant through the thickness of the
tile.
• The tile shall be fixed as per manufacturer's recommendation.

2.2.11 The tactile flooring

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 149


the stairs. Stair edges should have bright contrasting colors. Maximum height of a flight
between landings shall be 1200 mm. Landing should be 1200 mm deep, clear of any door
swing. The steps should have an unobstructed width of at least 1200 mm. Top and bottom
landings with a strip of tactile warning blocks is to be provided to give advanced tactile
warning of a change in level. The first and last steps should provide a permanent visual
contrast with the rest of the steps.

2.2.12 Stainless Steel Works


2.2.12.1 All works shall confirm to relevant Indian Standards in the absence of
equivalent Indian Standard following codes shall be followed:
ENV 1993-1-1 Design of steel structures: General rules and rules for buildings
ENV 1993-1-2 Design of steel structures: Structural fire design
ENV 1993-1-3 Design of steel structures: Cold - formed thin gauge members and
sheeting
ENV 1993-1-4 Design of steel structures: Stainless steels
ENV 1993-1-5 Design of steel structures: Plated structural elements
EN 1993-1-1 Design of steel structures: General Rules and Rules for buildings
EN 1993-1-2 Design of steel structures: Structural fire design
EN 1993-1-3 Design of steel structures: Cold - formed thin gauge members and
sheeting
EN 1993-1-4 Design of steel structures: Stainless steels
EN 1993-1-5 Design of steel structures: Plated structural elements
EN 1993-1-8 Design of steel structures: Design of Joints
EN 1993-1-9 Design of steel structures: Fatigue strength of steel structures
EN 1993-1-10. Design of steel structures: Selection of materials for fracture
toughness and through thickness properties

2.2.12.2 Material grades

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 150


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 )
Authentic c 6 220 520-670 45
Steels 1.4301 H 12 200 520-670 4
p 75 200 500-650 45

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

Content of alloying element (maximum or range permitted) weight%


Grade
c Cr Ni Mo Others
Austenitic steels

1.4301 0.07 17.0-19.5 8.0-10.5


1.4307 0.03 17.5-19.5 8.0-10.0
1.4401 0.07 16.5-18.5 10.0-13.0 2.0-2.5
1.4404 0.03 16.5-18.5 10.0-13.0 2.0-2.5
1.4541 0.08 17.0-19.0 9.0-12.0 - Ti:5xC-0.7(1l
1.4571 0.08 16.5-18.5 10.5-13.5 2.0-2.5 Ti:15xC-0.7(1)

2.2.12.3 Welded connections

Weld connection shall be made using correct procedures, including compatible


consumables, with suitably qualified welders.
The contractor shall ensure the strength of the weld and to achieve a defined weld profile
and shall also maintain corrosion resistance of the weld and surrounding material.
The following recommendations apply to full and partial penetration but welds and to fillet
welds made by an arc welding process such as:
Process Process
Number Names
111 Metal – arc welding with covered electrode (manual metal are welding)
121 Submerged are welding with wire electrode
122 Submerged are welding with strip electrode
131 Metal-arc inert gas welding (MIG welding)
135 Metal-arc active welding (MAG welding)
137 Flux-cored wire metal-arc welding with inert gas shield
141 Tungsten inert gas welding (TIG welding)
15 Plasma arc welding

Signature of Bidder Page 151 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 151


(Process numbers are as defined in EN ISO 4063.)
Compatible consumables should be used, such that the weld yield strength and Ultimate
strengths exceed those of the parent material. Note that special consideration should be
given to the case when a test value of the 0.2% proof stress is used as a basis of design.
The weld should be free from zinc, including that arising from galvanized products, and
from copper and its alloys. Welding deficiencies such as undercut, lack of penetration, weld
spatter, slag and stray are strikes are all potential sites and should thus be minimized.
Heat input and interpass temperatures need to be controlled to minimize distortion and to
avoid potential metallurgical problems. Welding should be carried out to an approved
welding procedure for metallic materials, Part 2: Welding procedure specification for arc
welding.

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.

2.2.12.5 Fabrication Aspects

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.

2.2.13 Reflective Laminated Glass Work

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 152


to required sizes and ready for glazing. Any glass pane, which does not
fit any section of the glazing will be rejected and a replacement made at
the contractor's expense. All glass shall be of accurate sizes with clear
undamaged edges and surfaces, which are not disfigured.
c. Glass shall conform to the quality; thickness and dimensional
requirements specified in US federal specifications DD-G0451C, AS-
1288 and equivalent Indian standard.
d. All units shall be of reflective laminated glass as shown on drawings.
These units shall be factory assembled and hermetically sealed forming
airtight dehydrated units as per ASTM E 774 CLASS -1.
e. All units shall be heat strengthened as per ASTM C 1048. These panes
shall be edge polished to ensure that there are no sharp edges. The
finish of the edge polish should be matt finished to avoid internal
reflection of light around the edges.
f. Permanent identification marking on glass shall be accomplished by a
technique selected by the manufacturer. The location of the marking
shall be proposed by the Manufacturer and approved by CMRL. All glass
shall be delivered to site with the Manufacturer's label of identification
attached.
g. Factory glaze all glass that is indicated to be adhered to aluminum frame
with sealants. Sealants shall be fully cured prior to shipment to project
site and installation.
h. Glass breakage: All glass breakage caused by the Contractor or his sub-
contractor because of negligence or caused by the installation of faulty
work by him shall be replaced by the contractor at his own expense
without any delays to the project completion schedule.
i. The contractor shall be responsible to deliver to CMRL without charge
replacement for any unit of glass and glazing that fails within the defects
liability period of two years from date of completion of main contract.
j. Glass shall conform to the quality, thickness and dimensional
requirements specified in Indian specifications.
k. The glass shall withstand lateral imposed load and comply with
requirements of local building codes.
l. Glass shall be free from defects or impurities detrimental to its

Signature of Bidder Page 153 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 153


performance. Defects which are not detrimental to the performance such
as bubbles, waves, spots, scratches, pin holes, discoloration, chipping or
impurities shall only be acceptable if not visible from a distance of 3m or
more, or in accordance with the Manufacturer's guidelines. The glass is
to be produced in such a way that the rollers will be parallel to what will
be the horizontal position of the glass. Glass shall be consistent in colour.
m. Glass Specifications and Photometric properties.
i) Reflective Laminated glass of 6mm clear toughened glass +1.52 mm
PVB + 6mm clear toughened glass with spider fittings.
ii) Spider fitting shall be of SS316 grade, Ozone make or equivalent. For use of
any equivalent make, prior approval of CMRL is necessary.
The Glazing shall have following Photometric properties and characteristics:
Properties

Visible light transmittance 85%

Solar Heat Gain Coefficient 0.64

Shading co-efficient 0.79

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

2.2.14 List of Acceptable Makes for Civil/ Structural Works


1) Cement J.K/ Birla / Ultra Tech/ ACC/ Jaypee
2) White Cement J.K / Birla
3) TMT Steel Reinforcement bars TATA/ SAIL/ RINL
4) Water Proofing Compound CICO/ Tapecrete/ Impermo/ Pidilite
5) Water Proof Cement Paint Asian APEX/ Snowcem
6) Synthetic enamel paint / primers / Distempers (Superior Quality Paint)
ICI/ Asian/ Berger/ Nerolac/ Dulux
Signature of Bidder Page 154 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 154


7) Hardener Fosroc / Roffe
8) Stainless Steel Jindal Steel Arch. Or other any approved

9) Trail Ceramic Tiles Endura, Johnson, Somany


10) Steel Sections TATA Steel, SAIL, ESSAR, RINL
11) Epoxy Paint Asian, Nerolac, Dulux, Shalimar, Berger
Note: The materials as approved by the Engineer-in-Charge shall be used in the work.

2.2.15 Traffic Diversion:

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

Signature of Bidder Page 155 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 155


Bituminous Concrete irrespective of other Treatments provided earlier
during Pre-Construction and Construction Period of the Work.
 It is the responsibility of the Contractor to work out the actual Traffic
Diversion Schedule in concurrence with the Requirements of the
Concerned Department and execute the same during different phases
of Construction.
 Pedestrian Facilities shall be provided for Diverted Roads and the
Plan for Pedestrian Facilities shall be got approved from the
concerned Police Department by the Contractor.

2.2.16 Permission from Highway and Traffic Police Department


 The Contractor shall be completely responsible in applying and getting
permissions from concerned Highway and Traffic Police departments
before starting any site executions. Concerned authorities to be
communicated through proper channels and get permission prior to
mobilizing men Material and Equipment. It is responsibility of
Contractor to make sure there is no delays in execution due to legal
queries from any concerned authorities.

2.2.17 Barrication around the Construction Area


 The Contractor shall be required to keep the Site as Safe and Secure
as possible at all times, including the Erection of Site Perimeter
Hoarding, which shall also deter trespassers both adult and children
alike, as per the Approval of the Employer.
 The Contractor shall provide a solid two-meter-high securely erected
Barricade including Lights over Barricades at night around the
perimeter of the Site as per the Approval of the Employer, with Agreed
and Guarded Access and Egress Points for both personnel and
vehicles.
 At each entrance to the Site, the Contractor shall erect a large
Billboard warning all persons who enter the Site that they are required
to wear the Appropriate Personal Protective Clothing and that no
Unauthorized Access is allowed.

Signature of Bidder Page 156 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 156


 Wherever the Barricade borders on Pedestrian Footpath, Lightings
shall be provided to illuminate the Pedestrian Routes. The Positioning
of the Barricade Line shall not reduce the Width of Pedestrian
Footpath to less than 900mm.
 Site Perimeter Barricade shall be washed at least once a month and
repainted at least annually.
 The Site Barricade shall need to be inspected on a regular basis in
order to ensure that the Integrity of the Fencing is maintained at all
times as far as practicable.
 After Completion of work Barricades and other traffic diversion boards
shall be removed by the Contractor and it should be handed over to
the Client without any charges.

Signature of Bidder Page 157 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 157


Schedule – „B‟ Electrical Work
Technical Specifications of Electrical Work

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.

1.2 Scope of Work:

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:

 Supply, storage, installation, testing and commissioning of all equipment,


components, accessories, labour, tools and tackles required for the
operation of the buildings to the extent specified and detailed on the
drawings and specifications.
 All Civil works in connection with the Electrical Installation including
supply, laying and fixing of necessary inserts, hooks, brackets and
sleeves etc.
 Any work which can be reasonably inferred as necessary for the safe,
satisfactory operation whether such work is specified or shown on the
drawings or not.

 Arranging permanent supply including necessary submissions of


drawings as required to the supply authorities and arranging inspections
and obtaining necessary approvals of all the concerned authorities.

Signature of Bidder Page 158 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 158


 Cables from LT Panel/Main Distribution Board to Sub Distribution
Boards.

 Sub main wiring from Main/Sub Distribution Boards to various final


Distribution Boards complete in all respects.

 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.

 Light fixtures complete in all respect.

 Earthing of electrical installation complete in all respects.

 Providing External lighting with underground Al.armoured cable as per


the instruction of the Engineer-in-Charge.

 Supply Installation and Testing and Commissioning of all LT Panels,


Main
Connection with main electrical source including all
wiring/cabling/accessories and energizing etc. complete.

1.3 Licensed Electrical Contractor

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.

1.4 Standard and Regulations

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 732 Code of Practice for Electrical Wiring Installation.

IS 1554 1.1 KV Grade, PVC insulated cables – Part I

Signature of Bidder Page 159 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 159


IS 13947 Degree of Protection provided for enclosures for low voltage
switchgear and control gear – Part I

IS 1248 Ammeter and Voltmeter – Part Il

IS 3043 Code of Practice for earthing.

IS 9224 Low voltage fuses.

IS 5216 Safety procedure and practices in electrical work.

IS 1271 Electrical Insulation.

IS 11353 Guide for uniform system of marking and apparatus terminals.

IS 13947 Low voltage switchgear and control gear. Part-II circuit


breakers

IS 5424 Rubber mats for electrical purposes.

IS 10242 Installation of cables for low voltage system - Part III -Sec. 12

IS 8623 Factory Assembled Switch Board.

IS 9224 HRC Cartridge fuses - Part-II - Sec. 19

IS 2309 Lightning Protection.

IS 1554 1.1 KV Grade, PVC insulated Cables – Part I.

IS 3072 Installation & maintenance of switch gear – Part I.

IS 2705 Current Transformer – Parts - I to IV

IS 5908 Electrical Installation in buildings, method of measurement.

IS 10322 Luminaries – Parts - I to V

IS 16101: 2012 LED Luminaries with Ballast and LED Lamps


IEC TS 62504: 2011

IS 1653 Rigid steel conduits for electrical wiring.

IS 3837 Accessories for the above.

IS 1293 Three pin plugs and socket outlets.

IS 722 AC Electricity meter – Parts - I to V

IS 375, 5578 & 11353 Marking and arrangement of switchgear, bus bars, main
connections and auxiliary wiring.

IS 2516 Circuit Breakers – Parts - I to V

IS 8623 Factory built assemblies of switchgear and control gear for


voltages up to and including 1000 Volts AC.
Signature of Bidder Page 160 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 160


IS 7098 Cross linked polyethylene insulated PVC sheathed cables –
Parts I & II.

Part I For working voltages up to and including 1100 Volts.

IS 10810 Method of test for cables.

IS 5424 Rubber Mats for Electrical purposes.

IS 10418 Drums for electric cables.

1.5 Documentation

The indication and/or description of and item on the drawings or in the


Specifications, unless otherwise specifically stated, implies an instruction to
supply and fix such items.

Notes on drawings referring to individual items of work generally take


precedence over specifications, however all discrepancies shall be referred
to the Consultant / Client before ordering materials or commencing work.
Drawings show general run of cables, approximate locations of outlets and
equipment, utility symbols and schematic diagrams of no dimensional
significance. Refer to the Architectural drawings for locations and also obtain
approval from the Consultant / Client wherever dimensions are not shown, or
locations cannot be determined from the drawings. Do not scale drawings to
obtain locations.

1.6 Design Criteria

Electrical materials and equipment shall comply in all respects, as a


minimum to the latest Indian Standards Institution's recommendations.
Should any difference arise between ISI and the specification, the
requirement of the Specification shall prevail.
The components of submain switchboards, distribution boards and other
electrical equipment shall be clearly labelled in English.
Distribution boards shall have circuit schedules fastened to the inside cover
of the board showing rating of the circuit breakers, type and number of
points and their connected loads.

2.0 Submissions
2.1 Shop Drawings

Signature of Bidder Page 161 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 161


Shop drawings of the Main and Sub-Main Switchboards, Distribution Boards,
Cable Trays, and any other switchboards and panels, layout plans, schemes,
conduit layout, outlet wiring, wherever applicable shall be provided and
approval shall be obtained from the Consultant / Client before commencing
fabrication or procurement.

Any equipment or switchboard manufactured without the written consent of


the Consultant / Client prior to the approval drawings shall be liable for
rejection.
The Electrical Contractor shall employ a competent, licensed qualified full
time electrical foreman/supervisor to direct the work of electrical installations
in accordance with the Drawings and Specifications.

3.0 Responsibility

The foreman/supervisor shall be available at all times on the site to receive


instructions from the Consultant / Client in the day to day activities
throughout the duration of the work.
The foreman/supervisor shall correlate the progress of the work in
conjunction with all the relevant requirements of the Supply Authority. The
skilled workers employed for the work shall have the requisite qualifications
and shall possess competency certificates from the Electrical Inspectorate of
Local Administration.

4.0 Application for Power Supply, Fees, Permits and Tests

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.

4.1 Electricity board Supply to Site

The Contractor shall be responsible for visioning with the Electricity board
for providing the required KVA electrical supply to the Project site.

4.2 Statutory Approvals

Signature of Bidder Page 162 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 162


The Contractor shall be responsible for payment of all fees involved with
obtaining Statutory Approvals. On completion of the work, the Contractor
shall obtain and deliver to the Consultant / Client the relevant final inspector,
and approval certificates issued by the Local Electricity Supply Authority.

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.

If the Electrical Inspectorate requires manufacturer's test reports for HT


cables, HT switch gear, transformers or any other equipment used in the
project, the Contractor shall obtain such approvals at no extra cost to the
Client. Such approved reports shall be handed over to the Consultant /
Client.

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

The switchboard shall be metal clad, totally enclosed, rigid,


compartmentalized design, floor mounting, air insulated, extensible cubicle
type for use on medium voltage power, 3 phase 4 wire 50 cycles system.

The equipment shall be designed for operation in high ambient temperature


and high humidity tropical atmospheric conditions. Means shall be provided
to facilitate ease of inspection, cleaning and repairs for use in installations
where continuity of operation is of prime importance.
One of the panels which are to be used for the project shall be CPRI tested.
The selection of panel shall be the decided during the negotiation.
Signature of Bidder Page 163 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 163


2.0 STANDARDS

The equipment listed below shall conform to the requirements shown:


a. Moulded Case Circuit Breaker (MCCB) - IS 13947 - 1.2/ IEC 947 - 1, 2
b. Contactors- ARE 13947-1, 4 Miniature Circuit Breaker (MCB)-IS 8828-
1996/IEC898-1995
c. Residual Current Circuit Breaker (RCCB) - IS 12640 - 1988 / IEC 1008
d. HRC fuse link - IS 9224 and BS 8 :8
e. Current Transformer - IS 2705 and IEC 185
f. Potential Transformer- IS 3156
g. Relay - IS 3231 and IS 8686 (For Static Relays)
h. Indicating Instrument- IS 1248

2.1 Type and Construction

The switchboard shall be of :


a. Sheet steel enclosed, indoor floor mounted free standing cubicle type.
b. Made up of the requisite vertical sections modular type which when
coupled together shall form continuous dead front switchboards.
c. Dust, vermin and damp proof and enclosure protection of not less than
IP 54.
d. Each feeder/instrument compartment shall be provided with a hinged
door interlocked with MCCB inside the compartment such that door can
only be opened when MCCB in off position.
e. Readily extendable as required by the addition of vertical sections after
removal of the end covers.
f. Switchboards shall have access to the feeders, bus bars, cable
termination, cable alley, etc. as required.
g. Main Breakers need to be lockable.
Each vertical section shall comprise:

a. A front framed structure of rolled/folded CRCA sheet steel angle section


of minimum 3 mm thickness rigidly bolted together. This structure shall
house the components contributing to the major weight of the equipment
such as circuit breaker cassettes, main horizontal bus bars, vertical
risers and other front mounted accessories.

Signature of Bidder Page 164 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 164


b. The structure shall be mounted on a rigid base frame of folded CRCA
sheet steel of minimum 6 mm thickness and 75 mm height. The design
shall ensure that the weight of the components is adequately supported
without deformation or loss of alignment during transit or during
operation.

c. A cable chamber housing the cable end connections and power or


control cable terminations. The design shall ensure generous availability
of space for ease of installation and maintenance of cabling and
adequate safety for working in one vertical or horizontal section without
coming into accidental contact with live parts of the adjacent section.

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.

The Components in the switchboards shall be so arranged as to facilitate


ease of operation and maintenance and at the same time to ensure
necessary degree of safety.

Components forming part of the switchboards shall have the following


minimum clearances:

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

Signature of Bidder Page 165 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 165


When, for any reason, the above clearances are not available, suitable
insulation barrier/shielding shall be provided. Clearances shall be maintained
during normal service conditions.

Creepage distances shall comply to those specified in relevant standards.


All insulating material used in the construction of the equipment shall be of
non-hygroscopic material treated to withstand the effects of high humidity,
high temperature and tropical ambient service conditions.

Functional units such as circuit breakers, MCCBs, etc. shall be arranged in


multi-tier formation except that not more than two air circuit breakers shall be
housed in a single vertical section.

Metallic and/or insulated shrouding shall be provided within vertical sections


and between adjacent sections to ensure prevention of accidental contact
with:

a. Main bus-bars and vertical risers during operation, inspection or


maintenance of functional units and front mounted accessories.

b. Cable terminations of one functional unit, when working on those of


adjacent units.

All covers providing access to live power equipment or circuits shall be


provided with tool operated fasteners to prevent unauthorized access.
Provision shall be made for permanently earthing the frames and other
metal parts of the switch gear by two independent distinct connections.

Only CRCA steel sheets shall be used for fabricating the cubicle.

Thickness tolerance for sheets shall be as applicable in relevant IS.

2.2 Metal Treatment & Finish

Generally the treatment and finish of the metal surface shall be as per
detailed specifications in Clause 8.4 Metal Treatment and Finish.

2.3 Bus bars

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.

The bus bars shall be suitably supported with non-hygroscopic supports to


provide a fault withstand capacity as specified.

High tensile bolts and spring washers shall be provided at all bus bar joints.

Signature of Bidder Page 166 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 166


Fish plates of equal type and size shall be used at all 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 MCCB - Moulded Case Circuit Breaker

3.2.1 General

MCCB shall conform to IS 13947-1&2/IEC60947-1&2; confirming to test sequence 1 and


Isolation as per standard. It should be suitable for Horizontal and Vertical mounting and line
load reversibility without any duration. The breaker shall be Double Break type to reduce
the let through energy in the event of short circuits. MCCBs shall be designed according to
Eco-design complying with ISO 14062 Especially MCCB‘s materials shall be of hallogen
free type. They shall be supplied in recyclable packing complying with European Directives.
The manufacturer shall implement non-polluting production processes that do not make
use of chlorofluorocarbons, chlorinated hydrocarbons, ink for cardboard markings, etc

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'

Signature of Bidder Page 167 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 167


`TRIPPED' indicators and in order to ensure suitability for isolation complying with IS
13947-2/IEC60947-2, the operating mechanism shall be designed such that the toggle or
the handle can only be in `OFF' position: if the main contacts are actually separated.

All Breakers shall have adjustable overload and short circuit settings.

Overload – adjustable 0.4 to 1 times nominal rating(In)

Short-circuit – adjustable fro 2 – 9 times rated current(Ir)

Earth fault (wherever specified) – adjustable setting with time delay.

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.

4.0 Miniature Circuit Breakers [MCB]

MCB shall be in 1,2,3 or 4, pole versions. MCB casing shall be made of self-
extinguishing, tropicalized material.

MCB shall comply with IS 8828-1996/1EC 898-1995. It shall be suitable for


use in frequency range 40Hz to 60Hz and shall accommodate AC/DC supply
according to requirements. It shall have a trip-free mechanism and toggle
shall give a positive contact indication. It shall be suitable for mounting on
35mm DIN rail/surface mounting.

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.

4.1 Surge Diverters

Surge diverters shall be provided as specified in Section 16670 Lightning


Protection.

4.2 Coordination Study in LV Network

Signature of Bidder Page 168 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 168


LV Switchgear Manufacturer shall submit coordinated & Discriminated
solution for LV Network protection devices i.e. MCCB, & MCB for all
Incoming and outgoing devices for all Panels/ DB`s as per BOQ with the
help of published discrimination tables. Total discrimination shall be
provided up to the short circuit breaking capacity of most downstream circuit
Breakers.

4.3 Current Transformers

Current transformers shall comply with the requirements of IS 2705. They


shall have ratios, outputs and accuracy as specified/required. All CT's shall
be of resin cast type unless otherwise specifically called for.
All CTs shall be of bar type primary or suitable for the cable given type and
size.
For all the CTs suitable type and size clamps are to be supplied for
mounting in the switchboards.
Polarities and terminal markings of primary and secondary shall be clearly
marked on all CTs.

4.4 Specifications for CTs

a) Current Ratios:
1. Primary: As per feeder ratings
2. Secondary: 5A
b) Type: Resin Cast

4.5 Potential Transformers

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.

A common earth terminal for earthing of core, bolts, clamps (noncurrent


carrying metal parts) etc., shall be provided.

For 415V system, Specification of the PT's shall be as follows:


a) Voltage ratio : 415V/110V
b) Type : Resin cast
Signature of Bidder Page 169 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 169


c) Burden : 100VA
d) Class (Metering/Protection) : 0.5/3P.

4.6 Instruments and Meters

All instruments and meters shall be enclosed in dust proof, moisture


resistant black finished cases and shall be suitable for tropical use. They
shall be calibrated to read directly the primary quantities. They shall be
accurately adjusted and calibrated at Works and shall have means of
calibration, check and adjustment at site.

4.7 Indicating Instruments


Indicating instruments shall be flush mounted with digital displays. The
indicating instruments shall conform to IS:1248 and shall have on an
accuracy class of 1.5 or better.

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

Voltmeter shall be suitable for operating directly on LT supply voltage 433V.


50Hz AC. with a scale indicating directly as for LT metering. 0-500V
Voltmeter shall be used.
All Voltmeters are 96mm x 96mm, suitable for mounting on the panel.
Type, Serial Number, accuracy class and borders of the Voltmeter shall be
indicated on the dial.

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.

4.10 Energy Meters

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 170


back connecting terminals. The meter shall have glass covers removable
from the front of the panel, without dismantling the meter from the panel. All
permanent magnets shall of the non-ageing type. The meter shall be fitted
with a separate test block for testing of the reverse direction. They shall be
provided with a separate test block for testing of the meters without
disturbing the CT and PT secondary connections. They shall have
cyclometer type of register. At least two sealing studs for sealing purposes
shall be provided. The Energy Meter shall be connected to the secondaries
of potential transformers and current transformers rated for 110 3 Volts and
5 Amp. respectively. These meters shall conform to IS: 13010 and have an
accuracy of class 1.0 or better for KWH meter and 3.0.

4.11 Cable Terminations

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.

Provision shall be made for top or bottom entry of cables as required.


Generous size of cabling chambers shall be provided with the position of
cable gland and terminals such that cables can be easily and safely
terminated.
Barriers or shrouds shall be provided to permit safe working at the terminals
of one circuit without accidentally touching that of another live circuit.

Cable risers shall be adequately supported to withstand the effects of rated


short circuit currents without damage and without causing secondary faults.
Cable sockets shall be of tinned copper and of the crimping type.

4.12 Control Wiring

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.

Wires shall be identified by numbered ferrules at each end. The ferrules


shall be of ring type and of non-deteriorating material. They shall be firmly
located on each termination so as to prevent free movement.
All control circuit fuses shall be mounted for easy accessibility.

4.13 Terminal Blocks

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 171


4.14 Relays

All Relays shall conform to the requirement of IS : 3231/IS 8686 or other


applicable approved standards Relays
All AC Relays shall be suitable for operation at 50Hz. AC Voltage operated
relays shall be suitable for 110v 3 Volts PT secondary and Current operated
relays for 5Amp CT secondary, as specified in this specification. Voltage
operated relays shall have adequate thermal capacity for continuous
operation.

5.0 General

Every switchboard, switchboard control contactor, time switch, relay,


indicator lamp, meter.motor starter, link and any control or protection
equipment within or on a switchboard shall be clearly and accurately
labelled.

Labels shall be engraved laminated plastic or photo anodised rigid


aluminium and shall comply with the following requirements.
Engraved lettering shall be black on a white background, except that the
label for a main switch shall have red lettering on a white background, and
warning and caution labels shall have white lettering on a red background.

The minimum height of lettering shall be 3mm and of sufficient definition to


allow easy reading.

5.1 Fixing of Labels

Labels shall be securely fixed by:


(a) Screws and adhesive, or
(b) Fixed in an extruded aluminium section which shall be countersunk
screw fixed or countersunk riveted to the panel.

5.2 Labels on Exterior of Switchboards and Schedules

All switchboards shall be labelled with the manufacturer's name.


The minimum height of lettering shall be 6 mm.
For identification of final sub circuits, a typed schedule, cross-referenced to
the lighting and power layout plans shall be provided.

5.3 Warning Labels

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:

Signature of Bidder Page 172 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 172


6.0 Tests
6.1 General

The routine tests shall be conducted as per IS standards on each Power


Control Centre and shall comprise:
Inspection of the Switchboards including inspection of wiring and electrical
operational and functional tests where necessary.
Checking of protective measures and electrical continuity of the protective
circuits.

6.2 Dielectric Tests

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.

6.3 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.

7.0 Storing, Erection and Commissioning

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.

7.3 Pre-commissioning Tests

The panels shall be commissioned only after successful completion of the


following tests. The tests shall be carried out in the presence of the
Consultant / Client.

Signature of Bidder Page 173 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 173


(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.
(c) Wiring shall be checked to ensure that it is according to the approved
drawing.
(d) All wiring shall be tested for insulation resistance by a 500 volt merger
(e) Phase rotation tests shall be conducted.
(f) Make, type and ratings of all components shall be checked and verified
as per the approved drawings.

7.4 Metal Treatment and Finish

All steel work used in this Contract shall in general, undergo the following
process of treatment and finish.

(a) Degreasing: by hot alkaline degreasing solution followed by cold water


rinsing to remove traces of alkaline solution.
(b) Phosphating: by a recognized phosphating process to facilitate durable
coating of the paint on the metal surfaces and also to prevent the
spread of rust in the event of the paint film being mechanically
damaged. This again shall be followed by hot water rinsing to remove
traces of phosphate solution.
(c) Drying in dust-free atmosphere.
(d) Primer: Primer coating with a coat of corrosion resistant primer applied
on wet surface.
(e) Finish coat: Two finishing coats of stoving synthetic enamel paint to the
specified shade of IS 5. Both the finish coats shall be only spray
painted.
(f) For outdoor units the finishing coat shall be of weather resistant
stoving epoxy paint of specified shade of IS5.

7.5 Warranty and Maintenance

The installation shall be guaranteed against faulty workmanship for minimum


of one year from the date of practical completion. All faulty workmanship
shall be replaced and restored to full operation at no cost to the Client within
the guarantee period.

Manufacturer's guarantees and warranties shall be obtained in accordance


with Clause 9.11 of the Preliminaries. The warranty period shall be for
eighteen months commencing from the date of installation or twelve months
from the date of practical completion, whichever is the first to occur.

LT CABLES

1.0 SCOPE:

Signature of Bidder Page 174 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 174


This specification covers the design, manufacture, testing at works, inspection and
delivery at site of XLPE insulated and PVC power and Control cables.

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.

IS-694 : PVC insulated cables for working voltages upto and


including 1100 volts.
IS-1554 : PVC insulated heavy duty cables for working voltages
upto and including 1100 volts.
IS-3961 : Recommended current ratings for PVC insulating and
PVC sheathed heavy-duty cables.
IS-8130 : Conductors for insulated electric cables and flexible
cords.
IS-5831 : PVC insulation and sheath of Electric cables.
IS-3975 : Mild steel wires, strips and tapes for armouring of
cables.
IS-7098 : Cross linked polyethylene insulated PVC sheathed
cables.
IS-6130 : Conductors for insulated electric cables and flexible
cords

3.0 CONDUCTOR:

The conductor shall be Aluminum / Copper as specified in the Schedule of


Quantities. It shall be smooth, uniform in quality and free from scale and other
defects. The stranded conductor shall be clean and reasonably uniform in size and
shape. The conductor shall be either circular or shaped.

4.0 CONDUCTOR SHIELD:


Conductor shield shall be extruded in the same operation as the insulation. The
semi-conductor polymer shall be cross linked.

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.

5.1 OUTER SHEATH:


Signature of Bidder Page 175 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 175


All cables specified in the Schedule of Quantities shall have Outer sheath confirming to IS
Standards

6.0 INSULATION SHIELD:

This shall preferably be of the strippable, triple-extruded thermoset type.

7.0 ARMOUR:

The armour may be of galvanized steel wires or galvanized steel strips

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.

10.0 TEMPERATURE RISE:

The maximum conductor temperature shall not exceed 90 degree C during


continuous operation at full rated current. The temperature after short circuit for 1.0
second shall not exceed 250 degree C with initial conductor temperature of 90
degree C.

Bidder shall give the following information in the Bid for each conductor cross
section specified.

a. Rated continuous current

b. Rated 1.0 second short circuit / short time current

Rating factor shall be given by the Bidder for the following:

a. Variation in ground temperature

b. Variation in soil thermal resistively

c. Variation of Ambient Temperature

d. For the cables laid side by side, at ID spacing and in Tier formation.

Signature of Bidder Page 176 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 176


The Bidder shall also indicate the percentage overload that the cable can carry and
its duration, when operating initially at a conductor temperature of 90 degree C, with
peak conductor temperature of 130 degree C.

12.0 TESTS:

12.1 Routine Tests: (To be performed on each drum length)

All tests as per relevant IS shall be conducted and shall be witnessed by the Client.

12.2 Type Tests:

The Bidder shall furnish two (2) copies of type test certificates conducted on similar
cables along with the Bid.

a. Partial discharge test

b. Bending test followed by partial discharge test

c. Dielectric power factor as function of voltage

d. Dielectric power factor as function of temperature

e. Heating cycle test followed by dielectric power factor as a function of voltage


and partial discharge tests.

f. Impulse withstand test

g. High voltage test.

13.0 SPECIFICATION FOR PVC ARMOURED CABLE:

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 177


obtain the approval of the Architect / Client before laying the cable. Procurement of
cables shall be on the basis of actual site measurements and the quantities shown
on the schedule of work shall be regarded as a guide.

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.

13.2.1 Cables in Outdoor Trenches

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.

13.2.2 Cable in Indoor Trenches

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

a) Cable trays shall be installed as a complete system. Trays shall be


supported properly from the building structure. The entire cable tray
system shall be rigid.

b) Each run of the cable tray shall be completed before the installation of
cables.

c) Cable trays shall be exposed and accessible.

13.4 Jointing And Terminations

Signature of Bidder Page 178 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 178


Cable jointing shall be done as per the recommendations of the cable
manufacturer. Jointing shall be done by qualified cable jointers.

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.

Suitable identification tags with the feeder designation inscribed on an


aluminium/G.I. sheet shall be tied to either ends of each cable.

13.5 Testing

Cables shall be tested at factory as per the requirements of IS 1554 Part I.


The tests shall incorporate routine tests, type tests and acceptance tests.
Copy of such test certificates shall be furnished to the Consultants / Client
prior to dispatch.

14.0 Aluminium Cable Termination Methods

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.

Bare aluminium lugs, ferrules and other connectors, unless factory-tinned or


factory pre-filled with inhibiting grease, shall be wire-brushed and grease
coated in the same way as cables.

Before making any joints or terminations in aluminium cables, the Contractor


shall submit the proposed method for the Consultant / Client approval.
Notice of at least three working days shall be given before making any joints
or terminations, to enable the Consultant / Client to witness the work.

14.2 Acceptable Termination Methods

Aluminum to aluminum connections shall be made by one of the following


methods:

For compression connections on stranded cables, a hexagonal die shall be


used, on solid conductor cables, indent type dies shall be used, with at least
two indentations per cable connection. Lugs of ferrules shall be selected to
suit the size and shape of the conductor. Compression dies shall be
selected to suit the particular lug or ferrule.

Signature of Bidder Page 179 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 179


All nuts shall be adequately torque tightened to manufacturer's
recommended levels.

14.3 Road Crossings

All pipelines laid below roads shall be taken through suitable underground
trenches. The size of trenches shall be as per drawings.

14.4 Construction across Roads

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.

14.5 Protection of Existing Services

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.

14.7 Contractor Shall Restore Settlement and Damages:

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 180


All test readings shall be recorded in the separate book and the same to be
handed over to the Client.

MCB DISTRIBUTION BOARDS

1.1 Approvals and Submissions

Distribution boards shall be deemed to be approved when a sample has


been inspected and when the sample workshop drawings have been
approved, by the Consultant / Client.

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.

1.3 Type and Construction

All the distribution boards shall be of Class IP 65 (Outdoor) with approved


type of components of recommended make of MCB. The sheet steel MCB
DB shall be flush mounting type unless otherwise specified and shall consist
of MCB/ELCB as incomer and MCB as outgoings. The short circuit rating of
MCB shall be 10kA as a minimum, unless otherwise specified. All DBs shall
be of 7 segment type.

1.4 Bus Bars

Suitable bus bars made of high conductivity aluminium strips and mounted
on non-hygroscopic insulating supports shall be provided.

1.5 Circuit Breakers

Miniature Circuit Breaker shall comply with IS-8828-1996/IEC898-1995.


Miniature circuit breakers shall be quick make and break type for 240/415
VAC 50 Hz application with magnetic thermal release for over current and
short circuit protection. The breaking capacity shall not be less than 10 KA at
415 VAC. MCBs shall be DIN mounted. The MCB shall be Current Limiting
type (Class-3). MCBs shall be classified (B, C, D ref IS standard) as per their
Tripping Characteristic curves defined by the manufacturer. The MCB shall
have the minimum power loss (Watts) per pole defined as per the IS/IEC
and the manufacturer shall publish the values.MCB shall ensure complete
electrical isolation & downstream circuit or equipment when the MCB is
switched OFF.

The housing shall be heat resistant and having a high impact strength. The
terminals shall be protected against finger contact to IP20 Degree of

Signature of Bidder Page 181 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 181


protection. All DP, TP, TPN and 4 Pole miniature circuit breakers shall have
a common trip bar independent to the external operating handle.

1.6 HRC Fuses

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.

HRC fuses are unacceptable for power circuits.

1.7 Surge Diverters

Surge diverters shall be provided as specified in 16670 Lightning Protection.

1.8 Safety and Interlocks

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.

1.9 Cabinet Design

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

Distribution Boards shall be provided with an approved make terminal block


of adequate size to receive mains and outgoing circuits. The location of the
terminal block shall be so located that crowding of wires in the proximity of
live parts is avoided. A neutral link having a rating equal to that of phase bus
shall also be provided.

WIRING
Signature of Bidder Page 182 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 182


1. Wiring System in MS Channel/Tubes.

2. Type and Size of MS U-Tubes.


All MS Tubes shall be of approved gauge (sizes up to 32 mm). The
maximum number of PVC insulated 1100 volts grade copper conductor
cable that can be drawn in tubes of various sizes shall be as per IS
code.

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.

Maximum Number of PVC Insulated 650/1100 Grade

Aluminum/Copper Conductor Cable Conforming to IS: 694- 1990

Signature of Bidder Page 183 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 183


Nominal Cross

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.

LED LIGHT FIXTURES

1.0 Luminaries

1.1 General

Luminaries shall be installed in an approved manner and shall be complete


with LED Luminaries with LED lamps and accessories necessary for their
proper functioning and shall be in accordance with IS 16101 : 2012 / IEC

Signature of Bidder Page 184 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 184


TS 62504 : 2011, LED Luminaries with Ballast and LED Lamps, and the
provisions indicated herein.

All discharge luminaries shall be power factor corrected to a minimum of 0.8


lagging. Lead lag circuits or blocking Inductors shall be incorporated where
indicated.

1.2 Supply of Luminaries

Luminaries shall be purchased from a reputable supplier and shall be


manufactured in accordance with relevant standards.

The catalogue numbers or trade designations for luminaries used in the


schedule of equipment are intended to indicate the required quality, style
and performance of the luminaries. Where alternative luminaries are offered
all performance data shall be submitted to the Consultant / Developer for
approval. If requested, by the Consultant / Developer, a sample shall be
submitted for approval.

2.0 Installation of Luminaries

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.

LED Lighting Fixture

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 185


e. Fixtures shall comply with all applicable requirements as here in outlined
unless otherwise specified or shown on the drawings.
f. Fixtures shall have manufacturer's name and the factory inspection label.
g. Fixtures shall be completely wired and constructed to comply with the
IEEE wiring regulations requirements for lighting fixtures, unless otherwise
specified.
h. Installation, testing and commissioning of following type of light fixtures as
per drawings and specifications with all other accessories such as
supporting rods / frames, anchor fasteners, necessary hardware etc.

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.

Area Lox Level Type of Lamps

Corridor Stairs 150 LED

Electrical Rooms 200 LED

Packing Area 150 LED

Lobby/Lounge 150 LED

EARTHING

Supply and installation of all Earth Electrodes as enumerated in earthling


schematic.

Supply installation of earthling conductors for the electrical works covered


under this scope of work.

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.

1.0 Earthing Electrodes

Earthing electrodes shall be designed as per the requirements of clause


17.2 of IS: 3043. The number and size of earth electrodes shall be
calculated so that under fault conditions no electrode is loaded above its
maximum permissible current density. The resistance of earth electrodes
shall not exceed one Ohm.

The detail of earth electrodes shown in the drawing is indicative. The


Contractor shall provide required additional chemical as per the
Signature of Bidder Page 186 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 186


manufacturer‘s recommendation to contain the ohmic value at no extra
cost.

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.

1.1 Plate Electrode

Plate electrodes shall be made of copper plate of 3.15 mm thick and 60 x 60


cm size. The plate shall be buried vertically in ground at a depth of not less
than 2 meters to the top of the plate, the plate being encased in salt and
charcoal to a thickness of 15 cm all around. It is preferable to bury the
electrode to a depth where subsoil water is present. Earth leads to the
electrode shall be of copper and shall be laid in a GI pipe and connected to
the plate electrode with brass, bolts, nuts and washers. A GI pipe of not less
than 25 mm dia. shall be placed vertically over the plate and terminated in a
funnel at 5 cms above the ground. The funnel shall be provided with a wire
mesh. The funnel shall be enclosed in masonry chamber of 45 cm x 45 cm x
30 cm dimensions. The chamber shall be provided with GI frame and GI
cover. The earth station shall also be provided with a suitable permanent
identification using painting.

Earth Enhancing Material shall be supplied in bags consists of Earth Enhancing


chemical for good conductivity.

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).

The resistance of earth electrodes shall not exceed one Ohm.

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.

Signature of Bidder Page 187 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 187


For Copper Strips, the joints have to be bolted with brass Nut & Bolts and then
brazed.

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.

Ground resistance test shall be conducted to verify impedance of the electrical


ground systems.
Each earth Pit should have a test link to measure the earth pit value.

Signature of Bidder Page 188 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 188


INSTALLATION, TESTING AND COMMISSIONING

1.0 TESTS:

The routine tests shall be conducted as per IS standards .

 Inspection of the Switchboards including inspection of wiring and electrical


operational / functional tests where necessary.

 Checking of protective measures and electrical continuity of the protective


circuits.

FUNCTIONAL TESTS:

a) All relays & meters shall be tested by secondary injection.

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.

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.

Test certificate shall be submitted along with panel.

2.0 STORING, ERECTION AND COMMISSIONING:

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:

Switchboards shall be installed over trench/floor as required. Suitable grouting


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 switch
boards 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 double compression glands. The individual cables shall then be led
Signature of Bidder Page 189 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 189


through the panel to the required feeder compartments for necessary terminations.
The cables shall be clamped to the supporting arrangement. Either side, the
switchboard earth bus shall be connected to the local earth grid.

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.

3.0 PRE-COMMISSION TESTS:

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.

c) Wiring shall be checked to ensure that it is according to the approved drawing.

d) All wiring shall be tested for insulation resistance by 1000V megger.

e) Phase rotation tests shall be conducted.

f) Suitable injection tests shall be applied to all the measuring instruments to


establish the correctness and accuracy of calibration and working order if
required by the Client/Consultant.

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.

h) Functional tests on all feeders.

i) Makes, type and ratings of all components shall be checked / verified as per
approved drawings.

Signature of Bidder Page 190 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 190


SCHEDULE- C' -Deleted-

Signature of Bidder Page 191 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 191


SCHEDULE- 'D' STRUCTURAL STEEL WORK

5.0 Technical Specification for Structural Steel Works


5.1 Scope of Specification

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.

5.2 Scope of Work

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:

i. Preparation of complete detailed fabrication drawings and erection


marking drawing based on the design drawings, required for all the
permanent and temporary structures (incidental to work) for approval of
Engineer-in-Charge before execution- to be submitted for approval of
Engineer-in-Charge within 15 days of issue of Good for Construction
Drawings.
ii. Submittal of revised design, with calculations and detailed fabrication
drawings, in case any change in the drawings of the designed sections is
required by Contractor for approval by Engineer-in-Charge.
iii. Supply of all raw steel materials for fabrication, taking into account
wastage margin, including storage and upkeep of the materials.
iv. Furnishing of all materials, labour, tools and plant and all consumable
required for fabrication and supply of all necessary bolts, nuts, washers,
tie rods and welding electrodes for field connections, with necessary
wastage margins.
v. Fabrication of the steel works in accordance with the approved fabrication
drawings, including all shop assembling, matching and marking. Design,
manufacture I fabrication and provision of all jigs, fixings, manipulators etc.
required for the fabrication.
vi. Provision of shop painting and requisite site painting to all fabricated
steelwork, as per requirements of the related specification of the painting.
Signature of Bidder Page 192 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 192


vii. Suitability marking, bundling and packing for transport of all fabricated
materials.
viii. Preparing and furnishing detailed bill of materials, drawing office dispatch
lists, Bolts Lists and any other lists of bought out items required in
connection with the fabrication and erection of the structural steelwork.
ix. Loading and transporting all fabricated steelwork and field connection
materials to site.
x. The contractor shall submit, for examination by the Engineer-in-Charge,
detailed particulars of his proposed methods of erection of the
superstructure steelwork, together with complete calculations relating to
strength and deflection. If the erection scheme necessitates the
attachment of strength steelwork to the permanent steel work, the
contractor shall submit, for approval of the Engineer-in-Charge, the
methods he proposes for making good the permanent steelwork after
removing the temporary work. The contractor shall also submit the design
and fabrication drawings of all temporary support, staging, braces etc.
required for safe erection, for approval of the CMRL.
xi. The contractor shall provide all construction and transport equipment,
tools, tackle, and consumables, materials, labour and supervision required
for the erection of the structural steelwork.
xii. Receiving, unloading, checking and moving to storage yard, storage,
guarding and upkeep of fabricated steelwork and other consumable
materials and fasteners at site.
xiii. Transportation of all fabricated structural steel materials from site storage
yard, handling, assembling, bolting, welding and satisfactory installation of
all fabricated structural steel materials in proper location, according to
approved erection drawings and/or as directed by the Engineer-in-Charge.
xiv. Setting out, aligning, plumbing, leveling, bolting, welding and securely
fixing the fabricated steel structures in accordance with the erection
scheme, or as directed by the Engineer-in-Charge.
xv. Providing protective treatment to the erected steel structures, as per
Specification.
xvi. All major modifications of the fabricated steel structures, as directed by
the Engineer- in-Charge, including but not limited to the following:

Signature of Bidder Page 193 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 193


a. Removal of bends, kinks, twists etc. for parts damaged during
transport and handling.
b. Cutting, chipping, filling, grinding etc. if required or preparation and
finishing of site connections.
c. Reaming of holes for use of higher size bolt if required.
d. Re-fabrication of parts damaged beyond repair during transport
and handling or re-fabrication of parts which are incorrectly fabricated.
e. Fabrication of parts omitted during fabrications by error, or
subsequently found necessary.
f. Drilling of holes which are either not drilled at all or are drilled in
incorrect location during fabrication.
g. Carry out tests in accordance with the related Specification.

5.3 Submittals

On commencement of the Project, the Contractor shall submit the following:


a. Prior to the technical submittals, the contractor shall submit the
proposed overall schedule for documentation such as calculations,
shop/ working drawings, plan/ procedures and records. Submission of
samples, process of fabrication / delivery / erection for the approval of
the Engineer-in-Charge.
b. Complete fabrication drawings, materials lists, cutting lists, bolt
lists, welding schedules and QC schedules, based on the design
drawing furnished to him and in accordance with the approved
schedule. It is highlighted that structural steel members dimensions
indicated in bid drawings are tentative only, and may be modified
during final design stage.
c. Results of any tests, as and when conducted and as required by
the Engineer-in- Charge.
d. Manufacturers mill test reports in respect of steel materials, bolts,
nuts and electrodes, as may be applicable.
e. A detailed list of all constructional Plant & Equipment, such as
cranes, derricks, winches, welding sets, erection tools etc. their
make, model, present condition and location, available to the
contractor and the ones he will employ on the job to maintain the

Signature of Bidder Page 194 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 194


progress of work in accordance with the contract.
f. The total number of experienced personnel of each category, like
fitters, welders, riggers etc., which he intends to deploy on the project.
The contractor shall submit a detailed erection programme for completion of the work in
time and in accordance with contract. This will show, in a Performa approved by the
Engineer-in-Charge, the target programme, with details of erection proposed to be carried
out in each week, details of major equipment required and an assessment of required
strength of various categories of workers.
The contractor shall submit complete design calculations for any alternative sections
proposed by him, for approval of the Engineer-in-Charge. Use of any alternative section
shall be subject to approval of the Engineer-in-Charge. However, no escalation in unit rates
of work shall be allowed for such cases.

5.4 Furnishing of Information


A. Design drawings shall be furnished to the contractor and all such
drawings shall form part of these Specifications. ·
B. The Engineer-in-Charge reserves the right to make changes in the design
drawings even after release for preparation of shop drawings to reflect
addition, omission & modifications in data/ details and requirements.
Contractor shall consider such changes as part of these Specifications
and the contract, and no extra claims shall be entertained on this
account.
C. Design drawings, approved by the Engineer-in-Charge, will show as
appropriate the salient dimensions, design loads, sizes of members,
location of openings at various levels and other necessary information
required for the preparation of fabrication drawings, designs and erection
details.
D. It shall be clearly ―understood that the drawings of the Engineer-in-
Charge are design drawings. The typical detail of connection, cuts,
notches, bends, etc. where shown in the design drawings are only for
general guidance of the contractor. The _contractor shall design and
develop all such details based on the design forces and functional
requirements.
E. In case of variations in design drawings and specifications, the decision
of the Engineer-in-Charge shall be final. Should the contractor, find any
Signature of Bidder Page 195 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 195


discrepancy in the information furnished by the Engineer-in-Charge,
same shall be immediately brought to the notice of Engineer-in-Charge
for resolution. The contractor shall obtain clarifications on discrepancies
from CMRL before proceeding with the work.
F. No detailed shop/ fabrication/ erection drawings will be accepted for
examination by the Engineer-in-Charge unless the same, have first been
completely checked by the contractor's qualified Structural Engineer
(independent agency to be appointed by contractor) and are
accompanied by an erection plan showing the location of all pieces
detailed. The contractor shall check and ensure that detailing of
connections is carefully planned to obtain ease in erection of structures,
including field-welded connections and/or bolting.
G. No fabrication work shall be started by the contractor without having
obtained approval of Engineer-in-Charge on the relevant drawings.
Approval by the CMRL of any of the drawings shall not relieve the
contractor of his responsibility to provide correct workmanship, fit of parts,
details, materials and errors or omissions of all work shown thereon.
Drawings, for approval, shall be submitted by the contractor in an orderly
manner commensurate with erection sequence and construction
programme.
H. The contractor shall furnish five prints of all approved final drawings for
field use and record purpose.
I. The drawings prepared by the Contractor, and all subsequent revisions
thereof shall be at the cost of the Contractor, and no separate payments
shall be made for the same. Revisions shall incorporate all modifications,
field changes, substitutions etc. effected. The rates/prices quoted for
fabrication work shall be deemed to include the cost of such drawing
work.
J. The Contractor shall give due consideration to the need of trial
assemblage at shop, weight and size limitation of elements for
transportation from shop to construction site, temperature variation of 25
degree centigrade between the fabrication shop and site, site
measurements of the as-built dimensions and avoidance of site welding
except for fixtures. All the drawings shall be prepared in metric units. The

Signature of Bidder Page 196 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 196


drawings should preferably be of A-1 standard size, and the details
shown therein shall be clear and legible. These drawings shall include but
shall not be limited to the following:
i. Assembly drawings, g1vmg exact sizes of the sections to be used and
identification marks of the various sections.
ii. Dimensional drawings of base plans, anchorages details in foundation,
foundation bolts location etc.
iii. Complete Bills of Materials and detailed drawings of all sections
including their billing weights.
iv. Shop details of temporary structures together with detailed calculations.
v. Detailed shop drawings for proper co-ordination with the concrete
components to which the steel members shall be connected, as
required.
vi. Any other drawings or calculations that may be required for proper
completion of the works and clarification of the works or substituted parts
thereof.
vii. All 'as-built' drawings.

5.5 Applicable Codes of Practice

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.

Signature of Bidder Page 197 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 197


h. IS: 1182 (1983): Recommended Practice for Radio Graphic Examination
of Fusion Welded Butt Joints in Steel Plates.
i. IS: 1363 (1992): Hexagon Head Bolts, Screws and Nuts of Product grade
C. (Part 1 to Part 3)
j. IS: 1364 (1992): Hexagon Head Bolts, Screws and
Nuts of Product Grades A & B (Part 1 to 5)
k. IS: 1367 (1991): Technical Supply Conditions for Threaded Steel
Fasteners.
l. IS: 1852 (1985): Rolling & Cutting Tolerances for Hot-Rolled Steel
Product.
m. IS: 2016 (1967): Plain Washers.
n. IS: 2062 (2006): Hot Rolled low, medium and high tensile structural steel_
o. IS: 2595 (1978): Code of Practice for Radio Graphic Testing.
p. IS: 3600 (1985): Methods of Testing Fusion Welding Joints (Part 1 to Part
9)
q. IS: 3613 (1974): Acceptance Tests for Wire Flux Combinations for
Submerged Arc Welding.
r. IS: 3658 (1981): Code of Practice for Liquid Penetrate Flow, Detection.
s. IS: 3757 (1985): High Strength Structural Bolts.
t. IS: 4000 (1992): High Strength Bolts in Steel Structures-Code of Practice
u. IS: 4353 (1967): Recommendations for Submerged Arc Welding of Mild
Steel and Low Alloy Steel.
v. IS: 4943 (1968): Assessment of Butt and Fillet Fusion Welds in Steel
Sheet, Plate and Pipe.
w. IS: 5334 (1981): Code of Practice for Magnetic Particle Flow Detection of
Welds
x. IS: 5369 (1975): General Requirements for Plain Washers and Lock
Washers.
y. IS: 5372 (1975): Taper Washers for Channels
z. IS: 5374 (1975): Taper Washers for I Beams.
aa. IS: 6623 (1985): Specification for High Strength Structural nuts
bb. IS: 6649 (1985): Specifications for hardening and tempering washers for
high strength structural nuts
cc. IS: 6755 (1980): Double Coil Helieal Spring Washers.

Signature of Bidder Page 198 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 198


dd. IS: 7215 (1974): Tolerances for Fabrication of Steel Structure.
ee. IS: 7318 (1974): (Part I) Approval Tests for Welders When Welding
Procedure Approval is not required -fusion Welding of Steel.
ff. IS: 8910 (1978): General requirements of Supply of Wieldable Structural
Steel.
gg. IS: 9595 (1980): Recommendations for Metal Arc Welding of Carbon &
Carbon- Manganese Steels.
hh. IS: 1161 (1998): Code of practice for' Steel Tubes for structural
purposes': 1998

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.

5.6.2 Structural Steel


Structural steel conforming to conforming to IS: 2062, shall be used for all structures as
indicated in the drawings and according to direction of Engineer-in-Charge. Hollow steel
sections shall confirm to IS: 4923, IS 1161 or IS358 as applicable.

5.6.3 Bolts and Nuts


For splicing of any structural member wherever required, HSFG bolts and nuts of property
class-8.8 conforming to IS 4000, IS: 3757 and IS: 6623 (1985) respectively shall be used.
Unless specified otherwise, the bolts shall be hexagonal.
All anchor bolts shall be of property class of 8.8 and nuts shall conform to IS: 1363 (1992),
IS: 1364 (1992) and IS:1367, as applicable, and unless specified otherwise, shall be
hexagonal. All nuts shall conform to property class compatible with the property class of the
bolt used.
Signature of Bidder Page 199 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 199


5.6.4 Washers
For HSFG bolts, washer shall be conforming to IS: 6649 (1985).
Plain washers shall be conforming to IS: 5369 (1975), unless otherwise specified. One
washer shall be supplied with each bolt and, in case of special types of bolts; more than
one washer as needed for the purpose shall be supplied. An additional double coil helical
spring washer, conforming to IS: 6755 (1980), shall be provided for bolts carrying dynamic
or fluctuating loads and those in direct tension. Tapered washers, conforming to IS: 5372
(1975) and IS:5374 (1975), shall be used for channels and beams respectively wherever
required.

5.7 Storage of materials


5.7.1 General
All materials shall be so stored as to prevent deterioration, and to ensure the preservation
of their quality and fitness for the work. If required by the CMRL, the materials shall be
stored under cover and suitably painted for the protection against weather. Any material,
which has deteriorated or has been damaged shall be removed from site and replaced
by new members, as directed by the Engineer-in-Charge at no extra cost and time.
i. T
he steel to be used in fabrication shall be a stored in separate stack
clear of the ground section wise and lengthwise.
ii. T
he storage area shall be kept clean and properly drained. Structural steel
shall be so stored and handled in such a manner that members are not
subjected to excessive stresses and damage. Girders and beams shall
be placed in upright position. Long members shall be supported on
closely spaced skids to avoid unacceptable deflection.

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

Signature of Bidder Page 200 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 200


submission of his bid, to acquaint himself with the availability of land
and the development necessary by way of filling, drainage, access
roads, fences, sheds etc., all of which shall be carried out by the
Contractor at his own cost and as directed by the Engineer-in-Charge.
5.7.3 Covered Store
All field connection materials, paints etc. shall be stored on racks and platforms, off the
ground in a properly covered building by the contractor.

5.8 Structural Steelwork Specification -Welded Structure


5.8.1 General
The contractor shall submit a method statement for all activity relating to fabrication, trail,
erection at workshop and final erection at site after final assembly within 21 days of
commencement of work.
The contractor shall identity a proper fabrication workshop facility and intimates the same to
the Engineer-in-Charge with full details within fifteen days of commencement of work for
approval. The contractor shall have to maintain site workshop facility for full assembly at
site including site splicing for complete erection of truss on ground. The—contractor shall
have to maintain painting workshop at site for repairs to workshop painting, if any and
finial coat of paint over steel trusses.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 201


procedure and programme of welding sequence
5.8.3.1.2 Templates
Templates used throughout the work shall be of steel in cases where actual materials have
been used as templates for drilling similar pieces, the Engineer-in-Charge shall decide
whether such materials are fit to be used as parts of the finished structure.

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.

5.8.3.1.5 Shearing, Cutting and Planning


Cutting shall be done automatically. Cutting by shearing machine may be used for plates
not exceeding 10 mm in thickness provided that the plate edges be fully enclosed in a weld.
Oxygen cutting may be used provided a smooth and regular surface free from cracks and
notches is secured.
1. Chipping of angle flanges and edges of plates, wherever necessary, shall be
done without damaging the parent metal. Chipped edges shall be ground to a
neat finish and sharp corners and hammered rough faces shall be rounded off.
2. The edges and ends of all cut/sheared plates members, flange plates, web
plates of plate girders, and all cover plates, and the ends of all angles, tees,
channels and other sections forming the flanges of plate girders, shall be
planed/ground. Edge preparation for welding may be done by machine
controlled flame cutting, with edges free from burrs should be clean and
straight.
3. The butting surfaces at all joints of girders shall be planed so as to butt in
close contact throughout the finished joint.

5.8.3.1.6 Assembly
All parts assembled for welding shall be in as close contact as practicable over the whole
surface.

Signature of Bidder Page 202 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 202


The component parts shall be so assembled that they are neither twisted nor otherwise
damaged. Specified cambers, if any, shall be provided.
All parts of bolted and welded members shall be held firmly in position by means of jigs or
clamps while bolting or welding. No drifting of holes shall be permitted, except to draw the
parts together and no drift used shall be larger than the nominal diameter of the bolt.
Drifting done during assembling shall not distort the metal or enlarge the holes.
Trial assemblies shall be carried out at the fabrication stage to ensure accuracy of
workmanship. These checks shall be witnessed by the Engineer-in-Charge and such trial
assemblies shall be at the cost of the Contractor.

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.

5.8.3.2.3 Preparation of Joints


1. The edges shall be prepared, with an automatically controlled flame
cutting torch, correctly to the shape, size and dimensions of the groove,
prescribed in the design and fabrication drawings. In case of U-groove joints,
the edges shall be prepared with an automatic false cutting torch in two
phases, following a bevel out with a gouging pass, or by machining.
2. The welding surfaces shall be smooth, uniform and free from fins, tears,
notches or any other defects, which may adversely affect welding, and shall
be free of loose scale, slag, rust, grease, paint, moisture or any other foreign
material.

Signature of Bidder Page 203 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 203


5.8.3.2.4 Welding Procedure
1. All welding procedures shall be submitted to the Engineer-in-Charge for
approval, well before starting fabrication.
2. The welding procedures shall be arranged by the Contractor to suit the details of
the joints, as indicated in the drawings and the position at which welding has to
be carried out. Welding procedure shall cover the following:
a. Type and size of electrodes
b. Current and (for automatic welding) arc voltage
c. Length of run per electrode; or (for automatic welding) speed of travel
d. Number and arrangement of runs in multirun welds
e. Position of welding
f. Preparation and set-up of parts
g. Welding sequence
h. Pre or post heating
i. Any other relevant information.
3. The welding procedures shall be so arranged that distortion and shrinkage
stresses are reduced to the minimum, and that the welds meet the requirement
of quality specified.
4. Any weld found defective shall be removed, by using either chipping hammer or
gouging torch, in such a manner that parent material is not injured in any way.
5.8.3.2.5 Fusion Faces and Surrounding Surfaces
i. Fusion faces and the surrounding surfaces within 50mm of the
welds shall be free from all mill scale and free from oil, paint or any
substance which might affect the quality of the welds or impede the
quality/progress of welding. These shall be free from irregularities, which
would interfere with the deposition of the specified size of weld or be the
cause of defects.
ii. All mill scale within 50mm of welds shall be removed prior to
welding, either by pickling followed by thorough power wire brushing, or
by other approved methods.
iii. If preparation or cutting of the fusion faces is necessary, the
same shall be carried out by shearing, chipping, gas cutting or flame
gouging.
iv. Where hand gas cutting or hand gouging is employed, the
blowpipe or gouging blowpipe shall be properly guided.

Signature of Bidder Page 204 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 204


5.8.3.2.6 Assembly for Welding
Parts to be welded shall be properly assembled and held firmly in position by means of
jigs and clamps prior to and during welding.

5.8.3.2.7 Welded Girders and Other Plate Construction


Automatic submerged arc welding shall be employed for fabrication of welded girders
and other plate construction, wherever specified. Metal inert gas welding (C02) may be
done for short length where access to the location of the weld does not permit
submerged arc welding subject to approval of Engineer-in-Charge.

5.8.3.2.8 Accuracy of Fit-Up


Parts to be fillet welded shall be brought into as close contact as practicable, and the gap
due to faulty workmanship or incorrect fit-up shall not exceed 1.5nim. If greater separation
occurs at any, position, the size of fillet weld shall be increased at such positions by the
amount of the gap.

5.8.3.2.9 Jigs and Manipulators


Jigs and manipulators shall be used, where practicable, and shall be designed to facilitate
welding and to ensure that all welds are easily accessible to the operators.

5.8.3.2.10 Ends of Butt Welded Joints


The ends of butt joints shall be welded so as to provide full throat thickness. This may be
done by the use of extension pieces, cross-runs or other approved means.
5.8.3.2.11 Weld Face and Reinforcement of Butt welds
The weld face shall, at all places, be deposited projecting the surface of the parent metal.
Where a flush surface is required, the surplus metal shall be dressed off.
5.8.3.2.12 Testing of Butt Welds
Butt-welded joints are to be 25% radio graphically tested by the Contractor at his own cost.
If such tests indicate the joints to be defective, the cost of rectification of defective welds
shall also be borne by the contractor.

5.8.3.2.13 Minimum Leg Length & Throat Thickness in Fillet Welds


The minimum leg length of a fillet weld as deposited shall be not less than the specified
size. In no case shall a concave weld be deposited, unless specifically permitted. Where
permitted, the leg length shall be increased above that specified length, so that the

Signature of Bidder Page 205 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 205


resultant throat thickness is as great as would have been obtained by the deposition of a
flat-faced weld of the specified leg length.

5.8.3.2.14 Dislodging
After making each run of welding, all slag shall be thoroughly removed and the surface
cleaned.

5.8.3.2.15 Quality of Welds


The weld metal, as deposited {including tack welds), shall be free from-cracks, slag
inclusions, porosity, cavities and other deposition faults The weld metal shall be properly
fused with the parent metal without under cutting or overlapping at the toes of the weld.
The surface of the weld shall have a uniform consistent contour and regular appearance.

5.8.3.2.16 Weather Conditions


Welding shall not be done under weather conditions, which might adversely affect the
efficiency of welding.

5.8.3.2.17 Qualification and Testing of Welders


The Contractor shall satisfy the department that the welders are suitable for the work for
which they will be employed, and shall produce evidence to the effect that welders, have
satisfactorily completed appropriate tests, as described in IS:817 Part I {1992). The CMRL
may, at his own discretion, order periodic tests of the welders and/or of the welds produced
by them. Such tests shall be at the expense of the Contractor.
5.8.3.2.18 Supervision
The Contractor shall employ competent welding supervisors to ensure that the standard of
workmanship and the quality of the materials comply with the requirements laid down in this
Specification.

5.8.3.2.19 Machining of Butts and Bases


Splices and butt joints of compression members, depending on contact for stress
transmission, shall be accurately machined over the whole section. In column bases, the
ends of shafts together with the attached gussets, angles. Channels, etc., after bolting
and/or welding together as the case may be, shall be accurately machined so that the parts
connected butt over the entire surface of contact Care shall be taken that connecting
angles or channels are fixed with such accuracy that they are not reduced in thickness by
machining by more than 0.8mm.

Signature of Bidder Page 206 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 206


5.8.3.2.20 Requirement of Welded Joints
Apart from the requirements of welding specified under the above sub clauses, sections
above, the Contractor shall ensure the following requirements in the welded joints.
i) Strength-quality with parent metal. ii) Absence of defects
iii) Corrosion resistance of the weld shall not be less than that of parent
material in an aggressive environment.
5.8.3.3 Shop Assembly
The steelwork shall be temporarily shop assembled, as necessary, so that the accuracy of
fit may be checked before dispatch. The parts shall be shop assembled with a sufficient
number of parallel drifts to bring and keep the parts in place.
Since parts drilled or punched, with templates having steel bushes shall be similar and, as
such, interchangeable, such steelwork may be shop erected in part only, as agreed by the
Engineer-in-Charge.

5.8.3.4 Erection Marking


1. Each fabricated member, whether assembled prior to dispatch or
not so assembled, shall bear an erection mark, which will help
to identify the member and its position in respect of the whole
structure, to facilitate re-erection at site.
2. These erection marks shall be suitably incorporated in the shop
detail and erection drawings.

5.9 Corrosion protection

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

Signature of Bidder Page 207 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 207


applicator along with guarantee undertakings from both the manufacturer and applicator.
Only the approved epoxy paint system shall be used in the works.
The colour shade of the epoxy paint will be finalized by Engineer-in-Charge after assessing
certain mock-up areas prepared by the contractor. For this purpose the contractor is,
without his receiving any special remuneration, to produce sample areas which will be used
to decide the final colour shade.

5.10 Structural Steel Work -Quality Control & Testing Requirements


5.10.1 General
5.10.1.1 Scope of Specification
The scope of work of these specifications is to establish the norms for ensuring the
required Quality Control through established testing norms of the welded structural
steelwork.

5.10.1.2 Codes / Standards


Relevant IS codes for tolerance and tests of welding procedures as specified in the
specification for Structural Steel Work.

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.

5.10.2.1.1 Dimensional & Weight Tolerance

Signature of Bidder Page 208 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 208


• The dimensional tolerance for rolled shapes shall be in accordance with IS:
1852. The acceptable limits of straightness for rolled or fabricated members
as per IS: 7215 are:
• Struts and columns: 1/1000 or 10 mm whichever is smaller where L is the
length of finished member.
• A limit for distortion in transverse direction from the true axis of plate and box
girder shall not be more than U1000 where L is the length of diagonal of
profile. Tolerance in specified camber of members shall be 3mm in 12m
length Tolerance in specified lengths shall be as follows:
• Column finished for contact bearing : + 1mm
• Other members (cols.) up to and over 10m : + 5mm
• Including 10 m U2000 sub to max of : + 8mm
• Other members (beams) up to 12 m : + 3mm
• Over 12m U4000 sub max. of : + 5mm

5.10.2.1.2 End of Members


Beam to beam and beam to column connection - Where the abutting parts are to be joined
by butt welds, permissible deviation from the square ness of the end is:
Beam up to 600 mm in depth: 1.5 mm
Beam over 600 mm in depth: 1.5 mm for increase in depth of every 600 mm subjected to
max of 3 mm.
Where abutting parts are to be jointed by bolting through cleats or end plates, the
connections require closer tolerance, permissible deviation from the squareness of the end
is:
Beams upto 600 mm in depth 1mm per 600mm of depth subject to a max of 1.5 mm.
For full bearing, two abutting ends of columns shall first be aligned to within 1 in 1000 of
their combined length and then the following conditions shall be met:
a) Over at least 80% of the bearing surface the clearance between the
surfaces does not exceed 0.1mm.
b) Over the remainder of the surfaces the clearance between the surfaces does
not exceed 0.3 mm.
Where web stiffeners are designed for full bearing- on either the top flange or the bottom
flange or both, at least half the stiffener shall be in positive contact with the flange. The
remainder of the contact face could have a max. gap of 0.25 mm.

5.10.2.1.3 Depth of Members


Acceptable deviation from the specified overall depth as per 1S:7215 (1974) is
• Up to and including 1OOOmm : 1.0 mm
Signature of Bidder Page 209 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 209


• Over 1000 mm : 2.0mm

5.10.2.1.4 Web Plates


An acceptable deviation from flatness in girder webs in the length between the stiffeners or
in a length equal to the girder depth shall be:
• Up to 500 mm depth : 0.5mm
• Over 500 mm & including 1000 mm : 1.0mm
• Over 1000 mm : 2.0mm

5.10.2.1.5 Flange Plates


A reasonable limit for combined warpage and tilt on the flanges of a built-up member is
1/200 of the total width of flange or 2 mm whichever is smaller measured with respect to
centerline of flange.
Lateral deviation between centerline of web plate and centerline of flange plate at contact
surfaces measured as the difference o between diagonals of nominal length L shall not be
greater than U1000.

5.10.2.1.6 End Milling


Column ends bearing on each other or resting on base plates and compression joints
designed for bearing shall be milled true and square to ensure proper bearing and
alignment. Base plates shall also have their surfaces milled true and square.

5.10.2.2 Quality Control


In order to exercise proper control of the quality of the welding, Contractor shall enforce
methods of control as tabulated below:
Purpose Control subjects Methods of control
1 2 3

Weldability test to determine the


technological properties if materials.
Quality control of
Control of welding materials
electrodes, welding wire, -
and basic metal quality Mechanical test of weld metal
flux and protective gases
Metalographical investigations of welds
macro-structure and microstructure

Checking of weld metal resistance for


Checking of quality and
Checking of welders inter crystalline corrosion. Study if weld
Weldability of the basic
qualifications metal solidity by physical control
metal and welded members
methods

Signature of Bidder Page 210 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 210


Purpose Control subjects Methods of control
Mechanical tests, metalographical
Control of welded joint Welding of specimens for
investigation & checking of welded joints
quality quality determination
by physical control methods

Checking of assembly quality &


Control of assembly centering of welded members Checking
accuracy and technological of welding equipment conditions.
welding process Checking correctness of welding
procedure. Visual examination of welds

5.10.2.3 Tests & Testing Procedures


Agency for testing of weld shall be approved by the Engineer-in-Charge prior to testing.

5.10.2.3.1 Visual Examination


The contractor shall conduct visual examination and measurement of the external
dimensions of the weld for all joints. Before examining the welded joints, areas close to it
on both sides of the weld for a width not less than 20 mm shall be cleaned of slag and
other impurities. Examination shall be done by a magnifying glass which has a
magnification power of ten (10) and measuring instrument which has an accuracy of it0.1
mm or by weld gauges. Welded joints shall be examined from both sides. The contractor
shall examine the following during the visual checks.
a. Correctness and shape of the welded joints
b. Incomplete penetration of weld metal.
c. Influx
d. Burns
e. Unwelded craters
f. Undercuts
g. Cracks in welded spots and heat affected zones
h. Porosity in welds and spot welds
i. Compression in welded joints as a result of electrode impact while
carrying out contact welding
j. Displacement of welded element
The contractor shall, document all data as per sound practices.

5.10.2.3.2 Mechanical Test


The Contractor shall carry out various mechanical tests to determine weld ability, metal
alloy ability, nature of break, correct size and type of electrodes, degree of pre-heat and
post-heat treatment. The type, scope and sample of various mechanical tests shall be

Signature of Bidder Page 211 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 211


determined in agreement with the purchaser. The number of tests conducted shall depend
on the result obtained to satisfy the Engineer-in-Charge that the correct type and size of
electrode, degree of pre-heating and post-heating and weld ability of metal are being
followed.

5.10.2.3.3 Dye Penetration Test


All welds shall be tested by "Dye Penetration test" as per current practices.

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 Structural Steel Specifications -Erection


5.11.1 General
5.11.1.1 Scope of Specification
This Specification covers the delivery to site, storage and erection of structural steelwork at
site. This includes plant and equipment requirements, installation of fabricated steel work in
position and grouting all complete as per drawings, specifications and other provisions of
the Contract.

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.

Signature of Bidder Page 212 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 212


5.11.2 Products
Not applicable

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.

5.11.3.2 Plant and Equipment


All erection tools and plant & equipment proposed to be used shall be efficient, dependable
and in good working condition, and the suitability and adequacy of such shall be
determined by the Engineer-in-Charge. The Contractor shall, in his technical proposal
submittal, specify the plant and equipment proposed by him for erection of structural
steelwork at Site.
5.11.3.3 Storage
Materials to be stored shall be placed on skids above the ground and shall be kept clean
and properly drained.

5.11.3.4 Method and Sequence of Erection

Signature of Bidder Page 213 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 213


The method and sequence of erection shall have the prior approval of the CMRL. The
contractor shall arrange for the most economic method and sequence consistent with the
drawings and Specifications and such information as may be furnished to him prior to the
execution of the Contract. The erection of steelwork shall be planned so as to ensure safe-
working conditions at all times. The Contractor shall be solely responsible for enhancing the
safety of his construction activities at Site.

5.11.3.5 Assembly & Erection


A. During erection, the members and sections shall be accurately
assembled as shown on the approved shop drawings and any match
marks shall be followed. The material shall be carefully handled so that no
sections will be bent, broken or otherwise damaged. Hammering which will
damage or distort the members shall not be done. Bearing surfaces and
surfaces to be in permanent contact shall be cleaned before the members
are assembled. Splices and field connections shall have one half of the
holes filled with bolts and cylindrical erection pins (half bolts and half pins)
before bolting with high-strength bolts. Fitting-up bolts shall be of the
same nominal diameter as the high-strength bolts, and cylindrical
erection pins shall be 1 mm or larger.
B. The correction of minor misfits involving harmless amounts of reaming,
cutting and chipping will be considered a legitimate part of the erection.
However, any error in the shop fabrication or deformation resulting from
handling and transportation which prevents the proper assembling and
fitting up of parts by the moderate use of drift pins or by a moderate
amount of reaming and slight chipping or cutting, shall be reported
immediately to the Engineer-in-Charge and his approval of the method of
correction obtained. The contractor shall be responsible for all misfits,
errors and injuries and shall make the·- necessary corrections and
replacements.
C. The straightening of plates, angles, other shapes and built-up members,
when permitted by the Engineer-in-Charge, shall be done by methods that
will not produce fracture or other damages. Distorted members shall be
straightened by mechanical means or, if approved by the Engineer-in-
Charge, by the careful planned and supervised application of a limited
amount of localized heat, each application subject to the approval of the
Engineer-in-Charge.

Signature of Bidder Page 214 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 214


D. The responsibility in respect of temporary bracing and guys shall rest with
the Contractor until the structural steel is located, plumbed, leveled, aligned
and grouted within the tolerances permitted under the Specification, and
the permanent bracing/framing system has been installed.
E. The temporary guys, braces, false work and cribbing shall not be the
property of the department and may be removed by the Contractor, with the
approval of the Engineer-in-Charge, without any charge, once the
permanent framing system has been installed to the satisfaction of the
Engineer-in-Charge and when the temporary bracing, guys etc. can be
removed without any potential danger/damage to the erected structure.

5.11.3.6 Setting Out


A. Positioning and leveling of all steelwork, plumbing and placing of every
part of the structure, with accuracy, shall be in accordance with the
approved drawings and to the satisfaction of the Engineer-in-Charge. The
Contractor shall check the positions and levels of the anchor bolts etc.
before concreting and ensure that they are properly secured against
disturbance during pouring operations. The Contractor shall remain
responsible for correct positioning and shall set proper screed bars to
maintain proper level. No extra payment shall be made on this account.
B. No permanent field connections by bolting shall be carried out until proper
alignment and plumbing guides have been attached.

5.11.3.7 Field Bolting


A. Bolts shall be inserted in such a way that they remain in position under
gravity, even before fixing the nut. Bolted parts shall fit solidly together
when assembled and shall not be separated by gaskets or any other
interposed compressible materials. When assembled all joint surfaces
including those adjacent to the washers shall be free of scales. They
shall be free of dirt, loose scales, burns and other defects that would
prevent solid seating of the parts.
B. Holes for turned bolts to be inserted in the field shall be reamed in the
field. All drilling and reaming for turned bolts shall be done only after the
parts to be connected are assembled. "'Folerances applicable in the fit of the
bolts shall be in accordance with relevant Indian Standard Specifications.

Signature of Bidder Page 215 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 215


C. All high tensile bolts shall be tightened to provide when all fasteners in the
joint are tight, the required minimum bolt tension as per relevant Indian
Standard/Specification.
D. The manufacturer and use of high strength friction grip bolts shall comply
with the requirements of IS: 3757 (1985).
E. Load indicating bolts or washers may be used, subject to the approval of the
Engineer-in-Charge.

5.11.3.8 Holes cutting and Fitting


A. No cutting of sections, flanges, webs, and cleats, rivets, bolts, welds etc.
shall be done unless specifically approved and I or instructed by the
Engineer-in-Charge.
B. The erector shall not cut, drill or otherwise alter the work of other trades,
or his own work to accommodate other trades, unless such work is clearly
specified in the Contract, or directed by the Engineer-in-Charge. Wherever
such work is specified, the Contractor shall obtain complete information
as to size, location and number of alterations, prior to carrying out any
work.

5.11.3.9 Inserts and Embedment


Various steel inserts and embedment are required under the contract to be fabricated,
positioned and secured firmly into place inside the formwork prior to concrete being
poured. There are also requirements of jointing, threading, bolting and welding inserts
and embedment of different concrete and structural steel elements in order to establish
structural continuity and connection. Great care shall be exercised by the contractor in
executing all aspects of the work related to inserts and embedment, including tolerances,
so that the final assembly of the concrete elements can meet satisfactorily the continuity
and contiguity requirements intended in the structure.

5.11.3.10 Painting after Erection


A. Steelwork coated with rust inhibitor shall not be left exposed for a period
exceeding 7 days otherwise; such steelwork shall be re-cleaned and re-
coated with such finish until encased in concrete.
B. No steelwork with shop paint shall be left exposed at site for a period
exceeding that approved by the Engineer-in-Charge.
C. The surfaces required to remain unpainted at shop, shall be given a
protective coating after the structure is erected, leveled, plumbed, aligned in its
Signature of Bidder Page 216 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 216


final position, and accepted by the Engineer-in-Charge. However, touch up
painting, making good any damaged shop painting and completion of any
unfinished portion of the shop coat shall be progressively carried out by the
Contractor.
D. Painting shall not be done in frost or foggy weather, or when humidity is such
as to cause condensation on the surfaces to be painted. Before, commencing
painting of steel, which is delivered unpainted, all surfaces to be painted shall
be dried and thoroughly cleaned from all loose scale and rust.
E. All field bolts, welds and abrasions· to the shop coat, and surfaces delivered
unpainted from fabrication shop, shall receive the full protective treatment as
specified in Table defined in painting specifications before delivery to Site.
F. Surfaces, which will be inaccessible after field assembly, shall receive the full-
specified protective treatment before assembly. Bolts and fabricated steel
members, which are galvanized or otherwise treated, shall not be painted.
G. The contractor shall be responsible for any damage caused to other
components of the structure including the substructure. In particular, he shall
take all necessary precautions to minimize concrete splash onto completed
steelwork or rust staining of concrete due to erected steel work and clean and/or
repair all stains and other damages to completed work prior to tests on
completion.
5.11.3.11 Final Cleaning up
Upon completion of erection, and before final acceptance of the work by the Engineer-in-
Charge, the Contractor shall remove, free of cost, all false work, rubbish and all
temporary works, resulting from or in connection with the performance of his work.

5.12 Mode of Measurement:

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 217


3. The payment for the steelwork will be for the weight of the steelwork actually erected
and used as a permanent works, i.e. plates, rolled sections, shear connections, cleats, and
splice plates. For the rolled sections and steel plates, the weight given in relevant IS Code
and the actual weight whichever is less shall be adopted for the payment. The weight of
welding material shall not be added in weight of members for payment.
4. Dimensions of the steelwork will be taken on site or from the actual shop working
drawings as proposed by the contractor based on design drawings furnished by Engineer-
in-Charge. For structural sections the weight will be calculated on lengths actually used
with no deduction for splay cut or mitred end. Full weight of the HSFG bolts, compatible
nuts & washers will be paid for as per Indian Standard Codes weights without any
deduction for shanks, etc. No account shall be taken of the weight of weld in calculating the
weight of steelwork. No deduction shall be made for openings less than 0.02sqm in area
measured in plane for bolt holes. The weight of sheet steel, plate, strips and rolled sections
shall be taken from relevant Indian Standards.
5. Providing and Pouring non-shrink grout for grouting of pockets of holding down bolts of
columns and under base plates shall be considered incidental to work and shall not be
measured and paid separately.

5.13 List of Approved Makes/ Manufactures of Materials

S. No Material Brand Name / Manufacturer

A Structural Steel SAIL, TATA Steel, RINL, Essar Steel

Advani, Esab India, HOVAVER, D&H


B Welding Rods / Electrodes / Wires / Flux
Welding Electrodes

GKW, Unbrako Precision Fasteners,


C Bolts, Nuts & Washers
Deepak Fasteners, Laxmi Precision Screw.

5.14 Third Party Material Test

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.

Signature of Bidder Page 218 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 218


SCHEDULE-E - -Deleted-

Signature of Bidder Page 219 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 219


SCHEDULE-F: ALUMINIUM COMPOSITE PANEL WALL CLADDING
1.0 Aluminum Composite Panel Cladding
1.1 Scope of Work
The Contractor shall design, supply, fabricate, deliver, install and guarantee all
construction necessary to provide a complete aluminum composite panel cladding,
complete with all necessary anchors, hardware and supporting frame work to provide a
total installation, fully in conformity with the requirement and intent of the specification
herein.
Panel mounting system including anchorage, shirns, furring, fasteners, gaskets and
sealants, related flashing adapters and masking (as required) for a complete watertight
installation.
Parapet, coping, column covers, soffit, sills, border and filler items as required.
The structural properties shall be read in conjunction with the specification of curtain
walling and take same in to account while designing aluminum composite panel as a total
installation including sub-frame and supporting frame.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 220


the cladding system. Where possible, sealants shall be concealed. All fastening into or
through aluminum shall be non-magnetic stainless steel. The method of assembly,
reinforcing and anchorage of the cladding shall be the contractor's responsibility, who shall
design the assembly, reinforcing and anchorage in an acceptable manner.
3 hard copies each (blue prints) plus 2 sets of soft copies on compact disk of all final
approved shop drawings shall be submitted for use of Engineer-in-Charge.
Test certificates
The Contractor to submit all the performance test certificated as per the relevant codes.
The document shall include but not be limited to appropriate Evaluation Reports and I or
test reports supporting the use of the Product.

1.3 Quality Assurance


Field measurements should be taken prior to completion of shop fabrication whenever
possible.
Field fabrication may be allowed to ensure proper fit, however, field fabrication shall be
kept to an absolute minimum with the majority of the fabrication bring done under controlled
shop condition.
Shop drawings shall show the preferred joint details providing a watertight and structurally
sound wall panel system that allows no uncontrolled water penetration on the inside of the
panel system as determined by ASTME 331.
Contractor shall assume undivided responsibility for all components of the exterior panel
system including but not limited to attachment top sub-construction, panel to panel joinery,
panel to dissimilar material joinery, joint seal associated with the panel system.

1.4 Design Concept


General Requirements
Aluminum composite panel cladding shall be designed to withstand the Design load based
upon IS 875 and shall be based on a watertight system with rear ventilation. Normal to the
plane of the wall between supports, deflection of the secured perimeter framing members
shall not exceed U175 or 12 mm whichever is less. Normal to the plans of the wall, the
maximum panel deflection shall not exceed U60 of the full span. Maximum anchor
deflection shall not exceed 1/16". At 1.5 design pressure, permanent deflections of the
framing members shall not be exceed U100 of the span length and components shall not
experience failure or gross permanent distortion. At connection point framing member to
anchors, permanents set shall not exceed 1/16".

Signature of Bidder Page 221 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 221


12mm wide joint shall be provided between cladding elements to cater for individual panel
installation and shall be sealed of with silicon sealant.
The cladding shall be as fabricated and erected as to provide for all expansion and
contraction of the components. Any temperature changes due to climate conditions shall
not cause harmful bricking, opening of joints, under stress on fastening and anchors, noise
of any kind of other defects.
The panel cladding including jointing, fastening, holding, brackets system etc. shall be so
constructed to be watertight with provision for rear ventilation. The panel cladding shall be
designed and got approved from the manufacturers at his own cost.

1.5 Aluminum Composite Panel


4 mm thick Aluminum Composite panel of approved make and manufacturer shall be used,
consisting of a core of 0.5 mm thickness with a mild edge with surface finish of
fluorocarbon protective colour coating as approved. Approval shall be based on
documentation submitted showing the adequacy of the material.
The panel shall have two sheers of 0.5mm thick aluminum a solid core of extruded
thermoplastics material formed in a continuous process with no glues or adhesive between
dissimilar materials. The core material shall be free of voids and I or spaces and not
contain dissimilar material. The core material shall be free of voids and I or spaces and not
contain foamed insulation material. The finish side of the panel shall have a removable film
applied, which shall remain on the panel during fabrication and erection to protect the
surface from damage.

1.6 Product Performance


Thermal resistance - 0.0103 sq. mm KIW
Heat transmission co-efficient- 554 Wl (sq. min. K) Linear expansion - 2.4 mm / m 1100C
1.7 Flatness
The cladding surface shall not have any irregularities such as oil canning, waves, buckles
and other imperfections when viewed at any position but not less than at an angle of 15 to
the true plane of the panel.
1.8 Roofing
Providing, supplying and installation of Insulated GI sheets, Galvanizing shall be carried
out by first pickling the black sheets or by cleaning the cold-rolled coils in the line and then
dipping them in a bath of molten zinc at a temperature suitable to produce a complete and
uniformly adhesive zinc coating. GI sheet should be as per IS 277- 2003. The
recommended thickness for roofing application is 0.63 mm and corresponding
recommended grade of coating shall be minimum 275 g/m2
Signature of Bidder Page 222 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 222


If agreed to between the manufacturer and the purchaser for thickness 0.18 to 0.28 mm
(both inclusive), other coating grades 180 and 120 may be used.

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.

Signature of Bidder Page 223 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 223


No cutting, trimming, welding or brazing of component parts during erection in any manner,
which would damage the finish decrease the strength or result in a visual imperfection or a
failure shall be executed during erection, component, parts, which are to be altered, shall
be returned to the shop fabricator, if necessary replaced with new part.
All component parts shall be installed level, true to line with uniform joints and reveals.
Anchorage of the cladding substructure to the building structural shall be by approved
methods in strict accordance to the manufacturer's specification. Supporting brackets shall
be so designed as to provide three-dimensional adjustments and accurate location of the
wall components.
12mm wide joint shall be provided between cladding elements to cater for individual panel
installation and shall be sealed off with silicon sealant of approved quality.

1.13 Water Tightness


No gross leakage shall be observed when subject to test water penetration as described in
BS 415 part- 1.

1.14 Technical Properties of Aluminum Composite Panels


All cladding shall be of 4.00mm thick aluminum composite panel comprising of high mineral
filled core sandwiched between two skins of aluminum alloy-
a) Mechanical properties : Tensile Strength 130 N/mm2
: 0.2% proof stress 90 N/mm2
: Elongation 5.65 10%
: Modules of Elasticity 70.00 N/mm2
b) Vibration and Noise Damping : Average airborne – Sound Transmission
: Loss R/N 25d3 (DIN4109)
c) Thermal Transmittance : R = 0.014 Sq.m 0 C/W
d) Moment of Inertia : 0.347 cm4/m
e) Panel Weight : 5.5 kg/Sq.m
f) Finish : PVDF stove lacquered (Fluoro carbon)
: On one side and reverse side in mill finish
g) Color : Color to be selected by Engineer-in-
Charge using standard PWDF color chart from manufacturer

Signature of Bidder Page 224 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 224


SCHEDULE-G: LIFTS
1.0 Specifications for Passenger Lifts
1.1 General Requirements of passenger lifts
The passenger lifts shall be suitable for operation in outdoor environment and shall be of
outdoor/ heavy duty type as these are to be installed in the Foot Over Bridge.
1. Type 13 passenger machine room less lift
2. Number of lifts required. 2 Nos
3. Load: Number of persons 13 Passengers
4. Rated speed 1.25 Meter per second
5. Travel in meter 6.30 Mtrs (approx.)
6. Number of floors served Two
7. Clear inside size of lift car: As per manufacturer's specification
8. Dimension of lift machine room NA as lifts are MRL
9. Position of counter weight At the back/sides
10. Position of machine Machine Room less - Gearless
11. a) Type of control Microprocessor based AC variable voltage
variable frequency. (Lift drive motor and controller shall be suitable for
operation with supply voltage variation between+ 10% to -15%)
b) Type of operation Microprocessor based Simplex selective
collective operation with/ without attendant.
c) Potential free contacts Potential free contacts for each floor
position and up and down movement of the
lift shall be provided in the controller which
can be used for the building automation
system at later date.
12. Car entrance door
a. Number One
b. Cabin Size 1100mm x 2000mm for 884 kg. lift
c. Type of doors Power operated, Horizontal sliding -
center opening horizontal sliding stainless steel scratch proof (Moon
Rock Finish)

Signature of Bidder Page 225 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 225


d. Car open in front only Yes
13. Landing Doors Power operated, Horizontal sliding - center
opening horizontal sliding stainless steel scratch proof (Moon Rock Finish)
14 A. Lift Car
I) Construction design As per General specification for electrical
works (Part- Ill lifts & Escalator) -2003
II) Interior Finish
i) Panels The side, rear and facia panel shall scratch
proof (moon rock/ honey comb finish) of
stainless steel sheet for all lifts
ii) Flooring Stainless Steel Chequered Plate (minimum
6mm thick) as per manufacturer's standards or
any other anti-skid flooring as per approval of
Employer
iii) Ceiling Stainless Steel False ceiling as per the latest
standards of the manufacturer & design to be
approved at the time of approval of drawing
iv) Lighting Florescent/ CED Fitting as per standard design
v) Ventilation Suitable ventilation in the false ceiling
14 B. Door Frame Stainless Steel - Hairline Finish
(a) Number One
(b) Size 900mm x 2000 mm
(c) Type of Doors Power operated, Horizontal sliding- center
opening horizontal sliding stainless steel scratch proof (Moon Rock Finish)
14. Type of signal system a) Digital floor position indicator in the car
and at all landings (to be provided above the car/ landing doors)
b) Travel direction indicator in the car and at all
landings (to be provided above the car/landing
doors)
c) Gongs & visual indication on all landings for
pre arrival of the car for two or more cars.
d) Overload warning Audio & Visual indicator,
inside the car (lift should not start on overload)

Signature of Bidder Page 226 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 226


e) Battery operated alarm bell and emergency
light.
f) Car operating panel with fade proof luminous
buttons in car and with intercom
g) Luminous hall buttons with brail inscriptions
at all landings.
h) Fireman's switch at ground floor.
15. Landing Entrance a) Locations of landing all doors on the
same side entrance in different floors.
b) Number as per No. of stops
c) Size Standard size as per latest IS
d) Type of doors Power operated, Horizontal
sliding- center/ side opening
e) Lift in use/lift out of order sign A suitable box
above the lift landing with LED illuminated
bilingual (in English & Hindi) sign of "LIFT OUT
OF ORDER" coming up simultaneously at all
floors.
f) Fire resistant rating of the door shall have
not less than one hour.
16. Electric Supply a) Power: - 415 V (-15% to +10%), AC,
3Phase, 50Hz, 4 wire system.
b) Lighting: - 230 V, AC, 50 Hz
c) The entire lift equipment should be suitable
for operation at + 10% to - 15% of the rated
supply wanted.
17. Is neutral wire available for Yes control circuits
18. Proposed time for completion As per NIT
19. Environmental condition at site of DB RH WB
Installation. Summer condition: 50.0 Deg.C 20% 25.5 Deg.C
Winter condition: 7.5 Deg.C 70% 4.4 Deg. C
Mansoon Condition: 35.0 Deg.C 60% 8.3 Deg. C
Height above mean sea level 216m

Signature of Bidder Page 227 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 227


20. Storage space provided NA
21. Emergency Supply i) Inverter backup with trickle/ boost
charges arrangement for at least 30 minutes with maintenance free batteries
for emergency light, alarm bell and inter-com system.
ii) A separate maintenance free dry
batter)' system should be provided for
Automatic Rescue Device (ARD).
22. Door Close Safety Full Height Infrared light curtain door safety
in addition to a pressure operated switch (mechanical safety switch)
23. Controller panel The controller panel shall be of suitable
steel gauge having Vermi/ dust proof arrangements with suitable in built
ventilation system
24. Firemen Lift i) All lifts shall be used as fire lifts.
ii) Firemen switch for all the fire lift shall be
provided at ground floor to enable the fire
service personnel to ground the lift in case of
emergency.
iii) The work 'fire lift' shall be conspicuously
displayed in fluorescent paint on all the fire lifts
landing doors at each floor level
25. Automatic Rescue Device i) Automatic Rescue Device (ARD) should
monitor the normal power supply in the main controller and shall activate
rescue operations within ten seconds of normal power supply failure. It
should bring the Lift to the nearest floor at a slower speed than the normal
run. While proceeding to the nearest floor the Lift will detect the zone and
stop. After the Lift has stopped, it automatically opens the doors and parks
with door open. After the operation is completed by the ARD the Lift is
automatically switched over the normal operations as soon as normal power
supply resumes.
ii) In case the normal supply resumes during
Automatic Rescue Device (ARD) in operation

Signature of Bidder Page 228 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 228


the Lift will continue to run in ARD mode until it
reached the nearest landing and the doors are
fully opened. If normal power supply resumes
when the Lift is at the landing, it will
automatically be switched to normal power
operation.
iii) All the lift safeties shall remain active during
the ARD at least seven times a day. Provided
the duration between usages is at least 30
minutes to operate the ARD at least Seven
times a day. Provided to duration between
usage is at least 30 minutes.

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‖

27. Approved Makes Thyssen Krupp / Otis / Kone/ Schindler/


Johnson / Mitsubishi

Signature of Bidder Page 229 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 229


1.2 Maintenance Requirements:
1.2.1 Defects Liability Period (DLP):
Preventive maintenance & corrective maintenance of the lifts shall be done
and carried out by the Contractor during defect liability period (DLP) for a
period of 2 years from the date of taking over, including operations from
6.00AM to 10.00 PM including Sunday & holidays.

1.2.2 Comprehensive Maintenance Services (CMS) – Five years:

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.

The reliability, availability and maintainability of equipment/ components shall be


judged on the basis of Call out Ratio (COR) i.e. engineer visits to the site for
unscheduled maintenance of a lift. During the CMS period also the contractor
should endeavor that the COR does not exceed 2.5 per lift per year.

Penalty shall be calculated as under:


Nature of defects: Deduction will be made as under:
If Lift is kept out of
Penalty of INR 10,000 per hour shall be
(i) service for more than 3
imposed for each such case
hrs and up to 6 hrs
If Lift is kept out of
service for more than 6 Penalty of INR 60,000 per day shall be
(ii)
hrs imposed for each such case

If the visit of engineer for Penalty of INR 20,000 (Rs. Twenty


(iii)
non-scheduled Thousand Only) shall be imposed for each
Signature of Bidder Page 230 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 230


maintenance exceeds such visit. The penalty shall be applicable
2.5 per lift per year during DLP and AMC period also (if separate
contract will be awarded for AMC after
completion of 2 years DLP)

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.

1.2.4 Two copies of copy of maintenance manual shall be submitted after


installation & commissioning of lifts.

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

1.2.6 Testing of Installation after Completion:


On successful completion of the installation / testing shall be carried out to the full
satisfaction of Employer. The tests shall be accordance with the relevant BIS/ CPWD or
any other relevant specifications. Necessary instruments for tests shall be arranged by the
contractor during the test at his own cost.
Signature of Bidder Page 231 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 231


1.2.7 The Responsibilities of Contractor.
During the defects liability period, the Contractor shall also be responsible for (incidental to
work and no separate payment shall be made to Contractor for these):
(i) Carrying out day to day maintenance and cleaning of the lifts as per the
Maintenance Schedule submitted.
(ii) Deputing trained supervisory staff to carry out the scheduled maintenance and
operation of lifts. The Supervisory staff will visit the site daily, inspect the
escalators twice a day & shall be responsible for keeping regular coordination
for maintenance/ repair of escalator.
(iii) Maintaining proper conditions of operating control installed inside and outside
the Lifts for convenient and safe operation of lifts.
(iv) Replacing the worn out parts of the Lift with genuine spare parts as necessitated
and observed during routine inspection or otherwise.
(v) Keeping Employer informed in a prescribed and agreed format at all the time
regarding maintenance etc. carried out on the Lift.
(iv) Providing all spares and consumable during the defects liability period.
(vi) Response time of maximum 4 hours shall be maintained for
emergency services/ repairs throughout the year.
1.2.8 Lift Signages: Contractor shall provide necessary signages and user
instructions on each lift. The cost of these shall be deemed to be covered in the
scope of work and quoted rate.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 232


1.2.10 Traffic Diversion: 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 Turn Key Lump Sum
Contract. The Traffic Diversion shall include but not be limited to the following.
 Prepare Traffic Diversion Plan for different Phases of Construction and got
approved 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, and 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.
 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 Bituminous Concrete
irrespective of other Treatments provided earlier during Pre-Construction
and Construction Period of the Work.
 It is the responsibility of the Contractor to work out the actual Traffic
Diversion Schedule in concurrence with the Requirements of the Concerned
Department and execute the same during different phases of Construction.
 Pedestrian Facilities shall be provided for Diverted Roads and the Plan for
Pedestrian Facilities shall be got approved from the concerned Police
Department by the Contractor.

Signature of Bidder Page 233 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 233


SCHEDULE-H: PASSENGER ESCALATORS

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.

EN 10095 Heat resisting steels and nickel.

Flexible cables for Escalators.


EN 50214
Electrical installations of buildings.
IEC 60364
Specification for low-voltage switchgear and control gear.
IEC 60947
General requirements for rotating electrical machines.
BS 4999
Rotating electrical machines of particular types or for particular
BS 5000 Part 99 applications.

Specification for guide rails.


BS 56

General Technical Particulars

SL NO DESCRIPTION PARTICULARS

1 STEP WIDTH (MM) 1000 mm

2 HORIZONTAL STEPS Two

3 SPEED 0.50 M/s

4 MOTOR PROTECTING RATE IP55

5 LIGHTING VOLTAGE 240 V

6 FREQUENCY 50HZ

7 POWER VOLTAGE 415 V

8 ARRANGEMENT SINGLE

Signature of Bidder Page 234 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 234


SL NO DESCRIPTION PARTICULARS

9 MOTOR POWER 11 KW AND ABOVE

10 DEFLECTION OF TRUSS: 1/750*L

11 COLOR OF PAINTED TRUSS: STANDARD COLOUR


HOT DIP GALVANIZATION/NORMAL
12 TREATMENT OF TRUSS
PAINTING
13 HANDRAIL COLOR BLACK
Double side Stainless steel Sandwich panel of
14 BALUSTRADE SS 304 material with 1.5 mm thick with hairline
finish
15 SKIRTING HAIRLINE STAINLESS STEEL

16 INNER & OUTER DECKING HAIRLINE STAINLESS STEEL

17 STEP DEMARCATION YELLOW DEMARCATION

18 STEP DIE CAST ALUMINIUM

19 PANEL OF LANDING PLATE ETCHED STAINLESS STEEL

20 COMBS DIE CAST ALUMINUM


BROKEN DRIVE-CHAIN
21 TO BE PROVIDED
CONTACT
22 SKIRTING CONTACT TO BE PROVIDED
BROKEN STEP-CHAIN
23 TO BE PROVIDED
CONTACT
24 STEP SAG CONTACT TO BE PROVIDED

25 PHASE MONITOR TO BE PROVIDED


ZINC STEEL FLYING WHEEL
26 TO BE PROVIDED
COVER
MOTOR OVERLOAD AND
27 TO BE PROVIDED
OVERHEAT CONTACT
28 COMB CONTACT TO BE PROVIDED

29 ALARM BUZZER TO BE PROVIDED


MOTOR SPEED & ANTI-
30 TO BE PROVIDED
REVERSAL MONITOR

Signature of Bidder Page 235 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 235


SL NO DESCRIPTION PARTICULARS

31 STEP ANTI-STATIC BRUSH TO BE PROVIDED

32 EMERGENCY STOP BUTTON TO BE PROVIDED


HANDRAIL ANTI-STATIC
33 TO BE PROVIDED
ROLLER
SERVICE BRAKE RELEASE
34 TO BE PROVIDED
CONTACT
35 LANDING PLATE SWITCH TO BE PROVIDED

36 SKIRTING BRUSH TO BE PROVIDED


STEP ANTI-UPTHRUST
37 TO BE PROVIDED
DEVICE
38 LED COMB LIGHTING TO BE PROVIDED

39 AUTO LUBRICATION SYSTEM YES (WITH OIL COLLECTOR)

40 OUTSIDE TRUSS CLADDING HAIRLINE STAINLESS STEEL

41 AUTO-START 3D SENSOR TYPE

STEPS

1.1 STEP DEMARCATION


The surface of the steps shall be horizontal at all positions exposed to passenger.
The nominal width of steps shall be 1000 mm unless otherwise specified. Yellow lines of
25 mm width shall be marked on both sides and front of the leading/trailing edges of
the steps with durable and wear resistant materials to show demarcation between comb
and cleat.
1.2 INTEGRAL DIE-CAST ALUMINIUM STEP TREAD AND RISER
The step treads shall be die-cast aluminum with closely spaced cleats designed to
provide a secure foothold, the latter being grooved parallel to the travel of the steps to
mesh with the comb teeth at the entrance and exit. Step risers shall also be die-cast
aluminum integral with the step treads and shall include vertical cleats designed to pass
between the cleats of the tread on the adjacent steps thus providing a combing action with
minimum clearances.

Signature of Bidder Page 236 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 236


1.3 ROLLERS
Each step shall be supported on four rubber or synthetic material tyred ball
bearing rollers, grease sealed for life and so mounted that tilting and rocking of steps is
prevented whilst ensuring smooth quiet operation in service.

1.4 TRACTION
Traction to the steps shall be by means of two endless roller chains.

1.5 DIMENSIONS OF STEP


The depth of any step in the direction of travel shall not be less than 400 mm. The
rise of any such step shall not be more than 240 mm.

1.6 CLEAR HEIGHT ABOVE STEP


The clear height above the steps at all points shall not be less than 2.30 m.

1.7 FLAT STEPS


There shall be at least a length of two complete steps i.e. 0.80 m at either end of the
escalator travelling horizontally from the comb line.

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.

2.3 QUIET OPERATION


The rollers shall accurately engage with the drive sprockets to ensure smooth and
quiet operation.

Signature of Bidder Page 237 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 237


TRACKS
3.1 CURVED SECTION
All the curved sections of the tracks shall be manufactured in steel or aluminium
pressure die-castings.

3.2 STRAIGHT SECTION


The straight sections of the tracks shall be of steel or aluminium extrusions. The
tracks forming both running surfaces and guards over the trailing rollers shall essentially be
channels or of such formation as to prevent derailing.

LANDING OPENING AND LANDING PLATE


4.1 OPENING
Openings of adequate size in the floor will be provided by the Building Contractor on
both upper and lower landings. The Contractor shall indicate on site the exact dimensions
of the openings, excavation, drains and ventilation holes required.

4.2 LANDING PLATE


Removable floor landing plates shall be provided by the Contractor over the
openings to give access to the mechanism for maintenance purpose. These landing plates
shall be of stainless steel or wear resistant aluminium alloy which shall afford a secure
foothold. Alternative material will not be accepted without the prior approval of the
Employer.

4.3 LANDING GAP


The gap between the balustrade exterior paneling and the wall or obstacle shall not
exceed 100 mm.

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.

Signature of Bidder Page 238 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 238


5.2 COMB TEETH SECTION
The comb teeth sections shall have fine pitch teeth to allow the cleats of the step
tread to pass them with a minimum of clearance. The comb teeth sections shall be made
of synthetic resin, metal or equivalent material.
Each such comb teeth sections shall be such that, it is adjustable horizontally and
vertically and sections forming the same are readily removable in case of emergency.
The teeth of every comb teeth section shall be so meshed with and set into the slots
of the tread surface of the steps of the escalator that the points of such teeth are always
below the upper surface of such tread surface.

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.

Signature of Bidder Page 239 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 239


6.2 DRESS GUARD
Dress guards of brush bristles type shall be provided along the full length of the
lower part of the skirting panels.
Brush bristles type dress guard shall be made of nylon filaments. The nylon
filaments shall not support combustion and shall be durable and with flagged ends to give a
soft face and be securely held within a pressed steel holder. The assemblies shall be easily
removed when replacement is necessary. It shall consist of anodized aluminium carrier
which is suitable for the escalator sidewall. The bottom of the carrier shall have chamfer
angle to eliminate trapping of feet, trolley wheels and parcels, etc. The carrier shall be
fixed onto the skirting panel by secret fixings which are concealed by the filaments but are
easily removable.

6.3 EXTERNAL CLADDING


The external cladding of the undersides and sides of the escalator will be of hairline
finish stainless steel with thickness of not less than 1.5mm.

6.4 SLIM TYPE ESCALATOR


For escalator with the horizontal distance between the balustrade interior
paneling greater than the distance between handrail, the following additional requirement
must be met :-
(1) Rated speed shall not exceed 0.5 m/s;
(2) Normal width of the step shall be at least 0.8 m
(3) The distance between projection of the comb intersection line and the point at the
newel where the handrails change their direction of the movement shall be at least 1.2 m.

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 240


7.2 SPEED
The handrails shall move in the same direction and substantially at the same speed
as the steps. The speed of the handrail is permitted to deviate from the speed of the
steps, pallets or belt within the limits of 0% to +2%.

7.3 SAFETY GUARD


Safety guards shall be provided where the handrails enter and leave the escalator
newels to prevent pinching of fingers and hands.

7.4 HANDRAIL GUIDE


The handrail guides shall be in specially formed section to allow easy movement of
the handrail but properly shaped as to retain the handrail always in its place.

7.5 WIDTH OF HANDRAIL


The width of the handrail shall be between 70 mm and 100 mm.

7.6 HANDRAIL CLEARANCE


The horizontal distance between the outer edge of the handrail and walls, adjacent
criss-cross escalators or other obstacles shall under no circumstances be less than 80 mm
and shall be maintained to a height of at least 2100mm above the steps, pallets or belt of
the escalator/passenger conveyor.

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.

Signature of Bidder Page 241 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 241


8.2 STEP CHAIN BREAKING
The entire tracking system shall be so designed that in the unlikely event of a step
chain breaking, there shall be no likelihood of the steps lifting out of place.

8.3 MACHINERY SPACE


The upper section of the truss shall contain the drive machine and shall be fitted
with a trap door. In cases where several drive machines are placed along the length of an
escalator, suitable means of access to the drive machines shall be provided.

LUBRICATION
9.1 LUBRICATION
Effective means for lubricating the bearings and moving parts as required shall be
provided with easy access.

9.2 OIL PAN


Oil tight drip pans shall be provided for the entire length of the escalator to contain
any waste and lubricants within the truss. Where necessary, the oil tight drip pans shall be
removable to give access to both the machinery space and the return station for
maintenance.

DRIVING MACHINERY
10.1 INDEPENDENT DRIVING MACHINE
Each escalator shall be driven by at least one machine of its own.

10.2 REDUCTION GEAR


The driving machine shall incorporate a reduction gear system employing worm
gear, planetary gear or other proven gear types.
(1) Worm gear system
The driving machine shall incorporate a worm reduction gear with a vertical flange-
mounted motor or other proven design. It may be connected by chain or other proven

Signature of Bidder Page 242 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 242


means to the main drive shaft of the escalator. The worm shaft and worm wheel shall
be housed in a substantial cast iron housing which shall also hold the lubricant.
(2) Planetary gear system
The motor, planetary gears and brakes shall be fully enclosed and form a unique,
compact no-chain unit. Motor and bearings shall have life-time lubrication.

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.

11.2 AUXILIARY BRAKE

Signature of Bidder Page 243 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 243


Escalators and inclined passenger conveyors shall be equipped with auxiliary
brake(s) acting immediately on the non-friction part of the driving system for the steps,
pallets or the belt (one single chain is not considered to be a non-friction part), if
(a) The coupling of the operational brake and the driving wheels of the steps, pallets or the
belt is not accomplished by shafts, gear wheels, and multiplex chains, two or more single
chains.
(b) The operation brake is not an electro-mechanical brake.
(c) They are ―Public Service Escalators‖ as defined in the Code of Practice on the Design
and Construction of Lifts and Escalators.

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.

11.4 STOPPING DISTANCES:


The stopping distances for unloaded and loaded passenger conveyors shall be
between the following values:-
Rated Speed Stopping distance between
0.50 m/s min. 0.20 m and max. 1.00 m
0.65 m/s min. 0.30 m and max. 1.30 m
0.75 m/s min. 0.35 m and max. 1.50 m
0.90 m/s min. 0.40 m and max. 1.70 m

For escalators/passenger conveyors with intermediate speeds the stopping


distances are to be interpolated.
The stopping distances shall be measured from the time the electric stopping device is
actuated.

Signature of Bidder Page 244 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 244


FOOTLIGHTS AND STEP LIGHTS UNDER LANDINGS
12.1 FOOTLIGHT
Footlights shall be provided on either side of the interior of the skirting at both upper
and lower landings and energy efficient LED luminaires shall be used. The intensity of
illumination shall be not less than 150 lux for indoor; or shall be not less than 150 lux for
outdoor escalators or passenger conveyors at the landings, measured at floor level.

12.2 STEP LIGHTS UNDER LANDINGS


Energy efficient LED luminaires shall be provided underneath landings to illuminate
the clearance between steps, steps and skirting, steps and comb, at the horizontal steps
portion of the escalator. The color of these lights shall be green.

12.3 REPLACEMENT OF LIGHTING FIXTURES


Facility shall be incorporated for the easy replacement of lamp.

SUPPORT BEAMS

13.1 CONCRETE SUPPORT


Concrete supporting beams will be provided by the Building Contractor at both
landings and the intermediate support if required by escalators with a large vertical rise.

13.2 MOUNTING FACILITIES


All other supports and mounting facilities, e.g. R.S.J. beams, mounting brackets,
bearing plates, etc. required for the installation of the escalator shall be provided by the
Contractor.

SAFETY DEVICES
14.1 SAFETY DEVICE

Signature of Bidder Page 245 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 245


(1) Emergency stopping devices
Emergency stop devices shall be placed in conspicuous and easily accessible
positions at or near to landings of the escalator. For escalators with rise above 12 m, and
for passenger conveyors with a length of the tread way of more than 40m, additional
emergency stopping devices shall be installed.
(2) Broken step chain device
The broken chain safety device shall be incorporated as part of the tension carriage,
and they shall operate if the bottom sprocket moves unduly in either direction in the event
of either both step chains breaking or becoming unduly lengthened due to wear of the
pins, or tension in either chain dropping below a pre-determined value.
(3) Broken drive chain device
A device shall operate for breakage of the chain between the driving
machine and the escalator main drive shaft. Auxiliary brake if provided shall also operate.
(4) Broken step device
If any part of the step is sagging so that meshing of the combs is no longer ensured,
switching off shall be operated at a sufficient distance before the comb intersection line to
ensure that the step which has sagged does not reach the comb intersection line. The
control device can be applied at any point of the step.
(5) Broken handrail device
Broken handrail devices shall be situated inside both balustrades at the lower end of
the incline, which shall be actuated if either or both handrails break.
(6) Non-reverse device
A non-reversing device shall be arranged to prevent a travelling escalator to slow
unduly or attempts to reverse its direction of travel. The escalator shall be stopped once the
device is operated and it shall only be started again by the key operated switch.

14.2 OPERATION OF THE 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.

Signature of Bidder Page 246 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 246


CONTROL

15.1 CONTROL STATION


(1) Position

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.

(2) Type of switch

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.

15.2 AUTOMATIC OPERATION


Escalators which start automatically by the passing of a user shall start to move
before the person walking reaches the comb intersection line. This can, for instance, be
accomplished by light-rays or contact mat.
The escalator shall be stopped automatically after a sufficient time (at least the
anticipated passenger transfer time plus 10 seconds) the passenger has actuated the
automatic starting device.

CONTROLLER
16.1 CONTENT

Signature of Bidder Page 247 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 247


The controller shall be a self-contained unit containing all the necessary
electromagnetic switchgears including a residual current circuit breaker, local control push
buttons, D.C. power supply, etc.

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.

16.3 METAL CABINET


The controller shall be fitted inside a dust proof 1.2 mm thick stainless steel cabinet.

MAINTENANCE FACILITIES AND NOTICES


17.1 MACHINERY SPACE LIGHTING

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.

17.2 SWITCHED SOCKET OUTLET

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.

17.3 EMERGENCY STOP SWITCH IN MACHINERY SPACES


A stop switch for the machinery shall be provided in each machinery space where
means of access to the space is provided.
The stop switch shall:-
(1) Be of a manually opened and closed type;
(2) Be conspicuously and permanently marked "STOP".
EXCEPTION: A stop switch needs not be provided in a machinery space if the main switch
is located therein and close to the machinery.

17.4 NOTICE ON THE ACCESS DOOR


Signature of Bidder Page 248 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 248


On each access door to the machinery space in upper and lower landing a notice of
durable materials with the inscription of message.

17.5 MARKING OF ESCALATOR

At least at one landing, the name of the manufacturer & the manufacturer's serial
number shall be indicated, visible from outside.

17.6 NOTICE FOR AUTOMATIC START

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.

17.7 NOTICES NEAR ENTRANCES OF ESCALATOR


Whenever possible, these notices shall be given in the form of pictographs. The minimum
size of the pictographs shall be 80 x 80 mm.
ALARM BUZZER/BELL
18.1 ALARM BUZZER / BELL PROVIDED BY THE CONTRACTOR
An alarm buzzer / bell shall be supplied and installed in the machinery space which
shall be sounded when any emergency safety device operates.

REQUIREMENTS FOR WEATHER-PROOF ESCALATORS


19.1 PROTECTION AGAINST WEATHER

The escalator(s) will be protected by a canopy or other similar structure


constructed by the Building Contractor.

19.2 PROTECTION AGAINST CORROSION


Signature of Bidder Page 249 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 249


(1) Truss and metal work of escalator
The entire truss and metal work of the escalator other than moving parts shall be
hot-dipped galvanized or adequately protected against corrosion by Normal paint coating
system.

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.

These parts shall be constructed of corrosion resistant materials such as stainless


steel or heavily electroplated with corrosion resistant materials such as nickel or chromium.
These moving parts shall be adequately lubricated all the time by automatic oilers as
specified and suitably protected from water entering into the escalator interior.
All ball or roller bearings such as those installed on the step driving chain, driving
mechanism shall be of the sealed type.

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.

Signature of Bidder Page 250 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 250


19.4 DRIVING MACHINE

The driving motor shall have a degree of protection of at least IP 55. Watertight
cover shall be provided on all bearings.

19.5 ELECTRICAL WIRINGS AND ACCESSORIES


All exposed wiring terminals, junction boxes, switches, etc. shall have a degree of
protection of at least IP 65.
19.6 DRAINAGE
The Contractor shall provide effective drainage facilities for the escalator. A
permanent drain point will be provided by the Building Contractor at the bottom of the
escalator pit.
An additional drain point at the upper pit of an escalator shall be provided by the
Contractor if found practicable so that water can be collected and directed to the nearest
drain pit provided by others. An alarm giving a warning of flooding at the lowest escalator
pit coupled with a timer to stop the escalator after a preset time shall be provided by the
Contractor.

Maintenance requirements:

Defects Liability Period (DLP):


Preventive maintenance & corrective maintenance of the Escalators shall be
done and carried out by the Contractor during defect liability period (DLP) for
a period of 2 years from the date of taking over, including operations from
6.00AM to 10.00 PM including Sunday & holidays.
Comprehensive Maintenance Services (CMS) – Five years:
Comprehensive maintenance services of the Escalators 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.

Signature of Bidder Page 251 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 251


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.

The reliability, availability and maintainability of equipment/ components shall be


judged on the basis of Call out Ratio (COR) i.e. engineer visits to the site for
unscheduled maintenance of an Escalator. During the AMC period also the
contractor should endeavor that the COR does not exceed 2.5 per Escalator per
year.

Penalty shall be calculated as under:

Nature of defects: Deduction will be made as under:


If escalator is kept out of
Penalty of INR 10,000 per hour shall be
(i) service for more than 3
imposed for each such case
hrs and up to 6 hrs
If escalator is kept out of
Penalty of INR 60,000 per day shall be
(ii) service for more than 6
imposed for each such case
hrs.
Penalty of INR 20,000 (Rs. Twenty
If the visit of engineer for
Thousand Only) shall be imposed for each
non-scheduled
such visit. The penalty shall be applicable
(iii) maintenance exceeds
during DLP and AMC period also (if separate
2.5 per Escalator per
contract will be awarded for AMC after
year
completion of 2 years DLP)

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

TENDER DOCUMENTS-TERMS AND CONDITIONS 252


b. Supply and fixing necessary bolts, nuts, washers etc. required for
execution of work.
c. Errection arrangement as required.
d. Providing protection like cover barricading etc. During storing and
execution to protect the Escalator 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 Escalator
including scaffolding etc.

TESTING AND COMMISSIONING


20.1 ADJUSTMENTS, PERFORMANCE TESTS AND COMMISSIONING

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.

20.2 LABOUR AND MATERIALS

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

Signature of Bidder Page 253 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 253


The tests and examination undertaken by the Registered Lift/Escalator Engineer
shall include those specified in the Code of Practice on the Design and Construction of Lifts
and Escalators, the Code of Practice for Lift Works and Escalator Works and those
recommended by the lift/ escalator/ passenger conveyor manufacturer. The relevant
forms/certificates as required by the Lifts and Escalators (Safety) Ordinance shall be signed
and submitted by the Registered Lift/Escalator Engineer to the Employer on completion of
the escalator.

Test and examination certificates as required, Testing and Commissioning


Procedure for Lift, Escalator and Passenger Conveyor Installation shall be submitted
together with the relevant statutory forms upon completion of the installation.
Tests which purely demonstrate the performance characteristics of the Escalator
shall be performed in the presence of the Employer or his/her Representative at the
acceptance of the installation.
MAINTENANCE DURING DLP & CMS:
The Contractor shall, in addition to his obligations under the General Conditions of
Contract, furnish maintenance free of charge for the entire installation for the whole
Maintenance Period following the certified date of completion of the Contract. The extent of
work required to be carried out is as follows:-
Planned maintenance
(1) To be responsible for any repairs necessary to maintain the installation in good and
safe working order at all times.
(2) To dispatch competent workers once weekly during normal working hours to
maintain each Escalator in accordance with Maintenance Schedule for Escalator.
(3) To supply all lubricants, cleaning materials, rope preservatives etc.
(4) Replace all burnt out lamp with correct rating.
(5) To provide, repair or replace at no additional cost to the Employer such mechanical
and electrical parts of the installation necessary for the safe and normal operation of the
installation.
Emergency maintenance
(1) To provide a 'call-out' service during and outside normal working hours to carry out
emergency maintenance by competent workers.
Statutory examination and testing

Signature of Bidder Page 254 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 254


(1) To carry out the periodic examination and periodic testing of the safety of equipment
as stated in the Lifts and Escalators (Safety) Ordinance and to provide such copies of the
test certificates, duly signed by a Registered Lift/Escalator Engineer till Comprehensive
Maintenance Services.

(2) Provided always that any renewals or repairs necessitated by reason of


negligence or misuse of the equipment by others or by reason of any other cause beyond
the Contractor's control with the exception of normal wear and tear, these works shall be
carried out by the Contractor, if so required by the Employer, at an additional cost to be
negotiated by both parties.
(3) All works under this maintenance provision shall be performed by the
Contractor‘s directly employed competent workers under the supervision of the Contractor.
Testing of Installation after Completion:
On successful completion of the installation / testing shall be carried out to the full
satisfaction of Employer. The tests shall be accordance with the relevant BIS/CPWD or any
other relevant specifications. Necessary instruments for tests shall be arranged by the
contractor during the test at his own cost.
The Responsibilities of Contractor.
During the defects liability period, the Contractor shall also be responsible for (incidental to
work and no separate payment shall be made to Contractor for these):
(i) Carrying out day to day maintenance and cleaning of the Escalator as per the
Maintenance Schedule submitted.
(ii) Deputing trained supervisory staff to carry out the scheduled maintenance and
operation of Escalator. The Supervisory staff will visit the site daily, inspect the
escalators twice a day & shall be responsible for keeping regular coordination
for maintenance/repair of escalator.
(iii) Maintaining proper conditions of operating control installed inside and outside for
convenient and safe operation of Escalator.
(iv)Replacing the worn outparts of the Escalator with genuine spare parts as
necessitated and observed during routine inspection or otherwise.
(v) Keeping Employer informed in a prescribed and agreed format at all the time
regarding maintenance etc. carried out on the Escalator.
(iv) Providing all spares and consumable during the defects liability period.
(vii) Response time of maximum 4 hours shall be maintained for

Signature of Bidder Page 255 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 255


emergency services/repairs throughout the year.
Escalator Signages: Contractor shall provide necessary signages and user
instructions on each Escalator. The cost of these shall be deemed to be covered in
the scope of work and quoted rate.
Keeping in view, the required time for ordering, manufacture, inspection, delivery
&installation of Escalator within the overall contract period, Contractor shall take
action for ordering the Escalator at the earliest after issue of letter of acceptance.
However, before ordering the Escalator, Contractor shall submit the relevant
details/make/model of Escalator 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 Escalator of make/model approved by
Employer shall be used in the works.
Only the Escalator approved by Employer shall be procured/installed for the work.
Traffic Diversion: 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 Turn Key Lump Sum Contract. The Traffic
Diversion shall include but not be limited to the following.
 Prepare Traffic Diversion Plan for different Phases of Construction and got
approved 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, and 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.
 Provide required Sub Grade and Surface Treatments for the Diversion
Roads based on IRC Standards before Traffic Diversion and maintain for the

Signature of Bidder Page 256 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 256


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 Bituminous Concrete
irrespective of other Treatments provided earlier during Pre-Construction
and Construction Period of the Work.
 It is the responsibility of the Contractor to work out the actual Traffic
Diversion Schedule in concurrence with the Requirements of the Concerned
Department and execute the same during different phases of Construction.
 Pedestrian Facilities shall be provided for Diverted Roads and the Plan for
Pedestrian Facilities shall be got approved from the concerned Police
Department by the Contractor.

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.

(c) Check and inspect the handrail to ensure


adequate tightness and proper functioning.
Clean the inside surface of the handrail.

(d) Check and inspect the control box.


(e) Check and record the braking efficiency. Bi-weekly
Signature of Bidder Page 257 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 257


Schedule
Description of Job Frequency
No.
3 (a) Check and inspect the main drive system. Monthly
(b) Check and lubricate the step/pallets rollers.
(c) Check and inspect the handrail to ensure
adequate tightness and proper functioning. Monthly
Clean the inside surface of the handrail.
4 (a) Remove all steps/pallets and clean the rail. Bi-yearly
(a) Check for correct operation of the current
5 overload and safety switches and non-reversal Bi-yearly
switches.
6 (a) Replace all the lubricating oil. 2-yearly

Signature of Bidder Page 258 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 258


Section XI

PRICE BID

BILL OF QUANTITIES

Signature of Bidder Page 259 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 259


PRICE BID

PREAMBLE TO BILL OF QUANTITIES

The following preambles shall be read in conjunction with the Bill of Quantities.

The rates / prices quoted in the Bill of Quantities shall include:

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.

4 All samples of materials shall be submitted well before commencement of the


particular item of work and got the same approved from the Chennai Metro Rail
Limited. Approved samples shall be retained and made available in the site office as
a when required.

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.

7 The portion of bridge component wherein dismantling is being taken up shall be


covered with gunny kantan / and the like and area shall be protected with barricade
and necessary boards to be displayed without any extra cost to the Chennai Metro
Rail Limited. This shall be as per local byelaws / IS stipulation.

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.

Signature of Bidder Page 260 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 260


9 The rates quoted in the items shall include for work at all heights and locations,
unless otherwise mentioned.

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.

14 The price/rates to be quoted only in Schedule-A below.

15 The price/rates shall NOT be quoted in Schedule-B.

Signature of Bidder Page 261 of 261

TENDER DOCUMENTS-TERMS AND CONDITIONS 261


PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Part A -Civil
Earth work in excavation by mechanical means (Hydraulic excavator) / manual
means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm
1 on plan), including dressing of sides and ramming of bottoms, lift upto 1.5 m, Cum 435.36 166.40
including getting out the excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m. DSR No.2.8 (DSR-16, Central Public Work
Department)
Excess of soil is Carrried by Mechanical transport upto 5km SoR DSR Code
2 Cum 126.10 112.79
No.2242 (DSR-16, Central Public Work Department)
Providing and laying in position ready mixed plain cement concrete, mix 1:4:8
with cement content as per approved design mix and manufactured in fully
automatic batching plant and transported to site of work in transit mixer for all
leads, having continuous agitated mixer, manufactured as per mix design of
specified grade for plain cement concrete work, including pumping of R.M.C.
from transit mixer to site of laying and curing, excluding the cost of centering,
3 Cum 43.12 6190.70
shuttering and finishing, including cost of curing, admixtures in recommended
proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve
workability without impairing strength and durability as per direction of the
Engineer - in - charge. DSR No.4.20.1 (DSR-16, Central Public Work
Department)

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)

Signature of the Bidder


PRICE SCHEDULE-A 262
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Providing and laying in position ready mixed M-25 grade concrete for reinforced
cement concrete work, using cement content in concrete shall not be less than
400 kg/ cum for RCC work as per approved design mix, manufactured in fully
automatic batching plant and transported to site of work in transit mixer for all
leads, having continuous agitated mixer, manufactured as per mix design of
specified grade for reinforced cement concrete work, including pumping of
R.M.C. from transit mixer to site of laying , excluding the cost of centering,
6 shuttering and reinforcement, including cost of admixtures in recommended Cum 133.68 7517.20
proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve
workability without impairing strength and durability as per direction of the
Engineer - in - charge. Cement content considered in this item is @ 330 kg/cum
All works upto plinth level. DSR No.5.37.1 (DSR-16, Central 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)

Signature of the Bidder


PRICE SCHEDULE-A 263
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Stainless Steel Handrail 900mm high 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 building all flooor
12 staircases) with necessary bends, flanges and base plates. Rate is inclusive of all M 242.22 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 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)

Signature of the Bidder


PRICE SCHEDULE-A 264
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
"Providing corrugated G.S. sheet roofing including vertical / curved surface fixed
with polymer coated J or L hooks, bolts and nuts 8 mm 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
15 overlapping of sheets complete (up to any pitch in horizontal/ vertical or curved Sqm 330.70 423.70
surfaces), excluding the cost of purlins, rafters and trusses and including cutting
to size and shape wherever required.(1.00 mm thick with zinc coating not less
than 275 gm/m²)"

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)

Part B - LIFT & ESCALATORS


Supply, Installation, Testing and Commissioning of Passenger Escalators for
20 6.25 Meters height with the width and other dimensions as shown in the Nos 4.00 3275000.00
drawing (SLIMLINE - COMMERCIAL ESCALATOR)
Supply, Installation, Testing and Commissioning of 13 people capacity elevators
21 for 6.00 Meters height with the width and other dimensions as shown in the Nos 2.00 1675000.00
drawing
Part C - ROAD / PAVEMENT WORKS

Signature of the Bidder


PRICE SCHEDULE-A 265
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Taking out existing kerb stones of all types from footpath/ central verge,
including removal of mortar etc., including disposal of unserviceable material to
22 the dumping ground, and stacking of serviceable material within 50 metre lead M 250.00 16.05
as per direction of Engineerin- Charge. DSR No.- 16.82 (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)

Signature of the Bidder


PRICE SCHEDULE-A 266
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Supplying and filling in with Good Earth for formation of traffic island, median
strips, footpath etc., including watering and consolidation by hand roller etc.,
28 Cum 318.13 60.40
complete SR NO 279 (SoR-14-15, Coporation of Chennai Buildings Department

Planting permanent hedges including digging of trenches, 60 cm wide and 45 cm


deep, refilling the excavated earth mixed with farmyard manure, supplied at the
29 rate of 4.65 cum per 100 metres and supplying and planting hedge plants at 30 M 100.00 74.00
cm apart complete as per specifications.(market rate)

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)

Signature of the Bidder


PRICE SCHEDULE-A 267
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Manufacturing, supplying and fixing retro reflective sign boards made up of 2
mm thick aluminium sheet, face to be fully covered with high intensity
encapsulated type heat activated retro reflective sheeting conforming to type -
IV of ASTM-D 4956-01 in blue and silver white or other colour combination
including subject matter, message (bi-lingual), symbols and borders etc. as per
IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be
activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-
01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to
back support frame of M.S. angle iron of size 25x25x3 mm along with theft
resistant measures, mounted and fixed with 2 Nos. M.S. angles of size 35x35x5
mm to a vertical post made up to M.S. Tee section ISMT 50x50x6 mm welded
with base plate of size 100x100x5 mm at the bottom end and including making
holes in pipes, angles flats, providing & fixing M.S. message plate of required
32 size, steel work to be painted with two or more coats of synthetic enamel paint of Each 8.00 4912.35
required shade and of approved brand & manufacture over priming coat of zinc
chromate yellow primer (vertical MS-Tee support to be painted in black and
white colours).Backside of aluminium sheet to be painted with two or more coats
of epoxy paint over and including appropriate priming coat including all leads
and lifts etc. complete as per drawing , specification and direction of
Engineer—in-charge. DSR No.-16.59.1 (DSR-16, Central Public Work
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)

Signature of the Bidder


PRICE SCHEDULE-A 268
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Earth work in excavation by mechanical means (Hydraulic excavator) / manual
means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm
34 on plan), including dressing of sides and ramming of bottoms, lift upto 1.5 m, Cum 35.10 166.40
including getting out the excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m. DSR No.2.8 & 2.12 (DSR-16, Central Public
Work Department)
Providing and laying in position ready mixed plain cement concrete, with cement
content as per approved design mix and manufactured in fully automatic
batching plant and transported to site of work in transit mixer for all leads,
having continuous agitated mixer, manufactured as per mix design of specified
grade for plain cement concrete work, including pumping of R.M.C. from transit
35 mixer to site of laying and curing, excluding the cost of centering, shuttering and Cum 2.70 6190.70
including cost of curing, admixtures in recommended proportions as per IS :
9103 to accelerate/ retard setting of concrete, improve workability without
impairing strength and durability as per direction of the Engineer - in - charge.
DSR No.4.20.1 (DSR-16, Central Public Work Department)

KSRRB M800-22.Reinforced Cement Concrete Crash Barrier Provision of an


Reinforced cement concrete crash barrier at the edges of the road, approaches to
bridge structures and medians, constructed with M-20 grade concrete with
HYSD reinforcement conforming to IRC:21 and dowel bars 25 mm dia, 450 mm
long at expansion joints filled with pre-moulded asphalt filler board, keyed to the
36 structure on which it is built and installed as per design given in the enclosure Rmtr 10.00 3330.00
to MOST circular No. RW 1 NH - 33022/1/94-00 III dated 24 June 1994 as per
dimensions in the approved drawing and at locations directed by the Engineer,
all as specified complete as per specifications. MORTH Specification No. B09

Part D - MEP WORKS

Signature of the Bidder


PRICE SCHEDULE-A 269
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Supply, Installation, Testing and Commissioning of LT Panel, Floor mounting
type, Top/Bottom entry-'Enclosure: Compartmentalized Single front CRCA-
'Doors: 2mm Body: 2mm Gland: 3mm covers and partitions: 1.6mm-'IP class:
IP65 weather proof enclosure for outdoor-'Bus bars: Electrolytic grade
conductivity as per BIS 5082-'Bus bar Material: As per SLD-'Bus bar supports:
DMC/FRP/SMC-Bus bar joints: Shrouded/Tinned -Protection releases: As per
SLD (with Adjustable over current & short circuit unless otherwise specified)-
Ics=Icu for all breakers-Utilization category: All MCCB shall be Cat: A Type,and
Ratings of MCCB Provided shall be as per below mentioned MCCB Ratings.
37 Each 1 14660.00
Louvers : Busbar chamber shall have louvers with fine mesh inside-Shade:
Epoxy powder coated RAL 7032-'Design: Modular type-Cable entry: As per site
condition-Bus bar insulation: Aluminum bus bars shall be bare with color coding
/Copper shall be bare with color coding/For Humidified areas the copper bus bars
shall be coated with tin. -Note: 1. The Panel shall be complies to the requirement
of Electrical Inspectorate/ EB authorities, 2. All MCCB Cubicle shall have LED
'ON / OFF / TRIP' indications without fail., 3. CTs shall be with dual ratio and
cast resin type only. 4. All doors to have double rubber gasket with shutter
assembly & door seating frame. 5. FRLS /PVC copper wires/cables shall be used
inside the panel.,
Providing 6. CPRI
and fixing test report
following ratingshall
and be submitted
breaking for the
capacity similar
and KAMCCB
4 pole
with thermomagnetic release and terminal spreaders in above panel board
38 including drilling holes in cubicle panel, making connections, etc. as required., Each 1 13133.00
250 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
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.

Signature of the Bidder


PRICE SCHEDULE-A 270
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Providing andFixing of 400 A, 4 Pole Aluminium Busbars providing nd fixing in
Sheet Steel Enclosure in the above panel, with suitable insulators and supports
in BusBar Cubicle and in Interconnected in MCCB and terminated to Cable
42 Alley with necessary Control wiring and CT's and PT's, and Metering and Contol M 1 23400.00
Cubicle as required.

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.

Supply, Installation, testing and commissioning of Sub Lighting Distribution


Boatd MS Vermin Proof Made of 2 mm Thickness MS Sheet duly painted for
Out-door Use. 'IP class: IP65 weather proof enclosure suitable for outdoor use.
IN COMING 100 Amps TPN M.C.CB -- 1NO,; Out Going DP 6A to 32 A
AmpsMCB--12 Nos. Surface/ recess mounting, vertical type, 415 V, TPN MCB
distribution board of sheet steel, dust protected, duly powder painted, inclusive
46 of 200 A, tinned copper bus bar, common neutral link, earth bar, din bar for Each 1 1118.00
mounting MCBs (but without MCBs and incomer) as required. (Note : Vertical
type MCB TPDB is normally used where 3 phase outlets are required.).

4 pole MCCB,100A,30kA, Incoming 63 Amps MCCB, 63 Amps , G Frame:


Fixed Thermal & Fixed Magnetic setting | Ics = 75% of Icu, 4 P, 415 V ,
47 upto 100 A. Each 1 500.00

6 A to 32 A ratings, SP MCB, “C” curve, 10 kA breaking capacity MCB ,


upto 32 A.
48 Each 12 720.00

Signature of the Bidder


PRICE SCHEDULE-A 271
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Supplying, Laying , Inter Connecting and Terminating of LT UG cable having
aluminium conductor PVC insulated, sheathed, galvanised, steel wire/steel tap
armoured cable with PVC outer sheathing 1.1 KV class.(68/4) - Class 'A’ PVC
Cable 3.5 core 50 sqmm ---- With all Lead & Lifts etc., complete. as per the
detailed specifications and the Directions of Engineer In charge of the work,
49 Power Cables, Solid Aluminum Conductor Up To 10 Sqmm Balance Stranded M 275 412.00
Conductor, XLPE Insulated, Cores Laid Up, PVC Innersheathed, Armoured ,
Core - 3.5, 120 sqmm , A2XFY, 1100V Grade As Per IS 7098(Part 1) 1988

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, Laying , Inter Connecting and Terminating of LT UG cable having


aluminium conductor PVC insulated, sheathed, galvanised, steel wire/steel tap
armoured cable with PVC outer sheathing 1.1 KV class.(68/4) - Class `A’ PVC
51 Cable 3.5 core 70sqmm, , A2XFY, 1100V Grade As Per IS 7098(Part 1) 1988 ---- M 120 189.00
With all Lead & Lifts etc., complete. as per the detailed specifications and the
Directions of Engineer In charge of the work

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, Laying , Inter Connecting and Terminating of LT UG cable having


aluminium conductor PVC insulated, sheathed, galvanised, steel wire/steel tap
armoured cable with PVC outer sheathing 1.1 KV class.(68/4) - Class `A’ PVC
53 Cable 4 core 35sqmm, A2XFY, 1100V Grade As Per IS 7098(Part 1) 1988 ---- 250 325.00
With all Lead & Lifts etc., complete. as per the detailed specifications and the
Directions of Engineer In charge of the work

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.

Signature of the Bidder


PRICE SCHEDULE-A 272
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Supplying, Laying , Inter Connecting and Terminating of LT UG cable having
aluminium conductor PVC insulated, sheathed, galvanised, steel wire/steel tap
armoured cable with PVC outer sheathing 1.1 KV class.(68/4) - Class `A’ PVC
55 Cable 4 core 10 sqmm, A2XFY, 1100V Grade As Per IS 7098(Part 1) 1988 ---- M 100 4327.00
With all Lead & Lifts etc., complete. as per the detailed specifications and the
Directions of Engineer In charge of the work

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.

Supply, installation, testing & commisioning of Flush/Recess mounted luminaire


with housing made of CRCA sheet steel powder coated complete with electronic
ballast and Acrylic diffuser, 4 Feet Fittings, 40 Watts with LED lamp and all
57 other accessories etc. Luminaire to be suitable for outdoor use only, meeting Nos 92 23.00
'IP class: IP65 (weather proof enclosure for outdoor installation), (Cat Ref No
Magnum 40 of Havells make or Equivalent).

Supply, installation, testing & commisioning of 80 watts LED Street Lighting


luminaire with housing made of CRCA sheet steel powder coated complete with
electronic ballast and Acrylic diffuser, with LED lamp and all other accessories
58 Nos 4 1500.00
etc. Luminaire to be suitable for outdoor use only, meeting 'IP class: IP65
(weather proof enclosure for outdoor installation).

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

60 6A sockets(Material & Labour) with all necessary accessories. Nos 6 9500.00


Supply & Laying of 2Rx2.5sqmm+1Rx 1.5sqmm cu cable through 19mm pvc
61 M 200 4000.00
conduit(Material & Labour)
Earthing with G.I. earth pipe 4.5 meter long, 40 mm dia including accessories,
and providing masonry enclosure with cover plate having locking arrangement
62 Set 6 2000.00
and watering pipe etc. with charcoal/ coke and salt as required.

Signature of the Bidder


PRICE SCHEDULE-A 273
PRICE BID
Schedule - A
MEMORANDUM SHOWING THE ITEMS OF THE WORK TO BE EXECUTED
Description of Work Rates to be quoted by the Contractor Both
Item Estimated
Unit Rate Amount
no. Quantity
In Figures In words
Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including
accessories, and providing masonry enclosure with cover plate having locking
63 Set 2
arrangement and watering pipe of 2.7 meter long etc. with charcoal/ coke and
salt as required.
Supplying and laying 25 mm X 5 mm copper strip at 0.50 meter below ground as
strip earth electrode, including connection/ terminating with nut, bolt, spring,
64 washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of Mtr 50
brass nut bolt & spring washer spaced at 50 mm.

Supplying and laying 25 mm X 5 mm G.I strip at 0.50 meter below ground as


strip earth electrode, including connection/ terminating with G.I. nut, bolt,
65 spring, washer etc. as required. (Jointing shall be done by overlapping and with Mtr 150
2 sets of G.I. nut bolt & spring washer spaced at 50 mm.

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

67 Supplying & Fixing CCTV Camera Nos 6


Supplying & laying of CCTV Coaxial cable(2 Coils)-1coil=80Mtrs)(complete with
68 M 200
G.I Saddles & Spacers at 0.3 mtr)
69 Supplying & Fixing of CCTV DVR(Digital Video Recorder)Box Nos 1
70 4U Rack with lock accessories Nos 1
71 Supply & Fixing of Fire Extinguishers-ABC Type Nos 10
71 Total excluding taxes
72 GST (Goods & services Tax)
73 Grand Total including GST (In words)
74 Grand Total including GST (In Figures)
Note:
1. The evaluation of bid will be undertaken based on the prices quoted in Schedule A (BoQ items only)
2. Bidders are NOT TO QUOTE for utility shifting in Schedule -B.
3 The approximate cost of works indicated in the NIT, Sl. No.2, is inclusive of utility shifting charges.

Signature of the Bidder


PRICE SCHEDULE-A 274
PRICE BID
SCHEDULE-B
MEMORANDUM SHOWING THE LIST OF UTILITY ITEMS OF THE WORK TO BE EXECUTED
Item Estimated Rates to be quoted by the Approximate Amount
Description of Work Unit Rate Contractor
no. Quantity (INR)
a) Utilities identification, preparation of utility plans, Diversion of utilities, Relocation
of Services and Tree Transplantation Works, Service Lines such as Water Supply,
Underground Drainage, Electrical, Telephone, Optical Fibre Cables, etc. those are
incidental and obstructing, are to be permanently diverted in an acceptable manner to
the Concerned Service Departments so that not to hinder the Services of the Lines.(The
utility drawing is enclosed in VOLUME- 3 TENDER DRAWING as "Utility Plan at Alandur
Metro Station vide drawing No. IS-1423-HIG-UTY-001-Revision-R7).
2,00,00,000/-
(PLEASE REFER
b) Removal and Relocation of Existing Bus Shelters, Traffic Signages and Signals, NA Not to be quoted (PLEASE REFER NOTES
NOTES BELOW)
1 Hoardings, Advertisement Boards and Appurtenant Structures, within the Battery Limit, if BELOW)
any, to the Location within or beyond the Battery Limit as approved by the Employer.
The payments for these works will be made as per rates of concerned departments,
DSR-2016, CPWD and as per actuals, subject to producing documentary evidence of
work completion.

BREAKUP FOR UTILITY SHIFTING WORKS AS MENTIONED ABOVE


(THESE AMOUNTS ARE ONLY INDICATIVE)
2 Approximate BREAK UP of COSTS FOR UTILTIY SHIFTING OF THE WORKS LISTED UNDER 1(a) of SCHEDULE-B
(i). Utility shifting (as per latest SoR of CMWSSB) (Refer Note) NA Not to be quoted INR 99,,60,000/-
(ii) Utility Shifting (as per latest SoR of BSNL) (Refer Note) NA Not to be quoted INR 40,00,570/-
(iii) Utility Shifting (as per latest SoR of TNEB) (Refer Note) NA Not to be quoted INR 50,00,000/-
3 APPROXIMATE BREAK UP of COSTS OF ITEMS MENTIONED IN 1(b) OF SCHEDULE-B:
(i) Removal/Relocation of existing bus shelters, as per DSR,2016, CPWD. (Refer Note) NA Not to be quoted INR 11,00,000/-
Notes:
1. The evaluation of bid will be undertaken based on the prices quoted in Schedule A (BoQ items only)
2. Bidders need "NOT QUOTE" their rates for above works in Schedule-'B'.
3. The approximate cost of works indicated in the NIT, Sl. No.2, is inclusive of utility shifting charges of approximately INR 2,00,000,00 Cr, for shifting of various utilities, under 1(a) & (b) of
Schedule - B.
4. Payments will be made as per rates of CMWSSB, BSNL, TNEB, and other departments and as per actuals, subject to producing documentary evidence of work completion.
5. The above amounts are indicative only and are payable only if they are executed, after prior approval from CMRL.
6. The total amount as per schedule-B and its breakup is likely to vary to any extent ( 0 to 100%) as per requirement during execution. The contractor shall not have any claim for any positive or
negative variation in Schedule-B.
7.Payments for any miscellaneous items not considered in Schedule-A and Schedule-B will be paid as per clause 38.3 of tender document.

PRICE SCHEDULE-B 275


CHENNAI METRO RAIL LIMITED
CHENNAI-600107
NIT No. CMRL/CON/SAL-FOB-RT-02/2017
SUMMARY SHEET for Bid Prices
Sl.No. Particulars Amount in figures (INR) Amount in words(INR) Remarks

Schedule A-BoQ items


1 To be quoted by the bidder
(Sl. No. 1 to 71)

NOT to be quoted by the


2 Schedule B 2,00,00,000/- Two Crores only
bidder

Goods & Service Tax @


3 (i) In percent..…..% To be quoted by the bidder
(ii) In amount

Total tender price


4 To be quoted by the bidder
including GST

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.

SUMMARY SHEET 276


TENDER DRAWINGS 277
TENDER DRAWINGS 278
TENDER DRAWINGS 279
TENDER DRAWINGS 280
TENDER DRAWINGS 281
TENDER DRAWINGS 282
TENDER DRAWINGS 283
TENDER DRAWINGS 284
TENDER DRAWINGS 285
TENDER DRAWINGS 286
TENDER DRAWINGS 287
TENDER DRAWINGS 288
TENDER DRAWINGS 289
TENDER DRAWINGS 290
TENDER DRAWINGS 291
TENDER DRAWINGS 292
TENDER DRAWINGS 293
TENDER DRAWINGS 294
TENDER DRAWINGS 295
TENDER DRAWINGS 296
TENDER DRAWINGS 297
TENDER DRAWINGS 298
TENDER DRAWINGS 299
TENDER DRAWINGS 300
TENDER DRAWINGS 301
TENDER DRAWINGS 302
TENDER DRAWINGS 303
TENDER DRAWINGS 304
TENDER DRAWINGS 305
TENDER DRAWINGS 306
TENDER DRAWINGS 307
TENDER DRAWINGS 308
TENDER DRAWINGS 309
TENDER DRAWINGS 310
TENDER DRAWINGS 311
TENDER DRAWINGS 312
TENDER DRAWINGS 313
TENDER DRAWINGS 314
TENDER DRAWINGS 315
TENDER DRAWINGS 316
TENDER DRAWINGS 317
TENDER DRAWINGS 318
TENDER DRAWINGS 319
I N D I C A T I V E O N L Y

TENDER DRAWINGS 320

You might also like