Ac02 nit

22
General Consultants For Chennai Metro Rail Project, Phase - I NOTICE INVITING TENDER CHENNAI METRO RAIL LIMITED METRO RAIL PROJECT PHASE I DESIGN AND CONSTRUCTION OF ELEVATED VIADUCT From CH: 15738 m to 20900 m on Corridor-2 (including viaducts at Ashok Nagar - KK Nagar and SIDCO stations but excluding 600m of viaducts at Alandur Station) for a length of 4562m. CONTRACT NO: ECV02-02 TENDER DOCUMENTS VOLUME 1-A NOTICE INVITING TENDER

Transcript of Ac02 nit

Page 1: Ac02 nit

General Consultants For Chennai Metro Rail Project,

Phase - I

NOTICE INVITING

TENDER

CHENNAI METRO RAIL LIMITED

METRO RAIL PROJECT – PHASE – I

DESIGN AND CONSTRUCTION

OF

ELEVATED VIADUCT

From CH: 15738 m to 20900 m on Corridor-2 (including viaducts

at Ashok Nagar - KK Nagar and SIDCO stations but excluding

600m of viaducts at Alandur Station) for a length of 4562m.

CONTRACT NO: ECV02-02

TENDER DOCUMENTS

VOLUME 1-A

NOTICE INVITING TENDER

Page 2: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

1

CONTENTS

CLAUSE DESCRIPTION PAGE

1. NOTICE INVITING TENDER

1.1 GENERAL 2

2. SCOPE OF WORK

2.0 GENERAL 8

2.1 WORK CONTENTS 8

2.2 INTERFACE WORK 11

2.3 STRUCTURES 15

2.4 DESIGN CRITERIA 15

2.5 ASSOCIATED WORKS 17

2.6 CONSTRUCTION DEPOT 17

2.7 TIME SCHEDULE 17

2.8 TRAFFIC MANAGEMENT 18

2.9 SCOPE OF WORK UNDER BOQ ITEMS 18

2.10 UTILITIES 19

2.11 THE TENDER PRICE 20

3. SITE INFORMATION

3.1 WORK SITE 21

3.2 GENERAL CLIMATIC CONDITIONS 21

3.3 SEISMIC ZONE 21

Page 3: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

2

1. NOTICE INVITING TENDER

1.1 GENERAL

1.1.1 Name of Work:

Chennai Metro Rail Limited (CMRL) invites sealed tenders under two packet system for (Contract

No:ECV02-02) Design and Construction of Elevated Viaduct From CH:15738 m to 20900 m on

Corridor-2 (including viaducts at Ashok Nagar - KK Nagar and SIDCO stations but excluding 600m

of viaducts at Alandur station) for a length of 4562 m.

The detailed Scope of the work is provided in clause 2.0 and the Site information in Clause

3.0.

1. Tender Security amount (Earnest Money Deposit)

Rs. 153.00 Lakhs (Rupees One Hundred and Fifty Three Lakhs only)

2. Cost of Tender form (Non-refundable)

Rs. 20,800/- (Rs. Twenty thousand Eight Hundred Only) (including TN VAT @ 4%)

3. Completion period of the Work 24 months

4. Tender Document on sale 26-08-2009

5. Last date for seeking clarification 10-09-2009

6. Pre-bid meeting 15-09-2009

7. Last date for issue of addendum 24-09-2009

8. Last date of issuing tender form 16-10-2009

9. Date & time of Submission of Tender 22-10-2009 at 11.00 Hrs

10. Date & time of opening of Tender 22-10-2009 at 11.30 Hrs

11. Authority and place for purchase of tender documents, seeking clarifications and submission of completed tender documents

Officer on Special Duty , Chennai Metro Rail Limited , 11/6, Seethammal Road, Alwarpet, Chennai-600018 Phone: 044- 24310171 Fax: 044- 24312320

Page 4: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

3

1.1.2 Key details: TENDER NOTICE NO: …………...………….. ECV02-02…26-08-2009

One set of tender documents (Non-transferable) can be obtained from the office of Officer on

Special Duty, Chennai Metro Rail Limited, 11/6 Seethammal Road, Alwarpet, Chennai-600018.

Tender Documents can also be downloaded from the websites:

www.tenders.tn.gov.in and www.chennaimetrorail.gov.in

Instruction to the Tenderers regarding Tender forms downloaded from Internet:

1. Tender file can be downloaded from the internet and printout is to be taken on A4 or

appropriate size papers and details are to be entered by the tenderers at various locations in

the document. It is advisable that the down loaded tender documents are printed through

laser printer only. Submission of Xerox or photocopy of tender document is prohibited.

2. Tenderer/s are free to download tender document at their own risk, for the purpose of perusal

as well as for using the same as tender documents for submitting the offers. Master copy of

the tender document is available in the CMRL office. After award of works, an agreement will

be prepared based on the master copy of tender documents available in the CMRL office. In

case of any discrepancy between the tender document downloaded from the internet and the

master copy, the latter shall prevail and will be binding on the tenderer/s. No claim on this

account will be entertained.

3. The following declaration should be given by the tenderers while submitting the tender.

Declaration

I/We have downloaded the tender forms from the Internet site www.tenders.tn.gov.in /

www.chennaimetrorail.gov.in and I/we have not tampered / modified the tender forms in any

manner. In case, if the same is found to be tampered/ modified, I/we understand that my/our tender

will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to

be banned from doing business with CMRL and/or prosecuted.

1.1.3 ELIGIBLE APPLICANTS

i. For the purpose of this tender an Applicant can be an individual firm or a Group (in form of a

Joint Venture or Consortium). In the case of a JV or Consortium, all members of the Group

shall be jointly and severally liable for the performance of the whole contract.

ii. A non-Indian firm is permitted to apply only in a consortium arrangement or Joint Venture

with their wholly owned Indian subsidiary registered in India under Companies Act – 1956

or any other Indian firm having minimum participation interest of 26%.

iii. Applicants shall not have a conflict of interest. All Applicants found to have a conflict of interest in this tender process shall be disqualified. Applicants shall be considered to have a conflict of interest, if:

(a) One firm applies for tender both as an individual firm and in a Group.

Page 5: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

4

(b) If Applicants in two different applications have controlling shareholders in common.

(c) Submit more than one application in this tender process.

(d) If the Applicant has participated as a consultant in the preparation of the design or

technical specifications of the works that are the subject of this tender.

iv. A firm, who has purchased the tender document in their name, can submit the tender either

as an individual firm or joint venture.

v. Applicant must not have been blacklisted or de-registered by any government agencies or

public sector undertaking during the last 10-years. Also the applicant must not have failed to

take possession or to commence any contract after the award of contract.

1.1.3.1 Works envisaged under this contract are required to be completed in all respects within the period of completion mentioned above.

Minimum Eligibility Criteria:

Only agencies satisfying the following minimum eligibility criteria should submit the tender documents.

1.1.3.2 Work Experience during last five years ending 30.06.2009

i. The applicant should have completed works as under:

(a) At least one work of viaduct / bridge / flyover, with segmental construction technology of

value Rs. 129 Crores (One Hundred and Twenty Nine Crores) or more.

OR

(b) Two different works, as defined in Para (a) above, each of value Rs 80 Crore (Eighty

Crores) or more.

OR

(c) Three different work , out of which two works as defined in Para (a) above, each of

value Rs. 65 Crores (Sixty Five Crores) or more.

ii. For the minimum Eligibility Criteria, value of successfully completed portion of any

ongoing work will also be considered.

iii. In case of Joint Venture/Consortium, the works done either by the same joint venture or

total of any one work in case of i. (a) or two works in case of i. (b)or three works in case

of i.(c) by either member of the joint venture formed for this project shall be considered

for this criteria. The work of each member, if done in Joint Venture will be taken as per

the percentage participation.

The documentary proof such as Completion Certificates from Clients and concerned

Consultant for such work should be submitted clearly indicating the Final completion cost

and overall completion period of the work. The offers submitted without these

documentary proofs shall not be evaluated.

Page 6: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

5

iv. Details of each works in reference to the clause i. above shall be furnished in the

proforma attached in ANNEXURE-1 of ITT of tender documents

1.1.3.3 Financial Standing: As per Annexure F1 of ITT

The applicant should have minimum financial capabilities as below:

(a) Working Capital (Net Cash Flow) of applicants during latest last audited year should

be Rs. 12 Crore

(b) Profit before Tax should be positive in at least 3 years of the last 5 years.

(c) Net worth of applicants during latest last audited year should be Rs. 16 Crore.

(d) The average annual turn over of last three financial years should be Rs. 65 Crore.

1.1.3.4 Bid Capacity

Tenderers are required to furnish data for execution of works as specified in Form T - VI of

ITT. The bid capacity for tenders shall be worked out as per annexure F2 of ITT. The

applicants will be qualified only, if their available bid capacity is more than the approximate

cost of the work.

1.1.3.5 Design Experience during last five years ending 30.06.2009

1. The Applicants shall submit past experience of the Designer and the Independent

Checking Engineer to be appointed as specified in Clause 15.2 of the Condition of

Contract Part II

2. The minimum criteria for both the Designer and the Independent Checking Engineer are

the followings:

Successful experience in the detailed design of at least four railway viaduct projects

in urban developed areas by segmental construction method within the last 10

years ending 30/06/09; and

At least two out of these four projects were completed within the last 5 years ending

30/06/2009.

3. The Applicants may propose in house design teams, if they meet the minimum criteria, to

take up the role of either the Designer or the Independent Checking Engineer but not

both. The design teams shall be responsible to the top management direct.

1.1.3.6 Safety Performance

The Accident Frequency Rate (AFR) of the Applicants, as defined in Tender Form T-IX in

the Instruction to Tenderers, shall not exceed 0.5 within the last 5 years ending 30/06/2009.

1.1.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria

stipulated above, shall not be considered for further evaluation and therefore will be

rejected. The mere fact that the tenderer is qualified as mentioned in eligibility criteria shall

Page 7: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

6

not imply that his bid shall automatically be accepted. The same should contain all technical

details as required for the consideration of tender

1.1.5 The Tender documents consist of:

Volume 1

Notice Inviting Tender (NIT)

Instructions to Tenderers (ITT)

Conditions of Contract Part II – Conditions of Particular Application

Volume 2

Geo –Technical Report

Volume 3

Bill of Quantities (BOQ)

Volume 4

Tender Drawing

Volume 5

Technical Specifications

1.1.6 The Conditions of Contract shall consist of:

FIDIC Conditions of Contract for Design – Build and Turnkey Part I – General Conditions,

as modified and supplemented by;

FIDIC Conditions of Contract for Design – Build and Turnkey Part II – Conditions of

Particular Application

1.1.7 The contract shall be governed by the documents listed in Para 1.1.5 and 1.1.6 above.

Technical Specifications shall include Structural Specification, DMRC‟s Design Review

Report (April 2009), and as modified by DMRC vide letter No.

DMRC/Corp/20/Design/001/99/Vol X dated 20.05.2009 and enclosed in DMRC‟s Design

Basis Report, TNPWD specifications, MoRT&H specifications for Roads and Bridges and

along with concerned utility departments specifications (TNEB, CMWSSB).

1.1.8 All Tenderers shall make themselves available for the standard documents published by

other organizations including FIDIC Conditions of Contract for Design – Build and Turnkey

Part I – General Conditions, TNPWD specifications, MoRT&H specifications for Roads and

Bridges and along with concerned utility departments specifications (TNEB, CMWSSB).

Page 8: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

7

1.1.9 All Tenderers are hereby cautioned that tenders containing any material deviation or

reservations as described in Clause 24.0 of “Instructions to Tenderers” and/or minor

deviation without quoting the cost of withdrawal shall be considered as non-responsive and

shall be liable to be rejected.

1.1.10 Late tenders (received after date and time of submission of bid) shall not be accepted

under any circumstances

1.1.11 Applicant should not have been blacklisted or deregistered by any govt. agencies or public

sector undertaking during last 10 years. Also the applicant must not have failed to take

possession or to commence any contract after the award of contract.

1.1.12 Prices are inclusive of all taxes, duties, cess, insurance etc. except TN VAT, which shall be

reimbursed separately by CMRL on actual basis on production of documentary evidence of

the payment of same including tax invoice subject to ceiling equivalent to total liability of TN

VAT as indicated by tenderer in his Financial offer, subject to a maximum value indicated by

the tenderer in the bill of quantities provided it does not vitiate the tenderers interce position

between L1 and L2

1.1.13 Tenders shall be valid for a period of 120 days from the date of submission of Tenders and

shall be accompanied with a tender security of the requisite amount as per form B in the

form of a Bank Guarantee from Scheduled Commercial Bank in India.

The tenderer may note that another tender Contract No: ECV12-03 has also been invited

along with this tender. The tenderers may tender either for one contract or for both

contracts. Tenderers may give combined discounts for the both the packages. Tender will

be awarded based on the total least cost to the employer including both the contracts. The

tenderers may note that they should have the cumulative capacity of the various

qualification criteria to become eligible for both the Contracts.

CMRL reserves the right to accept or reject any or all proposals without assigning any

reasons. No tenderer shall have any cause of action or claim against the CMRL for rejection

of his proposal.

Page 9: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

8

2. SCOPE OF WORK

2.0 GENERAL

The contract is for the Design and Construction of Elevated Viaduct Form CH: 15738 m to

20900 m on Corridor-2 (including viaducts at Ashok Nagar – K.K Nagar and SIDCO stations

but excluding 600m of viaducts at Alandur station) for a length of 4562 m.

2.1 WORK CONTENT

2.1.1 BRIEF SCOPE

Civil works to be undertaken in this contract consists of construction of viaduct of length

about 4562 m

The design scope consists of the completion of the design, for both permanent temporary

works, including the production of all drawings, specifications and reports necessary, of the

viaduct and ancillary works to meet the Employer‟s Requirements. The Contractor‟s designs

shall be reviewed and approved by the Employer‟s Representative prior to the

commencement of construction of relevant works. The Employer‟s Representative

review/approval, and any other action by the Employer‟s Representative, in no way relieves

the Contractor of any obligation or responsibility under the Contract.

The scope of work includes the supply of all machineries, manpower, equipment and other

necessities required for the construction of all permanent and temporary works as per

Technical / Special Specifications, drawings and or as directed by Employer‟s

Representative. The scope of work shall inter – alia include the following:

2.1.2 VIADUCT

Detailed survey of the alignment for viaduct, fixing an optimized span configuration as per contractor‟s design subject to the following obligatory requirements.

i. As shown on the drawings and listed in the BOQ there are lengths of viaduct with non typical pier supports and non standard spans .

ii. The external dimensions of the viaduct segments and piers shall follow the principles shown in the drawings included in the Employer‟s Requirements. The objective is to achieve a common external appearance for all the viaducts constructed as part of the Chennai Metro Rail.

The detailed design shall be for all components of the viaduct and ancillary works including the requirements for foundation, sub-structure, super structure, bearing system and shear keys (seismic device) etc. and obtaining approval from the Employer‟s Representative, inclusive of incorporation of all modifications, alteration, changes etc. that may be required to be carried out as directed.

The viaduct and ancillary works construction include the following components:

(i) Pile foundation with hydraulic rotary piling rigs or other suitable systems or any other types of foundations suitable for particular site locations.

(ii) Pile cap including levelling course

(iii) Viaduct piers including drainage down pipes and traffic protection measures.

(iv) Bearings on standard spans including bearing pedestals, seismic devices as per specifications.

(v) Parapets and railing as per concept plan.

(vi) Cable ducts as per concept plan.

(vii) Crash Barrier as per concept drawing No.CMRL-DESIGN-DWG

(viii) Inserts for track plinth (Track plinth is not in the scope of this work).

(ix) Expansion joint as per concept plan as per specification.

(x) Man holes with manhole covers on the deck applicable (in case of a proposal of a box girder).

Page 10: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

9

(xi) Earthing arrangement, drainage system, inserts for OHE/signaling masts in the parapets and other systems as may be required (Drawing No. CMRL-DESIGN-DWG

(xii) Arrangements for ground water recharging

(xiii) Span arrangement shall be designed by the Tenderer / Contractor as required at site and reviewed and approved by the Employer‟s Representative. It is envisaged that spans with the configuration of 19, 21,25,28,31 m would be used but special / longer spans may need to be adopted in some situations to avoid utility diversion / obstruction.

(xiv) Cross beams at piers which will support stations structures including but not limited to platforms, other trackside structures and station roofs.

(xv) Reinstatement of existing roads, footpaths and other affected areas to as per existing conditions or better.

2.1.3 There is a possibility of some of the items not getting a mention in the above list of works in the Viaduct. Tenders /Contractors are requested to go through the Employer‟s Requirements in details, as the works mentioned above as well as indicated in the Employer‟s Requirements would be considered inclusive in the scope of work. The Employer‟s Reprsentative‟s decision shall be final in case of dispute.

2.1.4 Designer and Independent Checking Engineer (ICE) shall be engaged by the Contractor.

2.1.4.1

The Contractor has to appoint the Designer for the design of all works including viaduct, pile foundation, raft foundation, piers and columns, pier caps and bearings etc.

The Contractor shall also appoint an Independent Checking Engineer (ICE) to check and

certify the design of key aspects of the permanent and temporary works as required by

the Employer‟s Representative. The certificates endorsed by ICE are pre-requisite

documents for the Employer‟s Representative‟s Approvals of the relevant design, or,

consents to proceed with the relevant subsequent works, as appropriate.

The contractor should submit all the credentials of such design consultants to Employer‟s

Requirements well in advance of the time for commencing the design and only consented

design consultants should be engaged for the work.

All the detailed designs and drawings for construction purpose “Whether temporary or

permanent” shall be developed by the contractor through the consented Designer, and

where required the ICE, and submitted to the Employer‟s Representative for review. The

construction of any aspect of the works, temporary or permanent, cannot proceed until the

Employer‟s Representative has the reviewed and approved the design of the work. As

required by the Quality Assurance Requirements annexed to the Conditions of Contract

Part II, there are hold points at which the Employer‟s Representatives approval is required

before the Contractor can proceed to the next stage of the design or works.

The work is to be designed, constructed and maintained as per relevant Codes,

Specifications, Special Specifications, Tender drawings and/or as directed by the

Employer‟s Representative.

2.1.5 The work content against the lumpsum component of the work shall also include but not

limited to the following:

Page 11: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

10

a. Though Alignment plans (both vertical and horizontal) are provided by the

Employer to the Contractor, the contractor is required to decide the span

configuration based upon his proposal subject to obligatory requirements.

Utility identification at all the foundation locations will be done by the Contractor

before starting piling/excavation and in case utility(s) is encountered or

obligatory requirements of Local Authorities are to be met out, the Contractor

shall modify the span configuration at such locations to save the utility(s) or to

meet out the obligatory requirements within the accepted price.

b. Site clearance and dismantling of obstructions etc., before commencement of

work as specified or as directed;

c. True and proper setting out and layout of the Works, bench marks and provision

of all necessary labour, instruments and appliances in connection therewith as

specified or as directed;

d. Electrical & signalling structures themselves are excluded from the scope of the

work, but civil works required for fixing to the structures such as strengthening

of structures and providing inserts are included. These shall be finalized and

provided in co-ordination with the Electrical / signalling Contractor and the

Employer‟s Representative. The necessary coordination with system

contractors and the Employer‟s Representative shall form a part of the work.

e. A) Conducting load test on piles as per IS-2911- Part IV and on girders as per

IRC-SP-37.

B) In case of end bearing piles, pile should be socketed 1.5D in to hard rock or

3D if it is soft rock.

f. All aspects of quality assurance, including testing of materials and other

components of the work, as specified or as directed;

g. The Contractor has to ensure cleanliness of the roads and footpaths by

deploying man power for the same. The Contractor shall have to ensure proper

brooming, cleaning and washing of roads and footpaths at regular interval or as

and when required or directed through out the entire stretch till the currency of

the contract including disposal of sweepage. Nothing extra shall be payable on

this account;

h. Day to day cleaning of worksite throughout the execution period.

i. Clearing of site and handing over of all the Works, as specified or as directed;

j. Maintenance of the completed Work during the period as specified;

k. Submission of completion (i.e. 'As-Built‟) drawings and other related documents

as specified;

l. To provide site office of about 120 m2 for GC and CMRL. Furnishing of the office

and running expenses shall be borne by GC/CMRL. The location of the site

office should be close to AC 01 and is to be agreed with the Employer‟s

Representative.

m. To provide Personnel Protective Equipment (PPE) to GC‟s staff and CMRL‟s

staff.

2.1.6 Any other item of work as may be required to be carried out for completing the

construction of elevated structure of specified length including all necessary interfaces

works with station and system-wide Contractors in all respects in accordance with the

provisions of the Contract and/or to ensure the structural stability and safety during and

after construction

Page 12: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

11

The value of the work shall be on lump sum basis for Schedule „A‟ and on item rate basis

for Schedule „B‟ as accepted in letter of acceptance subject to such additions thereto or

deductions there from as may be made under the provisions of the Contract.

2.2 INTERFACE WORKS

The Contractor will be required to interface with other Contractors undertaking works for the

Chennai Metro Rail including Station, Systems and Viaduct contractors. The Contractor

shall communicate directly with the relevant interfacing contracts to ensure designs and

construction programmes are compatible. An interface management committee shall be set

up to ensure smooth and timely communication between all parties. The Employers

Representative will be the chairperson for this committee.

The Contractor shall be required to carry out various miscellaneous works as per interfacing

requirements. The contractor shall carry out necessary co-ordinations with various system

contractors pertaining to lift, escalator, traction power supply, signaling, telecommunication,

AFC etc. for keeping provisions pertaining to cut outs, shafts, raceways, concealed

conduits, other conduits, fixtures, inserts clearances etc. all complete for the scope of work.

Earthing and lighting protection shall be provided wherever required

The track supporting structure will support ballast less track (long welded rail) which will be

laid later by a separate contractor. Arrangements required for provision of such ballastless

track will have to be incorporated in the deck, in consultation with the Employer‟s

Representative. Where the ballast less track concrete is to be laid the top of the deck slab,

as directed by the Employer‟s Representative, the contractor will make suitable

arrangements for proper keying up further concrete layers and/or casting blocks which will

form part of track work to be done by a separate contractor.

In the following subsections the Contractor for this Contract is referred to as the Civil

Contractor.

2.2.1 Interface with Station and Systemwide Contractors:

The scope of work includes the design and construction of pier foundations, piers, viaduct

ducts and cross beams supporting at piers station structures including but not limited to

platforms, other trackside structures and station roofs. This Contract ECV02-02 shall

include the design of the platforms but the platforms construction shall be undertaken by the

station contractor. The Contractor shall liaise with the station contractors on all matters of

design and construction interfaces.

Page 13: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

12

The Contractor shall estimate the loads on the viaduct structure that passes through the

station, for which the Contractor shall carryout design of the platform structures on the

viaduct structure that passes through the station, and these structures will be constructed

by the future station contractor. Loading thus estimated shall be used for the design of the

viaduct support structure to be constructed by the Contractor. Enabling works, if any, for

construction of platform shall be provided. The platform shall be constructed by precast

prestressed concrete beam and an in-situ slab.

The Contractor shall also be responsible for the design of the steel foot bridge over the

platform, wherever applicable. As indicated in the architectural layouts.

Link passage shall be designed under the viaduct for circulation of passengers as shown in

the architectural layouts. The link passage is intended to be supported by means of cross

beam in between the piers. The Contractor shall estimate the loads from these link

passages acting on the crossbeam. The link bridge will be constructed by the future station

contractor.

The design shall comply with the Design Basis Report. In addition, the following load shall

be considered by the Contractor for the design of the above mentioned structures:

1) Roof Structure

Dead load including roof cladding: 1.0kPa

Live Load: 0.75kPa

2) Over bridge, Platform and Link Passage

Live Load: 5kPa

3) Service Load for all the above structures

Service Load: 0.5kPa

Finishes shall be 150mm with concrete wherever not specified the architectural layouts.

Wind load to be applied on the structure shall conform IS 875-1987.

The design information, including all assumptions, design standards, detailed calculation,

structural framing plans, and design sketches shall be submitted to the Engineer for approval

prior to the submission of the design for the viaduct support structure. Such design

information submitted by the Contractor will be provided to the future station contractor for

their information

E & M construction works of station and viaducts are to be executed by Station and

Systemwide Contractors. The Civil Contractor shall ensure efficient Interface and

Coordination with Station and Systemwide Contractors concerning Load Provisions, Inserts,

Openings, Trunking, Electrical, Fire Fighting, and Hydraulics works etc. on site.

Such coordination responsibility of the Civil Contractor shall include the followings:

Page 14: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

13

i. To obtain from the Station and Systemwide Contractors information reasonably

required to meet the construction target dates.

ii. The Civil Contractor will be the coordinating entity and play the lead role in the

interface with Station and Systemwide Contractors.

iii. Station and Systemwide Contractors will make sure that he provides the updated valid

documents, for the reference of the Civil Contractor in time, where Station and

Systemwide Contractors requires the Civil Contractor to executive work as his

requirements. These documents will be the reference documents for the Interface

Management being carried out by the Civil Contactor.

iv. Where the execution of the Civil Contractor depends upon the Site management or

information to be given by the Station and Systemwide Contractors, the Station and

Systemwide Contractors shall provide correct and accurate information in time so as to

enable them to meet their respective programs.

v. It is to be ensured that all provisions for access and delivery of plant is coordinated with

and reflected in the Co-coordinated drawings for Delivery Routes. The Station and

Systemwide Contractors shall also ensure that all plants and equipments are delivered

at mutually agreed time to allow openings to be left in the structure for such delivery in

accordance with the Civil Contractor‟s Programme.

vi. Station and Systemwide Contractors will ensure that the production of Working

Drawings for Services to be provided in the base slab, other slabs, tunnels and

structures such as earth mats, electrodes, provision of conduiting, cable support

brackets, cable trays / cable ladders, cable routing, fixture mounting, DB mounting,

lighting protection, piping, fire fighting system and other works included in Station and

Systemwide tenders are carried out in time and review and approval obtained from the

Employer‟s Representative. Civil Contract shall obtain Copy of Drawings along with

schedule for execution of such works including information required for any

concreting/other works where electrical works is involved.

vii. The Civil Contractor shall conduct regular meetings with the Station and Systemwide

Contractors as necessary to clarify particular aspects of the interfacing requirements of

the works. He will also attend regular coordination meetings convened by the

Employer/ Employer‟s Representative for Interface.

viii. The Civil Contractor, shall in carrying out his coordination responsibilities, raise in good

time and provide sufficient information for the Employer‟s Representative to decide on

any disagreement with Station and Systemwide Contractors. If the contractor despite

having taken all reasonable efforts cannot resolve such disagreement, then the

decision of the Employer‟s Representative shall be final.

ix. The Station and Systemwide Contractors shall ensure that the presence of his qualified

and experienced engineer (Chief – Co - coordinator) during Civil construction of the

Page 15: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

14

viaduct to enable proper interface with Civil Contractor so as to ensure smooth

completion of works.

x. Access will be provided to the staff of the Station and Systemwide Contractors for

carrying out their works and bringing materials and equipments at the site. However,

the security of materials and equipments brought at the site will be responsibility of the

Station and Systemwide Contractors.

xi. Construction of Plant rooms, Ancillary building, Cable duct, sumps for seepage and

sewage, provision of slope in slabs as per drainage requirements, shall be the

responsibility of the Civil Contractor. Civil Contractor shall interface with Station and

Systemwide Contractors / other contractors regarding this.

xii. Civil Contractor shall interface with Station and Systemwide Contractors regarding

cutouts to be made in structures for routing E&M services. The Civil Contractor shall

provide these cutouts.

Stations within the present scope of works by the Contractors, i.e. Ashok Nagar - KK Nagar

& SIDCO will also be constructed within the time frame as the viaduct works. The

Contractor shall complete the viaduct works required for the access to the Station

Contractor as indicated in the ITT for the completion of the stations. The Contractor shall

complete the track support structures for the viaduct construction within the station areas.

The track support structures may have to support parts of the station facilities such as

platform and concourse for the Station contractors to construct the remaining station

structures.

2.2.2 Interface with Traction Power Supply Contractor

i. Civil Contractor shall construct appropriate passages/ trenches, ducts, cable shaft and

also keep provision of crossing of various cables in the viaduct structure.in interface with

Power Supply Contractor.

ii. Civil Contractor shall coordinate with Power Supply Contractor in order to maintain

specific Static and Dynamic clearances.

2.2.3 Interfaces with Viaduct Contractors

A. Contract AC01 for the Viaducts from chainage 9600 to 15738 is being constructed by

Soma Enterprises. Contract AC01 will include the pier at chainage 15738 which will also

provide support to the northernmost span of this Contract ECV02-02. The Civil

Contractor shall liaise with the AC01 Contractor to ensure that the design of this pier is

suitable for the viaduct as designed by ECV02-02 and that the programmes of the two

contracts are coordinated. The Civil Contractor shall review and certify the design of the

pier as being satisfactory prior to the construction commencing. Upon completion of the

Page 16: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

15

pier the Civil Contractor shall undertake a joint inspection of the pier with AC01

Contractor and the Employer‟s Representative and all parties shall certify that the piers

has been completed in accordance with the design drawings prior to commencing the

viaduct works on the pier.

The Civil Contractor shall take into account the AC01 presence on site when preparing

traffic management, delivery routes and other works planning.

B. Contract ECV12-03 for the Corridor 1 viaducts and for Corridor 2 viaducts (CH:19578 to

CH: 20178) will be under construction at the same time with this Contract. The Civil

Contractor shall construct the piers at CH:19578 & CH:20178 for the viaduct supports for

Contract ECV12-03. The Civil Contractor shall liaise with the ECV12-03 Contractor to

ensure that the design of this pier is suitable for the viaduct as designed by ECV02-02

and that the programmes of the two contracts are coordinated. The Civil Contractor shall

review and certify the design of the pier as being satisfactory prior to the construction

commencing. Upon completion of the pier the Civil Contractor shall undertake a joint

inspection of the pier with ECV12-03 Contractor and the Employer‟s Representative and

all parties shall certify that the piers has been completed in accordance with the design

drawings prior to commencing the viaduct works on the pier.

The Civil Contractor shall take into account the ECV12-03 presence on site when

preparing traffic management, delivery routes and other works planning.

2.3 Structures

The construction of structures will have to be planned in such a manner that they do not

obstruct or interfere with the existing roads/railways and other utilities. Where work is

required to be carried out at locations adjacent to such roads/railways, utilities, structures,

monuments etc. suitable safety and protection arrangements will have to be ensured after

taking necessary statutory approvals from the concerned agencies managing them for

which nothing extra will be payable. The Employer‟s Representative would need to be

informed of a list of such approvals to enable verification at any time during the works. It

should be ensured that no damage is caused to any such element and the Employer‟s

Representative/ Employer shall be indemnified against such damage at no extra cost.

2.4 Design criteria

Design criteria shall be as per DMRC‟s Design Basis Report for Viaduct (April 2009)

enclosed as Part II Structural Specification – Volume-5.

Page 17: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

16

Results of the sub surface investigations conducted at the project site are enclosed with the

tender document as volume - 2. The information about the soil and sub soil water conditions

is being made available to the Contractor in good faith and the Contractor is advised to

obtain results independently as may be considered necessary by him before quoting rates

in the tender, and during execution if required for design purpose.

No claims whatsoever on account of any discrepancy between the sub surface conditions

that may be actually encountered at the time of execution of work and those given in these

tender documents shall be admissible to the contractor under any circumstances

whatsoever.

2.4.1 Reference to the Standard Codes of Practice

2.4.1.1 All Standards, Technical Specifications and Codes of practice referred to shall be latest

editions including all applicable official amendments and revisions. The Contractor shall

make available at site all relevant Indian Standard Codes of practice and IRSC & TRC

Codes as applicable.

2.4.1.2 Wherever Indian Standards do not cover some particular aspects of design/

construction, relevant British / German Standards will be referred to. The Contractor shall

make available at site such standard codes of practice.

2.4.1.3 In case of discrepancy among Standard codes of practice, Technical Specifications and

provisions in sub clauses in this NIT, the order of precedence will be as below :

i) Provisions in NIT,

ii) Technical Specifications,

iii) MoRT&H Specification for Roads and Bridges,

iv) TNPWD, other TN Govt: Departments specifications,

v) Standard Codes of Practice.

In case of discrepancy among Standard Codes of Practice, the order of precedence will

be IRS, IRC, IS, BS, DIN

2.4.2 Dimensions

2.4.2.1 As regards errors, omissions and discrepancies in Specifications and Drawings, relevant

clause of Conditions of Contract Part II will apply.

2.4.2.2 The levels, measurements and other information concerning the existing site as shown on

the conceptual / layout drawings are believed to be correct, but the Contractor should

verify them for himself and also examine the nature of the ground as no claim or

allowance whatsoever will be entertained on account of any errors or omissions in the

levels or strata turning out different from what is shown on the drawings.

2.4.3 DMRC’s Good for Construction Drawings

A set of “DMRC‟s Good for Construction Drawings” is included in Tender Drawings for

Page 18: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

17

reference. The Contractor is not bound to follow these drawings except general outer

shape/ profile in order to be consistent with the adjacent elevated contract packages. If the

Contractor choose to follow the details of the “DMRC‟s Good for Construction Drawings”,

they must take up full design responsibility, check and verify all details on these drawings

to their satisfaction. These drawings, if adopted for construction, shall be endorsed by the

Designer and the Independent Checking Engineers before submission to the Employer‟s

Representative.

2.5 Associated Works

Works to be performed shall also include all general works preparatory to the construction

and works of any kind necessary for the due and satisfactory construction, completion and

maintenance of the works to the intent and meaning of the drawings adopted and

technical specifications, to best Engineering standards and orders that may be issued by

the Employer‟s Representative from time to time, compliance by the agency with all

Conditions of Contract, supply of all materials, apparatus, plants, equipment, tools, fuel,

water, strutting, timbering, transport, offices, stores, workshop, staff, labour and the

provision of proper and sufficient protective works, diversion, temporary fencing, lighting

and watching required for the safety of the public and protection of works on adjoining

land; first –aid equipment, sanitary accommodation for the staff and workmen, effecting

and maintenance of all insurances, the payment of all wages, salaries, fees, royalties,

duties or the other charges arising out of the erection of works and the regular clearance

of rubbish, clearing up, leaving the site perfect and tidy on completion.

2.6 CONSTRUCTION DEPOT

For casting yard, batching plant and other activities a plot of land of 260x65 m

(approximate) will be made available by the Employer. The Contractor has to remit a rent

equivalent to an amount of 1% of the “guideline value” of the property per annum, for the

period of occupancy of the site. In case, the land could not be given to the contractor, the

contractor has to make his own arrangements for the casting yard and other facilities

without any liability to the Employer. This land shall be made good for such offsite

activities as needed by the Contractor at no extra cost to the Employer. The land shall be

cleared from debris all structures made by the Contractor including, RCC footings and

rafts etc. before handing over back to the Employer and final bill shall be released to the

contractor after all structures from the construction depot are removed.

A Mechanical Type Washing Plant shall have to be installed by the Contractor for the

vehicles leaving the depot to avoid the spillage on the connection roads.

2.7

2.7.1

TIME SCHEDULE

The Tenderer shall submit with the tender “Time Schedule” for completion of various

portions of works. This schedule is to be within the overall completion period of 24

Page 19: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

18

2.7.2

months and the time for completion of each Section is stipulated in the Appendix to the

Form of Tender as annexed Form A in the Instructions to Tenderers. The detailed

programme in the form of a quantified bar chart or CPM network shall include all activities

starting from design to completion.

Site will be handed over to the Contractor in Phases as follows;

a) Within 15 days from date of issue of LOA: Between Chainage 16620 to 18800

(Except Between Chainage 17260 to 17400)

b) Within 3 months from date of issue of LOA: Between Chainage 15738 to 16620

c) Within 9 months from date of issue of LOA:

i) Between Chainage 18800 to 19580;

ii) Between Chainage 20180 to 20900; and

iii) Between Chainage 17260 to 17400

2.8 TRAFFIC MANAGEMENT

The Contractor shall make the detailed traffic diversion plans in consultation with Chennai

City Traffic Police. The work is to be executed with proper liaison with Chennai City Traffic

Police. Necessary assistance will be given by the Employer. The scheme should be such

that minimum of two lane of traffic on each direction of the road should be available for the

smooth flow of traffic. The Contractor should inspect the site. The Contractor shall also

strengthen the road where the diversions are planned by widening, repairing to the road

surface etc. Payment will be made under schedule-C.

2.9 SCOPE OF WORK UNDER BOQ ITEMS

2.9.1 Tree cutting and (or) transplantation along the alignment. Permission for cutting

/transplantation will be arranged by the Employer.

2.9.2 Demolition of RCC framed structures, brick masonry buildings including basements etc as

existing at site without making any damage to adjacent structures, utilities and taking away

all the debris and released materials etc.

2.9.3 Barricade with blinker, concrete barrier in front of the barricade in road areas, reflective

tapes and other necessary traffic signages should be provided wherever required as per

detailed plans & drawings. Temporary traffic diversion for smooth flow of traffic will be

provided during construction including necessary traffic signs, repairs to diverted

route/services lanes if required. Traffic marshals shall be deployed for the period of

diversion to guide the road users and to avoid traffic congestion. Restoration of diverted

route in original condition etc. shall be done by the Contractor .The Contractor shall be paid

under relevant items in the BOQ.

Page 20: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

19

2.9.4 The following works shall be carried out as per TNPWD Specifications:

(i) Roads works including new roads, strengthening / widening of existing roads, road

diversions including repairs and making up diversion works, new utility diversions,

dismantling of central verges, footpaths, railings, drains etc. and any other work;

(ii) Landscaping works around station such as earth filling , footpath, kerb stones ,

horticulture etc.; and

(iii) Any other work as per site requirement as instructed by the Employer‟s

Representative.

The Contractor shall be paid under relevant items in the BOQ.

2.9.5 The shifting of the utility(s) would be undertaken only in exceptional circumstances where in

the opinion of the Employer/ Employer‟s Representative no other option is available. The

utilities are to be diverted with proper liaisoning and approval of the utility owning agencies.

For the utilities which are not to be diverted proper supporting shall be done to prevent any

damage. The Contractor shall be paid for diverting the utilities under relevant utility

department‟s schedule of rates items. No payment shall however be made for supporting

and protecting the utilities during the course of the work.

2.10 UTILITIES

Utility identification at foundation locations will be done by the the Contractor and in case

utility(s) is encountered or an obligatory requirement has to be met, the Contractor shall

modify the span configuration at such location to save the utility (ies) or to meet obligatory

requirements within the accepted price. Shifting of utility (ies) would be done only in

exceptional cases where in the opinion of the Employer‟s Representative no other option is

available. The Contractor shall be paid for diverting the utilities under relevant schedule of

rates of the concerned utility department. No payment shall however be made for

supporting the utilities during the course of work.

The utilities are to be diverted with proper liaison and approval of the utility owning

agencies. For the utilities which are not be diverted but require supporting, the Contractor

shall ensure that proper support and protection is provided so that the utilities are not

damaged along the supported length nor along their branches. The precautions to be taken

while handling the utilities include those that are mentioned underneath;

(i) In the first instance utilities must not be damaged at any cost. If due to some

unforeseeable event damage occurs, it should be rectified immediately by the

Contractor at his own cost with records of the event provided.

(ii) Until rectification of any damaged trunk sewers, the Contractor shall arrange substitute

arrangement for pumping of sewer and its disposal as per directions of Metro Water. A

similar arrangement shall be arranged for other utility.

Page 21: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

20

(iii) The manholes of trunk sewers should not be covered under the foundation as this may

create hindrances to the annual de-silting/cleaning of sewer lines.

(iv) Sufficient distance shall be kept from the foundation outer edge to trunk sewers in view

of the further maintenance/safety of trunk sewers.

(v) The covers of manholes be saved from heavy machinery movement to avoid any

accident/slippage of malba in manholes etc into the trunk sewers which may cause

blockage of lines. In case of damage of manhole cover & frame the same shall be

replaced immediately by the Contractor at his own cost.

(vi) Manholes of the trunk sewers should be kept freely accessible for cleaning and

removal of blockages and malba should not be dumped over these manholes.

(vii) Branch sewer connections which are connected with the trunk sewers should also be

protected. If the branches are damaged, they should be restored immediately on

priority.

These are only indicative for one of the utilities to be protected. Similarly, necessary

precautions which are specified from time to time by the utility owning agencies shall also

be followed. The central verge/footpath furnishings which are to be dismantled are to be

handed over to the concerned department at their stores.

Contractor should make his own survey for identification of underground/above ground

utilities.

2.11 THE TENDER PRICE

The tender price as mentioned in Clause 10.0 of ITT shall include all the above listed items

in the scope of the work (Clause 2.1 to 2.10).

Page 22: Ac02 nit

Chennai Metro Rail Project-Phase-I-Contract No:ECV02-02(Notice Inviting Tender)

21

3. SITE INFORMATION

3.1 WORK SITE

3.1.1 The project site is located in the Chennai- Capital of Tamil Nadu. The location of the work

and the general site particulars are shown in the General Arrangements Drawings enclosed

in the tender documents.

3.1.2 The proposed Work falls on Chennai Central – Anna Nagar- St. Thomas Mount Corridor-2

of the Chennai Metro Rail Project- Phase-I

3.1.3 The Contractor shall plan his works keeping in view restriction of approach and availability

of space and time.

3.2 GENERAL CLIMATIC CONDITIONS

3.2.1 The area in which the work lies is plain terrain falling within latitudes 130

4‟ North and

longitudes 80015‟ East.

3.2.2 The recorded highest and lowest temperatures in the past 10 years are 44 degree Celsius

and 20 degree Celsius respectively.

3.2.3 Summer season is from March to June the north-east monsoon from October to mid-

December and the winter season is from December to February.

3.2.4 Mean average annual rainfall in the area over a five-year period is of the order of 1500 mm,

when about 75% of the annual rainfall occurs during October to December. The heaviest

rainfall recorded in a span of 24-hour is 191 mm.

3.3 SEISMIC ZONE

Chennai falls in Seismic Zone III.