Upload
dodieu
View
217
Download
4
Embed Size (px)
Citation preview
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 1
C H E N N A I M E T R O R A I L L I M I T E DC H E N N A I M E T R O R A I L P R O J E C T P H A S E - 1 E X T E N S I O N
A D D E N D U M - 1
T O B I D D I N G D O C U M E N T S
for
CONTRACT ECV-101CONSTRUCTION OF ELEVATED VIADUCT FROM CH. 2900.000 TO
CH. 6151.000m (3250m APPROXIMATE) FOR STANDARD GAUGE TWINTRACK METRO RAIL AND THREE ELEVATED STATIONS – TONDIARPET,TOLLGATE AND THANGAL, ARCHITECTURAL, PLUMBING, ROOFING,
SIGNAGE, INCLUDING DESIGN OF TEMPORARY WORKS(SCAFFOLDING, STAGING ETC.), TRAFFIC DIVERSION, UTILITY
SHIFTING AND ALL ASSOCIATED WORKS EXCLUDING PILES AND PILECAPS FROM CH. 3320.000 TO CH. 5308.435m
Employer: Chennai Metro Rail Limited
Country: India
Project: Chennai Metro Rail Project Phase 1 – Extension
Loan Agreement No.: ID-P258
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 2
Intentionally left Blank
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 3
GENERAL INFORMATION
CMRL Bank Account Details
Beneficiary name: M/s Chennai Metro Rail Limited
Bank: Corporation Bank, Ashok Nagar Branch, Chennai
Account no: 510341000054264
IFSC Code: CORP0000578
Loan agreement No. ID-P258
ADDENDUM TO PART–1: BIDDING PROCEDURES
S.No.
Clause of BidDocument
Original Clause Revised Clause
A Part 1A1. Bid Data Sheet The entire Bid Data Sheet shall
be replaced with the Bid DataSheet (Revised) given below
Bid Data Sheet (Revised)
A. General
ITB 1.1 The number and identification of this ICB is: CMRL/CON/ECV-101/2017. Forlots, refer Section III, EQC Clause 1.2.2
ITB 1.1 The Employer is: Chennai Metro Rail Limited
ITB 1.1 The name, identification and number of the contract comprising this ICB are:Chennai Metro Rail Project Phase 1 Extension ECV-101 Construction ofElevated Viaduct from Ch. 2900.000 to Ch. 6151.000m (3250m Approximate) forStandard Gauge Twin Track Metro Rail and Three Elevated Stations –Tondiarpet, Tollgate and Thangal, Architectural, Plumbing, Roofing, Signage,including Design of Temporary Works (Scaffolding, Staging etc.), TrafficDiversion, Utility Shifting and all Associated Works excluding Piles and PileCaps from Ch. 3320.000 to Ch. 5308.435m
Number of the lots/ contracts of this ICB: One
ITB 2.1 The Borrower is: Government of India
ITB 2.1 The number of the Loan Agreement is: ID-P258
The signed date of the Loan Agreement is: 31 March, 2017
ITB 2.1 The name of the Project is: Chennai Metro Rail Project Phase 1 – Extension,ECV-101
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are thosepublished in April 2012
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 4
ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s website:www.worldbank.org/debarr
ITB 4.5 This bidding is not subject to prequalification.
B. Bidding Documents
ITB 7.1 For clarification purposes only, the Employer’s address is:
Additional General Manager (Contract Management)
Chennai Metro Rail Limited
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu
Chennai 600 107, India
Telephone: +91-44-2379 2000, Extn. 22347
Facsimile number: +91-44-2379 2200
Electronic mail address: [email protected]
ITB 7.1 Responses to any request for clarification, if any, will be published on theEmployer’s web page: http://www.chennaimetrorail.org
ITB 7.4 A Pre-bid meeting will take place at the following date, time and place:
Date: 30 May, 2017
Time: 11:00 Hrs.
Conference Room, 1st Floor
Chennai Metro Rail Limited
Admin Building, CMRL Depot
Poonamallee High Road, Koyambedu
Chennai 600 107, India
A site visit will be organized by the employer if required.
ITB 8.2 Addenda, if any, will be published on the Employer’s web page.
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
ITB 11.1 The Bid shall comprise two envelopes submitted simultaneously, one called theTechnical Bid (Cover A) and the other the Price Bid (Cover B), both envelopesenclosed together in an outer single envelope.
Technical Bid (Cover A) consists of three envelopes, Envelope 1, 2 and 3
Envelope 1 shall comprise the following
a. Bid Security (in accordance with ITB 19)
b. Cost of tender in the form of demand draft for downloaded tenderdocuments.
c. Declaration on letter head that the tender document has not beentampered or modified.
Envelope 2 shall contain Documents pertaining to ‘Initial Filter’ in accordancewith Part 1, Section III. Refer Section IV for Bidding Forms
a. Letter of Technical Bid;
b. Acknowledgment of Compliance with the Guidelines forProcurement under Japanese ODA Loans (Form ACK), which shallbe signed and dated by the Bidder’s authorized representative;
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 5
c. Written confirmation authorizing the signatory of the Bid to committhe Bidder, in accordance with ITB 20.2 in conjunction with BDS;
d. Undertaking for Unsuccessful Projects
e. Declaration for not being engaged in any fraudulent or corruptpractice.
f. in the case of a Bid submitted by a JV, a copy of the JV agreement, orletter of intent, signed by all members, to enter into a JV including anagreement, indicating the parts of the Work to be executed by therespective members;
g. documentary evidence towards the bidders eligibility in accordancewith ITB 17
h. Details of proposed personnel- Forms PER 1 and PER 2
i. Details of proposed equipment - Form EQU
j. Bidder Information Form ELI-1, ELI-2 (Section IV)
k. Form CON.
l. Form FIN-1, FIN-2 including attached copies of Financial Statementsand audited balance sheets of last 5 years.
m. Form FIR- 1 and FIR-2
n. Form EXP-1, EXP-2 (a), EXP-2(b)
o. Declaration stating that there is no conflict of interest as per ITBClause 4.2
p. Details of Experience of the Contractor in projects of comparablenature and complexity in the last five years satisfying requirements inClause 2.4.2 of Section III, with performance certificate from theirrespective clients
q. Safety Performance Record including Annexure A;
r. Undertaking for not being Penalised in a Contract;
Envelope 3 (Technical Proposal) shall be in accordance with ITB Clause 16.1 andcomprise the following
a. Site Organization
b. Method Statement
c. Mobilization Schedule
d. Construction Schedule
e. Safety Plan
f. Proposed Personnel
g. Proposed Equipment
h. All Addenda/ Corrigenda/ Pre Bid Response
i. The bidders shall attest that they shall not sub-contract the depotworks as a whole
j. Copies of ISO 9001 quality assurance certificate of bidder or in caseof JV, each constituent member of the Joint Venture
Note 1: The Envelope 3 (Technical Bid) of the bidders will be opened only inrespect of such bidders who qualify in the Initial Filter
Note 2: Technical details of modus of operandi for Transporting and Launchingof precast U/ I Girders within the timeframe given shall be the main qualifyingcriteria with a pass or fail of Technical Proposal and those who pass this criteriawill only be considered for Financial Evaluation
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 6
Price Bid (Cover B)
The Price Bid shall comprise the following
Letter of Price Bid;
Completed Bill of Quantities, in accordance with ITB 12 and 14;
Payment Schedule
The above documents shall be enclosed within an envelope super-scribed asCover B Price Bid as per ITB Cl. 20.1
ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additionaldocuments: NIL
ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
NIL
ITB 11.4 The maximum number of members in a JV is limited to three.
ITB 14.7 Duties, taxes and other levies indicated below shall be reimbursed by theEmployer to the Contractor on production of proof of payment: GST/ TNVAT,Service Tax, Customs Duty and Excise Duty
ITB 15.1 The currency(ies) of the Bid shall be as described below:
The unit rates and prices shall be quoted by the Bidder in the Bill of Quantitiesseparately in the following currencies:
(i) for those inputs to the Works that the Bidder expects to supply from withinthe Employer’s country, and further referred to as “the local currency”:Indian Rupees
and
(ii) for those inputs to the Works that the Bidder expects to supply from outsidethe Employer’s country (referred to as “the foreign currency requirements”),in Japanese Yen or US Dollar or Euro.
ITB 18.1 The Bid validity period shall be 120 days.
ITB 18.3 (b) The fixed portion of the Bid Price shall be adjusted by the following factor:
1 (One)
ITB 19.1 The amount and currency of the Bid Security shall be either INR 3,97,34,750(Indian Rupees Three Crore Ninety Seven lakhs Thirty Four Thousand SevenHundred and Fifty Only or USD 620,855 (US Dollar Six Hundred and TwentyThousand Eight Hundred and Fifty Five Only)
ITB 19.2 (d) Other types of acceptable securities: None
ITB 20.1 In addition to the original of the Bid, the number of copies is: One copy. Inaddition, scanned copy of technical and price bid shall be submitted separately inCD/ DVD
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shallconsist of:
(a) Board resolution of each member of JV authorising the respective signatories
(b) Power of Attorney of each member of JV/ Consortium authorizing the
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 7
signatory of the bid to commit the Tender.
D. Submission and Opening of Bids
ITB 22.1 For Bid submission purposes only, the Employer’s address is:
Conference Room, 1st Floor, Chennai Metro Rail Limited
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu
Chennai 600 107
The deadline for Bid submission is:
Date: 25 July, 2017
Time: 14:00 HRS IST
ITB 25.1 The opening of the Technical Bid shall take place at:
Conference Room, 1st Floor, Chennai Metro Rail Limited
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu
Chennai 600 107
Date: 25 July, 2017
Time: 14:30 HRS IST
ITB 25.5 Cover A holding the Technical Bids shall be opened and out of the threeenvelopes in Cover A, only envelope 1 and 2 shall be opened at this stage. First,Envelope 1 shall be opened reading out:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the presence or absence of a Bid Security; and tender fees if applicable
Next, the envelope 2 (initial filter) shall be opened and shall be considered forevaluation.
ITB 25.6 The Employer shall prepare a record of the opening of Technical Bids that shallinclude, as a minimum: the name of the Bidder and whether there is a withdrawal,substitution, or modification; alternative proposals and the presence or absence ofa Bid Security. The Bidders’ representatives who are present shall be requested tosign the record. The omission of a Bidder’s signature on the record shall notinvalidate the contents and effect of the record. A copy of the record shall bedistributed to all Bidders. At the end of the evaluation of the initial filter, theenvelope 3 (Technical Proposal) of the bidders who have passed the initial filtershall be opened and considered for evaluation.
E. Evaluation, and Comparison of Bids
ITB 34.1 The currency that shall be used for Bid evaluation and comparison purposes toconvert all Bid Prices expressed in various currencies into a single currency is:Indian Rupee (INR)
The source of exchange rate shall be: Reserve Bank of India
The date for exchange rate shall be: 28 days prior to the date of submission of theBid (Selling Rate)
The Employer will convert the amounts in various currencies, corrected pursuantto ITB 33, (excluding Provisional Sums) to the single currency identified above atthe selling rates established for similar transactions by the authority specified andon the date stipulated above.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 8
S.No.
Clause of BidDocument
Original Clause Revised Clause
A2. Evaluation andQualification Criteria
Notes on Evaluation andQualification Criteria
This Section contains all thecriteria that the Employer shalluse to evaluate Bids and qualifyBidders. In accordance withITB 30 and ITB 36, no otherfactors, methods or criteria shallbe used. The Bidder shallprovide all the informationrequested in the forms includedin Section IV, Bidding Forms.
Replace the Notes with thefollowing
Notes on Evaluation andQualification Criteria
This Section contains all thecriteria that the Employer shalluse to evaluate Bids and qualifyBidders in accordance with ITB30 and ITB 36. No other factors,methods or criteria shall be used.The Bidder shall provide all theinformation requested in the formsincluded in Section IV, BiddingForms.
A3. Evaluation andQualification Criteria1.1.2 Personnel
For ECV-101 package, theBidder must demonstrate that ithas the personnel for the keypositions that meet thefollowing requirements
Replace the paragraph with thefollowing.
For ECV-101 package, theBidder must demonstrate that ithas the personnel employed bythem for the key positions thatmeet the followingrequirements
A4. Evaluation andQualification Criteria1.1.2 Personnel Design Manager
1 Nos. with Post GraduateDegree in StructuralEngineering with minimum 15years total experience and 10year experience in the role ofDesign Manager in theexecution of similar type ofworks
Replace with the following
Design Manager1 Nos. with Post GraduateDegree in StructuralEngineering with minimum 15years total experience and 10year experience in the role ofDesign Manager in theexecution of similar type ofworks. The design manager hasto be a permanent employee ofthe contractor. However, heneeds to be available wheneverrequired for the ECV-101project.
A5. Evaluation andQualification Criteria1.1.2 Personnel
Last paragraph
The total work experience ofthe personnel mentioned aboveis for engineering graduates. Incase of Diploma holders thetotal years of experience shownabove should be increased by 5
Replace with the following
The total work experience ofthe personnel mentioned aboveis for engineering graduates. Incase of Diploma holders thetotal number of years ofexperience shown above should
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 9
S.No.
Clause of BidDocument
Original Clause Revised Clause
years be increased by 5 yearsA6. Evaluation and
Qualification Criteria1.1.3 Equipment
Last paragraph
The Bidder shall provide furtherdetails of proposed items ofequipment using Form EQU inSection IV, Bidding Forms.Arrangement with RMC plantto provide concrete in the eventof breakdown of batching planthas to be furnished. Plant andmachinery shall not be olderthan five years.
Replace with the following
The Bidder shall provide furtherdetails of proposed items ofequipment using Form EQU inSection IV, Bidding Forms.Arrangement with RMC plantto provide concrete in the eventof breakdown of batching planthas to be furnished after awardof work. Plant and machineryshall not be older than fiveyears
A7. Evaluation andQualification Criteria2.2 HistoricalContract Non-Performance
Requirement
All pending litigation shall intotal not represent more thanFifty Percent (50%) of theBidder’s net worth and shall betreated as resolved against theBidder
Replace with the following
All pending litigation shall betreated as resolved against theBidder and in total shall notrepresent more than FiftyPercent (50%) of the Bidder’snet worth.
A8. Evaluation andQualification Criteria2.4 Experience
2.4.2 Specific ConstructionExperienceNotes to Bidder S. No. (ii)
(ii) Similar works shall meanexperience in category (a) or (b)or (c) mentioned in 2.4.2 (b).Summation of number of smallvalue contracts (less than thevalue specified underrequirement) to meet the overallrequirement will not beaccepted.
Replace completely2.4.2 Specific ConstructionExperience Notes to Bidder S.No. (ii) with the following
(ii) Similar works shall meanexperience in category (a) and(b) and (c) mentioned in 2.4.2(b). Summation of number ofsmall value contracts (less thanthe value specified underrequirement) to meet the overallrequirement will not beaccepted.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 10
S.No.
Clause of BidDocument
Original Clause Revised Clause
A9. Section IV BiddingForms
Replace the Table of Formswith the enclosed Table ofForms (Revised)
Table of Forms (Revised)
1. Letter of Technical Bid
2. Letter of Price Bid
3. Schedule of Adjustment Data
4. Bill of Quantities
5. Technical Proposal
a. Site Organizationb. Method Statementc. Mobilization Scheduled. Construction Schedulee. Safety Planf. Form PER -1: Proposed Personnelg. Form PER -2: Resume of Proposed Personnelh. Form EQU: Equipmenti. Bidders Qualificationj. Form ELI -1: Bidder Information Formk. Form ELI -2: Bidder's Party Information Forml. Form CON: Historical Contract Non-Performancem. Form FIN -1: Financial Situationn. Form FIN -2: Average Annual Construction Turnovero. Form FIR -1: Financial Resourcesp. Form FIR -2: Current Contract Commitmentsq. Form EXP -1: General Construction Experiencer. Form EXP -2(a): Specific Construction Experiences. Form EXP -2(b): Construction Experience in Key Activities
6. Form ACK Acknowledgement of Compliance with Guidelines for Procurement underJapanese ODA Loans
7. Form of Bid Security
8. Safety Performance Record
9. Undertaking for Unsuccessful Projects
10. Undertaking for not being Penalised in a Contract
11. Undertaking in case of sub-contracting
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 11
S.No.
Clause of BidDocument
Original Clause Revised Clause
A10. Section IV BiddingForms
Schedule of Adjustment DataTable A: Local Currency (INR)
Replace the Schedule ofAdjustment Data Table A:Local Currency (INR) with thefollowing
Schedule of Adjustment Data
Table A. Local Currency (INR)
(a) (b) (c) (d) (e) (f)
IndexCode
Indexdescription
Source of index(28 days prior todate of billing)
Base valueand date
Range ofWeightagespecified byEmployer
Bidder’sproposed
Weightage
– A. Fixed
28 days prior todate of bidsubmission
0.20 0.20
LabourBureau(Govt.ofIndia)
B. Labour
CPI Numbers forIndustrialWorkers forChennai
0.1 – 0.3
RBI
C. Cement
RBI-WPI-Manufacture ofCement, Limeand Plaster
0.05 – 0.25
D. Steel
RBI-WPI-
Mild Steel LongProducts
0.05 – 0.15
E. Fuel
RBI-WPI-
Fuel & Power 0.15 – 0.35
Total 1.00 1.00
Indian Bidder/ JV to fillColumn (f)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 12
RBI: Reserve Bank of IndiaCPI: Consumer Price IndexWPI: Wholesale Price Index
The Bidder shall fill in column (f) and specify a value within the ranges given by theEmployer in B (0.1–0.3), C (0.05–0.25), D (0.05–0.15) and E (0.15–0.35) of column (e), so thatthe total weightage equals 1.00. RBI 2011-12 WPI series shall be applicable for implementationafter release of updated indices by RBI
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 13
S.No.
Clause of BidDocument
Original Clause Revised Clause
A11. Section IV BiddingForms Schedule of Adjustment Data
Table B: Foreign Currency (FC)
Replace the Schedule ofAdjustment Data Table B:Foreign Currency (FC) with thefollowing
Schedule of Adjustment Data
Table B. Foreign Currency (FC)
(a) (b) (c) (d) (e) (f) (g)
IndexCode
Indexdescriptio
n
Source ofindex (28 daysprior to date
of billing)
Base value
and date
Bidder’sproposed
sourcecurrency
(USD/ Euro/Yen)
Range ofWeightagespecified byEmployer
Bidder’sproposed
Weightage
– A. Fixed
28 days priorto date of bidsubmission
0.20 0.20
LabourBureau(Govt. ofIndia)
B. Labour
CPI Numbersfor IndustrialWorkers forChennai
0.1 – 0.3
RBI
C. Cement
RBI-WPI-Manufacture ofCement, Limeand Plaster
0.05 – 0.25
D. SteelRBI-WPI-
Mild SteelLong Products
0.05 – 0.15
E. Fuel RBI-WPI-
Fuel & Power0.15 – 0.35
Total 1.00 1.00
Foreign Bidder/ JV to fill Column (e)and (g)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 14
Foreign currency payment will be converted into equivalent INR using the Reserve Bank of India(RBI) Exchange Rate (applicable 28 days prior to billing date) and then price escalation calculatedusing indices of Table B.
The Bidder shall indicate the type of currency and specify a value in column (g) within the rangesgiven by the Employer in B (0.1–0.3), C (0.05–0.25), D (0.05–0.15) and E (0.15–0.35) of column (f),so that the total weightage equals 1.00. RBI 2011-12 WPI series shall be applicable forimplementation after release of updated indices by RBI
S.No.
Clause of BidDocument
Original Clause Revised Clause
A12. Section IV BiddingForms
Bill of QuantitiesA. Preamble
Replace the entire section 1.1 to1.6 of the Preamble with thetext given below
A. Preamble
Objectives
The objectives of the Bill of Quantities are
(a) To provide sufficient information on the quantities of Works to be performed to enableBids to be prepared efficiently and accurately; and
(b) When a contract has been entered into, to provide a priced Bill of Quantities for use in theperiodic valuation of Works executed.
In order to attain these objectives, Works is itemized in the Bill of Quantities in sufficient detail todistinguish between the different classes of Works, or between Works of the same nature carried outin different locations or in other circumstances which may give rise to different considerations of cost.
Pricing Schedule
1.1 PreambleThe pricing of this contract will be governed by the conditions of the contract.
1. The quantities involved in the construction of this project are based on the design drawingsonly and the quantification of progress payments and variations executed will be based onsuch issued drawings only.
2. The Pricing Document shall be read in conjunction with instruction to bidders and all tenderdocuments, specifications, design and drawings and employers requirements as stated in Part-2 and Part-3 of tender documents.
3. This Contract, adjusted by the Price Variation Formula detailed in SP to GCC Sub. Clause13.8 of Part 3. The works are divided into Price Schedules each representing one or moregroups of inter-related works forming part of the works. The detailed scope of works is givenin Part-2 Employer’s Requirement.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 15
4. The individual item descriptions within each Price Schedule are indicative only of the workincluded in this Contract and shall not be taken as defining the scope of work to be executedeither under the Price Schedule of the Contract.
5. The item descriptions, given, are general summaries only, therefore no omission from, orerror in, item descriptions within this Pricing Document shall warrant an adjustment of theContract Price nor entitle the contractor to seek an extension of time under the Contract.
6. The quantity for each item has been detailed in Price Schedules B to L. The quantitiesincluded the Pricing Document are for finished items of work 100% complete in all respects,and shall be held to include all waste on materials, duties, landing charges, shipping costs fortransport by air, sea or land (or any combination thereof), insurance, import taxes and duties,input VAT, unloading, storage, getting into position, hoisting, lowering, erection, distributingto positions, fixing, temporary works including false-work and formwork (shuttering),excavation, removal of debris, labour, materials, scaffolding and staging, plant, supervision,maintenance, Tenderer’s profit and establishment/ overheads, all general risks, insuranceliabilities, compliance of labour laws and taxes/ duties etc. as per statuary obligations set outor implied in the Contract, making good prior to handing over to the Employer and anythingreasonably to be inferred from the description of the item and indispensably necessary thereto,and all other requirements of the Contract.
7. The activity descriptions for items within Price Schedules shall be deemed to cover all aspectsof the relevant item scope, irrespective of the fact that the Tenderer may not have inserted anamount against any item description. The total amount of each Price Schedule shall bedeemed inclusive of all of the Tenderer’s obligations to execute the part of the Works coveredby the Price Schedule and to perform all of his other obligations under the Contract in respectthereof. The Tenderer shall not be entitled to receive any further or additional payment inrespect of such Price Schedule.
8. Tenderer will be paid according to the rates quoted in the BOQ in the respective PriceSchedules B to L.
9. Items that are not covered in the BOQ but covered under TN-PWD Standard Schedule ofRates (SoR) 2016-17 shall be paid as per TN-PWD SoR 2016-17. If the items are not coveredin TN-PWD SoR, Southern Railways Schedule of Rates (SoR), DSR rates for Chennai, LastApproved Rate (LAR) of CMRL or other metros or market rates shall be referred to in theorder mentioned for payment on the basis of measurement recorded for the executed work.
10. Items that are neither covered in the BOQ nor covered under the schedule of rates mentionedabove, for work scope their rates and quantum of work of such items needs to be confirmedbefore commencing, in line with the provisions of contract. The contractor may be required tocontinue a skeleton establishment after the taking over period till the commissioning of theproject.
11. The person authorized to sign on behalf of the Tenderer shall sign in full, with company sealand date, at the bottom of all pages of the Pricing Schedule.
1.1.1 Variation in Bill of QuantityIndividual items can be varied to any extent till the overall variation is within ±25% of the contractprice. Only when the variation exceeds ±25% of the overall contract price, the rates for suchquantities of the items which caused such variation shall be mutually discussed and agreed to. Thecontractor shall have no claim on any items deleted from the scope of work and the employer maydelete any items at its own discretion
1.2 Contract Price1.2.1 The total of all Price Schedule B to L as shown in the Pricing Summary in Clause 1.7.1,
including all Taxes constitutes the Contract Price for executing the Works and performing allother obligations under the Contract, subject only to any further amounts as may be
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 16
determined by the Employer/ Engineer as being due to the Tenderer in accordance with theContract.
Errors will be corrected by the Employer for any arithmetic mistakes in computation or summationfound in the tender submission, as indicated in the Instruction to Tenderers of Part 1.
1.2.2 Payments for Price Schedule A to L will be made in the currencies quoted
1.3 Description of Price Schedules1.3.1 Price Schedule A is not priced as it is deemed to be included in the total amount inserted into
the Pricing Summary for Price Schedules “B to L”. Price Schedule A is dedicated toPreliminaries and General Requirements as stated in the Schedule of Payments, including, butnot limited to, the following, as per the requirements and other details given in theEmployer’s Requirements, Drawings and Specifications;
a) Initial works programmeb) Three month rolling programmec) Detailed works programmed) Monthly progress reporte) Software support planf) Back-up copies of the software submissiong) Project management information systemh) Interface management plani) Interface matrix and specific contract interface sheetsj) Tenderer’s staff organisation plank) Project signboard installationl) Occupational Safety, Health & Environmental Planm) OHS&E Manual requirements submissionn) Environmental management plano) Detailed spoils management planp) Temporary traffic and control planq) Procurement planr) Tenderer’s manufacturing management plans) Installation plan and programmet) Quality Assurance (QA) planu) Quality Control (QC) testsv) Method statement for launching of pre-cast girdersw) Comprehensive testing and commissioning programme if any
Test procedures Inspection and Test Plan Factory test plan Partial acceptance test plan System acceptance test plan Maintenance support plan Schedule of spare parts Training plan All interfacing works within the Project and other Interfacing Tenderers, and All other items included in the Scope of Works given in Employer’s Requirements (Part
2).1.3.2 The Tenderer is to note that some of the Items are payable as a portion of the indicated
percentage on a monthly or quarterly basis or are paid proportionately using the percentagesof the items of works as noted in brackets (**%) in the Price Schedule A.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 17
1.3.3 The Tenderer should note that for the following Key Staff: Project Manager/ Project Director,QA Manager and Safety Manager, if not employed and on site as per the Key Dates, thereshall be a deduction of INR 2 lakhs for each month, or part thereof for each key personnel, asdetermined by the Employer/ Engineer, whose decision shall be final and binding. Anyforeign JV partner participating with Indian Partner should deploy at least 20% of the KeyPersonnel as mentioned in Cl. 1.1.2 of EQC. In case of non-deployment of the same, penaltywill be levied as stated above.
1.3.4 Price Schedule B to L includes all kinds of temporary works required for the construction ofall permanent works, the road works, etc., as specified and as stated in the Schedule ofPayments, as per the requirements and other details given in the Employer’s Requirements,Drawings and Specifications, as specified in scope of work in Employers requirement Part-2
1.3.5 The costs relating to the diversion, relocation, protection, support, etc. of the utilities met withduring execution, any such works to be executed shall be on a recorded measurement basis.Such utility shifting/ diversions/ relocation shall be taken up only on the prior approval fromthe employer and will be paid on the basis of actual measurement of work done based on thelatest schedule of rates of the concerned departments like TNPWD, Highways, Metro Water,TNEB, BSNL etc. In case such items are not available in any schedule of rates, last acceptedrate (LAR) of similar works done by respective departments or CMRL shall prevail. Decisionof Engineer is final and binding and shall be an excepted matter. No claims for overheadsshall be payable except for market rates where overheads including profit shall be 10%.
1.3.6 Demolition/ slicing of the structures including design and all measures required for the safeimplementation shall be paid on recorded measurement basis as per the concerned departmentrates/ last accepted rate of CMRL
1.3.7 Price/ Cost Breakdown1.3.7.1 Variations will only be considered if there is any change in design or additional work required
beyond the scope of the work as stated in the contract, or the Employer/ Engineer instructsany changes to the existing scope.
1.3.7.2 Payments to the Tenderer will be made on monthly basis in accordance with the Clause 1.5below unless otherwise stipulated. All items will be paid at 100% completion unless paymentis noted as being paid proportionately using the percentages of the items of works as noted inbrackets (**%) in the Price Schedule.
1.3.7.3 No payment will be made against any item in the Tenderer’s Pricing Document which doesnot have a value entered against it within the unit rate column, including ‘0’, ‘NIL’ orintentionally left blank.
1.4 Schedule of Payments (SOPs)1.4.1 The total sum for Price Schedule “A” Preliminaries shall be equal for 5% of Price Schedules
B to L. Payments under Price Schedule A will be made on a monthly, quarterly, or percentagebasis as indicated in Price Schedule A.
1.4.2 As part of the first Monthly Progress Report provided in accordance with contract conditions,the Tenderer shall convert the time scale of the SOPs included as part of the Tenderer’sSubmission from “months after Commencement Date” to months and years on the Gregoriancalendar.
1.5 Payment ConceptPayment will be calculated using Bill of Quantities (BOQ) provided in the Schedule of Payments(SOPs), subject to the Employer/ Engineer certifying that the works for each item is actuallycompleted, as per specification and employer’s requirement. Payment will be based on the Tenderer’ssubmission of a monthly statement, in accordance with Sub-clause 14.3 of GCC Part 3.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 18
Subject to the Tenderer’s Monthly Statement meeting the minimum value of 1% of Contract Price,and after the Employer/ Engineer’s assessment, the Employer/ Engineer will issue an Interim PaymentCertificate calculated on actual work done under each item for respective Price Schedules.
1.6 Deleted
Note: The rates shall not be filled in the Technical Bid. The necessary documents (BOQ, PriceSummary etc.) shall be printed and submitted separately as a part of the Price Bid.
S.No.
Clause of BidDocument
Original Clause Revised Clause
A13. Section IV BiddingForms
1.7 Pricing Schedule
1.7.1 Pricing Summary Replace the entire 1.7.1 PricingSummary along with notes withthe following
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 19
1.7 Pricing Schedule
1.7.1 Pricing Summary (Rates to be quoted in the Price Bid only)
S.No.
Schedule
ITEMS
Amount In Words Amount In Words
INR INR USD/Euro/Yen USD/Euro/Yen
1. B General
2. CFoundations (Piles, Pile-cap & OpenFoundation)
3. D Viaduct Substructure & station structure
4. E Viaduct Superstructure
5. F Reinforcing steel
6. G High Tensile Pre-stressing Steel
7. H Structural Steel
8. I Road, Drain, roofing and Miscellaneous
9. J Plumbing
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 20
S.No.
Schedule
ITEMS
Amount In Words Amount In Words
INR INR USD/Euro/Yen USD/Euro/Yen
10. K Architectural Finishes works
11. L Signage
12. Total of schedule B to L
13. Discounts if any
14. Total of schedule B to L including discounts
15. Total (P) in equivalent INR – –
Foreign currency should be converted into INR using RBI exchange rates (selling rate) applicable 28 days prior to the bid submission date (as per ITB34.1)
Amount towards taxes like TNVAT, Excise Duty, Customs Duty, Service TaxOR
GST shall be quoted below
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 21
(a) If GST is not implemented by Bid Submission date, Quote items Q1, Q2, Q3 & Q4
16. TN-VAT Ceiling Amount (Q1) – –
17. Service Tax Ceiling Amount (Q2) – –
18. Customs Duty Ceiling Amount (Q3) – –
19. Excise Duty Ceiling Amount (Q4) – –
20.Total Tax Under (a)Q = Q1+Q2+Q3+Q4
– –
(b) If GST is implemented by Bid Submission date, fill in the GST as per applicable rate
21.GST Amount (QGST) @ ___ % on total ‘P’ ofSl. No. 15.
– –
22. Total Tax Under (b) (QGST) – –
The Tax components under (a) or (b) shall be taken for evaluation as per the Note below.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 22
23.Tender Total Amount R = P + QORR = P + (QGST) as applicable
– –
Note:Total Tax Q = Q1 + Q2 + Q3 + Q4 as per Sl.No. 20
(OR)(QGST) as per Sl. No. 22 whichever isapplicable as per the note below.
– –
Provisional Sum(towards the Diversion of utilities,Demolition/ slicing of buildings, IGBCcertification, payment to Dispute AdjudicationBoard (DAB) and Other Works).
Rs. 5,20,00,000/-(Rupees FiveCrores TwentyLakhs Only)
– –
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 23
Note: In the wake of likely implementation of GST by 01 July, 2017, the following instructions are given to the bidders.
1. If the GST is implemented by the date of submission of bids, bidders need not quote the items 16 to 19 towards TNVAT, Service Tax, Customs Duty and
Excise Duty in the pricing schedule as such taxes would have been subsumed in the GST regime. The bidders shall fill in the amount as per the applicable
GST rate on the price P under Sl.No.21 as Q. The tender shall be evaluated based on the tender Total R, (i.e.,) P + Q. Reimbursement towards GST shall
be as per SP 18.
2. If the GST is not implemented by the date of submission of bids, bidders shall quote as per the Pricing Schedule from Sl.No.16 to 19 and will not fill the
amount under Sl.No.21. The evaluation of tender shall proceed as under.
a. In case if the GST is not implemented before LOA the evaluation shall proceed based on the tender total amount (R) i.e., P + Q (consideringQ1+Q2+Q3+Q4). Reimbursement towards TNVAT, Service Tax, Customs Duty, Excise Duty shall be as per SP 18.
b. In case if the GST is implemented after the due date of submission but prior to the LOA, the tenders shall be evaluated considering theapplicable GST rate on the quoted price as Q duly dispensing with the quoted Q under Q1, Q2, Q3, Q4 by the bidders and the evaluation shallbe done on R; i.e., P+QGST. Reimbursement towards GST shall be as per SP 18.
The successful bidder, after award of work, shall provide the break-up of GST towards the components of CGST, SGST and IGST.
3. Bidders shall quote for price schedules B to L excluding TNVAT, Excise Duty, Customs Duty, Service Tax or GST as applicable. Price schedule A has
not been priced but will be 5% of the totals of Price schedule B to L quoted in the table.
4. Bidders shall note that the taxes indicated in Clause ITB 14.7 of BDS will be reimbursed by the Employer on submission of documentary proof for
having paid subject to the ceiling amounts indicated in the above table.
5. The foreign currency quoted will be converted into INR and totalled
6. Ceiling limits for the taxes shall remain sacrosanct.
Authorized Signatory with Company Seal
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 24
This page is intentionally left blank
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 25
S.No.
Clause of BidDocument
Original Clause Revised Clause
A14. Section IV BiddingForms
1.7.2 Bill ofQuantities
Replace the entire Bill ofQuantities with the enclosedBill of Quantities (Revised)
A15. Section IV BiddingForms
1.7.3 Risks, Table 2 S. No. 11: Public assetsprotection/ relocation/ Utilitydiversion/ protection/demolition and reinstatement
Public assets relocation such asBus stop/ Electrical wire/Telephone cables/ poles,electrical poles/ lighting poles/traffic signal or any othersimilar activity of minor nature,the Tenderer shall makenecessary allowances in theirprice for safety inimplementation of theseactivities in accordance tostatutory and public authorityguidelines.
Replace Item 11 with thefollowing
S. No. 11: Public assetsprotection/ relocation/ Utilitydiversion/ protection/demolition and reinstatement
Public assets relocation such asBus stop/ Electrical wire/Telephone cables/ poles,electrical poles/ lighting poles/traffic signal or any othersimilar activity of minor nature,the Tenderer shall makenecessary allowances in theirprice for safety inimplementation of theseactivities in accordance tostatutory and public authorityguidelines.
All damages resulting out ofcontractor's work throughoutthe project duration shall berectified by the contractor at hisown risk and cost. Also,strengthening of roads, culverts,manholes etc. required for thetransportation of girders, pre-cast elements and constructionequipment shall be deemed tobe included in the quoted ratesand shall not be paid forseparately
A16. Section IV BiddingForms
1.7.4 Payment ofPrice Schedule-A
1.7.4 Payment of PriceSchedule-A
A1.1 b Professional IndemnityInsurance
Replace A1.1 b with thefollowing
A1.1 b Professional IndemnityInsurance of 0.5% of acceptedcontract amount (excludingtaxes)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 26
ADDENDUM TO PART–2: WORKS REQUIREMENTS
S.No.
Clause of BidDocument
Original Clause Revised Clause
B1. Part 2Section VI
Volume 1Employer’sRequirements
Appendix 1Work Areas
CMRL shall provide land onrental basis for the casting yard.Land of approximate size 8.9acres (guideline value Rs 5000per m²) and another landadjoining it of size 13.36 acres(guideline value Rs 3500 perm²) is available. The successfulbidder has to remit a rentequivalent to an amount of 1%of the guideline value of thearea occupied per annum, i.e.,Rs (1.94 + 2.04) Cr = Rs. 3.98Crores per annum for the periodof occupancy of the land or inproportion to the area occupied.The guideline value is subjectto change and the prevailingrates shall apply
Replace the first paragraph withthe following
CMRL shall provide land onrental basis for the casting yard.Land of approximate size 7acres (guideline value Rs 3000per sq.ft.) is available. Thesuccessful bidder shall remit arent of 2.5% of the guidelinevalue of the area occupied perannum, i.e., Rs 32.67 Lakhs peracre per annum for the period ofoccupancy of the land. Theguideline value is subject tochange and the prevailing ratesshall apply
B2. Part 2Section VI
Volume 1Employer’sRequirements
Appendix 1Work Areas
Land Plan (ITC Land)
Replace the Land Plan with thefollowing BSNL Land Plan.
Page 26-A
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 27
S.No.
Clause of BidDocument
Original Clause Revised Clause
B3. Part 2Section VI
Volume 1Employer’sRequirements
Appendix 1Work Areas
Add the following detail toAppendix 1 – Work Areas
Location of the proposedcasting yard for ECV-101
Location of the proposed casting yard for ECV-101 (BSNL land)
The proposed casting yard abuts the Ennore High Road and is approximately 5.5 km from the girderlaunch site at Toll Gate.
ProposedCasting Yard
BSNL land
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 28
S.No.
Clause of BidDocument
Original Clause Revised Clause
B4. Part 2Section VI
Volume 1Employer’sRequirements
Appendix–2Contract Key Dates
Header of column-2 of the tableTime to achieve KD
Replace the header of column-2of the table with the following
Number of days from date ofcommencement
B5. Part 2Section VI
Volume 1Employer’sRequirements
Appendix–2Contract Key Dates
Replace the entire table with thetable given below
Key Date 11 and 13 are revised
Key Date
No.
Number of days
from date of
commencement
Details of Works to be completed
General
KD-1. 30 Submission of initial work programme, establishing site office
KD-2. 45Commencement of barricading, traffic diversion and
commencement of utility diversion etc.
KD-3. 60
Ordering formwork for pier, pier-cap, I-girder and U-girder. The
delivery should be based on the requirement to achieve the
respective key dates
KD-4. 60 Commissioning of Batching Plant.
KD-5. 60 Completion of 50% of the initial pile load tests
KD-6. 90 Completion of 100% of the initial pile load tests
Casting Yard
KD-7. 105
Establishing Casting Yard with beds including prestressing
arrangements, handling equipment and formwork/ moulds ready
for production of precast elements.
KD-8. 105 Casting of first pre-cast pier-cap at casting yard
KD-9. 105 Casting of first I-girder
KD-10. 105 Casting of first U-girder
KD-11. 120 Casting 50% of I-girders
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 29
Key Date
No.
Number of days
from date of
commencement
Details of Works to be completed
KD-12. 165 Casting 50% of pre-cast pier-caps at casting yard
KD-13. 135 Casting 100% of I-girders
KD-14. 180 Casting 50% of U-girders
KD-15. 210 Casting 100% of pre-cast pier-caps at casting yard
KD-16. 240 Casting 100% of U-girders
Key Dates: Ch. 4+216 to Ch. 5+112 (STP59 to P99)
KD-17. 75 Casting of first pier completion (STP59 to P99)
KD-18. 105 Completion of 50% of piers (STP59 to P99)
KD-19. 135 Completion of 100% of pier and reinstatement of road
KD-20. 135 Erection of first pier cap (STP59 to P99) including stitch concrete
KD-21. 135 Erection of 50% of I-girders (P67 to P71)
KD-22. 150Erection of 100% of I-girders and casting slab complete (P67 to
P71)
KD-23. 150 Erection of first U-girder (STP59 to P99)
KD-24. 150 Casting of first cross arm at Toll gate station.
KD-25. 165Erection of 50% of pier-caps (STP59 to P99) including stitch
concrete
KD-26. 180Erection of 100% of pier-caps (STP59 to P99) including stitch
concrete
KD-27. 180 Erection of 50% of U-girders (STP59 to P99)
KD-28. 180 Casting 50% of cross arms at Toll gate station
KD-29. 210 Erection of 100% of U-girders (STP59 to P99)
KD-30. 210Casting of all cross arms, erection of beams and complete casting
of concourse slab at Toll Gate Station
Key Dates: Ch. 4+216 to Ch. 2+900 (P58 to P1) and
Ch. 5+112 to Ch. 6+151 (P99 to CP143)
KD-31. 75 Casting of first pile completion (P58 to P1 and P99 to CP143)
KD-32. 90Casting of first pile-cap completion (P58 to P1 and P99 to
CP143)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 30
Key Date
No.
Number of days
from date of
commencement
Details of Works to be completed
KD-33. 120 Casting 50% of piles (P58 to P1 and P99 to CP143)
KD-34. 135 Casting 50% of pile-caps (P58 to P1 and P99 to CP143)
KD-35. 135 Casting of first pier completion (P58 to P1 and P99 to CP143)
KD-36. 150 Casting 100% of piles (P58 to P1 and P99 to CP143)
KD-37. 150Erection of first pier-cap (P58 to P1 and P99 to CP143) including
stitch concrete
KD-38. 150 Erection of 50% of I-girders (P54 to P58)
KD-39. 165 Casting 100% of pile-caps (P58 to P1 and P99 to CP143)
KD-40. 165 Erection of all I-girders and casting slab at crossover (P54 to P58)
KD-41. 180 Casting 50% of piers (P58 to P1 and P99 to CP143)
KD-42. 180 Casting first cross arm at Tondiarpet and Thangal Station
KD-43. 210 Casting 100% of piers, reinstatement of road
KD-44. 210Erection of 50% of pier-caps (P58 to P1 and P99 to CP143)
including stitch concrete
KD-45. 210 Erection of first U-girder (P58 to P1 and P99 to CP143)
KD-46. 240Erection of 100% of pier-caps (P58 to P1 and P99 to CP143)
including stitch concrete
KD-47. 240 Erection of 50% of U-girders (P58 to P1 and P99 to CP143)
KD-48. 240 Casting 50% of cross arms at Tondiarpet and Thangal Station
KD-49. 270 Erection of 100% of U-girders (P58 to P1 and P99 to CP143)
KD-50. 270Casting of all cross arms, erection of beams and complete casting
of concourse slab at Tondiarpet and Thangal station.
KD-51. 300Completion of entire Viaduct and allowing complete access to
track and S&T contractors
Station Works
KD-52. 300 Completion of platform level beams and slab at Toll Gate station
KD-53. 300 Completion of all Entry/ Exit structural work
KD-54. 360 Completion to level Degree 3 at all Entry/ Exit structures
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 31
Key Date
No.
Number of days
from date of
commencement
Details of Works to be completed
KD-55. 360Completion to level Degree 3 at all rooms at Concourse level at
all stations
KD-56. 390Completion of platform level beams and slab at Tondiarpet and
Thangal Stations
KD-57. 410 Completion to level Degree 4 at all Entry/ Exit structures
KD-58. 410Completion to level Degree 4 at all rooms at Concourse level at
all stations
KD-59. 450Completion to level Degree 3 at all rooms at Platform level at all
stations
KD-60. 480Completion to level Degree 4 at all rooms at Platform level at all
stations and allowing access to all system-wide Contractors.
KD-61. 500 Completion of roof structure
KD-62. 530Completion of all balance Architectural, Structural, Plumbing
works and Signage
KD-63. 540 Issue of Taking over Certificate
KD-64. 1270 Issue of Performance Certificate
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 32
S.No.
Clause of BidDocument
Original Clause Revised Clause
B6. Part 2Section VI
Volume 1Employer’sRequirements
Appendix 9Approved Manufacturers/Suppliers
List of Approved Makes forPlumbing Items
Add the following to the List ofApproved Makes for PlumbingItems
List of Approved Make and Model for Plumbing
S.No.
Description Make Model
SANITARY INSTALLATIONS
Note: The fixtures used shall be low flow andmust confirms to norms laid by IGBC.
1Pedestal type water closet (European type)with 5/ 10 ltr. low level flushing cistern
HINDWARE orequivalent
20065(S-10)
2 Oval wash basinHINDWARE orequivalent
OVAL 10017JAQUAR-FLR5011NAccessories (L/ S)
3Electronic auto flush system urinal with in-built infrared sensor
HINDWARE orequivalent
SENSO ART60018
4 Toilet paper holderJaquar, Cardin orequivalent
–
5 Liquid soap containerJaquar, Cardin orequivalent
–
6 Bib cock
– –
a. Long body Jaquar or equivalent CON 037 KN
b. Short body Jaquar or equivalent CON 107 KN
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 33
7 Kitchen sink with drain boardJaquar, Cardin orequivalent
–
8 Bottle TrapJaquar, Cardin orequivalent
–
9 Health faucet Jaquar or equivalent ALD CHR 583
10 Twin coat hooksJaquar, Cardin orequivalent
–
11 Hand drierERONICS orequivalent
–
12 Indian type W.C. panHINDWARE orequivalent
–
13 Towel railJaquar, Cardin orequivalent
–
14 Drinking water fountainUsha, Blue StarVoltas or equivalent
–
15 Ultra Violet Water Purifier (UV)Eureka Forbes, Kent,Voltas or equivalent
–
16 Floor Standing Hot & Cold Water DispenserUsha, Blue StarVoltas or equivalent
–
17 Floor trap/ Nahani trapCardin, Chilly orequivalent
–
18 Floor drainCardin, Chilly orequivalent
–
19 Angle valve with filterJaquar, Cardin orequivalent
–
20 C.P. Grating for Floor Trap/ floor drainCardin, Chilly orequivalent
–
SOIL WASTE & VENT, RAIN WATERPIPES AND FITTINGS
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 34
1PVC soil, waste and vent pipes (SWR)confirming to IS 13592: 1992, (Type B)
Supreme, Prince,Finolex or equivalent
–
2 Centrifugally cast CI soil, as per IS-3989-1984SKF, Neco, HEPCO,Kapilansh orequivalent
–
3S&S centrifugally cast (spun) iron pipes (classLA) confirming to IS 1536
SKF, Neco, HEPCO,Kapilansh orequivalent
–
4 D.I Pipes ( Class KSKF, Neco, HEPCO,Kapilansh orequivalent
–
5 R.C.C pipesK K, Pranali orequivalent
–
WATER SUPPLY
1PE (Polyethylene) Pipes as per PN-16 inaccordance with ISO 4427,
Astral, Ajay,Ashrwad orequivalent
–
2 GI Pipes (IS : 1239 and IS : 3589)TATA, Jindal orequivalent
–
3 GI pipes fittings Unik or equivalent
–
4 Y strainerEmerald, Zoloto orequivalent
–
5 Butter fly Valves
Audco, KeystoneTyco Flow Control,Jayhiwa orequivalent
–
6 Double Plate Check Valves / NRVCastle, Kirloskar orequivalent
–
7 Sluice valvesKirloskar, IndianValve Company orequivalent
–
8 Water meter Kaycee or equivalent
–
9 Pressure gaugeH Guru, FiebigDwyer or equivalent
–
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 35
10 Pressure Reducing ValveLeader, Zoloto, RBor equivalent
–
11 Air Release ValveZoloto, RB orequivalent
–
12 Solenoid ValveAvcon, Danfoss orequivalent
–
13 Motorized ValveAvcon, Danfoss orequivalent
–
PUMPS
1 Hydro-pneumatically operated pumping set KSB, Grundfoss,Wilo or equivalent
–
2 Centrifugal Transfer pumps KSB, Grundfoss,Wilo or equivalent
–
3 Mono block submersible pumps KSB, Grundfoss,Wilo or equivalent
–
4 Sewage/ Seepage lifting Submersible pumps(Solid handling Capacity 40 mm)
Grundfos, ITTIndustries KSB,WILO, DP orequivalent
–
5 Level Controller (Water) Technika orequivalent
–
6 Level Indicator (Water) Technika, Minilec orequivalent
–
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 36
S.No.
Clause of BidDocument
Original Clause Revised Clause
B7. Part 2Section VI
Volume 2TechnicalSpecifications
Part–A: Technical Specificationfor Civil Works
Section – 3Concrete Plain and Reinforced
Add the following specificationat the end of first paragraph ofCl. 3.1.2 Aggregate
Manufactured sand if usedshould have particles in propergradation to satisfy therequirements of IS: 383. Silt incrushed sand should not bemore than 2%. Crushing shallbe done using vertical shaftimpactor or rotary compactorto minimise flakiness.
B8. Part 2Section VI
Volume 2TechnicalSpecifications
Part–A: Technical Specificationfor Civil Works
Add the following specificationfor Anti-corrosive Coating
5.7 Anti-corrosive Coating
Steel reinforcement bars shall be coated with Inhibitor and Cement Slurry. This method developed by
CECRI, Karaikudi consists of application of cement based inhibitor and sealing coat on reinforcement
bars. The process of coating as follows.
(Process number 1 to 3 are required only for bars with loose rust scales)
1. De-rusting by dipping the rebars in pickling solution i.e. PROTMAX-DR Derusting
Solution or equivalent having patent no. 465/CAL/75 for 30 minutes (pH of the
solution is 1.04)
2. Removal from acid tank and dipping in alkaline tank to neutralize and cleaning with
potable water for 2 minutes.
3. Application of phosphate jelly coat (Patent no.109897) by a fibre brush and drying for
45-60 minutes (pH of the jelly is 2.5).
4. Application of inhibitor solution A i.e. PROTMAX-ICS Inhibitor Solution or
equivalent having patent no.109784/67 for 2 minutes by brushing/ dipping.
5. Application of first coat of cement slurry coating with inhibitor solution A by
brushing.
6. Air drying for 24 hours.
7. Application of first coat of sealing solution B i.e. PROTMAX-SS Sealing Solution or
equivalent having Patent no.112440/67 for 2 minutes by brushing/ dipping.
8. Application of 2nd coat of cement slurry solution A for 2 minutes.
9. Air drying for 24 hours
10. Another coat of sealing solution B and drying for 4 hours.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 37
11. Application of 3rd coat of sealing solution B for 2 minutes
12. Air drying for 4 hours.
The treatment of rods must be done after the bars are cut and bent to shape. Detailed specification
regarding quality control aspect and chemicals/ solution used in the process may be obtained from
Central Electrochemical Research Institute (CECRI) Karaikudi.
Inspection and testing: Coated rebars shall be checked for minimum average dry film thickness,
uniformity of thickness, defects such as cracks, peeling, bulging and uncoated areas etc. using SSPC-
PA2 method or any other method approved by engineer-in-charge. Coating shall be tested for
adhesion, bond strength, abrasion resistance, chemical resistance as per specifications laid down by
the manufacturer.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 38
S.No.
Clause of BidDocument
Original Clause Revised Clause
B9. Part 2Section VI
Volume 2TechnicalSpecifications
Part–A: Technical Specificationfor Civil Works
8. Pile FoundationsReplace the entire Section 8:Pile Foundations with the textgiven below
8 PILE FOUNDATIONS
8.1 General
8.1.1 Piling plant and Methods
Suggested method for piling is cast in situ-bored piles with hydraulic drilling rigs using
partial depth casing with polymer drilling solution and oscillator arrangement.
1 Not less than 2 weeks before any piling work is commenced the Contractor shall submit
to the Engineer for approval full details of his proposed piling plant and detailed method
statements for carrying out the Works.
Details of casings and concreting methods in respect of bored cast in place concrete piles
are to be provided.
2 The Contractor shall not commence any piling until the plant and methods which he
proposes to use have been approved by the Engineer but such approval shall not relieve
the Contractor from any of his obligations and responsibilities under the Contract. If for
any reason the Contractor wishes to make any change in the plant and methods of
working which have been approved by the Engineer, he shall not make any such change
without having first obtained the Engineer approval thereof.
3 List and number of equipment and accessories proposed to be used for the present job
shall be submitted along with the technical bid.
8.1.2 Records:
The Contractor shall keep complete records of all data required by the Engineer covering the
fabrication, driving and installation of each pile and shall submit two signed copies of these
records to the Engineer not later than noon of the next working day after installation of the
piles.
8.1.3 Programme and Progress Report
1 The Contractor shall inform the Engineer each day of the programme of piling for the
following day and shall give adequate notice of his intention to work outside normal
hours and at weekends, where approved.
2 The Contractor shall submit to the Engineer on the first day of each week, or on such
other date as the Engineer may decide, a progress report showing the rate of progress to
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 39
that date and progress during the previous week or period of all main items of piling
works, as required by the Engineer.
8.1.4 Setting Out
The Contractor shall establish and maintain permanent datum level points, base lines and grid
lines to the satisfaction of the Engineer and shall set out with a suitable identifiable pin or
marker the position of each pile. The setting out of each pile shall be agreed with the Engineer
at least 8 working hours prior to commencing work on a pile and adequate notice for checking
shall be given by the Contractor.
Notwithstanding such checking and agreement, the Contractor shall be responsible for the
correct and proper setting out of the piles and for the correctness of the positions, levels,
8.1.5 After all piles are cast and weak concrete is chipped out the Contractor shall submit the
drawing showing the exact location of piles with respect to the column centre line.
8.1.6 Disturbances and Noise
1. The Contractor shall carry out the piling work in such a manner and at such times as to
minimise noise and disturbance.
2. The Contractor shall take precautions adequate to avoid damage to existing services and
adjacent structures. Fig.1 of IS: 2974 (Part 1) - 1969 may be used as a guide for studying
qualitatively the effect of vibration of persons and structures. In case of deep excavation
adjacent to piles, proper shoring or other suitable arrangement shall be done to guard
against the lateral movement of soil stratum or releasing the confining soil stress.
Reference may be made to BS: 5573 for safety precautions in the construction of large
diameter bored piles. Any such damage shall be repaired by the contractor to the
satisfaction of the Engineer.
3. The Contractor shall ensure that damage does not occur to complete piling works and
shall submit to the Engineer for approval his proposed sequence and timing for driving
or boring piles having regard to the avoidance of damage to adjacent piles.
8.1.7 Obstructions
If during the execution of the Works the Contractor encounters obstructions in the ground, he
shall forthwith notify the Engineer accordingly, submit to him details of proposed methods
for overcoming the obstruction and proceed according to the Engineer’s instructions.
8.2 Scope of Work
1. These specifications cover the works of providing pile foundations. Work included
consists of all necessary services and furnishing of all labour material, tools, equipment
and related items for the full and satisfactory performance of the contract, conforming to
these specifications and as shown in the Contract Drawings or reasonably implied
therein or any authorised conditions or alterations thereof.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 40
2 The Contractor is advised to visit the site and familiarise himself with the conditions at
site. The Engineer shall not be held responsible for the accuracy of the soil data,
furnished in good faith with the tender.
3 The construction of piles shall be in accordance with the following Indian Standard
Codes of Practice for Design and Construction of Pile Foundations:
IS: 2911-2010 Part I Section 2 Bored Cast in-situ Concrete Piles or IRC: 78 Standard
specifications and code of practice for road bridges Foundation and Substructure
4 With the tender the Contractor shall submit the detailed method of construction to be
used. For cast-in-situ concrete piles the Contractor shall indicate the methods he
proposes to concrete the piles to prevent necking of piles.
5 The Contractor shall quote rates as detailed in the Schedule of Quantities and Rates. In
particular:
a) For piles, the rate quoted shall be for per meter of pile. The actual length of piles
will be determined from site conditions and load test results after work begins.
b) In case the load tests and actual site conditions reveal that the piles proposed do not,
in the opinion of the Engineer provide a satisfactory and economical foundation the
Engineer in his sole and absolute discretion shall have power to revise the pile
layout, pile diameter, pile location etc.
6) The items of work will generally be as follows:
a) Boring/drilling including provision of temporary casing.
b) Supplying, fabrication, and placement of all reinforcing bars.
c) Casting of concrete piles as per specifications.
d) Load testing of piles.
8.3 Materials
8.3.1 General:
Unless otherwise specified in this section all materials shall conform to the requirements
specified in separate sections for Concrete, Formwork and Reinforcement.
8.3.2 Cement:
The cement to be used for piling and all foundation work shall be conforming to Indian
Standard Specifications “IS: 455 Specification for Portland Slag Cement”. The Cement shall
be free from lumps and caking.
8.3.3 Concrete Mix Design:
The concrete shall be as per respective design drawings and BOQ. The maximum size of coarse
aggregate shall not exceed 20mm. For cast-in-situ piles concrete with a slump of 150 to 175mm
(consistent with the method of concreting) will be required. For slump more than 150mm the
workability should be tested by “determination of flow” as per IS: 9103. Minimum cement
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 41
contents for design mix shall not be less than 400 kg/m³ of concrete in piling. For piling,
quantity of cement shall be as per the design mix or the minimum cement content whichever is
greater shall be used.
The contractor shall submit mix design calculations and get the same approved by the
engineer well before the starting of installation of piles and carry out adequate numbers of
tests to ensure the minimum specified strength as indicated in drawings.
8.3.4 Concrete Cube Tests
Concrete cubes shall be cast, tested and evaluated as specified in section 3.
8.3.5 Reinforcement
a) The reinforcement shall conform to the requirements specified in Section 6 extending
for the full length of the pile and shall project 60 times bar diameters above the cut
off level or as specified in the drawing. Only circular concrete cover blocks threaded
on to the helix shall be used for ensuring the specified cover.
b) Joints in main longitudinal bars will be permitted only where, in the opinion of the
Engineer, each bar cannot be supplied in one complete length. Where permitted,
joints shall be provided at agreed centres, designed to develop the full strength of the
bar across the joint, provided with adequate extra links or stirrups and staggered in
position from those of adjacent longitudinal bars, all to the approval of the Engineer.
c) All main longitudinal bars shall be tack weld at lapping if any and to the pile cap
reinforcement. The last one circle of helical stirrups at each end shall be welded to
main longitudinal bars. Any extra tack welding required for handling and lowering of
cage in borehole shall be done by the contractor at no extra cost.
8.3.6 Casings and Tremie Pipes
The casings and tremie pipes shall be in mild steel. The temporary casing plates and
permanent liners shall have adequate wall thickness and strength to withstand driving stresses,
stresses due to soil pressure, etc. Without damage or distortion all joints shall be water tight.
The internal diameter of the casing shall not be less than the nominal diameter of pile.
8.4 Cast In-Situ Bored Piles
8.4.1 General
a) Diameters of the piles shall be the concrete shaft diameters and shall not be less than
the diameters specified in the drawing.
b) These shall be formed by boring to the founding strata specified on the drawings or as
directed at site. The sides of the boring shall be prevented from collapsing by one of
the following:
permanent mild steel liner (cased pile)
removable mild steel casing (uncased pile)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 42
c) Piles shall be constructed in a sequence approved by the Engineer. During boring, the
Contractor shall, where required by the Engineer, take soil, rock or ground water
samples and transport them to an approved testing laboratory or carry out soil tests as
directed.
d) The method adopted shall be chosen giving due consideration to the subsoil data,
ground water conditions and to the other relevant conditions at site as well as to the
presence of adjacent structures.
e) The bottom of the steel lining shall be sufficiently in advance of the boring tool so as
to prevent settlement of outside soil and formation of cavities.
f) Removable mild steel casings shall be used only with extreme caution. Individual
casings shall be joined together by screwing or any other approved method and not by
direct butting with external lug connections. The inner surface of casings shall be
smooth and free of all internal projections.
8.4.2 Boring
a) Boring shall be done using hydraulic drilling rigs with oscillator arrangement suiting
to different kinds of strata encountered.
b) As a general guideline, size of cutting tool shall in no case be less than the diameter
of the pile minus 75mm. However, the size of cutting tool shall be chosen by
contractor depending on the type of substrata and equipment employed by contractor
so that executable pile shall not have diameter less than nominal diameter of pile as
specified in drawing. The contractor shall also ensure that there is no reduction in
poured concrete quantities. These calculations shall be based on consumption of
concrete poured in bore (as recorded in pour log) and actual concrete required in bore
on theoretical basis i.e. based on nominal diameter of pile and actual bore hole length
(based on actual sounding of founding level). Above 5% reduction in consumption of
poured concrete quantities in pile may be rejected. In general piling shall be done by
using hydraulic rig with temporary liner. Use of liner for top 4 to 6 metres from
ground level or more depth, to protect loose soil falling in bore hole) as directed by
engineer, is essential. No extra payment shall be made to the contractor for using
temporary liner, over the item of piling as in BOQ.
c) Use of drilling mud in stabilizing sides of the pile borehole may also be necessary
together with temporary or permanent casing wherever sub soil and ground water
conditions are likely to cause mud flows or instability of pile bore or sand boiling.
However, this will be permitted only when deemed necessary by the Engineer.
The properties of polymer drilling solution used and quality control shall be as per the
requirement given below.
Property of Slurry (units) Requirement Test Method(API Standard Method)
Density (g/cc) < 1.02518 Mud Weight Density Balance(API 13B-1)
Viscosity (marsh cone viscosity for 946ccapproximately)
32 to 135* Marsh Funnel and Cup(API 13B-1)
pH 8 to 11.5 Glass electrode pH meter
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 43
or pH paper stripsSand Content immediately prior to concreteplacement (percent by volume)
< 1.0 % Sand Content(API 13B-1)
* Marsh Cone viscosity to be preferred to be maintained between 40 and 48 seconds, though
AASHTO guidelines define the range to be 32-150 seconds.
When using polymer drilling solution, flushing shall be done after the lowering of the
reinforcement cage and tremie before starting of concreting with fresh polymer
drilling solution. No extra payment will be given for the polymer drilling solution.
When borehole is stabilised by casing and drilling mud or by maintaining water head
using temporary/ permanent casing, the bottom of the hole shall be cleaned very
carefully before concreting work is taken up. Cleaning / flushing methodology shall
be submitted and got approved by the engineer prior to commencement of piling.
Where mud flow conditions exist or the aggressive action of ground water is to be
avoided, or in the case of piles built in water or in cases where significant length of
piles could be exposed due to scour – the casing should be left permanently in the
ground with 8 mm thick permanent liners as directed by Engineer-in-charge.
The quantum of steel required in liners up to depth of cut off level shall be measured
as per drawing though the liner might have been provided right from the level of the
working platform on practical considerations, since the length of the permanent liner
above the cut-off level has to be necessarily removed by gas-cutting for facilitating
peeling of the top portion of the pile and for interlacing its reinforcement bars into the
capping slab. There is however, no objection if the surplus pieces (if cut and removed
carefully and then found reusable) are joined and are re-welded to required length for
reuse in the same contract on some of the other piles. No claim shall be entertained
for such pieces if the cut pieces cannot be reused by the Contractor in the aforesaid
manner.
d) Pumping from bore hole shall not be permitted unless a casing has been driven into a
stable stratum which prevents flow of external ground water from other strata in
significant quantities.
e) In case of end bearing piles founded on rock, cutting of rock by hydraulic rig using
diamond bits will be resorted to. Scheme adopted shall be such that noise and
vibration parameters specified in tender document/ Environment manual are not
violated. Drilling in rock shall be carried out by hydraulic rig using diamond bits. No
extra payment shall be entertained for socketing in rock except as specified in BOQ.
f) On completion of boring, loose disturbed or remoulded soil shall be removed from
the base of bore.
Penalty on mishandling of polymer drilling solution
Mishandling of polymer drilling solution (like splashing of polymer drilling solution outside
specified width of barricading or non-cleaning of tyres of dumpers and transit mixers before
leaving the piling site thereby making the road dirty etc.) is strictly prohibited.
Noncompliance of same shall attract a penalty as follows:
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 44
i) On first observation – Rs. one lac
ii) On Second observation – Rs. two lacs
iii) On third and each subsequent observation – Rs. three lacs
The polymer drilling solution should be environment friendly and approved by the Engineer.
Upon the completion of the job, the contaminated polymer solution should be chemically
treated and disposed. No additional cost is payable for safety and proper disposal of the used
polymer solution.
8.4.3 Concreting
a) Prolonged delays in the commencement of concreting after the completion of the
boring shall not be permitted. The time interval between the completion of boring and
placing of concrete shall not exceed 6 hour.
b) The concrete shall have a minimum slump of 150mm in case of concreting in a water-
free bore. Suitable precautions shall be taken for prevention of segregation. Internal
vibrators shall not be used unless the Contractor is satisfied that segregation will not
result because of vibration and unless the method of use has been approved by the
Engineer.
c) The concrete for piles underwater or in drilling mud shall be placed with a tremie
pipe. The tremie pipe shall not be less than 200mm diameter for 20mm aggregate.
The joint between the hopper and tremie pipe as well as the joints in the tremie pipe
shall be water tight and the tremie pipes shall be thoroughly cleaned after each use.
The concrete shall have a minimum slump of 150mm.
It is essential that the water level within the pile bore be in equilibrium before
commencement of concreting.
d) The Contractor shall ensure that heavily contaminated drilling mud has not
accumulated at the base of boring since this could impair free flow of concrete from
the tremie pipe.
e) If the specific gravity of the drilling mud at the base of the bore exceeds 1.20 the
placing of concrete shall not proceed.
f) The first charge of concrete shall be placed in the hopper over a sliding plate of the
bottom of the hopper. The charge should be adequate in volume to ensure flushing
action to prevent mixing of water or drilling mud and concrete. Alternatively floating
plugs of approved specification may be used before the first charge of concrete.
g) The tremie pipe shall at all times penetrate the previously placed concrete with
adequate margin against accidental withdrawal. The tremie pipe shall not be
withdrawn until the completion of concreting. At all times a sufficient quantity of
concrete shall be maintained within the pipe to ensure that the pressure from it
exceeds that from the seepage water.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 45
h) Spot measurements shall be taken at suitable intervals to check that the tremie pipe
has an adequate penetration into previous concrete.
i) Concreting of the pile shall be in one single and continuous operation. In case of long
piles of large diameter, large size mixers or more mixers shall be used so that the
entire concreting operation is completed in not more than six hours after termination
of the bore.
j) The top of concrete in a pile shall be brought above the cut-off level since the top
concrete is loose and is weak because of contamination with water/drilling mud. This
ensures good concrete at the cut-off level.
k) Cut off level (COL)
Cut off level of piles shall be indicated in working drawings or as indicated by
Engineer.
The top of concrete in pile shall be brought above the cut off level to remove all
laitance & weak concrete and to ensure good concrete at cut off level.
As general guidelines, for cut off level up to 1.5m below working level, the concrete
shall be cast of 300mm above COL. For each additional 0.3m increase in depth of
COL an additional coverage of 50mm shall be required. In the circumstance where
COL is below ground water level, the need to maintain a pressure should be observed
& accordingly length of extra concrete above COL shall be determined by the
Contractor and approval of Engineer obtained before concreting.
In case of concrete being placed by tremie method and pile cut off level less than
1.0meter below the ground level, concrete shall be cast to the piling platform level to
permit overflow of concrete for visual inspection. In case COL of pile is more than
1.0 meter below working level then concrete shall be cast to a minimum of one meter
above COL. Before concreting contractor shall obtain the approval of the Engineer of
the height above COL up to which the concrete is to cast.
Any defective concrete in the head of the completed pile shall be cut away and made
good with new concrete.
l) When a casing is being extracted a sufficient quantity of concrete shall be maintained
within the bore to ensure the pressure from external ground water and soil is
adequately exceeded by the pressure of concrete. Otherwise necking of the pile may
result. A minimum embedment of 1.5 to 1.8m is required.
m) No concreting shall be placed in the bore once the bottom of the casing has been
lifted above the top of concrete.
n) After each pile has been cast any empty bore shall be protected and carefully
backfilled as soon as possible with approved materials.
o) Complete boring and concreting records shall be submitted to the Engineer for each
pile. The records shall include the duration of concreting, tremie lengths (individual
and cumulative), tremie pipe lengths removed, theoretical sounding, actual sounding
,actual lengths of pile concreted and the volume of concrete placed, cut off level ,
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 46
founding levels etc. For piles with temporary casings records of sequence of casing
withdrawal and levels of concrete before and after withdrawal shall also be included
in the reports.
8.5 Alignment of Piles
1) Piles shall be installed as accurately as possible according to the drawings either
vertically or to the specified batter. All deviations will be measured at the cut off
level of the piles. The deviation from the true axis shall not be more than 1.5% for
vertical piles and 4% for rake piles. Piles should not deviate in location by more than
75mm when used in groups. For single or 2 piles used under columns, deviation shall
not be more than 50mm. Particular precautions during construction shall be taken by
the Contractor in the case of mono-pile to comply with the alignment criteria.
2) The Contractor shall maintain a record of actual pile locations in the form of drawing
and submit the information to the Engineer at suitable intervals.
8.6 Pile Cap
Pile caps shall be of reinforced concrete. If the pile cap is in contact with earth at the bottom,
a levelling course of minimum 75 mm thickness of PCC of grade M15 shall be provided or as
shown in the drawings.
The attachment of the pile head to the cap shall be adequate for the transmission of loads and
forces. A portion of pile top may be stripped of concrete and the reinforcement anchored into
the cap. Manual chipping may be permitted after three days of pile casting while pneumatic
tools for chipping shall not be used before seven days after pile casting. The top of pile after
stripping shall project at least 150mm into the pile cap. Concreting of the pile cap shall be
carried out in dry conditions. All the operations and tools required for making the pile in dry
condition is included in the item.
8.7 Testing of Piles
1) The load tests shall be in accordance with the Indian Standard Code of Practice for
Design and Construction of Pile Foundations IS 2911 (Part IV) For initial load test,
test load will be 2.5 times the theoretical designed capacity of pile. For initial load,
test arrangement to be designed shall also cater for additional 25% above test load
and nothing extra will be paid on this account. Permissible stresses in test
arrangement (steel truss or plate girder) to cater for test load plus additional 25% load
shall be within permissible stresses as per IS: 800 (as for permanent structure). For
test frame, steel of Grade –B conforming to IS: 2062 shall be used.
2) Engineer will decide the locations of initial and routine horizontal and vertical load
tests to be performed in different zones depending on variation in substrata. Number
of initial pile load tests shall be as indicated in BOQ item. For each station 1 no. of
initial load test for each diameter of pile is to be performed by the contractor. The
contractor shall undertake test piles required for initial pile load test in the initial
stages of work using the same methodology and equipment’s which will be
subsequently used for working piles. These tests shall be undertaken well in advance
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 47
of working pile. No working pile would be allowed to undertaken till initial
satisfactory initial pile load tests have been completed. Non-granting of permission
for pile/ pile cap by Engineer in such respect will not be considered as reason for
delay or any claim thereof. The test arrangement to be employed shall be of nature
which is quick to install and remove and easily transferable. Number of tests will be
as indicated in BOQ.
3) Routine horizontal & vertical load tests are performed as a check on the load carrying
capacity and settlements of the pile foundations.
4) The Contractor shall give the Engineer at least 48 hour notice of the commencement
of construction of these piles which are to be subjected to Initial Tests.
5) The load tests shall not normally be conducted unless the concrete is at least 28 days
old. However in special circumstances, permission can be given by Engineer for prior
testing.
6) All testing shall be done under the direction of experienced personnel conversant with
the equipment and the testing procedure.
7) Before the commencement of the tests all the particulars regarding the test pile
including boring data and concrete cube strengths shall be made available at site and
shall form a part of the test report.
8) On completion of each load test the Contractor shall submit a report of the load test
which shall include the following information.
a) Description of soil conditions, ground water table, actual boring and
installation records, concrete cube test results.
b) Method of load application
c) Load settlement readings during loading and unloading
d) Time load-settlement curve
e) All other observation relevant to the test being conducted.
9) Dynamic Integrity Test:
The Dynamic Integrity test using pile driving analyser or approved equivalent for pile
integrity shall be performed on all the piles as indicated in BOQ. The top of the pile
shall be made accessible, chipped off up to hard concrete, levelled by trimming it
back as far as practicable. The reinforcing bars of the piles tested shall be bent
sideways. The test shall be performed after removal of bad/ weak concrete at top so
that the wave propagation is steady through hard concrete. The test shall be carried
out at minimum 3 Locations on each pile in such a way that the entire cross section of
the pile is evenly covered. The test shall be conducted with a minimum age of
concrete of 15 days. A specialist approved agency shall be employed for the test and
the tests shall generally be as per recommendations of the agency unless directed by
the Engineer. A complete report indicating the graphical display of wave propagation
under each flow shall be submitted along with interpretation of results showing
discontinuities, cross-sectional changes or material changes if any are to be co-related
with Site data.
(a) Reporting
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 48
1) The Contractor shall submit to the Employer’s Representative the test results,associated interpretive report and certificate for each tested pile within 10days of the completion of each test.
2) The interpretation of test results shall be carried out by competent specialistengineers.
(b) Anomalies
1) If any anomalies, which indicate unacceptable weaknesses in the concrete,are reported as a result of integrity testing, the Contractor shall perform coredrilling for sampling and laboratory testing to prove if the quality andbearing capacity of the concrete are adequate. The program for necessarycore drilling and testing shall be consented by the Employer’sRepresentative.
2) If such anomalies are shown to be detrimental to the performance of the pile,remedial measures shall be consented by the Employer's Representative andundertaken by the Contractor to rectify this.
3) No covering over of the piles shall occur until the Employer's Representativeis satisfied with the results of the testing and any remedial works.
10) The contractor shall carryout trial probes and trial pits down to depths decided by the
Engineer with the objective of locating underground utilities well in advance of the
piling. The locations shall be decided by the Engineer after consultation with the
contractor.
8.8 Defective Piles
1) The Engineer reserves the right to reject any pile which in his opinion has not been
constructed in accordance with the specifications.
2) The Contractor will not be paid for rejected piles. The increase in cost of the pile
caps, tie beams and other measures adopted for strengthening as a result of rejection
of defective piles shall be borne by the Contractor.
8.9 Mode of Measurement
1) The Contractor shall be paid for the length of each pile as measured from the pile
termination level (as per drawing) to the vertical cut-off level. The Contractor's rate
shall include all items of work including all temporary/permanent arrangements for
boring, in soil as specified, concreting, handling, form-work and grouting for precast
piles, including chipping of top weak concrete, removal of excavated earth away from
site and polymer drilling solution slurry, chipped concrete etc. and all other items of
work for the satisfactory completion of the pile foundations. Boring in hard rock will
be measured and paid separately. Reinforcement shall be measured and paid
separately.
2) Pile load tests initial and routine shall be measured separately and paid for separately.
3) Each pile integrity test shall be measured and paid for separately.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 49
4) The quantity of permanent steel liners required for the job shall be measured as per
specifications and paid for separately. The rate includes costs of tools and plants,
cutting, welding/riveting, cutting shoe etc. complete.
8.10 As-Built Drawings
On completion of the work, the Contractor will submit a plan showing the exact location and
length of each pile as constructed at site, as well as dates of concreting, cube test results etc.
The original tracing of this drawing shall be submitted to the Engineer.
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 50
S.No.
Clause of BidDocument
Original Clause Revised Clause
B10. Part 2Section VI
Volume 2TechnicalSpecifications
Part–A: Technical Specificationfor Civil Works
11.5 Noise BarriersNoise barriers consisting of15mm thick UV coated cleartransparent polycarbonatesheets meeting the criteria foracoustic performance as per EN1793 and mechanical andstructural performance as perEN 1794 including necessarystructural galvanised steelworkand rubber gasket all around
Replace the first line with thetext given below
11.5 Noise BarriersNoise barriers consisting of10mm thick UV coated cleartransparent polycarbonatesheets meeting the criteria foracoustic performance as per EN1793 and mechanical andstructural performance as perEN 1794 including necessarystructural galvanised steelworkand rubber gasket all around
B11. Part 2Section VI
Volume 4Tender Drawings
The following drawing(s) areadded
DDC101-DD-ELV-ST-DW-38748, Rev 0, Sheet 3 of 3 (1Drawing)
DDC101-DD-ELV-ST-DW-38732, Rev A0 (1 Drawing)
Chennai Metro Rail Project – Phase 1 Extension Addendum – 1ECV-101
Page – 51
ADDENDUM TO PART–3: CONDITIONS OF CONTRACT AND CONTRACT FORMS
S.No.
Clause of BidDocument
Original Clause Revised Clause
C Part 3
Particular Conditionsand Contract Forms
Part 3 Section VIII and IXParticular Conditions andContract Forms
Completely Replace Part 3Section VIII and IX with Part 3(Revised) Section VIII and IX
Part 3 (Revised) is enclosed
Section VIII. Particular Conditions ECV-101
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE I EXTENSION
CONTRACT ECV-101PHASE 1 EXTENSION – WASHERMANPET TO WIMCO NAGAR
CONSTRUCTION OF ELEVATED VIADUCT FROM CH. 2900.000 TO
CH. 6151.000m (3250m APPROXIMATE) FOR STANDARD GAUGE
TWIN TRACK METRO RAIL AND THREE ELEVATED STATIONS –
TONDIARPET, TOLLGATE AND THANGAL, ARCHITECTURAL,
PLUMBING, ROOFING, SIGNAGE, INCLUDING DESIGN OF
TEMPORARY WORKS (SCAFFOLDING, STAGING ETC.), TRAFFIC
DIVERSION, UTILITY SHIFTING AND ALL ASSOCIATED WORKS
EXCLUDING PILES AND PILE CAPS FROM CH. 3320.000 TO
CH. 5308.435m
PART-3 (REVISED)
SECTION VIII & IX
PARTICULAR CONDITIONSAND CONTRACT FORMS
JUNE 2017
CHENNAI METRO RAIL LIMITEDADMIN BUILDING, CMRL DEPOT,
POONAMALLEE HIGH ROAD,KOYAMBEDU, CHENNAI – 600 107, INDIA
2
ECV-101 Part 3 Section VIII and IX (Revised)
Note: Part 3 Section VIII and IX (Revised, June, 2017) supersedes the entire Part 3Section VIII and IX (May, 2017) vide Addendum item No. C
3
ECV-101 Part 3 Section VIII and IX (Revised)
Section VIII. Particular Conditions (PC)
Notes on Particular Conditions
The PC complement the GC to specify data and contractual requirements linked to thespecial circumstances of the country, the Employer, the Engineer, the sector, the overallproject, and the Works. Whenever there is a conflict, the provisions herein shall prevail overthose in the GC.
Part A, Contract Data of the PC, includes data to complement the GC in a manner similar tothe way in which the Bid Data Sheet complements the Instructions to Bidders.
Part B contains the Specific Provisions of the PC
Note that the PC provisions take precedence over those in the GC.
Clause numbers in the PC correspond to those in the GC.
Section VIII. Particular Conditions (Part A: Contract Data) PC-1
ECV-101 Part 3 Section VIII and IX (Revised)
Particular Conditions (PC)
The following Particular Conditions shall supplement the GC. Whenever there is a conflict,the provisions herein shall prevail over those in the GC.
Part A - Contract Data
Q S.No
Conditions Sub-Clause Data
1. Employer’s name andaddress
1.1.2.2 &1.3
Chennai Metro Rail Limited
CMRL Depot, Admin. Building,
Poonamallee High Road,
Koyambedu,
Chennai 600 107.
2. Engineer’s name andaddress
1.1.2.4 &1.3
General Consultant (To be appointed)
3. Bank’s name 1.1.2.11 Japan International Cooperation Agency(JICA)
4. Borrower’s name 1.1.2.12 Government of India
5. Time for Completion 1.1.3.3 540 days
6. Defects Notification Period 1.1.3.7 730 days after the date of issue of TakingOver Certificate for such works or RevenueOperation Date (ROD) whichever is earlier
7. Sections 1.1.5.6 NIL
8. Electronic transmissionsystems
1.3 Fax: 044-23792200 and
Email: [email protected]
9. Governing Law 1.4 India
10. Ruling language 1.4 English
11. Language forcommunications
1.4 English
12. Time for access to, andpossession of all parts of,the Site
2.1 Site is available for immediate occupation
13. Engineer’s Duties andAuthority
3.1(B)(ii) Variations resulting in an increase of theAccepted Contract Amount in excess of 2%shall require approval of the Employer.
Section VIII. Particular Conditions (Part A: Contract Data) PC-2
ECV-101 Part 3 Section VIII and IX (Revised)
Q S.No
Conditions Sub-Clause Data
14. Performance Security 4.2 The Performance Security will be in theform of a “demand guarantee” for anamount of 7.5% of the Accepted ContractAmount and in the same currency of theAccepted Contract Amount.
15. Normal working hours 6.5 Major activities from 9.00 PM to 6.00 AM.Other activities round the clock, but subjectto permission from the local authorities,traffic police etc.
16. Commencement of Works 8.1 Commencement of work shall be from thedate of issue of LOA (by post/ E-mail)
17. Delay damages for theWorks
8.7 As per Employers Requirement in Part-2Section VI,
Please refer
Table: Summary of Delay Damagesbelow.
18. Maximum amount ofdelay damages
8.7 10 % of the final Contract Price.
19. Provisional Sums 13.5.(b)(ii) Rs 5.2 Crores inclusive of cost towardsDAB.
The bidder has to pay the entire amount(100%) of the DAB and raise an invoice of50% of such cost (CMRL share) which willbe reimbursed.
Section VIII. Particular Conditions (Part A: Contract Data) PC-3
ECV-101 Part 3 Section VIII and IX (Revised)
Q S.No
Conditions Sub-Clause Data
20. Total advance payment 14.2 10% of the Accepted Contract Amountpayable in the currencies and proportionsin which the Accepted Contract Amount ispayable
First instalment of 25% of the AdvancePayment shall be paid after the contract issigned and the required bank guarantee inthe specified format from Public SectorBanks is submitted.
After submission of proof of mobilizationof all key personnel required for theproject, the second instalment of 25% shallbe paid.
Last instalment of 50% for plant andmachinery (P&M) shall be paid oncomplete mobilization of all the P&Ms asstated in Part 1 Section III EQC 1.1.2which shall be substantiated by submissionof proof of utilisation within 30 days.Failure to do so shall result in recovery ofsuch amount.
21. Repayment amortizationrate of advance payment
14.2(b) Repayment shall be on pro-rata basis fromeach bill payment
22. Retention Money 14.3(c) NIL from running bills
2.5% of the Accepted Contract Amount inthe form of a Bank Guarantee to besubmitted at the time of signing thecontract agreement
23. Plant and Materials 14.5(b)(i) Deleted
14.5(c)(i) Deleted
24. Minimum Amount ofInterim PaymentCertificates
14.6 1 % of the Accepted Contract Amount.
25. Maximum total liability ofthe Contractor to theEmployer
17.6 1.5 times the Accepted Contract Amount
Section VIII. Particular Conditions (Part A: Contract Data) PC-4
ECV-101 Part 3 Section VIII and IX (Revised)
Q S.No
Conditions Sub-Clause Data
26. Periods for submission ofinsurance:
18.1 Period from issue of LOA
a. evidence of insurance. 15 days
b. relevant policies 28 days
27. Maximum amount ofdeductibles for insuranceof the Employer's risks
18.2(d) 1% of the Contract amount for eachoccurrence.
28. Minimum amount of thirdparty insurance
18.3 INR One Million per occurrence withoutany upper limit on occurrence.
29. Date by which the DBshall be appointed
20.2 Within 28 days of date of commencement.
30. The DB shall be comprisedof
20.2 Three Members
31. List of potential DB solemembers
20.2 Shall be appointed as per GC 20.2
32. Appointment (if notagreed) to be made by
20.3 MD CMRL
33. Number of Arbitrators 20.6 Three
34. Language of Arbitration 20.6 English
35. Place of Arbitration 20.6 Chennai
Section VIII. Particular Conditions (Part A: Contract Data) PC-5
ECV-101 Part 3 Section VIII and IX (Revised)
Table: Summary of Delay Damages as per clause 8.7 of GC
Key dates are from the commencement date
KeyDate(KD)Number
Number ofdays fromdate ofcommence-ment
Description of Key Date
DelayDamagesper day(INR)
General
KD-1. 30 Submission of initial work programme, establishing site office 10000
KD-2. 45Commencement of barricading, traffic diversion andcommencement of utility diversion etc.
10000
KD-3. 60 Ordering formwork for pier, pier-cap, I-girder and U-girder 10000
KD-4. 60 Commissioning of Batching Plant. 50000
KD-5. 60 Completion of 50% of the initial pile load tests 50000
KD-6. 90 Completion of 100% of the initial pile load tests 50000
Casting Yard
KD-7. 105Establishing Casting Yard with pre-stressing beds, handlingequipment and formwork/ moulds ready for production ofprecast elements.
50000
KD-8. 105 Casting of first pre-cast pier-cap at casting yard 100000
KD-9. 105 Casting of first I-girder 100000
KD-10. 105 Casting of first U-girder 100000
KD-11. 120 Casting 50% of I-girders 50000
KD-12. 165 Casting 50% of pre-cast pier-caps at casting yard 50000
KD-13. 135 Casting 100% of I-girders 50000
KD-14. 180 Casting 50% of U-girders 50000
KD-15. 210 Casting 100% of pre-cast pier-caps at casting yard 50000
KD-16. 240 Casting 100% of U-girders 50000
Key Dates: Ch. 4+216 to Ch. 5+112 (STP59 to P99)
KD-17. 75 Casting of first pier completion (STP59 to P99) 100000
KD-18. 105 Completion of 50% of piers (STP59 to P99) 80000
Section VIII. Particular Conditions (Part A: Contract Data) PC-6
ECV-101 Part 3 Section VIII and IX (Revised)
KeyDate(KD)Number
Number ofdays fromdate ofcommence-ment
Description of Key Date
DelayDamagesper day(INR)
KD-19. 135 Completion of 100% of pier and reinstatement of road 160000
KD-20. 135Erection of first pier cap (STP59 to P99) including stitchconcrete
100000
KD-21. 135 Erection of 50% of I-girders (P67 to P71) 80000
KD-22. 150Erection of 100% of I-girders and casting slab complete (P67 toP71)
160000
KD-23. 150 Erection of first U-girder (STP59 to P99) 100000
KD-24. 150 Casting of first cross arm at Toll gate station. 40000
KD-25. 165Erection of 50% of pier-caps (STP59 to P99) including stitchconcrete
80000
KD-26. 180Erection of 100% of pier-caps (STP59 to P99) including stitchconcrete
160000
KD-27. 180 Erection of 50% of U-girders (STP59 to P99) 80000
KD-28. 180 Casting 50% of cross arms at Toll gate station 80000
KD-29. 210 Erection of 100% of U-girders (STP59 to P99) 160000
KD-30. 210Casting of all cross arms, erection of beams and completecasting of concourse slab at Toll Gate
160000
Key Dates: Ch. 4+216 to Ch. 2+900 (P58 to P1) and
Ch. 5+112 to Ch. 6+151 (P99 to CP143)
KD-31. 75 Casting of first pile completion (P58 to P1 and P99 to CP143) 100000
KD-32. 90Casting of first pile-cap completion (P58 to P1 and P99 toCP143)
100000
KD-33. 120 Casting 50% of piles (P58 to P1 and P99 to CP143) 200000
KD-34. 135 Casting 50% of pile-caps (P58 to P1 and P99 to CP143) 200000
KD-35. 135 Casting of first pier completion (P58 to P1 and P99 to CP143) 100000
KD-36. 150 Casting 100% of piles (P58 to P1 and P99 to CP143) 400000
KD-37. 150Erection of first pier-cap (P58 to P1 and P99 to CP143)including stitch concrete
100000
KD-38. 150 Erection of 50% of I-girders (P54 to P58) 200000
Section VIII. Particular Conditions (Part A: Contract Data) PC-7
ECV-101 Part 3 Section VIII and IX (Revised)
KeyDate(KD)Number
Number ofdays fromdate ofcommence-ment
Description of Key Date
DelayDamagesper day(INR)
KD-39. 165 Casting 100% of pile-caps (P58 to P1 and P99 to CP143) 400000
KD-40. 165Erection of all I-girders and casting slab at crossover (P54 toP58)
400000
KD-41. 180 Casting 50% of piers (P58 to P1 and P99 to CP143) 200000
KD-42. 180 Casting first cross arm at Tondiarpet and Thangal Station 100000
KD-43. 210 Casting 100% of piers, reinstatement of road 400000
KD-44. 210Erection of 50% of pier-caps (P58 to P1 and P99 to CP143)including stitch concrete
200000
KD-45. 210 Erection of first U-girder (P58 to P1 and P99 to CP143) 100000
KD-46. 240Erection of 100% of pier-caps (P58 to P1 and P99 to CP143)including stitch concrete
400000
KD-47. 240 Erection of 50% of U-girders (P58 to P1 and P99 to CP143) 200000
KD-48. 240 Casting 50% of cross arms at Tondiarpet and Thangal Station 200000
KD-49. 270 Erection of 100% of U-girders (P58 to P1 and P99 to CP143) 400000
KD-50. 270Casting of all cross arms, erection of beams and completecasting of concourse slab at Tondiarpet and Thangal station.
400000
KD-51. 300Completion of entire Viaduct and allowing complete access totrack and S&T contractors
400000
Station Works
KD-52. 300 Completion of platform level beams and slab at Toll Gate 320000
KD-53. 300 Completion of all Entry/ Exit structural work of all stations 320000
KD-54. 360 Completion to level Degree 3 at all Entry/ Exit structures 160000
KD-55. 360Completion to level Degree 3 at all rooms at Concourse level atall stations
160000
KD-56. 390Completion of platform level beams and slab at Tondiarpet andThangal
320000
KD-57. 410 Completion to level Degree 4 at all Entry/ Exit structures 320000
KD-58. 410Completion to level Degree 4 at all rooms at Concourse level atall stations
320000
Section VIII. Particular Conditions (Part A: Contract Data) PC-8
ECV-101 Part 3 Section VIII and IX (Revised)
KeyDate(KD)Number
Number ofdays fromdate ofcommence-ment
Description of Key Date
DelayDamagesper day(INR)
KD-59. 450Completion to level Degree 3 at all rooms at Platform level atall stations
160000
KD-60. 480Completion to level Degree 4 at all rooms at Platform level atall stations and allowing access to all system-wide Contractors.
320000
KD-61. 500 Completion of roof structure 320000
KD-62. 530Completion of all balance Architectural, Structural, Plumbingworks and Signage
320000
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-9
ECV-101 Part 3 Section VIII and IX (Revised)
Part B - Specific Provisions
Supplement to Part 3 Section VII – General Conditions, unless otherwise stated.
SPNo.
Section VII-GCSub-Clause No.
The following Clauses in this Part B – Particular Conditionssupplement Section VII General Conditions, unless otherwisestated.
SP-1. 1.1.3
Dates, Tests,Periods andCompletion
Add the following sub-clause after Sub-Clause 1.1.3.9 of GeneralConditions
1.1.3.10 Contract Period means the period from the commencementdate to the date 540 days after that date on which whole of the worksshall have been completed and taking over certificate issued plus thedefect liability period
SP-2. 1.15
Inspections andAudit by theBank
Deleted.
SP-3. 2.1
Right to access tothe site
Replace the third paragraph and fourth paragraph with thefollowing clause:
2.1.1 Consequence of delay in giving right of access to the site,beyond the dates given in the Appendix to form of tender and/or theAppendices.
The contractor is required to work on the basis of shared access at thework site duly coordinating with the interfacing contractors. Theaccess given to the contractor is not exclusive to him and the accessshall be shared as per the works and sequences required at site. Theland given access is for the purpose of permanent, its associatedtemporary works and storing materials required at site for next oneweek. For the purpose of stacking of materials ancillary arrangements,offices etc. the contractor need to make its own arrangementselsewhere.
Access to the work area shall be given in a phased manner as requiredto meet the Key Dates given in Appendix–2, Part 2, Section VI,Volume-1 Employer’s Requirement,. The contractor shall take thesedates into the work programme. In case if a particular land area is notavailable for access, employer may give alternate areas in lieu of thesame and the contractor shall accordingly plan his works to cater tosuch changes without any extra cost on such account. Even after suchprovision, if access to any area gets delayed, then
For the purpose of reckoning the delay, the latter among the datesmentioned in the Appendix 2 and the date by which contractorrequired such area in the approved programme shall be considered.
Further that the progress of works in the areas where access is given is
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-10
ECV-101 Part 3 Section VIII and IX (Revised)
to the satisfaction of the employer, then the contractor’s entitlementtowards delays in the areas not handed over shall be as under
Period ofdelay inhandingover (delayreckoned asper abovementionedparagraphs)
Extensionof Time
Compensation forthe suspensionperiod
Remarks
Upto 14days
No No
15 to 30days
Yes No Extension of time asconsidered due bythe employer.
Above 30days and upto 60 days
(Withoutprior notice)
Yes
(Asassessed byengineerandapprovedbyemployerdulyconsideringtheprogram.)
The contractor willbe paid least amongthe following (1)and (2)
(1) As per daily rateof wages for idlelabour/ employees70% of the rate forhire charges for idleplant and machinery(excluding the costof fuel andlubricants) for thenumber of daysapproved by CMRLagainst proof as perremarks column. Inaddition, chargestowards one timedemobilisation,remobilisation ifordered.
(2) 0.02% ofContract value perday for theproportionate* areaof land not givenaccess to beyond 30days upto the timeof handing over.
(* = Area not given
Compensation asassessed by theEngineer andapproved byEmployer onsubmission ofdocumentary proofby the Contractor tothe Engineer’ssatisfaction. Thecontractor shall getthe documentaryproof verified byEngineer on dailybasis from the dayof occurrence.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-11
ECV-101 Part 3 Section VIII and IX (Revised)
access/ Total area)
Above 60days fromthe due datefor handingover andupto 6months fromthe date ofissue ofLOA.
(Withoutprior notice)
Yes
(Asassessed byengineerandapprovedbyemployerdulyconsideringtheprogram.)
The Contractor willbe paid least amongthe following (1)and (2):
(1) The charges forone timedemobilization andre-mobilization ofthe machinesdemobilized due tonon-availability ofsite OR
(2) 0.02% ofContract value perday for theproportionate* areaof land not givenaccess to beyond 30days upto the timeof handing over.
(* = Area not givenaccess/ Total area)
The contractor willbe allowed todemobilize uponreceiving notice ofdemobilizing anymachinery that mayremain idle due tothe delay in handingover of the site. Thecontractor has toremobilize therequired machinerywhen the site ishanded over withoutany compensationtowards the same.
After 6months fromLOA and upto theoriginalcontractperiod or theapprovedextendedperiod ofcompletion.
Yes
(Asassessed byengineerandapprovedbyemployerdulyconsideringtheprogram.)
The Contractor willbe paid least amongthe following (1)and (2):
1) The charges forone timedemobilization andremobilization of themachinesdemobilized due tonon-availability ofsite or
2) 0.02% ofContract value perday for theproportionate* areaof land not givenaccess to beyond 30days upto the timeof handing over.
(* = Area not givenaccess/ Total area)
1. The contractorwill be allowed todemobilize uponreceiving notice ofdemobilizing anymachinery that mayremain idle due tothe delay in handingover of the site. Thecontractor has toremobilize therequired machinerywhen the site ishanded over withoutany compensationtowards the same.
2. When theEmployer confirmsthe date of access tosuch land parcel, theContractor shallsubmit its proposalwith a program for
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-12
ECV-101 Part 3 Section VIII and IX (Revised)
completion of worksin such parcel forEOT which will benegotiated byEmployer andagreed to a revisedKD only for suchworks and the sameshall be through asupplementaryagreement. In case acommon agreementis not achieved, theemployer may deleteat its discretion thescope of work insuch portion of land.
If “Prior Notice” for the purpose of the Table, has been given either bythe Employer or the Engineer at least 30 days before the due date ofhanding over of any site, that hand over is likely to be delayed, then nocompensation will be applicable upto a delay of 60 days from the duedate of handing over. The period of delay in the above table shalltherefore commence 60 days after the original handing over date andsubject to the paras mentioned above the table.
The decision of the Employer shall be final on the amount ofcompensation payable on account of any idle labour/ employees andidle plant/ machinery or re-mobilization charges or pro-rated persquare meter contract value or other form of compensation.
Apart from this, the Contractor has no other remedies in connectionwith any delay in handing over of the sites and the same is an exceptedmatter.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-13
ECV-101 Part 3 Section VIII and IX (Revised)
SP-4. 4.1
Contractor’sGeneralObligations
Replace the third paragraph of Sub-Clause 4.1 GCC
All equipment, material, and services to be incorporated in or requiredfor the Works shall have their origin in any eligible source country asdefined by the Loan Agreement between the Bank and the Borrower
SP-5. 4.2
PerformanceSecurity
Replace paragraph 2 of 4.2 GC
The Contractor shall deliver the Performance Security to the Employerwithin 28 days after receiving the Letter of Acceptance, and shall senda copy to the Engineer. The Performance Security shall be issued byPublic Sector bank selected by the Contractor, and shall be in the formannexed to the Particular Conditions, as stipulated by the Employer, orin another form approved by the Employer.
SP-6. 4.7
Setting Out
Add the following sub-clauses to the end of Sub-Clause 4.7 ofGeneral Conditions
4.7.1 The contractor shall survey and fix the alignment, marklocations, maintaining vertical & horizontal clearances andkeeping in view important site references and obligatorylocations in consultation with Engineer. GTS bench mark,temporary bench marks and control points and other details shallbe handed over by the Engineer.
4.7.2 The Contractor shall establish at his cost, at suitable points,additional reference lines and bench marks as may be necessary.The Contractor shall remain responsible for the sufficiency andaccuracy of all his benchmarks and reference lines. He shall takeprecautions to see that lines, points and bench marks fixed by theEngineer are not disturbed by his work and shall make good anydamage thereto.
SP-7. 4.9
QualityAssurance
Add the following sub-clauses to clause 4.9 of General Conditions:
4.9.1 The Contractor shall submit a detailed Quality Plandemonstrating the proposed method of achieving the requiredquality standards of the Employer as attached in Appendix 3 ofPart-2 Employer’s Requirements.
The Quality Plan should address the quality system as requiredby ISO 9001, 2008 and as described in Appendix 3 of Part-2Employer’s Requirements.
The Quality Plan shall clearly list out the procedures, activities,checks, standards and any such thing such as schedule of tests,which he proposes to carry out during the progress of the worksand are necessary to comply with the quality objectives of theEmployer.
4.9.2 The Contractor’s Quality Plan shall specify the Quality ControlTeam who are to report directly to the top management of theContractor’s organization and is delegated with sufficientauthority to suspend any works. The main responsibility of the
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-14
ECV-101 Part 3 Section VIII and IX (Revised)
Quality Control Team is to carry independent site inspections onthe Works as identified as Hold Points in the Contractor’sQuality Plan to verify that the Works are constructed inaccordance with the relevant design before allowing subsequentworks to commence.
The Contractor’s Quality Plan shall also list the corporate policyadopted by the Contractor.
4.9.3 Without prejudice to GC sub-clause 7.3 - Inspection, Appendix 3of Part-2 Engineer’s Requirements details the procedure for anyadditional Engineer Hold Points.
4.9.4 The Contract allows for continuous audits of the Contractor’scompliance with his Quality Assurance Plan and therequirements of Appendix 3 attached to Part-2 Employer’sRequirements, and any failure of the monthly and/or quarterlyaudits shall result in the relevant payment item in thePreliminaries section of Pricing Document (Section-IV, BiddingForms) being withheld. The decision of the Engineer in thisregard shall be final
4.9.5 No extra payment will be made for complying with theprovisions of this clause, and the cost of the work under thiselement shall be deemed to be included in the cost of the lumpsum items stated in the Pricing Document (Section-IV, BiddingForms).
SP-8. 4.10
Site Data
Add the following sub-clause to the end of Sub-Clause 4.10 ofGeneral Conditions.
4.10.1 The responsibility of the Contractor under sub-clause 4.10 ofGC is full and final and no claim by the Contractor for additionalpayment or extension of time shall be allowed on the grounds that ofany misunderstanding or misapprehension by the Contractor or that hefailed to obtain correct and sufficient information.
SP-9. 4.21
Progress Reports
Add the following sub-clause to the end of Sub-Clause 4.21 ofGeneral Conditions;
4.21.1Cash Flow Estimate
The Contractor shall furnish to the Engineer, a detailed cash flowestimate together with an “S” curve, in respect of the works, within 28days from the Commencement Date. This shall be up-dated andsubmitted every subsequent, three (3) months, thereafter until thecompletion of the works.
SP-10. 6.7
Health andSafety
Add the following to GC 6.7
6.7.1 The Contract allows for continuous audits of the Contractor’scompliance with his OHS&E Plan and the requirements ofOHS&E as stated in Part-2, Volume 3 of the TenderDocuments, and any failure to achieve the required average
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-15
ECV-101 Part 3 Section VIII and IX (Revised)
score of 65% during the quarterly audit shall result in a negativeaudit report, whereby the relevant payment item in thePreliminaries schedule of Pricing Document (Section-IV,Bidding Forms) shall be deducted as per Cl. 4.5.5.1.5 of SectionVI, Volume 3 (OHSE). The decision of the Employer’sRepresentative in this regard shall be final.
6.7.2 No extra payment will be made for complying with theprovisions of this clause and the cost of the work under thiselement is deemed to be included in the relevant payment itemin the Preliminaries schedule of the Pricing Document (Section-IV, Bidding Forms).
SP-11. 8.2
Time forCompletion
Add the following sub-clauses to the end of Sub-Clause 8.2 ofGeneral Conditions;
8.2.1 Access for Others by Key Dates
a) In addition to the Contractor’s obligations to InterfacingContractors contained elsewhere in the Contract, the Contractorshall provide access, occupation or handover to InterfacingContractors to those parts of the Works which are subject to KeyDates, by the Key Dates.
b) The Contractor shall complete those parts of the Works, which aresubject to Key Dates, by the Key Dates as specified in Appendix 2of Part-2 – Employer’s Requirements of this Contract. Those partsof the Works subject to Key Dates shall be completed to a statewhereby any Interfacing Contractor can immediately commencehis works without the need to make any change, addition ormodification to the Contractor’s Works.
c) In the event the Contractor fails to provide access, occupation orhandover in accordance with the Contract to an InterfacingContractor for any part of the Works which is subject to a KeyDate by the Key Date, the Contractor shall pay to the Employer thesum of money stated in Table: Summary of Delay Damages as perclause 8.7 of GC and Part A - Contract Data of PART-3 SectionVIII - Particular Conditions for every day which elapses betweenthe Key Date and the date on which access, occupation orhandover can be granted to an Interfacing Contractor inaccordance with the requirements of the Contract.
Delay Damages Levied on earlier missed key dates will berefunded provided the delay does not results in delay for the worksof any interfacing contractors or overall completion of the work. Incase it is affecting the works of any interfacing contractor themoney recovered as Delay Damages will be adjusted (towardscompensation for interfacing contractor) and then the balance willbe released. CMRL decision will be final and binding in thisregard
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-16
ECV-101 Part 3 Section VIII and IX (Revised)
d) The sums of money stated in Table: Summary of Delay Damagesas per clause 8.7 of GC from Part A- Contract Data of PART-3Section VIII - Particular Conditions for the delay in grantingaccess, occupation or handover to an Interfacing Contractor,represents the damages likely to be suffered by him if that part ofthe Works subject to the Key Date is not capable of having access,occupation or handover given to an Interfacing Contractor inaccordance with the Contract by the Key Date.
e) The Employer’s Representative acting reasonably shall issue anotice of no objection confirming the date on which any part of theWorks subject to a Key Date is in the condition required by theContract so that access, occupation or handover can be given to anInterfacing Contractor in accordance with the requirements of theContract.
f) Key Dates may be extended in accordance with Clause 8.4 of theGeneral Conditions.
g) The Contractor shall give written notice to the Engineer as soon ashe can reasonably foresee an event occurring which is liable tocause any delay to the granting of access, occupation or handoverin accordance with the Contract to an Interfacing Contractor by aKey Date. Such notice, which may, if applicable, be combinedwith a notice given in regard to the Works or any Section inaccordance with Clause 8.4 of the General Conditions, shall not inany event be given later than 28 days after the commencement ofsuch an event which is liable to cause delay to the Key Date.
h) At the time of giving notice of any delay in accordance with GCClause 8.4, the Contractor shall provide the information requiredunder GC Clause 8.4, to the extent applicable to the Key Date.
i) Once occupation is given to an Interfacing Contractor inaccordance with this Condition of Particular Application clause,the Contractor shall only be given access to complete anyoutstanding work or defective work at the times agreed with theInterfacing Contractor who has occupation.
j) In addition to the obligation to give access, occupation orhandover to parts of the Site to Interfacing Contractors, theContractor shall at all reasonable times allow access to all of theSite to the Interfacing Contractors for the purposes of erectingcatenary, laying cables, installing signalling and communicationssystems and all similar work.
k) The access and occupation referred to in this SP clause shallinclude for heavy vehicles at all times.
l) The Contractor shall allow for, and be deemed to have included allrelated costs, in the Contract Price for access, occupation orhandover for Interfacing Contractors on a 7 days a week, 24 hours
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-17
ECV-101 Part 3 Section VIII and IX (Revised)
per day basis.
SP-12. 8.3
Programme
Add before 1st Para:
The works shall be planned and carried out on two fronts on eitherside of the launch site
The detailed time programme along with resource planning shall beprepared by using MS Project/ Primavera (latest edition) to carry outthe works simultaneously on all the fronts. The Cash flow shall also besubmitted along with the programme.
SP-13. 8.7
Delay Damages
Add the following sub-clauses to the end of Sub-Clause 8.7 ofGeneral Conditions
8.7.1 Where the Works are required to be completed withinparticular Key Dates, as stated in Appendix 2 of Part-2Employer’s Requirements, also apply to these Key Datecompletions, and the Appendix to Tender shall include a sumin respect of each Key Date which represents the damageslikely to be suffered by the Employer if the said Key Date isnot accomplished within the time prescribed or by anyextension granted under GC Clause 8.4.
8.7.2 If the Contractor fails to substantially achieve any Key Datewithin the time so prescribed, subject to any extension grantedunder GC Clause 8.4, he shall pay to the Employer theappropriate stated sum for every day which shall elapsebetween the dates on which the prescribed time expired and thedate of achieving that Key Date.
8.7.3 Delay Damages in respect of two or more Key Dates relatingto a single station or Viaduct may run concurrently, and theContractor will be liable for the aggregate of Delay Damagesfor all delayed Key Dates.
8.7.4 All sums payable by the Contractor to the Employer pursuantto GC Clause 8.7 shall be paid as Delay Damages for delayand not as a penalty.
8.7.5 Every station and Viaduct is subject to Key Dates andtherefore the application of Delay Damages on delay. The totalamount of Delay Damages payable by the Contractor inrespect of the delay to the whole of the Works or for failing toachieve any Key Date, shall be limited to the appropriate sumsstated in Table: Summary of Delay Damages as per clause 8.7of GC from Part A- Contract Data of PART-3 Section VIII -Particular Conditions.
8.7.6 Delay Damages Levied on earlier missed key dates will berefunded provided the delay does not results in delay for theworks of any interfacing contractors or overall completion ofthe work. In case it is affecting the works of any interfacingcontractor the money recovered as Delay Damages will be
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-18
ECV-101 Part 3 Section VIII and IX (Revised)
adjusted (towards compensation for interfacing contractor) andthen the balance will be released. CMRL decision will be finaland binding in this regard
SP-14. 8.13
Bonus Clause
Add the following Clause 8.13 after the Clause 8.12
If the contractor finishes the works before the Key date for Issuance ofTaking over certificate, then he will be entitled to claim bonus forearly completion of handing over. The maximum amount of bonuswill be limited to 5% of the contract value.
It will be paid on weekly basis.
The payment amount shall be 0.5% of contract value per week forearlier completion with respect to original completion date restrictedto the upper ceiling mentioned above.
In case of any extension of time (EOT), the above provision of bonusclause will be null and void and not applicable.
SP-15. 12.3
Evaluation
Replace Clause 12.3 with the following
Except as otherwise stated in the Contract, the Engineer shall proceedin accordance with Sub-Clause 3.5 [Determinations] to agree ordetermine the Contract Price by evaluating each item of work,applying the measurement agreed or determined in accordance withthe above Sub-Clauses 12.1 and 12.2 and the appropriate rate or pricefor the item.
For each item of work, the appropriate rate or price for the item shallbe the rate or price specified for such item in the Contract.
Any item of work included in the Bill of Quantities for which no rateor price was specified, the same shall be considered as included inother rates and prices in the Bill of Quantities and will not be paid forseparately.
However, a new rate or price shall be appropriate for an item of workif:
a. (i) the change in the overall contract price exceeds ±25%
(ii) this item is not specified in the Contract as a “fixed rateitem”
or
b. (i) the work is instructed under Clause 13 [Variations andAdjustments]
(ii) no rate or price is specified in the Contract for this item,and
(iii) no specified rate or price is appropriate because the itemof work is not of similar character, or is not executed undersimilar conditions, as any item in the Contract.
Each new rate or price shall be derived from any relevant rates or
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-19
ECV-101 Part 3 Section VIII and IX (Revised)
prices in the Contract, with reasonable adjustments to take account ofthe matters described in sub-paragraph (a) and/or (b), as applicable. Ifno rates or prices are relevant for the derivation of a new rate or price,it shall be derived from the reasonable Cost of executing the work,together with profit, taking account of any other relevant matters.
Until such time as an appropriate rate or price is agreed or determined,the Engineer shall determine a provisional rate or price for thepurposes of Interim Payment Certificates as soon as the concernedwork commences.
SP-16. Clause 13.1
Right to Vary
Add the following sub-clause at the end of Clause 13.1 of GeneralConditions
13.1.1 Payment for Lump Sum Items:
The Contractor shall be bound to carry out and complete the Works asspecified in the Contract or as instructed by the Engineer.
a) The lump sum items included in the Pricing Document will not beeligible for revision.
b) In case the Engineer, in consultation with the Employer, introducesan item which is outside the Scope of the Contract and hence does notcontain any rates or prices applicable to the varied Works, the rate ofsuch items shall be derived from the TNPWD Schedule of Rates2016 – 2017.
c) In the event of the Contractor’s disagreement in respect of any new orrevised rates, the Engineer, after consultation with the Employer,shall fix such rates or prices as appropriate and shall notify theContractor accordingly, with a copy to the Employer.
Until such time as such rate(s) are agreed or fixed, the Engineer, afterconsultation with the Employer, shall determine the provisional rate(s)to enable IPC to be issued by the Engineer.
SP-17. 13.5
Provisional Sums
Add the following text at the end of Sub-Clause 13.5:
As an exception to the above, the Provisional Sum for the cost of theDB shall be used for payments to the Contractor towards theEmployer’s share (one-half) of the invoices of the DB for its fees andexpenses, in accordance with GC 20.2. No prior instruction of theEngineer shall be required with respect to the work of the DB. TheContractor shall produce the DB invoices and satisfactory evidence ofhaving paid 100% of such invoices as part of the substantiation ofthose Statements submitted under Sub-Clause 14.3, which containrequests for payment under the Provisional Sum toward the cost of theDB. The Engineer’s certification of such Statements shall be basedupon such invoices and such evidence of payment by the Contractor.Contractor’s overhead, profit, etc., shall not be included in theprovisional sums for the cost of the DB.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-20
ECV-101 Part 3 Section VIII and IX (Revised)
SP-18. 13.7
Adjustment forchanges inlegislation
Replace Sub clause 13.7 of GC with the following:
13.7.1 Compliance with tax laws requirements
(i) The Contractor shall ensure full compliance with tax laws of Indiawith regard to this Contract and shall be solely responsible for thesame. He shall submit copies of acknowledgements evidencing filingof returns every year and shall keep the Employer fully indemnifiedagainst liability of tax, interest, penalty etc., of the Contractor’s inrespect thereof, which may arise.
The Contractor shall maintain complete records in respect of paymentsmade for taxes, duties, octroi and other levies payable to variousauthorities and shall advise the Employer of the complete details ofsuch payments every month, which shall be enclosed with theMonthly Progress Report.
These records shall remain open for inspection by the Employer or theEngineer at any time and shall be made available to them as and whenrequired.
(ii) In case the Employer or subject works or any component thereof isentitled/ receives approval for exemption, refund, waiver orreimbursement in any of the taxes applicable to the Contract,including but not limited to the Central Excise Duty, Custom Duty,TN VAT in full or part thereof; the Contractor shall follow the dueprocess and obtain such exemption/ refund/ reimbursement of suchtaxes etc. from the concerned authority. The Contractor shall arrangefor the remittance of the refund so obtained to the Employerimmediately. Alternatively, the Employer at its discretion may instructthe Contractor to submit all the documentary evidence of having paidthe taxes to enable the Employer to claim the refund from statutoryauthorities. The Contractor will forthwith comply with any of theabove requests of the Employer and in case of the failure of theContractor, the amount of refund, whether estimated or actual, shall berecovered by the Engineer from the amounts due for payment to theContractor or as debt due from the Contractor.
(iii)The Contractor shall provide a valid registration certificate andclearance certificate under Tamilnadu Government VAT Act, 2005, untilsuch certificate is submitted and accepted, no payment, including releaseof any advance payment, shall be made by the Engineer to theContractor.
13.7.2 Changes in Cost Due to Change in law:
13.7.2.1For the purpose of this clause, ‘Laws’ refer to such laws forthe time being in force in India.
13.7.2.2“Change in Law” means the occurrence or coming into forceof the following, at any time after the Base Date.
Any new tax or change in the rate of any existing tax, if sorelated to the works, which is imposed after the due date of
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-21
ECV-101 Part 3 Section VIII and IX (Revised)
submission of tender and which impacts the performance ofthe contractor with increased cost or which results in extrafinancial gains to the contractor due to decreased cost inexecution of works.
13.7.2.3Such additional or reduced cost shall be certified by theEngineer after examining records provided by the Contractorand shall be paid by or credited to the Employer, subject tosub-clause 13.7.2.5 below.
13.7.2.4Notwithstanding the foregoing, such additional or reducedcost shall not be separately paid or credited, if, the same shallhave been taken into account under any other clause of theContract.
13.7.2.5 If the Price Variation Formula in SP Clause 19 below is adoptedby the Contractor, then no addition or reduction in cost due toany Changes in Law will be allowed by the Employer, exceptfor the changes due to
i) Any new tax introduced
ii) Changes in rate of Customs Duty as compared to the rate existingon the base date
iii) Changes in rate of Excise Duty as compared to the rate existingon the base date
iv) Changes in rate of output TN VAT as compared to the rateexisting on the base date
v) Changes in rate of output Service Tax as compared to the rateexisting on the base date.
vi) Changes in rate of GST as compared to the rate existing on thebase date
13.7.2.6 The impact of the changes referred to in the clause 13.7.2.5 shallbe allowed only to the extent it is not covered by the PriceVariation Formula
13.7.3 After Introduction of GST
The tax components towards Custom Duty, Excise Duty, CST/TNVATand Service Tax shall be quoted by the tenderer separately as indicated inthe Price Bid/ Pricing Summary. The above tax components shall bereimbursed against submission of proof of payment, subject to theindividual ceiling limits as quoted by the tenderer in the Price Bid till thedate the GST comes into effect.
Once the GST has come into force, the payment of tax components forthe
balance amount yet to be claimed for reimbursement shall be regulated as
follows:
The balance amount available up to the ceiling limits under the sub‐headsshall be escalated or reduced in the following manner:
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-22
ECV-101 Part 3 Section VIII and IX (Revised)
The ceiling amounts under Customs Duty, Excise Duty, TNVAT andService Tax as per the contract shall be aggregated and such amount as apercentage to the contract price shall be worked out. Let this be P. Let the% of GST on Contract price be Q. Then, if P < Q or P > Q then thebalance amount shall be:
Revised balance amount = Balance amount × (Q/P)
Such revised balance amount, shall be reimbursed/ recovered based onproof of submission of payment of GST.
Example:
Contract Value Rs. 100 Crores
Customs Duty Rs. 1 Crore
Excise Duty Rs. 6 Crores
TN VAT Rs. 4 Crores
Service Tax Rs. 8 Crores
Total Taxes Part Rs. 19 Corores
Hence, P = 19/100 = 19%
Rs. in Crore
Tax Total ceiling
limit as quoted
Amount
already
reimbursed
upto the date of
GST
Balance to be
reimbursed out
of the ceiling
limit
Excise Duty 6.00 1.00 5.00
TN VAT 4.00 2.00 2.00
Service Tax 8.00 4.00 4.00
Total 19.00 7.40 11.60
In this Case, P = 19/100 = 19%
Assume GST applicable, i.e. Q:
Case-I: Q = 22%, then amount 11.6 Cr shall be 11.6×(22/19) = 13.43 Cr.
Case-II: Q = 15%, then amount 11.6 Cr shall be 11.6×(15/19) = 9.15 Cr.
Thus the balance amount shall be revised to Rs. 13.43 Cr. or Rs. 9.15 Cr.as the case may be and the contractor shall be liable to continue claimingreimbursement against proof to such extent under GST
SP-19. 13.8
Adjustment forChanges in Cost
Replace GC clause13.8 with the following:
Price Variation Formula.
13.8.1 a) Prices payable to the Contractor, in accordance with the
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-23
ECV-101 Part 3 Section VIII and IX (Revised)
Contract, shall be subject to adjustment during performance of theContract to reflect changes in the cost of labour and materialcomponents and other inputs to the Works, in accordance withthe following general formula specified;
Pn = a + b(Ln/Lo) + c(Sn/So) + d(Cn/Co) + e(Fn/Fo)
Where:
“Pn” is the adjustment factor to be applied to the certifiedvalue of the work carried out in month “n”, determined inaccordance with GC Clause 13
“a” is a fixed coefficient as specified in Table A of Schedule ofAdjustment Data in Bidding forms, Section IV, representingthe nonadjustable portion in contractual payments;
“b”, “c”, “d” and “e” are coefficients representing theestimated proportion of each cost element (labour, steel,cement and fuel) in the Works or sections thereof, as specifiedin Table A of Schedule of Adjustment Data in Bidding forms,Section IV,
“Ln”, “Sn”, “Cn” and “Fn” are the current cost indices formonth “n”, determined pursuant to Table A of Schedule ofAdjustment Data in Bidding forms, Section IV of PART 1,applicable to each cost element; and
“Lo”, “So”, “Co” and “Fo” are base cost indices correspondingto the above cost elements at the date specified in Table A ofSchedule of Adjustment Data in Bidding forms, Section IV.
b) Deleted
c) Deleted
13.8.2 Conditions Applicable To Price Adjustment
The source of indexes shall be as per Table A of Schedule ofAdjustment Data in Bidding forms, Section IV. Base dates isas follows;
(a) The base cost indices or prices shall be those Bases,prevailing on the day 28 days prior to the closing datefor submission of bids. Current indices or prices shallbe those prevailing on the day 28 days prior to the lastday of the period to which a particular Interim PaymentCertificate is related. If at any time the current indicesare not available, provisional indices as determined bythe Engineer will be used, subject to subsequentcorrection of the amounts paid to the Contractor whenthe current indices become available.
(b) Deleted.
(c) No price adjustment shall be payable on the portion ofthe Contract Price paid to the Contractor as an advance
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-24
ECV-101 Part 3 Section VIII and IX (Revised)
payment, procurement of plant and machinery such ascasting yard, site office construction and monthly/quarterly deliverable items, TN VAT, Basic CustomsDuty and taxes and duties
(d) The responsibility for arranging copies of the labourand material indices, from the Reserve Bank of Indiaand/or the appropriate Government Institutions abroad,to be delivered to the Engineer and the Engineer on amonthly basis, shall rest with the Contractor.
(e) Whenever the nomenclature or classification ordescription of the indices undergo a change than that isavailable on the Base date, the Engineer will chooseappropriate indices closer to the one available on theBase date for the purpose of determining the variation.The decision of the Engineer in this regard shall befinal and binding.
13.8.3 Non-application of Price Variation Clause to extra items
The Price Variation Clause above shall not be applicable toany extra item of works, not included in the Pricing Document(Section-iv, Bidding Forms), and for which the rates are fixedseparately under Clause 14 of Part 3 - General Conditions.
13.8.4 Adjustment on Account of Price Variation
Adjustments on account of Price Variations may be positive(in which case an additional amount shall be paid to theContractor), or negative (in which case the amount of PriceVariation shall be recovered from the Contractor). Adjustmenton account of Price Variation shall be calculated separately, foreach period between two successive dates of the Contractor’sstatements and paid with the IPC.
After verifying the statement, the Engineer shall certify theadjustment amount and advise the same to the Employer alongwith the IPC. Should any extra amount be due to Contractor,the Employer shall pay the same as far as possible within 28days of certification by the Engineer. Any amount due fromthe Contractor on account of negative adjustment shall berecovered from his pending or other statements at the earliest.
13.8.5 Procedure in case of delay in availability of final Indices
Where the final Price Indices are not available in the ReserveBank of India Bulletins, while making payment towards anIPC, payment towards the Price Variation will be made onprovisional basis based on the indices available, to be adjustedin subsequent statements as and when the final Indices figuresbecome available.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-25
ECV-101 Part 3 Section VIII and IX (Revised)
13.8.6 Price Variation during extended period of completion.
The price adjustment as worked out above i.e. either increaseor decrease will be applicable up to the stipulated CompletionDate of the Works, including the extended period ofcompletion where such extension has been granted under Sub-Clauses 8.4 of the Part I - General Conditions, and where suchan extension has been granted, the price adjustment will be dueas follows:
a) In case the indices increase above the indices applicable toa bill made on the last date of original completion period orthe extended period under Sub-Clauses 8.4, the priceadjustment for the period of extension granted inaccordance with GC sub-clause 8.4 will be limited to theamount payable as per the indices applicable to a statementmade on the last date of the original completion period orthe extended period as determined by the Employer as thecase may be.
b) In case the indices fall below the indices applicable to astatement made on the last date of the original or extendedperiod of completion, then the lower indices will beadopted for Price Adjustment for the period of extension.
c) No price increase will be allowed for periods of delay forwhich the Contractor is held responsible. The Employerwill, however, be entitled to any price decrease occurringduring such periods of delay.
SP-20. 14.1
The ContractPrice.
Add the following sub-clauses to the end of Sub-Clause 14.1(a).
i) For the purpose of calculation of PVC, contract price shall be
adjusted by excluding TNVAT, Customs duties, GST, Service
Tax and all other similar taxes which are paid/ payable to the
contractor on reimbursement basis separately.
SP-21. 14.3
Application forInterim PaymentCertificates (IPC)
Replace (f) with the following:
Any other additions or deductions in respect of variations, claims thathave been approved/provisionally approved by the Employer.However any claims to be made under Clause 20 shall not be includedin IPA’s but may be submitted separately.
Add the following sub-clauses at the end of Clause 14.3 of Part 3General Conditions;
14.3.1 Tax Deduction at Source
Deduction towards Income Tax, and any other tax, may be made atsource from each payment made by the Engineer, as may be directedby Income Tax Department and other statutory bodies or as providedin statute, relevant acts, rules, circulars and directions issued there
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-26
ECV-101 Part 3 Section VIII and IX (Revised)
under.
14.3.2 Post Payment Audit
The Employer reserves the right to carry out a post payment auditand/or technical examination of the Works, and the Final account,including all supporting vouchers, abstracts, etc., and to make a claimon the Contractor for the refund of any excess amount paid to him, ifas a result of such examination, any over-payment to him isdiscovered to have been made in respect of any work done or allegedto have been done by the Contractor, under the Contract. If any under-payment is discovered, the same shall be paid by the Employer to theContractor. Such payments or recoveries, however, shall not besubject to any interest.
SP-22. 14.5
Plant andMaterialsintended forwork
Add the following clause as 14.5 (d)
If at any point of time during the contract period the employer/engineer observes that the contractor fails to procure the materials, theemployer reserves its right to procure such material at the risk and costof the contractor and provide the same to the contractor to incorporateinto the works. Cost incurred on account of such procurementincluding overheads shall be recovered from the future IPAs of thecontractor
SP-23. 14.7
Payment
Replace the sub-clause 14.7 (b) with the following
(b) 80% of the amount certified in each Interim Payment Certificatewithin 7 days of submission of such IPA to the Engineer along withthe Statement and supporting documents. The balance payment of20% of the IPC within 56 days of submission of such IPA to theengineer. The above facility shall be withdrawn in case thecertification by the Engineer or Employer of the final amount fallsbelow 80% of the payment application by the contractor in twosuccessive applications. On withdrawal of such facility, the amountcertified in each Interim Payment Certificate shall be paid within 56days after the Engineer receives the Statement and supportingdocuments.
SP-24. 14.7
Payment
Replace the last paragraph after (c) with the following:
Payment of the amount due in specified currency or currencies shallbe made into the account opened exclusively at Chennai by theContractor with any Public Sector (PSU) Bank or ScheduledCommercial Bank for the operation of funds in this project and allpayments by Employer shall be credited only to such account. CMRLwill audit such accounts quarterly. Contractor cannot take amountsfrom this account until completion of work.
SP-25. 14.9
Payment ofRetention Money
Replace Clause 14.9 of General Conditions with the following
When the Taking-Over Certificate has been issued for the Works, theContractor is entitled to substitute the bank guarantee for the Retention
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-27
ECV-101 Part 3 Section VIII and IX (Revised)
Money with another bank guarantee for 50% of that amount, i.e.,1.25% of the accepted contract amount as per the format annexed tothe Particular Conditions or in another form approved by theEmployer and issued by a reputable bank or financial institutionselected by the Contractor. The Contractor shall ensure that theguarantee is in the amounts and currencies of the second half of theRetention Money and is valid and enforceable until the Contractor hasexecuted and completed the Works and remedied any defects, asspecified for the Performance Security in Sub-Clause 4.2.
The bank guarantee for the outstanding balance of the RetentionMoney shall be returned within 21 days after the issue of PerformanceCertificate payment to the Contractor.
However, if any work remains to be executed under Clause 11[Defects Liability], the Engineer shall be entitled to withholdcertification of the estimated cost of this work until it has beenexecuted.
If the Performance Security required under Sub-Clause 4.2 is in theform of a demand guarantee, and the amount guaranteed under it whenthe Taking-Over Certificate is issued is more than half of theRetention Money, then the Retention Money guarantee will not berequired. If the amount guaranteed under the Performance Securitywhen the Taking-Over Certificate is issued is less than half of theRetention Money, the Retention Money guarantee will only berequired for the difference between half of the Retention Money andthe amount guaranteed under the Performance Security.
SP-26. 14.15
Currencies ofPayment
Replace the entire Sub-Clause 14.15 with the following:
The Contract Price shall be paid in the currency or currencies in whichthe bid price was expressed in the Letter of Bid. If more than onecurrency is so named, payments shall be made as follows:
(a) payment of the damages specified in GC 8.7, shall be made inthe currencies and proportions specified in the Letter of Bid;
(b) other payments to the Employer by the Contractor shall bemade in the currency in which the sum was expended by theEmployer, or in such currency as may be agreed by bothParties;
(c) if any amount payable by the Contractor to the Employer in aparticular currency exceeds the sum payable by the Employerto the Contractor in that currency, the Employer may recoverthe balance of this amount from the sums otherwise payable tothe Contractor in other currencies; and
(d) the applicable rates of exchange shall be those prevailing onthe Base Date and determined by the central bank of the
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-28
ECV-101 Part 3 Section VIII and IX (Revised)
Country.
SP-27. 15.6, 16.1 and16.2
The sub-clauses 15.6, 16.1 and 16.2 mentioned for contracts financedby Asian Development Bank shall be applicable to this tender withcorresponding SPs mentioned for these Clauses
SP-28. 15.6
Corrupt orFraudulentPractices
Replace Sub-Clause 15.6 with the following:
If the Employer determines, based on reasonable evidence, that theContractor has engaged in corrupt, fraudulent, collusive or coercivepractices, in competing for or in executing the Contract, then theEmployer may, after giving 14 day notice to the Contractor, terminatethe Contract and expel him from the Site, and the provisions of Clause15 shall apply as if such termination had been made under Sub-Clause15.2 [Termination by Employer].
Should any employee of the Contractor be determined, based onreasonable evidence, to have engaged in corrupt, fraudulent orcoercive practice during the execution of the work then that employeeshall be removed in accordance with Sub-Clause 6.9 [Contractor’sPersonnel].
SP-29. 16.2
Termination byContractor
Add the following at the end of Sub-Clause 16.2
In cases where the employer has issued a notice under GCC Clause15.1 to correct, the contractor cannot invoke 16.2 without compliancesto such notice. However he may initiate a notice under 16.1 andthereafter only he can take steps under 16.2
SP-30. 20.2
Appointment ofDispute Board
Delete sub-clause 20.2 of Part 3 General Conditions in its entiretyand replace with the following sub-clauses
1. If a dispute (of any kind whatsoever) arises between the Parties inconnection with, or arising out of the Contract or the execution ofthe Works, including any dispute as to any certificate,determination, instruction, opinion or valuation of the Engineer,either Party may refer the dispute in writing to the DisputeAdjudication Board (DAB) for its decision, with copies to theother Party and the Engineer. Such reference shall state that it isgiven under this sub-clause.
2. The DAB shall comprise of three members. Managing Director ofthe Employer will give panel of 5 members and the Contractorshall choose any three members to form the DAB. Such membersshall be professionals experienced in the relevant field ofconstruction. The Parties shall mutually agree on one of membersas the Chairman of the DAB and designate so.
3. Such appointment of DAB shall be made within 28 days of thecommencement of work.
4. The remuneration payable to the adjudicators shall be mutuallyagreed to by the Parties and shall be shared by both the Partiesequally.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-29
ECV-101 Part 3 Section VIII and IX (Revised)
5. If at any time the Parties so agree, they may jointly refer a disputeor any matter to the DAB for it to give its opinion. Neither Partyshall consult the DAB on any matter without the agreement of theother Party.
6. If any member of the DAB declines to act or is unable to act as aresult of death, disability, resignation or termination ofappointment, a replacement shall be made in the same manner asthe replaced person was appointed.
7. The appointment of any member may be terminated by mutualagreement of both Parties, but not by the Employer or theContractor acting alone.
SP-31. 20.3
Failure to Agreeon theComposition ofthe DisputeBoard
Delete sub-clause 20.3 of Part 3 General Conditions in its entirety
SP-32. 20.4
ObtainingDispute Board’sDecision
Delete the first paragraph of sub-clause 20.4 of Part 3 GeneralConditions
SP-33. 20.6Arbitration
Delete sub-clause 20.6 of Part 3 General Conditions in its entiretyand replace with the following sub-clauses.
1. Any dispute between the Parties arising out of or in connection
with the Contractor, not settled amicably in accordance with
sub-clause 20.5 above, and in respect of which the DB’s
decision (if any) has not become final and binding shall be
finally settled by arbitration. The rules governing arbitration
shall be as under:-
A. In case of the Contractor or the Lead Partner of the
Contractor (in the case of a Joint Venture or Consortium)
being of foreign origin.
(i) The Arbitral Proceedings will be administered by the
International Chamber of Commerce (ICC) and
conducted under the ICC Rules of Arbitration, by three
Arbitrators appointed in accordance with the said
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-30
ECV-101 Part 3 Section VIII and IX (Revised)
Arbitration Rules.
(ii) The venue of Arbitration will be at Chennai, India.
(iii) The Governing Law, governing the merits of the
dispute shall be Indian Law and the arbitration shall be
conducted in English language.
(iv) The Indian Arbitration and Conciliation Act, 1996, as
amended from time to time shall be applicable except to
the extent they are inconsistent with the ICC Rules of
Arbitration.
B. In case of the Contractor or the Lead Partner of the
Contractor (in the case of a Joint Venture or Consortium)
being of Indian origin.
(i) The dispute shall be referred to an Arbitral Tribunal
comprising of three members. Either Party may propose
to the other Party for referring the dispute to
Arbitration. If the proposal is initiated by the
Contractor, such proposal shall be addressed to the
Employer and the Employer shall, within fifteen days
from the date of receipt of such proposal, send the
Panel of Arbitrators maintained by the Employer to the
Contractor. The Contractor shall nominate an arbitrator
from the said Panel within fifteen days from the date of
receipt of the Panel from the Employer. The Employer
shall nominate its Arbitrator from the said Panel within
15 days thereafter.
(ii) If the proposal for referring the dispute to Arbitration is
made by the Employer to the Contractor, it shall
forward such proposal to the Contractor along with the
nomination of its Arbitrator from the said Panel. The
Contractor shall, within fifteen days of receipt of the
Panel from the Employer, nominate its arbitrator from
the Panel.
(iii) If either party fails to nominate its Arbitrator within the
prescribed time limit as mentioned above, after the
nomination by the other party, then such other party,
after the expiry of the prescribed time limit, has the
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-31
ECV-101 Part 3 Section VIII and IX (Revised)
right to nominate the arbitrator from the Panel, on
behalf of the party failing to nominate.
(iv) The two arbitrators nominated by the Contractor and
the Employer as above, shall appoint the Presiding
Arbitrator from the Panel referred above, by mutual
consultation among themselves, within 15 days of the
appointment of the second Arbitrator.
(v) If no consensus is reached within 15 days regarding the
appointment of the Presiding Arbitrator, either party
may apply to the Designated Court referred to in the
Arbitration and Conciliation Act, 1996 as amended by
the Arbitration and Conciliation (Amendment) Act
2015 for the appointment of the Presiding Arbitrator.
(vi) The Parties agree that the selection and nomination of
Arbitrators from the Panel should be based on the
nature and subject matter of dispute to be adjudicated
upon, that is, the nominated Arbitrators shall have
sufficient knowledge and experience to decide upon the
disputed matter. It shall also be ensured by the
nominating parties/ Arbitrators, as the case may be, that
at least one member of the Tribunal shall be a legal
professional with a minimum of 20 years of experience.
(vii) In the event of an arbitrator dying, neglecting or
refusing to act or resigning or being unable to act for
any reason, it shall be lawful to appoint another
arbitrator in place of the outgoing arbitrator in the
manner aforesaid.
(viii) Subject to aforesaid, the Arbitration and
ConciliationAct,1996as amended from time to time,
and the rules thereunder and any statutory
modifications thereof for the time being in force shall
be deemed to apply to the arbitration proceedings under
this clause.
(ix) The venue of the arbitration shall be Chennai. The cost
of Arbitration including the fees of the Arbitrator shall
be borne equally by both the parties.
Section VIII. Particular Conditions (Part B: Specific Provisions) PC-32
ECV-101 Part 3 Section VIII and IX (Revised)
2. The arbitrators shall have full power to open up, review and
revise any certificate, determination, instruction, opinion or
valuation of the Engineer, and any decision of the DB relevant
to the dispute. Nothing shall disqualify representatives of the
Parties and the Engineer from being called as a witness and
giving evidence before the arbitrators in any matter whatsoever
relevant to the dispute.
3. Neither Party shall be limited in the proceedings before the
arbitrators to the evidence or arguments previously put before
the DB to obtain its decision, or to the reasons for dissatisfaction
given in its Notice of Dissatisfaction. Any decision of the DB
shall be admissible in the arbitration.
Arbitration may be commenced prior to or after completion of
the Works. The obligations of the Parties, the Engineer and the
DB shall not be altered by reason of any arbitration being
conducted during the progress of the Works.
4. In the event that a Party fails to comply with a final and binding
DB decision, then the other Party may, without prejudice to any
other rights it may have, refer the failure itself to arbitration
under Sub-Clause 20.6 [Arbitration], Sub-Clause 20.4
[Obtaining Dispute Board’s Decision] and Sub-Clause 20.5
[Amicable Settlement] shall not apply to this reference.
5. If a dispute arises between the Parties in connection with, or
arising out of, the Contract or the execution of the Works and
there is no DB in place, whether by reason of the expiry of the
DB’s appointment or otherwise:
(a) Sub-Clause 20.4 [Obtaining Dispute Board’s Decision] and
Sub-Clause 20.5 [Amicable Settlement] shall not apply, and
The dispute may be referred directly to arbitration under Sub-Clause
20.6 [Arbitration].
ECV-101 Part 3 Section VIII and IX (Revised)
Section IX. Annex to the Particular Conditions– Contract Forms:
Table of Forms
Letter of Acceptance .........................................................................................................CF-2
[Option B: Two-Envelope Bidding]Contract Agreement .........................................................................................................CF-3
Performance Security .......................................................................................................CF-5
Advance Payment Security ..............................................................................................CF-7
Retention Money Security................................................................................................CF-9
ECV-101 Part 3 Section VIII and IX (Revised)
Letter of Acceptance[Insert letterhead paper of the Employer]
[Insert date]
To: [Insert name and address of the Contractor]
1. This is to notify you that your Bid dated [insert date] for execution of the [insertname of the Contract and identification number, as given in the Contract Data] forthe Accepted Contract Amount of the equivalent of [insert amount in words andfigures] [insert name of currency], as corrected and modified in accordance with theInstructions to Bidders, is hereby accepted by our Agency.
2. You are requested to furnish the Performance Security within 28 days in accordancewith the Conditions of Contract, using for that purpose one of the PerformanceSecurity Forms included in Section IX, Annex to the Particular Conditions - ContractForms, of the Bidding Documents
3. The completion period is 540 days from the date of issue of Letter of Acceptance(LoA).
4. This letter of acceptance will deemed to be an agreement till the formal agreement isexecuted.
5. The LOA is sent in duplicate, you may please return on copy duly signedimmediately.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract Agreement
ECV-101 Part 3 Section VIII and IX (Revised)
[Option B: Two-Envelope Bidding]
Contract Agreement
THIS AGREEMENT made the [insert day] day of [insert month], [insert year], between[insert name of the Employer] (hereinafter “the Employer”), of the one part, and [insertname of the Contractor] (hereinafter “the Contractor”), of the other part:
WHEREAS the Employer desires that the Works known as [name of the Contract]should be executed by the Contractor, and has accepted a Bid by the Contractor for theexecution and completion of these Works and the remedying of any defects therein,
The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed aspart of this Agreement. This Agreement shall prevail over all other Contract documents.
(i) the Letter of Acceptance (LoA);
(ii) the Letter of Technical Bid and Price Bid;
(iii) the Letters of Clarifications (LoC), if any
(iv) the addenda Nos [insert addenda numbers, if any] (if any);
(v) Contract Documents;
a. Part-3 Section VIII Particular Conditions Part-A and Part-B
b. Part-3 Section VII General Conditions
c. Part-2 Employer’s Requirements including Design Documents,Specifications and Schedules and Tender Drawings
d. Part-1 Section IV Pricing Document and Schedule of Payment
e. Part-1 Bidding Procedure and Other Forms
f. Contractor’s Proposal
g. Any other Documents
(vi) the Acknowledgement of Compliance with Guidelines for Procurementunder Japanese ODA Loans.
For the purpose of interpretation, the priority of the listed documents shall be inaccordance with the above listed order.
3. In consideration of the payments to be made by the Employer to the Contractor asspecified in this Agreement, the Contractor hereby covenants with the Employer toexecute the Works and to remedy defects therein in conformity in all respects with theprovisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of theexecution and completion of the Works and the remedying of defects therein, the ContractPrice or such other sum as may become payable under the provisions of the Contract atthe times and in the manner prescribed by the Contract.
ECV-101 Part 3 Section VIII and IX (Revised)
IN WITNESS whereof the parties hereto have caused this Agreement to be executed inaccordance with the laws of [insert the laws of the borrowing country] on the day, monthand year specified above.
Signed by _______________________ Signed by ______________________
for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of
Witness Witness
Name Name
Signature Signature
Address Address
Date Date
ECV-101 Part 3 Section VIII and IX (Revised)
Performance Security
Option 1: (Demand Guarantee)
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: Chennai Metro Rail Limited, CMRL Depot, Admin. Building, PoonamalleeHigh Road, Koyambedu, Chennai 600 107
Date: [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in theletterhead]
We have been informed that [insert name of Contractor, which in the case of a jointventure shall be the name of the joint venture] (hereinafter called "the Applicant") hasentered into Contract No. [insert reference number of the contract] dated [insert date]with the Beneficiary, for the execution of [insert name of the contract and briefdescription of the Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, aperformance guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay theBeneficiary any sum or sums not exceeding in total an amount of [insert amount infigures] ([insert amount in words]),1 such sum being payable in the types and proportionsof currencies in which the Contract Price is payable, upon receipt by us of theBeneficiary’s complying demand supported by the Beneficiary’s statement, whether inthe demand itself or in a separate signed document accompanying or identifying thedemand, stating that the Applicant is in breach of its obligation(s) under the Contract,without the Beneficiary needing to prove or to show grounds for its demand or the sumspecified therein.
1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amountspecified in the Letter of Acceptance, less provisional sums, if any, and denominated either in thecurrency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary.
ECV-101 Part 3 Section VIII and IX (Revised)
This guarantee shall expire, no later than the [insert the day] day of [insert month],[insert year]2, and any demand for payment under it must be received by us at this officeindicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010Revision, ICC Publication No. 758, except that the supporting statement under Article15(a) is hereby excluded
_______________________[Signature(s)]
2 Insert the date twenty-eight days after the expected completion date as described in GC Clause 11.9. Inthe event of an extension of this date for completion of the Contract, the Employer may request anextension of this guarantee from the Guarantor. Such request shall be in writing and shall be madeprior to the expiration date established in the guarantee.
ECV-101 Part 3 Section VIII and IX (Revised)
Advance Payment Security
Demand Guarantee(To be stamped in accordance with Stamp Act, if any, of the country of the issuing bank)
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: Chennai Metro Rail Limited, CMRL Depot, Admin. Building, PoonamalleeHigh Road, Koyambedu, Chennai 600 107
Date: [Insert date of issue]
ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in theletterhead]
We have been informed that [insert name of Contractor, which in the case of a jointventure shall be the name of the joint venture] (hereinafter called “the Applicant”) hasentered into Contract No. [insert reference number of the contract] dated [insert date ofthe contract] with the Beneficiary, for the execution of [insert name of contract and briefdescription of Works] (hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, an advancepayment in the sum [insert amount in figures] ([insert amount in words]) is to be madeagainst an advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay theBeneficiary any sum or sums not exceeding in total an amount of [insert amount infigures] ([insert amount in words])1 upon receipt by us of the Beneficiary’s complyingdemand supported by the Beneficiary’s statement, whether in the demand itself or in aseparate signed document accompanying or identifying the demand, stating either that theApplicant:
(a) has used the advance payment for purposes other than the costs of mobilization inrespect of the Works; or
(b) has failed to repay the advance payment in accordance with the Contract conditions,specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to theGuarantor of a certificate from the Beneficiary’s bank stating that the advance payment
1 The Guarantor shall insert an amount representing the amount of the advance payment anddenominated either in the currency(ies) of the advance payment as specified in the Contract, or in afreely convertible currency acceptable to the Employer.
ECV-101 Part 3 Section VIII and IX (Revised)
referred to above has been credited to the Applicant on its account number [insertnumber] at [insert name and address of Applicant’s bank].
The maximum amount of this guarantee shall be progressively reduced by the amount ofthe advance payment repaid by the Applicant as specified in copies of interim statementsor payment certificates which shall be presented to us. This guarantee shall expire, at thelatest, upon our receipt of a copy of the interim payment certificate indicating that ninety(90) percent of the Accepted Contract Amount, less provisional sums, has been certifiedfor payment, or on the [insert day] day of [insert month], [insert year],2 whichever isearlier. Consequently, any demand for payment under this guarantee must be received byus at this office on or before that date..
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010Revision, ICC Publication No. 758, except that the supporting statement under Article15(a) is hereby excluded.
____________________[signature(s)]
2 Insert the expected expiration date of the Time for Completion. In the event of an extension of the timefor completion of the Contract, the Employer would request an extension of this guarantee from theGuarantor. Such request shall be in writing and made prior to the expiration date established in theguarantee
ECV-101 Part 3 Section VIII and IX (Revised)
Retention Money Security
Demand Guarantee
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: Chennai Metro Rail Limited, CMRL Depot, Admin. Building, PoonamalleeHigh Road, Koyambedu, Chennai 600 107
Date: [Insert date of issue]
Retention Money Guarantee No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in theletterhead]
We have been informed that [insert name of Contractor, which in the case of a jointventure shall be the name of the joint venture] (hereinafter called "the Applicant") hasentered into Contract No. [insert reference number of the contract] dated [insert date]with the Beneficiary, for the execution of [insert name of contract and brief descriptionof Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a bankguarantee for 2.5% of the accepted contract amount towards the Retention Money has tobe submitted in favour of CMRL.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay theBeneficiary any sum or sums not exceeding in total an amount of [insert amount infigures] ([insert amount in words]) upon receipt by us of the Beneficiary’s complyingdemand supported by the Beneficiary’s statement, whether in the demand itself or in aseparate signed document accompanying or identifying the demand, stating that theApplicant is in breach of its obligation(s) under the Contract, without the Beneficiaryneeding to prove or show grounds for its demand or the sum specified therein.
This guarantee shall expire no later than the [insert day] day of [insert month], [insertyear]2, and any demand for payment under it must be received by us at the officeindicated above on or before that date.
2 Insert the same expiry date as set forth in the Performance Security, representing the date twenty-eightdays after the completion date described in GC Clause 11.9. In the event of an extension of this date forcompletion of the Contract, the Employer shall request an extension of this guarantee from theGuarantor. Such request shall be in writing and made prior to the expiration date established in theguarantee.
ECV-101 Part 3 Section VIII and IX (Revised)
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article
15(a) is hereby excluded.
____________________[signature(s)]
BILL OF QUANTITIES
(Revised)
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
B Schedule B: General
B.1 General
B.1.1
Conducting GPS survey, fixing the alignment, marking locations, vertical and
horizontal clearances, establishing bench marks, reference lines and control
points and other details in consultation with the Employer’s Representative
including corrections if any.
LS 1
a) Establishing GPS stations at an interval not more than 140m with one pair atthe interval of not more than 150 m. The GPS station shall be located onpermanent structure or providing and fixing concrete pillar 600 mm × 600 mm ×1000 mm or on building roof free from any displacement disturbance. StainlessSteel (SS) Plate 100 mm × 100 mm × 4 mm with center punch shall be fixed onthe top of the station. GPS instrument accuracy shall be minimum horizontal 5mm + 0.5 ppm and vertical 10 mm + 0.5 ppm in static observation.
The base line measurement shall be based on minimum 4 hrs. staticobservations and other observations shall be with minimum 2 hrs. Staticobservations.
b) Closed traversing shall be carried out storing in total station Angle andDistance from GPS to GPS with an accuracy of 1: 50000 by observingminimum 3 sets of face right and 3 set of face left. Stations shall beestablished at an interval not more than 200 m. Closing error shall bedistributed with least square method in commercial software compatible to theintrument used for traversing.
Traverse pillar shall be established on permanent structure or providing andfixing concrete pillar 400mm x 400mm x 600mm along the alignment. Totalstation raw data, calculations shall be submitted to the Engineer along withbefore and after adjustment co-ordinates in tabular form
c) Detailed Topographical survey shall be carried out with adjusted traverse co-ordinates. All surface features, ground levels, all underground and over-groundutilities shall be taken. Total Station raw data and calculations shall besubmitted to Engineer for No Objection. Drawings, raw data and calculationsshall be submitted in soft and hard copy.
Sl. No. Description Unit Qty.
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE- I EXT.
CONTRACT NO. ECV-101
BILL OF QUANTITIES (CIVIL) - VIADUCT
Revised BOQ
Page 2 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
d) A closed circuit leveling shall be run along the entire route. The accuracy ofthe leveling will be 12√k, where the k is length of the leveling loop . Digitalleveling instrument shall be used to establish bench mark. Raw data fromdigital level shall be submitted along with adjusted and unadjusted levels intabular form.
e) Establish all control points, traverse, bench mark and TBM. Fixing andValidating Centre line of corridor, GAD and pier locations duly consideringfeasibility of the pier locations on account of physical site constraints, utilities(by physical verification) and on the basis of Geotechnical InvestigationReports, vertical & horizontal clearances and establishing traverse points andbench mark for the elevated section including modifications, if any, as perdrawings.
f) No extra amount will be paid to redo or to re-establish any of the surveypoints. The work shall be maintained during the Contract Period including theextended contract period till the completion of the work. Rate includes allsurvey work including preparation of revised GAD in consultation with theEngineer. However, physical verification of utilities and Geotechnicalinvestigations if necessary will be paid separately under relevant Schedules
NOTE:i. Digital leveling instrument used for the work shall have minimum accuracy of±0.3 mm per km double run with least count not more than 0.01 mmii.Total station instrument shall have minimum accuracy for:a) Angle measurements (Hz, V) of the order of 1"b) Distance measurement of the order of 1mm+2ppm
a. Payment as 50% of total cost of the item on checking and verification of allcontrol points and submission of drawings.
b. Payment as 40% of total cost of the item equally distributed over theduration of the contract and will be paid on pro-rata basis.
c. Payment as 10% of total cost of the item on satisfactory completion of workalong with the final bill.
B.1.2
Providing temporary barricade and arrangement for traffic diversion such astraffic signals during construction at site, for day and night as per requirementand drawing. This item will be payable only at two stages of construction. Firststage involves construction of foundations and substructures: pile, pile cap &pier. Second stage involves construction of particular superstructures. In boththe stages of construction, the barricading and arrangements for trafficdiversion has to be kept continuously. Nothing extra will be paid for dismantlingand re-erecting the barricades the traffic signals and other arrangementsthroughout the project period. Barricading may be required to be shiftedlaterally number of times but the same will be paid only once
Revised BOQ
Page 3 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
The construction barricading will be limited to a width of 8.0m (outside tooutside of barricading). This can be increased at specific locations withapproval of Engineer
(i) 2m height RM 6500
(ii) 1m height RM 6500
The Payment schedule for item shall be as follows:
a. Providing barricading for a given stage and approval of the same byEngineer – 70% of accepted amount for item B.1.2(i) or B.1.2(ii).
b. After completion of all activities of stage for which barricading was erected –30 % of accepted amount for item B.1.2(i) or B.1.2(ii).
(Note: The release barricades will be the property of the contractor and he isalso responsible for shifting all such release materials away from the site.)
B.1.3Submit digital photographs of the works in CDs as directed by the Engineerand supply at monthly intervals or as instructed by the Engineer
Per set 18
B.1.4
Supply of video CDs of 60 minutes duration comprising one master copy andone extra copy showing the progress of works at monthly intervals or asdirected by Engineer
Per set 18
B.1.5
Provide furnished site office, as per the drawing and specifications, for the useof Site Engineer and his supporting staff; approximately 250 sq m area; as perSpecifications (200 m² for elevated station & Viaduct and 50 m² for castingyard)
Per month 18
B.1.6 Clearing including uprooting of rank vegetation, grass, brush wood, cutting oftrees and saplings of all girth and sizes and removal of rubbish to designateddump yard
Sq.m 753
Revised BOQ
Page 4 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
B.1.7 Felling trees of the girth (measured at a height of 1 m above ground level),including cutting of trunks and branches, removing the roots and stacking ofserviceable material and disposal of unserviceable material.
B.1.7.1 Beyond 30 cm girth upto and including 60 cm girth
Nos. 81
B.1.7.2 Beyond 60 cm girth upto and including 120 cm girth
Nos. 75
B.1.7.3 Beyond 120 cm girth upto and including 240 cm girth
Nos. 26
B.1.7.4 Above 240 cm girth
Nos. 14
B.1.8 Transplanting the marked trees of various species and girth to theplaceshown by Engineer/Engineer's representative within a lead of 1.5 Km*with alt tools, plants man & machinary and necessary preperation such as(i) Preperation of earth ball of tree roots of desired depth & diametersii) Dislogging, lifting, transportation and transplanting tree from original place tothe new place including all arrangement, T&P labour etc. for sucessfullycompleting the workiii) Excavating pits of adequate size.arranging loose soil, mixing of manure,fertilizer, insecticides etc to ensure survival of the trees being transplantediv) Maintenance of tree i.e. watering, soil heaping, spray of insectisides for sixmonths, all above operations shall be executed as per specification.*In case the Lead is more that 1.5km, the additional lead shall be payable asper measured distance by shortest route to the destination as approved by theengineer
Revised BOQ
Page 5 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
B.1.8.1 Up to 30 CM. Girth
Nos. 1
B.1.8.2 Beyond 30 CM. Girth up to and including 50 CM. Girth
Nos. 2
B.1.8.3 Beyond 51 CM. Girth up to and including 75 CM Girth
Nos. 3
B.1.8.4 Beyond 76 CM. Girth up to and including 125 CM. Girth
Nos. 4
B.1.8.5 Beyond 126 CM. Girth up to and including 200 CM. Girth
Nos. 1
B.1.8.6 Beyond 201 CM. Girth up to and including 500 CM. Girth
Nos. 1
Total of B
Revised BOQ
Page 6 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
C Schedule C: Foundations- Piles, Pilecaps and Open foundations
C.1 Viaduct (Piles & pilecap)
C.1.1
Providing and installing cast-in-situ vertical bored piles of depth as per drawingand 1200 mm Dia with M35/20 grade of reinforced cement concrete (usingportland slag cement incl all operations such as installation and shifting ofpiling rig etc, in all soil strata including boulders and kankar and softrock/weathered rock. The stated length include test piles for initial load tests.(Measurement shall be from cut-off level to founding level). The item includesdisposal of earth, muck slush released from piles, top cutted portion of pile atdumping ground for all leads. The cost shall also include the cost of emptyboring wherever required. reinforcement shall be paid for separately. Rate shallinclude cost of using required dosage of admixture in concrete for obtainingrequired workability as per approval of Engineer.
aFor 1200mm dia pile by hydraulic rigs using partial depth temporary casing withPolymer (Viaduct)
Rm 6216
bFor 1200mm dia pile by hydraulic rigs using partial depth temporary casing withpolymer (Elevated Stations)
Rm 2432
cExtra over C.1.1 (a) & (b) for drilling and socketing in hard rock for 1200 mmdia pile
Rm 50
Revised BOQ
Page 7 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
d
Extra for providing permanent liner 8 mm thick MS* wherever required in 1200mm dia. piles*In case the liner thickness is anything other than 8mm, the same shall be paidas per pro-rata of weight per running metre length. Rm 50
C.1.2 Initial Vertical Pile Load Tests
(a) Carrying out initial vertical load tests as per relevant IS Code (IS: 2911,Part IV) including all arrangements for measuring settlements and submitting
reports in 3 sets. Rate to include boring, cost of RCC, reinforcement etc. for
test piles as well as reaction piles, making of pile head ready including buildingup in concrete, if required for testing at the desired level, supporting / reactionarrangement (including reaction piles / soil / rock anchors, if any) for the
kenteledge i. e. test load. 2.5 times the design vertical load. The test
arrangements to be designed for additional 25% of the test load.
1200mm dia pile (Design Vertical Load 450 Mt) Nos 3
C.1.3 Initial Lateral Pile Load Tests
(a) Carrying out initial lateral load tests as per relevant IS Code (IS: 2911,Part IV) including all arrangements for measuring deflections and submitting
reports in 3 sets. Rate to include boring, cost of RCC, reinforcement etc. fortest piles as well as reaction piles, making of pile head ready including buildingup in concrete, if required for testing at the desired level, supporting / reactionarrangement (include reaction piles/ soil / rock anchors, if any) for the
kenteledge load i. e. test load . 2.5 times the design lateral load. The test
arrangements to be designed for additional 25% of the test load.
Revised BOQ
Page 8 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
1200mm dia pile (Design Lateral Load 30 Mt) Nos 3
C.1.4 Routine Vertical Pile Load Tests
(a) Carrying out routine vertical load tests as per relevant IS Code (IS:
2911, Part IV) including all arrangements for measuring settlements and
submitting reports in 3 sets. Rate to include boring, cost of RCC, reinforcement
etc. for test piles as well as reaction piles, making of pile head ready includingbuilding up in concrete, if required for testing at the desired level, supporting /reaction arrangement (including reaction piles / soil / rock anchors, if any) for
the kenteledge i.e. test load is 1.5 times the design vertical load . The test
arrangements to be designed for additional 25% of the test load.
1200mm dia pile (Design Vertical Load 450 Mt) Nos. 6
Revised BOQ
Page 9 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
C.1.5 Routine Lateral Pile Load Tests
(a) Carrying out routine lateral load tests as per relevant IS Code (IS: 2911,Part IV) including all arrangements for measuring deflections and submitting
reports in 3 sets. Rate to include boring, cost of RCC, reinforcement etc. for
test piles as well as reaction piles, making of pile head ready including buildingup in concrete, if required for testing at the desired level, supporting / reactionarrangement (including reaction piles / soil / rock anchors, if any) for the
kenteledge i.e. test load. is 1.5 times the design lateral load. The test
arrangements to be designed for additional 25% of the test load.
1200mm dia pile (Design Lateral load 30 Mt) Nos. 6
C.1.6 Dynamic Load Tests on Piles / Sonic Integrity Tests
Low Strain Pile Integrity Tests
Non destructive integrity (low strain) testing of all cast in-situ piles as perspecifications including all arrangements for measurements and submittingreports in 3 sets.
1200mm dia pile Nos. 256
C.1.7 Pile Caps
C.1.7.1Providing M 35/20 concrete (using Portland slag cement) for following concrete
works of Viaduct:
Revised BOQ
Page 10 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
Pile cap including excavation through existing concrete and water boundmacadam road /bituminous road / cement road of all thicknesses includingdismantling other structures, dead utilities etc., all kinds of soil and rockincluding dewatering, pumping and bailing out water, strutting and shoring etc.This item also includes centering and shuttering and backfilling with graded soilin foundation including watering, compacting with a vibratory plate compactorand loading, leading and disposal of surplus excavated material using lockableand covered trucks so as to ensure that during transportation the carriedmaterial does not spill out. Max lead to dumping ground will be allleads.Reinforcement shall be paid separately. Rate shall include cost of usingrequired dosage of admixture in concrete for obtaining required workability,curing and all related works as per drawing and specifications
m3 2390
C.1.7.2Providing M 35/20 concrete (using Portland slag cement) for following concrete
works of Elevated Station:
Pile cap including excavation through existing concrete and water boundmacadam road /bituminous road / cement road of all thicknesses includingdismantling other structures, dead utilities etc., all kinds of soil and rockincluding dewatering, pumping and bailing out water, strutting and shoring etc.
m3 1120
This item also includes centering and shuttering and backfilling with graded soilin foundation including watering, compacting with a vibratory plate compactorand loading, leading and disposal of surplus excavated material using lockableand covered trucks so as to ensure that during transportation the carriedmaterial does not spill out.
Maximum lead to dumping ground will be all leads.Reinforcement shall be paidseparately. Rate shall include cost of using required dosage of admixture inconcrete for obtaining required workability, curing and all related works as perdrawing and specifications
C.1.8 Providing M35 /20 Concrete for following concrete works:
Open foundation including excavation through existing water bound macadamroad/ bituminous road/ concrete road of all thicknesses including dismantlingother structures, dead utilities etc. and soil including dewatering, pumping andbailing out water, strutting and shoring etc.
m3 10
Item also includes the cutting in rock (of all types and strength) if the soundrock is available at shallow depth. This item also includes cost of centering,shuttering, scaffolding, providing cutouts where specified, curing, to completethe work and backfilling in foundation including watering, compacting with avibratory plate compactor and loading, leading and disposal of surplusexcavated material using lockable and covered trucks so as to ensure thatduring transportation the carried material does not spill out. Lead to dumpingground will be all leads
Revised BOQ
Page 11 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
C.1.9
Providing M 15/20 concrete for Minimum 75/100mm thick PCC below pile cap& open foundation extending 75/100mm all round beyond pile cap & openfoundation. Rate shall include the cost of shoring, centering, shuttering,scaffolding, curing arrangements as required etc. complete using requireddosage of admixture in concrete for obtaining required workability as perapproval of Engineer.
m3 199
C.1.10 Reinforced Concrete: Crash Barriers
Providing M30/20 grade concrete for Median/crash barriers for piers at roadlevel including shuttering, curing etc. and all related operations as required tocomplete the work. Reinforcement shall be paid separately. Rate shall includecost of using required dosage of admixture in concrete for obtaining requiredtemperature, workability and retardation as per approval of the Engineer
m3 299
Total of C.1
D Schedule D: Viaduct Substructure & station structure
D.1 Viaduct Substructure
D.1.1 Reinforced Cast in-Situ Concrete
Rates shall include followings:
i) Cost of providing grooves, chamfers, molding, cutout etc. in formwork.
ii) The work will include placing in position of necessary sleeves for variouspurposes, anchors, shear connectors, fixtures, inserts etc. complete as pertechnical specifications and drawings and as directed by the Engineer
iii) The rate shall also include preparation of construction joints as per technicalspecifications and provided approved wire mesh/ weld mesh at such locationas approved by the Employer's Representative or as shown in drawings.
Revised BOQ
Page 12 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
iv) Rate shall include cost of using required dosage of admixture in concretefor obtaining required temperature, workability and retardation as per approvalof the Engineer
v) Rate shall include cost of using necessary tools, plants, machinery and allrelated operations etc. for all heights as per approval of the Employer'sRepresentative.
vi) Rate shall include cost of vibration of concrete, curing, protecting fromdamage, bailing/pumping out water if required as directed by the Engineer
vii) Reinforcement shall be paid separately.
viii) The cost shall be inclusive of the cost of centering, shuttering, scaffolding,providing cutouts where specified, curing arrangements as required, steamcuring arrangement if deemed necessary, all handling etc. complete
Revised BOQ
Page 13 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(a) Viaduct Piers
Providing M50/20 concrete for Reinforced Concrete Viaduct Piers of all
heights & shapes (standard pier, portal pier, cantilever piers, piers for extendedpier caps, pier for depot line approaches, piers for cross-over structures &Piers at stations) including steel shuttering, scaffolding, positioning of insertsand all related operations as required to complete the work as per drawing &specifications
m3 2505
(b) Station Piers
Providing M50/20 concrete for Reinforced Concrete Station Piers of all heights& shapes (standard pier, portal pier, cantilever piers, piers for extended piercaps, pier for depot line approaches, piers for cross-over structures & Piers atstations) including steel shuttering, scaffolding, positioning of inserts and allrelated operations as required to complete the work as per drawing &specifications
m3 1160
( e) Cantilever Pier Caps
Providing M45/20 concrete for Reinforced Concrete Cantilever Pier Caps at allheights including centering, steel shuttering, scaffolding, positioning of insertsand all related operations as required to complete the work as per drawing &specifications.
m3 227
(f) Extra over on above items D1 (e) for upgrading from M45 to M50 gradeconcrete *
m3 50
(g) Extra over on above items D1 (a) to (c) for upgrading from M50 to M55grade concrete *
m3 50
(h) Extra over on above items D1 (a) to (c) for upgrading from M50 to M60grade concrete *
m3 50
* ± 25% variations clause will not apply
Revised BOQ
Page 14 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
Total of D1.1
D.1.2 Pre-Cast Concrete:
D.1.2.1
Providing M45/20 concrete for Providing, casting, pre-stressing and curing
precast Standard Pier Caps supporting superstructure, including shear key,pedestals, in-situ connection with pier. The item includes lifting the pier capsfrom the mould and shifting the same to the stacking yard. The item includesprovision of holes for lifting and filling of holes after erection using non-shrinkgrout.
m3 1774
Reinforcement, anchorages and sheathing shall be paid separately. Rate shallinclude cost of using required dosage of admixture in concrete for obtainingrequired workability as per approval of Engineer and all related operations asrequired to complete the work as per drawing & specifications.
The cost shall be inclusive of the cost of centering, shuttering, scaffolding,providing cutouts where specified, curing arrangements as required, steamcuring arrangement if deemed necessary, all handling etc. complete
D1.2.2
Transporting precast Standard Pier Caps from the casting yard / storage yardto the work site, erection in position including the cost of all temporarysupports, erection equipment, lifting cranes, transporting etc, positioning andfixing on pier with cement concrete of M45/20 grade. The weight shall becalculated assuming concrete density of 2.5 t/m³. Shifting within the site/ yardis the responsibility of the contractor and shall not be paid separately. Castinsitu connection concrete shall be paid as per the rate for item D.1.2.1
MT 4435
Total of D1.2
Revised BOQ
Page 15 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
E Schedule E: Superstructure
E.1
Providing M55/20 concrete as per technical specifications, casting, pre-
stressing and curing of precast full span U‑girder of all simply supportedspans (straight or curved) in the casting yard including provision of shearconnector for secondary pour concrete (rail plinths), additional bars forearthing, bars/ strands/ hooks for lifting of U_Girder, cutting of bars/ strands/hooks after transportation and sealing of lifting recess as specified in drawings,lifting the full spans from the mould and shifting the same to the stacking yard.
m3 11614
Note: the cost shall be inclusive of the cost of centering, shuttering, scaffolding,providing cutouts where specified, curing arrangements as required, steamcuring arrangement if deemed necessary, all handling etc. complete.
Reinforcement shall be paid separately. Rate shall include cost of usingrequired dosage of admixture in concrete for obtaining required workability asper approval of Engineer, anti-corrosive paints for lifting hooks, insert platesand exposed steel surfaces and all other related operations as required tocomplete the work as per drawings and specifications
E.2
Providing M55/20 concrete as per technical specifications, casting, pre-
stressing and curing of precast full Modified U‑girder spans (in Stations) of
all simply supported spans (straight or curved) in the casting yard includingprovision of shear connector for secondary pour concrete (rail plinths),additional bars for earthing, bars/strands/hooks for lifting of U_Girder, cutting ofbars/ strands/ hooks after transportation and sealing of lifting recess asspecified in drawings, lifting the full spans from the mould and shifting thesame to the stacking yard.
m3 1924
Note: the cost shall be inclusive of the cost of centering, shuttering, scaffolding,providing cutouts where specified, curing arrangements as required, steamcuring arrangement if deemed necessary, all handling etc. complete.Reinforcement shall be paid separately.
Rate shall include cost of using required dosage of admixture in concrete forobtaining required workability as per approval of Engineer, anti-corrosive paintsfor lifting hooks, insert plates and exposed steel surfaces and all other relatedoperations as required to complete the work as per drawings and specifications
Revised BOQ
Page 16 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
E.3
Transporting precast full spans U-Girder (in Viaduct) of simply supportedspan from the casting yard to work site, erection in position including the costof all temporary supports, erection equipment, lifting cranes, transporting etc,and positioning on bearings etc for viaduct into completed structuresconforming to required lines, grades and dimensions complete as per drawingsand specifications. The weight shall be calculated assuming concrete densityof 2.5 t/m³. Shifting within the site / yard is the responsibility of the contractorand shall not be included for payment
MT 29035
E.4
Transporting precast full span Modified U‑girder (in Stations) of simplysupported span from the casting yard to work site, erection in position includingthe cost of all temporary supports, erection equipment, lifting cranes,transporting etc, and positioning on bearings etc for station into completedstructures conforming to required lines, grades and dimensions complete asper drawings and specifications. The weight shall be calculated assumingconcrete density of 2.5 t/m³. Shifting within the site / yard is the responsibility ofthe contractor and shall not be included for payment
MT 4810
E.5
Static Load Test of U-girder span – Load testing of full span U-girder on site,
erected in position, including arrangements for applications of serviceablevertical load for measuring deflection and rotations and submitting a report(Payment as per MT of applied test load). The sequence of placement, positionof loading, means of loadings to be applied on structure during test, additionalmeasures to be carried out (such as temperature measures) shall be asdirected by the Engineer.
MT 225
E.6
Providing M55/20 concrete as per technical specifications, casting, pre-
stressing and curing of precast post-tensioned concrete I-Beam of all spans(straight or curved) including provision of shear connectors, inserts, bars/strands/ hooks for lifting, cutting of bars/ strands/ hooks after transportationand sealing of lifting recess as specified in drawings, lifting the full spans fromthe mould and shifting within the casting yard.
m3 418
The cost shall be inclusive of the cost of centering, shuttering, scaffolding,providing cutouts where specified, curing, steam curing arrangement if deemednecessary, all handling etc. complete. Reinforcement shall be paid separately.
Rate shall include cost of using required dosage of admixture in concrete forobtaining required workability as per approval of Engineer, anti-corrosive paintsfor lifting hooks, insert plates and exposed steel surfaces and all other relatedoperations as required to complete the work as per drawings and specifications
Revised BOQ
Page 17 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
E.7
Transporting precast I-Beams from the casting yard to work site, erection inposition including the cost of all temporary supports, erection equipment, liftingcranes, transporting etc, and positioning on bearings etc for station intocompleted structures conforming to required lines, grades and dimensionscomplete as per drawings and specifications. The weight shall be calculatedassuming concrete density of 2.5 t/m³. Shifting within the site / yard is theresponsibility of the contractor and shall not be included for payment
MT 1045
E.8 Slab over precast I beams & cross-girder
E.8.1
Providing M45/20 concrete for Reinforced Concrete Slab over precast I beams& cross-girder at all heights including centering, steel shuttering, scaffolding,positioning of inserts and all related operations as required to complete thework as per drawing & specifications. (Note: Rate includes provision ofsacrificial formwork for casting of slab).
m3 432
E.9
Providing, pre-casting and curing precast concrete Parapet of M30/20 gradefor cross-over/Depot approach structures including centering, steel shuttering,scaffolding, positioning of inserts and all related operations as required tocomplete the work as per drawing & specifications. Reinforcement shall bepaid separately. Rate shall include cost of using required dosage of admixturein concrete for obtaining required workability as per approval of Engineer.
m3 243
E.10
Transporting precast parapets from the casting yard to work site, erection inposition including the cost of all temporary supports, erection equipment, liftingcranes, transporting etc, and positioning on bearings etc for station intocompleted structures conforming to required lines, grades and dimensionscomplete as per drawings and specifications. The weight shall be calculatedassuming concrete density of 2.5 t/m³. Shifting within the site / yard is theresponsibility of the contractor and shall not be included for payment
MT 607
E.11 Elastomeric Bearings
Supply, fitting, and fixing in position, true to line and level elastomeric
bearings conforming to IRC:83 (Part II), Section IX complete with allaccessories including steel wedge plate and M75 grade concrete mortar / non-shrink grout above and below the bearings for levelling as per drawings &specifications below U-beams, I-beams at cross-over spans, prefabricatedsteel girders (at movable end) including testing of all bearing to the satisfactionof Engineer. Entire installation is to be carried out strictly in the presence ofmanufacturer's representative at all times for viaduct and elavated station
cm3 6261840
Revised BOQ
Page 18 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
E.12Supply, fitting, and fixing in position, true to line and level of walkway Gap
cover complete with all accessories as per drawing.cm3 14288400
Total of E
F Schedule F: Reinforcing steel
F.1 Reinforcing Steel
Providing Thermo-Mechanically Treated (TMT) reinforcement steel of Fe-500Dgrade, from approved list of supplier/s, straightening, cutting, bending, tying,lapping of bars/ butt welding, placing including couplers, 18 gauge G.I. twinbinding wire, in all structural concrete at all heights and depths complete as pertechnical specifications and drawings (including station pile, pilecap, pier, piercap & U-girder)
Mt 6118
The rate includes anti corrosive coating with Cement + Inhibitor solution as perTechnical specifications.
Total of F.1
Revised BOQ
Page 19 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
G Schedule G: High Tensile Prestressing steel
G.1 High Tensile Prestressing Steel (viaduct)
(1) Supplying of uncoated stress-relieved low relaxation steel strandsconforming to IS: 14268, class-2 for pretension of precast full span U-girders(simply supported spans) including spacers, stressing of strands, protection ofexposed cut-strands, anti-corrosive paints, HDPE debonding tubes at ends ofstrands if required, and all related operations to complete the work for viaduct.The length of strands for payment shall be the measured length within the pre-stressed member only
(i) Strands Mt 326.7
(ii) HDPE debonding tubes for prestressing strands (to be cut off flush toconcrete after casting), epoxy based sealing compound at edges of strand andepoxy putty to avoid slurry ingress during concreting. The quantity given is thenet length of tubes without extra tube length required during construction. Rateincludes filling HDPE tube with grease as specified in ASTM.
Rm 23089.9
(2) Supplying of uncoated stress-relieved low relaxation steel strandsconforming to IS: 14268, class-2 for pretension of precast full span modified U-girders at station (simply supported spans) including spacers, stressing ofstrands, protection of exposed cut-strands, anti-corrosive paints, HDPEdebonding tubes at ends of strands if required, and all related operations tocomplete the work for station. The length of strands considered for paymentshall be the measured length within the girders only
(i) Strands Mt 47.9
Revised BOQ
Page 20 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(ii) HDPE debonding tubes for prestressing strands (to be cut off flush toconcrete after casting), epoxy based sealing compound at edges of strand andepoxy putty to avoid slurry ingress during concreting. The quantity given is thenet length of tubes without extra tube length required during construction. Rateincludes filling HDPE tube with grease as specified in ASTM.
Rm 5912.3
(3) Supplying, threading uncoated stress-relieved low relaxation steelconforming to IS: 14268, class-2 in post-tensioned I girder including providing102mm ID (for 19K15) or 85mm ID (for 12K15), corrugated HDPE duct (bothsides) - 2.3mm thick with couplers, vent pipes, spacers, anchorages, stressingusing 19K15 system and grouting of ducts, epoxy protection of anchorages,anti-corrosive paints, sealing of PT anchorage recess with concrete (samegrade as structure) and all related operations to complete the work in single ormultiple stages at all heights, at all locations. (Note: the details shown on thedrawing all likely to change and nothing extra will be paid to the contractor onthis account).
(i) Strands MT 43.7
(ii) Corrugated HDPE duct - 102mm ID RM 2207.5
(iii) Corrugated HDPE duct - 85mm ID RM 100.0
(v) Anchorage assemby for 12K15 cable. nos 10.0
Revised BOQ
Page 21 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(vi) Anchorage assembly for 19K15 cable. nos 192.0
(4) Supplying, threading uncoated stress-relieved low relaxation steelconforming to IS: 14268, class-2 in post-tensioned Standard pier capsincluding providing 102mm ID (for 19K15 & 16K15) or 85mm ID (for 12K15),corrugated HDPE duct (both sides) - 2.3mm thick with couplers & vent pipes,spacers, anchorages, stressing using 19K15 system and grouting of ducts,epoxy protection of anchorages, anti-corrosive paints, sealing of PT anchoragerecess with concrete (same grade as structure) and all related operations tocomplete the work in single or multiple stages at all heights, at all locations.(Note: the details shown on the drawing all likely to change and nothing extrawill be paid to the contractor on this account).
(i) Strands MT 90.5
(ii) Corrugated HDPE duct - 102mm ID RM 4342.4
(iii) Corrugated HDPE duct - 85mm ID RM 2060.8
(v) Anchorage assembly for 19K15 cable. nos 916.00
Revised BOQ
Page 22 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(vi) Anchorage assembly for 12K15 cable. nos 424
(vi) Anchorage assembly for 16K15 cable. nos 16
Total of G.1
H Schedule H: Structural steel
H.1 Structural Steel
Structural Steel for Insert Plates/ Fasteners, Cover plates, Cable Tray inserts,cable tray brackets, Earthing etc.
(i) Providing, fabricating and erecting structural steel members for steel
covering plate between two U-girder inner flanges and for covering plate
above shear keys on pier cap top. The item consists of plates profiled to
required shape, inserts, plates with welded hold fasts, insert plates with weldedhold-fasts, internal threaded sleeves including HSFG bolts tightened by torquewrench and Zinc Oxide primer coat and 4 coats of PU paint of approved makeand colour.
MT 5
(ii) Providing, fabricating and erecting structural steel members for steel
platform for emergency evacuation for single track viaduct and cross-
over & Road Drain. The item consists of rolled steel sections and plates
profiled to required shape, inserts, plates with welded hold fasts, insert plateswith welded hold-fasts, internal threaded sleeves including HSFG boltstightened by torque wrench and Zinc Oxide primer coat and 4 coats of PU paintof approved make and colour.
MT 48.3
Revised BOQ
Page 23 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(iii) Providing, fabricating and erecting all structural steel inserts for cable
trays inserts, cable tray brackets, connection of OHE mast, earthing
arrangement consisting of plates with welded hold fast, welded headed nuts,
internal threaded sleeves, studs in the form of U- bars, bolts (class 4.6) etc.
MT 75
Note: Some inserts fabricated by other agencies which have to be incorporatedin the precast spans/ piers/ pilecap/ pile would have to be handed over to thecontractor for placement and fixing in the reinforcement cage / shutteringbefore concreting. No extra payment will be made for such inserts.
(iv) Providing, fabricating and erecting structural steel hand railing consisting
of tubular or rolled sections profiled to required shape, inserts, plates withwelded hold fasts for walk-way, insert plates with welded hold-fasts, internalthreaded sleeves including HSFG bolts tightened by torque wrench and ZincOxide primer coat and 4 coats of PU paint of approved make and colour.
MT 75
Total of H.1
I Schedule I: Road, Drain, roofing and Miscellaneous
I.1 Road, Drain and Miscellaneous
I.1.1 Expansion Joints
(a) Strip Seal Joint – Providing and installing single strip seal joint conformingto latest revisions of MoRTH circulars including provision of edge beams atend edges of precast diaphragm segments and cast in situ unit and all relatedoperations as required to complete the work as specified in specifications. Gapfor expansion joint: 100mm.
Rm 100
Revised BOQ
Page 24 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
(b) Omega (Ώ) joint – Providing and installing omega joint conforming to IRC83 - part II. The rate shall include casting of cast-in-situ plinth at edge of deck
for fixing joint. Gap for expansion joint: 100mm.
Rm 2765.2
I.1.2 Drainage
(a) Viaduct portion – Providing & fixing of HDPE corrugated double wall rain
water pipes in pier cap and down take pipes, bends, couplers, upper receivingcap etc. upto bottom of pier as specified in drawings.
i) 150mm dia
Rm 50
ii) 200mm dia Rm 1404
iii) Upper receiving cap -( hot dipped galvanised @650 g/m^2 steel) for 150mmDia pipe
Nos 67
iv) Upper receiving cap -( hot dipped galvanised @650 g/m^2 steel) for 100mm
Dia cleaning pipeNos 100
Revised BOQ
Page 25 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
Traffic Signals, signages & other Traffic aids (as per IRC specification)
I.1.3
Providing and fixing road informatory items viz. retro reflective traffic signs asper specification/ drawings and as directed by the engineer-in-charge. Thesteel frame required shall be paid extra in respective steel works items underDSR 2014
sqm 50
I.1.4Providing and fixing Road infrastructure items required for traffic diversion asper specification/ drawings and as directed by the engineer-in-charge.
I.1.4a Road delineator each 500
I.1.4b Serial lights RM 1050
I.1.4c
Traffic Cones with following Details:i) Square Base Cone with heavy baseii) Height : 705 mmiii) Base : sqaure 390 mm x 390 mmiv) Cone Colour : Red colour (UV stabilised)v) Body Materia : Low Density Poly Ethylenevi) Reflective Part : 1 No. White colour Engineering Grade Reflective band of125 mm width all round.
each 300
I.1.5Deployment of adequate manpower for 8 hrs shift for day & night managementof traffic at intensection, roadway influenced by contractor & traffic diversionsat various levels.
I.1.5.1 In-charge shifts 802.5
Revised BOQ
Page 26 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
I.1.5.2 Supervisor shifts 4475
I.1.5.3 Traffic Guards shifts 25000
I.1.6
Supply, fitting, and fixing in position, true to line and level of Noise Barrier
above the girder parapet complete with all accessories (polycarbonatesheets, structural galvanised steelwork, rubber gasket all round etc.) as per theTechnical specifications.
sqm 8340
I.1.7
Providing and laying at or near ground level factory made kerb stone (100mmthk) of M-25 grade cement concrete in position to the required line, level andcurvature, jointed with cement mortar 1:3 (1 cement: 3 coarse sand) includingmaking joints with or without grooves (thickness of joints except at sharp curveshall not to more than 5mm), including making drainage opening whereverrequired complete etc. as per direction of Engineer-in-charge (length offinished kerb edging shall be measured for payment). (Precast C.C. kerb stoneshall be approved by Engineer-in-charge).
RM 2400
I.1.8
Providing and laying 60mm thick factory made cement concrete interlockingpaver block of M -30 grade made by block making machine with strongvibratory compaction, of approved size, design & shape, laid in required colourand pattern over and including 50mm thick compacted bed of fine sand, fillingthe joints with fine sand etc. all complete as per the direction of Engineer-in-charge.
sqm 1800
I.1.9
Laying at or near ground level old kerb stones of all types in position to therequired line, level and curvature, jointed with cement mortar 1:3 (1 cement : 3coarse sand) including making joints with or without grooves (thickness ofjoints, except at sharp curve, shall not be more than 5mm) including makingdrainage opening wherever required etc. complete as per direction of Engineer-in-charge. (Length of finished kerb edging shall be measured for payment).(Old kerb stones removed during construction shall be reinstalled whenrestoring the road)
RM 600
and drawings
Revised BOQ
Page 27 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
I.1.10
Preparation and consolidation of sub grade with power road roller of 8 to 12tonne capacity including excavating earth to an average of 22.5 cm depth,dressing to camber and consolidating with road roller including making goodthe undulations etc. and re-rolling the sub grade and disposal of surplus earthwith all lead
sqm 8400
I.1.11
Providing and applying tack coat using hot straight run bitumen of grade VG -10, including heating the bitumen, spraying the bitumen with mechanicallyoperated spray unit fitted on bitumen boiler, cleaning and preparing the existingroad surface as per specifications :
I.1.11.1 On W.B.M. @ 0.75 Kg / sqm sqm 8400
I.1.11.2 On bituminous surface @ 0.50 Kg / sqm sqm 57150
I.1.12
Construction of granular sub-base by providing close graded Materialconforming to specifications, mixing in a mechanical mix plant at OMC,carriage of mixed material by tippers to work site, for all leads & lifts, spreadingin uniform layers of specified thickness with motor grader on prepared surfaceand compacting with vibratory power roller to achieve the desired density,complete as per specifications and directions of Engineer-in-Charge.
I.1.12.1With material conforming to Grade-I (size range 75 mm to 40 mm) having CBRValue-30
cum 2520
I.1.13
Providing, laying, spreading and compacting graded stone aggregate(size range 53 mm to 0.075 mm ) to wet mix macadam (WMM) specificationincluding premixing the material with water at OMC in mechanical mix plant,carriage of mixed material by tipper to site, for all leads & lifts, laying in uniformlayers with mechanical paver finisher in sub- base / base course on wellprepared surface and compacting with vibratory roller of 8 to 10 tonne capacityto achieve the desired density, complete as per specifications and directionsof Engineer-in-Charge.
cum 2520
Revised BOQ
Page 28 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
I.1.14
Providing and laying Dense Graded Bituminous Macadam using crushed stoneaggregates of specified grading, premixed with bituminous binder and filler,transporting the hot mix to work site by tippers, laying with paver finisherequiped with electronic sensor to the required grade, level and alignment androlling with smooth wheeled, vibratory and tandem rollers as per specificationsto achieve the desired compaction and density, complete as per specificatonsand directions of Engineer-in-Charge.
I.1.14.1
50 to 100 mm average compacted thickness with bitumen of grade VG-30@5% (percentage by weight of total mix) and lime filler @ 2% (percentage byweight of Aggregate) prepared in Drum Type Hot Mix Plant of 60-90 TPHcapacity.
cum 672
I.1.15
Providing and laying Bituminous concrete using crushed stone aggregates ofspecified grading, premixed with bituminous binder and filler, transporting thehot mix to work site by tippers, laying with paver finisher equiped withelectronic sensor to the required grade, level and alignment and rolling withsmooth wheeled, vibratory and tandem rollers to achieve the desiredcompaction and density as per specification, complete and as per directions ofEngineer-in-Charge.
I.1.15.140/50 mm compacted thickness with bitumen of grade VG-30 @5.5%(percentage by weight of total mix) and lime filler @ 3% (percentage by weightof Aggregate) prepared in Batch Type Hot Mix Plant of 100-120 TPH capacity.
cum 2857.5
I.1.16
Providing and laying Bitumen Penetration Macadam with hard stone aggregateof quality, size and grading as specified, with bitumen of suitable penetrationgrade, including required key aggregate as specified, spreading coarseaggregate with the help of self propelled/ tipper tail mounted aggregatespreader and applying bitumen by a pressure distributor and then spreadingkey aggregate with the help of aggregate spreader complete, includingconsolidation with road roller of minimum 8 to 10 tonne capacity to achievespecified values of compaction and surface accuracy
I.1.16.1For 50mm compacted thickness using coarse aggregate of size 50-20 mmgraded @ 0.60 cum per 10 sqm key aggregate of size 12.5 mm graded @ 0.15cum per 10 sqm. With paving asphalt grade VG - 10 @ 50 kg/ 10 sqm.
sqm 5625
Revised BOQ
Page 29 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Qty.
I.1.16.2For 75 mm compacted thickness in two layers using stone aggregate of size 63-41 mm graded @ 0.90 cum per 10 sqm key aggregate of size 20.0 mm graded@ 0.18 cum per 10 sqm. With paving asphalt grade VG - 10 @ 68 kg/10 sqm.
sqm 5625
I.1.17Scarifying metalled (water-bound) road surface including disposal of rubbish,all leads and consolidation of the aggregate received from scarifying withpower road roller of 8 to 10 tonne capacity
sqm 57150
Storm Water Drain
I.1.18
M30/20 concreting of the Storm Water drain including excavation throughexisting all kinds of soil and water bound macadam road /bituminous road /cement road of all thicknesses including dismantling of existing structures,dead utilities etc. and soil including dewatering, pumping and bailing out water,strutting and shoring etc. This item also includes formwork and backfillingincluding watering, compacting with a vibratory plate compactor and loading,leading and disposal of surplus excavated material using lockable and coveredtrucks so as to ensure that during transportation the carried material does notspill out. Max lead to dumping ground will be all leads. Reinforcement shall bepaid separately
cum 835
I.1.19Providing M30/20 concrete of precast reinforced cement concrete drain coverslab including the cost of transportation, hoisting, fixing, centering andshuttering but excluding the cost of reinforcement.
cum 135
Total of I.1
Revised BOQ
Page 30 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
B1 SCHEDULE B1: CIVIL STRUCTURAL WORKS INCLUDING ROOFING
B1.1 Foundations
B1.1.1
Providing M35 grade of concrete (use stone aggregate 20mm nominal size) forfollowing RCC works. This item includes formwork, centering, backfilling infoundation trench to the original shape including watering, compacting with avibratory plate compactor and loading, transporting and disposing of surplusexcavated material at the Contractor approved disposal area with all lifts andleads using lockable and covered trucks so as to ensure that duringtransportation the carried material does not spill out.
Lead to Contractor's dumping ground will be all leads.
Reinforcement shall be paid separately.
Rate shall include cost of using required dosage of admixture in concrete forobtaining required temperature, workability and retardation as per approval ofEngineer.
The rate shall include backfilling with good selected soil / granular material,sand screening, quarry spoil, crusher dust etc; for filling, compaction in layers of200 mm thick etc.
The rate will also include sacrificial formwork if found necessary with drilling,fixing wherever required etc complete.
Rates shall include cost of providing grooves, chamfers, molding, cutouts etc. informwork.
Sl. No. Description UnitTotal
Quantity
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PH.- I EXT.
CONTRACT NO. ECV-101
BILL OF QUANTITIES (CIVIL STRUCTURE) - TONDIARPET, TOLL GATE AND THANGAL STATIONS
Revised BOQ
Page 31 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
The work will include vibration of concrete, curing protecting form damagemaking site good and placing in position of necessary fixtures, sleeves forvarious purposes, shear connectors etc. complete as per drawings,specifications and as directed by the Engineer.
The rate shall also include preparation of construction joints as perspecifications and provided approved wire mesh / welded mesh at such locationas approved by the Engineer or as shown in drawings.
The cost of fixtures/ sleeves, welded wire mesh etc. shall be included.
(a) Cast in-Situ Raft/ Open Foundationsons m3 1361
(b) Cast in-Situ slab on grade m3 159
B1.1.2Providing M15 grade of cement concrete (use stone aggregate 20mm nominalsize), minimum 100 mm thick PCC below raft, footings and elsewhereextending all round beyond raft, footings equal to it's thickness.
m3 355
Rate shall include cost of using required dosage of admixture in concrete forobtaining required workability, formwork if any, as per approval of the Engineer.
Revised BOQ
Page 32 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
Total of B1.1
B1.2 Reinforced cast-in-situ concrete
B1.2.1 Rates in items below shall include followings:
i) Cost of providing grooves, chamfers, molding, cutout etc. in formwork.
ii) The work will include placing in position of necessary sleeves for variouspurposes, anchors, shear connectors, fixtures, inserts etc. complete as pertechnical specifications and drawings and as directed by the Engineer.
iii) The rate shall also include preparation of construction joints as per technicalspecifications and provided approved wire mesh/ weld mesh at such location asapproved by the Engineer or as shown in drawings.
iv) Rate shall include cost of using required dosage of admixture in concrete forobtaining required temperature, workability and retardation as per approval ofthe Engineer.
v) Rate shall include cost of using necessary tools, plants, machinery and allrelated operations etc. for all heights as per approval of the Engineer.
vi) Rate shall include cost of vibration of concrete, curing, protecting fromdamage, bailing/pumping out water if required as directed by the Engineer.
Revised BOQ
Page 33 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
vii) Reinforcement shall be paid separately.
(a) Reinforced Cast in-Situ Concrete: Columns
(i) Providing M50 grade of concrete (use stone aggregate 20mm nominal size)for Columns at all heights including scaffolding, shuttering & positioning ofinserts and all related operations as required to complete the work.
m3 945
(ii) Providing M40 grade of concrete (use stone aggregate 20mm nominal size)for Columns at all heights including scaffolding, shuttering & positioning ofinserts and all related operations as required to complete the work (Entry ExitColumns).
m3 688
(b) Reinforced Cast in-Situ Concrete: Beams, Slabs, Walls, Stairs & Steps
(i) Providing M40 concrete (use stone aggregate 20mm nominal size) forReinforced Concrete Beams, Slabs, Walls, Stairs & Steps at all heights,including scaffolding, shuttering & positioning of inserts and all relatedoperations as required to complete the work.
m3 5905
Revised BOQ
Page 34 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
B1.2.2 Prestressed Cast in-Situ Concrete: Pier Caps at Concourse Level
Providing M60 grade of concrete (use stone aggregate 20mm nominal size) forPier Caps including centering, steel shuttering, scaffolding, positioning of insertsand all related operations & arrangements as required to complete the work asspecified in drawings.
m3 3777
Rate shall include cost of using required dosage of admixture in concrete forobtaining required temperature, workability and retardation as per approval ofthe Engineer.
Reinforcement shall be paid separately.
B1.2.3 Reinforced Cement Concrete: Walls upto Ground Level
Providing M35 grade of concrete (use stone aggregate 20mm nominal size) forWalls up to Ground Level including formwork, centering, scaffolding, stagingand all related operations as required to complete the work.
m3 362
Reinforcement shall be paid separately.
Rate shall include cost of using required dosage of admixture in concrete forobtaining required temperature, workability and retardation as per approval ofthe Engineer.
Total of B1.2
Revised BOQ
Page 35 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
B1.3 Reinforced Pre-Cast Concrete
B1.3.1
(a) Providing M40 grade of concrete (use stone aggregate 20mm nominal size)for Precast Reinforced Concrete Beams, Slabs and Girders including centering,steel shuttering, scaffolding, positioning of inserts and all related operations &arrangements, curing as required to complete the work as specified in drawings.
m3 579
Rate shall include cost of using required dosage of admixture in concrete forobtaining the required temperature workability and retardation as per theapproval of the Engineer. Rate shall include the cost of provision of holes forlifting and filling of holes after erection with non-shrink grout, lifting from mouldand all shifting operations within the stacking yard
B1.3.2
Transporting and erecting precast prestressed or reinforced beams, slabs andgirders from the stacking/ casting yard to location/ work site, launching/ erectionin position including the cost of all temporary supports, launching girders/cranes, erection equipment and positioning/ aligning on permanent bearings etcand all related operations & arrangements as required to complete the work asspecified in technical specifications and drawings. The weight shall becalculated assuming concrete density of 2.5 t/m³
MT 1447.5
Reinforcement steel shall be paid separately.
Inserts shall be paid separately.
Total of B1.3
Revised BOQ
Page 36 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
B1.4 Reinforcing Steel
Providing Thermo-Mechanically Treated (TMT) reinforcement steel of Fe-500Dgrade, from approved list of supplier/s, straightening, cutting, bending, tying,lap/butt welding placing including couplers, 18 Gauge G.I. binding wire, in allstructural concrete at all heights and depths complete as per technicalspecifications and drawings.
Mt 2295
Only specified make couplers shall be allowed at no extra cost to the employer.
The rate includes anti corrosive coating with Cement + Inhibitor solution as pertechnical specifications.
Bar bending machines should have capacity to bend all bar diameters withrespective mandrels to achieve bends as per technical specifications.
Total of B1.4
B1.5 High Tensile Prestressing Steel
Supplying and threading uncoated stress-relieved low relaxation steel strandsconforming to IS :14268 , class-2 providing 130mm ID (for 22K15), 107mm ID(for 19K15), 85mm ID (for 12K15) & 66 mm ID (for 7K15), corrugated HDPEduct (both sides) -2.3mm thick with couplers & vent pipes, spacers,anchorages, stressing using 19K15 or 12 K15 or 7K15 system and grouting,epoxy protection of anchorages and all related operations to complete the post-tensioning work as per technical specifications and drawings.
Revised BOQ
Page 37 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
(a) High Tensile Steel strands 7-Ply-15 and all related operations andarrangements as required to complete the work as specified in technicalspecifications and drawings
Mt 218
(b) High Tensile Steel strands 7-Ply-15 and all related operations andarrangements as required to complete the work as specified in technicalspecifications and drawings
Mt 58
(c) Corrugated HDPE duct - 102mm ID RM 2655
(d) Anchorage Assembly for 19K15 cable Nos 810
(e) Corrugated HDPE duct - 130mm ID RM 8631
Revised BOQ
Page 38 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
(f) Anchorage Assembly for 22K15 cable Nos 360
Total of B1.5
B1.6 Structural Steel
B1.6.1 Structural Steel works
Structural Steel works: Supplying, fabricating and erection of Structural steelwork (conforming to IS:2062 Grade B) including transportation & fixing inposition using structural sections incl. procurement of all raw steel materials,bolts of class 4.6 &/or 8.8, shear connectors if any as per execution drawing,compatible nuts & washers, allowance for wastages, to the required profile andshape, all complete including painting as per drawings and techincalspecifications.
Mt 15
The rate shall also include required surface preparation like sand blasting,application of one coat of Zinc Silicate (DFT 75μm) and epoxy Zinc Phosphate(DFT 35μm) primer and one coat of Epoxy Zinc Phosphate (DFT 35μm) paint,Epoxy high build micaceous iron oxide coating polyamide cured DFT-90μm andtwo coats of Acrylic polyurethane finish aliphatic isocyanate cured DFT-30μm asper technical specifications
Revised BOQ
Page 39 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
Item to include all straightening, cutting, bending, welding (butt/ continuouswelding wherever required and directed), grinding & all operations, drilling holes,necessary templates, adequate temporary supports, scaffolding, staging, etc. alltests on material and fabrication as required. This item include built upsections, all type of hot rolled section, RHS/ SHS sections (Yst=310Mpa), platesand cold formed sections
Item to include structural steel hand railing, steel staircase, mild steelgutter,covers to gutter and other structural members, lugs, insert/base plateswith welded hold-fasts, internal thread sleeves including bolts. Rates shall beinclusive of complete detailed fabrication/ shop drawings based on designdrawings, required for all structures and their approval from Engineer prior toexecution and all related operations & arrangements as required to completethe work as specified in technical specifications and drawings.
Revised BOQ
Page 40 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
B1.6.2 Roofing Works
(a) Erection and modification of Steel Structure for Roof Structure, Staircase &Staircase roof structure/FOB, Skywalk, canopy, escalator covering, etc and allother structural steel works, at all heights including transportation with all liftsand leads and fixing in position structural steel work conforming to I.S. 2062Grade B'. The arrangement should include drop arm arrangement for OHE,cable tray & AEC support.
The rate shall also include required surface preparation like sand blasting,application of one coat of Zinc Silicate (DFT 75μm) and epoxy Zinc Phosphate(DFT 35μm) primer and one coat of Epoxy Zinc Phosphate (DFT 35μm) paint,Epoxy high build micaceous iron oxide coating polyamide cured DFT-90μm andtwo coats of Acrylic polyurethane finish aliphatic isocyanate cured DFT-30μm asper technical specifications. The rate shall also include preparation of allcomplete detailed drawings based on design drawings, required for temporarystructures and their approval from Engineer prior to execution.
The rate shall also include installation of base plate anchor bolts , HSFG Bolts(measured in tonnes) etc, as per drawings and specifications. Any temporarysupport, staging braces, strutting, tying or anchor bolts, black bolts, fasteners,welding required to withstand the stresses of erection and carrying of plant andequipment are to be included in the rate.
(All labour, materials tools and plants consumables such as welding rods etc.shall be arranged by contractor)
Providing, Fabricating, Painting, transporting, erecting and securing in ppositionprefabricated structural steel roof work for elevated stations buildings completeas per specifications, approved shop drawings and /or instructions.
i) Roof for Elevated Station's Platform Mt 876
Revised BOQ
Page 41 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
ii) Roofing for staircase & FOB from ground level to concourse level Mt 61
Total of B1.6
B1.7 Roofing Works
Galvalume Roof Sheet - Supply and Fixing of colour coated LYSAGHTTRIMDEK® profile sheet of nominal.1015 mm effective cover width and nominal28 mm deep ribs with subtle square fluting in the five pan at nominal 203 mmcentre-to-centre. The end rib shall be designed for anticapillary action, to avoidany seepage of water through the lateral overlap.
The feed material shall be of 0.45 mm BMT (0.50mm TCT excluding paintthickness) COLORBOND® XRW steel- High tensile with min 550 MPa yieldstrength, metallic hot-dipped coated with Al-Zn alloy (55% Aluminium,43.5%Zinc, 1.5% Si ) as per AS1397 / IS15961 - ZINCALUME® AZ150 (min. 150g/m2 total on both sides) with Super Durable Polyester COLORBOND® steelXRW quality paint system of approved color, suitable for exterior applicationconforming to AS/NZS 2728 type-4 / IS15965 class 3 of Tata BlueScope Steelmake.
Revised BOQ
Page 42 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
The sheet shall have a total coating thickness of 35 microns, super durablepolyester COLORBOND® XRW quality paint system of 20 microns on exposedsurface and 5 micron reverse polyester coat on back surface over 5 micronprimer coat on both surfaces. The paint system should have stable resin &inorganic pigments for paint durability and Lead free for water harvesting. Thesteel sheet shall have brand marking of coated steel manufacturer (productdetails, date, mfg name, etc) on back side at regular interval confirminggenuineness of the material.
The steel sheet shall be fastened with nominal 40 pm zinc coated or nominal 25p.m Zinc-Tin alloy coated, Hex head, self-drilling screw as per AS 3566-2002Class 3 fasteners with EPDM washer and also as per the requirementconsidering the profile shape and design load. The profile sheet, fastener sizeetc. shall be approved by the concern authority. All the accessories like gutter/flashing/ capping shall be made from the same material which is used for maincladding application. The measurement shall be based on finished/ coveredsurface area.
Steel roof for platforms including Flushing and gutter for elevated stationsSteel roof for station entrances including Flushing and gutter for elevatedstations.
i) For Roof Sheeting/ Side Cladding including for flashing etc in complete. m2 13746
ii) For plain, MS sheets for barge boards, gutters etc. complete RM 1358
Revised BOQ
Page 43 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
Total of B1.7
Note:P ile,P ile C ap,P ier,P rec astP ierc ap& Trac kViad u c tare not
c onsid ered here.Itis c onsid ered in the Viad u c tB O Q .
Revised BOQ
Page 44 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
F1 SCHEDULE F1: MISCELLANEOUS
F1.1 Earth Works
Earth work in excavation by mechanical means (Hydraulic excavator) for raft/open foundations. Item shall include the cost of dewatering, disposal of allexcavated materials.
The rate also includes protecting/supporting public utilities such as cables,drains, service pipes, water mains etc.
Lead to Contractor's dumping ground will be all leads.
(a) Excavation in all types of soil / rock m3 3279
F1.2 Expansion Joints
a) Providing and installing in position approved expansion joint at floor level
consisting of aluminium extrusions, anti-skid serrated top plate(Straight/Curved) with vapour barrier, sealant etc. as per details.
i) For transverse expansion joint between platform girder and platform girder or
at locations as directed by Engineer at all levels.Rmt 191
Sl. No. Description UnitTotal
Quantity
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PH.- I EXT.
CONTRACT NO. ECV-101
BILL OF QUANTITIES (CIVIL STRUCTURE) - TONDIARPET, TOLL GATE AND THANGAL STATIONS
1 of 2
Revised BOQ
Page 45 of 124.
ECV-101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description UnitTotal
Quantity
ii) For longitudinal expansion joint between platform girder and viaduct girder or
at location directed by Engineer at all levels.Rmt 858
iii) For longitudinal /transverse expansion joint between floor/roof beams and
beams ,beams and slabs,between lift wall and floor beams/slabs or at locationas directed by Engieer at all levels.
Rmt 600
iv) For longitudinal expansion joint between platform girder and RCC beams of
main station building or at location directed by Engneer at all levels.Rmt 300
F1.3 Non Shrink Grout
a) Proving and pouring non-shrink grout for grouting of holding down bolts of
columns and under base plates etc. complete as directed by Engineer.Cum 4.32
TOTAL OF SCHEDULE F1
2 of 2
Revised BOQ
Page 46 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
SCHEDULE J1 - PLUMBING WORKS (DSR)
J1- 1 17 SANITARY INSTALLATIONS
J1- 1.1 17.34 Providing and fixing Toilet paper holderJ1- 1.2 17.34.2 vitreous china
Each 30 373.00 11190.00
J1- 1.2.1 17.71 Providing & fixing PTMT liquid soap container 109 mm wide ,125 mmhigh and 112 mm distance from wall of standard shape with bracket ofthe same mateterials with snap fittings of approved quality and color.weighing not less than 105 gms . Each 12 255.00 3060.00
J1- 1.3 17.10.1 Kitchen sink with drain board
J1- 1.3.1 17.10.1.2 510x1040 mm bowl depth 225 mm
Each 3 7554.00 22662.00
CHENNAI METRO RAIL PROJECT PHASE - I EXTENSION
CONTRACT ECV-101
BILL OF QUANTITIES - (CIVIL - PLUMBING) - TONDIARPET, TOLL GATE & THANGAL STATIONS
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
Revised BOQ
Page 47 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 1.4 8.10 Providing and fixing stone slab with table rubbed, edges rounded andpolished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitionsby cutting a chase of appropriate width with chase cutter and embeddingthe stone in the chase with epoxy grout or with cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size)as per direction of Engineer-in-charge and finished smooth.
J1- 1.4.1 8.10.2 Granite Stone of approved shade
sqm 30 3636.00 109080.00
J1- 1.5 17.70 Providing and fixing PTMT Bottle Trap for Wash basin and sink.J1- 1.5.1 17.70.1 Bottle trap 31mm single piece moulded with height of 270 mm, effective
length of tail pipe 260 mm from the centre of the waste coupling, 77 mmbreadth with 25 mm minimum water seal, weighing not less than 260 gms
Each 54 551.00 29754.00
J1- 1.6 17.31 Providing and fixing 600x450 mm beveled edge mirror of superiorglass (of approved quality) complete with 6 mm thick hard boardground fixed to wooden cleats with C.P. brass screws and washerscomplete. Each 36 885.00 31860.00
J1-1 TOTAL
207,606
J1- 2 18 WATER SUPPLY
Revised BOQ
Page 48 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.1 18.12 Providing and fixing G.I. pipes complete with G.I. fittings includingtrenching and refilling etc. (external work).
J1- 2.1.1 18.12.6 50mm dia. Nominal bore
Metre 165 445.00 73425.00
J1- 2.1.2 18.12.7 65mm dia. Nominal bore
Metre 66 584.00 38544.00
J1- 2.1.3 18.12.8 80mm dia. Nominal bore
Metre 49.5 710.00 35145.00
J1- 2.2 18.17 Providing and fixing gun metal gate valve with C.I. wheel of approvedquality. (screwed end).
J1- 2.2.1 18.17.1 25 mm nominal bore
Each 18 478.00 8604.00
J1- 2.2.2 18.17.2 32 mm nominal bore
Each 12 559.00 6708.00
Revised BOQ
Page 49 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.2.3 18.17.3 40 mm nominal bore
Each 18 653.00 11754.00
J1- 2.2.4 18.17.4 50 mm nominal bore
Each 18 837.00 15066.00
J1- 2.3 18.19 Providing and fixing gun metal non-return valve of approved quality(screwed end).
J1- 2.3.1 18.19.3 40mm dia. Nominal bore
Each 12 762.00 9144.00
18.19.3.1 Horizontal
J1- 2.3.2 18.19.6 80mm dia. Nominal bore
Each 3 2791.00 8373.00
18.19.6.1 HorizontalJ1- 2.4 18.21 Providing and fixing unplasticised PVC connection pipe with brass
unions.
J1- 2.4.1 18.21.1 30 cm length .
Revised BOQ
Page 50 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.4.1.1 18.21.1.1 15mm nominal bore.
Each 3 67.00 201.00
J1- 2.5 18.31 Providing and fixing C.I. sluice valves (with cap) complete with bolts,nuts, rubber insertions etc. (the tail pieces if required will be paidseparately) :
J1- 2.5.1 18.31.1 100 mm diameterJ1- 2.5.1.1 18.31.1.2 Class II
Each 3 4369.00 13107.00
J1- 2.6 18.32 Constructing masonry Chamber 30x30x50 cm inside, in brick workin cement mortar 1:4 (1 cement :4 coarse sand) for stop cock, withC. I. surface box 100x100 x75 mm (inside) with hinged cover fixed incement concrete slab 1:2:4 mix (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size), i/c necessary excavation,foundation concrete 1:5:10 ( 1 cement : 5 fine sand : 10 graded stoneaggregate 40mm nominal size ) and inside plastering with cement mortar1:3 (1 cement : 3 coarse sand) 12mm thick, finishedwith a floating coat ofneat cement complete as per standard design :
J1- 2.6.1 18.32.1 With common burnt clay F.P.S.(non modular) bricks ofclass designation 7.5
Each 6 1290.00 7740.00
J1- 2.7 18.40 Painting G.I. pipes and fitting with two coats of anti-corrosive bitumasticpaint of approved quality.
Revised BOQ
Page 51 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.7.1 18.40.3 25 mm diameter pipes.
Metre 15 10.00 150.00
J1- 2.7.2 18.40.4 32 mm diameter pipes.
Metre 15 12.00 180.00
J1- 2.7.3 18.40.5 40 mm diameter pipes.
Metre 15 13.00 195.00
J1- 2.7.4 18.40.6 50 mm diameter pipes.
Metre 90 16.00 1440.00
J1- 2.7.5 18.40.7 65 mm diameter pipes.
Metre 30 19.00 570.00
Revised BOQ
Page 52 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.7.6 18.40.8 80 mm diameter pipes.
Metre 30 23.00 690.00
J1- 2.8 18.41 Providing and filling sand of grading Zone V or coarse grade alround theG.I. pipes in extrenal work.
J1- 2.8.1 18.41.6 50 mm dia. pipes.
Metre 165 83.00 13695.00
J1- 2.8.2 18.41.7 65 mm dia. pipes.
Metre 66 131.00 8646.00
J1- 2.8.3 18.41.8 80 mm dia. pipes.
Metre 48 135.00 6480.00
J1- 2.9 18.48 Providing and placing on terrace ( at all floor levels ) polyethylene waterstorage tank ISI ; 12701 marked indicating the BIS License No. withcover and suitable locking arrangement and making necessary holes forinlet,outlet and overflow pipes but without fittings and the base support fortank ( Sintex, Electroplast, Star, Lotus or equivalent having valid ISIlicense) - 10,000 ltr capacity
Lts 30000 8.00 240000.00
Revised BOQ
Page 53 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.10 18.43 Providing and placing in position fiters of 40 mm diameter G.I. pipe withbrass strainer of approved quality.
Metre 12 661.00 7932.00
J1- 2.11 18.44 Providing and fixing to filter and lowering to proper levels 40 mm G.I. pipefor tube well including cleaning and pirming the tube well.
Metre 360 345.00 124200.00
J1- 2.12 18.60 Providing and fixing enclosed type water meter(bulk type) confirming to IS:2373 and tested by municipal board complete with bolts, nuts, rubberinsertions etc. (The tail pieces if required will be paid seprately):
J1- 2.12.1 18.60.1 80 mm dia. Nominal bore
Each 6 3472.00 20832.00
J1- 2.13 18.61 Providing and fixing C.I. dirt box strainer for bulk type water meter withnuts, bolts, rubber insertions etc. complete conforming to IS:2373
J1- 2.13.1 18.61.1 80 mm dia. Nominal bore
Each 6 4051.00 24306.00
Revised BOQ
Page 54 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.14 18.78 Making chases upto 7.5x7.5 cm in walls including making good afterhousing G.I. pipes etc.
Metre 60 95.00 5700.00
J1- 2.15 18.37 Constructing masonry Chamber 60x45x50 cm inside, in brick workin cement mortar 1:4 (1 cement : 4 coarse sand) for water metercomplete with C.I. double flap surface box 400x200x200 mm (inside) withlocking arrangement and RCC top slab 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm nominal size) , i/cnecessary excavation, foundation concrete 1:5:10 ( 1 cement : 5fine sand:10 graded stone aggregate 40 mm nominal size) and insideplastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mmthick, finished with a floating coat of neat cement complete as perstandard design :
J1- 2.15.1 18.37.1 With common burnt clay F.P.S.(non modular) bricks of class designation7.5
Each 6 6730.00 40380.00
J1- 2.16 18.49 Providing and fixing C.P. brass/ SS bib cock of approved qualityconformingto IS:8931 :
J1- 2.16.1 18.49.1 15 mm nominal bore
Each 63 512.00 32256.00
J1- 2.17 18.50 Providing and fixing C.P. brass/ SS long nose bib cock of approvedquality conforming to IS standards and weighing not less than 810 gms.
Revised BOQ
Page 55 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 2.17.1 18.50.1 15 mm nominal bore
Each 18 888.00 15984.00
J1- 2.18 18.52 Providing and fixing C.P. brass/ SS stop cock (concealed) of standarddesign and of approved make conforming to IS:8931.
J1- 2.18.1 18.52.1 15 mm nominal bore
Each 135 691.00 93285.00
J1- 2.19 18.53 Providing and fixing C.P. brass/ SS angle valve for basin mixer andgeyser points of approved quality conforming to IS:8931 a) 15 mmnominal bore
J1- 2.19.1 18.53.1 15mm nominal bore
Each 165 566.00 93390.00
J1-2 TOTAL
958,122
J1- 3 19 DRAINAGE
J1- 3.1 19.1 Providing, laying and jointing glazed stoneware pipes class SP-1 withstiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 finesand) including testing of joints etc. complete :
Revised BOQ
Page 56 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.1.1 19.1.2 150 mm diameter
metre 495 350.00 173250.00
J1- 3.1.2 19.1.3 200 mm diameter
metre 214.5 515.00 110467.50
J1- 3.2 19.4 Providing & fixing square - mouth S.W. gully trap grade 'A' complete withC.I grating brick masonry chamber with water tight C.I. Cover with frameof 300 x 300mm size ( inside ) the weight of cover to be not less than4.50kg & frame to be not less than 2.70 kg as per standard design.
J1- 3.2.1 19.4.1.1 100 x 100 mm size P type with bricks of class designation 7.5
Each 6 1751.00 10506.00
J1- 3.3 19.6 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipeswith collars jointed with stiff mixture of cement mortar in the proportion of1:2 (1 cement : 2 fine sand) including testing of joints etc. complete.
J1- 3.3.1 19.6.2 150 mm dia R.C.C. Pipe
Metre 214.5 388.00 83226.00
Revised BOQ
Page 57 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.3.2 19.6.3 250 mm dia R.C.C. Pipe
Metre 330 522.00 172260.00
J1- 3.3.3 19.6.4 300 mm dia R.C.C. Pipe
Metre 66 564.00 37224.00
J1- 3.4 19.7 Constructing brick masonry manhole in cement mortar 1:4 (1 cement : 4coarse sand) R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand :4graded stone aggregate 20 mm nominal size) foundation concrete 1:4:8mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mmnominal size) inside plastering 12 mm thick with cement mortar 1:3 ( 1cement : 3 coarse sand) finished with floating coat of neat cement andmaking channels in cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4graded stone aggregate 20 mm nominal size) finished with a floating coatof neat cement as per standard design.
J1- 3.4.1 19.7.1.1 Inside size 90 x 80 cm and 60 cm deep including C.I. cover with frame(light duty) 455 x 610 mm internal dimensions total weight of cover andframe to be not less than 38 kg (weight of cover 23 kg and weight offrame 15 kg). Each 96 9479.00 909984.00
J1- 3.4.2 19.7.1.1 With FPS bricks of class designation 75J1- 3.5 19.7.2 Inside size 120 x 90 cm and 90 cm deep including C.I. cover with frame
(medium duty) 500 mm internal diameter, total weight of cover and frameto be not less than 116 kg (weight of cover 58 kg and weight of frame 58kg).
Revised BOQ
Page 58 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.5.1 19.7.2.1 With FPS bricks of class designation 7.5
Each 6 20396.00 122376.00
J1- 3.6 19.8 Extra for depth for manholesJ1- 3.6.1 19.8.1.1 Size 90x80 mmWith F.PS bricks of class designation 7.5
Metre 1.5 6283.00 9424.50
J1- 3.6.2 19.8.2.1 Size 120x 90 mmWith F.PS bricks of class designation 7.5
Metre 1.5 7525.00 11287.50
J1- 3.7 19.16 Providing orange colour safety foot rest of minimum 6mm thick plasticencapsulated as per IS : 10910 on 12mm dia steel bar conforming to IS :1786 having minium cross section as 23mm x 25mm and over all miniumlength 263mm and width as 165mm with minium 112mm space betweenprotruded legs having 2mm tread on top surface by ribbing or chequeringbesides necessary and adequate anchoring projections on tail lenth on138mm as per standard drawing and suitable to with stand the bend testand chemical resistance test as per specifications and havingmanufacture's permanent indentification mark to be visible even afterfixing, including fixing in manholes with 30x20x15 cm cement concreteblock 1:3:6 (1cement :3 coarse sand :6 graded stone aggregate 20 mmnominal size ) complete as per design.
each 540 347.00 187380.00
J1- 3.8 19.19 Providing and fixing in position precast R.C.C. manhole cover and frameof required shape and approved quality
J1- 3.8.1 19.19.3 H D -20
Revised BOQ
Page 59 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.8.1.1 19.19.3.1 Circular shape 560 mm internal diameter
Each 96 1684.00 161664.00
J1- 3.8.2 19.19.4 EHD-35J1- 3.8.2.1 19.19.4.1 Circular shape 560 mm internal diameter
Each 6 1745.00 10470.00
J1- 3.9 19.21 Making connection of drain or sewer line with existing manhole includingbreaking into and making good the walls, floors cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)cement plastered on both sides with cement mortar 1:3 (1 cement : 3coarse sand) finished with a floating coat of neat cement and makingnecessary channels for the drain etc. complete.
J1- 3.9.1 19.21.1 For pipe 100 to 250 mm dia
Each 9 406.00 3654.00
J1- 3.9.2 19.21.2 For pipe 250 to 300 mm dia
Each 18 486.00 8748.00
Revised BOQ
Page 60 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.9.3 19.21.3 For pipe 350 to 450 mm dia
Each 6 405.00 2430.00
J1- 3.10 19.27 Constructing brick masonry road gully chamber 50x45x60 cm withbricks in cement mortar 1:4 (1 cement : 4 coarse sand) including500x450 mm pre-cast R.C.C. horizontal grating with frame completeas per standard design :
J1- 3.10.1 19.27.1 With common burnt clay F.P.S. (non modular) bricks of class designation7.5
Each 39 4410.00 171990.00
J1- 3.11 19.34 Providing and fixing S.W. intercepting trap in manholes with stiff mixtureof cement mortar 1:1 (1 cement : 1 fine sand) including testing of jointsetc. complete :
J1- 3.11.1 19.34.1 100 mm dia
Each 6 322.00 1932.00
J1- 3.11.2 19.34.2 150 mm dia
Each 6 438.00 2628.00
Revised BOQ
Page 61 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 3.12 19.35 Providing and laying Non Pressure NP-3 class (Medium duty) R.C.C.pipes including collars/spigot jointed with stiff mixture of cementmortar in the proportion of 1:2 (1 cement : 2 fine sand) includingtesting of joints etc. complete
J1- 3.12.1 19.35.1 450 mm dia RCC pipes
metre 150 2140 321000.00
J1-3 TOTAL
2,511,902
J1- 4 24 Rain Water Harvesting & Tubewell
J1- 4.1 24.1 Boring/drilling bore well of required dia for casing/ strainer pipe, bysuitable method prescribed in IS: 2800 (part I), including collectingsamples from different strata, preparing and submitting strata chart/bore log, including hire & running charges of all equipments, tools,plants & machineries required for the job, all complete as per direction ofEngineer -in-charge, upto 90 metre depth below ground level.
J1- 4.1.1 24.1.1 All types of soil
J1- 4.1.2 24.1.1.1 300 mm dia
Metre 450 454.00 204300.00
Revised BOQ
Page 62 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 4.2 24.2 Boring/drilling bore well of required dia for casing/ strainer pipe,bysuitable method prescribed in IS: 2800 (part I), includingcollectingsamples from different strata, preparing and submitting stratachart/bore log, including hire & running charges of all equipments, tools,plants & machineries required for the job, all complete as per direction ofEngineer -in-charge, beyond 90 metre & upto 150 metre depth belowground level.
J1- 4.2.1 24.2.1 All types of soilJ1- 4.2.2 24.2.1.1 300 mm dia
Metre 60 529.00 31740.00
J1- 4.3 24.3 Supplying, assembling, lowering and fixing in vertical position inbore well, unplasticized PVC medium well casing (CM) pipe ofrequired dia, conforming to IS: 12818, including required hire andlabour charges, fittings & accessories etc. all complete, for all depths, asper direction of Engineer -in-charge.
J1- 4.3.1 24.3.3 200 mm nominal size dia
Metre 90 979.00 88110.00
J1- 4.4 24.4 Supplying, assembling, lowering and fixing in vertical position inbore well unplasticized PVC medium well screen (RMS) pipes with ribs,conforming to IS: 12818, including hire & labour charges, fittings& accessories etc. all complete, for all depths, as per direction ofEngineer-in-charge.
Revised BOQ
Page 63 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 4.4.1 24.4.3 200 mm nominal size dia
Metre 120 915.00 109800.00
J1- 4.5 24.5 Supplying, filling, spreading & leveling stone boulders of size range5 cm to 20 cm, in recharge pit, in the required thickness, for allleads & lifts, all complete as per direction of Engineer-in-charge.
Cum 18 562.00 10116.00
J1- 4.6 24.6 Supplying, filling, spreading & leveling gravels of size range 5 mm to 10mm, in the recharge pit, over the existing layer of boulders, inrequired thickness, for all leads & lifts, all complete as per directionof Engineer-in-charge. Cum 18 1015.00 18270.00
J1- 4.7 24.7 Supplying, filling, spreading & leveling coarse sand of sizerange 1.5 mm to 2 mm in recharge pit, in required thickness overgravel layer, for all leads & lifts, all complete as per direction ofEngineer -in-charge. Cum 18 950.00 17100.00
J1- 4.8 24.8 Gravel packing in tubewell construction in accordance with IS:4097,including providing gravel fine/ medium/ coarse, in required grading& sizes as per actual requirement, all complete as per direction ofEngineer-in-charge. Cum 18 1101.00 19818.00
Revised BOQ
Page 64 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 4.9 24.9 Providing and fixing factory made precast RCC perforated drain covers,having concrete of strength not less than M-25, of size 1000 x 450x50mm, reinforced with 8 mm dia four no longitudinal & 9 nos cross sectionalT.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to125 mm c/c, including providing edge binding with M.S. flats of size 50mm x 1.6 mmcomplete, all as per direction of Engineer-in-charge.
each 9 1070.00 9630.00
J1- 4.10 24.10 Supplying, assembling, lowering and fixing in vertical position inbore well, ERW (Electric Resistance Welded) FE 410 mild steelscrewed and socketed/ plain ended casing pipes of required dia,conforming to IS: 4270, of reputed & approved make, including paintedwith outside surface with two coats of anticorrosive paint of approvedbrand and manufacture, including required hire & labour charges,fittings& accessories, all complete, for all depths, as per direction of Engineer-in-charge.
J1- 4.10.1 24.10.3 200 mm nominal size dia having minimum wall thickness5.40 mm
Metre 150 1826.00 273900.00
J1- 4.11 24.11 Supplying, assembling, lowering and fixing in vertical position inbore well, ERW (Electric Resistance Welded) FE 410 plain slotted(having slot of size 1.6/3.2 mm) mild steel threaded and socketed /plain bevel ended pipe (type A) of required dia, conforming to IS:8110, ofreputed and approved make, having wall thickness not less than 5.40mm, including painted with outside surface with two coats of anticorrosivebitumestic paint of approved brand and manufacture, including hire &labour charges, fittings & accessories, all complete, for all depths, as perdirection of Engineer -in-charge.
J1- 4.11.1 24.11.3 200 mm nominal size dia
Metre 450 1919.00 863550.00
Revised BOQ
Page 65 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 4.12 24.12 Development of tube well in accordance with IS : 2800 (part I) andIS: 11189, to establish maximum rate of usable water yield withoutsand content (beyond permissible limit), with required capacity aircompressor, running the compressor for required time till well isfully developed, measuring yield of well by "V" notch method or anyother approved method, measuring static level & draw down etc. bystep draw down method, collecting water samples & getting testedin approved laboratory, i/c disinfection of tubewell, all complete,including hire & labour charges of air compressor, tools & accessoriesetc., all as per requirement and direction of Engineer-in-charge.
Hour 390 754 294060.00
J1- 4.13 24.13 Providing and fixing suitable size threaded mild steel cap or spotwelded plate to the top of bore well housing/ casing pipe, removable asper requirement, all complete for borewell of:
J1- 4.13.1 24.13.3 200 mm dia
Each 3 272.00 816.00
J1- 4.14 24.14 Providing and fixing M.S. clamp of required dia to the top of casing/housing pipe of tubewell as per IS: 2800 (part I), including necessarybolts & nuts of required size complete.
J1- 4.14.1 24.14.3 200 mm clamp
Each 3 1481.00 4443.00
J1- 4.15 24.15 Providing and fixing Bail plug/ Bottom plug of required dia to thebottom of pipe assembly of tubewell as per IS:2800 (part I).
Revised BOQ
Page 66 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
S/NO. UnitTotal
QuantityDescription
DSR
2016
(Code
No.)
J1- 4.15.1 24.15.3 200 mm dia
Each 3 296.00 888.00
TOTAL OF SCHEDULE - J1 1,946,541
Revised BOQ
Page 67 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
SCHEDULE J2 - PLUMBING WORKS (NDSR)J2-1 SANITARY INSTALLATIONS
J2-1.1
Supplying, installing, testing and commissioning of white colour glazed Wall Hung
European water closet with 32mm dia CP flush valve with necessary bend,
checknut, stopcock etc., matching colour solid seat and cover with polythenebuffer and flap, CP flanges, CP bolts and nuts, a pair of CI chair bracket with nutsand bolts, wall flanges etc., complete.Flow Requirement (in LPF) of water closets shall be 6.0/3.0 LPF
Each 30.00 7540.00 226200.00
J2-1.2
Supply and fixing of WC connector of 110mm dia. With necessary fitting etc.,
complete
Each 36.00 455.00 16380.00
J2-1.3
Supplying, installing, testing and commissioning of white colour glazed Oval wash
basin above/below counter, 15 mm dia CP pillar cock with waste coupling, 32
mm dia CP bottle trap with extension pipe, poly steel supports for basin. 15 mmCP angle valves with 450 mm long CP connection pipe and CP wall flanges all ofapproved make etc., complete. Size : 55 x 40 cms.
Flow Requirement (in LPM) of wash hand basins faucets shall be 6 LPM at design
water pressure 3.0 bar.
Each 36.00 5460.00 196560.00
CHENNAI METRO RAIL PROJECT PHASE - I EXTENSIONCONTRACT ECV-101
BILL OF QUANTITIES - D1 (PLUMBING) - TONDIARPET, TOLL GATE & THANGAL STATIONS
Total
Quantity
Items
S/No.Description Unit
Revised BOQ
Page 68 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-1.4
Supplying, installing, testing and commissioning Electronic auto flush system urinal
with in built infrared senser, solenoid valve, gate valve, black box- batteryoperated type.
Each 18.00 6500.00 117000.00
Flow Requirement (in LPF) of water closets shall be 4.0 LPF
J2-1.5
Supplying, installing and testing 15mm CP bib cock with CP flanges including
necessary fixing materials etc., complete. Make : Jaquar, Cardin and Equalent)
Flow Requirement (in LPM) of faucets shall be 6 LPM at design water pressure 3.0
bar.
J2-1.5.1
Long body
Each 30.00 1813.96 54418.80
J2-1.5.2
Short body
Each 18.00 1313.90 23650.20
J2-1.6
Fixing at site in position C.P. ablution spray health faucet with wall hook , 1250mm long
flexible tube angle cock with wall flange all complete including cutting and making good
the walls wherever required, and as per direction of Engineer -In-charge (make : Jaquar,
Cardin and Equalent)Each 30.00 2061.57 61847.10
Flow Requirement (in LPM) of Health faucets shall be 6 LPM at design water
pressure 3.0 bar.
Revised BOQ
Page 69 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-1.7
Providing and fixing CP brass twin coat hooks fixed to wooden cleats with CP brass
screws, hooks or approved equivalent.(make : Jaquar, Cardin and Equalent)
Each 30.00 692.12 20763.60
J2-1.8
Providing and fixing solid state, no touch operating, fully hygienic hand drier of approved
shade as described in M & W Specification with double blower, continuous repeat usage,
time delay, summer and winter control includingprovision of necessary brackets, cable
from drier to plug,plug to key and lock etc. complete as requireD1.(make : Jaquar, Cardin
and Equalent) Each 12.00 13013.45 156161.40
J2-1.9
Providing and fixing 15mm nominal bore, CP Brass Connection ( 45cm length) with CP
brass Union, including nuts and washers and making connection to fixtures & fittings,
complete as required
Each 72.00 768.73 55348.56
J2-1.10
Providing & fixing C.P. brass towel rail with C.P. brass wall brackets & C.P brass screws
complete as requireD1.(make : Jaquar, Cardin and Equalent)
Each 24.00 700.00 16800.00
J2-1.11
Providing in position storage type Water Cooler of the following capacity, ISI marked,
stainless steel front panel, CP brass push cock, inlet float valve, with all plumbing and
electrical accessories, inlet, outlet, overflow and drain out connection to floor drain
complete as requireD1.Each 12.00 50000.00 600000.00
Cooling capacity 40 litres/hr. and storage capacity 80 ltrs.
Revised BOQ
Page 70 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-1.12
Providing and fixing CI deep seal floor trap/Nahani trap of self cleansing design with or
without vent arm of approved make including cutting and making good the walls and
floors etc. including encasing the trap with 1:1½:3 (1 cement : 1½ coarse sand : 3 graded
stone aggregate 20mm nominal size), mixed with approved water-proofing compound at
2% of cement by weight.(make : Cardin,Chilly, and Equalent)
J2-1.12.1
80mm inlet 100mm outlet
Each 45.00 800.00 36000.00
J2-1.12.2
100mm inlet 100mm outlet
Each 60.00 1000.00 60000.00
J2-1.13Providing and fixing 3mm thick C.P. brass grating over floor trap, circular dish
design.(make : Cardin,Chilly, and Equalent)
J2-1.13.1
100 mm dia
Each 45.00 200.00 9000.00
J2-1.13.2
150 mm dia
Each 60.00 300.00 18000.00
Revised BOQ
Page 71 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-1.14
Providing and making cement concrete floor drain in 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20mm nominal size) and inside 12mm thick plastering in
CM 1:4 (1 cement : 4 coarse sand) with water proofing chemical compound lining,
including pipe fixing and testing complete as per standard design & drawing (make :
Cardin,Chilly, and Equalent)
J2-1.14.1
150x150x100 mm
Each 60.00 700.00 42000.00
J2-2 SOIL WASTE & VENT, RAIN WATER PIPES AND FITTINGS
J2-2.1
Supplying, fixing and testing PVC soil, waste and vent pipes (SWR) confirming toIS13592 : 1992, (Type B)with rubber ring (confirming to IS 5382) joint inclusiveof all necessary specials like bends, tees, offsets, doorbends, junctions, cowls,
etc., laid under floor/fixed on walls, and in pipe shafts etc., complete. (Toilets &
AHU drain )
J2-2.1.1 75 mm OD Meter 150.00 493.00 73950.00
J2-2.1.2 110 mm OD Meter 480.00 546.00 262080.00
J2-2.1.3 160 mm OD Meter 510.00 917.00 467670.00
Revised BOQ
Page 72 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-2.2
Providing and fixing G.I. (heavy class) waste pipes and fittings conforming to IS : 1239
with M.S. clamp/hook including cutting chases and holes in RCC/Brick wall/Ceilings and
making good the same in cement mortar 1:3 (1 cement : 3 coarse sand) to match with the
surroundings for waste from wash basins, urinals kitchen sink and sump, pump deliveries
and suction etc as shown in drawings and directed by the Engineer in Charge.
J2-2.2.1 32 mm dia Meter 45.00 639.30 28768.50
J2-2.2.2 40 mm dia Meter 30.00 731.47 21944.10
J2-2.2.3 50 mm dia Meter 30.00 972.68 29180.40
J2-2.3
Supplying, laying/ fixing Testing & commioning of uPVC drainage pipes of class
10Kgf/sqrt.cm as per IS:15328-2003 and specials such as tees,single or double Y,
offsets, flanges, couplers, redusers, elbows & rubber rings /good quility slovent
cement, clamps etc..of approved make Finolex or Supreme as per manufacturers
specification including cutting the pipes to the required lengths & laying in
trenchesetc. The rate shell include for the necessary excavation in trenches.
Revised BOQ
Page 73 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-2.3.1 110mm dia Meter 825.00 546.00 450450.00
J2-2.3.2 160mm dia Meter 528.00 917.00 484176.00
J2-2.3.3 210mm dia Meter 660.00 1350.00 891000.00
J2-2.4
Supplying and fixing MS angle brackets, hangers, supports as per detail drawing for
supporting sewerage water supply pipes with suitable GI U- clamps, bolts, nuts and
washers etc. The clamps shall be painted with two coats of enamel (approved) paint over
a coat of primer etc., complete.
Kgs. 300.00 85.00 25500.00
J2-2.4.1
Supplying and fixing MS grip bolts in columns / beams / walls / ceiling for fixing soil,
waste and rain water pipe supports. The quoted rate shall include for necessary drilling
and placing the bolts in position etc., complete.
Nos. 1500.00 65.00 97500.00
J2-2.4.2Supplying, fixing, testing and commissionig of approved make PVC vent cowl with
necessary accessories etc., complete.
Revised BOQ
Page 74 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-2.4.2.1 75mm dia Nos. 12.00 80.00 960.00
J2-2.4.2.2 110mm dia Nos. 12.00 100.00 1200.00
J2-3 WATER SUPPLY
J2-3.1Providing and fixing of PE(Polyethylene ) Pipes as per PN-16 in accordance with ISO
4427, for Hot and Cold water application with corresponding hot fusion welded PE
fittings in PN-16 like Tee's,Elbows, Sockets, Reducers,Unions, brass adaptors (both
male female) etc. conforming to ISO 4427 standards. Further all termination points
should be brass fittings only for connection with faucets. Installation guidelines should
be strictly followed as per the company's technical literature. Further the system
should bear a maximum pressure of 16 Bar at 20 Degree centrigrade and a pressure
of 5 Bar at 95 degree centrigrade. ( For treated water supply)
J2-3.1.1 16mm (OD)
Rmts 261.00 250.00 65250.00
Revised BOQ
Page 75 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.1.2 20mm (OD)
Rmts 297.00 315.00 93555.00
J2-3.1.3 25mm (OD)
Rmts 165.00 385.00 63525.00
J2-3.1.4 32mm (OD)
Rmts 165.00 480.00 79200.00
J2-3.1.5 40mm (OD)
Rmts 66.00 755.00 49830.00
J2-3.1.6 50mm (OD)
Rmts 99.00 815.00 80685.00
Revised BOQ
Page 76 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.1.7 63mm (OD)
Rmts 30.00 1217.00 36510.00
J2-3.1.8 75mm (OD)
Rmts 15.00 1590.00 23850.00
J2-3.1.9 90mm (OD)
Rmts 15.00 2206.00 33090.00
J2-3.1.10 110mm (OD)
Rmts 15.00 3200.00 48000.00
J2-3.2
Providing and fixing 600 mm long puddle flanges fabricated out of 6mm thick MS plates
along with flanges of suitable size properly fixed in walls & top slabs of underground and
overhead tanks.
J2-3.2.1
25 mm dia
Each 12.00 98.88 1186.56
Revised BOQ
Page 77 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.2.2
65 mm dia
Each 12.00 593.25 7119.00
J2-3.2.3
80 mm dia
Each 24.00 741.55 17797.20
J2-3.2.4
100 mm dia
Each 18.00 988.74 17797.32
J2-3.2.5
150 mm dia
Each 12.00 1779.73 21356.76
J2-3.2.6
200 mm dia
Each 0.00 2867.34 0.00
Revised BOQ
Page 78 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.3
Making connection from existing water supply line incl necessary excavation and making
good the same incl cutting, boring and taping the existing line by providing and installing
ferrule and amking good the same including cutting, boring and taping the existing line by
providing and installing ferrule connections with necessary fittings as required and making
good the same. The rate for this itesm also includes complete services from the
contractor for liasoning works such as filing necessary applications, submission of forms
for approval to the municipal authorities depositing the fees and other amounts as
required getting the premises/ installations, inspected and approved and all other
formalities required till the water connection is obtaineD1. All the expenses incurred in
authorities following up this regard shall be borne by the contractor. Department charges
if any will be reimbursed to the contractor on production of receipt of money deposited
with the department.
Each 3.00 24647.67 73943.01
J2-3.4 SUCTION AND DELIVERY PIPES AND VALVES FOR WATER SUPPLY PUMPS
J2-3.4.1
Providing and fixing G.I. suction & delivery headers / pipes for water supply pumps
(IS:1239 heavy class) with G.I. Fittings (bends, tees, reducers, plugs, union, flange &
blank flanges etc) and clamps and jointing with teflon tape or hold tite including chase
cutting and making good the walls, floors etc. wherever required.
J2-3.4.1.1
50 mm nominal bore
Metre 90.00 972.68 87541.20
J2-3.4.1.2
65 mm nominal bore
Metre 30.00 1251.15 37534.50
J2-3.4.1.3
80 mm nominal bore
Metre 30.00 1545.30 46359.00
Revised BOQ
Page 79 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.4.1.4
100 mm nominal bore
Metre 15.00 2184.60 32769.00
J2-3.4.2
Painting for G.I./MS Pipes with two or more coats of synthetic enamel paint of approved
quality and shade over a coat of approved primer coat as directed including surface
preparation (Shade as per pipe colour code)
J2-3.4.2.1
50 mm nominal bore
Metre 90.00 37.26 3353.40
J2-3.4.2.2
65 mm nominal bore
Metre 30.00 37.26 1117.80
J2-3.4.2.3
80 mm nominal bore
Metre 30.00 47.07 1412.10
J2-3.4.2.4
100 mm nominal bore
Metre 15.00 54.91 823.65
Revised BOQ
Page 80 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.4.3 Providing and fixing C.I Y strainer
J2-3.4.3.1
65mm nominal bore
Each 6.00 7245.00 43470.00
J2-3.4.3.2
100 mm nominal bore
Each 6.00 11119.52 66717.12
J2-3.4.4
Providing and fixing Butter fly Valves of the following sizes conforming to BS 5351 and the
M & W Specifications, suitable for pressure rating of 10 kg /Sq.cm, with hand lever
operation, rubber gaskets, flanges, nuts, bolts and washers including painting complete
as per M & W specification.
J2-3.4.4.1
50mm nominal bore
Each 18.00 4750.10 85501.80
J2-3.4.4.2
65mm nominal bore
Each 18.00 6738.14 121286.52
Revised BOQ
Page 81 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.4.4.3
80mm nominal bore
Each 6.00 7822.60 46935.60
J2-3.4.4.4
100mm nominal bore
Each 15.00 10348.42 155226.30
J2-3.4.4.5
150mm nominal bore
Each 15.00 15929.55 238943.25
J2-3.4.5
Providing and fixing Wafer type Double Plate Check Valves of the following sizes
conforming to API-594 , suitable for pressure rating of 16 kg I Sq.cm with cast iron body
conforming to BS 1452, rubber gasket, flanges, union, nuts, bolts and washers including
painting complete as per M & WSpecifications.
J2-3.4.5.1
50 mm dia
Each 6.00 6553.81 39322.86
Revised BOQ
Page 82 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3.4.5.2
65 mm dia
Each 6.00 8146.17 48877.02
J2-3.4.5.3
80 mm dia
Each 6.00 9738.54 58431.24
J2-3.4.5.4
100 mm dia
Each 15.00 14041.07 210616.05
J2-3.4.5.5
150 mm dia
Each 15.00 17710.73 265660.95
Revised BOQ
Page 83 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-3 RAIN WATER HARVESTING
J2-3.1 Construction desilting chamber and rain water harvesting pit (as per drawing )of 6m x 4m
with 3.5 m effective depth complete as per drawing & supplying & filling with filter media in
different layers - 0.5 m thick sand of 1.5 to 2.0 m size ( 6 cum ) , 0.5 m thick gravel of 5-
10 mm size ( 6 cum) , 0.5 m thick boulders of 5-15 mm size ( 6 cum ) in rain water
harvesting pit complete as per standared and instruction of engineers incharge. Each 6.00 70000.00 420000.00
J2-3.2 Construction of rain water pit of size 2 mx1.3m x 2m deep as per detailed dwg.
Each 6.00 30000.00 180000.00
J2-4 PUMPS
J2-4.1
Providing, fixing, testing & commissioning of approved make centrifugal pumps with
mechanical shaft, seals & bearings lubricated by the pumped liquiD1. The main pump
components are made of corrosion resistant stainless steel AISI – 316. The pumps are
direct coupled totally enclosed, fan cooled, standard motor of adequate HP capable of
giving a discharge of 250 LPM at total head of 50 MT approximate to work on a 3
phase,2900 RPM 25 cycles 380-440 volts with the same make of control panel etc.
complete. ( Make: KSB, Grundfoss , Wilo)
J2-4.1.1
Treated water transfer pumps
Each 6.00 52062.12 312372.72
Pump capacity - 250 lpm
Head - 50 m
RPM - 2900
J2-4.2
Providing, fixing and commissioning non clog type mono block submersible drainage
pumps suitable for handling solids of 12 mm size with totally water and dust proof motor
as specified complete with motor control panel and float switch, inclusive of all
terminations and earthing required all complete as per specifications.( Make: KSB,
Grundfoss , Wilo)
Revised BOQ
Page 84 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-4.2.1
Capacity 150 lpm & Head 15 m (1W+1S) (Location : Pump room )
Each 6.00 31415.00 188490.00
J2-4.2.2
Capacity 120 lpm & Head 10 m (Location : Lift / Escalator pit )
Each 18.00 20154.12 362774.16
J2-4.3
Providing and fixing Transistorised liquid level controllers with low voltage relays and
seamless steel probes and PVC shroud, including necessary wiring and conduiting from
probes to display panel/motor control panels and to provide Audible Alarm for low level for
each underground tank. (The cost of all required cabling from probes to motor control
panels to be including in the rates).
For Domestic over head tank
To start pump at low water level in overhead tank and stop at high water level in overhead
tank and low water level in underground tank.
Set 24.00 15765.00 378360.00
J2-4.4
Providing and fixing single / multistage submersible tubewell pump suitable for 150mm
bore with stainless steel casing. NORYL impeller, stainless steel shaft and built in non
return valve coupled with submersible squirrel cage motors suitable for 145V +- 10%
volts. 3 phase, 50 cycles AC supply.
Capacity 200 lpm
Head 50m, 5.0 HP
Each 3.00 33244.20 99732.60
Revised BOQ
Page 85 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-4.5
50mm dia GI column pipe of jindal /TT Swastic make heavy class duly flanged
meter 450.00 609.48 274266.00
J2-4.6
Providing and fixing 50mm Cable clip with nuts and bolts
No 120.00 66.49 7978.80
J2-4.7
Providing and fixing 50mm dia supporting clamp with nuts and bolts
pair 6.00 775.70 4654.20
J2-4.8
Providing & Fixing 3C - 6sqm Submersible cable
meter 900.00 221.63 199467.00
J2-4.9
Providing and fixing steel wire rope 6 mm dia complete with wire rope clamps for safety of
pump set.
meter 750.00 110.81 83107.50
Revised BOQ
Page 86 of 124.
ECV 101
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/YenTotal
Quantity
Items
S/No.Description Unit
J2-4.10
Supplying and laying 1.1 KV grade aluminium conductor PVC insulated and PVC
sheathed armoured cables including 8 SWG GI earth wire on surface/Cable tray as
requireD1.
meter 90.00 554.07 49866.30
J2-4.11
Providing and fixing dust and vermin proof motor control panel fabricated from 14 SWG
MS sheet with stove enamelled paint and comprising of ( For tube well pumps)
J2-4.11.1 one feeder of 63 Ampere 4 pole ELCB.
J2-4.11.2 One fully Automatic DOL starter with push button indicating lights.
J2-4.11.3One panel type volt meter 96 mm square with rotary selection switch for reading voltage
between face and neutral or incoming feeder.
J2-4.11.4 Three neon phase indicating light on the incoming main.
J2-4.11.5 one Empere meter 96 mm square panel type of appropriate range.
J2-4.11.6 Etched plastic identification plates for all switch gears.
J2-4.11.7 Space for liquid level controller.
J2-4.11.8
All internal wiring should be colour coded from incoming main to switch gear, starters,
meters, Indicating lights(Compartment light with min front area 1.50 sqm & 0.30 m deep)
No. 3.00 28811.64 86434.92
TOTAL OF SCHEDULE - J2 2,047,504
Revised BOQ
Page 87 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
SCHEDULE - K
K - 1
1
Cement Concrete & RCC Works
K - 1.1 Ready mixed M-20 grade concrete for reinforced cement concrete work inchajjas, lintels, bends, plain window sills etc in superstructure including thecost of centering, shuttering, finishing etc complete (graded stone aggregate20 mm nominal size). Reinforcement shall be measured separately.
Cum 34.75
K - 1.2 Providing corrosion resistant (CRS) TMT reinforcement steel of Fe-500Dgrade, from approved list of supplier/s, straightening, cutting, bending, tying,lapping of bars/ butt welding placing including couplers, 18 gauge G.I. bindingwire, in all structural concrete at all heights and depths complete as pertechnical specifications and drawings
Kg 2119.20
K - 2 Masonry Works
K - 2.1 Providing and laying autoclaved aerated cement block masonry with AACblocks in super structure in cement mortar 1:4 (1 cement : 4 coarse sand)including mullion, transom, fire stops, angles, cleats, wall ties and clamps etc.
K - 2.1.1 For 200mm thk. Wall Cum 3532.00
K - 2.1.2 For 100mm thk. WallThe rate includes providing and placing in position 2 Nos 8 mm dia M.S. barsat every third course of masonry work.
Sqm 372.00
K - 3 Granite Works
Note: All granite slabs shall be selected as per approved sample by
CMRL. It shall be sourced from Tamil Nadu Minerals Limited (TAMIN). In
case of non-availability, it can be sourced from other location of selected
quality, uniform in colour, free from cracks, fissures and flakes with
straight edges and perfect corners
CHENNAI METRO RAIL PROJECT PH.- I EXT.
CONTRACT ECV 101
BILL OF QUANTITIES - K (CIVIL ARCHITECTURE) - TONDIARPET, TOLL GATE & THANGAL STATIONS
Sl. No. Description Unit Total Quantity
Revised BOQ
Page 88 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 3.1 Providing and Fixing 20mm thick gang saw cut mirror polished premouldedand prepolished) machine cut for vanity counters, window sills , facias andsimilar locations of required size of approved shade, colour and texture laidover 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) withjoints treated with white cement, mixed with matching pigment, epoxy touchups, including rubbing, curing, moulding and polishing to edges to give highgloss finish etc. complete at all levels.
K - 3.1.1 (a) Granite of any colour and shade
K - 3.1.1.1 (i) Area of slab over 0.50 sqm. Sqm 22.89
K - 3.2 Providing edge moulding to 20mm thick granite stone counters, Vanities etc.including machine polishing to edge to give high gloss finish etc. complete asper design approved by Engineer-in-Charge.
Rmt 33.60
K - 3.3 Extra for fixing granite stone over and above corresponding basic item, in faciaand drops of width upto 150 mm with epoxy resin based adhesive includingcleaning etc. complete.
Rmt 33.60
K - 3.4 Extra for providing opening of required size & shape for wash basins in vanitycounters and similar location in Granite stone work including necessary holesfor pillar taps etc. including moulding, rubbing and polishing of cut edges etc.complete.
Each 30.00
K - 3.5 Providing and fixing clamps of required size & shape in RCC/ CC / Brickmasonry backing with cement mortar 1:2 ( 1 cement :2 coarse sand) includingdrilling necessary hole in stones and embedding the clamp in the hole(fastener to be paid separately).
K - 3.5.1 Stainless steel clamps Kg 150.00
K - 3.6 Providing and fixing expansion hold fasteners on C.C. /R.C.C./Brick masonrysurface backing including drilling necessary holes and the cost of bolt etccomplete.
Revised BOQ
Page 89 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 3.6.1 (a) Fastener with threaded dia 10mm Each 300.00
K - 3.7 Providing and Fixing flamed finish Granite stone (bull-nosed) of size1200x600x30 mm at Platform Edge level using 5mm thick approved thick bedadhesive as per specification over prepared base on 20mm (average) thickbase of cement mortar in 1:4 (1 cement : 4 total aggregate- sand and 10mmsingle sized aggregate) using 43 grade cement, water reducing admixture asper ISO 9103:1999 and jointing with white cement with matching colourpigment all complete in levelling course laid to proper slopes over screed baseincluding, base preparation including movement joint in screed as perspecification with 10mm thick compressible filler to edge of screed with twoparts polysulphide sealent to top edge as per approved drawing and directionsof engineer-in-charge. Screed should be laid in slope and it shall be measuredand paid separately under sub head K1 - 4.7
Sqm 514.80
K - 3.8 Providing and Laying 20mm thick prepolished Granite slab of sizes upto andincluding 1200X600mm on Floor using 5mm thick approved bed adhesive asper specification over prepared base on 20mm (average) thick base of cementmortar 1:4 (1 Cement : 4 total aggregates - coarse sand and 10mm singlesized aggregates) using 43 grade cement, water reducing admixture as perISO 9103:1999 and jointing with white cement with matching colour pigment allcomplete (Colour of granite as approved by Engineer) in levelling course laidto proper slopes over screed base including base preparation, movement jointin screed as per specification with 10mm thick compressible filler to edge ofscreed/ blockwork junction, drainage gullies as per approved section, curing,testing etc. all complete as per specifications and relevent drawings. Screedshould be laid in slope and it shall be measured and paid separately underSub-head K1 - 4.7
K - 3.8.1 Granite stone of any approved colour & shade by CMRL, Sadarhalli Grey butnot limited to;
Sqm 4825.78
K - 3.8.2 For secondary stone including but not limited to Red/ Raw silk/ Jet black/ Tanbrown/ Kashmir yellow/ Ikon brown/ Multi red/ Blue pearl/ Lavender bluegranite of approved shade & Colour by CMRL
Sqm 3217.18
Revised BOQ
Page 90 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 3.9 Providing and Laying 20mm thick Polished Granite stone flooring in Treadsand Landings of steps (including bull nosing, rounding the nose, makinggroove and grooves shall be filled with epoxy material) of approved colour,size and pattern, (sample of granite stone shall be approved by Engineer-in-charge) over 20mm (average) thick base of cement mortar 1:4 (1 cement : 4coarse sand) laid and jointed with neat cement slurry mixed with pigment tomatch the shade of granite stone complete as per specifications andarchitectural drawings.
Sqm 2003.31
K - 3.10 Providing and Fixing machine cut, mirror polished, 20mm thick Granite stonefor Skirting, Risers of steps etc. on 12 mm (average) thick cement mortar 1:3(1 cement : 3 coarse sand) laid and jointed with suitable grouting materialincluding pointing with grouting material of matching shade, including rubbing,curing, polishing etc. all complete as per specifications and Architecturaldrawings. Colour of granite is as approved by Engineer-in-Charge.
Sqm 630.93
K - 3.11 Providing and Laying 20mm thick mirror polished Granite stone work of uptoand including sizes of 1200mmX600mm of approved colour/ pattern with 4mmV-groove all around at all levels for Wall linings/ columns/ skirtings (veneerwork) by mechanical arrangement with SS cramps/ brackets, anchor bolts, 5-6mm vertical SS pins of approved make and inserts as per drawings andspecifications. The cost of making necessary V-grooves all around stonepieces, chamfering of corner edges and polishing are included.
K - 3.11.1 Granite stone of any approved colour & shade by CMRL, Sadarhalli Grey butnot limited to;
Sqm 277.99
K - 3.11.2 For secondary stone including but not limited to Red/ Raw silk/ Jet black/ Tanbrown/ Kashmir yellow/ Ikon brown/ Multi red/ Blue pearl/ Lavender bluegranite of approved shade & Colour by CMRL
Sqm 185.33
K - 3.12 Providing and Fixing 20mm thick Polished Granite Coping of any approvedcolour and shade granite stone, bull-nosed over 20 mm thick cement mortar1:4(1 cement: 4coarse sand) with joint treated with white cement mixed withmatching pigment including Rubbing, Curing, Moulding & polishing to edge togive high gloss finish etc. complete
Sqm 542.46
Revised BOQ
Page 91 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 3.13 Providing and Fixing seating benches made in whole block work with 20mmthick granite stone on top, mirror polished, in Red/ Raw silk/ Tan brown/ Jetblack/ lavender blue granite but not limited to, as per detail drawings. Jointstreated with matching pigment, including rubbing, curing, moulding & polishingof ege to give glossy finish. Blockwork shall be plastered and painted with twocoats of acrylic emulsion over a priming coat, complete in all respect asdirected by Engineer-in‐charge. Size – 2000(L)x500(W)x450(H)mm
Nos. 24.00
K - 4 Flooring / Tile Works
K - 4.1 Providing and laying 10mm thick, double charged, vitrified floor tiles (anti ‐skid)in different sizes with water absorption's less than 0.08% and conforming toIS:15622 of approved make in all colours and shades, laid on 20mm thickcement mortar 1:4 (1 cement : 4 coarse sand) including grouting the joints withmatching pigments etc., complete.
Sqm 323.40
K - 4.2 Providing and laying 10mm thick, double charged, vitrified floor tiles in differentsizes with water absorption less than 0.08% and conforming to IS : 15622, ofapproved make, in all colours and shades, laid on 20mm thick cement mortar1:4 (1 cement : 4 coarse sand) including grouting the joints with matchingpigments etc., complete.
Sqm 282.00
K - 4.3 Providing and laying 10mm thick, Single charged, 1st quality Vitrified wall tileswith water absorption less than 0.08% and conforming to IS:15622, ofapproved brand & manufacturer, in all colours and shade, in skirting, steps,wall cladding, border tiles and dados laid over 6mm thick white cement andjointing with LATAPOXY 310 adhesive including grouting the joint withLATICRETE epoxy grout etc., complete
Sqm 3823.00
K - 4.4 Providing and laying 10mm thick, Ceramic floor tiles of 1st quality conformingto IS:15622 of approved make, in colours, shades except White, Ivory, Grey,Fume Red, Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4Coarse sand), including pointing the joints with matching pigment etc,complete.
Sqm 213.28
K - 4.5 Providing and fixing 10mm thick, 1st quality ceramic wall tiles conforming toIS:15622, of approved make, in all colours, shades except burgundy, bottlegreen, black of any size as approved by Engineer‐in‐Charge, in wall, skirting,risers of steps and dados, over 6mm thick white cement and jointing withLATAPOXY 310 adhesive including grouting the joint with LATICRETE epoxygrout etc, complete
Sqm 428.83
K - 4.6 Providing and fixing Glass Mossaic Tiles at finished plain wall surface of size20mmx20mmx4mm in all colour, design , fixing in customize design as perdirection of Engineer-in- Charge. The glass mosaic tiles to be fixed on the wallsurface with the help of approved adhesive applied at the rate of 2.5 kg persqm and grouting of the same. The rate is inclusive of all operation, materialand required pattern approved by Engineer-in-Charge:
Sqm 372.00
Revised BOQ
Page 92 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 4.7 Providing and laying in position cement concrete of specified grade as Screedconcrete as a base for flooring works including any shuttering incidental tosuch works in 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size)
Cum 908.36
K - 4.8 Providing and laying 52 mm thick cement concrete flooring with concretehardener topping, under layer 40 mm thick cement concrete 1:2:4 (1 cement :2 coarse sand : 4 graded stone aggregate 20 mm nominal size) and top layer12 mm thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2graded stone aggregate 6 mm nominal size) by volume, hardening compoundmixed @ 2 litre per 50 kg of cement or as per manufacturer's specifications.This includes providing and fixing 40mm wide and 4 mm thick glass strip injoints of cement concrete floor, cost of cement slurry, but excluding the cost ofnosing of steps etc. complete.
Sqm 1200.00
K - 4.9 Providing and applying 18mm thick Cement plaster skirting upto 30 cm height,with cement mortar 1:3 (1 cement : 3 coarse sand), finished with a floating coatof neat cement.
Sqm. 96.00
K - 4.10 Providing and fixing 450mm high unitile raised access flooring system orequivalent confirming to PSA MOB standards as per the followingspecifications. Unitile USF-1500 access floor panle of size 600x600mm shallbe all steel welded construction, with an enclosed bottom pan of 49hemispherical and 36 reversed cones and top plain sheet which are fusewelded at 124 locations to form a panel of an overall depth of 35mm. The innerempty core of the panel is injected with alight weight fire retardant noncombustible cementitious compound at high pressure to fill in all the servicesof the panel and ensures support of not less than 85% of the top surface areaof the panel. The panel after cleaning, degreasing, phospating by 7 tankprocess is coated with 40-60 micron epoxy coat and is heated to achievemaximum adhesion and surface resistance. The panel is laminated with 2mmthick fire retardant floor grade antistatic laminate (Electrical Resistance shallbe in the range of 1.0x1.0x6 ohms to 2.0x10x10 ohms) on a semi-automaticlamination line to ensure maximum bonding to the steel surface. The edges ofthe laminated is protected with a conductive PVC edge profile of the samerange of the electrical restivity as the laminate which is 5mm wide on all sides.This edge trim is mechanically locked and sealed in place to avoid detachment(Homogeneous vinyl)
Sqm 359.67
Revised BOQ
Page 93 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
1. Concentrated point load: 1500lbs (680kgs) on a 25x25mm square indenteron the centre of the panel with a maximum permissible deflecting of not morethan 2.5mm as per standards.2. Uniformly distributed load (UDL): 2300 kg per sqm (23 KN/sqm) withmaximum permissible deflection of 2.5mm as per standards3. Ultimate load should be more than 5820 lbs (2640 kgs)4. Rolling load: a.Wheel 1 i.e. 3" dia - 10 passes: 1470 lbs (667 Kgs), b: Wheel2 i.e. 6" dia - 10000 passes: 1225 lbs (556 Kgs)5. Impact load: 171 lbs (78 Kgs).Other details as per techincal specification and manufacturer's instructionsincluding all necessary support systems like pedestals, base plates, stringerswith necessary fixing arrangments etc., complete
K - 4.11 Providing and laying yellow visibility vitrified tile as per control sample of size600x100x8 mm thick at platform level by using Laticrete 111 crete filler powdermixed with Laticrete 73 latex admix and applied to a minimum thickness of4.5mm (The mixing ratio shall be as follows: 20kg bag (Laticrete 111) : 5.5 litre(Laticrete 73). Joints filled using Laticrete Latapoxy SP-100 epoxy grout over20 mm thk bed of cement mortar 1:4 (1 cement : 4 coarse sand) in levellingcourse laid to proper slopes over screed base including base preparationincluding movement joint in screed as per specification with 10mm thickcompressible filler to edge of screed - all complete as per relevant drawingsand specifications and directions of engineer-in-charge. Screed shall bemeasured and paid separately.
Sqm 85.80
K - 4.12 Providing and Laying of Foam Concrete under Raised Floor as / of density1200kg/cum
Cum 144.90
K - 5 Finishing Works
K - 5.1 Cement plaster:
K - 5.1.1 (a) 20mm thick cement plaster of mix 1:4 (1 cement : 4 coarse sand) for
external surface of wall
Sqm. 11669.60
K - 5.1.2 (b) 15mm thick cement plaster of mix 1:4 (1 cement : 4 coarse sand) for
internal surface of wall
Sqm. 19934.68
K - 5.2 Distempering with oil bound washable distemper of approved brand andmanufacture to give an even shade
Revised BOQ
Page 94 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 5.2.1 New work (two or more coats) over and including water thinnable priming coatwith cement primer.
Sqm. 6010.25
K - 5.3 Wall painting with acrylic emulsion paint of approved brand and manufactureto give an even shade including a coat of water thinnable cement primer ofapproved brand and manufacture on wall surface and providing and applyingwhite cement based putty, of approved brand and manufacturer, over theplastered wall surface to prepare the surface even and smooth complete.
K - 5.3.1 Two or more coats on new work. Sqm. 1695.39
K - 5.4 Applying two coats (maximum 8 sqm/litre per coat with minimum 125 micronwet film thickness per coat) of two-part, high build, solvent free , wateremulsified epoxy resin based anti- dust concrete sealer coating on fair-facedblockwork / brickwork and concrete surfaces inclusive of surface preparation,over primer coat / initial coat as per manufacturer's recommendation- allcomplete as per specification.
Sqm 9054.00
K - 5.5 Providing and applying two coats of Pigmented decorative thick textured wallfinish of exterior grade @ 3.28 ltr / 10 sqm after applying corresponding rollercoat as exterior cement primer applied @ 2.20 Kg/10 sqm on pre-plasteredsurface as per approved sample in approved shade. The water repellency ofthe product shall be >= 86gm/m2 as per test method IS:5410-1969, completeas per manufacture’s specifications and instructions by Engineer in Charge atsite. Also providing & applying 2 coats of water repellent (Perma Treat-WB) @3sqm/litre above texture paint for protection. The rate shall include necessaryscaffolding, labour and material complete.
Sqm 2500.77
Revised BOQ
Page 95 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 6 Suspended Ceiling Works
K - 6.1 METAL PANEL CEILING
Providing and fixing tiled falseceiling of approved materials of size 595x595mm in true horizontal level, suspended on inter‐locking metal grid of hotdipped galvanized steel sections (galvanized @ 120 grams/ sqm, both sideinclusive) consisting of main “T” runner with suitably spaced joints to getrequired length and of size 24x38 mm made from 0.30 mm thick (minimum)sheet, spaced at 1200 mm center to center and cross “T” of size 24x25 mmmade of 0.30 mm thick (minimum) sheet, 1200 mm long spaced between main“T” at 600 mm center to center to form a grid of 1200x600 mm and secondarycross “T” of length 600 mm and size 24x25 mm made of 0.30 mm thick(minimum) sheet to be interlocked at middle of the 1200x600 mm panel toform grids of 600x600 mm and wall angle of size 24x24x0.3 mm and layingfalse ceiling tiles of approved texture in the grid including, requiredcutting/making, opening for services like diffusers, grills, light fittings, fixtures,smoke detectors etc. Main “T” runners to be suspended from ceiling using GIslotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm diaand 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanisedbutterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center tocenter along main T, bottom exposed width of 24 mm of all Tsections shall bepre‐painted with polyester paint, all complete for all heights as perspecification, drawings and as directed by Engineer‐in‐charge.
K - 6.1.1 PERFORATED: Providing and fixing of Metal false ceiling of tile 600mm wide
and 600mm long manufactured of 0.5mm thick Galvanised steel perforated2.5mm dia 5.5mm c/c. The tile will be manufactured on advanced equipment,which includes several levelling stages in the manufacturing process. Tile endswill be raised with pips and stops to ensure positive engagement into thespring to enable for de-mounting of individual panels. The tile sides will besufficiently high to ensure a minimum deflection across the length of Tile. Alltiles will be bevelled edged. The tile shall be polyester based, powder coatedin White colour. Tile shall be clipped into clip in profile of 0.5mm thick GI. Theclip in profile shall be supported from slab by means of rigid suspension of4mm GI rod, hold on clamp with clip, panel carriers suspesion system,including cutouts and additional framing around light fixtures, grilles, diffusers,access panels, etc. all as per specifications and as directed, completed. Ratesinclusive of all labour, material, tools and plants, lead lifts, etc and propercompletion of work as per engineer instruction.Acoustic felt: Non-woven felt made of glass-reinforced fibre glued over theperforation for sound absorption (0.7 NRC)
Sqm 240.00
K - 6.1.2 NON‐PERFORATED: GI Metal Ceiling Lay in plain Tegular edge Global white
color tiles of size 595x595 mm, and 0.5mm thick with 8mm drop; made of GIsheet having galvanizing of 100 gms/sqm (both sides inclusive) and electrostatically polyester powder coated of thickness 60 microns (minimum),including factory painted after bending.
Sqm 480.00
Revised BOQ
Page 96 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 6.2 CALCIUM SILICATE CEILING:
Providing and Fixing 15 mm thick densified tegular edged eco-friendly lightweight calcium silicate false ceiling tiles of approved texture spintone/cosmos /Hexa or equivalent of size 595 x 595 mm in true horizontal level, suspendedon inter locking metal grid of hot dipped galvanised steel sections (galvanising@ 120 grams per sqm including both side) consisting of main ‘T’ runnersuitably spaced at joints to get required length and of size 24x38mm madefrom 0.33 mm thick (minimum) sheet, spaced 1200 mm centre to centre, andcross “T” of size 24x28 mm made out of 0.33mm (Minimum) sheet, 1200 mmlong spaced between main’T’ at 600 mm centre to centre to form a grid of1200x600 mm and secondary cross ‘T’ of length 600 mm and size 24 x28mmmade of 0.33 mm thick (Minimum) sheet to be inter locked at middle of the1200x600 mm panel to from grid of size 600x600 mm, resting on peripherywalls /partitions on a Perimeter wall angle pre‐coated steel ofsize(24x24X3000 mm made of 0.40 mm thick (minimum) sheet with the help ofrawl plugs at 450 mm centre to centre with 25 mm long dry wall screws @ 230mm interval and laying 15mm thick densified edges calicum silicate ceiling tilesof approved texture (Spintone / Cosmos/hexa) in the grid, including, cutting/making opening for services like diffusers, grills, light fittings, fixtures, smokedetectors etc., wherever required. Main ‘T’ runners to be suspended fromceiling using G.I. slotted cleats of size 25x35x1.6 mm fixed to ceiling with 12.5mm dia and 50 mm long dash fasteners, 4 mm G.I. adjustable rods withgalvanised steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200 mmcentre to centre along main ‘T’, bottom exposed with 24 mm of all Tsectionsshall be prepainted with polyster baked paint, for all heights, with necessarytrap door arrangements for service/maintenance access, as per specifications,drawings and as directed by engineer‐incharge.
Sqm 120.00
Note :‐ Only calcium silicate false ceiling area will be measured from wall towall. No deduction shall be made for exposed frames/opening (cutouts) havingarea less than 0.30 sqm. The calcium silicate ceiling tile shall have NRC valueof 0.50 (Minimum), light reflection > 85%, noncombustible as per B.S. 476 partIV, 100% humidity resistance and also having thermal conductivity <0.043 w/m0 KC.
Revised BOQ
Page 97 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7 Metal Works
K - 7.1 Steel work welded in built up sections/ framed work, including cutting, hoisting,fixing in position and applying a priming coat of approved steel primerincluding synthetic enamel paint as required
K - 7.1.1 In gratings, frames, guard bar, ladder, railings, brackets, gates and similarworks. Note:‐ Shop drawing to submited before excution for approval of siteEngineer‐in‐charge
kg 15000.00
K - 7.2 Providing and fixing door with shutter fabricated from18 gauge thickgalvanised steel sheets press formed to provide a 46mm thick fully flusheddouble skin door with lock seam joints at stile edge and infill insulation kraftcore. Door frames to be single rebated made of 16 gauge galvanised steel.Door shutter and frame to be primered in stoving grade epoxy zincphosphateprimer and finished in aliphatic grade u.v. resistance polyurethane paint. Doorshutter and frames to have all hardware preparations, prepunctured at thefactory all complete with and including filling of door frames with P.C.C. 1:2:4(1 cement : 2 coarse sand : 4 graded stone aggregate 12.5mm nominal size)
K - 7.2.1 Single leaf door shutter; door frame size: 65mm X 120mm
K - 7.2.1.1 With Vision Panel Sqm 49.00
K - 7.2.1.2 With Louvered Panel Sqm 70.00
K - 7.2.1.3 Without Vision & Louvered Panel Sqm 54.00
K - 7.2.2 Double leaf door shutter; door frame size: 65mm X 150mm
K - 7.2.2.1 With Vision Panel Sqm 12.00
Revised BOQ
Page 98 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7.2.2.2 Extra for 300mm x 450mm vision panel with 6mm thick clear toughened glasswith frame
Each 29.00
K - 7.2.2.3 Extra for provision of air transfer grille appx. 650mm x 300mm with frame Each 38.00
K - 7.2.2.4 Heavy Duty Door Closer Each 100.00
K - 7.2.2.5 Eurofile Mortice lock -240 with double pin cylinder having master arrangementand ss handles
Each 97.00
K - 7.2.2.6 Concealed SS finish tower bolts (300mm) Each 94.00
K - 7.2.2.7 Magnum or equivalent make SS 4 Ball Bearing hinges Each 400.00
K - 7.2.2.8 SS handles Dorma or equivalent make for double leaf door Each 6.00
K - 7.2.2.9 Dorma or equivalent make Panic Bar for Double leaf door Each 6.00
Revised BOQ
Page 99 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7.3 Providing & fixing of Hollow metal Fire door of 60 minutes fire rating as perdetailed specification along with complete accessories like vision panel, towerbolts, heavy duty door closer, ball bearing hinges, handles, locks, holdfasteners, breaking and making wall good, etc., as per NFPA 80 and tested asper NFPA 252, tempreture increase on the un‐exposed surface not exceedingan average of 2320C (4500F) during first 30 minutes of test. All doors andframes shall be finished with polyurethane aliphatic grade paint of approvedcolour.
K - 7.3.1 Single leaf Sqm 42.00
K - 7.4 Providing & fixing steel Fire rated door of 120 minutes fire rating as perdetailed specification along with complete accessories like vision panel, towerbolts, heavy duty door closer, ball bearing hinges, handles, locks, holdfasteners, breaking and making wall good, etc., as per NFPA 80 and tested asper NFPA 252, tempreture increase on the un‐exposed surface not exceedingan average of 3610C (4500F) during first 30 minutes of test. All doors andframes shall be finished with polyurethane aliphatic grade paint of approvedcolour.
K - 7.4.1 Double leaf Sqm 59.00
K - 7.5 Providing approved galvanized chicken wire mesh (24 gauge 12mm size) tojunctions of concrete and masonry work and other locations where called forincluding cutting to requred sizes side laps of minimum 75mm and fixing inposition with galvanized wire nails as approved complete.
Sqm 3160.43
K - 7.6 Providing and fixing powder coated aluminium (minimum thickness of powdercoating 50 micron) work for doors, windows, ventilators and partitions withextruded built up standard tubular sections/ appropriate Z sections and othersections of approved make conforming to IS: 733 and IS: 1285, fixing withdash fasteners of required dia and size, including necessary filling up the gapsat junctions, i.e. at top, bottom and sides with required EPDM rubber/neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight,mitred and jointed mechanically wherever required including glass, cleat angle,aluminium snap beading for glazing, stainless steel screws, all complete asper architectural drawings and the directions of Engineer-in-charge.
Revised BOQ
Page 100 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7.6.1 Ventilators
K - 7.6.1.1 Size: 1000mm x 600mm Nos. 28.00
K - 7.8 Providing and fixing stainless steel (Grade 316) Sliding & Foldable Gatesmade of Hollow tubes, channels, plates etc., including welding, grinding,buffing, polishing and fitting the same with necessary stainless steel nuts andbolts complete, i/c fixing the gate with necessary accessories & stainless steeldash fasteners , stainless steel bolts, top and bottom rail of T‐iron, with 40 mmdia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers,handles, etc., as directed by Engineer‐incharge. (Only SS will be measured forpayment and other accessories are deemed to be included in this rate)
kg 1728.00
K - 7.9 Supplying, fabricating and fixing Stainless Steel (Grade 304) railing made ofHollow tubes, channels, plates etc., including welding, grinding, buffing,polishing and making curvature (wherever required) and fitting the same withnecessary stainless steel nuts and bolts complete, including fixing the railingwith necessary accessories & stainless steel dash fasteners, stainless steelbolts etc., of required size, on the top of floor or the side of waist slab withsuitable arrangement complete in all respect and making good the floors asper approval of Engineer‐in‐charge. (for payment purpose only weight ofstainless steel members shall be considered excluding fixing accessories suchas nuts, bolts, fasteners etc.). Embeded length of the handrail below finishedsurface shall not be measured.
Kg 26880.00
K - 7.10 Supplying, fabricating, errection of 1100mm high Matte Finish SS Wicket Gateas per design, consisting of 50mm dia, 3.15mm thick, Stainless Steel pipeframing, Grade 304 in between paid & unpaid area complete in all respect asper Specifications and relevant Architectural Drawings. Embeded length of thehandrail below finished surface shall not be measured.
Kg 174.00
K - 7.11 Supplying, fabricating, erection of wall mounted handrail as per designcomprising of 50mm dia Matte Finish Stainless Steel pipe, Grade 304including threading on both sides to receive grub screw on one side and railholding barrel on the other side, 25mm dia rod upright threaded to receive50mm dia handrail, 80mm OD 6mm thick SS plate, 50mm OD-3.15mm thickpipe fixing the same by cutting 49mm dia hole in granite/vetrified tile wallcladding in required position including angular assembly at every bend andfixing handrail in concrete/block with SS fastners complete in all respect andmaking good the wall as per Specifications and relevant ArchitecturalDrawings. Embeded length of the handrail below finished surface shall not bemeasured.
Kg 3024.00
K - 7.12 Providing and fixing G.I. chain link fabric fencing of required width in meshsize 50x50 mm including strengthening with 2 mm dia wire or nuts, boltsand washers as required complete as per the direction of Engineer-in-charge.
Revised BOQ
Page 101 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7.12.1 Made of G.I. wire of dia 4mm Sqm 234.00
K - 7.13 Supplying at site Angle iron post & strut of required size including bottom to besplit and bent at right angle in opposite direction for 10 cm length and drillingholes upto 10 mm dia. etc. complete for fencing works.
Kg 651.00
K - 7.14 Designing, providing, fabrication and erection of extruded Alumium LouversShutters of approved shade and colour powder coated (minimum thickness ofcaoting 50 microns) with extruded aluminium subframe & frame sectionsconforming to IS: 733 and IS: 1285 fixed with raw plugs and stainless steelscrews or with expansion hold fasteners including necessary fittings & filling upof gaps at junctions, at top, bottom and sides with required PVC/ neoprene feltcomplete in all respect as per architectural drawings and the directions ofEngineer-in-charge etc.
Kg 393.00
K - 7.15 Providing & Fixing SS Grating with 2mm thick 304 Grade SS pressed platewith 6mm wide slits @ 15mm c/c with 30mm X 30mm X 3mm SS grade 304tube section welded all around edges and at suitable interval for support,flushed with Floor finish including providing & fixing necessary MS angle frameetc. complete As/ Drawing (for payment purposes only SS item shall bemeasured)
kg 13618.80
K - 7.16 Supplying and fixing rolling shutters of approved make, made of required sizeM.S. laths, interlocked together through their entire length and jointed togetherat the end by end locks, mounted on specially designed pipe shaft withbrackets, side guides and arrangements for inside and outside locking withpush and pull operation complete, including the cost of providing and fixingnecessary 27.5 cm long wire springs manufactured from high tensile steel wireof adequate strength conforming to IS: 4454 - part 1 and M.S. top cover ofrequired thickness for rolling shutters
K - 7.16.1 80x1.25 mm M.S. laths with 1.25 mm thick top cover sqm 54.00
K - 7.16.2 Providing and fixing ball bearing for rolling shutters Each 18.00
Revised BOQ
Page 102 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 7.16.3 Extra for providing mechanical device chain and crank operation foroperating rolling shutters.
K -
7.16.3.1
Exceeding 10.00 sqm and upto 16.80 sqm in the area sqm 5.40
K - 7.17 Supply & installation of 1100mm high Railings composed of 50mm dia circularM.S. hollow pipe as handrail & main vertical member and 38mm dia M.S. pipeas intermediate supports parallel to handrail including necessary hardware,anchor bolt, cutting, grinding, machining, assembly, welding, jointing, drilling,grouting and cleaning etc. complete.Rate also included providing and applyingone coat epoxy primer or equivalent and two coats of synthetic enamel paint
Kg 228.00
K - 8 Glass Works
K - 8.1 Providing and installing fixed glazed security wall assembly of stainless steel toticket offices, Station Control Room,etc. with specified fixings and finish usingtoughened laminaged glass (6mm + 1.52mm + 6mm) with nominal gapsilicone sealant joints. Glass shall be clear, toughened and laminated with1.52mm thick polyvinyl butyral layer- all complete as per relevant architecturaldrawings and specification with cut out & holes
Sqm 174.33
K - 8.2 Providing and fixing of toughened laminated glass door in EFO (6mm +1.52mm + 6mm) including stainless steel door handles, deadlock andFloorspring complete necessary cutting in granite flooring for housing of floorspring as / drawing
Sqm 18.90
K - 8.3 Providing and fixing toilet mirror in 6 mm thick clear float glass with bevelledand polished at edge, fixed with 6mm thick hard board backing, clamping onboth sides by stainless steel clamps, fixed to wall with 8mm dia 38mm longstainless steel stud complete as per specification and approved architecturaldrawings
Sqm 28.20
Revised BOQ
Page 103 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 8.4 Design, supply & installation of frameless glass railing system for a height of1100mm from finished floor. The glass panel shall be of 12mm thick cleartoughened glass connected to slab/beam by means of 304 grade stainlesssteel U‐channel at bottom with non staining weather sealant of approvedmake. On top, glass shall be held together by stainless steel round topU‐channel of 25.4mm dia., all complete to perform as per approved detaildrawings. The complete system to be designed to accommodate thermalexpansion. Joints between glass panels & gaps at the perimeter & U ‐channelof the assembly to be filled with non‐staining weather sealant, so as to makethe entire system fully water‐proof & dustproof. Setting block to be insertedinside U‐channel at bottom for proper alignment of glass. The rate shallinclude all design, engineering & shop drawings including approval fromstructural design, labour, T&P, other incidental charges, SS channel,laminated glass etc., all complete. For the purpose of payment, actualelevation area of glazing including thickness of joints and portion of glassinside the SS channel shall be measured.
Sqm 872.50
K - 8.5 Providing and fixing 6mm thk. Opaque Lacquered glass conformed toStandard BS EN 572 1995 parts 1 and 2 for Wall panelling and Columncladding. Lacquered glass shall be fixed to a backpanel with suitable adhesive.Corner beading shall be finished with SS material. Colour as approved byEngineer‐incharge
Sqm 1200.00
Revised BOQ
Page 104 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 9 Waterproofing
K - 9.1 Providing and laying water proofing treatment in sunken portion of WCs,bathroom etc., by applying cement slurry mixed with water proofing cementcompound consisting of applying : a) First layer of slurry of cement @ 0.488kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. Thislayer will be allowed to air cure for 4 hours. b) Second layer of slurry of cement@ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126kg/sqm. This layer will be allowed to air cure for 4 hours followed with watercuring for 48 hours. The rate includes preparation of surface, treatment andsealing of all joints, corners, junctions of pipes and masonry with polymermixed slurry
Sqm 904.73
K - 9.2 Providing and laying integral cement based water proofing treatment includingpreparation of surface as required for treatment of roofs, balconies, terracesetc consisting of following operations: a) Applying a slurry coat of neat cementusing 2.75 kg/sqm of cement admixed with water proofing compoundconforming to IS. 2645 and approved by Engineer-in-charge over the RCCslab including adjoining walls upto 300 mm height including cleaning thesurface before treatment. b) Laying brick bats with mortar using brokenbricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1:5 (1cement : 5 coarse sand) admixed with water proofing compound conforming toIS : 2645 and approved by Engineer-in-charge over 20 mm thick layer ofcement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with waterproofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mmheight including rounding of junctions of walls and slabs c) After two days ofproper curing applying a second coat of cement slurry using 2.75 kg/ sqm ofcement admixed jointless cement mortar of mix 1:4 (1 cement :4 coarse sand)admixed with water proofing compound conforming to IS : 2645 and approvedby Engineer-in-charge including laying glass fibre cloth of approved quality intop layer of plaster and finally finishing the surface with trowel with neatcement slurry and making pattern of 300x300 mm square 3 mm deep. e) Thewhole terrace so finished shall be flooded with water for a minimum period oftwo weeks for curing and for final test. All above operations to be done in orderand as directed and specified by the Engineer-in-Charge :
K - 9.2.1 With average thickness of 120 mm and minimum thickness atkhurra as 65 mm.
Sqm 2163.00
Revised BOQ
Page 105 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 9.3 Grading roof for water proofing treatment with.
K - 9.3.1 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate20 mm nominal size)
Cum 51.00
K - 10 Miscellaneous Works
K - 10.1 Providing and fixing 12mm thick counter tops for Station Control Room,Excess Fare Office & Ticketing Office troughs of solid Acrylic material over12mm external grade ply with all necessary framework, fastners etc includingmaking provisions for fixing fittings etc complete.
Sqm 67
K - 10.2 TOILET CUBICLE:
Supply & Installation of Restroom cubicle system that includes intermediatepanel, pilaster & door made of compact laminates of single colour. The solidcompact laminate to be based on thermosetting resins, homogeneouslyreinforced with cellulose fibres and to be manufactured as per relevant qualitystandards. Top surface on both sides to be melamine coated which should bescratch & impact resistant. All intermediate panels, pilaster & doors shall be12mm thick with edges chamfered. (Door width: 600mm). All inclusive with SSaccessories like Gravity hinges, Coat hook with door stopper, Door knob,Lockset with indicator, Adjustable leg, U-channel, Top rail, Screws & Wallplugs.Size ‐ 1000mm (W) x 1500 mm (D) x 1950mm (H)
Nos. 24.00
K - 10.3 Providing and fixing of 12mm thick Solid compact laminated Urinal screenpanel, edge chamfered, melamine coated, scratch & impact resistant. Thesolid compact laminate to be based on thermo‐setting resin, homogeneouslyreinforced with cellulose fibres and manufactured as per relevant qualitystandards and as directed by Engineer‐in‐charge. Size – 600x1200. The rate isinclusive of all required accessories
Sqm 3.60
Revised BOQ
Page 106 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 10.4 Providing and fixing of Tactile indicator made from SS‐316 grade stainlesssteel with mirror finish. All the indicator shall be installed into correctly drilledholes and place using suitable adhesive. All the indicators shall be alignedproperly.Warning Tactile indicator – Shall be installed on the walking surface in a raisedgrid pattern of ‘dots’ or studs. They shall be placed at center to center placingof 61mm, measured along one side of a square arrangement. Minimum 10studs to be placed in direction perpendicular to the direction of travel. Thisshall be 20% of the total quantity. Size – 35mm dia. x 4.5mm ht Underside ‐10mm dia stemDirectional Tactile indicator – They shall be installed on walking surface,consisting of series of raised bar, oriented in line with direction of travel as perapproved drawing. Min 4 bars to be placed in direction perpendicular todistance of travel. This shall be 80% of the total quantity. Size – 35mm wide x4.5mm high x 288mm long Underside – 3x15mm
metre 1500.30
K - 10.5 Providing and fixing Aluminium Composite Panel Cladding infront of Ticketcounters as per Detail drawings
sqm 27.00
K - 11 Site Development Works
K - 11.1 Preparation and consolidation of sub grade with power road roller of 8 to 12tonne capacity after excavating earth to an average of 22.5 cm depth, dressingto camber and consolidating with road roller including making good theundulations etc. and re-rolling the sub grade and disposal of surplus earth withlead upto 50 metres.
Sqm 4326.00
K - 11.2 Providing and laying at or near ground level factory made kerb stone of M-25grade cement concrete in position to the required line, level and curvature,jointed with cement mortar 1:3 (1 cement: 3 coarse sand) including makingjoints with or without grooves (thickness of joints except at sharp curve shallnot to more than 5mm), including making drainage opening wherever requiredcomplete etc. as per direction of Engineer-in-charge (length of finished kerbedging shall be measured for payment). (Precast C.C. kerb stone shall beapproved by Engineer-in-charge).
Cum. 132.00
K - 11.3 Providing and laying 60mm thick factory made cement concrete interlockingpaver block of M -30 grade made by block making machine with strongvibratory compaction, of approved size, design & shape, laid in required colourand pattern over and including 50mm thick compacted bed of coarse sand,filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. (Precast C.C. paver block shall be approved by Engineer-in-charge).
Sqm 6551.00
Revised BOQ
Page 107 of 124.
Unit Rate Amount Unit Rate Amount
INR INR USD/Euro/Yen USD/Euro/Yen
Sl. No. Description Unit Total Quantity
K - 11.4 Providing and laying Ready Mix Concrete of Grade M-15 for externaldevelopment works
Cum. 655.10
Total of Schedule - K
Revised BOQ
Page 108 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
SCHEDULE L - SIGNAGES
L - 1 SUSPENDED SINGLE SIDED NON-ILLUMINATED SIGN
Providing and fixing suspended single sided non‐illuminated signsincluding all operations from fabrication to installation all complete asper relevant drawings, technical specification, signage schedule and tothe satisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Back covering sheet should be4mm thick ACP. Internal signs shall be IP52 and external signs shall beIP65 certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing the content/Information for inspection and access of the services.
L - 1.1 1800 mm X 300 mm Nos 6 19,210.13 115,260.78
L - 1.2 1500 mm X 300 mm Nos 6 16,008.44 96,050.64
CHENNAI METRO RAIL PROJECT PH.- I EXT.
CONTRACT ECV 101
BILL OF QUANTITIES - (SIGNAGE) FOR TONDIARPET, TOLL GATE & THANGAL STATIONS
Revised BOQ
Page 109 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 1.3 1200 mm X 300 mm Nos 6 12,806.76 76,840.56
L - 2 SUSPENDED SINGLE SIDED ILLUMINATED SIGN
Providing and fixing suspended single sided illuminated signs includingall operations from fabrication to installation all complete as per relevantdrawings, technical specification, signage schedule and to thesatisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Back covering sheet should be 4mm thick ACP. Internal signsshall be IP52 and external signs shall be IP65 certified as per approvedgraphics and fabrication drawing. The Signage shall have an easymechanism of removing the content/Information for inspection andaccess of the services.
L - 2.1 1500 mm X 375 mm Nos 15 31,987.90 479,818.50
L - 2.2 1500 mm X 300 mm Nos 12 25,704.56 308,454.72
Revised BOQ
Page 110 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 2.3 1200 mm X 300 mm Nos 12 20,563.65 246,763.80
L - 2.4 600 mm X 300 mm Nos 18 10,281.82 185,072.76
L - 3 SUSPENDED DOUBLE SIDED NON-ILLUMINATED SIGN
Providing and fixing suspended double sided non‐illuminated signsincluding all operations from fabrication to installation all complete asper relevant drawings, technical specification, signage schedule and tothe satisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internal signs shall be IP52and external signs shall be IP65 certified as per approved graphics andfabrication drawing. The Signage shall have an easy mechanism ofremoving the content/Information for inspection and access of theservices.
L - 3.1 2250 mm X 375 mm Nos 6 33,524.90 201,149.40
Revised BOQ
Page 111 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 3.2 1800 mm X 375 mm Nos 24 26,939.65 646,551.60
L - 3.3 1200 mm X 300 mm Nos 6 14,367.82 86,206.92
L - 3.4 600 mm X 300 mm Nos 6 7,183.91 43,103.46
L - 4 SUSPENDED DOUBLE SIDED ILLUMINATED SIGN
Providing and fixing suspended single sided illuminated signs includingall operations from fabrication to installation all complete as per relevantdrawings, technical specification, signage schedule and to thesatisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Internal signs shall be IP52 and external signs shall be IP65certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing thecontent/Information for inspection and access of the services.
Revised BOQ
Page 112 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 4.1 2250 mm X 375 mm Nos 6 51,608.55 309,651.30
L - 4.2 1800 mm X 375 mm Nos 45 41,471.16 1,866,202.20
L - 4.3 1500 mm X 375 mm Nos 24 34,405.70 825,736.80
L - 5 SUSPENDERS FABRICATION
Steel work in built up tubular 3mm thick (round, square or rectangularhollow tubes etc.) for Signage's suspender including cutting, hoisting,fixing in position and applying a priming coat of approved steel primer,including welding and bolted. Hot finished seamless type tubescomplete
Note:- All MS Components to be powder coated after completion of allfabrication including drilling of hole etc.
L - 5.1 50mm Dia MS HOLLOW PIPE 3MM THICKNESS
L - 5.1.1 750mm long 120 770.02 92,402.40
L - 5.1.2 1600mm long 120 1,642.71 197,125.20
Revised BOQ
Page 113 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 5.1.3 2600mm long 120 2,669.40 320,328.00
L - 5.2 32mm Dia MS HOLLOW PIPE 3MM THICKNESS
L - 5.2.1 300mm long 120 218.92 26,270.40
L - 6 WALL/FACE MOUNTED NON-ILLUMINATED SIGN
Providing and fixing Wall/Face mounted non‐illuminated signs includingall operations from fabrication to installation all complete as per relevantdrawings, technical specification, signage schedule and to thesatisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Back covering sheet should be4mm thick ACP. Internal signs shall be IP52 and external signs shall beIP65 certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing the content/Information for inspection and access of the services.
L - 6.1 3400 mm X 300 mm Nos 12 36,285.81 435,429.72
Revised BOQ
Page 114 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 6.2 2250 mm X 300 mm Nos 12 24,012.67 288,152.04
L - 6.3 2100 mm X 300 mm Nos 6 22,411.82 134,470.92
L - 6.4 1700 mm X 575 mm Nos 18 34,862.83 627,530.94
L - 6.5 1700 mm X 475 mm Nos 12 28,815.20 345,782.40
L - 6.6 825 mm X 1200 mm Nos 6 35,218.58 211,311.48
L - 6.7 300 mm X 1050 mm Nos 6 11,205.91 67,235.46
Revised BOQ
Page 115 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 7 WALL/FACE MOUNTED ILLUMINATED SIGN
Providing and fixing Wall/Face mounted illuminated signs including alloperations from fabrication to installation all complete as per relevantdrawings, technical specification, signage schedule and to thesatisfaction of CMRL
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Back covering sheet should be 4mm thick ACP. Internal signsshall be IP52 and external signs shall be IP65 certified as per approvedgraphics and fabrication drawing. The Signage shall have an easymechanism of removing the content/Information for inspection andaccess of the services.
L - 7.1 2250 mm X 300 mm Nos 6 38,556.84 231,341.04
L - 7.2 1800 mm X 300 mm Nos 6 30,845.47 185,072.82
L - 8 POST MOUNTED SINGLE SIDE NON-ILLUMINATED SIGN
Providing and fixing Post mounted single sided non‐illuminated signsincluding all operations from fabrication to installation all complete asper relevant drawings, technical specification, signage schedule and tothe satisfaction of CMRL.
Revised BOQ
Page 116 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Back covering sheet should be4mm thick ACP. Internal signs shall be IP52 and external signs shall beIP65 certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing the content/Information for inspection and access of the services.
Inclusive of Providing and fixing sign post in 80mm dia MS hollowsections along with 6mm thick mounting plates welded to Mountingframe, provided with anchor bars welded to bottom for embedding inFloor/Concrete.
L - 8.1 2100 mm X 1200 mm Nos 18 98,155.86 1,766,805.48
L - 8.2 1800 mm X 300 mm Nos 3 27,718.70 83,156.10
L - 8.3 1135 mm X 1200 mm Nos 24 56,960.79 1,367,058.96
Revised BOQ
Page 117 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 8.4 300 mm X 1050 mm Nos 30 19,714.48 591,434.40
L - 9 POST MOUNTED SINGLE SIDE PARKING SIGN
Providing and fixing Post mounted single sided Retro reflective signsincluding all operations from fabrication to installation all complete asper relevant drawings, technical specification, signage schedule and tothe satisfaction of CMRL.
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick ACPdecorated with approved colour 3M cast Retro Reflective vinyl, designelectro cut and pasted on it. Back covering sheet should be 4mm thickACP. Internal signs shall be IP52 and external signs shall be IP65certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing the content/Information for inspection and access of the services.
Inclusive of Providing and fixing sign post in 80mm dia MS hollowsections along with 6mm thick mounting plates welded to Mountingframe, provided with anchor bars welded to bottom for embedding inFloor/Concrete.
L - 9.1 900mm X 1200mm Nos 6 42,786.21 256,717.26
L - 10 POST MOUNTED DOUBLE SIDE NON-ILLUMINATED SIGN
Providing and fixing Post mounted double sided non‐illuminated signsincluding all operations from fabrication to installation all complete asper relevant drawings, technical specification, signage schedule and tothe satisfaction of CMRL.
Revised BOQ
Page 118 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it.
Internal signs shall be IP52 and external signs shall be IP65 certified asper approved graphics and fabrication drawing. The Signage shall havean easy mechanism of removing the content/Information for inspectionand access of the services.
Inclusive of Providing and fixing sign post in 80mm dia MS hollowsections along with 6mm thick mounting plates welded to Mountingframe, provided with anchor bars welded to bottom for embedding inFloor/Concrete.
L - 10.1 2250 mm X 300 mm Nos 12 35,448.22 425,378.64
L - 10.2 1800 mm X 300 mm Nos 6 30,060.29 180,361.74
L - 11 POST MOUNTED DOUBLE SIDE ILLUMINATED SIGN
Providing and fixing Post mounted double sided illuminated signsincluding all operations from fabrication to installation all complete asper relevant drawings,technical specification, signage schedule and tothe satisfaction of CMRL.
Revised BOQ
Page 119 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Internal signs shall be IP52 and external signs shall be IP65certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing thecontent/Information for inspection and access of the services.
Inclusive of Providing and fixing sign post in 80mm dia MS hollowsections along with 6mm thick mounting plates welded to Mountingframe, provided with anchor bars welded to bottom for embedding inFloor/Concrete.
L - 11.1 1200 mm X 300 mm Nos 6 30,626.52 183,759.12
L - 12 FLOOR MOUNTED DOUBLE SIDED ILLUMINATED TOTEM SIGN
Providing and fixing floor mounted double sided illuminated Totemsigns including all operations from fabrication to installation all completeas per relevant drawings, technical specification, signage schedule andto the satisfaction of CMRL
Revised BOQ
Page 120 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Internal signs shall be IP52 and external signs shall be IP65certified as per approved graphics and fabrication drawing. TheSignage shall have an easy mechanism of removing thecontent/Information for inspection and access of the services.
The floor mounted Totem shall have internal structure and a concretefoundation designed to withstand the imposed loads
L - 12.1 1100 mm X 4600 mm Nos 12 327,218.86 3,926,626.32
L - 13 STATUTORY SIGNS
Providing and fixing Statutory name Signs in 1.6mm thick StainlessSteel Plate of grade 304, brushed finish of 16 gauge, content and textchemical etched and color filling as per approved design and artwork,fixed to surface using SS studs , with necessary hardware,transportation and installation at site complete
L - 13.1 825 mm x 1200 mm Nos 12 56,100.00 673,200.00
Revised BOQ
Page 121 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 13.2 450 mm x 450 mm Nos 135 11,475.00 1,549,125.00
L - 13.3 300 mm x 300 mm Nos 18 5,100.00 91,800.00
L - 13.4 300 mm x 225 mm Nos 63 3,825.00 240,975.00
L - 14 DOOR NAME SIGNS
Providing and fixing Door name Signs in 1.6mm thick Stainless SteelPlate of grade 304, brushed finish of 16 gauge, content and textchemical etched and color filling as per approved design and artwork,fixed to surface using SS studs , with necessary hardware,transportation and installation at site complete
L - 14.1 300 mm x 225 mm 108 3,825.00 413,100.00
L - 15 YELLOW FLOOR MARKINGS
75mm wide yellow coloured floor markings. The material shall beantislip, fade and scratch resistant
lumpsum
75,000.00
Revised BOQ
Page 122 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 16 STATION NAME SIGN
Providing and fixing Wall/Face mounted Single sided illuminatedSTATION NAME signs including all operations from fabrication toinstallation all complete as per relevant drawings, technicalspecification, signage schedule and to the satisfaction of CMRL
50mm deep Sign box made from Aluminium modular system withanodized finish of AO 01250/AO 6037 or equivalent of 250mm millfinish complete. Sign box including channel supports are to be anodisedcoated to match the colour as per drawing and guideline. Front facia,pictograms and its grapichs are to be made up of 4mm thick 040 Acrylicsheet decorated with 3M block out vinyl and approved colour 3M castvinyl design electro cut and pasted on it. Internally illuminated by usingLED module of GE tetra mini max or equivalent (minimum 50000 hoursusage period warrenty is must for lighting) with 140 degree viewingangle. Back covering sheet should be 4mm thick ACP. Internal signsshall be IP52 and external signs shall be IP65 certified as per approvedgraphics and fabrication drawing. The Signage shall have an easymechanism of removing the content/Information for inspection andaccess of the services.
The sign shall comprises of CMRL logo of required size and channelletters in required fonts of Tamil and English in specified font heightdepicting the station name fixed on either side of the logo supported ona rigid supporting system in steel. The logo and the channel letters shallbe fabricated to required shape and size & to be made out of mild steelplate(s) of required thickness(es), drilling necessary holes of requireddia. at appropriate places in the back plate for fixing purpose and inperipheral plate for drainage purpose. Providing necessary supportingsystem comprising of mild steel angle members of required size andlengths including LED module as per drawings. Polyurethane paintingof the MS angles , MS tubes , and to required color, mounting at therequired locations on the station building.
Revised BOQ
Page 123 of 124.
ECV 101
Sl. No. Description UnitTOTAL
QUANTITYUnit Rate Amount Unit Rate Amount
* For Signage Graphics, CMRL manual shall be referred INR INR USD/Euro/Yen USD/Euro/Yen
L - 16.1 2400 mm X 300 mm Nos 12 41,127.30 493,527.60
TOTAL OF SCHEDULE - L 20,967,342
For Signage Graphics, CMRL manual shall be referred. All sizes are tentative.
This may vary as detail design drawings.
Revised BOQ
Page 124 of 124.
1500
NOTE: ANGLE SECTION TO BE FIXED
TO PARAPET EITHER BY POST-DRILLING
OR THROUGH INSERTS IN U-GIRDER WHILE CASTING
10mm POLYCARBONATE SHEET
WITH RUBBER GASKET
ANGLE SECTION FRAME AS PER
MANUFACTURER'S DESIGN
A
A
15
00
1000 1000 1000 1000
ANGLE SECTION
10mm POLYCARBONATE SHEET
WITH RUBBER GASKET
11
10mm POLYCARBONATE SHEET
WITH RUBBER GASKET
ANGLE SECTION
1000
SECTIONAL VIEW
SCALE : 1:100
VIEW A-A
SCALE : 1:10
SECTION 1-1
N.T.S
PH: 26422844, 26413310 FAX: 26224204
5TH FLOOR, GURU ANGAD BHAWAN,
SYSTRA MVA CONSULTING (INDIA) PVT.LTD.
DDC101-CHENNAI METRO PH-1 EXTENSION
SYSTRA S.A. - 5 AVENUE DU COQ - PARIS 75009
SUBSIDIARY OF:
71, NEHRU PLACE, NEW DELHI-110019
CHENNAI METRO RAIL LTD.
ADMINISTRATIVE BUILDING,
CMRL DEPOT, POONAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI - 600107 (INDIA)
WASHERMANPET TO WIMCO NAGAR
IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN
DESIGNED AND CHECKED IN ACCORDANCE WITH DDC
QUALITY ASSURANCE PLAN
A0
APAK JR16-06-2017
AS SHOWN
A0
ELEVATION & SECTION
ELEVATED VIADUCT
AK
VTB
JR
16-06-2017
FIRST ISSUE - TENDER SUBMISSION
DDC101-DD-ELV-ST-DW-38732
TENDER SUBMISSION
NOISE BARRIER
NOTES:-
1. ALL DIMENSIONS ARE IN MM & LEVELS ARE IN METERS UOS.
2. ALL STRUCTURAL STEEL ROLLED SECTIONS & PLATES SHALL CONFORM TO
IS:2062-1992. GRADE/ CLASSIFICATION E 350 (Fe490) YIELD STRESS 330 MPa
MINIMUM AND ULTIMATE TENSILE STRESS 490 MPA MINIMUM.
3. WASHERS SHALL CONFORM TO IS:5369, IS:5370 IS:5372 OR IS:5374
4. ALL DIMENSIONS ARE TO BE CHECKED & VERIFIED BY SHOP LAYOUT.
5. HOLE SIZE = DIA OF BOLT + 1.5mm.
6. WRITTEN DIMENSIONS SHALL BE FOLLOWED & ALL DOUBTS MUST BE
CLARIFIED BEFORE EXECUTION OF THE WORK.
7. ALL STRUCTURAL STEEL CONTACT SURFACES SHALL BE CLEANED OF ANY
RUST, OIL, GREASE etc. BEFORE WELDING/PAINTING.
8. ALL BOLTS SHALL COMPLY WITH IS:4000 & SHALL BE GRADE 8.8.
9. INNER AND OUTER SURFACE OF STEEL MEMBER IN CONTACT WITH THE
CONCRETE FILLING OR EMBEDMENT SHALL BE UNPAINTED AND FREE FROM
DEPOSITS OF OIL, GREASE AND LOOSE SCALE OR RUST.
430
600
150
150
120
250
R
9
6
8090
DETAIL OF OHE MAST ANCHOR
SCALE : 1/5
100
260
THREADED BAR
TO BE CAST IN THE
SAME POUR
NO
CONSTRUCTION
JOINT PERMITTED
U-GIRDER
T28 U-BOLT
PEDESTAL
01
02
05
04
230
450
150
120
250
150
VIEW 1-1
SCALE : 1/5
110 110
260
100
THREADED BAR
T28 U-BOLT
PEDESTAL
02
01
05
04
430 8090
600
230
110
110
450
PLAN VIEW 2-2
SCALE : 1/5
T28 U-BOLT
2 NOS. T20 LONGITUDINAL
BAR (L=1500)
DETAIL OF ADDITIONAL REINFORCEMENT
REQUIRED AT OHE MAST ANCHOR
SCALE : 1/10
01
02
03
06
04
05
BAR MARK 03 IS NOT REQUIRED IF
OHE MAST IS LOCATED WITHIN ZONE
A. (FOR DETAIL OF ZONE A REFER
U-GIRDER REINFORCEMENT DRAWING
NO. DDC101-DD-ELV-ST-DW-38221 TO
38228).
**
VIEW 3-3
SCALE : 1/10
01
02
03
04
05
03
01 16 2 Nos.
02 20 2 Nos.
BAR
MARK
DIA
SPACING /
NO. OF BARSSHAPE
REINFORCEMENT DETAIL
03 12 5 Nos.
04 12 4 Nos.
05 12 4 Nos.
06 12 5 Nos.
PLAN VIEW 4-4
SCALE : 1/10
750
(T
YP
.)
750
(T
YP
.)
NOTES :
1. OHE ANCHOR BOLT ARRANGEMENT IS APPLICABLE TO
ALL SPANS WHICH ARE LYING ON STRAIGHT
ALIGNMENT.
2. OHE MAST ANCHORS SHALL BE MADE OF GRADE 8.8 /
YIELD STRESS 640 HIGH TENSILE STEEL (CONFORMING
TO IS :1367-PART 3) OF DIAMETER 28MM. ALONG THE
TOP PROTRUDING PART OF THE ANCHOR, BARS SHALL
BE THREADED. THE FULL BARS SHALL THEN BE HOT
DIPPED GALVANIZED PRIOR TO INSTALLATION.
3. BOLT SHALL NOT BE MADE FROM REINFORCEMENT BAR.
4. TESTING SHALL BE DONE AS PER IS: 1367 - PART 3 TO
CONFIRM GRADE 8.8 / YIELD STRESS 640 HIGH TENSILE
STEEL.
5. OHE MAST ANCHORS SHALL BE ACCURATELY
POSITIONED AT CASTING YARD , BY USING SPECIAL
DEVICE SUCH AS JIG FIXED TO LATERAL SHUTTER OF U
- GIRDER FOR INSTANCE.
6. FOR LOCATION OF OHE MAST IN LONGITUDINAL
DIRECTION, REFER TO OHE MAST PEGGING PLANS.
7. PEDESTAL FOR OHE MAST ANCHOR SHALL BE CAST
MONOLITHICALLY IN THE SAME POUR AS U-GIRDER
CONCRETE AT CASTING YARD.
8. ANY FIXTURES FOUND RUSTED SHALL BE REPLACED BY
THE CONTRACTOR & SHALL BE TREATED AS REJECTED.
PH: 26422844, 26413310 FAX: 26224204
5TH FLOOR, GURU ANGAD BHAWAN,
SYSTRA MVA CONSULTING (INDIA) PVT.LTD.
DDC101-CHENNAI METRO PH-1 EXTENSION
SYSTRA S.A. - 5 AVENUE DU COQ - PARIS 75009
SUBSIDIARY OF:
71, NEHRU PLACE, NEW DELHI-110019
CHENNAI METRO RAIL LTD.
ADMINISTRATIVE BUILDING,
CMRL DEPOT, POONAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI - 600107 (INDIA)
WASHERMANPET TO WIMCO NAGAR