P2C503 Tender Document
P2C503 Tender Document
TENDER DOCUMENTS
SECTION 1
NOTICE INVITING TENDER (NIT)
FEBRUARY 2018
CHENNAI METRO RAIL LIMITED
ADMINISTRATIVE BUILDING, CMRL DEPOT,
POONNAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI – 600107.
INDIA
Chennai Metro Rail Project-Phase II- DDC/P2C5/ 03 Notice Inviting Tender
Table of Contents
1 General 2
2 Tender Submission 4
From:
Chief General Manager
UG-Construction
Chennai Metro Rail Limited
Admin. Building, CMRL Depot
Poonamallee High Road
Koyambedu, Chennai- 600 107
Tamilnadu, India
To
1. GENERAL
Note: If the date of submission of tenders happens to be a public holiday, Tenders will be received and opened
on the next working day at the same venue and time. Bidders are requested to check the website for regular
updates.
It is advisable that the Tender Documents downloaded from the internet shall
be printed through laser printer on A4 or equivalent size papers only. The
submission of Xerox or photocopies of the Tender Documents is
prohibited and in such case the submitted tender by the bidder will be
summarily reject at any stage of the bidding.
(a) Tenderers should ensure that the downloaded copy of tender document is
correct as per the master copy available in CMRL office. While execution
of contract agreement the master copy available in CMRL office will be
cross- referred and in case of discrepancy the later (CMRL master
document copy) will prevail and will be binding to the tenderers. No claim
in this regard will be entertained.
(b) Tenderers are required to register / fax or mail their details along with the
declaration given below in sub-item (c), in exactly the same format to the
address mentioned in Item 1.2 above, confirming that they have
downloaded the tender document, so that they can be informed in prior in
the event of any change in dates of pre-bid meetings, issue of addendum,
etc.
(c) Declaration
I/We have downloaded the Tender forms from the Internet site
www.chennaimetrorail.gov.in and I/we have not tampered / modified the
tender forms in any manner. In case, if the same is found to be tampered /
modified, I/we understand that my/our tender will be summarily rejected
and the Tender Security deposited will be forfeited and I am/we are liable
to be banned from doing business with CMRL and/or prosecuted.
2 TENDER SUBMISSION
2.1 The Tenderers may obtain further information and pre-bid clarifications, if any,
in respect of these tender documents from the office of Chief General
Manager (UG-Construction), Chennai Metro Rail Limited, Administrative
Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai-
600107.
2.2 Tenders shall be submitted in sealed envelope at the time, date and the address
given in Clause 1.2 of this NIT. Late or delayed tenders will not be accepted and will
be summarily rejected.
2.3 CMRL reserves the right to accept or reject any or all proposals without
assigning any reasons. No Tenderer shall have any cause of action or claim
against the CMRL for rejection of his proposal.
2.4 One set of Tender Documents only shall be issued to each Tenderer and the
original shall be returned along with the original Tender Drawings, with the
Tender submittal duly signed and stamped on each page.
2.5 Tenderers should not have been blacklisted or deregistered by the Central
Government, Government of Tamil Nadu, any PSU of Central Government or
Government of Tamil Nadu or any Public Sector Metro in India during the last
10 years. Also, the Tenderer must not have failed to take possession or to
commence any Contract after the Award of Contract.
Yours Sincerely,
TENDER DOCUMENTS
SECTION-2
INSTRUCTION TO BIDDERS
FEBRUARY 2018
CHENNAI METRO RAIL LIMITED
ADMINISTRATIVE BUILDING, CMRL DEPOT,
POONAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI – 600107.
INDIA
Instructions to Bidder
Table of Clauses
S.No. Clause Page No.
A. General Provisions 3
1. Definitions 3
2. Introduction 4
3. Conflict of Interest 5
4. Corrupt and Fraudulent Practices 6
5. Eligibility 6
B. Preparation of Bid
6. Preparation of Bid 8
7. Bid Validity 8
8. Clarification and Amendments 8
9. Preparation of bids – Specific 9
Considerations
10. Technical bids Format and Content 10
11. Financial bids Format and Content 13
C. Submission, Opening and Evaluation
12. Submission, Receipt, and Opening of 13
bids
13. Bid Evaluation 16
14. Tender Security 17
15. Rejection of Bid 17
D. Negotiations & Award of the contract
16. Negotiation 18
17. Award of Contract 19
18. Publication 19
19. Data Security 19
Instructions to Bidders
A. General Provisions
1. Definitions 1.1 (i) “PROJECT” means the project/work named in
Contract.
(ii) “SERVICES” means the services to be performed by
the Detailed Design Consultant pursuant to this
contract as may be amended from time to time.
(iii) “EMPLOYER” means the Chennai Metro Rail Limited
(also referred to as the “CLIENT” or “CMRL”) which
expression shall also include their legal successors
and permitted assigns.
(iv) “EMPLOYER REPRESENTATIVE/S” means any of its
officers nominated by CMRL and notified from time to
time, to DDC
(v) “DETAILED DESIGN CONSULTANT” (DDC) means
the professional firm, individual, party or the group
named in the Agreement, who has to perform the
services, and which expression shall include his/their
legal successors and permitted assigns.
(vi) “SUB-CONTRACTOR” means the sub-consultant
appointed by Consultant with the prior approval of the
Employer and in accordance with the procedure
described in General Conditions of Contract.
(vii) “TIME FOR COMPLETION” means the time for
completion of the services stated for this purpose in
the Contract.
(viii) “DAY” means a calendar day.
(ix) “MONTH” means a period of one month according to
the Gregorian calendar.
(x) “Applicable Law” means the laws and any other
instruments having the force of law in India.
(xi) “ITB” means the Instructions to bidder that provide the
bidders with all information needed to prepare their
Proposals.
(xii) “Key Expert(s)” means an individual professional
3. Conflict of 3.1 Please note that the DDC organization who will be awarded
Interest this work may be considered for general consultancy/ Project
Management consultancy works for future CMRL contracts,
only when subject organization shall be participating as a
separate entity of its organization, maintaining separate key
personnel and non-key personnel, not engaged in the work of
these present DDC contracts (i.e. P2C3-01, P2C3-02 &
P2C5-03). Non-compliance of the above will lead to stern
action as appropriate including blacklisting of the subject
consultant for future contracts of Chennai Metro Rail Limited.
Conflict of 3.2 The Consultant has an obligation to disclose to the Client any
Interest situation of actual or potential conflict that impacts its capacity
to serve the best interest of its Client. Failure to disclose such
situations may lead to the disqualification of the Consultant or
the termination of its Contract.
6. Preparation 6.1 In preparing the bid, the Consultant is expected to examine the
of Bid bid document in detail. Material deficiencies in providing the
information requested in the bid may result in rejection of the
Proposal.
6.2 The Consultant shall bear all costs associated with the
preparation and submission of its Proposal.
6.3 The Proposal, as well as all related correspondence
exchanged by the Consultant and the Client, shall be
written in English.
7. Bid Validity 7.1 The Consultant’s bid must remain valid for 6 (six) months from
the date of submission of tender.
7.2 During this period, the Consultant shall maintain its original
Proposal without any change.
Extension of 7.3 In exceptional circumstances the Employer may request that the
Validity Period bidders extend the period of validity for specified additional
period. The request and the bidders’ responses shall be made in
writing. The bid security shall be extended up to 28 days after
the deadline of the extended bid validity period. A bidder
agreeing to the request shall not be required or permitted to
modify its bid.
7.4 Consultants who do not agree to extend the validity of their
proposals in which case their Proposals will not be further
evaluated and bid security will be deemed forfeited by bidder.
Substitution of 7.5 Consultants shall not propose alternative Key Experts. Only one
Key Experts CV shall be submitted for each Key Expert position.
Sub- 7.6 The Consultant shall not, without written consent from the
Contracting Employer, subcontract the whole or part of the Services. Sub –
contractors engaged by the consultant shall be with prior
approval of the employer and in accordance with the procedure
described in conditions of contract.
8. Clarification
and
Amendments
Clarification by 8.1 Bidders may request a clarification of any of the contract
bidder documents up to the number of days indicated in the NIT before
the proposal submission deadline date. Any request for
clarification must be sent in writing, or by standard electronic
Amendment of 8.2 The Client may amend the contract documents by publishing the
contract addendum in the website as mentioned above in sufficient time
document before the submission of Proposals as mentioned in NIT.
9. Preparation of 9.1 While preparing the Proposal, the Consultant must give
Proposals – particular attention to the following:
Specific (i) For the purpose of submitting a proposal, a bidder
Considerations may enhance its expertise for the assignment either by:
(a) associating with other firms as Sub-consultants, in which
case the Consultant shall be solely liable under the Contract
and the other firms shall be not liable for the Contract, or
(b) Forming a Joint Venture with other firms which
substantially perform the Services and/or have experience
contributing to the enhancement of the expertise of the Joint
Venture.
Tax Certificates 10.2 The Technical Package shall contain an attested photocopy of
the last 3 Income Tax Returns filed by the tenderer. For foreign
based consultants a suitable certified similar document from their
country of origin, or a certified statement from their auditors
stating that Income Tax/ Corporation Tax has been paid will be
accepted.
Contents of 10.3 The Technical Proposal (to be read in conjunction with section 4:
Technical EQC) should cover in detail the following:
Proposal
Currency of 11.3 Consultants shall submit their financial bids and other bid forms
bid and in Indian rupees only.
Payment
11.4 Payments under the Contract shall be made in INR only.
12. Submission, 12.1 The Consultant shall submit a signed and complete bid
Receipt, and comprising the documents .
Opening of
bids
12.2 The original Proposal shall contain no interlineations or
overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the proposal
must initial such corrections and a separate index of such
correction indicating amendments should be submitted in such
cases. Submission letters for both Technical and Financial bid
should be in the format prescribed in this contract [See also ITB
9.2 above.]
12.3 The Technical bid shall be marked “ORIGINAL” or “COPY” as
appropriate. Three Copies of the signed/ initialed Technical bid
shall be prepared. All required copies of the Technical Proposal
are to be made from the original. If there are discrepancies
between the original and the copies of the Technical Proposal,
the original governs. All pages shall be initialed by authorized
representative.
“TECHNICAL BID.”
13 Bid Evaluation 13.1 Any effort by Consultants to influence the Client in the
examination, evaluation, ranking of bids, and recommendation
for award of Contract may result in the rejection of the
Consultants’ bid.
The evaluators of Technical bids shall have no access to the
Financial bids until the technical evaluation is concluded.
Evaluation of 13.2 The evaluation committee shall evaluate the Technical bids on
Technical bids the basis of their responsiveness in particular to the scope of
works, applying the evaluation criteria, sub-criteria, and point
system specified in the Section 4: Evaluation and Qualification
Criteria of this document. Each responsive Proposal will be given
a technical score (St). A Proposal shall be rejected, if it fails to
achieve the minimum technical score indicated in Section 4:
Evaluation and Qualification Criteria of this document.
Public 13.3 The Client shall notify in writing Consultants that have secured
Opening of the minimum qualifying mark, indicating the date, time and
Financial bids location for opening the Financial bids.
13.4 Financial bids shall be opened in the presence of consultant’s
authorized representatives, and the total prices shall be read
aloud and recorded. However, the quoted price will be subject to
evaluation as per 13.6.
13.5 The financial bid of the technically non-responsive offer will be
returned unopened.
Evaluation of 13.6.1 The evaluation committee will review the detailed content of
financial bids each Financial bid and the congruency of the Technical and
Financial bid. Financial Proposals will be reviewed to ensure
these are complete (i.e., whether Consultants have priced all
items of the corresponding Technical bid); and correct any
arithmetical errors and such other factors of administrative
nature as CMRL may consider having potentially significant
impact on contract execution, pricing and payments, rendering
the bids unbalanced or unrealistically priced.
Correction of 13.6.2 When correcting computational errors, in case of
errors discrepancy between (a) a partial amount and the total amount
the partial amount shall prevail; (b) words and figures, the words
shall prevail.
If the tenderer does not accept correction of errors as outlined
above, his tender will be rejected and tender security forfeited.
13.7 Following completion of evaluation of Technical and Financial
bids, final ranking of the bids will be determined. This will be
done by normally applying a weight as specified in Section 4:
following circumstances:
a) Submission of incorrect or Fraudulent Power of Attorney.
b) Submission of incorrect or Fraudulent Tender Security.
c) Submission of incorrect Fraudulent or misleading
a. Qualifications relating to the Proposal.
d) Submission of Fraudulent or incomplete credentials
e) Submission of incomplete Technical Proposal.
f) Failure to sign, stamp and seal the tender document by
any partner of JV/consortium during submission.
g) Submission of conditional offer or any document altering
the essence of the contract.
16 Negotiations 16.1 The negotiations, if any, will be held at the CMRL office upon
written communication with the Consultant’s representative(s)
who must have written power of attorney to negotiate and sign a
Contract on behalf of the Consultant.
CMRL will prepare minutes of negotiations that are signed by the
competent authority of CMRL and the Consultant’s authorized
representative.
Availability of 16.1.1 The invited Consultant shall confirm the availability of all Key
Key Experts Experts included in the Proposal as a pre-requisite to the
negotiations.
Notwithstanding the above, the substitution of Key Experts at the
negotiations may be considered if due solely to circumstances
outside the reasonable control of and not foreseeable by the
Consultant, including but not limited to death or medical
incapacity. In such case, the Consultant shall offer a substitute
Key Expert within the period of time specified in the letter of
invitation to negotiate the Contract, who shall have equivalent or
better qualifications and experience than the original candidate.
16.1.2 The negotiations include discussions of the Terms of Reference
(TORs), the proposed methodology, the CMRL’s inputs and the
special conditions of the Contract. These discussions shall not
alter the original scope of works or the terms of the contract.
CMRL may ask for clarifications regarding assumptions and
abnormal quote.
Conclusion of 16.2 The negotiations are concluded with a review of the finalized
Negotiations draft Contract, which then shall be initialed by the CMRL and the
Consultant’s authorized representative.
If the negotiations fail, the CMRL shall inform the Consultant in
writing of all pending issues and disagreements and provide a
final opportunity to the Consultant to respond. If disagreement
persists, the Client shall terminate the negotiations informing the
Consultant of the reasons for doing so.
17 Award of 17.1 CMRL reserves the right to accept or reject any or all proposals
Contract without assigning any reasons. No Tenderer shall have any
cause of action or claim against the CMRL for rejection of his
proposal.
17.2 CMRL will issue a Letter of Acceptance to the successful
Tenderer after the approval of the competent authority; thereafter
within fifteen days from the date of issue of the Letter of
Acceptance, the successful Tenderer will be required to execute
the Contract Agreement for the consultancy services.
17.3 Before signing of contract agreement the bidder should submit
valid performance security. After the verification of performance
security the contract agreement should be executed.
17.4 The selected bidder must submit all the documents pertaining to
project execution, organizational & mobilization charts and
project implementation plans to CMRL for verification during
“kick-off meeting”.
17.5 The location of central/main office of the consultant shall be such
as agreed with CMRL, but shall in any case be located in
Chennai only for better coordination.
18 Publication 18.1 The consultant/ sub-consultant including associated parties
either alone or jointly with other, cannot publish, disclose or
divulge any material/data relating to the services of the project to
any third party without the written permission from the employer.
19 Data security 19.1 The consultant shall implement appropriate technical and
organizational measures to protect the Data/Information
regarding the project against unauthorized or unlawful
processing and against accidental loss, destruction, damage,
alteration or disclosure.
TENDER DOCUMENTS
SECTION 3
SCOPE OF WORKS
FEBRUARY 2018
TABLE OF CONTENTS
SCOPE OF WORKS
1.0 GENERAL
1.1 Introduction
The Employer has endeavored to delineate the scope of the Services to be provided by
Detailed Design Consultant in this volume. Such descriptions are not intended to be
comprehensive, it being understood that Design Consultant shall be required, without
adjustment or addition to the fixed rates or maximum compensation agreed to herein, to
provide any services, whether or not listed herein, that are within the scope of its field of
professional practice and that are reasonably inferable as being necessary, or that would be
customarily furnished by other providers of professional services of the type and nature
provided for in this Agreement, to accomplish the Services set forth in this volume. The
Consultant shall provide and complete the Consultancy Services, to the standards and in the
manner, frequency, quantity and times specified in accordance with the Conditions of Contract,
except for variations which have been agreed to in writing by the Employer. DDC shall perform
services relating to the Project. The Scope of the Services is stated in the tender documents.
DDC shall exercise reasonable skill, care and diligence in the performance of his obligations
under the Agreement and in accordance with the prevailing standards of the profession. The
DDC shall provide professional, objective and impartial advice and at all times hold the
Employer‘s interests paramount.
Where the Services include the co-ordination between the DDC and other consultants and
Contractors employed on the Project, the DDC shall provide such co-ordination. The DDC shall
obtain, co-ordinate and submit to the Employer for his information and approval all details,
drawings, arising from such coordination with others. Such co-ordination will take place
throughout the contract period.
1.2 Relevant Documents
CMRL has already prepared a Detailed Project Report for the Phase-II, of Chennai Metro rail,
and the design stages will be broadly based on this study. The relevant section of the DPR can
be given to the successful bidder upon award of work through a written request to CMRL.
The field of intervention of the Detail Design Consultant will be in the following disciplines: Civil-
Structural Works, Track design works, Architecure design works and Building Services (E&M,
Environment Control Sysytem (VAC), TVS, BMS, SCADA etc) as specified in this scope of
works.
All available design data available in Detailed project Report such as topographic surveys,
utility surveys, commuter traffic data etc. & geotechnical information shall be made available to
the Detail Design Consultant at the appropriate time after award of work as requested in writing
by the consultant.
Keeping in view the design services, the procurement of construction contracts and the design
support during construction, it will be necessary to carefully plan the activities for efficient
execution. The Consultant is expected to reflect this requirement in their Technical and
financial proposals when detailing the quantum of planning and design work to be undertaken.
1.4 Extent of Design Services:
Table: Brief Description of Work including civil, architectural, structural, tracks,
MEP, TVS, VAC, property development, BIM along with seamless integration of
all the items as detailed below: (P2C5-03)
10. P. Way for UG/ Elevated & Depot section (Including Station R. Km 41.05
Length, depot structures, entry to depot, ballast, Ballast less
12. Elevated & At-Grade stations with finishes including E&M and Nos 5 + 1 (At-
VAC works etc grade)
d) Manage the design task for cost, schedule and performance compliance;
e) DDC is required to propose suitable construction methodology after due approval
from CMRL for the works like Cast in-situ and Pre-Cast Construction, structural
system of viaducts for sub-structure and superstructure, pre-cast segmental box
girder using external unbounded tendon, Precast U-Channel Superstructure with
Internal Pre-stressing, Precast U-Channel segmental Superstructure with Internal
Pre-stressing, Precast I-Girder Superstructure with Internal Pre-stressing, special
span configuration, construction of tunnels for underground Alignment (earth
pressure, mud-pressure, slurry type), launching and retrieval shafts, mid-way shafts,
ring configuration, grouting & waterproofing, NATM methods for construction of cross
passages, cut & cover ramps, earth retaining structures like sheet piles, soldier piles,
secant piles, diaphragm walls etc., underground and elevated stations , geometric
designs of tracks, design of MEP, VAC/TVS services etc. and prepare and submit a
comprehensive reports along with the methodologies proposed by DDC for present
scope for finalisation with CMRL before floating of tenders for construction works.
f) Proof checking of structural design and scheme of construction suggested by the
Contractor for elevated & underground stations, ventilation, other shafts, ramps, sub-
structure, tunnels, viaduct etc. as applicable for particular DDC package.
g) Drawings for construction shall be in such detail as not to require further design or
detailing to be carried out by the construction contractor.
h) Perform detailed designs for building works, the fitting out of stations with architecture
finishes and services including illuminations, lifts, escalators, water
supply, drainage, power supply and other passenger amenities;
i) Perform detailed designs for multi-modal transfer facilities for road and pedestrian
traffic, landscaping, traffic management and road and station interfaces for the
surrounding roads and neighbourhood;
j) Review and suggest change as necessary in the detailed designs/ plans made by
contractor for temporary and permanent diversion works for all utilities affected by
the station works / viaducts / tunnels as applicable for particular DDC package. Take
into account utilities identified by contractors during execution and design structures
accordingly. Provide items in the Construct Contract BOQ for diversion of these
utilities. Review of alignment plan duly marked with, utilities identified by concerned
agencies which will be given to DDC in hard/ soft copies by CMRL.
k) Co-ordinate and integrate designs and details with contractors and consultants
employed by CMRL working on contracts pertaining/relevant to the site of works for
this contract regarding DDC‘s drawings;
n) 3D Computational Fluid Dynamics (CFD) Analysis and 1- Dimensional analysis for all
stations and tunnels to meet NFPA 130 (latest) requirements for tunnel ventilation
system. The DDC shall also conduct value engineering studies for optimizing tunnel
ventilation system capex and opex costs.
o) Prepare BOQs, special specifications, construction cost estimates for the associated
construction contract for tendering by CMRL and modify the cost estimate as
necessary before the contract is awarded. The BOQs, special specifications,
construction cost estimate is to be prepared separately for stations (Excluding the
BOQ of all structural elements of all underground works) and for BOQ of chartered
utilities in a number of packages as decided by CMRL so as to facilitate CMRL to call
construct only tenders in different contract packages
p) Incorporate and co-ordinate changes in design due to system wide interfacing with
other DDCs/ Contractors/ CMRL;
s) Prepare necessary documentation and obtain necessary planning and other required
approvals for the integrated complex consisting of Station designs, Station layouts,
space proofing, track supporting structures including E&M facilities and fire detection/
suppression system, conceptual layouts and drawings for property development, if
any, from the relevant approving authority;
t) Plan, design, detail, control, co-ordinate, and execute the design phase of the Works
for production of drawings, documents and reports to meet the key schedule dates
included in the Agreement and as directed by CMRL;
u) Maintain a Quality Control activity and an effective internal procedure for checking
the accuracy of Work and assuring compliance with contract requirements;
x) DDC should keep in mind that they should provide best options, methodologies;
strategies by way of value engineered and optimized design suited for best interest
of CMRL. Any new methodology proposed should be analysed properly in terms of
time, cost, suitability, affordability, availability of the same locally. Any detail,
methodology, strategies, facilities adopted in the design without prior
concurrence from CMRL discovered at any later stage causing damage, defect,
incurring additional expenditure to exchequer, adversities, speculative bidding
due to ulterior motives etc., or deteriorating image and interests of CMRL, will
attract penalty as determined by CMRL and should be corrected by DDC at
their own time and expenses.
and photographs for inclusion in publications or for making into displays and exhibits. 3-D
walkthrough movie shall be provided at DD stage for typical UG and elevated stations.
The Tender drawings shall include Station Floor Plans for all levels, including all public and non-
public areas, indicate vertical circulation elements, access and parking; load bearing and partition
walls, fire separation walls, Automatic Fare Collection (AFC) equipment layouts, ancillary facilities
and equipment rooms, facilities and spaces for station commercial trading functions, and any
other required furniture, fixtures, and equipment, Station Sections and Elevations, keyed to the
plans, including all major structural elements, vertical circulation elements, track-bed and
drainage, MEP, provisions for secondary and tertiary building systems and elements, walls and
ceilings, doors, windows and other significant openings, and general materials and finishes.
ii) The Client and other Government officers may visit the site at any time,
individually or collectively to acquaint themselves with the site, consultant
representative to be present to clarify if required.
All estimates shall be treated as strictly confidential and shall be submitted by the DDC
in sealed envelopes separately from other documents that it is required to provide. Any
malpractices and leakage of confidential information of any nature will be view seriously
and amount to breach of contract.
i) Deficiencies on part of the Consultant should be made good by the consultant without
any cost and time implications to the Employer. Deficiencies may include but not
limited to:
a) Not performing the Services as per the Contract for Consultant‘s Services and
undue delay in submission of designs & reports.
b) Not acting impartially or acting in collusion with the contractor
c) Failure to give proper and timely advice to the Client or the contractor to enable
correction during execution
d) Lack of proper coordination with the Client and the contractor to ensure smooth
implementation of the Project
e) Permitting sub-contracting of any works without authorisation by the Client.
CHAPTER 1
PHASES OF SERVICES
1.1 The Consultant shall perform the services in two phases, the Design Phase and the
Construction Phase.
1.2 The Design Phase shall commence upon the Commencement Date. This phase shall
include the preparation and submission of:
i. The Preliminary Design
ii. The Definitive Design; and
iii. The Construction Reference Drawings.
iv. Preparation of Tender documents
1.3 The consultant is expected to transfer the knowledge gained and lessons learnt during
PD (Preliminary drawing) & DD (Definitive Design) stages to the production of
Construction Reference Drawings (CRD)/ Good for construction (GFC) drawings.
1.4 The Design Phase will be completed upon the issue of a Notice by the Employer‘s
Representative in respect of the comprehensive and complete Construction Reference
Drawings Submission for the whole of the Permanent Works.
1.5 During Construction Phase DDC is required to produce GFC drawings detailed out to
enough extent sufficient for construction and review working drawings prepared by the
contractors. Also based on Mock-ups/ samples/ patterns/ schemes approved by CMRL
pertaining to civil, structural, architectural and building finishes works, DDC should
review shop drawings submitted by the contractors to conform the GFC drawings.
1.6 In addition, DDC should provide technical and all other necessary support for the
evaluation and review of contractor‘s variation claims (if any).
1.7 DDC shall propose rectification and repair methodology pertaining to structural works
upon request from contractor/ Employer/ Employer‘s representative and submit
necessary additional designs, drawings and necessary technical documentation as
required to the Employer/ Employer‘s representative approval
CHAPTER 2
2.1 The basic objective of the survey would be to capture the essential ground features at
the site in order to consider improvements and for working out improvements, and
upgrading costs.
2.2 GIS/ GPS survey, coordinates and benchmarks
A detailed site plan is to be prepared showing contours based on levels taken at
intervals of 25m, invert levels where necessary, and the extensions of any roads
proposed is to be prepared. The detailed site plan shall include all necessary data
relating to existing features like trees, public utility services, streets, pavements adjoining
properties and boundaries. The site plan should also indicate the location of all proposed
buildings and possible future extensions, landscaping areas, water bodies, etc.
2.3 Levels are to be with respect to GTS bench marks to be fixed by the consultant.
2.4 Before conducting the site survey, grid points at 25m intervals shall be fixed permanently
at site with 150 x 150 x 900mm demarcation stones. Such stones shall be fixed 300 mm
below the ground in the natural soil and remaining height shall be exposed above the
ground and painted with yellow paint. Co-ordinate numbering shall be written with red
paint as E/N (E represents Easting - coordinate, N represents Northing - coordinate from
origin to be provided by CMRL upon written request)
2.5 A site plan showing the grid stones and their numbering shall be prepared and submitted
to the Client.
2.6 Review Geo-technical investigations and sub-soil explorations adopting relevant IS
codes for the proposed structures and other locations as necessary for proper design of
the works. Submit interpretative soil investigation report and input data for structural and
foundation design for individual buildings/ structures/ equipment etc.
2.7 Traffic surveys and analyse for design of traffic ingress/ egress and multi –modal traffic
integration and design of efficient traffic inventories.
2.8 Area traffic management plans
The DDC shall develop a comprehensive Traffic Impact Assessment and Traffic
Management Plan for the surrounding area of the alignment, taking into consideration
the traffic generated because of the proposed station. However, the detailed traffic
management plans during construction stage to facilitate the construction work will be
made by works contractor, which will be reviewed and checked by DDC. The concept
plan shall meet the standards required by the relevant authorities.
The DDC shall propose conceptual local traffic diversion routes and assess traffic
impacts caused by the work during construction to ensure smooth traffic operations
and safety of both construction workers and road users and after completion of
works in the affected areas.
DDC shall prepare BOQ for road diversion / other civil works required to be included
in the civil contract based on the conceptual plan.
The DDC shall prepare and present its proposed Traffic management Plan for
CHAPTER 3
(b) Conceptual architectural planning should be based on the principles of state-of- the art
international metro planning standards including sound principles of transit oriented
development, multi-modal integration, property development, signage and way-finding,
environment friendly green building design, barrier-free designs for disabled, inclusive
planning, general site planning and landscaping. The consultant is required to produce
national & international case studies, and should design the station elements &
structures with suitable type/scheme/pattern of architectural finishes, furniture, fixtures
etc. based on environmental (green), life safety, fire, and noise requirements apt for
metro stations and for all structures in an absolutely exhaustive manner and with due
diligence.
(c) DDC shall develop a schedule of space requirements for individual structures within the
limits of land and refine the space requirements to translate them into design
submissions.
i. The DDC shall produce sufficient design options for all structures, systems and
services covered in this contract. DDC shall also review the station locations
including entry/exit structures and all ancillary buildings & develop designs
considering adoptability of the design as per site conditions. The limits of land may
undergo changes after final survey and the DDC shall make any adjustments
necessary to the design to acknowledge the changes to the limits as defined. The
DDC shall develop alternative layouts and designs for the substructure,
superstructure and architecture of all elements to reduce construction cost without
adversely affecting required transit system functions such as capacity, service life,
and reliability, economy of operation or ease of maintenance. Consultant should
prepare Alternate designs to explore various options for review/ recommendations
and approval from Employer‘s/stakeholders‘.
ii. Each design alternative shall be presented in sufficient detail to clearly define the
proposed design alternative including:
1. A description of the proposed design alternative and the comparative
advantages and disadvantages of each.
2. Clearly illustrated sketches, drawings, diagrams, calculations, published
reports, written description and other supporting documents for evaluating
the proposal.
3. Concept schedule of materials and finishes
4. A detailed estimate of the amount of savings in construction/system cost.
5. Drawings showing single line diagrams for fire detection system layout
(e) No fee/ time extension will be granted to consultant for alternate plans/designs during
this stage.
(f) Station Planning Report
DDC shall submit a report for review and notice of Employer/ Employer‘s representative
specifying the basic characteristics of the station, highlighting them in the order of
importance. The report shall include the specific characteristics of each station. The
report shall also include, but not be limited to, the following:
i. A set of CAD 3 dimensional simulated photographs/views for each station
showing platforms, concourse and various passenger handling elements of
station.
ii. A computer simulated passenger flow module showing the peak flow, delayed
and emergency conditions, for typical stations as decided by the Employer. The
software shall be able to simulate level of service at platform, concourse
staircases and in queuing areas showing passenger handling from the point of
arrival of train on a platform to the next arrival and finally to the exit of station. It
should be able to locate the critical areas of the station for expected
overcrowding and conflicts in passenger flows.
iii. This software shall be a computer graphic presentation of the station planning
done by the Contractor from the point of view of passenger handling and it shall
be treated as a supplement to the design calculation.
iv. Acoustics report
v. Green Building Implementation Report
(i) Preparation of preliminary architectural/structural/ MEP/ TVS & VAC/ Restoration &
landscaping plans including but not limited to, dimensioned plans, existing condition
plans, existing utility plans, demolition/ slicing plan, Layout and material plans,
MEP/service arrangements, grading and drainage plans, plan enlargements, elevations,
internal layout, sections, landscaping details, schematic electrical plans, structural
designs, water supply and sanitary arrangements & Interior design of stations such as
false ceilings, wall cladding, furniture, location of HVAC units, Internet connectivity
points, surveillance schematics , building management system/ SCADA.
(j) Site development plans should include elements like compound wall, roads, footpath,
pavements, storm water drains, rainwater harvesting pits, mechanical equipment
(including fire safety fixtures), pavements, street-scaping, signage, public furniture &
fixtures, etc.,
(k) Preliminary Traffic Management plan consisting of probable diversion routes, Suggested
alternatives, Preliminary bus stop relocation plan etc.
(m) Study of input data and preparation of design calculations, schematic drawing for all
external services & individual buildings pertaining to internal services such as:
CHAPTER 4
4.1 Based on preliminary drawings the DDC shall prepare the definitive design (DD)
documents consisting of plans, elevations (confirmed floor-to-floor height, sections,
sketches of critical and typical details, perspective, schedule of areas, flooring plans
and other necessary drawings, documents and details.
4.2 The DDC shall prepare detailed outline specifications to fix and illustrate the size and
character of all architectural and structural elements including allied structures. The
DDC shall test structural design against relevant codes.
4.3 Submission of all design with the Lead Designer’s certificate. A certificate signed by
the LDC stating that all design, drawings and documents have been checked and
approved complying with all the contract specifications shall be issued to the
Employer‘s/stakeholders. The person preparing the design and drawing will initial all
documents prepared by him. Lead design checker should issue lead design checker
review forms for all the issued drawings for all disciplines separately in a suitable format
for Employer/ Employer‘s representatives review and also submit a monthly report in an
approved format (duly approved by Employer), without fail.
4.4 The DDC shall prepare detailed designs based on the requirements provided in the
contract. The detailed design of the specified works and the incorporation of all system-
wide requirements are the responsibility of the DDC. The DDC shall remain totally
committed to the overall integrity of the design, if necessary actively seeking advice,
information and clarification so as to avoid abortive work. Definitive Design shall accord
with and incorporate the Preliminary Design and shall be the design developed to the
stage at which all elements of the structures are fully defined and specified and in
particular :
I. calculation and analysis are complete;
II. all main and all other significant elements are delineated;
III. all tests and trials and all selection of materials and equipment are
complete;
IV. Shall take full account of the effect on the Permanent Works of the
proposed methods of construction and of the Temporary Works.
V. Interface Management Plan (IMP).
4.5 The DDC shall submit lift shaft dimensions, overrun and pit requirements, equipment
and plant room sizes, accessibility to firemen‘s staircase, fire control and smoke
management systems, requirements for lifts and escalators, escalator pits, typical
floor beam depths, maximum duct dimension requirements, floor-to-floor heights.
4.6 The DDC shall produce Station Reflected Ceiling Plans, indicating layouts and
integration of ceiling mounted services, structural and architectural elements, MEP
4.7 The DDC shall incorporate in its design, the relevant seismic criteria and earthquake
design pertaining to the region.
4.8 The DDC shall submit Calculations, Schedules and Tables Comprising:
4.9 The DDC's design shall take into account the installation requirements of the system-
wide information listed in this Document, which will involve the provision of openings,
conduits, fixtures, bases, plinths and loadings. The DDC shall make provision in its
design programme for the inclusion of these requirements at a later date as they cannot
be finally determined until after the award of the system-wide contracts. The DDC shall
incorporate the requirements of the system-wide contractors into its design as
appropriate and as they become available.
4.10 Detailed planning for all civil structures including all structures, systems and processes
for identification of all interface requirements relating to their section of works. In
addition general construction methods and documentation needed to develop
the Definitive Design shall be submitted.
4.11 The DDC shall review the design all the temporary works like strutting, decking,
support systems for slicing of existing buildings proposed by the contractor during
construction phase.
4.12 Sub-soil exploration analysis and interpretation of data and selection of design
parameters.
4.13 The DDC shall sub-divide the proposed Definitive Design into Design Packages to be
submitted in advance of the Definitive Design Submission and to be identified in the
Design Submission Programme. The Design Packages are to relate to the significant
and clearly identifiable parts of the proposed Definitive Design and shall address the
design requirements as described herein. The Design Packages shall facilitate the
review and understanding of the Definitive Design as a whole and shall be produced
4.14 Separate Definitive Design Submissions may be prepared for those major elements to
be procured by sub-contract and which sub-contracts include design. Where such
work is to be procured by the Contractor on the basis of outline design, design briefs
and performance specifications, such documents may be submitted as Definitive
Design Submissions.
4.15 Upon issue of the Notice in respect of the Definitive Design Submission, the DDC shall
complete the design in all respects and produce the Construction Reference Drawings,
the purpose of which is to illustrate all the Permanent Works and to be the drawings
governing construction.
4.16 Passenger flow calculations for normal and emergency egress conditions, Subway
Environmental Simulation Analysis and CFD Analysis for VAC (Ventilation & Air-
conditioning) and TVS (Tunnel Ventilation) systems, Acoustical analysis shall be
performed by DDC and reports shall be submitted to Employer/ Employer‘s
representative for review. Based on these approved reports of VAC & TVS systems
the detailed design should be prepared.
4.17 The DDC shall incorporate in its design, the relevant seismic criteria and earthquake
design, high flood level data (HFL), inundation level of sea etc. pertaining to the region.
4.18 DDC shall prepare Architectural, structural, track alignment & design, Civil structure
designs, MEP, Fire protection & suppression & Fire fighting, VAC, TVS designs and
drawings with properly coordinated CSDs (Combined services drawings) for
submission and review to the Employer/ Employer‘s representative. DDC should keep
in mind that architectural finishes should govern the MEP and system fixtures and
should be designed with utmost care to conceal, hide those services in civil structures
and architectural finishes only should prevail in finalisation of scheme and pattern.
During definitive design stage all such coordination issues should be resolved and
consultant is expected to be providing concealment, routing, trucking solutions for the
transport of core system services, based on the experience achieved and lesson learnt
from previous projects in a well-structured manner and should adapt and design
accordingly real time solutions.
4.19 The general arrangement of the stations, the equipment locations and services
routes, and the cable routes are to be shown in the CSD drawings. The equipment
loads, openings and embedded items and other similar interface are also to be
shown on these drawings.
Preparation of detailed designs of intermodal transfer facilities for road, rail and
pedestrian traffic, landscaping and post-construction road/site -reinstatement
implementation plans including road restoration, storm water drain, paver pattern/
scheme, landscaping and planters design, design of street furniture, signage, ramps
and footpaths for commuters, street lights and medians with landscaping etc. wherever
required for smooth traffic movement and submission to the local authorities for
approval. Requirements of green building certification should be submitted along with
plans for review by CMRL along with suggested measures related to Sustainable site,
water conservations, energy efficiency, materials conservation, air quality
management and innovative points pertaining to reinstatement.
The DDC shall interface and incorporate all the relevant information regarding the
system-wide works in its design and other documents including but not limited to:
a. Rolling stock;
b. Electrical substations and associated high voltage and traction power
supply systems;
c. Electrical underground conduit banks within CMRL right-of-way;
d. TVS/ECS systems; Ventilation and Air-conditioning (VAC)
e. E & M, plumbing, Firefighting and fire suppression, Earthing, bonding &
corrosion resistance etc.
f. Overhead line electrification;
g. Signalling;
h. Communications including Closed Circuit Television (CCTV), Public Address
(PA), and SCADA systems;
i. Traction power, power supply and emergency power supply equipment;
j. Automatic fare collection system;
k. Lifts and escalators;
4.23 Upon award of system wide contracts, based on the requirements of system-wide
contractors DDC should modify the designs to attain best-fit and suitable solutions.
4.24 It is the Consultant‘s responsibility to proactively approach and coordinate with SWC
to address any requirement in the designs and drawings pertaining to passenger
health, safety, environment, security, serviceability of structures which may adversely
impact the safety and security of passengers without any claim whatsoever to CMRL
at any stage of this contract. DDC shall immediately raise a notice and flag any such
undesirable consequences routed through CMRL for such modifications at any stage.
4.25 The general arrangement of the stations, the major equipment locations and major
services routes, and the cable routes are to be shown on the CSD drawings. The
major equipment loads, pressure, major openings and major embedded items and
other similar interface are also to be shown on these drawings. During the detailed
design phase and continuing through the construction phase the DDC shall co-
ordinate with other system-wide contractors to obtain system-wide requirements such
as embedded conduits, floor trunking, wall and floor openings, equipment concrete
plinths, equipment space, sleeves, hoisting hooks, earthing, lightning arresters etc.,
and incorporate into the structural/architectural drawings for construction contracts.
4.26 The layouts of the station and data of the system wide consultants/contracts shall be
co-ordinated at the compatibility review meetings during the design stage. At the final
submission stage detailed layouts shall be co-ordinated and drawn by the DDC on full
set of CSD drawings with soft copies. These drawings serve to co-ordinate major
routings of all services. It directs the system-wide contractors to prepare their
respective shop drawings in accordance with the routings shown on them. During
design and continuing through the construction phase the DDC shall revise completed
or partially completed SEM and SOD drawings and structural/architectural drawings
to incorporate the additional system-wide requirements defined by the system-wide
CSD's.
4.27 Additional layout details and system-wide requirements requested by systems and
MEP Contractors during construction shall be incorporated into the CSD, SEM
drawings and structural/architectural drawings. DDC shall make available the CAD/
electronic data to the systems and E&M contractors who will incorporate these
additional details in the design. DDC shall review and incorporate the modified
design. However, DDC shall repeatedly interface with System Contractors/ other
DDCs to ensure compatible complete design of Civil and ancillary structures. The
Consultant shall co-ordinate all design and installation work with the various
Interfacing Contractors.
Chapter 5
Functional Design requirements
(Basis of Detailed Design- for preparation of Schedule of Dimensions, Structural Electrical
Mechanical & Combined Services Drawings during Detailed Design Phase):
5.5 The following deliverables will be prepared for Underground Structures, Stations &
Tunnel:
a) Structure designs, drawings, method statement, construction methodology of the
following structures –
b) Underground Stations by Cut & Cover (Top-Down or Bottom Up Sequence) or NATM
or any other method of construction.
c) Tunnels by Cut & Cover or NATM or Bored tunnel with segmental lining.
d) Cross-passages and Subway by Cut & Cover or NATM or Box-Pushing or any other
method.
e) All the Ancillary structures (including water tank) above or underground associated
with the stations and tunnels.
f) Launching/retrieved shafts, thrust frame for TBM, TBM lowering crane foundation
stability and method statement
g) Any shaft built for ventillation purpose or to accommodate the construction
requirements (like evacuation of TBM on breakdown) at any location along the
alignment.
h) Tunnel walkway, sumps
i) Other underground structures associated with the corridor
j) All the temporary structures associated with the construction of above structures.
Temporary Construction will include soil stabilization, soil support through strut,
waller, anchoring(soil or rock) arangement, secant piling, diaphragm walling, sheet
piling etc.
The scope of DDC covers the design of all the structural component of station building and its
ancillary components including entries, exits, connecting corridors/FOBs etc.
Design of structural works for architectural finishing, Interfaces and functional requirements such
as design of louvers, ACP, cladding, structural glazing, counters, GRC jali, etc. will also be considered
5.6 Viaduct
i. Design of Standard U/box Girders, obligatory/special span / non standard span /I-girder, if any,
ii. Structural design of Special Spans (including Balanced Cantilever Bridges, Extradossed Bridges
etc.)/obligatory/non standard/I-girder/steel span.
iii. Checking of scheme of construction for all superstructure spans including special
span/obligatory/standard/non standard/I-girder by launching girder or any other proposed
scheme.
iv. Review of alignment w.r.t SOD & clearance & suggest modifications/improvements.
viii. All temporary structures, enabling works like form work, staging, construction scheme, lifting
plans etc. shall also be checked by the DDC.
xii. Design of any special arrangement on parapet such as view cutter, noise barrier, etc.
xiii. Design of structural arrangement for all traction, signalling & electrical works such as supporting
arrangement for cables etc.
xv. Approval of all shop drawings such as bearings, expansion joints, steel structures submitted by
contractor.
5.7 Elevated Stations / At-grade Stations:
Maximum use of prefabricated concrete structural elements shall be adopted in the station for fast
execution and minimal disturbance to the traffic flow.
The scope of DDC covers Design of all the structural component of station building and its ancillary
components including entries, exits, connecting corridors/FOBs etc
d) Approval of all shop drawings such as bearings, expansion joints, and steel structures submitted
contractor.
e) Design of roof PEB structure for station building, entry-exit structures & all ancillary structures
such as UG Tank, Sump, Elevated water tank, DG room, Pump room, Machine room, Boundary
wall etc.
f) Design of structural works for architectural finishing, Interfaces and functional requirements such
as design of louvers, structural glazing, ACP, cladding, counters, GRC jali, etc
g) All the Design of temporary structures by the contractors shall also be checked by the consultant.
Interfaces:
n) Preparation of Rail/Structure Interaction reports
o) Track plinth starter Bar design
5.8 Depot:
- The scope of DDC covers the cost effective and optimized detailed design of all the
structural components of Depot buildings including inspection and maintenance pit,
Layout at various Stages, CSD at various stages, Boundary wall, E.S.S., D.C.C
S&T,DCO, U.G. Tank, OH Water Tank, inspection and workshop bay, and Office
buildings, P-way Stores, Heavy Interior Cleaning Feeding post, ETP & STP, Security
Room, Canteen Building, ETU& OHE W/Shop Pit Wheel Lathe, Covered Stabling Shed,
Car Scooter Parking, Watch tower, Blow down Plan Strom water Drawings and all other
building in the premises of Depot etc.
- The main interface features shall be validated as an input as approved during the
Preliminary Design of the selected alternative(s).
- Track supporting structure (Track Plinth).
The Definitive Design Submission shall include drawings that shall illustrate the proposed Definitive
Design and in particular shall include, but not be limited to, the following;
(a) general arrangements of all required rooms, buildings and facilities of the buildings, including a
Finishes Schedule for all rooms and spaces for doors, windows, etc., and details of all architectural
parts necessary
(b) Elevations and perspectives and landscaping of various department buildings;
(c) Layouts and details of structural elements and their structural Design;
(d) Slopes and earthworks;
(f) Structural and surface drainage;
(g) Access roads and temporary road works;
(h) Pumping systems
(i) Electrical plant rooms such as UPS, DG set etc.;
(j) Provisions for railway works, electrical and mechanical services and equipment;
(l) Roadwork‘s drop off points, vehicle parking and works related to traffic management including
decking.
(m) SEM drawings
(n) Depot Boundary / Security Fencing and Gates
The DDC shall design and detail permanent drainage of the Works including the
connections of these to the existing drainage systems located outside CMRL perimeter.
The drainage systems to be detailed as part of the design shall include but not be limited
to:
a. Sumps and pumps inside any building or structures, whether above ground or below
ground, for the collection of water other than foul sewerage;
b. Drainage systems inside and outside any building or structure for the conveyance
from the sump(s) or other collection points to the appropriate sewer or drain of the
drainage authority; Strom water drainage management .Metro rail Tunnel flood
defence system. Flood defence systems would need to be integrated at certain
points along the Metro Tunnel alignment.
c. Systems for the surface water drainage of reinstated roadways, landscaped areas,
car parks and other paved areas associated with the works and for the conveyance
of the surface water to the appropriate drainage system of the relevant drainage
authority; and
d. Drainage systems for the conveyance of water from CMRL track, to discharge points
acceptable to the appropriate drainage authority.
A presentation of the preliminary traffic management plan will be given to meet the
required schedule of connected activities. As a minimum the report shall contain:
a) Probable diversion routes,
b) Roadway requirement during construction
c) Station influence area
d) Suggested alternatives,
e) Preliminary bus stop relocation plan
f) Pedestrian considerations
g) Major utility lines to be relocated
h) Decking plans and arrangements
The preparation of detailed Traffic Management Plan for station and circulating area to finalise
the street level reinstatement and landscaping shall be the responsibility of the DDC.
Chapter 6
Functional Design requirements for Architectural Design
(Basis of Detailed Design)
.
The Architectural services shall include the detailed design of all Architectural and
landscaping works if any, review the land requirement for stations, preparation of
drawings specifications, cost estimates and other documents, as required, in order to
prepare tenders and to construct the Works, together with such other services as are set
out and referred to in this contract. The Works also include assisting
Employer/Employer‘ Representative in obtaining the necessary approvals from
concerned Authorities.
The DDC shall submit a Design Brief describing in words, diagrams and graphics, and
the Architectural Objectives. This Design Brief should take into account the following
considerations:
a. The stations should be designed to allow for maximum natural air flow through
the concourse and platform areas in elevated stretches.
b. There should be optimized approach for space planning and themes to be
followed for designing underground stations
c. The detailing of every element within the station area is important, not only for
visual and aesthetic reasons but to ensure that materials are durable and can
easily be maintained.
d. Station boarding/alighting and the resulting entry/exit location requirements
e. The integration and co-ordination of the architectural finishes with the structure
and MEP fittings and services is required.
f. firefighting systems
g. Multi-Modal integration. Provision of links to existing parking facilities; subways,
adjoining properties and foot bridges.
h. Signage and Wayfinding
The DDC shall prepare drawings with sufficient detail to fully describe the architectural
design of the stations, tunnels, viaduct, depot and ancillary facilities, in addition to
property development premises including MEP & Building Services and any structures
visible to the public. These drawings shall address at a minimum such balance issues
as:
i. Station and ancillary buildings architectural design;
ii. Site design, landscape design and urban design;
iii. In conjunction with the existing site characteristics which are to remain
including heritage structures;
iv. Pedestrian paths and vehicular links;
v. Interfaces with proposed and potential future development projects
vi. Environmental considerations including flood control.
vii. Hierarchies of public and private spaces;
viii. General concepts of building massing;
ix. Integration with existing and proposed property development; and
x. Floor and ceiling finishes having good light dispersing properties to enhance
illumination.
xi. Cost effective, construction friendly, green concepts to be incorporated in
internal and external finishes of all structure and holistic approach shall be
insured.
The DDC shall prepare design solutions responding to requirements for public and private
transportation facilities. The DDC shall prepare all the designs and drawings keeping in view the
prevailing building rules.
The DDC shall identify and incorporate public transport and traffic engineering design
requirements related to stations, ancillary facilities and property development.
The DDC shall collect and analyse the flood data from the relevant authorities and propose
solutions for flood control at interfaces and thresholds between proposed grade levels and
stations and ancillary facilities. As a thumb rule, the Entry podiums of the stations shall be
designed based upon the highest level among HFL+0.45 (Highest flood level observed in last
100 years)/ existing (proposed) road median level + 0.45/ existing (proposed) footpath level+
0.45
The DDC shall incorporate and co-ordinate its designs, and prepare drawings and
documentation to be incorporated in the following system wide elements drawings which will be
used in all stations:
I. Finishes Schedules: Floor Finishes; Wall and Column Finishes; Ceiling
Systems and Finishes
II. Railings, Barriers and Gates
III. Stair and Handrail Details:
IV. Escalator Finish Details
V. Lift Finishes Details
VI. Platform, Platform Screen Doors for UG stations, coping Details
VII. Doors and Frames
VIII. Miscellaneous Public Area Details such as pump house, police post, sub-
station etc.
IX. Platform Edge Lighting
X. Public and Staff Toilet Room Details
XI. Staff Room Details
XII. Signage and advertising Details as per signage manual of CMRL.
XIII. Landscaping and External Works
XIV. All finishes required for elevated Viaduct
XV. All finishes required for cut and cover section
XVI. Plans, Sections, Elevations and Details of
a. Ticket Office
b. Ticket Hall Supervisor's Office and Excess Fares Collection
c. Information and Enquiries
d. Station Control Room
e. Platform Supervisor's Booth
f. Other Booth and Office Details
g. Door and Window Details
h. Countertop and Casework Details
The DDC shall review Standard Specifications for architectural standard design elements and
for the supply and installation of architectural standard finishes and materials with the consent of
Employer/Employer‘ Representative. Architectural Standard Specifications shall include but not
be limited to the following:
a. Site work: Granite Kerbs, Concrete Kerbs, Natural Stone Pavers, Brick Pavers,
Concrete Block Pavers and Grass-Concrete Pavers.
b. Concrete: Concrete Floor Surface Treatments; Precast Concrete Architectural Panels;
Glass Reinforced Cement Panels.
c. Masonry: Mortar, Grout and accessories for Granite or Other Stone; Mortar Grout and
d. Accessories for Paver Tile; Mortar and Grout for Masonry and Exterior Setting Beds;
Granite or Other Stone Flooring and Bases; Granite or Other Stone: Cubic and Veneer.
e. Metals: Vitreous Enamelled Steel Panels; Barriers and Railings; Drain Grates and
Manhole Covers.
f. Thermal and Moisture Protection: Sealants
g. Doors and Windows: Entrances and Storefronts; Hollow Metal Doors and Frames;
Rolling Grilles; Glass and Glazing.
h. Finishes: Paver Tile; Wall Tile; Metal Ceilings;.
i. Specialities: Toilet Partitions and Accessories; Equipment Cabinets; Graphics and
Signage; Ashtray and Litter Bins; Telephone Enclosures; Booths and Workstations.
j. Mechanical Work: Plumbing Fixtures and Trim.
k. Electrical: Lighting, power, air conditioning and water pumping.
l. Landscape: Landscape Soft works.
The DDC shall ensure that the Natural lighting shall be harnessed to the maximum extent.
The DDC shall provide continuing support in the form of design data, design calculations, CAD
files, and perspective sketches, 3D computer model renderings of each typical station and the
like as requested, whether for promotion, approval or other illustrative purposes for
Employer/Employer‘ Representative. DDC will provide technical assistance and drawings for
Employer/Employer‘ Representative as and when required.
The design of the station to be safe in the event of a fire/emergency is of utmost concern. In this
respect it is essential that the suitable necessary details are incorporated into the design as per
prevalent rules, regulations, code and practice. Durability of all station elements is important and
as such the following considerations shall be incorporated into the design:
i. Corrosion protection is required for all exposed and hidden metallic elements
ii. Precautions must be taken to prevent bimetallic corrosion
iii. The choice of finishes shall take into account durability and ease of maintenance, safety,
fire resistance, and cost, replace ability, aesthetic considerations, etc.
level certification compulsorily. CMRL is following ―IGBC Metro Systems‖ for achieving
green building implementation in our metro systems. Measures for rain water harvesting,
harnessing renewable energy resources of nature, mitigation of heat island effect etc.
should be clearly spelt out before preparation of tender documents and materials,
methodologies and technologies should be proposed in prior for review by CMRL.
Suggest Training Program – Development and implementation of safety training plan that
includes drills and the monitoring and response to life safety emergency conditions.
(7) Emergency Preparedness
Dynamic temporary threats from non-traditional sources also need to be
incorporated into the stations emergency response plan. The approach to handling
them begins with the definition of the potential threat and the critical assets (e.g.
people, operational facilities) whose protection is necessitated by the threat. This is
essentially a planning process that produces an emergency response plan. In some
cases the analysis may result in physical infrastructure adjustments. However it
depends primarily on the physical protection in place from the traditional safety
protocols and features such as fire/life safety and an operational strategy that will
effectively mitigate the threat. Critical steps in this analysis and planning are:
(a) Threat assessment
(b) Evaluation of Asset vulnerability
(c) Assessment of existing safety and security capability both in physical plant and
in existing operations (e.g. available staff at station, police and fire department
response capabilities)
(d) Implementation of additional protocols and physical features to address threat
operationally and at physical plant.
(e) Development of an operational emergency response plan that
Incorporates and coordinates existing response capabilities (police and fire)
and provides for additional ones (e.g. chemical. Biological)
establishes new security procedures and protocols (e.g. training, ongoing
planning and review by staff)
Define specific response roles for response group and population affected
by threat during potential incident
(f) Reference US Dept of Transportation (DOT) ―The Public Transportation System
Security and Emergency Preparedness Planning Guide‖
As part of the planning and design process, the Contractor shall develop a
security plan that addresses the static and dynamic security concerns identified
by the metro system in conjunction with the Municipality for the station and is
responsive to the operational requirements of Metro Authority and any other
government agency having jurisdiction over the facility. Below is a diagram that
highlights this process for a transit system.
Figure - Security and Emergency Preparedness Planning Guide
maintaining the tenability of the emergency capabilities of the station. Heavily used
public facilities such as train station require that an effective maintenance program
be developed and implemented to assure viability of equipment and controls. In
conjunction with the maintenance, an ongoing training program also must be in
place that keeps key station staff current on the management of the various systems
that make up the fire and life safety protection for the station.
(11) Design
All electronic safety and security systems must be designed with provisions to
facilitate maintenance of the systems. This requires that they have supervisory
wiring and adequate monitoring and control. This ensures that every device can be
individually tracked to determined status of operation and available power. In
addition, in the event that a device fails it should not affect the remainder of the
system and repairs and or replacement can be effected expeditiously.
(12) Maintenance
Protocols for the cleaning, repairs and replacement need to be established. It should ensure,
adequacy of stock for all fire and life safety systems, detailed regular reporting on conditions of
critical systems and identification of staff and outside vendor resources required to keep system
in an acceptable state of repair. Automated maintenance monitoring systems that are part of
overall station maintenance should incorporate these requirements.
a. The Site Plans should be prepared based on the urban planning design
standards carried out in coherence with specific land acquisition plans which
have been submitted to the Government of Tamil Nadu State and to the Ministry
of Railways for railway land, for approval. The Consultant must therefore develop
his layouts to suit the available land provided for the metro works.
b. Submissions for planning approval for underground, ground and above ground
metro works are to be made by the Consultant to all statutory bodies as
applicable.
c. The Consultant shall submit applications for permanent connections for utility
services i.e. sewerage and drainage and water supplies to the Chennai
Metropolitan Water Supply and Sewerage Board.
d. Fire clearance applications shall be made by the Consultant to Tamil Nadu Fire
and Rescue Services.
e. In addition a number of agencies are involved in the reinstatement works,
permanent road accesses, temporary road accesses, refuse collection accesses,
street lighting, traffic management and fire hydrant positions. The Consultant is
responsible for obtaining the approvals for these other works.
f. The Consultant is responsible for obtaining the approval of applications from the
relevant Authorities for the design of works. The Employer will provide all
possible assistance in trying to obtain any permission.
Multi-modal integration scheme, Final Restoration plans including traffic restoration
and management, landscaping, street scaping, public fixtures and furniture etc.
CHAPTER 7
The MEP services shall include the detailed design of all building accommodation and
architectural interfaces with MEP services in the civil structures. The scope of DDC includes
the provision of cable duct/ trenches for the 33 kV cable looped in and out at the ASS. The
route includes the trench / conduit planned to carry 33/11 kV cable from viaduct to the
electric substation. Otherwise for lighting in circulation area, only 415/420 V power
distribution is planned. Air conditioning requirements need to be planned individually for
each station and in depot buildings based on Employer/Employer‘ Representative‘s
requirements. The scope shall include the preparation of drawings, layouts, specifications,
erection/ mounting details, interface with the system-wide contractor or arising out of
concurrent works, cost estimates and other documents, as required. This shall include the
incorporation of architectural co-ordination requirements with the requirements of other
disciplines for the following services:
1. Provision for lifts & escalators;
2. MEP support provisions;
3. Low voltage distribution;
4. Normal lighting;
5. Emergency lighting connected to ups backed by DG set and normal supply;
6. Essential lighting backed by DG set supply;
7. General purpose power;
8. Signalling and communications;
9. Signage;
10. Stand-by generator;
11. Uninterruptible power supply system (UPS) for lighting loads;
12. Earthing and bonding;
13. Lightning protection;
14. Power factor correction at major loads; linear; short switching non-linear
15. Fire Prevention, Fire detection, Fire protection, Fire suppression for passenger
amenities/ commercial development/ advertisements inside the stations as per latest
NFPA 130 guidelines/ NBC code & local fire authorities; Fire Compartmentation
drawings
16. Smoke Management report for all structures;
17. Water services; pumps and automatic control;
18. Drainage, plumbing and sewerage;
19. Lifting equipment at plant rooms;
20. Lighting calculations, Lighting power distribution for parking areas, circulation area,
station face lighting;
21. Provision of cable ducts, cable ways or trenches for all the cables including in
coming 33 kv supply cable or cables supplied by all interfacing contractors.
22. LT distribution and fire prevention measures for passenger amenities/commercial
development/ advertisements inside station.
23. Building Management system
24. TVS & VAC requirements
25. Lighting calculations for different buildings, civil structures, tunnels, stations, viaduct,
cut and cover ramp etc. as applicable
All individual components should be readily accessible for maintenance and repair.
The power supply to essential and 'semi-essential‘ services shall be backed by a DG set and
the power supply to emergency services shall be backed up by UPS.
Load estimation and optimization, design of system/ equipment, selection, description,
preparation of technical specifications, supporting calculations, BOQ, drawings, SLD,
schematics, blank data sheets of recommended vendors list, rate analysis (with back up offers),
cost estimates, obtaining clearances and certificates from statutory authorities wherever
required.
7.2 Low voltage (LVSGR, Low side equipment) Requirement : Design report, Low voltage power
balance calculation note, Main switch board schematic diagram, Lighting schematic diagrams,
Earthing and bonding system schematic diagrams, Preliminary BOQ and equipment schedule,
Typical Installation Drawings, Calculation notes for low voltage (station electrical loads, short
circuit, cables, lighting…), Schematic diagrams, Main switch board schematic diagram,
Distribution boards schematic diagrams.
7.3 For the underground stations the following systems will be defined:
Environmental Control System (Ventilation and air-conditioning);
Fire Fighting System;
Fire Detection/ suppression System;
Emergency Power Back up;
Plumbing System;
Low voltage;
SCADA Systems;
Escalators & Elevators.
For each of the sub-systems above, schematics diagrams (air flow schematics, LV
distribution single line diagram…) will be submitted for approvals.
The Detail Design Consultant will prepare design reports and preliminary calculation
notes. It will mainly include (non exhaustive list):
Station heat loads & tunnel heat load.
Station required cooling capacity for both summer and monsoon outside conditions
Tunnel ventilation required airflow for normal and emergency modes (fire and
congestion).
Electrical loads
Water consumption and requirements for tanks
Great attention will be paid on interfaces with other and especially civil work by defining
main requirements from building services (openings in intermediate slabs).
On the basis of the above, preliminary BOQ and Equipment Schedule will be developed
by the Detail Design Consultant and submitted as part of the Preliminary Design.
b) Tender Drawings for Electrical and Mechanical Works (E&M), BOQ, Estimate/Rate
Analysis, Material and Workmanship Specifications, Special Conditions of Contract,
Instruction to Tenderer and Building Management System (BMS/ SCADA).
f) Designing, Sizing and Layout of Earthing and Lighting Protection System (excluding
preparation of Drawings and Layout)
k) Lighting System Design in Station, Entry Structure and Service areas, Road and MMI
area near station entries and totems etc.
n) Hydraulics / drainage system design and layout (including pipe work, drains, sump
etc.),
p) General arrangements and layout Drawings for Panels, Switchboards, DG sets, UPS
and other necessary equipment etc.
r) VESDA system
(c) Prepare Documents – In the form of Data sheet and relevant Calculations.
(e) Modify, update and supplement as necessary, the CMRL‘s Outline Design Criteria /
General / Material and Workmanship Specifications as provided to suit the present
work.
(f) Co-ordinate and integrate designs and details with other Contractors and
Consultants employed by CMRL working on contracts pertaining / relevant to the site
of works for this contract including interface with Design and Construction activities of
Station and Viaduct.
(g) DDC shall interface with other System Contractors for Preparation of Combined
Services Drawings (CSDs), Structural Electrical and Mechanical Drawings (SEMs) as
defined elsewhere in the Agreement. DDC shall Prepare Tender Drawings;
Construction Reference drawings for the scope of work and also prepare CSD and
SEM Drawings showing all openings for E & M and identify embedded items /
openings indicating System wide information for the purpose of E & M Co-ordination.
Also DDC shall update during construction the CSD and SEM drawings.
(h) Prepare comprehensive cost estimate for the works and Bill of Quantities (BOQs) for
E & M Contracts separately for tendering by CMRL, if required.
(j) Plan, Design, Detail, Control, Co-Ordinate, and Execute the design phase of the
Works for Production of Drawings, Documents and Reports to meet the Key
Schedule Dates included in the Agreement and as directed by the CMRL.
(k) DDC shall be available for any clarification to the intending bidders, either through a
pre bid conference organised by the client or otherwise, on the Drawings/ Designs/
Schedule of Items prepared by them.
(l) DDC shall verify Bill of Quantities of each Schedule before issuance of Tender
Documents and also confirm to CMRL that all items of works have been incorporated
in the BOQ documents. The Quantities of various item should be carefully worked
out and if found that the variations with respect to execution drawings is more than
5% then a lump sum compensation may be deducted at 10% of the total fee.
Decision of the CMRL Engineer, shall be final and binding on the consultant.
Further, the scope of design of ELECTRICAL & MECHANICAL SERVICES shall include
the followings but not limited to:
Design of Power and Control cables from LV Main Switchboard in the ASS to the
Sub main and other Distribution/ Sub Distribution Boards etc. This will include
provision of Bus Trucking / Feeder Cables as required.
Design of Power factor & Harmonics study for the LV side Power Network.
Design of DG sets for feeding all Emergency, Essential and Semi Essential loads.
Design of Interlocks and Protection Schemes for Power distribution, suiting to the
desired operation, duly co-operated with high voltage side protections and protection
of the individual equipment.
Design of normal and emergency lighting arrangement & lighting control system
automatic operation in Station areas, tunnel, cable galleries, parking areas, sub way
connecting entry/exit and other room. This includes external cabling and provision of
lighting fixtures with lamps, ballast, control gear, etc.
Design of Earthing System comprising of earth mats, earth electrodes and Main
earth Bus in Auxiliary Sub Stations, Clean Earth System and bus, earthing
arrangement in tunnels.
Design of Control and small power supplies to various station equipment/ Panel.
Design of tie bus Cables / Bus Trucking System for connection between ASS.
SCADA
The Electrical and Mechanical services shall include the detailed design of all E & M
services in the stations, and ancillary buildings. The scope of DDC is limited to low
voltage only except for the provision of cable duct/ trenches for the 33 kV cable looped in
and out at the ASS. The route includes the trench/ conduit planned to carry 33/11 kV
cable from viaduct to the electric substation. Otherwise for lighting in the circulation area,
only 415/420 V power distributions are planned. Air conditioning is planned only at few
selected office/ equipment rooms. The criteria shall cover these specific areas only. The
scope shall include the preparation of drawings, layouts, specifications, erection/
mounting details, interface with the system wide contractor or arising out of concurrent
works, cost estimates and other documents, as required. The substation or pump rooms
shall have provision for a beam & chain pulley block for lifting of equipment for
maintenance/ installation handling. Provision shall normally include unloading/ loading of
material on to or from the maintenance vehicle. This shall include the incorporation of
architectural co-ordination requirements with the requirements of other disciplines and
the detailed design of the following services:
Structural and facilities for lifts & escalators;
E&M support provisions;
Low voltage distribution;
Normal lighting;
Emergency lighting connected to UPS backed by DG set and normal supply;
Essential lighting backed by DG set supply;
General purpose power;
Signage;
Stand-by generator;
Uninterruptible power supply system (UPS) for lighting loads;
Earthing and bonding;
Lightning protection;
Design of DG sets for feeding all Emergency, Essential and Semi Essential loads.
Design of Interlocks and Protection Schemes for Power distribution, suiting to the
desired operation, duly co-operated with high voltage side protections and
protection of the individual equipment.
Design of normal and emergency lighting arrangement, lighting control system &
automatic operation in Station areas, tunnel, cable galleries, parking areas, solar
lighting, solar provisions, sub way connecting entry/exit and other room. This
includes external cabling and provision of lighting fixtures with lamps, ballast,
control gear, etc.
Design of Earthing System comprising of earth mats, earth electrodes and Main
earth Bus in Auxiliary Sub Stations, Clean Earth System and bus, earthing
arrangement in tunnels.
Design of Control and small power supplies to various station equipment/ Panel.
Design of tie bus Cables / Bus Trucking System for connection between ASS.
Designs of Fire suppression system in all Elevated Station Building / other structures
including Hydrants, Hose Reels, Sprinklers System, Fire Hose Cabinets, Portable
Extinguishers, Gas Based Flooding System, pipe line network with control valves
for sprinklers and hydrants.
a. Plumbing works shall include all of the work associated with the design of piping, fixtures
and appliances in connection with drinking water supply, non-drinking water supply and
drainage systems, which flow in and out of buildings and between given connection
points to points of use and/or disposal.
b. Water pump installations shall be designed for unmanned operation, controlled through
liquid level controllers, capable of pumping the requisite amount of water to the utility or
to the ground / overhead tanks/ underground tanks.
c. The pumping installation shall withstand the corrosive effects of normal water supply,
seepage water and sewage and serve for the anticipated life of the equipment.
Drinking water supplies or non-drinking water supplies: design and designate the
installation, of any pipes, fittings, appliances or other items that directly or indirectly involve the
supply of drinking water and non-drinking water, including fire services from a given connection
point, or onsite supply source to a point of use within a property.
Sanitary disposal system: design and designate for the installation of any drains, fittings,
pipes, fixtures, appliances or other items involved in the collection, conveyance, disposal or
treatment of sewage, trade waste or grey-water that is above ground.
Drainage: Design and designate the installation of any below ground drains, pipes, fittings,
appliances or other items involved in the collection, conveyance, disposal or reuse of sewage,
trade waste or storm-water that is underground. Inspection pits and inspection chambers.
Roof drainage systems: design and designate roof gutters, flashings, piping, sheeting, roof
covering or other above ground items involved in the collection, conveyance, disposal,
treatment, storage or reuse of rainwater.
Mechanical services: design and designate the installation of any valves, regulators, registers,
pipes, ducts, flues, tanks, heating and cooling lines or surfaces, cooling towers, boilers, burners,
solid fuel heaters, coils or other items involved in heating, cooling or ventilating a building by
mechanical means.
Plumbing Fixtures—The Plumbing Engineer coordinates the appropriate type of fixtures in the
different areas of the building. Close coordination is required for code requirements, number
and placement of the plumbing fixtures. Looking at the domestic water system and sewer
system with the whole building approach the Plumbing Engineer realizes that low flow fixtures
reduce water and sewer consumption. In a municipal system, reducing the amount of municipal
sewer and domestic water taken from and placed into the local fresh water supply, depends on
more buildings using a water conservation approach to water supply and disposal.
Sanitary Sewer Systems—Water flowing from plumbing fixtures collects in the building sewer
system. The Plumbing Engineer designs this system to a point it connects to a municipal sewer
system or to an on-site disposal or containment system. Some facilities require a separation
between waste streams and/or treatment of special waste systems before they enter a common
building waste system. For example, the grease waste from a kitchen can damage the sewer
piping system. As a result, a grease trap is installed to capture the grease before it enters the
common building system.
Storm Water Systems— During a rain or storm event rain water falls on building roofs, parking
lots, and green spaces. In northern climates snow or ice falls on a site in the same places. The
water from the rain or snow is collected in the storm water system. The question of what to do
with this water is becoming a debated topic and requires different approaches in different
locations. The traditional way to manage storm water was to remove it from the building and site
as quickly as possible. In some growing communities this approach resulted in devastating
results by creating flooding and contaminating fresh water supplies downstream of the buildings.
Options on methods to handle storm water should be discussed early in the design process.
CHAPTER 8
Tender Drawings for Environmental Control System (ECS), Tunnel Ventilation System
(TVS) and Building Management System (BMS);
Electrical Load Schedules after interfacing with other Departments of CMRL / System
Group, Other designers / Contractors;
Design of Electrical system for VAC works including panels, cables etc.
General arrangements and layout Drawings for Panels, PLCs and other necessary
equipment etc.
Ventilation and Air conditioning system including smoke management for station
The design for station VAC system and tunnel ventilation system shall be based on the
results of the Subway Environmental Simulation analysis using SES (Ver. 4.1) program,
which will be performed by CMRL and results shall be provided to DDC. CFD analysis, if
required, shall be performed by the DDC.
Provide a comprehensive cost estimate for the works and bill of quantities for the
construction contract, for each item of works.
Provide design support during the construction to review the work for compliance with the
design and to carry out design changes required during construction to review the CRDs
submitted by the contractor.
The consultant shall be available for any clarifications to the intending bidders, either
through a pre bid conference organised by the Employer or otherwise, on the
drawings/designs/schedule of items prepared by them.
The consultant shall verify bill of quantities of each schedule before issuance of tender
documents and also confirm to CMRL that all items of works have been incorporated in
the BOQ documents.
Calculations: -
The DDC prepare and submit a comprehensive set of calculations for the pre-final and
final design in a form acceptable to the employer.
The air conditioning for different areas of the station box is summarized as follows:
Table-1 (Internal Design Conditions for Rooms)
Relative Humidity, %
Air Conditioning
Dissipation load
Design Temp oC
Equipment Heat
ROOM TAG NO.
No. of persons
ROOM NAME
Gas extract
(Working)
(Standby)
VRF unit
VRF unit
S.NO.
(KW)
Station Control
1 A-01 22+/-2 50+/-7 4 3.7
Room
Communication
2 Equipment C-03 22+/-2 50+/-7 1 5.5
Room
Signalling
3 C-01 22+/-2 50+/-7 1 0.5
Room
A-
Excess Fare, 02.1,
5 Ticket office & A-03.1 22+/-2 50+/-7 4 4.5
Secure Suite & A-
04.1
0.5 per
Ticket
7 Secure Suite A-04.2 22+/-2 50+/-7 -
Vending
Machine
O-
8 Locker Male 22+/-2 50+/-7 2 -
10M
AFC
11 Engineer‘s A-06 22+/-2 50+/-7 2 -
Room
Note:
a) Station rooms will be served by dedicated Variable refrigerant Flow (VRF) indoor and outdoor units
during revenue and non-revenue hours.
b) During non-revenue hour‘s air conditioning shall be served to Station control room, Communication
equipment room, Signalling equipment room and UPS battery room.
c) Dedicated duct and ceiling suspended ventilation exhaust fan shall be proposed for the UPS battery
room. This fan will be interlinked with Hydrogen gas sensor to maintain the allowable limits OF
hydrogen gas concentration. There is no requirement of fire rated duct and fan as it will operate to
exhaust the hydrogen gas.
d) VRV/ VRF outdoor unit shall be proposed with fully inverter type Scroll compressor.
e) All air conditioned room will be maintained at positive pressure with respect to surrounding
environment.
f) Spot cooling will be done using grill / diffuser of supply air ducts of public areas AHU in security
screening areas of short & medium entrances.
g) Fresh air shall be provided in the back up house air conditioning rooms from AHUs.
h) Fresh air in public areas (Concourse & Platform) will be supplied by fresh air fans. This fresh air will
mix with return air and then enter the air handling unit (AHU with VFD). Fresh air fan will be
proposed with variable frequency drive (VFD).
i) Exhaust duct and grill with motorized damper will be provided to extract gas after flooding of fire
suppression system. This exhaust duct will be connected with smoke extract / return air fan of public
area. Normally motorized damper will be closed and it will be opened after flooding of fire
suppression system to extract the residual gas from the room.
Ventilation
Ventilation Supply
Room Tag Exhaust Gas
S.No Room Name ACPH
No. Extract
Natural Mechanical Mechanical
2 DB Room P-09.1 10
Tunnel Ventilation
5 M-13.1 6
Fan Room
Long Corridor /
6 O-01.1 10
Subway
8 DB Room P-09.2 10
O-08M, O-
10 Toilet Male 18
08M.1
O-08F, O-
11 Toilet Female 08F.1, 0- 18
08F.2
Toilet for
12 O-09 18
differentially abled
Tunnel Ventilation
15 M-13.2 6
Fan Room
Long Corridor /
16 O-01.2 10
Subway
17 DB Room P-09.1 10
Telecommunication
19 C-08.1 10
Closet
20 DB Room P-09.2 10
VAC Equipment
22 M-09.1 10
Room
VAC Equipment
23 M-09.2 10
Room
10 or Heat
dissipation
MVSGR & 33KV
P-01, P-02 from
25 Transformer Room
& P-05 equipment
& LVSGR
whichever
is higher
Undercroft area
26 - 4
ventilation
Note:
a) Dedicated duct and ceiling suspended ventilation exhaust fan shall be proposed for the Toilet
rooms.
b) Gas suppression rooms: Exhaust duct and grill with motorized damper will be provided to extract
gas after flooding of fire suppression system. This exhaust duct will be connected with smoke
extract / return air fan of public area. Normally motorized damper will be closed and it will be opened
after flooding of fire suppression system based on the mode table operations.
c) Exhaust ventilation fan is proposed in Switch gear rooms & transformer room of ancillary building
and same exhaust duct, grill and the same fan will be used to extract gas after flooding of fire
suppression system. Make up air will come naturally through louvers. This exhaust fan will be
interlinked with fire alarm panel. When fire suppression system will be activated then exhaust fan to
be closed. After completing of fire suppression, exhaust fan will be switched on manually to take out
gas and smoke from the panel and transformer room.
d) Long entrances (more than 60 m in length) will be proposed with dedicated exhaust fan. This fan will
be installed in fan room and are connected with ducts & grille. Also, exhaust fans will be 100 %
working & 100% Standby to safe egress of passengers in emergency / fire mode operation. Makeup
/ replacement air will come through entry /exit entrances.
e) All fans shall be operated based on temperature controlled system except toilet exhaust fan and
UPS battery room fan.
Maximum sound
S.No location
pressure level
1 Station concourse and platform public areas (with PSDs open 55 dBA
during normal operation)
6 Fire Pump rooms, Waste water pump room, Sewage & 85 dBA
drainage water pump room, Mechanical (VAC) equipment
room, Ventilation fan room, Chiller plant room, Cooling tower
area.
11 Entrances 55 dBA
Normal Mode:
Platform and concourse public areas are air-conditioned through Air Handling Units (AHU) which is
located at VAC plant room (M-09.1 & M-09.2) in both ends of stations. Supply air grilles are connected
to insulated supply ducts of AHUs for the proper distribution of conditioned air in platform and
concourse level. Return air grilles are proposed to take return air from these areas via return air duct.
These return air ducts are connected to RAF/SEF (Return air fan/ Smoke extract fan). Return air will
enter through these fans and mix with fresh air in return air plenum of AHUs. MSD (Motorized smoke
damper) are considered in various locations in layout to control the air flow in normal and emergency
mode application.
Station concourse and platform public area will be served by dedicated Variable refrigerant volume
(VRF) outdoor units with Air handling units (AHU). Air handling units shall be provided with Direct
Expansion (DX) coils which is suitable for VRF units. Refrigerant (410A) pipe in and pipe out
temperatures and temperature sensor located in the return air duct, will be used to control inside
design temperature by using Electronic Expansion valve kit and Control / communication kit. VRF unit
compressor speed will be modulated based on the signal from EEV opening positions. The AHU and
return air fans shall be provided with VFD.
Station air conditioning rooms will be served by dedicated Variable refrigerant volume (VRF) outdoor
units with indoor units. Room remote control / thermostat will be located at suitable positions around
the conditioned areas to monitor the room temperature. Refrigerant (410A) pipe in and pipe out
temperatures and return air temperature sensor located in the indoor unit, will be used to control inside
design temperature by using Electronic Expansion valve kit. VRF unit compressor speed will be
modulated based on the signal from EEV opening positions.
Free cooling / ventilation mode shall be considered for concourse and platform public area.
Emergency Mode :
Return air duct will work as smoke extract duct and will be fire rated. AHUs and VRF units will be shut
down when fire occurs either on concourse or platform or technical rooms and all MSDs of supply air
duct will be in closed position. Smoke will be extracted to the ventilation exhaust shaft to the ambient
through smoke extract/return air duct and RAF/SEF. Make up air will come through entry /exit of
stations.
equipment
BS British Standards
CIBSE Chartered Institution of Building Service Engineers
IEC International Electrical Commission
ISO International Standards Organization
SEDH Subway Environmental Design Handbook
BS 476 Fire tests on building materials and structures.
NFPA 90 A Standard for the Installation of Air-Conditioning and Ventilating Systems
EN 12101-6 Smoke and heat control systems. Specification for pressure differential
systems. Kits
EN 13053 AHU-Rating and performance for units, components and sections
EN 1886 AHU – Mechanical performance.
EN 799 Particulate air filters for general ventilation. Determination of the filtration
performance
UL 555 Standard for Fire Dampers
UL 555S Standard for Smoke Dampers
AMCA Air Movement and Control Association USA
AMCA 204 Balance Quality and Vibration Levels for Fans
AMCA 210-07 Laboratory Methods of Testing Fans for Certified Aerodynamic Performance
Rating
AMCA 210-99 Laboratory Methods of Testing Fans for Aerodynamic Performance
Rating
AMCA 300-08 Reverberant Room Method for Sound Testing of Fans
EN 61000 Electromagnetic Compatibility
EN 50121-1 Railway Applications – Electromagnetic Compatibility Part 1: General
EN 50121-2 Railway Applications – Electromagnetic Compatibility Part 2: Emission of the
Whole Railway System to the outside world
EN 50121-4 Emission and Immunity of the signaling and Telecommunication Apparatus
EN 50121 – 5 Emission and Immunity of Fixed Power Supply Installations and Apparatus
EN 50122-1 Railway applications: fixed installations; protective provisions relating to
electrical safety and earthing
EN 50122-2 Railway applications: fixed installations; protective provisions against the
effects of stray currents caused by D.C. traction systems
EN 50204 Radiated Electromagnetic Field from Digital Radio Telephones Immunity
Test
EN 50126 Railway applications. The specification and demonstration of reliability,
availability, maintainability and safety (RAMS)
Mil-HDBK-470A Designing and developing maintainable products and systems
IEC 61124 Reliability testing – Compliance tests for constant failure rate and constant
failure intensity
IEC 62278 Railway applications – Specification and demonstration of reliability,
availability, maintainability and safety (RAMS)
8.32 Any other Crucial Details / Experience earned from Present Phase-1
1. Variable refrigerant flow (VRF) unit is proposed instead of water cooled chiller system
considering the following:
a. To eliminate usage of water in system due to water scarcity in Chennai.
b. Energy efficient system especially in part loads.
c. Space requirement is less and there is no requirement of closed room for VRF
outdoor units. Hence, capital cost of system is less.
d. Installation is very simple and hence reduces the overall project installation time.
e. Ocean black fin (Black Coating – Corrosion resistant, Hydrophilic coating –
minimizes moisture buildup on the fin) is recommended for the fins and the same the
shall be included in the tender specifications to increase life of the VRF outdoor
units. In addition, the canopy / covering for the VRF units is proposed to avoid direct
sun light and rain on the VRF outdoor units in order to enhance the life of the unit.
2. Vent shaft height and size shall be optimized and the same shall be included in the civil scope.
3. CSD and RCP drawings: Sequence of all activities shall be included by DDC to avoid damage
and rework.
4. VRF outdoor units:
The following works shall be considered in the civil scope.
a. VRF shaft shall be extended in the street level to take all VAC services in order to
avoid ingress of rain water from street level to concourse level.
b. Stainless steel 316 ladder shall be considered for access to VRF outdoor units.
c. Stainless steel 316 fencing shall be considered for VRF outdoor units for the safety
of the O&M personnel.
d. Water tap and drain point shall be provided near the VRF outdoor units to clean the
condenser coils.
8.33 Design basis report including VAC schematic drawings for Air side and VRF refrigerant
system, Electrical SLD and SCADA architecture. DDC shall be co-ordinated with Civil and other
systems to provide the inputs to CSD and RCP to avoid clash between the services.
CHAPTER 9
a) DDC shall study passenger Flow calculations for normal, congested and emergency
conditions using subway environmental simulation analysis (1 D) and 3-D CFD Analysis
of TVS systems. DDC shall optimize the TVS design suitable for Chennai conditions.
b) 3D Computational Fluid Dynamics (CFD) Analysis and 1- Dimensional analysis for all
stations and tunnels to meet NFPA 130 (latest) requirements for tunnel ventilation
system. The DDC shall also conduct value engineering studies for optimizing tunnel
ventilation system capex and opex costs.
i. Unless otherwise stated, the safety and TVS system design shall be
governed by all applicable local codes, regulations and standards.
iv. NFPA 130: Latest Edition - Fixed Guideway Transit Systems: any non-
compliance shall be approved in writing by the CMRL.
vi. Ventilation and air conditioning systems for stations and tunnels are to be
based on the current "Handbook" series published by the American Society
of Heating, Refrigeration and Air Conditioning and the "Subway
Environmental Design Handbook" published under the sponsorship of the
United States Department of Transportation, Urban Mass Transportation
Administration.
vii. Licensed copy of all codes and standards shall be submitted in English
language. The design of any one system shall be to a single code or
specification. The parallel use of different codes for particular items or
components shall not be allowed.
viii. In addition to local requirements, tunnel ventilation system design shall also
comply with the following latest codes of practice, standards, specifications
and manuals:
a. Air temperatures and velocities shall be calculated inside the tunnels for a typical
summer day and for the design outdoor condition in summer. Those calculations
shall demonstrate that the concept design proposed by the contractor is in
accordance with allowable temperature in tunnels. The DDC to obtain the
necessary data for the development of Tunnel environmental simulations so that
this work shall be accurately performed. Train piston effects, heat load, air flow
through ventilation shall be considered in the simulations.
b. Short term and long term heat sink phenomena shall also be considered during
those investigations. For this issue, specific studies shall be performed to
determine and evaluate the appropriate strategy for cooling the tunnels at night all
along the year in order to benefit efficient heat sink effects during the day
especially in summer.
c. For the trackway exhaust system (TES) three dimensional (3D) Computational
Fluid Dynamic (CFD) simulations shall be performed to demonstrate that the
system proposed meet the performance requirements.
d. In congested mode, models shall be run to demonstrate that the mass flow rate
capacity of fans proposed by the contractor allows maintaining tunnel air
temperature at the desired condition. Three dimensional (3D) Computational Fluid
Dynamic (CFD) simulations shall be performed for an accurate estimation of
temperature field in the vicinity air conditioning condensing units and along the
path of egress to evaluate thermal conditions if evacuation is required.
e. In emergency mode, simulations shall be run with the ventilation network software
to verify that the TVS proposed by the contractor matches functional requirements
in case of train fire for each tunnel section including inter-stations, cross-overs and
station trackways. In addition, 3D CFD simulations shall be performed for typical
fire scenarios in tunnel including fire growth and time response of ventilation
systems to evaluate smoke behavior, thermal and toxicity levels of smoke along
the pass of egress. Those calculations shall be coupled with evacuation
simulations to be performed by the contractor including Fractional Effective Dose
(FED) calculations as prescribed in NFPA 130.
9.4 The DDC shall seek employer‘s approvals for Design assumptions and simulations input
data.
a. In normal mode:
I. hourly average heat gain,
II. hourly average air temperatures and air flow rates in tunnels and in ventilation shafts,
III. estimation of heat sink effects through the walls and the surrounding soil along the
year including effects of cooling tunnels at night,
IV. residual pressure induced by piston effects and TVF along PSD
V. Temperature fields along the station trackway determined by the CFD simulations of
the TES.
b. In congested mode, the required fresh air volume flow rate and time evolution of air
temperature along a congested tunnel.
c. In emergency mode, longitudinal flow velocities in tunnel in fire and in adjacent tunnels
and fan flow rates for all emergency scenarios
d. TVF, TEF and Egress shaft pressurized fan capacities (flow rate, fan diameter and shaft
power)
e. Tunnel ventilation shaft resistance for draught relief and fan operation
f. For all fans and silencers, acoustic calculations to demonstrate that the sound pressure
level does not exceed the noise criteria specified in performance requirement
g. Size of technical rooms and Tunnel ventilation shafts for interfacing with civil contracts
h. Control & Monitoring Architecture
i. TVS functional description. This functional description shall include ventilation control
philosophy for each operating mode. For all scenarios using mechanical ventilation, the
functional description shall briefly detail if needed the regulation principles that will be
integrated in the ventilation control & monitoring system for the adjustment of tunnel fans
flow rates to match velocity requirements in tunnels..
j. TVS schematic drawings, TVS typical technical room drawings
In addition, DDC shall provide SES (or equivalent software) simulations focused on a typical
station with the surrounding tunnels in order to evaluate the infiltration flow rate between the
tunnels and the station when opening PSD during dwell time.
9.6 The design outdoor conditions in normal and congested mode shall be based upon the
following criteria:
a. In summer : 38.0 °C for the Dry Bulb temperature / 25.2°C for the Wet Bulb
temperature
b. In monsoon: 31.4°C for the Dry Bulb temperature / 27.5°C for the Wet Bulb
temperature
c. Typical temperature along the year shall per as per latest ASHRAE guideline for
Chennai city.
9.7 For the design, a sinusoidal shape shall be considered for the temperature variation along
a day by considering that the peak temperature is generally reached at 2 pm.
9.8 In normal mode, the TVS shall be designed to maintain a maximum dry bulb temperature
of 40°C inside the tunnels. To achieve this objective, the average wall surface temperature
in a tunnel shall never exceed 38°C. Shall be considered as the wall surface temperature
the average temperature of the first 55 mm thickness of concrete all along the tunnel. This
temperature criterion shall be strictly considered for the design of the ventilation mode
used for cooling tunnel at night.
9.9 In congested mode, the TVS shall be designed to maintain a maximum dry bulb
temperature of 45°C inside the tunnels.
9.10 In emergency mode (fire), the TVS system shall be designed to meet the following criteria:
a. The total heat release rate for a train fire shall be 15 MW. A radiant fraction of 30%
shall be considered.
b. The emergency TVS system shall be in accordance with NFPA 130.
c. Number of trains per ventilation section shall be as per the section length and
signalling configuration.
9.12 Draught relief shafts as described in section 5 are one of the main key structures that
allow self- ventilation of tunnels with the train piston effects. The following minimum
requirements shall be followed:
a. The size of TVS ducts along the draught relief shafts within the station box shall be as
big as possible (25 m² recommended)
b. The global aerodynamic resistance of draught relief shafts from the tunnel opening to
outdoor opening shall be lower than 0.025 m-2.
c. If the resistance is above this value, the contractor shall demonstrate that the
performance requirements are achieved on temperature conditions in tunnels without
any significant impact on ventilation strategy and energy consumption for cooling
tunnels at night.
9.13 The size of TVS ducts used only in case of mechanical ventilation shall be maximised to
reduce pressure losses and energy consumption on the TVS fans.
9.14 For the track exhaust system, the velocity in UPE and OTE concrete ducts shall be limited
to 7 m/s. This shall be limited to 10 m/s in the metal ducts.
9.15 2.5 m/s for the louvers face velocity at shaft termination shall be maintained.
CHAPTER 10
COORDINATION DRAWINGS
10.7 Combined Services Drawings (CSD) means those drawings produced by the
Contractor, showing the locations, sizes and details of all of the Contractor‘s
equipment, cable containment, pipes, etc. These drawings are to be used to enable
all equipment, pipes, cables, etc.. to be installed without conflict and to enable future
changes or modifications to be performed without impacting the existing installation.
10.8 Structural, Electrical and Mechanical Drawings (SEM) means those drawings
produced by the Contractor, showing the locations, sizes and details for all structural
openings, plinths, embedment, sumps, floor chases, etc., required for the installation
of all equipment, cable trays, pipes, etc.
10.9 Combined Services Drawing (CSD), Structural Opening Drawings (SOD), Structural-
Electrical-Mechanical (SEM) should be prepared and submitted for approval to
Employer/ Employer‘s Representative and updating them during construction.
10.10 Incorporate design changes and co-ordinate with system-wide/interfacing contractors.
10.11 For the purpose of achieving a Project which is fully co-ordinated with respect to civil,
structural, architectural, building services, electrical, mechanical works and interface
elements, and to ensure compatibility between different facilities and services, and
adequate space requirements, all drawings are to be reviewed and co-ordinated by
the Consultant.
10.12 The Consultant will provide and issue detailed Interface Drawings in terms of items
such as; special arrangements, space allocation, cast in items, primary and
secondary fixings, grouting of equipment/plinths, drill and fix brackets, embedded and
cast-in items and the like.
10.13 The drawings shall be prepared by the Consultant and shall also include composite
cross-sections and layouts, which show the spatial requirements of all Interfacing
Contractors and identify items to be finalised, defined, or resolved.
10.14 Combined Services Drawing (CSDs) And Structural E&M Drawings (SEMs)
The Consultant‘s CSDs and SEMs must be clear and sufficiently detailed to
unambiguously show the intent of the subject services and the corresponding
structure / facility allowances. While these drawings do not have to duplicate all of
the details of the Drawings, they must include plans sections and elevations as
required to clearly illustrate the compatible relationship between the different
disciplines. Specifically, the drawings will include wall elevation drawings at 1:50
scale (or larger where required) indicating all openings, access panels,
reinforcement zones, embedded and cast-in items and the like, and shall be
submitted to the Employer/ Employer‘s Representative for a notice of no objection.
10.15 The CSDs shall show the intended locations, routes and spatial relationships of the
individual E&M services, Building Services systems, and installations, Depot
Equipment, Core Systems installations and other installations, fully co-ordinated
with each other and the civil structural and architectural work. The CSDs shall also
clearly indicate that effective cable co-ordination has been achieved in terms of
cable location or cable trays and the trunking and cable routing.
10.16 The SEMs shall show all civil, structural, and architectural requirements for the E&M
services, Building Services systems and installations, Builder‘s works and the Core
Systems and other installations.
10.17 Where Builder‘s works are required by the Interfacing Contractors, the drawings,
details, specification notes and catalogue information and the like shall be obtained by
the Consultant from these Interfacing Contractors indicating the builder‘s work to be
incorporated into the Works. The Consultant shall include details of such Builder‘s
works in the SEMs and propose Method Statements as appropriate.
10.18 Builder‘s work comprises, but is not limited to, the following:
a. Design of plinths, bases, builders bund walls and the like.
b. placing and fixing of holding down bolts, lifting beams and hooks and other
supporting items;
c. supply, fabrication installation, protection, fixing and finishing of supporting
steelwork, for equipment and associated accessories;
d. casting in of edgings, angles in recesses, ducts, conduit, pipes etc;
e. fixing equipment and associated, brackets, cable containment and fixtures;
f. forming of penetrations, sleeves, access panels, holes, chases, recesses,
openings;
g. all in accordance with the Contract.
10.19 The CSD/SEMs shall also be used for the purpose of co-ordinating with the
Interfacing Contractors and shall be continuously updated to reflect the latest
interface co-ordination. Copies of the CSD/SEM drawings shall be included in
submittals to the Employer/ Employer‘s Representative.
10.20 Where the CSDs or SEMs do not fully co-ordinate with the Site conditions the
Consultant shall co-ordinate and propose a solution to the problem without no cost to
the Employer. All proposed solutions shall be issued to the Employer/ Employer‘s
10.21 The Contractor shall note that the information exchange is an iterative process
requiring the exchange and updating of information at the earliest opportunity and
shall be carried out on a regular and progressive basis so that the process is
completed for each design stage by the cut off dates. Any claims of additional costs
by the Interfacing Contractors as a result of the Consultant‘s failure to incorporate and
update design & drawings shall be borne by the Consultant. No time and cost
implications will be paid to the consultant in this regard for delay in incorporating
inputs of interfacing contractors.
10.22 The consultant should also interface with adjacent and adjoining consultants,
contractor and interfacing contractors to develop and fine tune the work. The detail of
the subject alignment for which the DDC is appointed is provided in scope of the
works.
CHAPTER 11
CHAPTER 12
Working drawings/ Shop drawings prepared by the contractor shall be endorsed/ approved
by the Consultant as being in accordance with the Construction Reference Drawings/ Good
for construction drawings.
The Consultant will, no later than the 5th of each month, should submit proof checker/
Lead design checker‘s monthly report summarizing the status of all the designs including
design modifications/ field changes etc. to the Employer/ Employer‘s Representative
covering the status of all the design checked during the preceding month. The report will
also outline any design related technical problems encountered during construction,
rectification and repair works methodology related to structures, consultant‘s minutes of
meetings (site , interface, etc.) and consultant‘s recommendations on how these
problems may be overcome.
12.11 The Consultant shall also review design related aspects if any pertaining to the
following reports submitted by the contractor:
The Consultant shall prepare a comprehensive final Completion Report for each of the
construction contract, which reaches a stage of substantial completion during the
period of the services. These reports, which must be submitted immediately after the
taking over of each section wise, shall summarize the design modifications, design
challenges, method of construction, the construction supervision performed, problems
encountered, solutions undertaken and recommendations for future projects of similar
nature to be undertaken by the employer. The DDC shall then summarize and
consolidate in a single Final completion Report, the key information from the monthly
reports and submit to the Employer.
CHAPTER 13
13.9 Responsibility
The DDC shall remain responsible for the quality of the documents.
Chapter 14
DESIGN DOCUMENT SUBMISSION REQUIREMENTS (DESIGN
DELIVERABLES)
The DDC shall maintain records showing design calculation and data supporting design
review activities. The Employer has reserves the right to inspect and audit these
documents at any time to verify the effectiveness of design reviews.
The DDC shall deliver all the drawings and documents produced / prepared in
connection with this contract. They will be packaged as directed by the
Employer/Employer‘ Representative.
Any changes to design proposed by DDC / Employer already checked by its Design
Checker shall be dealt with as an entirely new design submission and the Contractor
shall not be entitled to any increase in the Contract Price or extension of time in such
circumstances.
The DDC shall prepare and present drawings describing the civil, structural,
architectural, Tracks, MEP, VAC, TVS design which shall, at a minimum, include, but not
be limited to:
1. Site plans;
2. Plans at each station level;
3. Sections and elevations;
4. Construction sequence drawings;
5. Plans, sections, elevation and sketch design studies of all typical features. Typical
repetitive conditions to be noted as such and located.
6. Traffic management plan and report
7. Design calculations to reflect the definition of the Works;
8. Drawings detailed to define the Works with reinforcing details;
9. Bill of Quantities for all the works in sufficient accuracy to be able to proceed to
Tender;
10. Technical specifications in sufficient detail of materials and workmanship to permit
tenderers to bid for the work;
11. A design brief for MEP services covering the basis/ principles/ norms followed for
various activities. Draft drawing for all design to be submitted for tendering purposes.
12. An outline Construction Programme with consideration of construction methods,
13. A draft description of assumed construction methods,
14. Initial construction cost estimates
15. Comments, if any, on the documents supplied by the Employer/Employer‘
Representative;
16. Any other documents that may have been requested by the Employer/Employer‘
Representative.
1) Site Plans for each station, ancillary facility, or property development proposal, including
surrounding land uses, roads, landscaping, existing or proposed buildings and
infrastructure, as well as any proposed additions, modifications, or required demolition.
2) Property development proposals shall include typical floor plans, sections, elevations,
perspective sketches, landscaping. Public transportation, and interfaces with stations
and ancillary facilities.
3) Quality Assurance Plan for Design
4) Overall Site plans, floor plans, elevations, Sections, sketches/ perspective exterior
/interior views etc.
5) Materials and finishes presentation.
6) 3D Models and animations.
7) Area Schedule (net and gross as applicable)
8) Submission of Design Manuals.
9) Submission of technical specifications proposed for the work
10) Identification and submission of Design codes and standards
11) The CAD procedures
12) Preliminary station, structures, tunnels, viaducts, tracks, depot and allied structures,
TVS, VAC, MEP (as applicable for particular DDC package) Layout and sizing with
incorporation of information from CMRL phase 1 network
13) Preliminary bored, cut and cover tunnel and viaduct sizing, switch over ramp sizing,
launching/ retrieval/ mid-way shaft sizing information as applicable for particular DDC
package.
14) Preliminary Track layout, drainage details, shunting arrangements etc. for all the
structures for elevated, underground, At-grade, Depot etc. as applicable for particular
DDC package.
15) An alignment review and Topographic plan of all the elements on the alignment.
16) The preliminary construction methodology (launching schemes, sequences etc.).
17) The design submission programme.
18) Site surveys, existing building surveys, and other field survey.
19) A review of permanent land requirement.
20) The preliminary building and structure protection proposal, Potential Damage
Assessment
21) The preliminary monitoring plan (Instrumentation and monitoring plans)
22) Preliminary MEP, VAC, TVS plans.
23) Typical installation drawings for all VAC equipment / materials.
24) Equipment schedule incorporating all MEP, TVS, VAC equipment including Electrical
and SCADA system.
25) Submission of licensed original software‘s.
26) Any other requirement defined by Employer.
details of all architectural parts necessary to describe design condition and methods of
application and construction.
3. Elevations and perspectives and landscaping
4. Layouts and details of structural elements
5. Associated fittings
6. Slopes and earthworks
7. Structural and surface drainage
8. Potential forces and movements due to all possible loadings and actions on the
structures, and their accommodation.
9. All second order effects
10. The layout and typical details of reinforcement in structural concrete members.
11. The location and nature of all relevant joints and connections and details thereof
Standard details.
12. Location, geometry and setting out of all Elevated and underground stations, Tracks,
viaduct, TBM & NATM tunnelling, cut & cover box and U-section, switch over ramp and
depot main elements and features as applicable for particular DDC package .
13. Provisions and proposals for construction interfacing with the interfacing contractors
14. Construction sequence and details of cut and cover tunnels, stations, bored tunnels,
viaducts, tracks, depot etc. as applicable for particular DDC package
15. Proposed methods of predicting the ground movements due to work and adjacent to the
excavations
16. Predictions of effect on structures due to ground movements and the proposed
protective measures for UG portions to limit the effects to a degree not exceeding the
limit as per relevant codes, standards and practices.
17. Cross passage (including sump arrangements)
18. MEP, VAC, TVS items in viaduct, stations (EL, UG, At-grade), depot, tunnels etc. as
applicable for particular DDC package.
19. Traffic diversion plans.
20. BOQ, Detailed estimates and detailed specifications for the preparation of tender for
viaduct, elevated stations, UG station, tracks, MEP, VAC, TVS, tunnel, depots etc. as
applicable for particular DDC package.
21. Floor plans (dimensioned), elevations (confirmed floor-to-floor heights), sections.
22. Sketches of critical and typical details.
23. Perspectives
24. Typical reflective ceiling plans.
25. Design calculations to reflect the definition of the Works Electrical drawing comprising as
a minimum of the following: Cable tray layouts showing section of cable tray at different
places, number of cable, spacing, spare capacity. Equipment layout of generator room.
UPS room, LT switch room, pump room, and other such equipment room showing layout
of equipment, cable tray/trenches/ladders/raceways, clearances and spacing. Lighting
protection layout, Air craft warning layout (If required) Fixture mounting arrangements.
26. Air conditioning & TVS layout
27. Detail design of electrical panel, cable size calculation
28. Detail design of SCADA system Architecture
29. Preparation of details Input/output (I/O) points for VAC equipment.
30. Preparation of Mode table for VAC operation
31. Preparation and submission of System Specification Requirement for VAC system
compliance with EN 50128 standard.
32. Other details as may be necessary for proper execution of requisite E&M works, TVS
works and VAC works
33. Earthing single line diagrams. The location of earth pits may be shown on electrical
layout.
34. Updated design features (options) report (with recommended option to take to detailed
design), including serviceability issues.
35. Fire drawings comprising as a minimum of the following: Fire detection single line
diagram, Fire detection system layout floor wise, Fire suppression single line diagram,
Fire suppression layout floor wise and external layout, Details of various sub-systems,
sprinkler layout, automatic gas flooding (as applicable).
36. Pumping systems
37. Electrical plant rooms such as UPS, DG set etc
38. Provisions for railway works, electrical and mechanical services and equipment
39. Proposed utilities
40. SEM drawings
41. Embedded items
42. Cross passage and sump arrangements
43. Cut and cover tunnel and other tunnelling method arrangements.
44. Viaduct construction sequence
45. Reinstatement drawings
1) Full set of drawings including but not limited to site plans including datum, boundary
definition and orientation associated works, landscaping etc., floor plans, elevations,
sections etc. suitable for construction.
2) Drawings detailed to define the Works with reinforcing details.
3) Key plans
4) Reflective ceiling plans at each level including coordinated lighting and services fixtures.
5) External elevations
6) Interior elevations
7) Cross-sections and longitudinal sections.
8) Roof plan with falls, gutters, rainwater heads and downpipes
9) Electrical/ lighting outlet and switching plans.
10) Plumbing layout and schematics.
11) SEM, CSD, cut-out details along with correct sizing cross-referenced to plans and
sections.
12) Construction details at all typical and atypical locations cross-referenced to plans and
sections
13) Plans, section of access stairs, ramps, balustrades, barrier and handrails, including access
to equipment rooms, firefighting, UPS, DG set, transformers etc.
14) Interior fit out including wall elevations and joinery details.
15) Schedule of internal and external finishes.
16) Building specifications, performance specifications for any works involving construction
design.
17) Civil, structural, Architectural, TVS, VAC, Tracks, MEP designs.
18) All items provided in definitive design to be updated to construction reference drawings
(CRD) incorporating all the required design changes.
19) Detailed estimate (BOQ), performance specifications and construction specifications
required for floating the tender.
20) Tender technical specifications for equipment / materials for systems designs (MEP/ VAC/
TVS) shall include, but not limited to:
I. General requirements
II. Manufacturer‘s eligibility criteria, Quality assurance and performance
requirements
III. Documents required for vendor submittal
IV. Technical requirements
V. Requirements for the factory visit and Factory acceptance test
VI. Installation requirements – Method statement for the installation along with the
typical installation drawings with detailed drawings. Drawings shall contain plan
view, elevations, sections, schedules, schematics and other details as required to
fully covering the works.
VII. Testing and Commissioning requirements
VIII. Signage requirement for equipment and Materials
IX. Detailed Scope for CAMC (comprehensive annual maintenance contract)
requirements shall be included in the Tender documents
All the CRDs shall be marked as ―GOOD FOR CONSTRUCTION‖ for each contract
package incorporating any changes necessitated due to site constraints or site
requirements, interface requirements, system contractor interfacing requirement, if any,
after review as deemed necessary by DDC/ Employer/ Employer‘s Representative.
The procedures for the control of design changes during construction phase shall be
submitted by DDC after GFC drawings are issued in such an order that design changes
are reviewed, verified, validated and approved before implementation.
14.6 The DDC shall submit all the drawings and documents for each discipline (Civil, structural,
architectural, Tracks, MEP, VAC, and TVS as applicable) produced / prepared in
connection with this contract and tentatively as detailed in Attachment B in 3 sets of
drawings (A1 & A3), documents, reports etc. as required by Employer along with two sets
of soft copies in the form of CD/DVDs. They will be packaged as directed by the Employer/
Employer‘s representative.
CHAPTER 15
15.1 The Consultant shall establish an efficient organization for carrying out all
services according to programme requirements. The Consultant shall furnish
the CV's of all the key personnel working on this project for approval of
Employer/Employer‘ Representative.
15.2 The organization shall provide effective management of the tasks of the
contract including those that must be carried out concurrently by separate
disciplines and teams. The organization shall also ensure that all information
that becomes available during the design period is directed to the appropriate
design teams and effective checking procedures are continuously maintained to
ensure that required standards are met. Proper coordination between the
different disciplinary of consultant shall be maintained. All the design and
drawings will be certified by all the expert of concerned disciplinarians/ Key-
Personnel.
15.3 Consultant shall have their full-fledged office in the location approved in
Chennai.
15.4 Employer/Employer‘ Representative may regularly inspect / audit/oversee the
working of the Consultant.
15.5 All key personnel should not leave the project without prior approval of the
Employer/ Employer‘s representative.
15.6 The Consultant shall be required to form a multi-disciplinary team for this
assignment. The Consultant‘s Team shall be manned by an adequate number
of experts with relevant experience in the execution of similar detailed design
and supervision assignments.
15.7 A list of personnel to be provided by the Consultant along with suggested staff
man-months in PER 3.
15.8 A list of qualifications and experience requirements for Professional Staff is
attached in PER 1.
15.9 The information furnished in PER 1 and 3 is provided for the purposes of
evaluation of the Technical Proposal. Any additional staff proposed may be
recorded in the technical proposal. The applicants are advised to frame the
Technical Proposal for assessment in respect of marks to be given as part of
evaluation criteria.
15.10 The Consultant shall maintain an Attendance Register (man-hours also). The
Consultant shall furnish a certificate that all the personnel as envisaged in the
Contract Agreement have been actually deployed in the Project at the time of
submission of every bill to the employer.
CHAPTER 16
a) The consultant shall initiate the design works, in consultation with Employer/ Employer‘s
representative, and actively pursue and involve itself in all investigations and enquiries,
consultations, studies, and compliance with pertinent information and data, convening of
and attendance at design meetings, and in any other activities as are or may be
necessary for producing the detailed design, drawings and documents to the specified
requirements. The duties of the consultant will be to properly supervise the works,
approve the materials and workmanship of the works and facilitate the timely completion
of the project. The consultant will administer the construction contracts and will ensure
that the contractual clauses, whether related to quality or quantities of work, are complied
with. The consultant shall have no authority to relieve the contractor of any of their duties
or obligations under the contracts or to impose additional obligations not included in the
contracts.
b) The duties of the consultant will also include the issue of decisions, certificates and
instructions as specified in the construction contract documents.
c) The consultant shall carry out the Services in accordance with best industry practices, in
compliance with the provisions of the Agreement. Consultant at its own expense shall
make any or all changes necessary to ensure that their design, drawings and documents
conform to the intent and purpose set out in the Agreement.
d) The consultant as a professional and experienced consultant providing full consultancy
services, shall accept full responsibility for the correctness and technical merit of the
services performed.
e) The consultant shall assist Employer/ Employer‘s representative in obtaining the
necessary design and regulatory approvals from the appropriate authorities for the
stations, station areas, depot and any associated joint developments.
f) The broad scope of services is classified in terms of activities. All the incidental
services related with pre-construction phase, construction and post construction
phase including additional related details, approvals, completion/ occupancy
certificates etc. shall be deemed to be included in the scope of services of Architect.
No extra payment shall be made for such incidental services.
g)
The Consultant is held totally responsible for the drawings issued for construction. If any
mistakes or omissions are found during the execution, the Consultant will be held
responsible and will clarify these mistakes or omissions, such clarifications shall not be
considered as additional services requested by employer. Any approval of the drawings
by the Client shall not hold the Client responsible for any lapses or mistakes and the
Consultant shall be totally responsible for the same.
h) The Consultant shall engage the Lead Detailed Designer who shall undertake and
prepare the design of the Permanent Works and Temporary Works. The DDC shall
establish an office for his lead design team near the Site area in Chennai. The lead
design team shall function from this office and all meetings and discussions relating to
design shall be held in this office.
i) The Consultant shall ensure that the Designer continues to be represented in Chennai at
all times by staff whose seniority and experience are to the satisfaction of the Employer/
Employer‘s Representative and whose representative is available on the Site as
necessary or as required by the Employer‘s Representative.
j) The Consultant shall appoint a suitably qualified person(s) to act as the Lead Design
Checker, or engage staff from an external consulting firm if he so wishes. The Lead
Design Checker shall not produce any of the design or temporary works designs nor work
directly for or report to the Contractor‘s Project Manager.
k) The Consultant shall ensure that at the end of each month, the Lead Design Checker shall
issue a written report to the Employer‘s/ Employer‘s Representative office, covering the
status of all designs checked during the preceding month which should include the LDC
comments and solutions provided by the designer at consultant end. The format of the
Design Checker‘s monthly reports shall be one to which the Employer/Employer‘s
Representative raises a Notice.
l) The Lead Design Checker shall undertake design checks on the Contractor‘s designs. All
design documents, drawings, plans, calculations and reports produced by the Contractor
and Designer shall be checked by the Design Checker, accompanied by two original
copies of a `Design Certificate' as set out in Attachment A, signed by all parties when the
design is submitted to the Employer‘s Representative. It is must that all the designs,
drawings, report, manuals should be signed by the lead designer. The lead designer
should be an individual or group of three, acquiring expertise, understanding and should
have handled architectural, structural and MEP works of such nature and magnitude.
m) The DDC shall ensure that, as all designs being complex structures and having the
potential to affect the safety, quality and durability of the Permanent Works, the Lead
Designer shall approve in advance the Contractor‘s proposed materials and erection and
removal procedures and the lead designer shall inspect all temporary works at Site before
they are put into use.
n) The Employer/Employer‘s Representative and such other parties as he shall give a Notice
in writing, shall have full and unrestricted access to the Lead Design Checker, the Lead
Designer, and to all persons carrying out the design and checking, and all their data,
information, calculations, drawings and records.
o) The DDC shall submit his Design Quality Assurance Plan as required for the design by
the Contract.
p) Provide design support, review Shop/ fabrication drawings and other drawings
submitted by the contractor and be available for any clarification, review the work
for compliance with the design and carry out design changes required during
construction including testing and commissioning of the installations.
q) Assist the contractor to prepare the As-Built Drawings by releasing soft/ hard copy of
contract drawings and reviewing and commenting on the contractor‘s draft submissions.
r) The client may review the work carried out by the architect at architectural planning,
detailed engineering or at any pre-constructional stage to get satisfied with the
standards and procedures adopted by the architect. It shall be the responsibility of the
architect to make available the concerned documents to the client/ Consultant on
demand. All the documents shall be submitted in Hard & Soft Copies.
CHAPTER 17
SOFTWARE SUPPORT
(1) The Consultant shall provide copies of all computer programs, licenses valid for full duration of the
contract and full support to the Employer or Employer‘s Representative for all computer programs
used/proposed to be used, by the Contractor under this Contract.
(2) Computer Programs
The DDC shall submit details of all computer programs and tools it intends to use during the design
process. The DDC may also be required to perform test calculations using the program so that the
results may be compared with those obtained by other means. Software support (to supply in CMRL
with name, validity till duration of the contract etc.,). The software to be used for design of specific
tasks shall be proposed by the DDC and approved by CMRL (latest versions available to be used).
The license for the same used software shall be purchased in the name of CMRL for the entire
duration of the contract.
(3) The Consultant shall submit a software support plan immediately after award of work but before
commencement of software installation. This plan shall require the Consultant to provide all
changes, bug fixes, updates, modifications, amendments, and new versions of the program as
required by the Employer/ Employer‘s Representative.
(4) The Consultant shall provide all tools, equipment, manuals and training as necessary for the
Employer / Employer‘s Representative to use, maintain and re-configure all of the software provided
under the Contract.
(5) The Consultant shall submit all new versions to the Employer/Employer‘s Representative for a
Notice at least 2 weeks prior to their installation. New Versions of any program shall not result in
any non-conformance with the Specification, or degrade the operation of the System.
(6) The Consultant shall a) ensure that all new versions are fully tested and validated on the simulation
and development system prior to installation, b) ensure that all new versions are fully tested and
commissioned once installed on the Site, c) deliver to the Employer and the Employer‘s
Representative any new version, together with the updated Operation and Maintenance Manuals.
(7) The Employer/Employer‘s Representative shall not be obliged to use any new version and that shall
not relieve the Consultant of any of his obligations. Any effect upon the performance or operation of
the computer controlled system that may be caused by a new version shall be brought to the
Employer/ Employer‘s Representative‘s attention including updating the files to suit the new version.
Error Correction
(8) When a fault is discovered within delivered software or documentation, the Consultant shall take
necessary steps to rectify errors or faults at the earliest.
(9) The Consultant shall provide written details as to the nature of the proposed correction to the
Employer‘s Representative.
(10) The Consultant shall notify the Employer promptly of any fixes or patches that are available to
correct or patch faults.
(11) The Consultant shall detail any effect such fixes or patches are expected to have upon the
applications.
Training
(12) The Consultant shall provide training for the Employer‘s staff to enable them to make proper use of
any software, training for any new versions.
CHAPTER 18
3. After the conduct of the BEP workshop, the Consultant shall submit a BIM Execution Plan arising
from the workshop to CMRL for their approval. This plan shall contain information including but
not limited to the BIM Goals or outcomes that are to be realized on the project, software to be
used, file formats, collaboration model/workflow, and information exchange requirements.
4. As part of this BIM Execution Plan, the Consultant shall, in agreement with CMRL also submit
milestone-based BIM delivery schedule in line with contractual key dates , as well as specific
models and analysis that meet CMRL‘s requirements that are to be progressively developed and
delivered. The Consultant will adhere to the deliverables provided in the BIM Execution Plan.
5. 3D BIM models to be built shall contain architectural, structural, mechanical and electrical
components with relevant parametric information based on the outcomes of the BEP workshop.
6. 3D Models built will be of a BIM Level of Detail (LOD) 300 or higher, as agreed upon at the BEP
workshop and will be sufficiently detailed to produce traditional drawings or documents as views
of multi-authored data.
8. The Consultant shall appoint qualified modellers, operators / BIM coordinators and BIM Manager,
whose credentials and qualifications shall be submitted to CMRL for their approval.
9. The Consultant shall adopt a project intranet and file sharing system, into which all BIM model
files and analysis information will be uploaded. CMRL will be given full access rights to this
system. All the parties involved in the project should have "role-based" access to the latest
approved model, along with modification history and changes that are being considered. BIM
models built and analysis done will be handed over to and become the property of CMRL.
10. It is the Contractor‘s responsibility to ensure that the information in the BIM, 2D/3D drawings and
other submittals and models, including any data in Geographic Information System, shall be
spatially coordinated and have consistent versioning, consistent classification and naming of
objects with one another.
11. CMRL reserves the right to change or replace standards and specifications during the Works.
ATTACHMENT A
(This proforma is Indicative only, to be approved by the Employer before first submission)
DESIGN CERTIFICATE
The documents scheduled in Section B below, for which a Notice of No Objection has been issued, are of
relevance to this submission.
(b) A detailed review and design check has been undertaken and completed to confirm the
completeness, adequacy and validity of the design of the Permanent Works as illustrated and
described in the documents scheduled in Section A below;
(c) all necessary and required approvals relating to the design of the Permanent Works, as illustrated
and described in the documents scheduled in Section A below, have been obtained and copies of
such approvals are annexed in Section C below;
AND (in the case of a submission covering a part of the Permanent Works only):
all effects of the design comprising the submission on the design of adjacent or other parts of the
Works have been fully taken into account in the design of those parts.
Name
Position / Designation
Date
We certify that the Work described in Section A of this certificate has been checked by us, and meets the
requirements of the Contract.
Name
Position / Designation
Date
Section A
Submission no. .... comprises the following:
Drawings: (Title, drawing number and revision)
Documents: (Title, reference number and revision)
Others:
Section B*
Documents for which a Notice of No Objection has been issued and which are of relevance to this
Submission No. .....
Document:
submitted with
[*Design Package No. ……………/ ) The Contractor is required to
the Definitive Design Submission No…………/ ) provide this information in
Construction Reference Drawings Submission No. ..../ ) respect of each document in
Technical Submission No. .…………/ ) Section B
Date of Issue of Notice of No Objection )
(* Delete as appropriate)
*Section B attachment: Lead Design Checker’s review form for each discipline to be submitted
alongwith all the drawings (Format below):
Section C
[Consultant to attach copies of necessary and required approvals from statutory bodies, etc..]
ATTACHMENT B
Notes:
i) Drawings to support A4 text documents shall be of A3 size.
TENDER DOCUMENTS
SECTION-4
FEBRUARY 2018
Section-4
EVALUATION & QUALIFICATION CRITERIA
a. The purpose of Mark system is to be able to put the Applicants into a “pecking order” of capability. Therefore whilst there may be
some subjective consideration as to what constitutes the award of Marks, as much as possible criteria for awarding Marks has
been laid down based on the response of the Applicant to the Questionnaire.
b. Criteria 1.2 & 2 are mandatory to qualify. Failing which bidder will not be evaluated further.
c. Criteria 1.1, 1.2, 1.3 & 1.4: If the work has been done by the foreign partner of JV and the work was done in the country of the
foreign partner then in addition to this, the foreign partner must have done work equal to the work experience requirement
outside the country of its origin.
d. Award of Multiple contract criteria: Bidders are allowed to participate for DDC contract packages P2C3-01, P2C3-02 & P2C3-
05. Bidders may propose different teams of key personnel separately.
If the bidder is found to obtaining highest marks in all three DDC contract packages, he will be awarded maximum of two
packages based on least cost combination (for two packages) to the CMRL.
However, in case bidders bid for all three packages with the same Key personnel, and he is able to secure highest marks in all
the packages, they will be considered for only one package which ever, is least cost to CMRL.
1. Consultant‟s Experience record & Technical proposal for DDC works (max. 40 Marks) (see footnote 5.1 for calculation relevant experience for
JV/Consortium)
1.1 Total years of a) 10 years< Total
experience in the field years of experience< 5
of detailed design years
consultancy services
More than 10 years – Must meet
(* aggregation of
(5 Marks) requirement Must meet requirement ELI-1
individual experiences 5 Marks N/A
of JV/consortium 5years - 1 Mark for minimum for minimum 2 Marks
members shall not be (Marks will be given on 2 Marks
done) pro-rata basis.)
b) Less than 5 years -
Nil
1.2 Total value of DDC 15 Marks a) Must have done 1
contract done in metro similar contract
rail/ rapid transit/ mass costing minimum Rs.
transit/ MRTS or any 87 cr.
other rail based transit Or,
system during last five b) Must have done 2
Must meet
years in India or similar contracts Joint Venture combined must meet TECH-2A with client
requirement (Note 5)
abroad. costing minimum Rs. requirement for 15 Marks. certificates
for 15 Marks
47 cr.
Or ,
c) Must have done 3
similar contracts
costing minimum
Rs. 38 cr.
10 Years or more (1 marks) <Relevant Design Experience in the Marks will be given on pro-
role of Lead designer or Senior structural engineer in field of rata basis.
Lead Designer/
Elevated (stations, Viaduct/ Bridges) Metro Railway structures < 5
Elevated
3. 1 2 years (0.5 marks)
(stations &
Desirable Educational Qualification- Postgraduate Structures from a PHD/ Doctorate- 1 Marks
Viaduct)
reputed institution. Postgraduate- 0.5 Marks
10 Years or more (1 marks) <Relevant Design Experience in the Marks will be given on pro-
role of Lead designer or Senior structural engineer in field Depot rata basis.
Lead Designer/ structures/ Industrial units/ Factory workshop structures design <
Depot ( including 1 2 5 years (0.5 marks)
4.
Depot machines) Desirable Educational Qualification- Postgraduate Structures from a PHD/ Doctorate- 1 Marks
reputed institution. Postgraduate- 0.5 Marks
10 Years or more (1 marks) <Relevant Design Experience in the Marks will be given on pro-
role of Lead designer for tracks or Senior structural engineer in rata basis.
Lead Designer/ field of track design in Metros/ railways works< 5 years (0.5 marks)
1 2
Tracks Desirable Educational Qualification- Postgraduate Structures from a PHD/ Doctorate- 1 Marks
5.
reputed institution. Postgraduate- 0.5 Marks
10 Years or more (1 marks) <Relevant Design Experience in the Marks will be given on pro-
role of Lead designer for underground stations or Senior architect rata basis.
6. Lead Designer/ in field of Metros < 5 years (0.5 marks)
1 2
Architect Desirable Educational Qualification- Degree in architecture from a PHD/ Doctorate- 1 Marks
reputed institution Postgraduate- 0.5 Marks
Degree- 0.25
10 Years or more (1 marks) <Relevant Design Experience in the
Marks will be given on pro-
role of Lead designer or Senior MEP engineer in field of MEP
rata basis.
Lead Designer/ 2 works in Metros/ Heavy Infra/ Industrial < 5 years (0.5 marks)
1
MEP Desirable Educational Qualification- Degree in Electrical Engineering PHD/ Doctorate- 1 Marks
7.
from a reputed institution. Postgraduate- 0.5 Marks
Degree- 0.25 Marks
10 Years or more (1 marks) <Relevant Design Experience in the
role of Lead designer or Senior VAC/TVS engineer in field of Marks will be given on pro-
Lead Designer/ TVS/VAC works in Metros/ Heavy Infra/ Industrial < 5 years (0.5 rata basis.
TVS & VAC 1 2 marks)
8. systems Desirable Educational Qualification- Degree in Mechanical PHD/ Doctorate- 1 Marks
Engineering from a reputed institution. Postgraduate- 0.5 Marks
Degree- 0.25 Marks
10 Years or more (1 marks) <Relevant Experience in the role of Marks will be given on pro-
geotechnical expert in the similar works < 5 years (0.5 marks) rata basis.
Geotechnical
1 2 Desirable Educational Qualification- Postgraduate in Geo-technical PHD/ Doctorate- 1 Marks
Expert
9. Engineering from a reputed institution. Postgraduate- 0.5 Marks
10 Years or more (1 marks) <Relevant similar Experience in large/ Marks will be given on pro-
Senior quantity heavy infrastructure projects < 5 years (0.5 marks) rata basis.
surveyor-cum- 1 2 Desirable Educational Qualification - Degree in civil Engineering PHD/ Doctorate- 1 Marks
10. bid manager from a reputed institution. Postgraduate- 0.5 Marks
Degree- 0.25 Marks
10 Years or more (1 marks) <Relevant similar Experience in large/ Marks will be given on pro-
heavy infrastructure projects < 5 years (0.5 marks) rata basis.
Senior Interface
1 2 Desirable Educational Qualification - Degree in Civil/ Electrical/ PHD/ Doctorate- 1 Marks
11. Manager
Mechanical Engineering from a reputed institution. Postgraduate- 0.5 Marks
Degree- 0.25 Marks
12. 7 Years or more (1 marks) <Relevant similar Experience in large/ Marks will be given on pro-
heavy infrastructure projects < 3 years (0.5 marks) rata basis.
Senior BIM
1 2 Desirable Educational Qualification - Degree in Civil/ Postgraduate- 1 Marks
Coordinator
Architecture/Electrical/ Mechanical Engineering from a reputed Degree- 0.5 Marks
institution.
4. BID SCORING
The first ranked i.e. the highest scoring bidder will be considered for further processing.
5. Notes to Bidder:
5.1 In case of joint venture / consortia, full value of the work, if it was done by the
same joint venture or the entire work was done fully by any of the member, shall
be considered. For previous works done other than same JV the work experience
will be calculated based on percentage participation in previous project and
added in proportion to current percentage participation.
=AM+BN
100
5.3 Financial data for latest 5 years has to be submitted by bidders along with the
audited Balance Sheets of 2012-13, 2013-14, 2014-15, 2015-16 and 2016-17.
The financial data in the prescribed format shall be certified by charted
Accountant with his stamp and signature. In case audited balance sheet of the
last financial year is not made available by the bidder, he has to submit an
affidavit certifying that the “balance sheet has actually not been audited so far”.
If Audited Balance Sheet is not submitted, the application will be
considered as Non-responsive.
5.4 In case of Joint venture/ consortia, the financial standing criteria will be evaluated
based on weighted average of the financial data of the members as per the
percentage participation.
Bid Capacity: The Tenderers will be qualified only if their available bid capacity
is more than the approximate cost of work. Available bid capacity will be
calculated based on the following formula:
Available Bid Capacity = 2xAxN – B
Where,
A = Maximum of the value of Design works executed in any one year during the
last five financial years (updated to 31.12.2017 price level assuming 5%
inflation for Indian Rupees every year and 2% for foreign currency portions
per year).
N = No. of years prescribed for completion of the work
TENDER DOCUMENTS
SECTION-5
TECHNICAL BIDDING FORMS
FEBRUARY 2018
CHENNAI METRO RAIL LIMITED
ADMINISTRATIVE BUILDING, CMRL DEPOT,
POONAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI – 600107.
INDIA
Forms Description
To:
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [Insert name of
assignment] in accordance with your notice inviting tender dated [Insert Date] and our Proposal.
“We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial
Proposal sealed in a separate envelope”
We are submitting our Proposal as a firm/ joint venture with: [Insert a list with full name and the
legal address of each member, and indicate the lead member]. We have attached a copy [insert:
“of our letter of intent to form a joint venture” or, if a JV is already formed, “of the JV agreement”]
signed by every participating member, which details the likely legal structure of and the
confirmation of joint and severable liability of the members of the said joint venture.
(If the Consultant’s Proposal includes Sub-consultants, insert the following :) We are submitting
our Proposal with the following firms as Sub-consultants: [Insert a list with full name and
address of each Sub-consultant.]
(a) All the information provided and statements made in this Proposal are true and
we accept that any misinterpretation or misrepresentation contained in this
Proposal may lead to our disqualification by the Client.
(b) Our Proposal shall be valid and remain binding upon us for the period of time
specified in Clause 7.1 of ITB.
(d) We meet the eligibility requirements as stated in ITB 5, and we confirm our
understanding of our obligation to abide by Employer’s policy in regard to corrupt
and fraudulent practices as per ITB 4.
(e) We undertake to negotiate the Contract on the basis of the proposed Key
Experts.
We understand that the Client is not bound to accept any Proposal that the Client
receives.
Yours sincerely,
Address:
[For a joint venture, either all members shall sign or only the lead member, in which case
the power of attorney to sign on behalf of all members shall be attached]
Scope Analysis:
Comprehensive study of works including understanding and comprehension of works involved,
evaluation of scope and appropriate methodology proposed to execute the work.
A description of the approach, methodology and work plan for performing the assignment
for carrying out the services covered in the Scope of Work, including such detailed
information as deemed relevant. Covering the following subjects: technical approach and
methodology, staffing for training, work plan, and organization and Expert schedule
inclusive of charts and diagrams. A detailed overall work programme and a bar chart
indicating the duration and timing of assignment of each key staff or other staff member
assigned to the project.
member within the overall work programme. Sufficient proof shall be submitted to
substantiate the qualification and experience of staff deployed.
The technical proposal will be evaluated based on the capabilities /technical strength of
staff proposed to be deployed.
A task list of deliverables and delivery dates, and the person responsible for performing
the deliverable.
The name, background and professional experience of each key staff member to be
assigned to the project, with particular reference to his experience of a nature similar to
that of the proposed assignment. (The majority of the key staff shall be regular members
of the firm for at least six months and all members of Expertise team shall be regular
employees).
The details of the name, background and CV of any sub-contracted staff with their
consent letter who will be employed on the project.
The names and addresses of any firm who may be given sub-contracts with details of
their experience in the Delhi or other areas.
The details of equipment and laboratory facilities with such subcontractors/ sub
consultants shall be provided.
Work Schedule:
The work plan should be consistent with the proposed Work Schedule. This shall include project
management plan, mobilization schedule (including sub-consultants), Safety Plan, Quality Assurance
and Quality control plan during design phase and execution respectively.
The above details should be submitted separately for Architecture, Structures, and tracks, MEP,
TVS and VAC Services. The offer should cover the entire Scope of Work, as laid out in tender
documents.
Upon his appointment, the DDC shall promptly commence setting up its exclusive
organization to the satisfaction of CMRL. The same shall be housed at one location in
Chennai without any extra cost to CMRL. All work for the project shall be performed at
Chennai.
2) The Tender Programme or Programmes shall be developed as a critical path network using suitable
software. The network must be fully resourced and show the co-ordination with System wide Designs
and Contracts. The Works Programme shall show achievement of all Key Dates and Works Area
Access Dates.
3) The Tender Programme shall include of the Tenderer's Design Submission Programme and should
indicate, wherever possible, dates and periods relating to interfaces with and between others
including dates for submission of further documents required by the Contract and periods for their
acceptance.
4) The Tender Programme shall contain sufficient detail to assure the Employer of the feasibility of the
plan and approach proposed by the Tenderer.
5) The Tenderer should have regard to the possibility, as referred to in paragraph C8 of the Instructions
to Tenderers that during the tender evaluation period the Tender Programme may be developed into
a Programme which, in the event of award, would be the initial submission of the Works Programme.
To facilitate this process, the Tenderer shall, in the preparation of the Tender Programme, take due
account of the provisions of the Employer's Requirements in so far as they concern the Works
Programme.
6) The Tender Programme shall be accompanied by a narrative statement that shall describe
Programme activities, assumptions and logic, and highlight the Tenderer's perception of the major
constraints and critical areas of concern in the organisation, construction and completion of the
Works.
2. Only the value of contract as executed by the tenderer / member of the JV/Consortium in his own
name should be indicated. Where a work is undertaken by a group, the portion of the contract which
is undertaken by the tenderer / member of JV/Consortium should be indicated and the remaining
done by the other members of the group be excluded.
3. All the details should be supported by documentary proof e.g. completion certificates from client
and concerned Consultant/Architect otherwise it will not be considered.
2. Attach attested copies of the Audited Financial Statements of the last five financial years as
Annexure.
3. All such documents reflect the financial data of the tenderer or member in case of
JV/Consortium, and not that of sister or parent company.
4. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp.
5. The above financial data will be updated to 31.12.2017 price level assuming 5% inflation for
Indian Rupees every year and 2% for foreign currency portions per year.
[The Bidder shall provide the following information separately for DDC works respectively for each
member of JV.]
2. In case of JV, legal name of the lead member and of each member: [insert full name of
each member in the JV and specify the representative member]
Form ELI-2:
Undertaking For Not Being Blacklisted
We do hereby undertake that we have not been blacklisted or deregistered by the
Central Government, any state Government, PSUs or any Metro Rail authority in India
and also that none of our work was rescinded by the client after award of contract as
per clause 5.2 of Instruction to Bidders (ITB) during last 10 years.
NOTE:
Form ELI-3:
Undertaking Regarding Corrupt & Fraudulent Practice
It is confirmed and declared that we, or any of our associate(s), have not been engaged
in any fraudulent and corrupt practice as defined in clause 4 of Instruction to Bidders
(ITB) and that no agent, middleman or any intermediary has been, or will be, engaged
to provide any services, or any other items of work related to the award and
performance of this contract. The Consultant further confirms that its firm has no
financial or managerial ties with other organization that could influence its
independence.
NOTE:
Similar
Information
S. No. Activity Contract Ref. to
No. [Brief Description of Employer’s
work executed as certificate
[insert number
of similar per EQC ]
Contracts
executed]
1. Design of
underground stations
2. Design of TBM Tunnel
with NATM Cross-
Passage
3. Design of launching/
retrieval shafts, mid-
shafts
4. Design of Elevated
Metro stations &
Viaducts
5. Design of Metro Depot
and Depot machines
6. Green Design
experience based on
certification obtained
in previous projects
designed in last 5
years
5. Multi-modal
integration/ transit
oriented development.
6. Property
development.
7. QA Plan
8. Design Facilities
2. Attach copies of the audited balance sheets, including all related notes, income statements
for the last five audited financial years, as indicated above.
3. All such documents reflect the financial data of the tenderer or member in case of
JV/Consortium, and not that of sister or parent company.
4. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp.
(If Audited Balance Sheet is not submitted, the application will be considered as
Non-responsive.)
3. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp.
1. General
Position Title and No. [e.g., TEAM LEADER] [Note: Only one candidate shall be
nominated to each position.]
Nationality
Country of
Citizenship/Residence
3. Employment record relevant to the assignment: [Starting with present position, list in
reverse order. Please provide dates, name of employing organization, titles of positions
held, types of activities performed and location of the assignment, and contact information of
previous clients and employing organization(s) who can be contacted for references. Past
employment that is not relevant to the assignment does not need to be included.]
5. Certification:
Note:
The CVs of the Key Professional Staff should be signed on every sheet by the personnel
concerned and the last sheet of each CV should also be signed by the authorized signatory of
the applicants.
This is to certify that M/s .................................................... is a reputed company with a good financial
standing.
___Sd.___
Name of Bank:__________
This is to certify that M/s .................................................... who has formed a JV with M/s
.................................................... and M/s .................................................... for participating in this bid, is
a reputed company with a good financial standing.
COPYRIGHT UNDERTAKING
Date ………………..
To:
Chief General Manager/UG-Construction
Chennai Metro Rail Limited
Admin. Building, CMRL Depot
Poonamallee High Road
Koyambedu, Chennai- 600 107
Tamilnadu, India
LETTER OF UNDERTAKING
We, (name of tenderer / joint venture) hereby undertake that the tender drawings & documents purchased
as a necessary part of our preparation of this tender shall be used solely for the preparation of the tender
and that if the tender is successful, shall be used solely for the design of the temporary and permanent
works.
We further undertake that the aforesaid tender drawings & documents prepared by Chennai Metro Rail
Limited shall not be used in whole, in part or in any altered form on any other project, scheme, design or
proposal that the joint venture, the joint venture parent companies or sub-contractors of the joint venture
are, or will be involved with either in India or any other country.
Signed……………………….
(Seal)
For and on behalf of
(Name of tender / joint venture)
“We have inspected the site and we are familiar with the geological and topographical
conditions, and local conditions and local bye-laws to perform the services.”
[Sd-]
(Seal)
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of
…………………. as Tender Security against the Tenderer’s offer as aforesaid.
(a) That the Employer may without affecting this guarantee grant time or other indulgence
to or negotiate further with the Tenderer in regard to the conditions contained in the
said tender and thereby modify these conditions or add thereto any further conditions
as may be mutually agreed upon between the Employer and the Tenderer.
(b) That the guarantee hereinbefore contained shall not be affected by any change in the
constitution of our Bank or in the constitution of the Tenderer.
(c) That any account settled between the Employer and the Tenderer shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned by us.
(d) That this Guarantee commences from the date hereof and shall remain in force till
…………………. (date to be filled up) (up to 208 days after the due date of tender
submission).
(e) That the expression ‘the Tenderer’ and ‘the Bank’ herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective successors
and assigns.
(a) if the Tenderer withdraws his Tender during the period of Tender validity specified in
the Notice Inviting Tender, or
(b) if the Tenderer does not accept the correction of his tender price in terms of Clause
13.6.2 (Correction of Errors) of the ITB “Instructions to Bidders”.
i. if the Tenderer having been notified of the acceptance of his tender by the
Employer during the period of tender validity :
ii. fails or refuses to furnish the Performance Security in accordance with Clause 31
(Performance Guarantee) of the GCC “General Conditions of contract” &
Clause 14.3 of ITB “Instructions to Bidders” and/or
iii. fails or refuses to enter into a Contract within the time limit specified in Clause
17(Award of Contract and Signing of Agreement)of the ITB “Instructions to
Bidders”.
“We (Name and Address of Bank) undertake to pay to the Employer without demur up to
the above amount upon receipt of his first written demand, without the Employer having
to substantiate his demand provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions mentioned above, specifying the occurred condition or conditions”
SECTION 6
FINANCIAL PACKAGE
FEBRUARY 2018
SECTION-6
FINANCIAL BID
PART-I
To,
Chief General Manager (UG- Construction)
CHENNAI METRO RAIL LIMITED
Administrative Building, CMRL Depot,
Poonnamallee High Road,
Koyambedu, Chennai – 600107.
Tamilnadu, India
Dear Sirs:
We, the undersigned, offer to provide the consulting services for “Engagement Of
Detailed Design Consultant (DDC) for the Works And Services of The Detailed Design
And Drawings for the Alignment, Civil, Structural, Architectural, MEP, TVS, VAC &
Track Works Covering The Alignment, Ramp and Elevated Stations from Madhavaram
Milk Colony To Shastri Nagar (excluding Madhavaram Milk Colony UG station) and
Alignment, Ramp and UG stations from Retteri to CMBT CH:(-)386 to CH:15,339
including Depot at Madhavaram, in corridor 5 of Phase- II of Chennai Metro Rail
Project” in accordance with your Notice Inviting tender dated [insert Date] and in conformity
with the bidding documents.
We, have examined and have no reservations to the bidding documents including addenda
issued by employer.
Our attached Financial Proposal is for the sum of [insert amount(s) in words
and figures].
Our Financial Proposal shall be binding upon us and may be accepted at any time
before expiration of the validity period of the Proposal.
We understand that this bid, together with your written acceptance thereof, included in
your letter of Acceptance (LoA), shall constitute a binding contract between us, until a formal
contract is prepared and executed.
We understand you are not bound to accept the lowest evaluated bid or any other
Proposal you receive.
We acknowledge that the Appendices, Corrigendum and Addendum will form an integral part
of the Contract.
On acceptance of our tender, we will provide unconditional and irrevocable performance
security payable in Chennai branch, guarantees and warranties as stipulated in the Conditions
of Contract hereto. We understand that you are not bound to accept the lowest or any tender
you may receive.
This tender shall be governed by and construed in all respects according to the laws for the
time being in force in the Republic of India. For settlement of disputes, the Courts at Chennai
will have jurisdiction in the matter.
Unless and until a formal Agreement is prepared and executed, this tender together with your
Letter of Acceptance thereof shall form a binding Contract between CMRL & M/S...........
Yours sincerely,
Notes:
1. In case of bid submitted by JV the name of the JV shall be specified as name of
bidder.
2. The person signing the bid shall have the Power of Attorney given by bidder/ all
members of JV
1. Financial bid summary: The Lump Sum Price of: (The tenderer should quote his offer in Indian Rupees Only)
Sl.No. Description Unit Quantity Unit Rate in Unit Rate in INR to be quoted by Total amount
INR to be the bidder in words in INR in
quoted by figures
the bidder in
figures
1. UG section Tunneling by TBM/ R. Km 8.79
NATM etc. excluding station
lengths (civil & Structural)
4 Entry to Depot
respects
5. Underground stations,Type-A,
upto 190m length, with 2
levels
5.a Civil, Structural and Architectural Each 4 Nos
13 At-Grade Station
** In case of any change in GST rate the same will be corrected after gazetted notification.
Table 2: In line with Chapter 17- Software supports. Contractor should quote unit rate for each software license. Payment will be
made only for the items supplied as required by CMRL as per actuals as detailed below:
S. No. Purpose Software Proposed No. Of User Unit rate in INR Amount in INR
Licenses in the
name of CMRL
valid for the
duration of the
contract.
Software for Civil, Structural, Architectural, Tracks,
i. Programme design/ Primavera P6 (now Oracle PPM) 1
construction, Project
plan/ control etc.
ii. Signage Design Corel Draw 1
iii. Graphic Presentation/ Adobe illustrator 1
sheets
iv. Building Information AEC Package for civil, structural, 3 User licenses
Modelling* architectural, MEP, Clash detection etc.
TOTAL
1. The Lump Sum amount quoted in Indian Rupees by the tenderer shall be distributed in
the manner specified in pricing schedule of Financial Package for all purposes.
2. Further bifurcation of schedule of payments for each price centre shall be proposed and
submitted to the Employer for approval for all the disciplines (like civil, structural,
architectural, MEP, tracks, VAC, TVS etc.) within 15 days of the issue of Letter of
Acceptance. The proposed bifurcation should be in line with percentage distribution of
Lump-sum quoted price by the bidder and the percentages mentioned in the price
centres.
3. The stage payments will be made on completion of the corresponding activities, after
deducting all statutory taxes, levies, Liquidated Damages, etc. if any. GST shall be
reimbursed as per actual production of proof of payment. The consultant has to pass on
the benefit of input tax credit to the Employer.
4. Wherever the design calculations and minor reports are required as part of the design
and drawings, the same shall be submitted. They shall be deemed to have been paid
through the respective drawings and no separate payment shall be made for the same.
5. If the tenderer fails to quote rates against any item, the tender may be treated as
incomplete and non-responsive and shall be rejected.
6. Payment currency and schedule
a. The currency of payment shall be in Indian Rupees (INR) only.
b. All Payments shall be released on approval of submissions by Employer/Employer’s
Representative (with Lead Design Checker Certificate).
c. The payment schedule for design consultancy shall be as per the Price Schedule.
7. Errors will be corrected by the employer for any arithmetic errors in computation or
summation as per contract conditions.
8. All the unit rates and amounts should be filled both in figures and words. In case of any
discrepancy between the two, the value provided in words shall be treated as
sacrosanct.
9. The work executed against the items would be paid on actual targets achieved basis.
10. DDC shall establish a full-fledged office in Chennai for entire duration of the contract,
either on its own arrangement or CMRL may provide available space at Vadapalani
Metro Rail station upon request, at a nominal rate after award of work. The DDC has to
develop and maintain the office till their duration of contract and shall handover the
same along with non-perishable items, furniture etc. after completion of works.
Schedule of payment
Price Centre A
Preliminaries
Sl. Percentage
No Description of Major items/ Portion of DDC works Distribution of
Price Centre A
1 Contractual Submissions
1 (A) Performance Guarantee 0.25%
1 (B) Submission of PII, 0.25%
1 (C) Submission of BG for Mobilization advance, 0.25%
1 (D) Any other submission 0.25%
2 General Items
2 (A) Design submission rolling programme 1%
2 (B) Mobilization schedule for all personnel 1%
2 (C) Setting up of design office at Chennai 1%
2 (D) Monthly reports & other documents 1%
2 (E) Design Basis Report along with outline design criteria for all
1%
disciplines, Design statements etc.
2 (F) Quality Assurance Plans 1%
2 (G) Submission of all software and licenses used for design works, in
5%
the Name of Employer
3 Survey and Alignment
3 (A) Review and Design of Vertical and Horizontal Alignment and
5%
submission of report
3 (B) Submission & approval of Topo plan, GIR, EBS, PDA, I&M plan
20%
and mitigation measures
3 (C) Proposal submission of traffic management, traffic diversion plans
5%
etc.
4 Submission and approval of Conceptual Layout planning of all
elevated & underground stations, viaducts, tunnels, ramps and
depot works, tracks, MEP, TVS, VAC etc. while ensuring 25%
seamless integration with the existing Chennai Metro Rail
Network
5 Development, submission and approval of Interface management
scheme in the form of Matrix covering all clauses under scope of 5%
work for civil, tracks, TVS, VAC, MEP architectural works etc.
TOTAL 100%
Schedule of payment
Price Centre B
Detailed design of Underground Stations, Tunnels, Cross passages, Launching/
Retrieval shafts, mid-shafts, Tracks works (Permanent Way), MEP, VAC, TVS, and
Associated works including Entry/Exit, Ancillary Buildings, Vent shafts, etc.
complete in all respects
Sl.No Percentage
Description of Major items/ Portion of DDC works Distribution of
Price Centre
1 (A) Presentation of overall conceptual scheme for all disciplines
and submission of station planning report, space matrix, 2%
design option studies, optimization suggestions etc.
1(B) Approval of 1 (A) by Employer/ Employer’s Representative 3%
2 (A) Development and submission of preliminary civil, structural,
architectural, finishes tracks, MEP, TVS, VAC designs,
drawings, specifications, reports, BIM deliverables (available
online to all stakeholders) etc. based on approved conceptual
2%
designs.
Identification and submission of report pertaining to potential
Property development areas within station structures including
financial viability report of the proposals.
2 (B) Approval of 2(A) by Employer/ Employer’s Representative 3%
3 (A) Development and submission of Definitive design and
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
10%
VAC) of all elements including signage, space proofing
drawings, fit outs (tunnels/ viaducts as applicable), allied
structures, etc. including fire detection, fire suppression, fire
compartmentation etc.
3 (B) Approval of 3(A) by Employer/ Employer’s Representative 5%
4 (A) Development and submission of construction reference
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
5%
VAC) of all elements including signage, track supporting
structures, fit outs (tunnels/ viaducts as applicable), allied
structures etc. including fire detection, fire suppression, fire
compartmentation etc.
4 (B) Approval of 4(A) by Employer/ Employer’s Representative 5%
Note * The items stated in 8,9,10 & 11 shall be paid only during the
construction stage of corresponding contract packages on a
monthly pro-rata basis upon raising the same through monthly
interim payment applications (Running Bills) along with
necessary documentations and after approval of the same by
the Employer/ Employer’s representative.
TOTAL 100 %
Schedule of payment
Price Centre C shall be 10% of contract value.
Price Centre C
Detailed design of Elevated Stations, Viaduct, Tracks Works (Permanent way) and
Associated works MEP, VAC, TVS, and Associated works including Entry/Exit,
Ancillary Buildings, Vent shafts, etc. complete in all respects
Sl.No Percentage
Description of Major items/ Portion of DDC works Distribution of
Price Centre
1 (A) Presentation of overall conceptual scheme for all disciplines
and submission of station planning report, space matrix, 2%
design option studies, optimization suggestions etc.
1(B) Approval of 1 (A) by Employer/ Employer’s Representative 3%
2 (A) Development and submission of preliminary civil, structural,
architectural, finishes tracks, MEP, TVS, VAC designs,
drawings, specifications, reports, BIM deliverables (available
online to all stakeholders) etc. based on approved conceptual
2%
designs.
Identification and submission of report pertaining to potential
Property development areas within station structures including
financial viability report of the proposals.
2 (B) Approval of 2(A) by Employer/ Employer’s Representative 3%
3 (A) Development and submission of Definitive design and
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
10%
VAC) of all elements including signage, space proofing
drawings, fit outs (tunnels/ viaducts as applicable), allied
structures, etc. including fire detection, fire suppression, fire
compartmentation etc.
3 (B) Approval of 3(A) by Employer/ Employer’s Representative 5%
4 (A) Development and submission of construction reference
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
5%
VAC) of all elements including signage, track supporting
structures, fit outs (tunnels/ viaducts as applicable), allied
structures etc. including fire detection, fire suppression, fire
compartmentation etc.
4 (B) Approval of 4(A) by Employer/ Employer’s Representative 5%
5 (A) Submission of Tender drawings, BOQ, Cost estimate,
specifications and all other necessary documents needed for
10%
floating the tenders by the Employer for each approved
contract package.
Note * The items stated in 8,9,10 & 11 shall be paid only during the
construction stage of corresponding contract packages on a
monthly pro-rata basis upon raising the same through monthly
interim payment applications (Running Bills) along with
necessary documentations and after approval of the same by
the Employer/ Employer’s representative.
TOTAL 100 %
Schedule of payment
Price Centre D
Detailed design of Depot, Track works (Permanent Way), Entry to Depot MEP, TVS,
VAC, Depot machines, OCC building and Associated works, etc. complete, Ancillary
Buildings, Vent shafts, etc. complete in all respects
Sl.No Percentage
Description of Major items/ Portion of DDC works Distribution of
Price Centre
1 (A) Presentation of overall conceptual scheme for all disciplines
and submission of station planning report, space matrix, 2%
design option studies, optimization suggestions etc.
1(B) Approval of 1 (A) by Employer/ Employer’s Representative 3%
2 (A) Development and submission of preliminary civil, structural,
architectural, finishes tracks, MEP, TVS, VAC designs,
drawings, specifications, reports, BIM deliverables (available
online to all stakeholders) etc. based on approved conceptual
2%
designs.
Identification and submission of report pertaining to potential
Property development areas within station structures including
financial viability report of the proposals.
2 (B) Approval of 2(A) by Employer/ Employer’s Representative 3%
3 (A) Development and submission of Definitive design and
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
10%
VAC) of all elements including signage, space proofing
drawings, fit outs (tunnels/ viaducts as applicable), allied
structures, etc. including fire detection, fire suppression, fire
compartmentation etc.
3 (B) Approval of 3(A) by Employer/ Employer’s Representative 5%
4 (A) Development and submission of construction reference
drawings with BIM deliverables (available online to all
stakeholders) with Lead Design Checker/s (LDC) certificate
(civil, structural, architectural, finishes, tracks, MEP, TVS,
5%
VAC) of all elements including signage, track supporting
structures, fit outs (tunnels/ viaducts as applicable), allied
structures etc. including fire detection, fire suppression, fire
compartmentation etc.
4 (B) Approval of 4(A) by Employer/ Employer’s Representative 5%
Note * The items stated in 8,9,10 & 11 shall be paid only during the
construction stage of corresponding contract packages on a
monthly pro-rata basis upon raising the same through monthly
interim payment applications (Running Bills) along with
necessary documentations and after approval of the same by
the Employer/ Employer’s representative.
TOTAL 100 %
The following are the particulars of minor deviations from the requirements of the Tender Document:
Sr. No Clause Deviations Price adjustment for each
deviation/s
Note:
1 The Tenderer shall indicate price adjustment against each deviation. This price is the price which the
tenderer shall reduce from this tender price if deviation(s) is/are accepted by the Employer.
2 Where there is no deviation, the statement should be returned duly signed with an endorsement indicating
‘No Deviations’.In case, Performa of deviations is not submitted or submitted as blank, it will be construed that
the tenderer has not proposed any deviations from tender documents.
3 If the tenderer proposes deviations in tender documents, and/or any other terms and conditions of the tender,
other than in this Annexure, it will have no effect.
TENDER DOCUMENTS
SECTION 7
CONDITIONS OF CONTRACT (PART-I)
GENERAL CONDITIONS OF CONTRACT
FEBRUARY 2018
CHENNAI METRO RAIL LIMITED
ADMINISTRATIVE BUILDING, CMRL DEPOT,
POONNAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI – 600107.
INDIA
1
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
TABLE OF CONTENTS
DEFINITIONS AND INTERPRETATION
S.No. Description - Page No.
1. DEFINITIONS - 4
2. INTERPRETATION 5
3. LANGUAGES AND LAW - 6
THE CLIENT
4. INFORMATION 6
5. DECISIONS 6
6. ASSISTANCE
CONTRACT AGREEMENT
7. AGREEMENT EFFECTIVE DATE 6
8. COMMENCEMENT AND COMPLETION 6
9. NOTICES 7
GENERAL OBLIGATIONS
10. PRESS / MEDIA RELATIONS 8
11. SUBMISSION OF PROGRAMME 8
12. EQUIPMENT AND FACILITIES 8
13. PROVISION OF CONSULTANCY 8
SERVICES
14. PERFORMANCE STANDARDS 9
15. ADDRESSING AMBIGUITIES 10
16. CARE AND SUPPLY OF DOCUMENTS 10
17. DELAYED DRAWINGS/ SUBMISSIONS 10
18. LIABILIITY OF CONSULTANT TO THE 11
EMPLOYER
19. COMMUNICATIONS 11
20. TAXES AND DUTIES 11
21. DURATION OF LIABILITY 12
22. CHANGE IN LEGISLATION 12
23. CONFLICT OF INTEREST 13
24. CORRUPTION AND FRAUD 13
2
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
25. PUBLICATION 14
THE DDC
26. SCOPE OF SERVICES PERFORMED BY 14
THE DDC
27. REPRESENTATIVE 15
28. DEPLOYMENT/REPLACEMENT OF 15
PERSONNEL
29. ASSIGNMENT AND SUB-CONTRACTS 16
30. SUPPLY OF CLIENT’S PERSONNEL 17
31. PERFORMANCE GUARANTEE 17
32. CHANGE IN PERSONNEL 17
33. CHANGE IN CONSTITUTION 17
34. PROFESSIONAL INDEMNITY 18
INSURANCE (PII)
CONTRACT DOCUMENTS
35. MODIFICATIONS AND VARIATIONS 19
36. COPYRIGHT 19
37. CONSULTANT’S WARRANTY OF 19
DESIGN
PAYMENT
38. PAYMENT TO THE CONSULTANT 21
39. TIME FOR PAYMENT 23
40. CURRENCY OF PAYMENT 24
41. DISPUTED INVOICES 24
42. AUDIT REQUIREMENTS 24
43. TAX DEDUCTION AT SOURCE 24
CLAIMS AND LIABILITIES
44. CLAIMS FOR LOSS OR DAMAGE 25
45. EMPLOYER’S CLAIM 25
46. LIMIT OF EMPLOYER’S LIABILITY 25
47. FORCE MAJEURE 25
48. DELAYS AND LIQUIDATED DAMAGES 26
49. EXTENSION OF TIME 27
50. ISSUE OF NOTICE 27
51. RIGHTS AND LIABILITIES OF THE 27
PARTIES
SUSPENSION AND TERMINATION
52. ABANDONEMENT AND SUSPENSION 27
53. CONSEQUENCES OF SUSPENSION 28
54. TERMINATION 28
DISPUTE RESOLUTION
55. ADJUDICATION AND ARBITRATION 30
3
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
1 DEFINITIONS
The following words and expressions shall have the meanings assigned to
them except where the context otherwise requires:
(xiv) “APPLICABLE LAW” means the laws and any other instruments having the
force of law in the Client’s country, or in such other country as may be
4
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
specified in the contract data & Specific Provisions, as they may be issued
and in force from time to time.
(xv) “EFFECTIVE DATE” means the date on which this Contract comes into force
and effect or the date of issue of Letter of Acceptance.
(xvi) “ EXPERTS ” means, collectively, Key Experts, Non-Key Experts, or any
other professional personnel of the Consultant, Sub-consultant or JV
member(s) assigned by the Consultant to perform the Services or any part
thereof under the Contract.
(xvii) “STAKEHOLDERS” include Southern railway, Chennai Corporation, CMDA,
CMWSSB, TNEB, CPCB, TNPCB, TNFRS, Traffic, Police, Highways, various
other departments of TN Govt., Central government departments, interface
contractors etc.
(xviii) “LOCATION” is the place from where the consultant shall conduct the
performance of services, as the Client may approve from time to time.
2 INTERPRETATION
2.1 The headings are inserted for ease of reference only and shall not form part
of nor be used in the interpretation of these Conditions.
2.2 The words importing the singular shall include the plural and vice versa,
words importing a gender shall include other genders. A reference to a
person shall be construed as a reference to an individual, firm, body
corporate or other entity (whether incorporated or not), or, where a position
is nominated, the individual occupying that position.
2.3 References to “Contract” mean this contract (and include the Schedules).
References to “Clauses” and “Schedules” mean clauses of and schedules
to this Contract. The provisions of the Schedules shall be binding on the
parties as if set out in full in this Contract.
2.4 References in this Contract to statutory provisions include all prior and
subsequent enactments, amendments and substitutions relating to that
provision and to any regulations made under it.
2.5 If there is a conflict between provisions of the Agreement and the conflict is
not the result of a variation agreed, priority of documents as mentioned
shall prevail.
5
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
4 INFORMATION
The Employer shall within a reasonable time to give to consultant, free of cost,
available information which he is able to obtain and which may pertain to the
Services. But this shall not relieve the responsibility of consultant to collect all the
necessary information from other organizations, agencies etc. to the execution of
the works assigned.
5 DECISIONS
6 ASSISTANCE
The contract shall come into effect from the date of issue of the Letter of
Acceptance (LOA) or the date as mentioned in the LOA, whichever is later.
8.1 The date of commencement shall be 15 days from the date of issue of
Letter of Acceptance by CMRL or the date mentioned in the Letter of
Acceptance, whichever is later.
6
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
8.2 The services shall commence and complete at the times or within the
period stated in the Service/Contract/Agreement subject to extensions in
accordance with the agreement.
9 NOTICES
The Contractor shall promptly give notice to the Employer of specific probable
future events or circumstances which may adversely affect the work or increase
the Contract Price or delay the execution of the Works. The consultant is
required to submit an estimate of the anticipated effect of the future event or
circumstances, and/or a proposal within 7 days after issuing the Notice.
If the consultant fails to carry out any obligation under the contract, the Employer
may by Notice, require the consultant to make good the failure and to remedy it
within a specified time mentioned in the notice.
Notices under the Agreement shall be in writing and will take effect from receipt
at the address stated in the Agreement. Delivery can be by hand or facsimile
message or electronic mail against a written confirmation of receipt or by
registered letter or by telex and subsequently must be confirmed by letter.
7
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
10.1 Under any circumstances, no employee of the consultant shall, except with
written sanction of the Employer , participate in a radio/TV broadcast or
contribute to any article or write any article or letter either in his own name
or anonymously, pseudonymously, or in the name of any other person, to
any newspaper or periodical.
11 SUBMISSION OF PROGRAMME
12.1 The Consultant shall secure for itself and its employees all equipment,
transport facilities and services that may enable it to perform its obligations
under the contract.
12.2 The Consultant shall at all times give to the Employer or to any other
persons authorised in writing by the Employer, access to premises
occupied by the Consultant where the Consultancy Services are being
undertaken and shall permit those persons to inspect and audit the
performance of the Consultancy Services and any Contract Material or
other material related to the Consultancy Services.
8
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
14 PERFORMANCE STANDARDS
14.2 You are required to comply with the Employer’s Policies and
Procedures as may from time to time be in force.
9
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
14.5 If within a reasonable period the DDC has not improved its progress
or performance, the Employer/Employer’ Representative may by
written notice require it to take additional measures, including
changes in its organization, at no additional cost to CMRL Such notice
shall be in no way deemed to constitute a waiver of
Employer/Employer’ Representative’s rights to terminate the
Agreements by reason of the DDC's breach of contract.
15 ADDRESSING AMBIGUITIES
To the extent there are any ambiguities and/or conflicting terms and provisions
as between the Design Consultant’s Proposal and this contract, this contract
shall control and govern.
The Specification and Drawings submitted shall be in the custody and care of
the Employer. The Consultant shall keep, on the location, a copy of the
Contract, publications named in the Specification, the Documents and
Drawings and Variations and other communications given under this
Contract. The Employer’s Personnel shall have the right of access to all these
documents at all reasonable times.
If a Party becomes aware of an error or defect in a document which was
prepared for use in executing the Works, the Party shall promptly give notice
to the other Party of such error or defect.
Any approval, check, certificate, consent, examination, inspection, instruction,
notice, proposal, request, test, or similar act by the Engineer (including
absence of disapproval) shall not relieve the Consultant from any
responsibility he has under this Contract, including responsibility for errors,
omissions, discrepancies and non-compliances.
17 Delayed Drawings/ Submissions
The Consultant shall give notice to the Employer whenever the Works are
likely to be delayed or disrupted to the extent that any necessary drawing
could not be issued to the Contractor within a particular time, which shall be
10
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
If the Contractor suffers delay and/or incurs Cost as a result of a failure of the
consultant to issue the notified drawing within a time which is reasonable and
is specified in the notice with supporting details, the Contractor’s claim in this
regard shall be assessed case to case basis and charged in accordance with
consultant’s responsibility for the delay.
Consultant shall be liable to the Employer till the issue of the Performance
Certificate. The Employer shall issue Performance Certificate to the consultant
after the completion of duration of professional liability.
Consultant shall only be liable to pay compensation to the Employer arising out
of in connection with the Agreement for a breach of Contract. Such
compensation shall be limited to the amount specified against limitation of
Liability mentioned in Conditions of Contract.
19 COMMUNICATIONS
19.1 The Design Consultant shall comply with all written procedures, issued by
the Employer from time to time, for conduct of communications to deal with
matters relating to the planning, programming, design and construction of
the Project.
19.2 After every meeting, the consultant shall prepare Minutes of Meeting and
submit to the Employer for approval and circulation to other parties.
20.1 The consultant shall ensure full compliance with the tax laws of India with
regard to this contract and shall be solely responsible for the same. He
shall submit copies of acknowledgements evidencing filing of returns every
year and shall keep the Employer fully indemnified against any liability of
tax, interest, penalty, etc. of the consultant's in respect thereof, which may
arise.
11
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
20.3 The consultant and their personnel shall pay such taxes, duties, fees and
other impositions as may be levied under the Applicable Laws, the amount
of which shall be deemed to have been included in the Contract Price
(Contract Price should be fixed excluding GST, which shall be reimbursed
by the Employer based on documentary evidence of actual payment of the
same).
20.4 In case the Employer receives approval for exemption, refund, waiver or
reimbursement in any of the taxes applicable to the Contract, the consultant
will be advised on the process to be followed to obtain such
exemption/refund/reimbursement of such taxes etc. from the concerned
authority. The consultant shall arrange for the remittance of the refund so
obtained to Employer immediately. Alternatively, the Employer at its
discretion may instruct the consultant to submit all documentary evidence
of having paid the taxes to enable the Employer to claim the refund from
statutory authorities.
Consultant shall not be considered liable for any loss or damage resulting from
any occurrence unless a claim is formally made on him before the expiry of the
insurances stated in the Conditions of Contract, i.e., two years from the date of
issue of completion certificate or such date as may be prescribed by law,
whichever is later.
22 CHANGE IN LEGISLATION
Changes in the rate of existing tax relevant to the contract, 15 days prior to the
due date of submission of the tender, will be considered a Change in Legislation.
Such additional or reduced cost shall be certified by the Employer after
examining the records provided by the consultant and shall be paid by or
credited to the Employer accordingly.
23 CONFLICT OF INTEREST
12
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
Unless otherwise agreed in writing by the Employer, the consultant and his
personnel shall have no interest in nor receive remuneration in connection with
the Project except as provided for in the Agreement.
The consultant shall take all reasonable measures to ensure that its employees,
agents and subcontractors do not, during the Contract, engage in any activity or
obtain any interest which is in conflict with providing the Consultancy Services to
the Employer fairly and independently.
The consultant has an obligation and shall ensure that its experts and sub-
consultant shall have obligation to disclose any situation of actual conflict that
impacts there capacity to serve the best interests of the employer. Failure to
disclose said situations may lead to termination of its contract.
On receipt of a notice of conflict of interest, the Employer may decide upon the
action to be initiated. Employer reserves the right to suspend services of
consultant or to proceed to termination, as necessary.
The consultant shall neither give, provide, or offer nor shall receive, ask or
accept, any loan, fee, reward, gift or any emolument or advantage whatsoever
beyond the provisions of this agreement.
In order to prevent and detect fraud, the Employer may at any time:
In the event of any breach of this condition, the Consultant shall be deemed to
have breached the contract and the Employer shall, without prejudice to any
other rights the consultant, it may possess, be at liberty forthwith to terminate
this contract and to recover from the consultant any loss or damage resulting
from such termination.
13
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
However, should the Employer consider that your conduct or behaviour may be
in breach of code of conduct, or that your professional competence has been
called into question, Notice may be issued to the consultant requiring
explanation in this regard but the consultant will be liable to pay compensation to
the Employer if the breach is established.
25 PUBLICATION
Consultant, either alone or jointly with others, cannot publish, disclose or divulge
any material relating to the Services or Project to any third party without the
written permission from the Employer.
26.1 The Employer has endeavored to delineate the scope of the Services
to be provided by Detailed Design Consultant. Such descriptions are
not intended to be comprehensive. The Design Consultant shall be
required, without adjustment or addition to the fixed rates or maximum
compensation agreed to herein, to provide any services, that are
within the scope of its field of professional practice and that are
reasonably inferable as being necessary, or that would be customarily
furnished by other providers of professional services of the type and
nature provided for in this Agreement, to accomplish the Services set
out in this contract.
26.2 Interface
14
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
28 DEPLOYMENT/REPLACEMENT OF PERSONNEL
15
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
28.3 The Qualifications and experience of all personnel, who are assigned by
consultant to work on the Project, shall be submitted to the Employer for
approval prior to deployment.
(iii) If a key personnel or sub-Key personnel are not available more than 15
days in a month, due to leave or sickness, an amount of Rs. 50,000 will
be deducted from consultant’s payment.
29.1 The consultant shall not, without the written consent of the Employer,
assign the benefits from the Agreement other than money.
29.2 The consultant shall not assign obligations under the Agreement (to Sub-
Consultant / Sub-Contractors) without the written consent of the Employer.
16
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
29.3 The consultant shall not without the written consent of the Employer, assign
or terminate any personnel or sub-contractor for performance of all or part
of the Services.
30.1 In consultation with the consultant, the Client may provide personnel in his
employment to the consultant, when necessity arises. The deployment of
the Client’s personnel shall be subject to the acceptance of the consultant
and such acceptance shall not be unreasonably withheld.
30.2 The Client’s personnel so deployed shall take instructions only from the
consultant till they have been reverted to their services with the Client after
written communication to this effect.
31 PERFORMANCE GUARANTEE
31.2 The Employer reserves the right to forfeit the performance guarantee
amount, in the event of termination of the contract arising due to the breach
of the contract by the consultant.
31.3 In the event of any defect coming to the notice of the Employer within the
period of 24 months from ‘the issue of completion certificate’ as mentioned
in clause 8.3 above and in the eventuality of the consultant failing to rectify
the same, the consultant will forfeit the amount of the Performance
Guarantee.
32 CHANGE IN PERSONNEL
33 CHANGE IN CONSTITUTION
Consultant shall promptly notify and obtain the approval of the employer for any
changes in the constitution of the consultant. It shall be open for the Employer to
terminate the Agreement upon change in the constitution of the consultant. It
17
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
shall be open for the Employer to terminate the Agreement upon death,
retirement, insanity or insolvency of any person being the proprietor/partner in
the consultant, or on the addition or introduction of a new partner managing the
Project for the consultant without the previous approval in writing of the
Employer.
But in absence of and until its termination by the Employer as aforesaid, this
Agreement shall be in full force and effect, notwithstanding any changes in the
constitution of the firm by death, retirement, insanity or insolvency of any of its
proprietors/partners or addition or introduction of any new partners. In case of
death or retirement, the surviving or remaining partners of the firm shall be jointly
and severally liable for the due and satisfactory performance of all terms and
conditions of the Agreement, and likewise on the addition of a new partner, the
latter will also become jointly and severally liable.
The consultant shall effect and maintain Professional Indemnity Insurance (PII)
for the amount in Indian Rupees equal to twice the contract value payable to
consultant, with unlimited number of incidents in respect of design and services
to be carried out by, or on behalf of consultant valid from the date of
commencement till 2 years after the date of issue of completion certificate as
mentioned in clause 8.3 above, to the consultant.
PII Policy shall be obtained within four weeks from ‘date of commencement’ and
before any payment is released to Consultant. The consultant shall produce
evidence of coverage of the Professional Indemnity Insurance before any
payment is released. The insurance which shall ensure the consultant’s liability
by reason of professional negligence and errors in the design of the works shall
be valid from the date of commencement of works. The Employer will not issue
final payment certificate until the consultant has produced evidence that
coverage of Professional Indemnity Insurance has been provided for the
aforesaid period. It is a deemed accepted condition of contract that the DDC
indemnifies and save harmless CMRL from and against all claims and
proceedings on account of infringements of patents rights, design, trademark
name etc. In the professional indemnity insurance policy the deductible amount
shall not be more than 5% of AOA (Any one accident) limit.
The Employer reserves the right to request for additional cover to meet any
specific additional liability and consultant shall insure or increase any other
insurance required by the Client.
18
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
35.3 If the Employer requests for variation, consultant has to submit the
proposal.
36 COPYRIGHT
37.1 The Consultant shall be fully responsible for the suitability, adequacy,
integrity, durability and practicality of the consultant’s proposal.
37.2 The Consultant warrants that the Consultant’s Proposals meet the
Employer’s Requirements and is fit for the purpose thereof.
19
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
37.3 The Consultant warrants that the design is suitable for the site
implementation. The Consultant shall indemnify the Employer against any
damage, expense or claim which the Employer might be subject to by the
executing contractor arising from implementation of the design, In such
events, the consultant shall address or rectify such inadequacy,
insufficiency, impracticality or unsuitability at their own cost. The consultant
shall monitor the design implementation and record any revisions issued
and submit monthly for Employer’s review.
37.5 The Consultant warrants that the Works have been or will be designed to
the highest standards available using proven up-to-date good practice.
37.6 Design Consultant is responsible for the safety of the design of the Project
and for the interpretation of and any necessary amplification of the
Drawings and Specifications prepared by it or its Sub consultants for the
purpose of implementation of the Project.
37.7 The Consultant shall indemnify the Employer against any damage,
expense, liability, loss or claim which the Employer might incur, sustain or
be subject to arising from any breach of the Consultant’s design
responsibility, any claim related to intellectual property rights and/or
warranty set out in this Clause.
37.8 The consultant further is deemed to have checked and accepted full
responsibility for ‘the Consultant’s Proposal’ and warrants absolutely that
the same meets the Employer ’s Requirements:
(iii) Notwithstanding that the same have been accepted by the Employer’s
Representative.
20
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
37.7 The consultant shall be fully responsible for the drawings, designs etc. &
preparing developing and coordinating all design works to enable that part
of the Works to be constructed and/or to be fully operational in accordance
with the Contract’s requirement.
37.8 The Consultant shall not be relieved from any obligation/liability under the
contract, for any delay, suspension, impediment to or adverse effect upon
the progress of the Works due to mistake, inaccuracy, discrepancy or
omission in or between the consultant’s the Definitive Design and the final
design, or any failure by the Consultant to prepare any Design
Data/Drawings or submit the same to the Employer in due time and the
Consultant shall promptly make good any such defect at his own cost. The
consultant shall not be entitled to any additional payment or extension of
time in such cases.
38.1 On issue of LOA within 30 days the details of breakup of activities for the
lump-sum payment with weightage of payments should be submitted to
CMRL for approval.
38.2 The Employer shall pay the Lump Sum Price (which shall cover the sum
total of all costs quoted by the Consultant as set out in Contract) to the
consultant as Interim Payment Application (IPA) on monthly basis for the
performance of services. The consultant shall raise IPA every month.
21
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
The bank guarantee shall become null and void when the full amount for
the advance payment has been recovered by the Employer.
The consultant shall not receive any remuneration in connection with this
assignment except as provided in the contract.
The Consultant may include in an interim payment application any claim for
expenses described in the Pricing Schedule, once those expenses have
22
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
(i) The consultant will not be entitled to make any claim for payment in
respect of any part of or all of the Consultancy Services on Interim
Payment Application by the consultant, until the Employer/Employer’s
has certified that the relevant Consultancy Services have been
performed in accordance with the Contract.
(ii) Each payment claim must include not limited to the following details:
The amount due to the consultant, as approved by the Employer, shall be paid
within 45 days from the date of certification of the Interim Payment Application
(IPA) by the Engineer-in-charge, subject to submission of all necessary
documentary evidence for the claims. The Employer shall release payment, for
all certified items in the IPA within 45 days from the date of approval. Consultant
shall provide additional documents for substantiating their claims, if requested by
the Employer.
23
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
40 CURRENCY OF PAYMENT
Interim payments will be certified and paid in accordance with the provisions of
the contract in the currency shown in the Pricing Document.
41 DISPUTED INVOICES
41.2 Maximum amount withheld on account of disputed item in any invoice shall
not exceed 150% of the value of the disputed item.
41.3 The Consultant shall promptly perform again any Consultancy Service or
item thereof certified as not being in accordance with the Contract, without
raising additional claims to the Employer.
41.4 The Consultant will not be entitled to make any claim for payment in
relation to such services disputed in any invoice until the Employer has
certified that the re-performed services are in accordance with the Contract.
42 AUDIT REQUIREMENTS
The Employer reserves the right to carry out a audits and/or examination of the
books, and the account, including all supporting vouchers, abstracts, etc., and to
make a claim on the consultant for the refund of any excess amount paid to him,
if as a result of such examination, any over-payment to him is discovered to have
been made in respect of any work done or alleged to have been done by the
Contractor, under the Contract. If any under-payment is discovered, the same
shall be paid by the Employer to the consultant. Such payments or recoveries,
however, shall not be subject to any interest.
The consultant shall provide full and timely access for such Audit by the
Employer, including inspection of records and documentation. Such access shall
include direct access to the work areas, storage facilities, consultant's project
offices, and similar areas and facilities where any work is being conducted for
this project.
Deduction towards Income Tax, and any other tax, may be made at source from
each payment made by the Employer, as may be directed by Income Tax
24
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
Subject to Clauses 23, any claim for loss or damage arising out of breach or
termination of the Agreement may be settled by mutual consultation between the
Employer and the consultant, failing which the same shall be referred to dispute
resolution in accordance with Clause 56.
Except in the event of the Employer’s failure to make undisputed payment of the
Compensation due to consultant, notwithstanding any disputes between
Employer and consultant hereunder or in connection with the Project, the
consultant and the Employer shall each continue to perform their respective
obligations hereunder; including the obligation of the consultant to continue to
provide and perform services hereunder pending a subsequent resolution of
such disputes.
45 EMPLOYER’S CLAIM
The Client shall have no liability in respect of any claim made or any award of
compensation in respect of redundancy or unfair or wrongful dismissal to any
employee of the Consultant in respect of his or her service with the Consultant or
arising from the operation of the Client's policies/security measures.
47 FORCE MAJEURE
47.1 If, at any time during the currency of the Contract, the performance in whole
or in part by either party of any obligation under this Contract shall be
prevented or delayed by reason of any war, hostilities, invasion, acts of
public or foreign enemies, rebellion, revolution, insurrection, civil
25
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
(i) Neither party shall by reason of such event be entitled to terminate the
Contract or have claim for damages against the other in respect of
such non-performance or delay in performance. Only extension of time
will be allowed to the extent as determined by the Employer.
(ii) The obligations under the Contract shall be resumed as soon as
practicable after the event has come to an end or ceased to exit.
(iii) If the performance in whole or part of any obligation under the Contract
is prevented or delayed by reason of the event beyond a period of 90
days, either party may as its option give request for Reimbursement or
Extension of Time under the provisions of the contract.
47.2 If neither party issues notice regarding the event within 14 days of its
occurrence, the said event shall be deemed not to have occurred and the
Contract will continue to have effect as such.
48.1 Time is the essence of the Contract. It shall be the bounden duty of the
consultant to strictly adhere to the time for performance of various services
indicated in the Contract.
48.2 In case of delays, the consultant shall be liable to pay liquidated damages
as given in contract.
48.4 The maximum limit of Liquidated Damages shall be 10% of the Fixed Lump
Sum Price of the Contract as stated in the LoA.
49 EXTENSION OF TIME
26
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
Any claim for adjustment in the Contract Price during the Extended Contract
Period will only be considered if supported by valid relevant appropriate rates as
agreed between the Client and the Consultant, for the period in question.
50 ISSUE OF NOTICE
A notice relating to any extension of the Duration of Liability shall be given before
the expiry of such period.
The Client has the right to notify the Consultant that it wishes to modify its
requirements in relation to the Project.
No dispute arising gives either Party the right to suspend their obligations under
the terms of this Agreement.
All parties that form part of the consultant shall be jointly and severally liable to
the Employer and/or third parties for the execution of the contract.
Should any event occur which prevents the performance of the Services (in
whole or in part) required under this Agreement, and then those Services will be
27
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
In the event that there is a reasonable likelihood that the Services are not able to
be recommenced, then this Agreement may be terminated by the Employer.
(i) CMRL may suspend all or part of the Services or terminate the Agreement by
notice of at least 30 days to DDC who shall immediately make arrangements to
stop the Services and minimize expenditure.
(ii) If CMRL considers that DDC is not discharging his obligations CMRL can
inform the DDC by notice stating grounds for the notice. If a satisfactory reply is
not received within 07 days of receipt of the notice by DDC, CMRL can by further
notice terminate the Agreement provided that such further notice is given within
30 days of the DMRC's former notice.
(iii) If DDC is adjudged a bankrupt, or if he makes a general assignment for
the benefit of his creditors, or if a receiver is appointed on account of his
insolvency, or persistently disregards laws, ordinances, rules, regulations or
orders of any public authority having jurisdiction, or otherwise is guilty of a
breach of the Agreement, then CMRL may terminate the Services of the DDC as
per the procedure given in Clause 54 below.
CMRL may complete the project by whatever method may be deemed expedient
and the DDC shall not be entitled to receive any further payment.
53 CONSEQUENCES OF SUSPENSION
In the event that the suspension continues for more than 6 months, then this
Agreement may be terminated by the Consultant after issuing Notice to the
Employer.
54 TERMINATION
The Employer shall notify by issuing notice to correct (NTC) to the consultant
when certain breach of terms likes delay, slow progress, etc. are foreseen or has
occurred. The consultant shall respond to the NTC within 14 days by stating
corrective actions to be taken to address the same failing which the Employer
may terminate by issuing a 14 days’ notice of termination.
28
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
The merits of the corrective actions against NTC shall be reviewed by the
Employer. The consultant shall within 28 days show significant and verifiable
effort to correct its performance and provide concrete evidence to the employer
of consultant’s willingness and ability to execute the services under this contract.
If consultant fails to achieve the above the Employer reserves the right to
terminate by issuing a notice of termination.
The Employer reserves the right to execute the balance works by any
means whatsoever at the risk and cost of the terminated consultant.
(iii) Delay of 56 days occurred after the specified period for payment due in
accordance with contract except for disputed items in any Invoice/IPC.
29
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
55.1 Adjudication
(i) If any dispute between consultant and Employer including any dispute
as to any certificate, determination, instruction, opinion or valuation of
the Engineer, is not resolved through Amicable Settlement, either party
to this contract ("the Referring Party") may at any time give notice ("the
Notice") in writing to the other party of its intention to refer a dispute
arising under the contract to adjudication and request for appointment
of Adjudicator.
(iv) If at any time the Parties so agree, they may jointly refer a dispute or
any matter to the DAB for it to give its opinion. Neither Party shall
consult the DAB on any matter without the agreement of the other
Party.
(v) If any member of the DAB declines to act or is unable to act as a result
of death, disability, resignation or termination of appointment, a
replacement shall be made in the same manner as the replaced person
was appointed.
(vii) The adjudicator shall reach a decision within 60 days of referral or such
longer period as is agreed between the parties after the dispute has
been referred.
(viii) The adjudicator shall act impartially. The adjudicator may take the
initiative in ascertaining the facts based on the contractual provisions.
For this purpose, the adjudicator may, in addition to documents already
30
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
(ix) The party which is not satisfied with the adjudication award may apply
for arbitration within one month, failing which the decision of the
adjudicator shall be final.
55.2 Arbitration
If the efforts to resolve all or any of the disputes through adjudication fail,
then such disputes shall be referred within 30 days to Arbitration in
accordance with the following provisions:
(ii) For those disputes to be decided by sole Arbitrator, the Employer shall
send a panel of three serving/retired officers not less than the rank of
GM of CMRL or equivalent, out of which the consultant shall choose
one, who will be appointed as sole arbitrator.
(iv) If in a dispute, the consultant fails to select the arbitrator within thirty
(30) days after the Employer has furnished the panel, the MD,CMRL
may nominate an arbitrator from the panel of arbitrators, for that
dispute.
(v) The two chosen arbitrators fail to appoint the third arbitrator within 30
days after they have been appointed, the Employer or the consultant
may apply to the Managing Director of CMRL, to nominate the third
arbitrator from the panel, for the matter in dispute.
(vi) The arbitration hearings shall be held in Chennai only. The language of
the proceedings, that of documents and communications shall be
English and the awards shall be made in writing. The arbitrators shall
always give item-wise and reasoned awards in all cases where the total
claim exceeds Rs. One million.
31
Chennai Metro Rail Project – Phase-II- DDC/P2C5/03 General Conditions of Contract
32
Chennai Metro Rail Project-Phase-II- DDC/P2C5/03 Conditions of Contract Part II- (SC &
Contract Forms)
TENDER DOCUMENTS
SECTION 7
FEBRUARY 2018
CHENNAI METRO RAIL LIMITED
ADMINISTRATIVE BUILDING, CMRL DEPOT,
POONNAMALLEE HIGH ROAD,
KOYAMBEDU, CHENNAI – 600107.
INDIA
Key Dates and Liquidated Damages for preliminaries for DDC package P2C3-02
Sl.No Liquidated
Key Dates from the Damages to be
date of recovered in
Description of Major items/ Portion of
commencement of each IPC on
DDC works
works (* in non-attainment
calendar days) of Key Dates
Key Dates and Liquidated Damages for Underground Stations, Tunnels, Cross passages,
Launching/ Retrieval shafts, mid-shafts, Tracks works (Permanent Way), and Associated works
including Entry/Exit, Ancillary Buildings, Vent shafts, etc. complete in all respects for all
disciplines ( Civil, structural, architectural, Tracks, MEP, TVS & VAC)
Sl.No Liquidated
Key Dates from the Damages to be
date of recovered in each
Description of Major items/ Portion of
commencement of IPC on non-
DDC works
works (* in attainment of Key
calendar days) Dates
UG-KD 5 Development and submission of construction reference drawings with Lead Design
Checker/s (LDC) certificate (civil, structural, architectural, finishes, tracks, MEP, TVS,
VAC) of all elements including signage, track supporting structures, fit outs (tunnels/
viaducts as applicable), allied structures etc. including fire detection, fire suppression,
fire compartmentation etc.
Submission of Combined Services Drawings (CSD) and Structural Electrical
Mechanical (SEM) drawings with LDC certificate
Delivery of Tender drawings, BOQ, Cost estimate, specifications and all other
necessary documents needed for floating the tenders for each contract package.
UG-KD 5 (A) Civil, Structural and architectural designs INR 1Lakh/Day
along with final submission of Multi-
modal integration (MMI) schemes & 450 days
plans, road restoration, site-
reinstatement and landscaping plans.
UG-KD 5 (B) MEP 450 days INR 1Lakh/Day
UG-KD 5 (C) TVS 450 days INR 1Lakh/Day
UG-KD 5 (D) VAC 450 days INR 1Lakh/Day
UG-KD 5 (E) Tracks 540 days INR 1Lakh/Day
UG-KD 5 (F) Submission of detailed Architectural INR 1Lakh/Day
540 days
finishes
UG-KD 6 Submit necessary technical INR 1Lakh/Day
documentation and revisions as
1350 Days
necessary for approval of commissioner
of Metro rail safety
Key Dates and Liquidated Damages for Elevated Stations, Viaduct, Tracks Works (Permanent
way) and Associated works for all disciplines ( Civil, structural, architectural, Tracks, MEP &
VAC)
Sl.No Liquidated
Key Dates from Damages to be
the date of recovered in each
Description of Major items/ Portion of
commencement IPC on non-
DDC works
of works (* in attainment of Key
calendar days) Dates
EL KD 5 (A) Civil, Structural and architectural designs along with final submission of Multi-modal
integration (MMI) schemes & plans, road restoration, site- reinstatement and landscaping
plans.
i) Sub-structure 450 days INR 1Lakh/Day
ii) Superstructure 480 days INR 1Lakh/Day
EL KD 5 (B) MEP & VAC 480 days INR 1Lakh/Day
EL KD 5 (E) Tracks 540 days INR 1Lakh/Day
EL KD 5 (F) Submission of detailed Architectural finishes 540 days INR 1Lakh/Day
EL KD 6 Submit necessary technical documentation INR 1Lakh/Day
and revisions as necessary for approval of 1350 Days
commissioner of Metro rail safety
Key Dates and Liquidated Damages for Depot, Track works (Permanent Way), Entry to Depot
MEP, TVS, VAC, Depot machines, OCC building and Associated works for all disciplines ( Civil,
structural, architectural, Tracks, MEP & VAC)
Sl.No Liquidated
Key Dates from the Damages to be
date of recovered in
Description of Major items/ Portion of
commencement of each IPC on non-
DDC works
works (* in attainment of
calendar days) Key Dates
DS KD 5 (A) Civil, Structural and architectural designs along with final submission of general site
planning, site- reinstatement and landscaping plans.
i) Sub-structure 450 days INR 1Lakh/Day
ii) Superstructure 480 days INR 1Lakh/Day
DS KD 5 (B) MEP & VAC 480 days INR 1Lakh/Day
DS KD 5 (E) Tracks 540 days INR 1Lakh/Day
DS KD 5 (F) Submission of detailed Architectural finishes 540 days INR 1Lakh/Day
DS KD 6 Submit necessary technical documentation INR 1Lakh/Day
and revisions as necessary for approval of 1350 Days
commissioner of Metro rail safety
APPENDIX – 1
(To be stamped in accordance with the Stamp Act of the country of Issuing Bank)
To
(hereinafter called “the Consultant”), with M/s..............................as the lead member has
undertaken, in pursuance of “Engagement Of Detailed Design Consultant (DDC) for the
Works And Services of The Detailed Design And Drawings for the Alignment, Civil,
Structural, Architectural, MEP, TVS, VAC & Track Works Covering The Alignment,
Ramp and Elevated Stations from Madhavaram Milk Colony To Shastri Nagar
(excluding Madhavaram Milk Colony UG station) and Alignment, Ramp and UG
stations from Retteri to CMBT CH:(-)386 to CH:15,339 including Depot at
Madhavaram, in corridor 5 of Phase- II of Chennai Metro Rail Project”.
AND WHEREAS it has been stipulated by you in the said Contract that the Consultant shall
furnish you with a Bank Guarantee by a recognised bank for the sum specified herein as
security for compliance with his obligations in accordance with the contract in lieu of cash
deposits held by you for such compliance with his obligations in accordance with the
contract in lieu of cash deposits held by you for such compliance of obligation/performance
Guarantee.
AND WHEREAS we have agreed to give the Consultant such as Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the consultant up to a total of .................(amount of Guarantee).......................(in
words), such sum being payable in Indian Rupees, and we hereby unconditionally,
irrevocably and without demur undertake to immediately pay you, upon first written demand
and without cavil or argument any sum or sums within the limits of ...........(amount of
guarantee) as aforesaid without your needing to prove or to show grounds or reasons for
your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Consultant before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract or of the Works to be performed there under or of any of the contract documents
which may be made between you and the consultant shall in any way release us from any
liability under the guarantee and we hereby waive notice of any such change, addition or
modification.
This guarantee shall remain valid up to 24 months after „the date of completion as mentioned
in the completion certificate‟ OR „the date on which all the stations/structures/ buildings on
the section/corridor are put to use for fare paying public whichever is later i.e up to --------------
----------------- (as per the present construction schedule) and shall be suitably extended if the
commissioning of the project is delayed for whatsoever reason. The pendency of sany
dispute or arbitration or other proceedings shall not affect this Guarantee in any manner.
ADDRESS-----------------------------------------
DATE-------------------------------
Notes:
1. The stamp papers of appropriate value shall be purchased in the name of the Bank, who
issue the Bank Guarantee’.
APPENDIX – 2
FORM OF AGREEMENT
BETWEEN
R. Ramanathan
Director (Projects),
Chennai Metro Rail Limited Authorized Representative
Chennai – 600 107. On behalf of
.........................................................................
CONTRACT AGREEMENT
Chennai Metro Rail Limited, a Company incorporated under the Companies Act 1956 (No.1 of
1956) and having its principal place of business at Administrative Building, CMRL Depot,
Poonamallee High Road, Koyambedu, Chennai – 600107, Tamil Nadu, India hereinafter
referred to as the “CMRL” or the “The Employer”, as the case may be, of the one part,
And;
and
Hereinafter called as “the DDC” or “the Consultant” on the other part, each of which is jointly
and severally liable to the Employer for all the contractor‟s obligations under this contract and
................................ authorised to sign and bind the company, under the Board resolution for
..........................................& Power of Attorney for ................................................
The term “Employer” and Consultant” or “the DDC” wherever occurs would mean their
respective administrators, executors and successors in perpetuity.
WHEREAS the Consultant has established a Consortium in accordance with Indian law and
offered a tender for the “NIT No. CMRL/CON/CCS-01/2015-CONSULTANCY SERVICES
FOR DESIGN WORKS OF THE CIVIL, ARCHITECTURAL, LANDSCAPING &
MEPWORKS, DESIGN DEVELOPMENT, PROCUREMENT OF CONSTRUCTION
CONTRACTS, CONSTRUCTION SUPERVISION AND PROJECT MANAGEMENT
SERVICES FOR CENTRAL SQUARE, CHENNAI”.
” as mentioned in contract documents and agrees to undertake performance of such works (as
well as a Guarantee of such works) thereof under the terms and conditions set forth in this
contract and remedying of defects therein.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement and the order of priority of the documents shall be as follows:
(a) The Contract Agreement, (CA)
(b) Acceptance letter by ............................
(c) Letter of Acceptance (LOA), .
(d) Letter of clarifications (letter nos)
i. .
ii. .
(e) Addendum/Corrigendum,
(f) Contract Documents including:
Section 1: NIT & Letter of Invitation
Section 2: Instruction to bidder
Section 3: Scope of works.
Section 4: Evaluation and Qualification Criteria
Section 5: Technical Bidding Forms
Section 6: Financial Bid
The Consultant shall ensure full compliance with tax laws and other laws applicable in India
with regard to this Contract and shall be solely responsible for the same. The Consultant
shall submit copies of acknowledgements evidencing filing of returns every year and shall
keep the Employer fully indemnified against liability of tax, interest, penalty, insurance etc., of
the Consultant in respect thereof, which may arise.
8. NOTICES:
All notices called for by the terms of the Contract Documents shall be in writing in the
English language and shall be delivered by hand or by registered mail, acknowledgement
due, to the parties' addresses given below. All notices shall be deemed to be duly made
when received by the party to whom it is addressed at the following addresses or such
other addresses as such party may subsequently notify to the other:
Employer:
Director (Projects)
Chennai Metro Rail Limited
Administrative Building, CMRL Depot,
Poonnamallee High Road,
Koyambedu, Chennai – 600107.
Tamil Nadu, India
Consultant:
............................................
...........................................
............................................
9. INTEGRATION
The Employer and the Consultant agree that this Contract Agreement, together with the
other Contract Documents, expresses all of the agreements, understandings, promises,
and covenants of the parties, and that it integrates, combines, and supersedes all prior and
contemporaneous negotiations, understandings, and agreements, whether written or oral
and that no modification or alteration of the Contract Documents shall be valid or binding on
either party, unless expressed in writing and executed with the same formality as this
Contract Agreement, except as may otherwise be specifically provided in the Contract
Documents.
This Contract is enforceable and construed under the laws of the Republic of India.
11. LANGUAGE
This Contract Agreement and the other Contract Documents are made in the English
language.
(a) If, at any time during the currency of the Contract, the performance in whole or
in part by either party of any obligation under this Contract shall be prevented
or delayed by reason of any war, hostilities, invasion, acts of public or foreign
enemies, rebellion, revolution, insurrection, civil commotion, sabotage, large
scale arson, floods, earthquake, large scale epidemics, nuclear accidents, any
other catastrophic circumstances or acts of God (hereinafter referred to as
“event”) then, provided notice of the happening of such an event is given by
either party to the other within 14 days of the occurrence thereof :
iii. If the performance in whole or part of any obligation under the Contract is
prevented or delayed by reason of the event beyond a period of 90 days,
either party may as its option give request for Reimbursement or
Extension of Time under the provisions of the contract.
(b) If neither party issues notice regarding the event within 14 days of its
occurrence, the said event shall be deemed not to have occurred and the
Contract will continue to have effect as such.
(a) Adjudication
ii. The sole member of the Dispute Adjudication Board shall be nominated
by the Managing Director of CMRL and he shall not be lower than DGM
of CMRL and who has not dealt with this contract. The remuneration for
the Adjudicator shall be shared by both parties.
iii. The adjudicator shall reach a decision within 60 days of referral or such
longer period as is agreed between the parties after the dispute has been
referred.
iv. The adjudicator shall act impartially. The adjudicator may take the
initiative in ascertaining the facts based on the contractual provisions. For
this purpose, the adjudicator may, in addition to documents already
submitted as part of particulars, call upon additional documents from
either party.
v. The party which is not satisfied with the adjudication award may apply for
arbitration within one month, failing which the decision of the adjudicator
shall be final.
(b) Arbitration
If the efforts to resolve all or any of the disputes through adjudication fail, then such
disputes shall be referred within 30 days to Arbitration in accordance with the
following provisions:
ii. For those disputes to be decided by sole Arbitrator, the Employer shall
send a panel of three serving/retired officers not less than the rank of GM
of CMRL, out of which the consultant shall choose one, who will be
appointed as sole arbitrator.
iv. If in a dispute, the consultant fails to select the arbitrator within thirty (30)
days after the Employer has furnished the panel, the MD,CMRL may
nominate an arbitrator from the panel of arbitrators, for that dispute.
v. The two chosen arbitrators fail to appoint the third arbitrator within 30
days after they have been appointed, the Employer or the consultant may
apply to the Managing Director of CMRL, to nominate the third arbitrator
from the panel, for the matter in dispute.
vi. The arbitration hearings shall be held in Chennai only. The language of
the proceedings, that of documents and communications shall be English
and the awards shall be made in writing. The arbitrators shall always give
item-wise and reasoned awards in all cases where the total claim
exceeds Rs. One million.
x. Cost of Arbitration
The Cost of Arbitration shall be borne equally by the respective parties. The cost
shall, interalia, include the fees of the arbitrator (s) and other expense as per the
rates fixed by the Employer from time to time.
For and on behalf of the Employer For and on behalf of the Contractor
Notes: (for preparation of but not for inclusion in the engrossment of the Contract Agreement)
1. If the Consultant comprises a partnership, consortium or joint venture, liability will be joint
and several, and each member thereof must be identified.
2. In the case that the Consultant comprises a single company, this line should be deleted
entirely, as also should be paragraphs (b) and (c) above.
3. In the case that the Consultant comprises a single company, the word "collectively" should
be deleted from this line.
4. Enter the appropriate nature of the Consultant; company, partnership, consortium or joint-
venture as the case may be.
5. Enter the date of the appropriate resolution.
6. If the Consultant comprises a partnership, consortium or joint venture, each member
thereof must execute.
APPENDIX - 3
7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to
grant a time extension to the Contractor, it is understood that the Bank will extend this
Guarantee under the same conditions for the required time on demand by the Employer and
at the cost of the Contractor.
8. The Guarantee hereinbefore contained shall not be affected by any change in the
Constitution of the Bank or of the Contractor.
9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Employer for
the payment hereof shall in no way relieve the bank of their liability under this deed.
10. The expression “The Employer”, “The Bank”, and “The Contractor” hereinbefore used shall
include their respective successors and assigns.
a) Our liability under this Bank Guarantee shall not exceed Rs. ----------------------- Rupees (-
--------------------------------------------), and
c) We are liable to pay the Guarantee Amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before ---------------------
at ----------------------------------------------------------------------(Name and Address of the Bank).
In Witness whereof I / We of the Bank have signed and sealed this Guarantee on the ----Day of
------------ 2015 being herewith duly authorized.
Signed, sealed and delivered for and on behalf of the Bank by the above named in the
presence of:
Witness: 1 Witness: 2
TENDER DOCUMENTS
SECTION 8
PROJECT PARTICULARS
FEBRUARY 2018
TABLE OF CONTENTS
S.No. Description Page
1. List of Stations (ii)
2. Line Map (iii)
1. LIST OF STATIONS
Inter-
S. station Existing Proposed Type of
Station Name Station Type
No. distance GL (m) RL (m) Platform
(m)
MADHAVARAM MILK UG (190x44.6) 2 side & 1
1 8.414 -6.700
COLONY 2L island
Atgrade 2- Side
2 VENUGOPAL NAGAR 870 7.893 8.481
(140x33.95) Platforms
Elevated 2- Side
3 ASSISSI NAGAR 921 6.425 20.500
(140x21.95) Platforms
Elevated 2- Side
4 MANJAMBAKKAM 874 8.480 22.677
(140x21.95) Platforms
VELUMURUGAN Elevated 2- Side
5 800 8.411 22.440
NAGAR (140x21.95) Platforms
Elevated 2- Side
6 MMBT 816 9.125 23.450
(140x21.95) Platforms
Elevated 2- Side
7 SHASTRI NAGAR 944 7.839 21.880
(140x21.95) Platforms
UG (190x21.8) Island
8 RETTERI 1179 10.028 -5.900
2L Platform
UG (190x21.8) Island
9 KOLATHUR 766 10.214 -5.900
2L Platform
UG (190x21.8) Island
10 SRINIVASA NAGAR 1127 8.810 -6.190
2L Platform
VILLIVAKKAM UG (150x21.4) Island
11 987 8.755 -13.300
METRO ML Platform
UG (150x21.4)
VILLIVAKKAM BUS 2L with Island
12 748 9.581 -5.400
TERMINUS extended Platform
concourse
UG (190x21.8) Island
13 NATHAMUNI 853 11.698 -3.520
2L Platform
ANNA NAGAR UG (150x21.4) Island
14 1037 9.529 -10.540
DEPOT 3L Platform
UG (150x21.4) Island
15 THIRUMANGALAM 1000 9.772 -22.860
ML Platform
KENDRIYA
UG (150x21.4) Island
16 VIDYALAYA, ANNA 830 10.886 -22.860
ML Platform
NAGAR
KALIAMMAN KOIL UG (150x21.4) Island
17 782 10.108 -22.860
STREET ML Platform
UG (150x44.6) 2 side & 1
18 CMBT 730 10.400 -4.800
2L island