- Lucknow Metro Rail Corporation Ltd.

advertisement
SUMMARY SHEET OF ADDENDUM NO. 1: CONTRACT LKCC 07
S.No
Existing Clause/ Pg
No
1
Vol 1: NIT
Clause 1.1.2
Pg. 4
Vol 1: ITT
Clause C.2.6 (a) &
(d)
Pg. 28 & 29
2
Clause in Existing Tender Document
Revised Clause
Please refer Table below “Key Details” in Volume 1
of existing Tender documents.
Table below “Key Details” revised as per Annexure 1
a) Service.Tax
:
As per Notification No 12/2012-Service Tax Act
(dated 17.03.2012) under section 93 (1) read
with section 66 (B) of the Finance Act, by way of
erection or construction of original works'
pertaining to railways are exempted from the
whole of the service tax leviable thereon. For this
purpose Metro Railway is "Railways" and such
services provided to Metro Railway are also
Railway services. The bidder shall examine to
make his own assessment in regard to service
tax liability in the contract. No separate service
tax reimbursement will be made by LMRC.
a) Service Tax
 In consequence to the withdrawal of Exemption on
construction, erection, commissioning or installation of original
works pertaining to metro, every contractor has to discharge
service tax liability. Contractor shall be reimbursed service tax
liability amount resulting from withdrawal of service tax
exemption granted to metros due to coming in force of
Notification no. 09/2016 dated 01.03.2016 on actual basis. For
claiming reimbursement of service tax, contractor is required to
submit Tax Invoice containing details as prescribed under the
Service Tax Rules 1994 along with copy of challan (if paid in
cash)/CENVAT adjustment (if adjusted through CENVAT) duly
certified by Chartered Accountant. The said reimbursement
shall be over and above the contracted price. For this purpose,
the contractor will maintain proper records and will produce the
same as and when required by the Employer (LMRC). The
contractor shall discharge liability of service tax as per options
available under Finance Act 1994 read with Rules made there
under. Further, contractor shall also file service tax return and
will submit the copy of the same to LMRC. Decision taken by
LMRC in this regard shall be final and binding on the contractor.
 In case the Government of India, restores the aforesaid
exemption (i.e. construction, erection, commissioning or
installation of original works pertaining to metro) no
reimbursement of Service Tax shall be made to Contractor and
no claims after the date of restoring the exemption will be
entertained by the Employer (LMRC).
d) No documents with regard to Custom and Excise d) No documents with regard to Custom and Excise duty will be
duty will be required to be submitted.
In view of above, the tenderers are advised to quote
the price inclusive of all central/state/local taxes,
duties, levies, cess and all other incidental charges
required to be submitted.
In view of above, the tenderers are advised to quote the price
inclusive of all central/state/local taxes, duties, levies, cess and
Page 1 of 3
Revised Clause
placed as
Annexure / Pg. No
Annexure 1
Pg 4R1
Annexure 2
Pg 28R1 & 29R1
required to fulfil the tender conditions including
statutory deduction viz., TDS towards Income Tax /
Works Contract Tax / UPVAT / Labour Cess etc.
after considering clause C2.4, C2.5 & C2.6 above.
3
Vol 1: Form Of
Tender
Sl. No. 1
Pg. 69
4
Vol 2: SCC Clause
11.1.1 (a)
Pg 16
5
Vol 3: Employers
Requirement/Section
B/ Functional
Clause No. (xxi)
Pg. 15
Having inspected the Site, examined the General
Conditions of Contract, Special Conditions of
Contract, Design Basis report, Tender Drawings
and Instruction to Tenderers including Bill of
Quantities, and addenda thereto (if any) issued by
the LMRC for the design and construction of the
above-mentioned Works, and the matters set out in
Appendix 1 hereto, and having completed and
prepared Appendices 2, 3, 4, 5, 6, 7, 8, 9, 10, 14A
& 14B hereto, we hereby (jointly and severally)*
offer to design, construct and complete the whole of
the said Works and Commissioning and remedying
any defects therein, in conformity with the above
documents within the completion period of 24
months (from the date of commencement) for the
sum stated in the Bill of Quantities (Volume 4 of
Tender Documents) as completed by us and
appended hereto.
The contract price, subject to any adjustment
thereto in accordance with the contract shall be all
inclusive (including all taxes, duties, royalties etc.)
including value Added tax (VAT) paid under Uttar
Pradesh VAT act where work is done in Lucknow
and Value Added Tax (VAT) paid under other Sate
Govt VAT act work is done in that state
The contractor has to get necessary permission/
NOC from the railway, road and other concerned
regulatory authorities for block and working in such
locations. DMRC will assist for getting them
permission from concerned regulatory authorities
for working in such locations.
all other incidental charges required to fulfil the tender conditions
including statutory deduction viz., TDS towards Income Tax /
Works Contract Tax / UPVAT / Labour Cess etc. after
considering clause C2.4, C2.5 & C2.6 above. The quoted price
shall however exclude service tax which shall be separately
reimbursable as per Clause C2.6 a) above.
Having inspected the Site, examined the General Conditions of
Contract, Special Conditions of Contract, Design Basis report,
Tender Drawings and Instruction to Tenderers including Bill of
Quantities, and addenda thereto (if any) issued by the LMRC for
the construction of the above-mentioned Works, and the matters
set out in Appendix 1 hereto, and having completed and prepared
Appendices 2, 3, 4, 5, 6, 7, 8, 9, 10, 14A & 14B hereto, we hereby
(jointly and severally)* offer to design, construct and complete the
whole of the said Works and Commissioning and remedying any
defects therein, in conformity with the above documents within
the completion period of 24 months (from the date of
commencement) for the sum stated in the Bill of Quantities
(Volume 4 of Tender Documents) as completed by us and
appended hereto.
The contract price, subject to any adjustment thereto in
accordance with the contract shall be all inclusive (including all
taxes, duties, royalties etc. including value Added tax (VAT) paid
under Uttar Pradesh VAT act where work is done in Lucknow
and Value Added Tax (VAT) paid under other Sate Govt VAT act
work is done in that state. The contract price shall however
exclude service tax which shall be separately reimbursable as
per Clause C2.6 a) of ITT.
The contractor has to get necessary permission/ NOC from the
railway, road and other concerned regulatory authorities for block
and working in such locations. LMRC will assist for getting them
permission from concerned regulatory authorities for working in
such locations.
Page 2 of 3
Annexure 3
Pg 69R1
Annexure 4
Pg 16R1
Annexure 5
Pg 15R1
6
7
8
9
10
Vol 3: Employers
Requirement/Section
B/ Construction
Clause No. (7) & (8)
Pg. 43
Vol 3: Employers
Requirement –
Functional
Clause No (2) Pg.12
Vol 5: Technical
Specifications
Clause 3.1.1
Pg. 27
Vol 5: Technical
Specifications
Clause 8.3 (2)
Pg. 98 & 99
Vol 5: Technical
Specifications
Annexure- 3
Pg. 176 to 182
(7) For fill or dumping sites, the Contractor shall
prepare a land plan with details of surface drainage
requirements, final formation levels, spreading and
compaction of the fill during dumping acceptable to
the Engineer. The Contractor shall also provide
security for such sites. The dumping sites to be
used by the Contractor shall be as directed by the
Engineer.
(7) For fill or dumping sites, the Contractor shall prepare a land
plan with details of surface drainage requirements, final formation
levels, spreading and compaction of the fill during dumping
acceptable to the Engineer. The Contractor shall also provide
security for such sites. The dumping sites to be used shall be
arranged by the Contractor at his own cost.
(8) All excavated material, excluding waste material,
bentonite fluid and bentonite contaminated material
shall be disposed of at the appointed site only. This
material shall be placed and compacted in
accordance with the Construction Specification for
Earth Works or as otherwise directed by the
Engineer's Representative. The disposal of waste
material, bentonite fluid and material contaminated
with bentonite shall be the full responsibility of the
Contractor and these materials shall be disposed of
by the Contractor at an approved location. The
dumping sites provided by the Employer shall not
be used for disposal of waste material, bentonite
fluid or material contaminated with bentonite.
Scope of work is between chainage 13070 m to
22660 m (including 8 stations of 140 m length) on
North-South corridor, Phase 1A of Lucknow Metro
at Lucknow, Uttar Pradesh, India.
(c) IRST-40 Indian Railway standard specifications
for special grade cement for use in concrete
sleepers. Slag cement for piling works conforming
to IS:455 or EN 197-1.
(d) Slag cement for piling works conforming to IS
455 or EN 197-1.
The cement to be used for piling and all foundation
work shall be conforming to following Indian
Standard Specifications:
IS: 455 Specification for Portland slag cement
Vendor List
(8) All excavated material, excluding waste material, bentonite
fluid and bentonite contaminated material shall be disposed of at
the appointed site only. This material shall be placed and
compacted in accordance with the Construction Specification for
Earth Works or as otherwise directed by the Engineer's
Representative. The disposal of waste material, bentonite fluid
and material contaminated with bentonite shall be the full
responsibility of the Contractor and these materials shall be
disposed of by the Contractor at a location approved by the
Engineer.
Annexure 6
Pg 43R1
Scope of work is between chainage 13070 m to 22771.6 m
(including 8 stations of 140 m length) on North-South corridor,
Phase 1A of Lucknow Metro at Lucknow, Uttar Pradesh, India.
Annexure 7
Pg 12R1
(c) IRST-40 Indian Railway standard specifications for special
grade cement for use in concrete sleepers.
Annexure 8
Pg 27R1
(d) Ordinary Portland cement for piling works conforming to
relevant IS codes.
The cement to be used for piling and all foundation work shall be
conforming to relevant Indian Standard Specifications for
Ordinary Portland cement
Revised Vendor List
Page 3 of 3
Annexure 9
Pg 98R1 & 99R1
Annexure 10
Pg 176R1 & 180R1
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D.Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar Station, Lekhraj Station, R.S.Mishra Station,
Indira Nagar Station and Munshipulia Station) including special spans on North – South Corridor, Phase 1A of
Lucknow Metro at Lucknow, Uttar Pradesh, India.
NOTICE INVITING TENDER (NIT)
Annexure 1
1.1
GENERAL
1.1.1
Name of Work:
Lucknow Metro Rail Corporation (LMRC) Ltd. invites open tenders from eligible applicants, who fulfill
qualification criteria as stipulated in Clause 1.1.4 of NIT, for the work, “Contract LKCC – 07 :
Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D.Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar Station, Lekhraj Station,
R.S.Mishra Station, Indira Nagar Station and Munshipulia Station) including special spans on
North – South Corridor, Phase 1A of Lucknow Metro at Lucknow, Uttar Pradesh, India.
The brief scope of the work and site information is provided in ITT Clause A1 (Volume-1) &
Employer’s Requirements (Volume–3)
1.1.2
Key details :
Approximate cost of work
Rs. 760.00 Crores
Tender Security amount
Rs. 7.60 Crores
Completion period of the Work
24 months
Tender documents on sale:
From 23.02.2016 to 15.03.2016 (between 09:30
hrs to 17:30 hrs) on working days
21000/- (inclusive of 5% UPVAT)
Cost of Tender documents
(Demand Draft on a scheduled commercial bank
based in India in favour of “Lucknow Metro Rail
Corporation Ltd”) payable at Lucknow
Last date of Seeking Clarification:
18.03.2016
Pre-bid Meeting
21.03.2016 @ 1500 Hrs
Last date of issuing addendum
04.04.2016 07.04.2016
Date &time of Submission of Tender
16.05.2016 19.05.2016 upto 15:00 Hrs.
Date & time of opening of Tender
16.05.2016 19.05.2016 @ 15:30 Hrs.
Authority and place for purchase of
tender
clarifications
documents,
and
seeking
submission
completed tender documents
of
Chief Project Manager- 2,
Lucknow Metro Rail Corporation,
Administrative Building,
Vipin Khand, Gomti Nagar,
Near Dr.Bhimrao Ambedkar Samajik Parivartan Sthal,
Lucknow-226010,
Uttar Pradesh, India
4R1
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D.Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar Station, Lekhraj Station, R.S.Mishra Station,
Indira Nagar Station and Munshipulia Station) including special spans on North – South Corridor, Phase 1A of
Lucknow Metro at Lucknow, Uttar Pradesh, India.
Annexure 2
C2.4 The Employer may get, from the Government, partial or complete waiver of taxes, royalties,
duties, Labour cess, Octroi, and other levies payable to various authorities. The successful
tenderer (the contractor) shall maintain meticulous records of all the taxes and duties paid and
provide the same with each running bill. In case the waiver becomes effective, the Contractor
will be advised on the process to be followed to obtain the refund from the concerned
authority. The Contractor shall arrange for the remit of the refund to the Employer. In case of
failure by the Contractor to remit such amounts, the same shall be recovered from amounts
due for payment to the Contractor.
With the tender submission, the tenderer shall submit the proof of Utter Pradesh VAT
registration or shall submit an undertaking that he will get registered with Utter Pradesh VAT
authorities in case of award of LOA to them.
C2.5
Tenderers shall quote all prices as per Clause 11.1.1 of GCC and clause 22 of S.C.C.
C 2.6
The tenderers must note the following:
a) Service Tax :
As per Notification No 12/2012-Service Tax Act (dated 17.03.2012) under section 93 (1) read
with section 66 (B) of the Finance Act, by way of erection or construction of original works
pertaining to railways are exempted from the whole of the service tax leviable thereon. For
this purpose Metro Railway is “Railways” and such services provided to Metro Railway are
also Railway services. The bidder shall examine to make his own assessment in regard to
service tax liability in the contract. No separate service tax reimbursement will be made by
LMRC.
In consequence to the withdrawal of Exemption on construction, erection,
commissioning or installation of original works pertaining to metro, every contractor
has to discharge service tax liability. Contractor shall be reimbursed service tax
liability amount resulting from withdrawal of service tax exemption granted to metros
due to coming in force of Notification no. 09/2016 dated 01.03.2016 on actual basis. For
claiming reimbursement of service tax, contractor is required to submit Tax
Invoice containing details as prescribed under the Service Tax Rules 1994 along
with copy of challan (if paid in cash)/CENVAT adjustment (if adjusted through CENVAT)
duly certified by Chartered Accountant. The said reimbursement shall be over and
above the contracted price. For this purpose, the contractor will maintain proper
records and will produce the same as and when required by the Employer (LMRC). The
contractor shall discharge liability of service tax as per options available under
Finance Act 1994 read with Rules made there under. Further, contractor shall also file
service tax return and will submit the copy of the same to LMRC. Decision taken by
LMRC in this regard shall be final and binding on the contractor.
In case the Government of India, restores the aforesaid exemption (i.e. construction,
erection, commissioning or installation of original works pertaining to metro) no
reimbursement of Service Tax shall be made to Contractor and no claims after the date
of restoring the exemption will be entertained by the Employer (LMRC).
LMRC project is covered under Project Import chapter 98.01 of Custom Tariff Act according to
which only concessional custom duty is payable. The tenderer should avail this benefit.
As regards registration under Project Import, after the award of the contract, LMRC at the
written request of a contractor shall facilitate the contractor for obtaining sponsoring /
recommendation letter from the Ministry of Urban Development for getting themselves
registered for availing Project Import benefits. The responsibility to avail the concessional
benefits under Project Import shall solely rest with the contractor. LMRC shall appoint the
coordinating officer for the said purpose.
b) Change in Taxes/Duty :
The contract price shall not be adjusted to take into account any change in taxes, duties,
levies or introduction of any new tax, duty or levy except otherwise mentioned in GCC or
SCC till the completion date including the date of extended period of contract.
c) UPVAT is included in the contract price. The contractor shall maintain details of UPVAT
paid to ‘Trade and Taxes’ department and submit: -
LMRC/LKCC-07/Volume-1/ITT
28R1
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D.Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar Station, Lekhraj Station, R.S.Mishra Station,
Indira Nagar Station and Munshipulia Station) including special spans on North – South Corridor, Phase 1A of
Lucknow Metro at Lucknow, Uttar Pradesh, India.
Annexure 2
(i) Certificate of the Chartered Accountant in regard to turnover of the contractor relating
to LMRC project.
(ii) UPVAT Form-16 of the contractor for the relevant period / periods along with detailed
statement in Form UPVAT-20 & copy of Challans in regard to deposit of tax.
d) No documents with regard to Custom and Excise duty will be required to be submitted.
In view of above, the tenderers are advised to quote the price inclusive of all central/state/
local taxes, duties, levies, cess and all other incidental charges required to fulfil the tender
conditions including statutory deduction viz., TDS towards Income Tax / Works Contract Tax /
UPVAT / Labour Cess etc. after considering clause C2.4, C2.5 & C2.6 above.
C3
Form of Tender
The Form of Tender shall be completed and signed by a duly authorised and empowered
representative of the Tenderer. If the Tenderer comprises a partnership, consortium or a joint
venture the Form of Tender shall be signed by a person who is duly authorised by each
member or participant thereof or by authorized signatory of each member. Signatures on the
Form of Tender shall be witnessed and dated. Copies of relevant powers of attorney shall be
attached.
C4
Outline Quality Plan
The Tenderer shall submit Appendix-3 of FOT to form part of his Tender an Outline Quality
Plan illustrating the intended means of compliance with Appendix 6 of the Employer's
Requirements (Volume 3) and setting out in summary form an adequate basis for the
development of the more detailed document required under Clause 18 of the SCC. The
Outline Quality Plan shall contain sufficient information to demonstrate clearly the proposed
method of achieving the Tenderer's quality objectives with regard to the requirements of
the Contract.
C5
Outline Safety, Health and Environment Plan
C5.1 The Tenderer shall submit Appendix-4 of FOT to form part of its Tender an Outline Safety,
Health and Environment Plan which shall contain sufficient information to demonstrate clearly
the Tenderer's proposals for achieving effective and efficient safety, health & environment
procedures. The Outline Safety, Health and Environment Plan should include an outline of the
safety procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring safety as required by relevant clauses of Tender Documents.
C5.2 The Outline Safety, Health and Environment Plan shall be headed with a formal statement of
policy in relation to safety, health & environment and shall be sufficiently informative to define
the Tenderer's safety plans and set out in summary an adequate basis for the development of
the Site Safety, Health and Environment Plan to be submitted in accordance with relevant
Clauses of the Special Conditions of Contract.
C5.3 The Tenderer may be requested by LMRC in writing to amplify, explain or develop his Outline
Safety, Health and Environment Plan prior to the date of acceptance of the Tender and to
provide more details with a view to reaching provisional acceptance of such a plan.
C6
Tenderer's Technical Proposals
C6.1 The Tenderer shall submit as Appendix-5 of Form of Tender to form part of its Tender, the
Contractor's Technical Proposals as described in Annexure 4 hereto.
C6.2 The Tenderer shall be required to amplify, explain and develop the Contractor's Technical
Proposals in substantially greater detail during the tender evaluation period such that they
may be confirmed as complying clearly with the Employer's Requirements (Volume 3) and, in
accordance with paragraph B4.2 herein, can be incorporated into the Contract. Only those
aspects of the Contractor’s Technical Proposal that the Employer (at his sole discretion)
considers clearly conforming, will form part of the Contract. All this correspondence shall be in
writing.
LMRC/LKCC-07/Volume-1/ITT
29R1
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D.Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar Station, Lekhraj Station, R.S.Mishra Station,
Indira Nagar Station and Munshipulia Station) including special spans on North – South Corridor, Phase 1A of
Lucknow Metro at Lucknow, Uttar Pradesh, India.
Annexure 3
CONTRACT “LKCC-07 ”
FORM OF TENDER
Date: …………………….
To :
The Chief Project manager-2
Lucknow Metro Rail Corporation
Administrative Building,
Vipin Khand,Gomti Nagar,
Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal,
Lucknow-226010;
Contract LKCC-07: Construction of elevated viaduct and 8 Nos. elevated stations (viz.
K.D.Singh Babu Stadium Station, Vishwavidyalaya Station, I.T. College Station, Badshah
Nagar Station, Lekhraj Station, R.S.Mishra Station, Indira Nagar Station and Munshipulia
station) including special spans on North – South Corridor, Phase 1A of Lucknow Metro at
Lucknow, Uttar Pradesh, India.
CONTRACT PACKAGE LKCC-07
GENTLEMEN,
1.
Having inspected the Site, examined the General Conditions of Contract, Special Conditions
of Contract, Design Basis report, Tender Drawings and Instruction to Tenderers including Bill
of Quantities, and addenda thereto (if any) issued by the LMRC for the design and
construction of the above-mentioned W orks, and the matters set out in Appendix 1 hereto,
and having completed and prepared Appendices 2, 3, 4, 5, 6, 7, 8, 9, 10, 14A & 14B hereto,
we hereby (jointly and severally)* offer to design, construct and complete the whole of the
said Works and Commissioning and remedying any defects therein, in conformity with the
above documents within the completion period of 24 months (from the date of
commencement) for the sum stated in the Bill of Quantities (Volume 4 of Tender Documents)
as completed by us and appended hereto.
2.
We undertake (jointly and severally)*:
(a) to keep this Tender open for acceptance without unilaterally varying or amending its terms
for the period stated in Notice of Invitation to Tender hereto (the withdrawal of any member
or any other change in the composition of the partnership/joint venture/consortium on whose
behalf this Tender is submitted shall constitute a breach of this undertaking)*; and
(b) if this Tender is accepted, to provide Guarantees, Undertakings & W arranties for the due
performance of the Contract as stipulated in the General Conditions of Contract, Special
Conditions of Contract and Appendix 1 hereto; and
(c)
to hold in confidence all documents and information whether technical or commercial
supplied to us at any time by or on behalf of the LMRC in connection with this Tender or with
the above-mentioned Works and, without your written authority or as otherwise required by
law, not to publish or otherwise disclose the same.
LMRC/LKCC-07/Volume-1/FOT
69R1
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz. K.D. Singh Babu Stadium
Station, Vishwavidyalaya Station, I.T. College Station, Badshah-Nagar Station, Lekhraj Station, R.S. Mishra Nagar
Station, Indira Nagar Station and Munshipulia Station) including special spans on North – South Corridor of Lucknow
Metro at Lucknow, Uttar Pradesh, India.
Annexure 4
(VAT) paid under other Sate Govt VAT act work is done in that state. The contract price
shall however exclude service tax which shall be separately reimbursed as per clause
C2.6 a) of ITT
(b) The contract price shall be quoted in Indian Rupees and /or in Japanese Yen/US
Dollar/Euro or any combination of these currencies.
16R1
Contract LKCC-07: Employer’s Requirement
Annexure 5
(xv)
Crash barriers as per Tender drawing.
(xvi)
Inserts for track plinth (Track plinth is not in the scope of this work)
(xvii)
For stations located over road, temporary arrangement is to be made for providing working platform at
suitable height so that traffic run below it unhindered. This arrangement shall be maintained till
completion of exterior finishing work. The working platform has to be covered with suitable material so
that nothing falls on the road. A detailed scheme is to be submitted for approval before start of work.
(xviii)
Grooves on Parapet as approved.
(xix)
Provisions for cutouts in the station required for various services in coordination with various system
contractors.
(xx)
(xxi)
Earthing arrangement for station and ancillary building as per requirement of system contractor.
The contractor has to get necessary permission/ NOC from the railway, road and other concerned
regulatory authorities for block and working in such locations. DMRC LMRC will assist for getting them
permission from concerned regulatory authorities for working in such locations.
(xxii)
Construction of few stations such as Munshipulia Station and Indira Nagar Station may require in situ
construction of cross beams / concourse beams, concourse slab, etc. Suitable arrangements as per
point (xvii) to be made accordingly.
2.1.4
There is possibility of some of the items not getting mentioned in the above list of works of viaduct &
stations. Contractors are requested to go through the tender drawings also in details as the works
mentioned above as well as indicated in the tender drawings would be considered inclusive in the scope
of work under quoted price. Employer decision shall be final in this regard in case of dispute. Some of
the major utilities cannot be diverted. Contractor shall take into consideration the existence of these
utilities and design the foundations at these locations accordingly.
2.1.5
Deleted
2.1.6
The scope of work shall also include but not limited to the following:
a.
Though Alignment plans (both vertical and horizontal) and obligatory pier locations are provided by the
Employer to the Contractor. Utility identification at all the foundation locations will be done by the
Contractor before starting piling/excavation and in case utility(s) is encountered or obligatory
requirements of Local Authorities are to be met out, the Contractor would modify the span configuration
at such locations to save the utility(s) or to meet out the obligatory requirements within the accepted
price. The shifting of the utility(ies) would be undertaken only in exceptional circumstances where in the
opinion of the Engineer no other option is available. Cost of such utility shifting will be paid separately
under relevant item of BOQ. No claim as
regard to delay in execution
of utility diversion will be
entertained.
b.
Site clearance and dismantling of obstructions etc., before commencement of work as specified or as
directed;
c.
True and proper setting out and layout of the Works, bench marks and provision of all necessary labour,
instruments and appliances in connection therewith as specified or as directed.
d.
Widening of the road to maintain existing facility of two lane traffic on either direction after occupying 8m
space on center of the road. The construction of the road shall be in accordance with the MORTH
Specification. The payment for this work shall be paid as per relevant item of BOQ.
e.
Existing street lights on the median of the road shall be dismantled as and when required for the work
and temporary lighting arrangement shall be provided along the barricading line at a regular interval to
15R1
LMRC/LKCC-07/Volume-3/Employer’s
Requirements/Section-B/Functional
Annexure 6
conditions with regard to Photography in some “RESTRICTED AREA’ in Lucknow.
RECORDS OF WAGE RATES
(5) The Contractor shall keep monthly records of the average, high and low wage rates for each
trade/tradesman employed on the Site and records shall be made available to the Engineer during
inspection.
14.
MATERIALS
(1)
Materials and goods for inclusion in the Permanent Works shall be new unless the Engineer
has consented otherwise. Preference shall be given to local materials where available.
Approved Manufacturers/Suppliers of few important items have been given in Appendix 10 of
this document. These materials shall be procured only for these manufacturers/Suppliers.
(2)
Certificates of tests by manufacturers which are to be submitted to the Engineer shall be current
and shall relate to the batch of material delivered to the Site. Certified true copies of certificates
may be submitted if the original certificates could not be obtained from the manufacturer.
(3)
Parts of materials which are to be assembled on the Site shall be marked to identify the different
parts.
(4)
Materials which are specified by means of trade or proprietary names may be substituted by
materials from a different manufacturer which has received the consent of the Engineer
provided that the materials are of the same or better quality and comply with the specified
requirements.
(5)
Samples of materials submitted to the Engineer for information or consent shall be kept on the
Site and shall not be returned to the Contractor or used in the Permanent Works unless
permitted by the Engineer. The samples shall be used as a mean of comparison which the
Engineer shall use to determine the quality of the materials subsequently delivered. Materials
delivered to the Site for use in the Permanent Works shall be of the same or better quality as
the samples which have received consent.
PROVISION AND DISPOSAL OF EARTHWORKS MATERIAL
(6)
The Contractor shall be responsible for the provision of all classes of earthworks material
required for the Works, whether sourced from the excavations within the Contract or obtained
from any other sources, which are located outside the Site, for which the Engineer has given
the consent.
(7)
For fill or dumping sites, the Contractor shall prepare a land plan with details of surface drainage
requirements, final formation levels, spreading and compaction of the fill during dumping
acceptable to the Engineer. The Contractor shall also provide security for such sites. The
dumping sites to be used, shall be arranged by the Contractor shall be as directed by the
Engineer. at his own cost.
(8)
All excavated material, excluding waste material, bentonite fluid and bentonite contaminated
material shall be disposed of at the appointed site only. This material shall be placed and
compacted in accordance with the Construction Specification for Earth W orks or as otherwise
directed by the Engineer's Representative. The disposal of waste material, bentonite fluid and
material contaminated with bentonite shall be the full responsibility of the Contractor and these
materials shall be disposed of by the Contractor at an approved location approved by the
Engineer. The dumping sites provided by the Employer shall not be used for disposal of waste
material, bentonite fluid or material contaminated with bentonite.
(9)
Rock deposited as fill material at the dumpsites shall be capable of compaction with single
LMRC/LKCC-07/Volume-3/ Employer's Requirements/Section-D/Construction
43R1
Contract No. LKCC-07
Employer’s Requirements - Functional
Annexure 7
Objective
The objective of the contract is the construction completion, testing and commissioning of the permanent
works by the Contractor (including without limitation, the design, construction and removal of the
Temporary Works) and the rectification of defects appearing in Permanent Works in the manner and
to
the standards and within the time stipulated by the Contract. In full recognition of this objective,
and with
full acceptance of the obligations, liabilities and risks which may be involved, the Contractor shall
undertake the execution of the Works.
1. GENERAL
(1) The Permanent Works shall be constructed to the highest standards available using proven
up-to-date
good Engineering practices. The Specification shall in any case not specify standards which, in
the
Engineer's opinion, are less than or inferior to those described in the Outline Design
Specifications (Design Criteria) and Outline Construction Specifications contained in the Te nder
Documents. Construction shall be carried out employing the procedures established by the
Contractor
in his Quality, Safety Health and Environmental management plans.
(2) The Contractor shall be responsible for obtaining all necessary approvals from th e relevant
Public/Government/Local/Statutory or any agencies in the design and construction of the works.
2. SCOPE OF WORKS
GENERAL
Contract LKCC – 07 : Construction of elevated viaduct and 8 Nos. elevated stations (viz.
K.D.Singh Babu Stadium Station, Vishwavidyalaya Station, I.T. College Station, Badshah Nagar
Station, Lekhraj Station, R.S.Mishra Station, Indira Nagar Station and Munshipulia Station)
including special spans on North – South Corridor, Phase 1A of Lucknow Metro at Lucknow, Uttar
Pradesh, India.
The scope of Work is between Chainage 13070 m to 22660 22771.6 m (including 8 stations of
140 m length) on North – South Corridor, Phase 1A of Lucknow Metro at Lucknow, Uttar Pradesh,
India
2.1 Scope of Work:
2.1.1 The scope of work in brief is given below but the scope includes all other requirements
stipulated in
various parts/volumes of the contract document (including BOQ) and appendices and annexure
thereto.
2.1.2 VIADUCT
Detailed survey of the alignment for viaduct, for fixing span configur ation, as per GAD and
Construction
of following major components of viaduct
(i) Detailed Geotechnical Investigation at foundation locations and submission of report.
(ii) Pile foundation (Group of pile) with hydraulic rotary piling rigs for viaduct.
(iii) Pile cap including leveling course.
(iv) Open foundation including leveling course
(v) Pier and pier cap as per the standard shape and finishes
(vi) Cantilever piers, extended pier, portal piers and portal beam at locations shown in the
drawings
LMRC/LKCC-07/Volume-3/Employer’s Requirements/Section-B/Functional
12R1
Contract No. LKCC-07
3
Technical Specifications for Structural Works
CONCRETE: PLAIN & REINFORCED
Annexure 8
These specifications shall be read in conjunction with the CPWD specifications 1996/2002 with
upto date correction slips, MOST/MORTH Specifications and other relevant specifications
described in the Section 1.1 of these Specifications.
3.1
MATERIALS
Before bringing to the site, all materials for concrete shall be approved by the Engineer. All
approved samples shall be deposited in the office of the Engineer before placing orders for the
materials with suppliers. The materials brought on to the works shall conform in every respect to
their approved samples.
Fresh samples shall be deposited with Engineer whenever type or source of any material
changes. The contractor shall check fresh consignment of materials as it is brought on to the
works to ensure that they conform to the specifications and/or approved samples.
The Engineer shall have the option to have any of the materials tested to find whether they are
in accordance with specifications at the contractor's expense. All bills vouchers and test
certificates which in the opinion of the Engineer are necessary to convince him as to the quality
of materials or their suitability shall be produced for his inspection when required.
Any materials which have not been found to conform to the specifications and not approved by
the Engineer shall be rejected forthwith and shall be removed from the site by the contractor at
his own cost within the time stipulated by the Engineer. The Engineer shall have the powers to
cease the contractors to purchase and use materials from any particular source, as may in his
opinion be necessary for the proper execution of work.
Contractor shall also ensure that all constituents of exposed concrete shall be taken from same
sources to achieve a uniform colour and texture.
3.1.1
Cement
3.1.1.1
The cement used shall be of the following types:
a)
43 grade Ordinary Portland Cement conforming to IS: 8112.
b)
53 grade Ordinary Portland Cement conforming to IS: 12269.
c)
IRST-40 Indian Railway standard specifications for special grade cement for use in
concrete sleepers
Slag cement for piling works conforming to IS: 455 or EN 197-1.
d)
Slag Ordinary Portland cement for piling works conforming to IS 455 or EN 197-1.
relevant IS codes.
e)
Low heat cement for massive elements (pier caps) or during hot weather conditions,
conforming to IS: 12600. Suggested cement mixes for hot weather conditions are OPC
grade 43 + 50 to 70% GGBS or OPC grade 43 + 10-25% PFA, conforming with EN1971.
For piling and foundation work, type of cement shall be as mentioned in Section 8 on
Pile Foundations herein.
For piling and foundation work, slab on grade and all structures in contact with earth, type of
cement shall be as mentioned in section 8 on pile foundations.
3.1.1.2
Whenever possible all cements of each type shall be obtained from one constant source
throughout the contract, cement of different types shall not be mixed together. Different brands
of cement, or the same brand of cement from different sources, shall not be used without prior
approval of the Engineer.
3.1.1.3
Packaged cement shall be delivered to the site in original sealed bags which shall be labelled
27R1
Contract No. LKCC-07
Technical Specifications for Structural Works
Annexure 9
minimise noise and disturbance.
8.1.7
2
The Contractor shall take precautions adequate enough to avoid damage to existing
services and adjacent structures. Fig.1 of IS: 2974 (Part 1) - 1969 may be used as a
guide for studying qualitatively the effect of vibration of persons and structures. In case
of deep excavation adjacent to piles, proper shoring or other suitable arrangement shall
be done to guard against the lateral movement of soil stratum or releasing the confining
soil stress. Any such damage shall be repaired by the contractor to the satisfaction of
the Engineer.
3
The Contractor shall ensure that damage does not occur to complete piling works and
shall submit to the Engineer for approval his proposed sequence and timing for driving
or boring piles having regard to the avoidance of damage to adjacent piles.
Obstructions:
If during the execution of the Works the Contractor encounters obstructions in the ground, he
shall forthwith notify the Engineer accordingly, submit to him details of proposed methods for
overcoming the obstruction and proceed according to the Engineer instructions.
8.2
SCOPE OF WORK:
1
These specifications cover the works of providing pile foundations. Work included
consists of all necessary services and furnishing of all labour material, tools, equipment
and related items for the full and satisfactory performance of the contract, conforming to
these specifications and as shown in the Contract Drawings or reasonably implied therein
or any authorised conditions or alterations thereof.
2
The tenderer is advised to visit the site and familiarise himself with the conditions at
site. The Engineer shall not be held responsible for the accuracy of the soil data,
furnished in good faith with the tender.
3
The construction of piles shall be in accordance with the following Indian Standard
Codes of Practice for Design and Construction of Pile Foundations:
IS: 2911-1979 Part I Section 2 Bored Cast in-situ Concrete Piles Or IRC:78, standard
specifications and code of practice for road bridges Foundation And Substructure,
IS:14593, standard for design construction of bored cast in piles founded on rocks
8.3
4
With the tender the Contractor shall submit the detailed method of construction to be
used. For cast-in-situ concrete piles the Contractor shall indicate the methods he
proposes to concrete the piles in order to prevent necking of piles.
5
The items of work will generally be as follows:
a.
Boring/drilling including provision of temporary casing.
b.
Supplying, fabrication, and placement of all reinforcing bars.
c.
Casting of concrete piles as per specifications.
d.
Load testing of piles.
MATERIALS:
1
General:
Unless otherwise specified in this section all materials shall conform to the requirements
specified in separate sections for Concrete, Formwork and Reinforcement.
2
Cement:
The cement to be used for piling and all foundation work shall be conforming to following
relevant Indian Standard Specifications IS: 455 Specification for Ordinary Portland slag
98R1
Contract No. LKCC-07
Technical Specifications for Structural Works
Annexure 9
cement
Cement shall be free from lumps and caking.
1
Concrete Mix Design:
The concrete shall be M 40. The maximum size of coarse aggregate shall not exceed
20mm. For cast-in-situ piles concrete with a slump of 150 to 175mm (consistent with
the method of concreting) will be required. For slumps more than 150mm the
workability should be tested by “determination of flow” as per IS:9103. Minimum
cement contents for design mix shall not be less than 400 kg/m3 of concrete in piling.
For piling , qty of cement shall be as per the design mix or the minimum cement content
whichever is greater shall be used.
The contractor shall submit mix design calculations and get the same approved by the
Engineer well before the starting of installation of piles and carry out adequate numbers
of tests to ensure the minimum specified strength as indicated in drawings.
2
Concrete cube tests :
Concrete cubes shall be cast, tested and evaluated as specified in Section 3.
3
4
Reinforcement:
a.
The reinforcement shall conform to the requirements specified in Section 5
extending for the full length of the pile and shall project 60 times bar diameters
above the cut off level or as specified in the drawing. Only circular concrete
cover blocks threaded on to the helix shall be used for ensuring the specified
cover.
b.
Joints in main longitudinal bars will be permitted only where, in the opinion of
the Engineer, each bar cannot be supplied in one complete length. Where
permitted, joints shall be provided at agreed centres, designed to develop the
full strength of the bar across the joint, provided with adequate extra links or
stirrups and staggered in position from those of adjacent longitudinal bars, all to
the approval of the Engineer.
c.
All main longitudinal bars shall be tack weld at lapping if any and to the pile cap
reinforcement. The last one circle of helical stirrups at each end shall be welded
to main longitudinal bars.
Casings and Tremie Pipes:
The casings and tremie pipes shall be in mild steel. The temporary casing plates and
permanent liners shall have adequate wall thickness and strength to withstand driving
stresses, stresses due to soil pressure, etc. Without damage or distortion all joints shall
be water tight. The internal diameter of the casing shall not be less than the nominal
diameter of pile.
8.4
CAST IN-SITU BORED PILES:
GENERAL:
a.
Diameters of the piles shall be the concrete shaft diameters and shall not be
less than the diameters specified in the drawing.
b.
These shall be formed by boring to the founding strata specified on the
drawings or as directed at site. The sides of the boring shall be prevented from
collapsing by one of the following :
permanent mild steel liner (cased pile)
removable mild steel casing (uncased pile)
99R1
Annexure-10
LUCKNOW METRO RAIL CORPORATION LIMITED
LIST OF MANUFACTURERS/SUPPLIERS FOR CIVIL & ARCHITECTURAL FINISHING WORI<S
As on 31.03.16
All materials and products used in the work shall conform to the releva nt standards/spec ifications and
sha ll be of approved make and design. The approval of manufacturer/vendor shall be given only after
review of the sample/specimen by the Engineer. The complete system and installation shall also be in
conformity with the "Applicable Codes, Standards and Publications".
Other equivalent manufacturers may be considered with prior approval; however the decision of the
Engineer shall be final.
VENDOR' LIST
S.No.
Details of Materials/Products
Manufacturer 's Name
1
Plywood
(Low Flame Spread Type)
Duroply (Green marked BWR Grade of Sarda Plywood.)
Century Plywood, Green Plywood,Kitply, Virgo lam, Merino,
Swastik Plywood
2
Blackboard
(Low Flame Spread Type)
Duroboard (Green marked BWR Grade of Sarda Plywood,
Century Plywood, Green Plywood, Kitply,Virgo ply, Merino
3
Laminate
Decolam, Greenlam, Formica, Sandek, Bakelite, Merino,
virgo lam
4
Flush Doors
Kanchan Prima,Swastik ,Kutty, Diamond flush door, Raveela,
Alpro panels
5
Compact laminated doors
Merino, Greenlam asia, Green ply
6
Pressed Steel Door & Frames
Agew, San-Harvic, Raymus,
7
Fire Door
Signum,Shakti Met,Godrej, Radiant, Navair
internationai,Sehga l & Sehga l Industries,
8
Door .hardware
Dorma,Hafele, Dorset, Dline, HARDWYN ,Ozone, Hettich
9
Gypsum Board For
Gypboarddropped ceiling
Saint Gobain Gyproc, Lafarge Bora lgypsum
10
Calcium Silicate Board
Promate,Hilux,Acon Pan,Aero lite
11
Metal (MS/SS/Aium inium)
False Ceiling
Durlum, Hunter Doglous, Armstrong,Canon, Fameline
176Rl
-1-
Annexure- 10
12
Adhesive,A dhesives for Tiles
and Mosaics, Stone adhesive,
Glass mosaic adhesive
Pidilite,Ara ldite,Toyo Ferrous Crete,Unistone, Soma ny ezy
grout, MYK laticrete, Mapel
13
Polysulphide Sealants
CICO, Pidilite Industries Ltd., BASF,FOSROC, STP,SW C, SIKA
14
Silicone Sealants and Concrete
Sealer
G.E. Bayer Silicone/ Dow Corining/ Watson Bowman Acme
Corporation,Sika,Mccoy soudal
15
Silicon Water Repellant
Solution
GE Bayer Silicon ,Metroark, STP ltd, Nisiwa-S H" of MCBauchemnic (India) Techrepel" of Choksy Chemicals
16
Tile Joint Filler
Ba l Adhesives & Grouts,Roff Construction Chemicals, W insil
20, Silicon Sea la nt of GE Bayer Silico n, "Zentriva l FM" of MCBauc hemie (India) , Laticrete,Toyo Ferrous Crete.,Maipei,
Unistone super grout
17
Aluminum Sections
Hindustan Aluminium, Jindal,Bharuka,Bharat aluminium,
Vedanta BALCO, Hindalco
18
Float Glass/ Toughened Glass/
Insulating Glass/ Laminated
Glass/FIRE RATED GLASS
Float Glass India, A sa hi Float,Modigua rd,Glaverbel,Sa int
Gobain,Sejal.
19
Powder Coatings
Berger/ Nerocoat/ Jenson & Nicholson.
20
Raised (A':cess) Floor with
assembly system
Hewet son/United Access Floors United Insulation/ A eon
Pan/ Unifloor, Uniflair,Armstrong
21
Interlock Pc:;ving and
chequered Tile
Unistone ,Nimco Prefab, Hindustan Tiles,Terra fima,Nitco,
Ultratile, Oracle Granito
22
Ceramic Tiles & Porcelain Tiles
Kajaria, Bell cera mics, Johnson, Nitco, Somany,
orient,Regency Ceramics ,Euro,Kenzai Ceramic, Hindustan
Tiles.
23
Vitrified Tiles
Kajaria world, Restile Ceramics ,Marbo Gra nit" of Bell
GranitoCeram ica ,Orient,Asian Tiles,EON
Group,Somany,H&R Johnson,Oracle Granito
24
Mosaic Tiles
Mridul Enterprises, lta lia, Bisazza,Kenzai,Opio,EON
25
Yellow Tectile Tiles
Palican,Unistone Products,
26
Decorative wall cladding tiles,
Hindusta n Tiles,Super Tiles & Ma rble, Terra Firma Concrete
& Marbles, Century Tiles, Unitile,
27
GRC Architecturaldecorative
products like Grass grid
pavers,drain covers,GRC
pavers,GRC tiles,GRC brackets,
GRC decorative columns, GRC
planters,GRC noise barriers,
GRC jali
MS Tubes
Terra Firma Concrete & Marbles, Unistone,Hindustan Tiles,
Nimco Prefab
28
Tata metal,Loyd Metal & Engineering ,NSL ,Bihar Tube,
Swastik Pipes,JSW ISPAT
177R l
Annexure- 10
29
Modified Bituminous
Membrane roof water
proofing
Super Thermo lay, Polylexof STP, "LOTUS-3" of the Structural
Waterproofing ,FORSOC,SIKA, Kryton Buildmat,Cc. MBT,
30
Emulsion Paints
ICI Dulux, Aero Paints,Asian, Berger, Nerolac, Jenson &
Nicholson, Sha limar paints.
31
Synthetic Enamel
ICI Dulux,Berger, Asian,Nerolac,Jenson &Nicho lson,Acro
Paints Shalimar paints,
32
Textured Paints
Spectrum/ Unitile/ Heritage,
33
Polyurethane Paint
MRF/ NEROLAC
34
Wall care putty
J.K.White Cement Works, Birla putty, unistone, Shalimar,
gyproc wa ll putty(saint gobain)
35
Aluminium Composite Panel
Alucobond, Alpolic,Aistone,AiuDecor,
36
Stainless Steel/copper
composite panel
Canon
37
Frameless Glass Partition
Fixtures
Dorma, Hafele, Doorset, Dline,lnsta Hardware, HARDWYN
38
Epoxy
FOSROC, SIKA, QUALCRETE, Ara ldite, BASF, KunaiConchem,
CHRYSQ, DON Chemicals, STP,Cleantech SA, TAM, CICO, MCBauchern ie, Pinnacle, Fibrex.
39
Stone cladding clamps
Hilti, BOSCH Fischer, Canon.
40
Anchor Fasteners
Hilti, BOSCH Fischer,Canon, Pooja Forgo
41
Sanitary and bath fittings &
Fixtures
Jaquar, Kingston, Marc, Kohler, Rocca, Hindware
42
Fire resistent paints
Akzo, Noble, PPG,Jotun
43
Kryton, Buildmat, BASF,Chryso, DON, Xypex, Normet India,
MYK Schomburg, Penetron
44
Construction& water proofing
chemicals, Integral water
proofing
compounds/methods, chloride
free plasticiser cum
waterproofing compound,
floor hardeners, Silicon
impregnation.
Cement
45
Reinforcement Bars
Sail,RINL, Tata,JSW.
46
Admixtures
FORSOC, MBT, MC Beucheme, Sika, Apex, Pidilite, Polygon,
CHRYSO, Choksey, STP, MYK Schomburg, BASF, MAPEl,
KunaiConchem, H&R Johnson,Asian Lab, CICO, Fairmate,
Pinnacle, Rheoplast,Normet India
Ultra tech, ACC, Grasim, Gujrat Ambuja, JKLaxmi.
178Rl
Annexur e- 10
47
Structura l Steel
TATA, SAIL,ESSAR, Jindal steel and power, JSW, KL Steel
48
Welding Electrodes
Advani -Oerilikon,D&H Welding Electrodes,Modi Arc, Maruti
Weld
49
Form work Release Agent
Fosroc, MBT, MC Beucheme,CICO,CHRYSO, Choksey, BASF.
50
Corrugated A luminum
perforated panel cladding
Canon Fastener
51
S. S. Works
Ozone,JSL (Jindal steel}, Fabrinox
52
Ready Mix Concrete(RMC)
ACC, Unitech,Grasim, Ultratech.
53
Tensile Roof fabr ic
Mehler,Serge ferrari
54
Stainless steel
Jindal,Sa il.
55
Horizontal tie bars/Shear bars
BB bars system, Dextra
56
Hollow section pipes
Surya pipes, Hi-tech pipes, JSW, JSPL,BiharTubes
57
Drainage pipes
Tirupati, Plastomatics, Duraline, REX,
58
Non shrink grout
Fosroc chemica l (India), SIKA, BASF,MBT,CHRYSO,
Choksey,CICO,STP
59
Water stopper/Bar
KantaRubber, Maruti, Duron
60
Liquid polymer membrane
water proofing
BASF, PIDILITE, Cico, Normet India
61
Polycarbonate sheet
Lexan Sabic innovative plastic, DANPALON,BAYER
62
Metal Roof
Tracdek (interarch Building Products), Tata Bluescope
63
Cement/ Epoxy Terrazo
Flooring
NITCO, NEOCRETE TEC H PVT LTD
64
Glass Fiber Reinforced Gypsum
FORMGLASS
65
Rolling Shutters
Gandhi,Avians
66
Tactile
Palican, Unistone Products, Nimco Products
67
PVC floor/ Vinyl Tile
Armstrong, Tarkett, Gerf loor
68
Solid surface/Acrylic
Coria n/Dupont, Staron/Sa msung
69
Galvalume
Tata Bluescope, JSW steel
70
Aluminium alloy roofing
Hinda lco (everlast)
.
l79Rl
.
Annexure- 10
71
UPVC pipes & fittings
Finolex, Supreme, Polypack, Jind a l Plast (India)
72
CPVC pipes & fittings
Flowguard-Astral, Ajay, Ashirwad
73
Tunne l segment bolts,
accessories with fixtures
Canon Fasteners
74
Expansion Joints
75
Pile Integrity Testing Agency
Kantaflex, Kanta, Maruti Techno,MYK Schomburg,
Prequalified Manufacturers as per RDSO's latest a pproved
list or as approved by LMRC.
CBR I, FUGRO- I<ND, Pile Dynamic, A IMIL, Geodynamic, CEG
Test House, EMC India,Mythcon, ATL AVANTEC H,Soil
Engineering Consultants.
76
Pre-stressing Strand (LRPC)
TATA SSL Ltd, USHA Martin.
77
Pot/Eiastomeric Bearings
Prequalified Manufacturers as per RDSO's latest approved
list or as approved by LMRC.
78
HOPE Sheathing
Rex Polyextr usion,Gwalior Polypipes Ltd, Kataria Sheathing,
M/s Tirupati,M/s Dynamic Prestress
79
Prestressing System
Freyssinet, BBR,VSL,Dynamic, Killick Nixon,Tensacciai (India
Ltd.), JK Prestressing, Usha Martin, Posten, VSIL
80
Reinforcement Couplers
Dextra, Kridhan, JB Engg., Unitech,Moment .
81
Acrylic Textured Coatings
Spectrum,Renova, Wallz, Surfa Nova, Asian Paints
82
Bonding Coat
CICO, FOSRQC, BASF,SWC, TAM, DON,CHRYSO, MYK
Schomburg.
83
Micro Silica
Sika, Elkem,FOSROC,MAPEl,Co rniche, Star Silica, TAM,
CALIPAR, CICO, Rockfit.
84
Curing Compound
FOSROC, Adoadd itives, TAM,STP, SWC,CICO,DON, CHRYSO.
85
Fly Ash
Therma l Plants, Ashcrete, Ultra Pozz, Star Pozz (the Fly Ash
shall be as per LMRC specifications)
180Rl
Contract No. LKCC-07 : Replies to Pre-bid Queries
Sl.
No.
Spec. Ref. Vol / Sec /
As per Tender clause
Page / CL. No./BOQ
Query Raised by tenderer
LMRC Clarification
As per tender conditions.The tenderers shall be qualified
if they have the required experience of execution of work
as prescribed under Clause 1.1.4.2 A of NIT. Experience
of works executed by the tenderers in their own names
(either as single entity or as a part of
JV/Consortium/Partnership) shall only be considered in
this regard. Work Experience of SPV shall be considered
only if SPV has also directly executed the work in
capacity of technical contractor.
1
The bidder was selected as a prime contractor under PPP
mode through competitive bid process. The Bidder has
At least one single work of similar nature viz works of implemented the project under SPV formed out of PPP and
NIT / 1.1.4.2 Minimum
construction of viaduct having pre-stressed concrete carried out construction of 11.4 kms of elevated viaduct and 12
Eligibility Criteria A (i)
nos of elevated stations. The eligibility criteria should also
structure of value of 608.00 Crores
include such projects as the bidder is having much more
experience in implementing the project than asked for. 2
General
3
NIT Cl C2.6
4
NIT Cl 2.6 (b)
5
NIT C 2.2 (v)
6
The employer will acquire and provide land for
permanent works and right for access thereto over
routes established by the contractor. The contractor
Rights of way & Faculties shall bear all cost and charges for special or temporary
rights which he may require for the purpose of works.
GCC Cl 4.12
The contractor should obtain at his risk and cost any
additional facility outside the site which is required for
the purpose of works. 1) Work Areas shall be provided as per Appendix 2A of
Employers Requirement, Vol-3, Pg 46.
2) Labor camp
2) For Labor camp, kindly refer Attachment A, of
3) Site stores/ office etc. LMRC shall not provide any land for Employers Requirement, Vol-3, Pg 87 & 88.
setting up of the above facilities. Please clarify. 3) For site establishments, kindly refer clause 10 of
Employers Requirement- Construction
7
Vol-3 Section “C”
We understand that all design work & release of construction Design and release of construction drawings
drawings is in LMRCL scope. Pls confirm the same Permanent structures is in the scope of LMRC.
Notification regarding service tax exemption for Metro
related works.
The contract shall not be adjusted to take into account
any change in taxes and duties ,levies or introduction of
any new taxes duty or levy All original tender documents issued by LMRC are to be
submitted along with tender submission Design – Deleted LMRC should provide soft copy of complete set of tender
documents for ease of working
The exemption of service tax is applicable for contracts signed
on or before 1 March 2016. Please clarify. There is a possibility of introduction of GST during the
execution period. Any increase /decrease shall be reimbursed
on actual basis. Please clarify whether Annexure / Appendix are to be filled in
the original documents or can be separately prepared and
submitted.
Soft copy is being provided along with Addendum-1 for
ease of working.
Please refer Addendum-1
Kindly refer Clause 11.1.4 of SCC.
Can be seperately prepared and submitted in the
prescribed performa.
The contractor has to make its own arrangements for 1) Selecting casting yard site
for
Pls furnish tender drawings for following structures :
8
Tender drawings
Incomplete tender drawings. Pls furnish the same 1.
2.
3.
4.
5.
6.
Ground water recharge
DG Room
Public toilets at stations /Septic & Soak pit drgs
OHE Mast supporting anchors & earthing Drgs,
Pump house.
Underground / overhead tanks drgs
Work shall be executed as per detailed drawings
provided to the contractor after award of work.
All 8 nos stations drawings (plan, section & elevation drgs) Being provided as soft copy with Addendum-1. It should
be noted that these drawings are indicative in nature.
8.
GAD drg showing pier height w.r.t existing GL all along Work shall be executed at site based on approved
drawings.
proposed metro route.
7.
Page 1 of 32
Min. Cement content
Cement content means it’s a cementitious material (partial
Min. cement content – 400 kg/cum for RCC & 430 replacement for portland cement in concrete as per codal
As per tender conditions.
Kg/Cum for PSC works.
provision)
Pls confirm
10
2.1.6 (e)
We have not considered any restoration of street lights after
Restoration of street lights after construction of metro
Existing street light on the median of the road shall be construction of metro works. If same needs to be considered in
work is not in the scope of the contract. Kindly also refer
dismantled as and when required for the work our scope LMRCL to confirm under which BOQ line item
clause 2.1.6(e) of Employers Requirement Functional.
payment for the same shall be made. 11
CASTING YARD
12
YARD vol-5 7.1.7.2
13
Vol-3 attachment “ A”
Can labour camp to be accommodated inside casting yard ? if
Kindly refer to Attachment A of Employers Requirement
not please provide location of labour camp within project site
Vol. 3.
area 14
Use of crushed sand
We request you to permit use of crushed sand for production of
As per tender conditions.
concrete. As there is always scarcity of availability of river sand.
15
Use of flyash
Is utilization of flyash permitted? If permitted. Please provide list
of structures where flyash can be used with maximum As per tender conditions.
percentage of flyash utilization as per codal requirement.
16
Construction water
As per tender conditions.
Please provide source of construction water. We have not
Kindly also refer to Clause No. 1.1.14 of Technical
considered any type of water treatment for construction water.
Specifications for Structural Works, Vol. 5, Pg 6
Scope
Kindly refer Clause 2.1.2 (xxvi) & (xxvii) & 2.1.3 (viii) of
Connection of drainage downtake pipe through pier to existing
Employers Requirement, Functional. Payment for
SWD is in our scope? If included in our scope. Pls clarify under
drainage works shall be made as per sub-head V08, of
which BOQ line item payment shall be done. Schedule B of BOQ.
Land availability
In order to enable the contractor to plan the work in accordance
with Key Dates; it is requested to confirm the availability of
Kindly refer to Clause No. 2.2 of GCC, Vol. 2, Pg 13
100% encumbrance free land well in advance of
commencement date. Drawing approval
To enable contractor to plan work within time, requested to
provide front/drawings release schedule. Otherwise to avoid Drawings shall be progressively provided to the
idling of contractor’s resources, requested to confirm availability contractor sufficiently in advance in accordance with
of front and construction drawings at-least 30days prior to approved works programme.
scheduled commencement date.
9
17
18
19
Establish suitable yard Casting yard dimensions & location to be specified along with Kindly refer Appendix 2A of Employers Requirement Vol.
approx. SBC of precast yard. 3, Pg 46
We understand that LMRCL shall provide free land with well
As per tender conditions.
graded & well compacted casting yard to contractor. Work areas will be provided to the contractor free of cost
We have not considered any piling foundation for casting yard on "as is where is" basis in accordance with Appendix 2A
of Employers Requirement.
area
Page 2 of 32
20
Dumping
distance
yard
21
General clarification
22
Design approval
23
HT Line relocation
24
Quantity variation
25
Scope of work
26
Extra Items payment
27
Rain
tank
28
Project site
29
Earthing work at station &
viaducts
30
Drainage arrangement of
station
31
Septic
tank/soak
pit/sewerage/STP
32
Masonry work
water
land
&
harvesting
The dumping ground is to be arranged by
Cost for dumping yard land has not been considered in our
contractor at his own cost.
offer. LMRCL to provide land for dumping yard within 5 KM
Please also refer item No. V01 (1) of
work radius. Pls review and confirm the same.
Schedule B of BOQ, Vol-4, Pg 14.
Confirm the minimum lane width to be provided for traffic
Kindly refer Clause 2.1.6 (d) and Clause
movement. Also, it is assumed that minimum 6 m of working
2.1.9
of
Employers
Requirement
space shall be available to contractor for work after
Functional, Vol-3
barricading. Pls confirm
In case of any substantial delay in approval of Design data/
construction methodology then suitable time and cost As per tender conditions.
compensation to be provided as per mutual agreement.
If any, HT line crossing the alignment shall be diverted by the Refer
Clause
2.9
of
Employers
LMRCL.
Requirement, Functional.
If variation in proposed BOQ quantity is +/- 10 % in that case
LMRCL has to settle fresh rates for variation in BOQ line As per tender conditions.
items.
Since station architectural works are not in our scope,
therefore we presume that flooring, painting, glass works, Architectural works of stations is not in
and cladding, SS handrail and toilet fixture works etc are not the scope of present contract.
in scope. Please review and reconfirm the same
Any extra items which are not covered in BOQ as well as in
DSR 2014 (Schedule E ) shall be paid to contactor as per As per tender conditions.
actual rates + 25 % overhead & profit.
Recharge/Rain water harvesting capacity not indicated in The same shall be as per approved
tender document. Please furnish the capacity and location of drawing provided to the contractor after
rain water harvesting tanks
award of work.
We assumed that LMRCL shall provide free from
Kindly refer to Clause No. 2.2 of GCC,
encumbrances along proposed metro route at least 2 months
Vol. 2, Pg 13
in advance of LOI /contract award
As per tender conditions.
As electrification works is not included in this package we Earthing arrangement for viaduct &
assumed that earthing work for stations & viaducts is also not stations is in the scope of contractor as
in our scope. Pls confirm
per clause 2.1.2(xxvi) & clause 2.1.3(xx)
of Employers Requirement, Functional.
As per tender conditions.
Since architectural work is not included this package we
Also refer Clause 2.1.3 (vii) & (viii) of
assumed that station drainage arrangement work not covered
Employers Requirement, Functional, Pgunder this package also. Pls confirm
14
Refer Clause 2.1.3 (xiv) of Employers
Pls confirm construction of septic tank, soak pit, sewerage
Requirement, Functional. Payment for
and STP is included in our scope? If included. Pls confirm
these items shall be made as per relevant
payment for the same made under which BOQ line item
items of Schedule E of BOQ.
Does masonry work include plastering work? Plastering is
Plastering work is not in the scope of
part of our scope. If yes, please specify under which BOQ
contractor.
line item payment for plastering done.
Page 3 of 32
33
34
35
36
37
Understand that handing over of site free from all
encroachments is owner’s responsibility. Pls confirm the
Encroachment
penalty on owner for delay in handing over the site free from
all encroachments.
Since all design work is in LMRCL scope. We understand
that design of Landscape & greenery work also carried out by
Landscape and greenery
LMRCL.
Pls confirm under which BOQ line item payment for
landscaping & greenery works shall be made.
As per Cl. No vol-3 appendix 2B intermediate Key dates are
Completion dates
indicated. Request LMRCL to consider total completion key
dates instead of intermediate key dates for application of
Appendix 2B
liquidated damage (LD)
Reinforcement
bar Cl. No 5.1 Sub-clause 1.1.2 coating of cement slurry for Pls provide list of structures where reinforcement coating
aggressive environment
needs to be carried out.
coating
As per BOQ line item we have considered dia BCIS piles in
our offer. If case of different BCIS Piling diameters, cost of
Diameter of BCIS Piles
BOQ 1200 DIA PILES
mobilisation of different dia rigs & pile installation shall be
paid extra on actual rate + 25 % overhead & profit as
applicable
Kindly refer to Clause No. 2.2 of GCC,
Vol. 2, Pg 13
As per tender conditions.
Payment shall be made as per relevant
items of Schedule E.
As per tender conditions.
As per tender conditions.
As per tender conditions.
To avoid delay in issuance of design & construction drawings As per tender conditions.
we suggest that detailed Geo-technical investigation works Kindly also refer Clause 2.1.2 (i) of
needs to be carried out at your end before issuance LOI.
Employers Requirement, Functional.
38
Geo-Technical
investigation
BOQ line Item – schedule “A”
39
Parapets & MS Railing
Vol-3 cl.no 2.1.2 (xvii)
Parapets and MS railing as per tender drawing including Under which BOQ line item Payment for MS railing with Please refer item No. V06 -2(iv) of
epoxy painting on MS rail
epoxy paint shall be made. Pls clarify
Schedule B of BOQ, Vol-4, Pg 28.
40
Casting Yard
41
42
Cost of Utility shifting
Schedule F
What is the alternative location of Casting yard?
Kindly refer to Appendix 2A of Employers
Requirement Vol. 3, Pg 46
Can labour camp be accommodated in Casting yard?
Kindly refer to Attachment A of Employers
Requirement Vol. 3.
Items to be operated under Schedule F
In Schedule F, the cost of shifting of utility is given. The cost
shall be paid as per accepted rates based
will be as per actual. Please clarify.
on actually executed quantities.
43
Connection of downtake
pipe
Kindly refer Clause 2.1.2 (xxvi) & (xxvii) &
2.1.3 (viii) of Employers Requirement,
Connection of drainage downtake pipe through pier to
Functional. Payment for drainage works
existing SWD may please be clarified.
shall be made as per sub-head V08, of
Schedule B of BOQ.
44
Pile Dia
Is it mandatory to have minimum pile dia as 1.2 m.?
Pier locations given is mandatory or not
45
Pier locations
Pile dia shall be as per approved
drawings.
Pier location shall be as per approved
Please confirm if it is mandatory to follow pier location as per drawings provided to contractor after
tender dwg. We presume that other than obligatory spans, award of work. The location shown in
Tender drawings are indicative in nature.
contractor is free to choose span.
Page 4 of 32
46
Permanent Liner
47
Station Drawings
48
Permits and Approvals
49
Blocks from Railways
50
Data’s
authority
51
ITT Cl. C.2.6 (a)
GCC Cl.2.2
52
SCC Cl.4
53
from
GCC Cl.2.2
54
GCC Cl.2.2
55
GCC 11.2.1
PERMANENT LINING
MS liners shall be provided wherever
For pier in river /nallah, is it mandatory to provide permanent required as per the approved construction
lining? If so please specify the minimum length of permanent drawings and directions of engineer-incharge.
lining.
STATION DRAWINGS
Station drawings are being provided in
soft copy alongwith addendum-1. Detailed
Please provide station drawings in AutoCAD format to drawings shall be provided to the
develop the tender drawings and for proper estimation of contractor after award of work. It should
quantities. Also request you to provide detail dwgs for pump be noted that these drawings are
room, water tank etc to establish proper quantities. Also indicative in nature. Work shall be
executed at site based on approved
provide soft copy of all documents.
drawings.
LMRC should provide necessary assistance in obtaining
required Permits and Approvals from Regulatory and
Statutory authorities. Please conform.
As per tender condition.
LMRC should facilitate contractors in granting blocks from Kindly also refer Clause 1(2) &
2.1.2(xxxiii) of Employers Requirement,
Railways. Please clarify.
Functional.
LMRC should facilitate Contractors in getting all necessary
design data’s from river authority. Please conform.
River
Service Tax :
As per Notification No 12/2012-Service Tax Act (dated
17.03.2012) under section 93 (1) read with section 66
(B) of the Finance Act, by way of erection or construction
of original works' pertaining to railways are exempted
from the whole of the service tax leviable thereon. For
this purpose Metro Railway is "Railways" and such
services provided to Metro Railway are also Railway
services. The bidder shall examine to make his own
assessment in regard to service tax liability in the
contract. No separate service tax reimbursement will be
made by LMRC.
The Employer shall grant the Contractor the right of
access to, and/or possession of the Site progressively
for completion of works.
Site access schedule will be consistent with the
resettlement plan for the section.
The Employer shall grant the Contractor the right of
access to, and/or possession of the Site progressively
for completion of works.
For any delay in handiing over of site, Contractors will be
entitled to only reasonable extension of time and no
monetary claims whatsoever shall be paid or entertained
on this account.
The first instalment shall be paid after mobilisation has
started and next instalment shall be paid after
satisfactory utilization of earlier instalment.
As per current union budget Service tax exemption on Metro
projects have been withdrawn. Kindly confirm whether
Please refer Addendum-1
Service Tax shall be applicable for LKCC 07 package.
Request to provide Schedule of handing over of site to plan
The referred clauses are self explanatory.
Construction Schedule by the Bidder.
Site handed over to Contractor shall be encumbrance free.
The referred clause is self explanatory.
Please confirm.
If there is any delay in getting the Possession of site for
reasons not attributable to the Contractor, reasonable EOT
As per tender conditions.
along with additional cost, if any, incurred by the Contractor
shall be paid by Employer. Please confirm.
Request for payment of 1st installment within 7 days of
As per tender conditions.
submission of invoice and BG for advance.
Page 5 of 32
Request for provision of cross indemnificaton as under:
"Both Contractor and Employer shall indemnify each other
from and against all actions,proceedings, claims,
The Contractor shall indemnify ………………..
As per tender conditions.
damages,losses,expenses of any nature, by reasons of any
act or omissions of the Contractor/ Employer in the execution
of the Works".
Liquidated Damages - As per rates given in App 2B shall Requesting provision for refund of liquidated damages levied
be levied for any delay in completing areas as per key for keydates in case the Contractor achieves subsequent As per tender conditions.
dates incld. an overall completion of works.
keydate.
Request to change the base date as "28 days prior to the
Base date - month in which tender was opened
As per tender conditions.
final date of bid submission".
"Change in Law" means the occurrence or coming into
force of the following , at any time after the date of
submission of tender.
Request for provision of price adjustment to take into account
(a) any new tax which is imposed after the due date of
any increase or decreaes in cost resulting from any change in
submission of tender
taxes, duties, levies or imposition of any new taxes, duties,
(b) change in the rate of any existing tax.
As per tender conditions.
levies from the last date of submission of the tender to the
The Contract Price shall not be adjusted due to any of
completion date including date of extended period of
the above two conditions (except GST) and its impact
contract.
shall be considered covered in the price indices of
various components and thus compensated in Price
Variation Clause.
Scope includes As per tender conditions.
Kindly confirm the following:
The shifting of utilities would be undertaken only in
Kindly also refer Clause 1(2), at Pg-12,
(i) Approvals / permissions for utility shifting from relevant
exceptional circumstances where in the opinion of the
Clause 2.1.6 (a) at Pg-15 & Clause 2.10,
agencies shall be arranged by the Employer.
Engineer no other option is available. Cost of such utility
at pg-22, 23 of Employers Requirement,
(ii) In case of any delay in getting permissions or approval
shifting will be paid separately under relevant item of
Functional. Extension of time, etc. shall
Contractor shall be entitled for suitable cost compensation
BOQ. No claim as regard to delay in execution of utility
be governed by relevant conditions of
including time extension.
shifting will be entertained.
GCC/SCC.
56
SCC Cl.41 / GCC Cl.14.1
57
SCC Cl.22 / GCC Cl.8.5
58
SCC Cl. 26/ GCC Cl.11.1.3
59
SCC Cl.27 / GCC Cl.11.1.4
60
Employer's
Requirement
Section B/Functional Part-1
Cl.2.1.6a
61
Demolition of RCC framed / Steel structures, brick
masonry buildings including basement, Road footpath,
Kerb stone, FOB etc. as existing at site on the alignment
Employer's
Requirement without making damage to adjacent structures, utilities
Section B Cl.2.1
and taking away all the debris and released materials
etc. as existing at site on the alignment without making
damage to adjacent structures, utilities and taking away
all the debris and released materials etc.
(i) Request to provide details of structures required to be
dismantled or demolished.
(ii) Approvals required for demolition works shall be arranged
by the Employer at Employer's cost. Please confirm
62
Tree cutting & transplanting after getting permission of
forest department / nodal agencies (permission of tree
Employer's
Requirement
cutting to be arranged by LMRC). The payment of the
Section B Cl.2.1.6 (q)
same shall be made as per the relevant head of
schedule ‘A’.
Kindly confirm the following:
The referred clause is self explanatory.
i) Status of approvals from Forest Dept.
ii) In case of delay in getting approvals by the Employer which Extension of time, etc. shall be governed
may in turn affect the progress of work, the Contractor shall by relevant provisions of GCC/SCC.
be entitled for suitable time and cost compensation.
63
-
All project related approvals/ clearances to start the project The project has already been approved
shall be taken by Owner / Employer. Please confirm.
by Government.
Approvals & Certifications
Page 6 of 32
The same shall be as per approved
drawings provided to the contractor after
award of work.
Kindly also refer Clause 1(2) &
2.1.2(xxxiii) of Employers Requirement,
Functional.
64
LKDD -01-TDR-EL2-STRStandard spans - Earthing Arrangement
DWG-02220
Please Clarify: We understand that the Burried Earth
Conductor shall be in the scope of OHE Vendor. Please
confirm the details of Earthing arrangement of Pier, Pier cap
and sub structure are required. Kindly provide. Please furnish
Earthing layout & Scheme for Stations. The requirement of
earth mat is not evisaged in our scope. Please confirm
65
Volume 4, BOQ
The BOQ provides only the Unit rates for all the Annexures Items to be operated under Schedule F
A,B & C whereas the quantity involved is missing. It is kindly shall be paid as per accepted rates based
requested to provide these quantities for proper working
on actually executed quantities.
Schedule F - Utilities
Burried earth conductor and Earth mats is
not in the scope of present contract.
Earthing details shall be as per approved
drawings provided to the contrctor after
award of work.
Autocad drawings are being provided with
Addendum-1 for ease of working. It
should be noted that these drawings are
indicative in nature. Work shall be
executed at site based on approved
drawings.
66
Vol 6, Drawings
-
Please provide drawings in Autocad format
67
Volume 3 ER
xxiv, Page 13, Providing and fixing GI brackets……..
Please provide the drawing of GI bracket
68
Volume 3 ER
xxvi, Page 13, Earthing arrangement drainage system
Please provide the earthing drawings for the station and the
via duct
69
-
-
Please provide typical plumbing and drainage drawing for this
project
70
Volume 3 ER
viii, page 14, Drainage arrangements of station…
Please indicate the existing municipal drainage lines for all
the stations in the drawings or please furnish the distance for
each station so as to esimate the quantity of pipes
71
Volume 3 ER
2.1.8, Interface works, ii
We understand that earthing (BEC) and lighting protection,
raceway, cable tray is in Nominated sub contractor scope. Confirmed.
Please confirm
72
Volume 3 ER
-
All embedded items related to E&M Services such as Puddle
flanges, Inserts for brackets, sleeves, stone ware pipes etc As per tender conditions.
shall be in the scope of E&M Contractor. Please confirm
ix, Page 19
Most of the time, it is seen that E&M Contractor does not
depute a qualified person and the civil contractor has to take
lot of pains for co-ordination. Please ensure that E&M As per tender conditions.
Contractor deputes qualifed persons and a strict penalty is
imposed for lapses if any
73
Volume 3 ER
The same shall be as per approved
drawings provided to the contractor after
award of work.
The same shall be as per approved
drawings provided to the contractor after
award of work.
The same shall be as per approved
drawings provided to the contractor after
award of work.
Utility identification for stations has to be
carried out by contractor. Kindly also refer
clause
2.1.6(a)
of
Employers
Requirement, Functional.
74
Volume 3 ER
xii, Page 19
Civil contractor will make the cutouts as per the requirements
shown in the drawing by E&M Contractor. In case the same is
As per tender conditions.
missed in the drawings, the same shall be done by the E&M
Contractor at their risk and cost
75
Volume 3 ER
Design Life
Please consider design life of 30 years
Page 7 of 32
As per tender conditions.
Note: "Relevent Work" in para A(i) & (ii) above means
NIT Cl.No. 1.1.4.2- work of contruction of viaduct/bridge/ Flyover ( excluding
Minimum Eligibility Criteria - approaches and embankments) having pre-stressed
(iii) /Para4-Note/Page no. 6 concrete super structure, with or without elevated metro
station.
For a Foreign JV Partner, in case the work outside the
country of Foreign Partner also includes approaches and
embankments in addition to pre-stressed concrete
As per tender conditions.
superstructure, since the work is of composit nature. Can this
be
considered
as "Relevent Work".
Please
Confirm.
77
Refer Tender Drawings
Tender Drawings:
Soft copy of tender drawings are being
provided with Addendum-1 for ease of
We request the department to please provide soft copy of working. It should be noted that these
Tender Drawings in Auto Cad format.
drawings are indicative in nature. Work
shall be executed at site based on
approved drawings.
78
General
Right of Way During Execution :
Land will be made available as per
Please specify the width of R.O.W. which will be handed over
Clause 2.2 of GCC, as per approved
to the contractor during execution period.
drawing.
79
Refer Cl. 8.3 (Materials
point no.2) Pg. no. 98 of
Cementitious Material :
Technical specification Vol.
5
We propose use of Blended OPC Cement with Slag at Site
Batching Plant for all foundation works.
As per tender conditions.
Please confirm that the Same is permitted.
80
General
Fly ash:
We propose to use fly ash (upto 35% of cementitious
materials) in Sub structure & Super structure concrete.
As per tender conditions.
Please confirm that the Same is permitted.
81
ITT, Annexure – 1A
(As per Clause A3.8)
Verification Statement
Tenderer / Applicant and each member of the JV or a
consortium shall verify, confirm & declared about
As per tender conditions.
DEBARRED as on the due date of submission as noted We presume that, this Blacklisting and Debarment is related
Blacklisting and Debarment is related to
below …………. ………….. Copy of the notification of to “Metro Projects” only.
any type of projects, including Metro
Please confirm.
such debarment shall be submitted in the bid.
Projects.
By virtue of my signature below, I confirm and verify to
my best knowledge ………… not DEBARRED as on the
due date of submission of Bid.
82
Refer SCC Cl. 11.1.4
Pg. 50 of Vol-2
Changes in cost due to legislation:
83
General
Dumping Yard :
84
General
Clearances/Approvals/NOCs :
76
We request department that the Contract Price shall be
adjusted in case of any new tax & change in rate of any
As per tender conditions.
existing tax coming into force after the date of submission of
Tender.
Disposal of muck /earth is to be arranged
Please confirm the Location and approximate Lead of
by contractor at his own cost.
Dumping Yard for Disposal of Muck / Earth from Piles and
Kindly also refer item No. V01 (1) of
other miscellaneous works.
Schedule B of BOQ, Vol-4.
In order to complete the project within stipulated period, we
request LMRC to arrange all the relevant clearances /
As per tender conditions.
approval / NOCs from the concerned work authorities prior to
the award of the work.
Page 8 of 32
Work Areas shall be provided as per
Appendix 2A of Employers Requirement,
Vol-3, Pg 46.
For Labor camp, kindly refer Attachment
A, of Employers Requirement, Vol-3, Pg
87 & 88.
85
Land for Site Establishment / Casting Yard/ Labour
hutment / Batching Plant: The employer will provide
Refer Appendix-2A, works
the work areas of Approx. 4 Ha. near Colvin Taluqdars
Areas, Pg. no. 46 of Vol.-3
College or at a location within 10 km from proposed
site……
We request department to provide minimum 40,000 Sqm.
land for Site Establishment/casting yard/Batching plant /
Labour hutment within 3-5 Km distance from project
alignment at free of cost.
86
General
We request Department to extend the tender submission
As per tender conditions.
date by 04 weeks from the current date.
Tender Submission Date
BILL OF QUANTITIES
We understand that Payment for Item No.6 shall be made on
progressive completion of Casting of U-Girder.
Note: Item no 6 & 7 shall be operated when U-Girder and
As per tender conditions.
being launched by Crane....
Item No.7 shall be paid on progressive completion of Kindly refer 'Note' for payment schedule,
V04
PRECAST
Transporting and Erection of U-Girder.
below item No-7, Pg 22 of BOQ
CONCRETE
FOR
SUPERSTRUCTURE/PIER
Please confirm.
CAP
Item No.6 & 7 - Page 22
SPECIAL
CONDITIONS
We understand that P&M Advance is applicable for New as
OF CONTRACT
well as existing Plant and Machinery available with the The referred clause is self explanatory.
Advance Against Plant and Machinery
CLAUSE
NO.11.2.2
contractor. Please confirm.
PAGE 21
Service Tax Exemption on Metro Rail Project has been Please refer Addendum-1.
Service Tax
withdrawn in the Union Budget 2016. Please confirm whether The quoted price shall be exclusive of
the Price to include service Tax or not.
service Tax.
Atleast one similar work (viz. works of construction of
Viaduct (Which may include station along with
Viaduct/Bridge/Flyover (excluding
approaches and No Change in the clause
embankments) having pre-stressed concrete super
structure) of value Rs 608.00 Crores or more
If the above work of Rs. 608 Crores or more has been
Eligibility
General
Construction done by the foreign partner of the JV and the work was
done in the country of the foreign partner then addition to If the above work of value Rs. 608.00 Crores or more has As per tender conditions.
Experience
Clause 1.1.4.2 (i) of NIT Pg this, the foreign partner must have done atleast one been done by the foreign partner of the JV and the work was
"Relevant Works" equal to or more than Rs. 304.00 done in the country of the foreign partner then in addition to
No-5
crores outside the country of the forein partner
this, the foreign partner must have done works equal to or
Relevant Work means work of construction of more than Rs. 304.00 crores outside the country of the forein
Viaduct/Bridge/Flyover (excluding
approaches and partner
embankments) having pre-stressed concrete supar
structure)
SCHEDULE - B: VIADUCT
STRUCTURAL WORKS
87
88
89
90
Page 9 of 32
91
Page 23/ Volume-1
Clause- B2.3
92
Page 24-25/ Volume-1
Clause- C2.1
93
Page 25/ Volume-1
Clause- C2.2(c)
94
Page 28/ Volume-1
Clause- C2.6(a)
Content of Supporting Document
The accuracy or reliability of the documents and reports
referred to in this Clause B2 and of any other information
supplied, prepared or commissioned at any time by the
Employer or others in connection with the Contract is not
warranted. The Tenderer's attention is drawn to subclauses 4.9 and 4.10 of GCC in this regard. The
Tenderer should visit, examine and assess the Site
including working conditions and will be deemed to have
satisfied himself of the risks and obligations under the
Contract.
With reference to the corresponding Clause, wish to bring to
the attention of the Employer that the Drawings issued vide
Volume-6 of the Tender Document does not include the
Vertical Alignment and Levels. Also, the Drawings include
only Typical drawings of the stations and the location of Entry
Exit Structures is not known. This being an item-rate contract,
the Tenderer needs to have these drawings/ details in order
to prepare the programme, finalise methodology, sequence of
work, plan equipment to be deployed and all these would
have an impact on the Price. Request to provide the
drawings of Vertical Alignment and location of all Entry/ Exit
Structures.
From this sentence we understand that it is up to the
Documents Comprising the Tender
Tenderer to decide whether to submit the three covers
Tenderer may seal all the above three packages in one
separately or together pack them in a single envelop/box.
big envelop or may submit separately.
Please confirm if our understanding is correct.
It is not feasible to get the entire pricing document
reproduced into excel without any alteration. Hence,
Submissions
Tenderer should also submit priced BOQ in MS Excel request the Employer to provide Bidders with Excel Sheet of
format on a CD in sealed condition in Financial Package. all BOQ’s of Volume-6 which is protected and having all links
The format/sequence should not be altered and should and macros such that the Bidder enters only the percentage
be submitted same as provided with the tender above/at- par/ below departmental estimate. This will ensure
documents. In case of any discrepancy between hard a tamper proof excel file. Additionally this file can be printed
copy & soft copy, hard copy will prevail.
and submitted as the Commercial offer instead of the Bidder
filling Volume-4 with ink.
Subsequent to the latest Budget 2016-17 of GoI, Ministry of
Finance (Department of Revenue) has issued a notification of
No.9/2016 - Service Tax dated 1st March 2016 stating that
the contracts which are entered after 1st March 2016 for
Service Tax
Metrorail construction Projects are liable for payment of
As per Notification No 1212012-Service Tax Act (dated
Service Tax. The excerpts of the same are as mentioned
17.03.2012) under section 93 (1) read with section 66
herein below:
(B) of the Finance Act, by way of erection or construction
Quote
of original works pertaining to railways are exempted
(vi) in entry 14, with effect from 1st March 2016,
from the whole of the service tax leviable thereon. For
A. for item (a), the following shall be substituted, namely:this purpose Metro Railway is ~Railways" and such
“(a) railways, excluding monorail and metro;
services provided to Metro Railway are also Railway
Explanation.- The services by way of construction, erection,
services. The bidder shall examine to make his own
commissioning or installation of original works pertaining to
assessment in regard to service tax liability in the
monorail or metro, where contracts were entered into before
contract No separate service tax reimbursement will be
1st March 2016, on which appropriate stamp duty, was paid,
made by LMRC.
shall remain exempt.”
Unquote
Hence request to consider service tax as a line item and
same could be paid on producing documentary evidence.
Page 10 of 32
Relevant drawings (as soft copy) is being
provided with Addendum-1. It should be
noted that these drawings are indicative
in nature. Work shall be executed at site
based on approved drawings.
The referred clause is self explanatory.
BOQ in MS excel format is provided with
Addendum-1 for ease of working.
Kindly refer Addendum-1
95
96
97
98
Page 28/ Volume-1
Clause- C2.6(a)
Change in Taxes/ Duty
The contract price shall not be adjusted to take into
Request to consider revising Contract Price in case of any
account any change in taxes, duties, levies or
change in legislation/ taxes. Moreover, the escalation formula As per tender conditions.
introduction of any new tax, duty or levy except otherwise
does not cover for change in taxes.
mentioned in GCC or SCC till the completion date
including the date of extended period of contract.
Page 34 / Volume 1
Clause- C24.3 of ITT
Clarification
The Tenderer is requested to submit any question in Request to accept the queries till 2 weeks before the date of
writing or by facsimile, to reach the employer not later submission and provide all responses a week before As per tender conditions.
than the last date of seeking clarification as mentioned in submission.
key details of NIT
Page-34/ Volume-1
Clause- C25.1
Format and Signing of Tender
The Tenderer shall prepare and submit One (1) original
of the Tender Security, One (1) original and One (1) copy
of the documents comprising the Technical Package of
the Tender, and One (1) original and One (1) copy of the
Financial Package of the tender, as described in
paragraph C2 of these Instructions to Tenderers clearly
marked "ORIGINAL" and "COPY". In the event of
discrepancy between them, the original shall prevail.
Page-42/ Volume-1
Clause- E6.1
This condition goes well with the GoI’s initiative to provide
opportunities to domestic firms. Like how Tenderers are
Indigenisation/ Transfer of Technology
encouraged to involve domestic firms, request Employer to
As per tender conditions.
Tenderers are encouraged to involve domestic firms in
restrict the pool of Tenderer’s to domestic firms only where
the Contract organisation and procurement processes.
even in a Joint Venture, the members shall be only domestic
firms.
Noted that the Tenderer shall submit one (1) original and one
(1) copy of the documents comprising the Technical
Package. Please confirm that the Tender Document issued The referred clause is self explanatory.
by the Employer needs to be submitted along with Original
only and not along with Copy.
Page 11 of 32
Request to rephrase as follows:
99
100
101
102
Page 60/ Volume 1
Sr. No 5 of Annexure 8
Form of Performance Security (Guarantee) by Bank
After the Contractor has signed the aforementioned
Contract with the Employer, the Bank is engaged to pay
the Employer, any amount up to and inclusive of the
aforementioned full amount upon written order from the
Employer to indemnify the Employer for any liability of
damage resulting from any defects or shortcomings of
the Contractor or the debts he may have incurred to any
parties involved in the Works under the Contract
mentioned above,
whether these
defects or
shortcomings or debts are actual or estimated or
expected. The bank will deliver the money required by
the Employer immediately on demand without delay and
demur and without reference to the Contractor and
without the necessity of a previous notice or of judicial or
administrative procedures and without it being necessary
to prove to the bank the liability or damages resulting
from any defects or shortcomings or debts of the
Contractor. The Bank shall pay to the Employer any
money
so
demanded
notwithstanding
any
dispute/disputes raised by the Contractor in any suit or
proceedings pending before any Court, Tribunal or
Arbitrator/s relating thereto and the liability under this
guarantee shall be absolute and unequivocal
Page 60/ Volume 1
Form of Performance Security (Guarantee) by Bank
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 or if the Contractor fails to
complete the Works within the time of completion as
stated in the Contract, or fails to discharge himself of the
liability or damages or debts as stated under Para 5,
above, 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.
Page 62/ Volume-1
Understand there is no funding agency finalised for this
Acknowledgement of Compliance with Guidelines of
Contract as of now. Under such circumstances, please
Funding Agency
confirm whether the Tenderer is expected to submit this
Entire Annexure
document signed by its authorised signatory.
Page -63/ Volume-1
With design, architectural finishes, MEP not within the scope
Resource proposed for the Project- Personnel
of this Contract, please clarify whether the key staff should
Interface Manager/ Design Engineer/ Geotechnical
As per tender conditions
include Interface Manager, Design Engineer, Geotechnical
Engineer/ Electrical Engineer Mechanical Engineers
Engineer, Electrical Engineer and Mechanical Engineers.
After the Contractor has signed the aforementioned Contract
with the Employer, the Bank is engaged to pay the Employer,
any amount up to and inclusive of the aforementioned full
amount upon written order from the Employer to indemnify
the Employer for any liability of damage resulting from any
defects or shortcomings of the Contractor or the debts he
may have incurred to any parties involved in the Works under
the Contract mentioned above, whether these defects or
shortcomings or debts are actual or estimated or expected.
The bank will deliver the money required by the Employer As per tender conditions.
immediately on demand without delay and demur and without
the necessity of a previous notice or of judicial or
administrative procedures and without it being necessary to
prove to the bank the liability or damages resulting from any
defects or shortcomings or debts of the Contractor. The Bank
shall pay to the Employer any money so demanded but up to
the amount guaranteed herein, notwithstanding any
dispute/disputes raised by the Contractor in any suit or
proceedings pending before any Court, Tribunal or
Arbitrator/s relating thereto and the liability under this
guarantee shall be absolute and unequivocal.
Request to rephrase as follows:
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 or if the Contractor fails to complete the Works
within the time of completion as stated in the Contract, or fails As per tender conditions
to discharge himself of the liability or damages or debts as
stated under Para 5, above, the Bank may extend this
Guarantee under the same conditions for the required time
on demand by the Employer and at the cost and written
request of the Contractor.
Page 12 of 32
Kindly refer Clause 1.1.3 of NIT.
Tenderer shall submit the referred
Annexure. EIB guidelines may kindly be
referred in this regard.
Please do not restrict these two positions to Graduate
Engineers alone and keep the same open to even people
who are qualified as Diploma In Civil Engineering.
Request to consider Total minimum experience as 5 years
instead of 10 years.
As of now the funding agency is not confirmed. Please
confirm, if the Bidder has to sign and submit this Appendix
along with its submissions if the funding agency/ bank is not
finalised before the submission date.
103
Page -64/ Volume-1
Minimum Organisation Structure Required
Project Manager (Team Leader) & Dy. Project Manager
104
Page -64/ Volume-1
Planning Engineer
105
Page-67 & 68/ Volume-1
Statement for Covenant Integrity
Entire Appendix
106
Page -72, Volume-1
Sl. No iii
Upon a reconnaissance survey of the alignment, it has been
noticed that at-least 30% passes through various properties.
Time for completion of the work from the date of Please provide the land-acquisition status of such locations.
Will these documents be provided as addendums? Delays As per tender conditions.
commencement of the work
due to land acquisition, would have an impact in the overall
24 Months
completion and thereby request Employer to give time
extension and compensate costs for such delays.
107
Page 72 / Volume-1
108
Page 72 / Volume-1
109
Page 72 / Volume-1
110
Page 78/ Volume-1
111
Page 84 / Volume 1
As per tender conditions
As per tender conditions.
Yes, the bidder shall sign and submit this
Appendix. Kindly also refer to clause
A4.4.1 of ITT
Total Maximum limit of LD including sums payable by the
Request to revise maximum limit of LD to 10% instead of
employer to designated contractors is 15% as mentioned
As per tender conditions.
15%.
in GCC
The Maximum limit of Liquidated damages on Key Dates
Request to limit to maximum 5% instead of 10%.
As per tender conditions.
shall be 10 % of total the Contract Value
If the Contractor achieves the final completion and handingLiquidated damages shall be levied as per the rate given over within the contractual milestones, request the Employer
As per tender conditions.
in Appendix 2B of Employer Requirements for delay
to refund the Liquidated Damages if any levied against any
intermediate milestone.
Structure of the Tenderer
1. A copy of any Memorandum of Understanding (MOU)
relating to the composition of the Tenderer shall be From this Clause it is understood that this Appendix 6 needs
to be signed and submitted only in cases where the Tenderer
submitted …..
Yes. The understanding is correct.
2. The contractual arrangements and copies of is a Joint Venture and not when participating as a single
agreements in relation thereto must, as a minimum, entity. Please clarify whether our understanding is correct.
provide information on all members or participants
involved ….
Request to increase the Maximum permissible age from 5
Piling Equipment Rotary Rig
As per tender conditions.
years to 10 years
112
Page 84 / Volume 1
Launching Girders
With maximum spans either being U-Girder or I-Girders or
some special cantilever spans, there looks to be no
requirement of Launching Girders. Please delete the same As per tender conditions.
from list of mandatory equipment. Also as per drawing LKDD- Minimum no. of plant and equipments
01-TDR-EL2-STR-DWG-02067 TO 02072, that demonstrates shall be as per appendix 14B of FOT
the erection scheme, shows high capacity cranes and not
Launching Girders.
113
Page 85 / Volume 1
Concrete Pumps
Request to change the minimum number required to 2.
114
Page 85 / Volume 1
Request to modify as follows:
Cranes of suitable capacity for launching/ erection (400
Cranes of suitable capacity for launching/ erection (400 MT/ As per tender conditions.
MT/ 350 MT)
350 MT/ 300MT)
Page 13 of 32
As per tender conditions.
The Construction and/or Manufacture Documents shall
be in the custody and care of the Contractor during the
Contract. Unless otherwise stated in the Employer's
Requirements, the Contractor shall provide three copies
for the use of the Engineer and assistants (as referred to
in Sub-Clause 5.3)
If the Employer has any Electronic Data Management System
(EDMS), the Contractor could also implement the same and
all documents could be exchanged in digital form instead of
As per tender conditions.
printing multiple copies. If any such EDMS is existing please
advise such that the Tenderer can consider the same in the
cost. This could support in reduction of usage of paper
115
Page-11,
Volume-2,
General
Conditions
of
Contract
Clause- 1.6
116
For any such delay in handing over of site, Contractors
Page 13, Volume-2 General
will be entitled to only reasonable extension of time and
Conditions of Contract
no monetary claims whatsoever shall be paid or
Clause- 2.2
entertained on this account
Request to provide area/ land/RoW handover schedule and
Required land/ areas shall be made
in-case of any delays in such handover, request Employer to
available in accordance with Clause 2.2
consider providing Extension of Time and Cost
of GCC
compensation.
117
Page-13,
Volume-2
General
Conditions
of
Entire Clause
Contract
Clause- 2.3
The Tenderer acknowledges the contents of this clause.
However, please confirm that approvals & clearances from
Railways (a portion of the alignment goes above railway
track) and private land owners would be obtained by the
Employer.
118
The Contractor shall be deemed to have satisfied himself
before submitting his tender as to the correctness and
sufficiency of his Tender to cover all his risks, liabilities
Page-15,
Volume-2
and obligations set out in or implied by the Contract and Request Employer to clarify all queries of the Tenderers such
General
Conditions
of
all matters and things necessary for the proper design, that this clause could be duly acknowledged by the As per tender conditions.
Contract
manufacture, execution, installation, completion, testing, successful Contractor.
Clause- 4.1
Integrated Testing whichever is in the scope of the
contract, commissioning of the Works and remedying of
the Defects.
119
Within 30 days of receipt of the Letter of Acceptance, the
successful Tenderer shall furnish Performance Security
in the form of a Bank Guarantee from a branch in India
Page 16 /Volume 2 General
of a scheduled foreign bank or from a scheduled Please consider 5% of the Contract Price as the Performance
Conditions of Contract
As per tender conditions.
commercial bank in India acceptable to the Employer for Security
Clause- 4.2.1
an amount of ten percent of the Contract value in all
types and proportions of currencies in which the Contract
Price is payable………….
120
Unless and until copies of all relevant and necessary
design co-ordination statements have been submitted to
the Engineer, the Engineer shall be entitled to suspend
Page 17 /Volume 2 General
any review or further review of the Contractor’s or the
Conditions of Contract
other contractor’s design submissions. Such suspension
Clause- 4.4(b)
shall not be grounds for the Contractor to claim nor shall
be entitled to receive an extension of time or additional
payments.
As per tender Condition.
Kindly also refer Clause 1(2) & Clause
2.1.2 (xxxiii) of Employers Requirement,
Functional.
The Contractor cannot be held responsible for the failure of
other Contractors design co-ordination / design submission
As per tender conditions.
activities. Please provide some provision for suitable time and
cost compensation for delays not attributable to Contractor
Page 14 of 32
The Contractor shall afford all reasonable opportunities,
for carrying out their work, to other contractors employed
by the Employer and their workmen respectively and the
workmen of the Employer who may be engaged on or
near the Site of any work, ancillary to the Works, but, not
included in the Contract and shall not cause them
inconvenience.
121
Page 18 /Volume 2 General g) If the Contractor shall suffer delay by reason of failure In addition to time, suitable cost compensation shall also be
by any Designated Contractor to meet the specified provided in case of any delay not attributable to the As per tender conditions.
Conditions of Contract
installation interfacing and co-ordination, completion Contractor. Request to modify the clause accordingly.
Clause- 4.4 (f) & (g)
dates, which delay shall be caused otherwise than by
fault of the Contractor or if compliance with sub-clause
(f) herein shall involve the Contractor in delay beyond
that which could be reasonably foreseen by an
experienced contractor at the time of tender, then the
Engineer shall take such delay into account in
determining any extension of time to which the
Contractor is entitled under the Contract
Last Paragraph:
122
123
124
125
If any act or omission of the Contractor whether directly
or indirectly results in the delay in the execution of the
Page 20 /Volume 2 General works of a Designated Contractor, the Contractor in
addition to his liability in respect of liquidated damages if Please link this Clause with that of Clause 8.5 so that the As per tender conditions.
Conditions of Contract
they become due, shall pay to the Employer, or the max LD is limited to 10%
Clause- 4.4
Engineer may deduct from Interim Payment Certificates
such amount as the Engineer shall have certified in
respect of additional payments or costs to the
Designated Contractor in respect of any such delay.
Page-23,
Volume-2
General
Conditions
of
Entire Clause
Contract
Clause- 4.13
Any breach of Sub-clauses 4.5 to 4.6 shall entitle the
Page 21 /Volume 2 General
Employer to rescind the contract under Clause 13.2 of
Conditions of Contract
these conditions and also render the Contractor liable for
Clause- 4.7
loss or damage arising due to such cancellation
Page 22 /Volume
General
Conditions
Contract
Clause- 4.9
The Contractor shall conduct further investigations
2
considered necessary by him at his own cost and any
of
error, discrepancies if found in Employer’s data at any
stage will not constitute ground for any claim for extra
time and costs
In-order to prepare and submit a realistic programme, the Required land/ areas shall be made
details of area/ RoW handover will be required. Request to available in accordance with Clause 2.2
provide the same.
of GCC
Kindly delete this clause
As per tender conditions.
As the Contract Period of 24 months is stringent, time for
executing further investigations will not be available with the
Contractor. Therefore, it would be appropriate to have a As per tender conditions.
suitable provision for time and costs compensation in case of
any discrepancy in data.
Page 15 of 32
126
The Contractor shall be deemed to have satisfied himself
as to the suitability and availability of the access routes
he chooses to use………
Page 22 /Volume 2 General The Employer will not be responsible for any claims
Request to consider compensation in case of delays caused
Conditions of Contract
which may arise from the use or otherwise of any access
As per tender conditions.
due to non-availability of continuous access
Clause- 4.11
route. The Employer does not guarantee the suitability if
availability of any particular access route, and will not
entertain any claim for any non-suitability of nonavailability for continuous use during
127
The Employer will acquire and provide land for
Permanent works and right of way (within LMRC’s land)
for access thereto over routes established by the
Contractor. The Contractor shall bear all cost and
charges for special or temporary rights of way which he
Page 23 /Volume 2 General may require including those for access to the Site. The
Conditions of Contract
Contractor shall also obtain, at his risk and cost, any
Clause- 4.12
additional facility outside the Site which he may require
for the purpose of the Works. The Employer reserves the
right to make use of these service roads/ rights of way
for itself or for other Contractors working in the area, as
and when necessary without any payment to the
Contractor.
128
129
The Contractor shall take all reasonable steps to protect
the environment (both on and off the site)
…………………………………The
Contractor
shall
ensure that air emissions, surface discharges and
effluent from the Site during the Contract Period shall not
exceed the values prescribed by law. The Contractor
shall conform to the Employer’s Requirements and shall
Page 24 & 25 /Volume 2 indemnify the Employer against any liability or damages
General
Conditions
of or claims arising out of his operations. The Contractor
shall be responsible and liable for any stoppage, closure
Contract
or suspension of the works due to any contravention of
Clause- 4.17
statutory requirements relating to the protection of
environment and shall indemnify and keep indemnified
the Employer in this regard.
• Please provide the expected date/schedule of handing over
Required land/ areas shall be made
of land and right of way to the Contractor for permanent
available in accordance with Clause 2.2
works (ROW). In case of any delay, then Contractor has to be
of GCC
suitably compensated in time and cost.
Land will be made available as per
• Please confirm the 'Width of right of way available during
Clause 2.2 of GCC, as per approved
the construction of viaduct
drawing.
Protection of the environment shall be limited to within Site
premises only as the Contractor could not be held
As per tender conditions.
responsible for Environmental impacts in outside the site
locations. Please modify the clause accordingly
………….Nothing extra shall be payable to the
Contractor on this account and his Tender price shall be
inclusive of expenditure required to be incurred for
working as per SHE manual
Page 24 & 25 / Volume 2 ………….Nothing extra shall be payable to the
There is provision only for compensation of time and not cost.
General
Conditions
of Contractor on this account and his Tender price shall be
The Contractor should be compensated for costs arising due As per tender conditions.
Contract
inclusive of expenditure required to be incurred for
to delays not attributable to the Contractor
Clause- 4.17
working as per SHE manual
Page 16 of 32
130
It shall be the responsibility of the Contractor to provide
at his own expense the required sheds, store houses,
and yards for both Permanent and Temporary Works
Page 23 /Volume 2 General
Request to provide the expected date of handing over of the
and provide free access to the Engineer and the
Kindly refer to Clause No. 2.2 of GCC,
Conditions of Contract
plot and in case of any delay, the contractor has to be
Engineer’s Representative who will have right of
Vol. 2, Pg 13
Clause- 4.21
suitably compensated in time and cost.
inspection including that of instructing the Contractor to
remove a particular material from the stores and not to
use the same on the Works
131
Failure or delay by the Employer or the Engineer, to
hand over to the Contractor the Site necessary for
execution of Works, or any part of the Works, or to give
necessary notice to commence the Works, or to provide
Page-43,
Volume-2 necessary drawings or instructions or clarifications or to
Please confirm that with regard to issue in drawings/
General
Conditions
of supply any material, plant or machinery, which under the
instructions by the Employer/ Engineer to the Contractor, As per tender conditions.
Contract, is the responsibility of the Employer, shall in no
Contract
Clause 5.3.2 shall prevail over this clause 8.3.
way affect or vitiate the Contract or alter the character
Clause- 8.3
thereof or entitle the Contractor to damages or
compensation thereof but in any such case, the Engineer
shall extend the time period for the completion of the
Contract, as in his opinion is/ are reasonable.
132
133
Page 45, Volume-2 General
Conditions of Contract
Entire Clause
Clause- 8.6
If there are any delays from the Employer’s end (viz. delay in
handover of works area/ RoW) that affects the Rate of
Extension of time, compensation, etc.
Progress and thereafter the Employer instructs the Contractor
shall be governed by relevant conditions
to increase resource to catch-up with the delays, the
of GCC/SCC.
Employer shall compensate the Contractor for augmenting
resource to improve Rate of Progress.
The Engineer may, at the sole discretion of the Employer
issue a Taking Over
Certificate for any part of the Permanent Works by
following the procedure stipulated in Clause 9.1 above
Page 42 /Volume 2 General if:.
In case of Part taking over, then Defect Liability Period has to
(a) the Employer uses that part of the Works for revenue be accounted for the said section from the date of its Taking Kindly refer to Clause 10.1 of SCC
Conditions of Contract
service before the Taking Over Certificate is issued for over, please clarify
Clause- 9.2
the entire work.
(b) the balance part is not completed not due to the fault
of the contractor and contractual date of completion for
the completed part is over
134
In case of Contractor’s failure in availing the exemptions as
Page 44 /Volume 2 General ii) In case of Contractor’s failure in availing the
stipulated in this clause, the recovery of equivalent amount
Conditions of Contract
exemptions as stipulated above, the recovery of
As per tender conditions.
will not be made from Contractor’s dues. Kindly change this
Clause- 11.1.2
equivalent amount will be made from Contractor’s dues.
clause as above
Page 17 of 32
Please indicate how the price indices would capture the
effect of new taxes and changes in taxes during the course of
the work.
135
Please indicate how work related costs like Workers welfare
cess, VAT, GST and other omnibus taxes can be said to be
The Contract Price shall not be adjusted to take into
included in the indices for specific components of the work.
account any increase or decrease in cost resulting from
Page-50,
Volume-2
any change in taxes, duties, levies from the last date of
General
Conditions
of
As the indices forming part of escalation formula does not
submission of the Tender to the completion date
As per tender conditions.
Contract
cover any change in taxes, how the Employer does not
including the date of the extended period of Contract
Clause- 11.1.4
considers adjusting the Contract Price for changes in taxes.
unless a contrary provision exists in Special Conditions
of Contract.
Especially with Clause 11.1.2 where the Contractor is
expected to pass on all benefits from taxes to Employer, this
Clause 11.1.4 seems unfair as it does not reciprocate with
Clause 11.1.2. Please consider amending this clause and
make provision for adjusting Contract Price as a result of
change in taxation.
136
Page-50 & 51 Volume-2
General
Conditions
of
Entire Clause
Contract
Clause- 11.2.1 & 11.2.2
137
The recovery of Advances shall commence when 20% of
Page-51 Volume-2 General the original contract value of the work has been paid and
it will be completed by the time 85% of the Contract
Conditions of Contract
Value has been paid or the original completion date
Clause- 11.2.4(a)
whichever is earlier.
138
If any Milestone is not achieved by the end of the month
in which it is scheduled to be achieved, the Engineer
Page 53 / Volume 2
shall suspend the payment relating to the Cost centre in
General
Conditions
of
which the Milestone is included.
Contract
Payments suspended under this Clause shall be
Clause- 11.4.1
resumed by being included in the next application for
interim payment made after the Milestone is achieved
Please consider advancing 10% of original contract value
that shall combine mobilisation advance and advance against
plant & machinery. This 10% could be paid in 2 instalments As per tender conditions.
as per the provisions of clause 11.2.1 and hence clause
11.2.2 could be deleted.
Request not to link recovery of advances to original
completion date and request to re-word the clause as follows:
The recovery of Advances shall commence when 20% of the As per tender conditions.
original contract value of the work has been paid and it will be
completed by the time 85% of the Contract Value has been
paid.
Suspension of payment due to Milestone non-achievement
should not be carried out if; the same is not due to reasons
As per tender conditions.
attributable to the Contractor. Please modify the clause
accordingly.
Page 18 of 32
139
The Employer shall have lien over all or any moneys that
may become due and payable to the Contractor under
the Contract, and / or over the deposit of Performance
Security or other amount or amounts made under the
Contract and which may become payable to the
Contractor.
ii. And further, unless the Contractor pays and clears
immediately on demand any claim of the Employer, the
Page 56 / Volume 2
Employer shall at all times be entitled to deduct the
General
Conditions
of
Any liability has to be limited to this Contract only and other
amount of the said claim from the moneys, securities and
As per tender conditions.
Contract
Contracts should not be referred to. Please Confirm
/ or deposits which may become or will become payable
Clause- 11.17
to the Contractor under these presents, or under any
other Contract or transaction whatsoever between the
Employer and the Contractor even if the matter stands
referred to Arbitration. The Contractor shall have no
claim for any interest or damage whatsoever in respect
of any amounts withheld or treated as withheld under the
lien referred to above and duly notified as such to the
Contractor
140
All damages (including, without limitation, liquidated
damages), costs, charges, expenses, debts, or sums for
which the Contractor is liable to the Employer under any
Page 57 / Volume 2 provision of the Contract may be deducted by the
General
Conditions
of Employer from monies due to the Contractor under the
Contract (including, without limitation, liquidated
Contract
damages) and the Employer shall have the power to
Clause- 11.20
recover any balance not so deducted from monies due to
the Contractor under any other Contract between the
Employer and the Contractor………
141
142
Please Confirm:
1. The damages mentioned above have to be limited to
liquidated damages only and not to be “without limitation”.
As per tender conditions.
2. Any recovery has to be carried out within the purview of
this Contract and not to be combined with other Contracts.
Page-60,
Volume-2
In case of foundation work, no variation limit applies and The condition of Clause 12.5 (ii) a) should be applicable in
General
Conditions
of
Contractor shall carry out the Work, at rates stipulated in the case of foundations too. Hence, request to delete this sub As per tender conditions.
Contract
the Contract irrespective of any variation.
clause.
Clause- 12.5 (ii) b)
Please confirm that once any section is handed over by the
Page-66,
Volume-2
Contractor and subsequently other contractors commence
General
Conditions
of
Entire Clause
their works in those handed over sections, the Contractor As per tender conditions.
Contract
shall not be responsible for the care of Works at such
Clause- 14.2
sections.
Page 19 of 32
143
Page 69 / Volume
General
Conditions
Contract
Clause- 15.3
2
of
144
Page 69 / Volume
General
Conditions
Contract
Clause- 15.5
2
of
The Contractor shall insure against liability to third
parties in the joint names of the Employer, the Contractor
and Sub-contractors, (wherever applicable) for any loss,
damage, death or bodily injury which may occur to any
physical property (except things insured under SubClause 15.2) or to any person (except persons insured
under Sub-Clause 15.4), which may arise out of the
performance of the Contract and occurring before the
issue of the Performance Certificate. Such insurance
shall be at least for the amount specified in the Appendix
to Form of Tender.
As per S.N. ix, Form of Tender – Appendix – 1
Amount of Third Party Insurance – INR 0.50 Million for
any one incident, with no. of incidents Unlimited.
………..If the Contractor fails to effect and keep in force
any of the insurances required under the contract, or
fails to provide satisfactory evidence, policies and
receipts in accordance with this sub-clause, the
employer may, without prejudice to any other right or
remedy, effect insurance for the coverage relevant to
such default, and pay the premiums due. In such cases
the premium paid by the employer plus overheads (equal
to 50% of the premium paid) shall be recoverable from
the contractor by the employer, and may be deducted by
the employer from any monies due or to become due, to
the contractor or recover the same as debt due from the
contractor. The contractor shall not dispute the amount
of premium paid by the employer or the overhead
charges thereon…………..
Request to have limitation for the no. of incidents (say 4 nos.) As per tender conditions.
In such cases the premium paid by the employer plus
overheads (equal to 50% of the premium paid) shall be
As per tender conditions.
recoverable from the contractor by the employer. 50% looks
too high. Request to reduce.
Page 20 of 32
145
146
Page-3, Volume-2 Special
Site access schedule will be consistent with the Please provide the resettlement plans of the various sections
Conditions of Contract
resettlement plan for the section
along the alignment.
Sub Clause- 2.4
The Contractor must be suitable compensated as a result of
Page-3, Volume-2 Special
change in planned methodology/ equipment required as a
Conditions of Contract
result of encountering different ground conditions from what
Entire Clause
is provided during the Tender. Please modify the clause
Sub Clause- 4.9
accordingly.
Resettlement plan will be shared with the
contractor during course of work on need
basis.
As per tender conditions.
………. Consent by the Engineer to a works Programme
shall not relieve the contractor of any of his duties or
Page 7/ Volume 2 Special responsibilities under the Contract, nor in the event that
a works programme indicates that a key date has not or
Conditions of Contract
will not be met, constitute any form of acknowledgement
Sub Clause- 4.13
that the contractor is or may be entitled to an extension
of time in relation to such key date or a milestone
If the particular work has not been completed by the
contractor as per the programme, but the contractor can
complete the work without any delay or extension of time as
As per tender conditions.
whole, then Employer should not consider as a delay
damages for any intermediate key dates. Please consider
changing the conditions
148
Page-17, 18 Volume-2
Special
Conditions
of All India Price Index considered for Cement & Steel (W SO
Contract
W S W CO W C)
Sub Clause- 11.1.3
Based on experience, wish to inform the Employer that that
the All India Price Index may not be in-line with the market
price. The CPWD circulars for All India Price Index is mainly
applicable in Delhi, Gurgaon, NOIDA and Ghaziabad. The As per tender conditions.
fluctuation in NCT may be different from that of Lucknow/ UP.
The index released by CPWD Lucknow region maybe more
appropriate. Request to revise the same.
149
Page 18 / Volume 2 Special Wfo= whole sale price index (Average) for fuel & power,
Request to follow IOCL bulletins instead of RBI bulletins (a
Conditions of Contract
as published in the RBI bulletins for the month in which
As per tender conditions.
prevalent practice in Government and major contracts)
the tender was opened
Sub Clause- 11.1.3
147
150
151
c) If the Engineer withdraws the request for an
Employer’s Variation, the Contractor shall have no claim
Page 23 / Volume 2 Special of any kind whatsoever arising out of the amount
Conditions of Contract
determined above. In case the Employer’s Variation
Sub Clause- 12.3
involves omission of part of the Works, the agreement
shall address the issue of reduction in the Contract
Price.
c) If the Engineer withdraws the request for an
Employer’s Variation, the Contractor shall have no claim
Page 23 / Volume 2 Special of any kind whatsoever arising out of the amount
determined above. In case the Employer’s Variation
Conditions of Contract
involves omission of part of the Works, the agreement
Sub Clause- 12.3
shall address the issue of reduction in the Contract
Price.
In general, the changes to any part of the Works due to
reasons not attributable to the Contractor, then Contractor
As per tender conditions.
shall be suitably compensated for time and cost. Please
Confirm
If the Engineer withdraws a Variation after substantial works
are executed for the same, then suitable time and cost
compensation has to be provided to the Contractor. Please
change the clause accordingly.
As per tender conditions.
Also the mechanism to be adopted while omission of part of
the Works is not clearly available in the documents. Please
add a suitable sub-clause
Page 21 of 32
152
Page-10,
Volume-3
Employer’s Requirements
Section-A General
Clause- 14
153
Page-10,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.2(xxxiii)
154
155
156
157
158
159
Page-12,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.2 vi
Page-12,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.2 vi
Page-13,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.2 xvii
Page-14,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.3 iii
Page-15,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.3 xvii
The Contractor shall devise and utilise a PMIS such that
all documents generated by the Contractor can be
transmitted to the Engineer by electronic means (and
vice versa) and that all documents generated by either
party are electronically captured at the point of origin and
can be reproduced later, electronically and in hard copy.
A similar link shall also be provided between the
Engineer office at site and the Employers Office by the
Contractor.
The contractor has to get necessary permission/ NOC
from the railway, road and other concerned regulatory
authorities for block and working in such locations.
LMRC will assist for getting them permission from
concerned regulatory authorities for working in such
locations. Railway charges for Traffic/Power block, if any,
shall be borne by LMRC.
When such a PMIS has to be maintained, is there a need to
submit documents in the hard form and that too along with
copies? Request to consider submission of copies of As per tender conditions.
documents that may comprise letters, drawings, memos,
instructions etc.
Request LMRC to consider obtaining necessary permission/
NOC from Railways under its scope. The Contractor shall
As per tender conditions.
support by providing construction methods/ schemes to be
adopted.
Portal Beam Locations in tender drawing
Kindly refer Clause 2.1.6 (d) and Clause
Please provide the minimum traffic width & height clearance
2.1.9
of
Employers
Requirement
of traffic flow for on road portal beam construction
Functional, Vol-3
Crash Barrier drawing as per tender drawings
Please provide drawings for viaduct pier crash barrier in The same shall be provided to the
Volume-6
contractor after award of work.
Parapets and MS railing as per tender drawings
Please provide drawings for precast Parapet & MS railing The same shall be provided to the
details in Volume-6
contractor after award of work.
Please provide Entry & Exit structure drawings for each The same shall be provided to the
station along with locations in Volume-6
contractor after award of work.
Crash barrier drawings as per Tender drawings
For stations located over road, temporary arrangement is
to be made for providing working platform at suitable
Page-15,
Volume-3 height so that traffic run below it unhindered. This
Employer’s Requirements arrangement shall be maintained till completion of
Section-B Functional
exterior finishing work. The working platform has to be
Clause- 2.1.3 xvii
covered with suitable material so that nothing falls on the
road. A detailed scheme is to be submitted for approval
before start of work.
Please provide drawings for station pier crash barrier in The same shall be provided to the
Volume-6
contractor after award of work.
Exterior finish is in the scope of other contractors. In-case of
any delays from the external finishes contractor, the
Contractor’s temporary arrangement would be held-up for
As per tender conditions.
long. Please amend the condition such that the working
platforms are kept only as long as the Contractor’s works are
completed.
Page 22 of 32
Widening of the road to maintain existing facility of two
lane traffic on either direction after occupying 8m space
on center of the road. The construction of the road shall
be in accordance with the MORTH Specification. The
payment for this work shall be paid as per relevant item
of BOQ.
Upon reconnaissance survey, it is has been noticed that at
some locations there is no sufficient road width that two-lane
traffic could be maintained at both sides. At such locations
please consider having one-lane traffic in each location.
Widening will not be a feasible option at all such locations as
that may require land acquisitions.
160
Page-15,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 2.1.6 (d)
161
The permanent lighting arrangements are expected to be
placed on the viaduct which is not in the scope of this
Contract. Please confirm that If the contractor installing the
Page-16,
Volume-3
The temporary lighting arrangement shall be dismantled permanent lights delays completion of its scope of works, will
Employer’s Requirements
only after a permanent arrangement for street lighting is the Employer compensate the Contractor for providing As per tender conditions.
Section-B Functional
lighting even after the Contractor’s scope of work is handed
made.
Clause- 2.1.6 (e)
over. Please consider amending this clause such that the
Contractor provides temporary lighting only till its works are
handed over to the Employer and not beyond that.
162
OHE & signaling structures themselves are excluded
from the scope of the work, but civil works required for
fixing the structures such as strengthening of structures
Page-16,
Volume-3 and providing inserts are included.
Employer’s Requirements
Section-B Functional
These shall be finalized and provided in co-ordination
Clause- 2.1.6 (h)
with the OHE/ signaling Contractor and the Engineer.
The necessary coordination with system contractors and
engineer shall form a part of the work.
163
Page-17 to 19, Volume-3
Employer’s Requirements
Entire sub-clause
Section-B Functional
Clause- 2.1.8
164
Page-19, 26 Volume-3
Employer’s Requirements
Entire Clause 2.1.9 and 11
Section-B Functional
Clause- 2.1.9 & 11
165
Page-21,
Volume-3
Scope of Work under BOQ Items
Employer’s Requirements
Please consider making payment for supporting and
As per tender conditions.
No payment shall however be made for supporting and
Section-B Functional
protecting utilities during the work.
protecting the utilities during course of work.
Clause- 2.9.3
Are the OHE/ Signalling contractors finalised. If not when the
same would be finalised. In-case there is delay in finalising
these contractors and as a result the Contractor’s works are
held-up due to lack of inputs, then the Contractor must be
suitably compensated by the Employer for subsequent
delays. Also, if any work of the Contractor is concluded and
subsequent to that some input is received from these
contractors that needs to be incorporated in the Contractor’s
work which eventually leads to re-work, then the Employer
should compensate the Contractor for such re-works.
If there is any delays from other contractors in providing
inputs that needs to be incorporated in the works of the
Contractor, and as a result the works of the contractor are
either held-up or results in re-works, the Employer is bound to
compensate the Contractor for the default of other
contractors.
Upon reconnaissance survey, it is has been noticed that at
some locations there is no sufficient road width that two-lane
traffic could be maintained at both sides. At such locations
please consider having one-lane traffic in each location.
Widening will not be a feasible option at all such locations as
that may require land acquisitions.
Page 23 of 32
Kindly refer to Clause 2.1.9 of Employers
Requirement, Functional. The traffic
diversion plans shall be decided in
consultation with Traffic Police.
Yes, OHE & Signalling contractors have
been finalized. Time / cost compensation,
etc. shall be governed by relevant clause
of GCC/SCC.
Time / cost compensation, etc. shall be
governed
by
relevant
clause
of
GCC/SCC.
Kindly refer to Clause 2.1.9 of Employers
Requirement, Functional. The traffic
diversion plans shall be decided in
consultation with Traffic Police.
166
167
168
Inspection
LMRC may appoint an independent agency to ensure
Page-23,
Volume-3 the quality checking of design, supply, fabrication,
Employer’s Requirements erection and construction of all works under scope of Please confirm that the payment to such third party/
Confirmed
Section-B Functional
work. The Contractor shall ensure the complete co- independent agencies will be borne by LMRC.
Clause- 2.11
operation with the agency to perform their work
satisfactorily. In addition LMRC also reserves right to
undertake quality check and inspection directly by itself.
Page-24,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 5
Page-24,
Volume-3
Employer’s Requirements
Section-B Functional
Clause- 6
Noted the content of this clause. However, design not being
Design Life
The design life of all the Permanent Works shall be 120 in the scope of this Contract, the Contractor shall not be held As per tender conditions.
responsible for any failure as a result of design.
Years.
Durability & Maintenance
Entire Clause
Contents noted of the clause. However, the Contractor shall
not be held responsible for any issue arising with regard to
As per tender conditions.
durability and maintenance if such issues are result of
defects in design.
169
Page-24, 25 Volume-3
Operational Requirements
Employer’s Requirements
Entire Clause
Section-B Functional
Contents noted of the clause. However, the Contractor shall
not be held responsible for any issue arising with regard to
As per tender conditions.
meeting operational requirements if such issues are result of
defects in design or works of other contractors.
170
Page-25
Volume-3
Functional Requirements of Pumping Installations
Employer’s Requirements
Entire Clause
Section-B Functional
Please confirm whether pumping installations is within the
As per tender conditions.
scope of this Contract.
171
Page-46,
Volume
-3
Entire Appendix
Employer’s Requirements
Please provide a map representation of the potential areas
where land could be provided along with dimensions. Also As per tender conditions.
provide the boundaries and borehole report.
172
173
174
Key Date 5- 14 Weeks
Page-46,
Volume
-3
Key Date 9- 25 Weeks
Employer’s Requirements
Key Date 11- 35 Weeks
Page-7, Volume- 4, Bill of Barrication
Quantities/
Pricing On completion of Piling, Pile Cap, open foundation and
Document
piers as approved by the Engineer- 70% of accepted
Item G01 (2)
amount
Please change the time to achieve Key Date 5 & 9 as 29
As per tender conditions.
weeks and Key Date 11 as 50 weeks
Request to re-word as follows:
On completion of Piling, Pile Cap, open foundation and piers As per Tender conditions.
as approved by the Engineer- 90% of accepted amount
Traffic Signals, Signage etc.
Deployment of adequate manpower for 8 hrs shift for day
Page-10, Volume- 4, Bill of and night management of traffic at intersection, roadway
Quantities/
Pricing influenced by contractor and traffic diversions at various Request to include the mandays as an item with a rate
As per Tender conditions.
Document
instead of including within the lumpsum.
levels.
Item G03 (1vii)
(a) In-charge (minimum 1)
(b) Supervisor (minimum 4)
(c) Traffic Guards (minimum 50 mandays per day)
Page 24 of 32
175
Page-11, Volume- 4, Bill of
Quantities/
Pricing Road Works
Document
Complete Item description
Item G04
176
Page 41, Volume-4, Bill of
Shifting/ Rearranging of Utilities
Quantities/
Pricing
Entire Schedule-F
Document
177
178
179
180
181
182
Page-6,
Volume-5,
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 1.1.12 (7)
Page-27,
Volume-5
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 3.1.1.1 d)
Page-28,
Volume-5
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 3.1.2.1
Page-67,
Volume-5
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 6.14.7
Page-67,
Volume-5
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 6.14.7
Page-144 & 145, Volume-5
Technical
Specifications
Part
A
Technical
Specifications
Structural
Work
Clause 11
From the item description understand that this item is for
reinstating the road back to condition subsequent to
completion of Works prior to handover (around the pier and
over the pile cap area). Please clarify whether this item is
also applicable for temporary widening of roads during
construction. If this is not for the temporary widening of the
road during construction, please clarify which item in the
BOQ is applicable for the same.
The amount in the summary sheet is provided accurately.
Hence, request to also provide the quantity of each items in
the BOQ’s of this Schedule F.
Kindly refer Clause No- 2.9.4 of
Employers Requirement, Functional, pg
22.
Items to be operated under Schedule F
shall be paid as per accepted rates based
on actually executed quantities.
Materials
The Engineer shall have power to cause the Contractors Please provide the Engineer’s list of source for various
to purchase and use such materials from any particular materials. This will allow the Tenderer’s to accommodate the As per tender conditions.
source, as may in his opinion be necessary for the relevant costs at Tender stage itself.
proper execution of the work.
Cement
Slag Cement for Piling Works
There is limited supply and shortage of marketing network of
cement companies for Slag Cement in Lucknow. Please
Please refer Addendum-1
confirm that OPC cement could also be used for piling works
if the mix design meets the criteria.
Fine Aggregate
The fine aggregate shall be river sand, pit sand, or other
approved sand. It shall be free from day, loam, earth or Please clarify whether quarry crushed sand can be
As per tender conditions.
vegetable matter, salt or other harmful chemical considered under other approved sand.
impurities. It shall be clean, sharp, strong, angular and
composed of hard siliceous material
Handling, Stacking, Launching and Placing of precast
Shall be communicated to the contractor
Please clarify the maximum tier of stacking allowable for Ugirders
after award of work as per approved
girder in casting yard.
designs of U-Girder.
U-Girders Stacking
Handling, Stacking, Launching and Placing of precast
Shall be communicated to the contractor
Please clarify the maximum tier of stacking allowable for pier
girders
after award of work as per approved
cap in casting yard
designs of Pier-cap.
Pier Cap Stacking
Roof Sheeting: Pre-Coated Steel Sheeting for Roofs Noted the specification under this section. However, please
Roof sheeting is not in the scope of this
confirm which item of the BOQ in Volume-4 this is covered. Is
and Walls
contract.
this within the scope of the Contract?
Entire Section
Page 25 of 32
183
Vol-6 / GAD
General
Tender Drawing- Pier Arrangement
Please provide the following:
· Proposed type of super structures for each span in tender
drawing
· Chainage details of each spans in tender drawing
· Vertical profile of proposed alignment in tender drawing
· Horizontal profile details of proposed alignment in tender
drawing
· Autocad drawing file for proposed alignment
· Better quality colour PDF files (not scanned) of Tender
drawing
184
Vol-6 / GAD
LKDD-01-TDR-EL2-STRTender Drawing- Pier Arrangement
DWG-02029, Sheet 20 of
29
There is a foot over bridge between P7-P15 and P7-P16.
Please clarify whether this foot over bridge needs to be
dismantled during construction and re-erected subsequent to
construction. Also confirm whether this dismantling and reerection of FOB in the Scope of the Contractor or others
185
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02010 & 02011
Tender Drawing- Pier Arrangement
Vol-6 / GAD
186 LKDD-01-TDR-EL2-STRDWG-02010 & 02011
Tender Drawing- Pier Arrangement
Please confirm when LMRC will acquire / provide access in
through properties adjacent to the service lane for
substructure & superstructure construction activities of spans
between P1-09 to P1-21. Please provide RoW schedule at
this location.
Please
Provide
the
Hydrological
Details
(HFL,Discharge,LWL.,.) of the Nallah crossing at P1-21 to P1
23
Please clarify whether LMRC will acquire necessary
approvals (permit) for river diversion and soil filling for the
foundation & sub-structure construction of Pier P1-22 & P123
Soft copy of drawings is being provided
with Addendum-1. It should be noted that
these drawings are indicative in nature.
Work shall be executed at site based on
approved drawings.
Foot over bridge shall be dismantled as
per requirement. Kindly also refer to
Clause
2.1.2(xxxi)
of
Employers
Requirement, Functional.
Required land/ areas shall be made
available in accordance with Clause 2.2
of GCC
Kindly refer Clause 4.9 of GCC and SCC.
As per tender condition.
Kindly also refer Clause 1(2) &
2.1.2(xxxiii) of Employers Requirement,
Functional.
Vol-6 / GAD
187 LKDD-01-TDR-EL2-STRDWG-02010 & 02011
Tender Drawing- Pier Arrangement
Vol-6 / GAD
188 LKDD-01-TDR-EL2-STRDWG-02015
Tender Drawing- Pier Arrangement
Please provide the Pier drawings for span between P2-14 to The same shall be provided to the
P2-18
contractor after award of work.
Tender Drawing- Pier Arrangement
Please confirm when LMRC will acquire / provide access in
Required land/ areas shall be made
the properties adjacent to the service lane for substructure &
available in accordance with Clause 2.2
superstructure construction activities of span between P3-17
of GCC
to P3-39. Please provide the RoW schedule at the location.
Tender Drawing- Pier Arrangement
Please clarify whether LMRC will take necessary
approvals/Permission/Permits for transportation of U-Girder
over exiting flyover. Please confirm that the existing fly-over
will be able the carry the load of trailers carrying U-Girders.
As per tender condition.
Kindly also refer Clause 1(2) &
2.1.2(xxxiii) of Employers Requirement,
Functional.
Tender Drawing- Pier Arrangement
Please clarify whether LMRC will take necessary
approvals/Permission/Permits for foundation & sub-structure
construction of P3-43 & PP3-44 at traffic Island location
(where Hanuman temple is located). Also confirm if the area
is acquired.
As per tender condition.
Kindly also refer Clause 1(2) &
2.1.2(xxxiii) of Employers Requirement,
Functional.
189
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02017
Vol-6 / GAD
190 LKDD-01-TDR-EL2-STRDWG-02017
Vol-6 / GAD
191 LKDD-01-TDR-EL2-STRDWG-02019
Page 26 of 32
Vol-6 / GAD
192 LKDD-01-TDR-EL2-STRDWG-02020
Vol-6 / GAD
193 LKDD-01-TDR-EL2-STRDWG-02022
Vol-6 / GAD
194 LKDD-01-TDR-EL2-STRDWG-02022
Vol-6 / GAD
195 LKDD-01-TDR-EL2-STRDWG-02029
Tender Drawing- Pier Arrangement
Please confirm if LMRC has acquired land where there are
Required land/ areas shall be made
properties adjacent to the service lane for substructure &
available in accordance with Clause 2.2
superstructure construction activities of span between P3-46
of GCC
to P3-54. Please provide RoW schedule at these locations.
Tender Drawing- Pier Arrangement
Please propose suitable type of super structure for span
between P4-22 to CP4-25 for construction across Nalla
where crane erection from the existing river bridge is may not
As per tender conditions.
be safe. Else does the Employer have the structural details of
the minor bridge? Also request to add item in the BOQ for the
alternate structure to be proposed by the Employer.
Tender Drawing- Pier Arrangement
The same shall be as per approved
Please clarify the type of foundation for Pier P4-23 & P4-24 at
drawings provided to the contractor after
Nalla location
award of work.
Tender Drawing- Pier Arrangement
Please confirm whether P7-14A to P7-16A is in the scope of This is presently not envisaged in the
this contract
scope of this contract.
Please confirm if LMRC has acquired the properties adjacent
Required land/ areas
to the service lane for foundation, substructure &
available in accordance
superstructure construction P7-20 to PP7-35. Please provide
of GCC
RoW schedules at these locations.
Required land/ areas
Please provide the layout of land pockets acquired along the
available in accordance
proposed alignment
of GCC
196
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02029
Tender Drawing- Pier Arrangement
197
General
Limits of Land
198
Vol-6 / GAD
LKCC-07-TDR-TPY-STRDWG-02501 to 02507
Tender Drawing-Stations
Please provide the list of applicable stations for the drawings
titled as “Station-Typical Station (With 85mm concourse)”
199
Vol-6 / GAD
LKCC-07-TDR-TPY-STRDWG-02601 to 02607
Tender Drawing-Stations
Please provide the list of applicable stations for the drawings
titled as “Station-Typical Station (With 140mm concourse)”
200
201
202
Vol-6
LKDD-01-TDR-EL2-STRDWG-02081 & 02088
Vol-6 / GAD
General
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02022
Viaduct
Tender Drawing-Stations
Tender Drawing- Pier Arrangement
Please clarify if the concrete outline is different for Standard
precast pier cap & precast transition pier cap (except for the
pedestal)
Please provide the architectural drawings for each type of
typical station for reference.
Please provide the construction schedule for the flyover
under construction between P4-24 to CP4-25
Page 27 of 32
shall be made
with Clause 2.2
shall be made
with Clause 2.2
Soft copy of drawings is being provided
with Addendum-1. It should be noted that
these drawings are indicative in
nature.Work shall be executed at site
based on approved drawings.
Soft copy of drawings is being provided
with Addendum-1. It should be noted that
these drawings are indicative in
nature.Work shall be executed at site
based on approved drawings.
The same shall be as per approved
drawings provided to the contractor after
award of work.
The same shall be provided to the
contractor after award of work.
The same is not available with LMRC.
Tenderer has to make his own enquiries
in this regard.
203
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02010 to 02034
Tender Drawing- Pier Arrangement
204
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02010 to 02034
Tender Drawing- Pier Arrangement
205
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02019
Tender Drawing- Pier Arrangement
Piers P3-42 to P3-43
206
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02022
Tender Drawing- Pier Arrangement
Piers P4-23 to CP4-25
207
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02010 to 02034
Tender Drawing- Pier Arrangement
208
Vol-6 / GAD
LKDD-01-TDR-EL2-STRDWG-02010 to 02034
Tender Drawing- Pier Arrangement
209
Vol-6 / GAD
General
Tender Drawing-Stations
210
Vol-6 / GAD
General
Tender Drawing-Stations
211
Construction over railway line
Upon reconnaissance survey conducted it was observed that,
moving a crane for U-Girder erection at following locations is
not feasible looking at the space constraints
P1-09 to P1-21
P1-24 to P1-38 PP203 to PP2-21 P3-17 to
P3-41 PP3-44 to CP353 P4-22 to PP4-31
P7-21 to PP7-35
Please change the above locations to cast-insitu and add a
relevant item for the same in BOQ
As per tender conditions.
Work shall be executed as per approved
drawings provided to the contractor after
award of work.
Please provide the ROW schedule at the following span
locations,
P1-09 to P1-21
Required land/ areas shall be made
P1-24 to P1-38 PP2available in accordance with Clause 2.2
03 to PP2-21 P3-17 to
of GCC
P3-41 PP3-44 to CP353 P4-22 to PP4-31
P7-21 to PP7-35
As per tender conditions.
Please convert the span between the two piers to I-Girders Work shall be executed as per approved
based on the site situation.
drawings provided to the contractor after
award of work.
There is a flyover under construction. If the construction of
the same gets completed before commencement of erection,
U Girder may not be possible. Please suggest alternative and
incorporate in BOQ.
Please provide the suitable super structure detail for
construction with in the available limited space adjacent to
flyover for the following spans,
P3-17 to P3-39
PP3-44 to P3-55
P4-22 to CP4-25
P7-20 to P7-32
As per tender conditions.
Work shall be executed as per approved
drawings provided to the contractor after
award of work.
The same shall be as per approved
drawings provided to the contractor after
award of work.
Please provide the drawings for river protection works under The same shall be provided to the
construction near Pier P1-21 & P1-24
contractor after award of work.
Understand roof structure is not within the scope of the
Roof structure is not in the scope of this
Contract. However, please provide drawings of roof structure
contract.
for reference.
The same shall be as per approved
Please provide pile cap dimension details for all types of pile
drawings provided to the contractor after
group in stations.
award of work.
Please provide the minimum Head room & width clearance The same shall be as per approved
required for launching of steel truss span across railway line drawings provided to the contractor after
at P3:25 – P3:26
award of work.
Page 28 of 32
212
213
214
215
216
217
218
219
Vol-6 / GAD
General
Tender Drawing-Pier Arrangements
Vol.
3,
Employer's
Requirements,
Appendix Duration is 24months only for Stations & Viaduct both.
2B, Pg. 47
Please provide extended
drawings.
pier locations
in alignment
Considering the quantum of wok involved and Presence of
utilities/occupation along the alignment, It is not feasible to
meet the KDs and project completion indicated. We request
As per tender conditions
you to increase the project duration from 24months to a
reasonable period of 36 months for Viaduct and 30months
for stations and modify the Key dates accordingly.
The contents of these reports are for general information
only & any interpretation of the results shall be construed
Vol. 1, ITT, Cl. B2.2, Pg. 23
as opinions only and not as representations or
It is not possible for the bidder to verify all the site data and
warranties as to the actual site or sub-soil conditions.
sub soil conditions. The bid price will be based on the details
The accuracy or reliability of the data/studies/reports and and reports provided along with tender documents. Request
of any other information supplied at any time by the Employer to own the responsibility of the documents like
Employer or Engineer is not warranted with respect to Geotechnical reports etc issued by the Employer himself.
Vol. 2, GCC, Cl. 4.9, Pg. 22
the viability of his design and execution of Works and the
Contractor shall be responsible for interpreting all such
data.
Alignment passes through private land, shops etc, What is
Vol. 2, GCC, Cl. 4.12, Pg. Lot of Private land is to be aquired, schedule of handing the status of land acquisition required for the project? Also,
over of ROW not provided.
kindly provide the schedule of handing over of Right of Way
23
Access to contractor..
Vol.
3,
Employer's
Requirements,
Appendix Work area handing over details.
2A, Pg. 46
The same shall be as per approved
drawings provided to the contractor after
award of work.
As per tender conditions. Kindly also refer
to Clause 4.9 of GCC, Clause 10 of SCC
and B2.2 & B2.3 of ITT
As per tender conditions. Kindly also refer
to Clause 10 of SCC and B2 of ITT
Required land/ areas shall be made
available in accordance with Clause 2.2
of GCC
As per tender conditions.
Kindly provide 6 Hectare of land instead of 4 Hectare for
The location of Casting Yard, Batching
casting yard, batching plant and other activities.
Plant area & Stacking Depot are
Kindly provide the handing over schedule of work area mentioned in Appendix 2A of Employers
mentioned in the Appendix 2A. Also provide exact location of Requirements (Pg 46). Work area will be
provided to the contractor as per the
Casting Yard, Batching plant area & Stacking Depot.
approved construction program.
For any such delay in handing over of site, Contractors
will be entitled to only reasonable extension of time and Kindly allow compensation in terms of monetary value with
GCC, Cl. 2.2, Pg. 13
As per tender conditions
no monetary claims whatsoever shall be paid or extension of time.
entertained on this account.
Vol.
3,
Employer's
We presume that the delay damages imposed against non
Requirements,
Appendix
achieving of a particular KD, will be released upon Contractor As per tender conditions
2B, Pg. 47 & 48
achieve progress in the subsequent KD.
220
GCC, Cl. 2.3, Pg. 13
It shall be Contractor’s exclusive responsibility to get Employer should take responsibility to get approvals, permits
As per tender conditions
approvals, permits or license required for the Contract.
or license required for the Contract. Please confirm.
221
GCC, Cl. 2.3, Pg. 13
We request Employer to get utility shifting done through
It shall be Contractor’s exclusive responsibility to get
specialized agencies and handover hinderance free ROW for As per tender conditions
approvals, permits or license required for the Contract.
construction. Please confirm
222
Vol. 2, GCC, Cl. 11.2, Pg.
Mobilisation advance Shall be 5% of Contract Price.
58
The project requires huge investment in terms of equipments
As per tender conditions
and Resources. Kindly allow mobilization advance to 10%.
Page 29 of 32
The value of Bank Guarantee taken towards security of
"Mobilisation advance" shall be 110% of the advance Kindly change value of B.G from110% to 100%.
As per tender conditions
taken by the contractor.
Cl. 11.2.4, As far as possible the recovery of advances shall be Recovery shall be on Pro-Rata Basis of the work done bills,
As per tender conditions
limited to 30% of an account bill.
Please confirm.
223
GCC, Cl. 11.2.1, Pg. 51
224
Vol. 2, GCC,
Pg. 51
225
Should there be delay in the progress and completion of
work, as a result of which it is not possible to recover the We presume that such instance will not be there in case the
Vol. 2, GCC, Cl. 11.2.5, Pg.
advance and interest thereon, ……………….shall be the delay in completion of work is attributable to Employer. As per tender conditions
51
State Bank of India prime lending Rate plus 2% per Please confirm.
annum or 10% per annum whichever is higher.
226
GCC, Cl. 11.6.2, Pg. 54
227
SCC, Cl. 26, Pg. 17
228
SCC, Cl. 26 - (V), Pg. 20
If the Contractor does not receive payment in
accordance with Sub-Clause 11.6.1, the Contractor shall
be entitled to receive interest on the amount unpaid
during the period of delay. This period shall be deemed
to commence after 56 days from the date of issue of the
Certificate.
p = Cost Coefficient of Labour to the Total Cost = 0.22
q = Cost Coefficient of Steel to the Total Cost = 0.25
r = Cost Coefficient of Cement to the Total Cost = 0.15
s = Cost Coefficient of Fuel and Lubricant to the Total
Cost = 0.05
t = Cost Coefficient of other Machinery and Machine
Tools to the Total Cost = 0.18
The Contract Price shall not be adjusted to take into
account any increase or decrease in cost resulting from
any change in taxes (except GST), duties, levies from
the last date of submission of the Tender to the
completion date including the date of the extended
period of Contract.
229
Pier Arrangement Drawings are given.
230
Not provided.
Kindly change the commencement of the interest period from
As per tender conditions
56 days to 28 days from date of issue of the certificate.
Kindly change co-efficients as per followings,
p = 0.22,
As per tender conditions
q = 0.33, r = 0.15, s = 0.05, t = 0.10 with the existing clause.
Please refer to our Letter Ref: BU-M&M/T201516/30/MKA/SB/257, dated: 10-03-2016 regarding withdrawl
of exemption of service tax on metro projects in union budget
Please refer Addendum-1
2016, we request you to modify the relevant clause, so that
service tax or any new tax imposed is reimbursed on
actuals.
GAD with chainage is being provided with
Addendum-1. It should be noted that
Kindly provide GAD with chainages to ascertain Horizontal &
these drawings are indicative in nature.
Vertical Profile.
Work shall be executed at site based on
approved drawings.
Autocad drawings is being provided in
soft copy with Addendum-1 for ease of
working. It should be noted that these
Kindly provide drawings in Autocad format.
drawings are indicative in nature. Work
Shall be executed at site based on
approved drawings.
Page 30 of 32
231
LKDD-01-TDR-EL2-STRThis two drawings
DWG-02010 &
-DWGChainages.
02034
232
LKDD-01-TDR-EL2-STRDWG-02029
233
234
235
236
237
238
239
240
241
show
Contract Start
Kindly refer soft copy of drawings being
Before K.D.Singh Stadium Station upto CH. 13070.00 and
provided with Addendum-1. It should be
& End after Munshi Pulia Station upto CH. 22660.00 what kind of
noted that these drawings are indicative
structure will be there, as no details are provided in
in nature. Work shall be executed at site
document.
based on approved drawings.
This Drawing shows from pier PP7-04 Another arm is
Kindly clarify the scope for this Arm under this contract.
getting generated from main alignment.
LKDD-01-TDR-EL2-STRDrawing shows Backfilling with Sub-Grade Quality Soil Kindly confirm, can this backfilling be done using pile cap
DWG-02192 and -02193.
Material as per MORTH.
excavated material by the contractor.
LKDD-01-TDR-EL2-STRDWG-02301, -02302 and - At Gomti River bridge location
Kindly confirm, if Well Foundation can be replaced by Piles.
02103
Request you to share launching scheme proposed by
P325 and P326 is 60m special structural steel span over
Pier P325 and P326
employer for 60m special structural steel span over railway
railway line.
line
Since there is dense traffic on this road, it would be not
Span
arrangement
from
P214
to
P218
is feasible to provide stagging to construct cast-in-situ solid
48m+40m+48m+40m. Cast-in-situ solid slab is slab. We request you to change the superstructure type to
Pier P214 to P218
proposed.
Composite Steel I Girders or open box steel girder with castin-situ slab. Please confirm
Span
arrangement
from
P214
to
P218
is
Please let us know whether proposed cast-in-situ solid slab is
Pier P214 to P218
48m+40m+48m+40m. Cast-in-situ solid slab is
PSC or RCC.
proposed.
We request you to change the U-girder to I-Girders where
GAD drawing
From Pier P317 to P355 alignment is running parallel to alignment is running parallel to the existing flyovers as there
Pier P317 to P355
flyovers and also passing above flyover.
is no space to launch the U-Girders on service road. Please
confirm.
Please allow to use tripoid for piles located below the
GAD drawing
From Pier P317 to P355 alignment is running parallel to
existing flyover as there is head room restriction. Please
Pier P317 to P355
flyovers and also passing above flyover.
confirm.
Service road parallel to flyover from where alignment is
GAD drawing
From Pier P317 to P355 alignment is running parallel to
passing shall be required to be blocked during construction.
Pier P317 to P355
flyovers and also passing above flyover.
Please confirm.
There are few pier locations (P1-28, P1-34, P1-35, P3-42, P3
43, PP3-44, P3-54 to TP3-57, P5-12, P7-15, P7-17, P7-18,
There are few pier locations along the alignment which P7-19, PP-7-35, P7-70, P7-71 etc) along the alignment which
are interferring with either Road, Flyover or Private are interferring with either Road, Flyover or Private Property,
GAD Drawings
will cause inconvenience to traffic during and after
Property.
construction. At these locations type of piers or span
arrangement may please be revised.
Page 31 of 32
P7-14A to P7-16A is presently not
envisaged in the scope of this contract.
Refer item no 13 /14 of V01, Schedule B,
pg 15 & 16.
The same shall be as per approved
drawings provided to the contractor after
award of work.
The same shall be as per approved
drawings provided to the contractor after
award of work.
The same shall be as per approved
drawings provided to the contractor after
award of work.
PSC
The same shall be as per approved
drawings provided to the contractor after
award of work.
There is no such location in the tender
drawings.
As per tender conditions.
The same shall be as per approved
drawings provided to the contractor after
award of work.
242
LKDD-01-TDR-EL2-STRDWG-02030
243
LKDD-01-TDR-EL2-STRDWG-02501, to -02507 & 02601 to
-02607
244
LKDD-01-TDR-EL2-STRDWG-02501, to -02507 & 02601 to
-02607
Sub-structure & Super structure are not
infringing with existing Flyover.The same
Sub-Structure & Super Structure of Pier No. P7-18 and P7-19
shall be as per approved drawings
are not infringing with existing Flyover, Please Confirm.
provided to the contractor after award of
work.
Drawing Shows Station drawings for 85mm concourse & Kindly Confirm,
It is confirmed that dimensions are 85m &
140mm concourse.
140m respectively.
(i) The dimension are 85m & 140m respectively.
Kindly refer soft copy of drawings being
provided with Addendum-1. It should be
(ii) Also provide for which station 85m concourse or 140m
noted that these drawings are indicative
concourse drawings have to be referred.
in nature.Work shall be executed at site
based on approved drawings.
Kindly provide station chainages.
Page 32 of 32
Kindly refer soft copy of drawings being
provided with Addendum-1. It should be
noted that these drawings are indicative
in nature.Work shall be executed at site
based on approved drawings.
Download