Tender No. DIMTS/RAILWAYS/SP/2017-2018/003 1 | Page Tender No. DIMTS/RAILWAYS/SP/2017-2018/003 For Conducting Hydrological Survey, Geotechnical Investigation and General Arrangement Drawing (GADs) of Minor Bridges, RUBs & ROBs, Buildings /Structures, Colony layouts, Drainage works, etc. in connection with the new rail corridor from Katghora to Dongargarh in the State of Chhattisgarh in the jurisdiction of SEC Railway. Issued on: 18.01.2018 Employer: Delhi Integrated Multi-Modal Transit System Limited (A Joint Venture of Government of National Capital Territory of Delhi & IDFC Foundation) 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi 110 006, India.
24
Embed
Conducting Hydrological Survey, Geotechnical Investigation ......1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi 110 006, India. Name of the work Conducting Hydrological
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
1 | P a g e
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
For
Conducting Hydrological Survey, Geotechnical Investigation and General Arrangement
Drawing (GADs) of Minor Bridges, RUBs & ROBs, Buildings /Structures, Colony
layouts, Drainage works, etc. in connection with the new rail corridor from Katghora to
Dongargarh in the State of Chhattisgarh in the jurisdiction of SEC Railway.
Issued on: 18.01.2018
Employer:
Delhi Integrated Multi-Modal Transit System Limited
(A Joint Venture of Government of National Capital Territory of Delhi & IDFC Foundation)
1st Floor, Maharana Pratap ISBT Building,
Kashmere Gate, Delhi 110 006, India.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
2 | P a g e
Table of Contents
PART 1 – Bidding Procedures
Chapter 1 Notice Inviting Tender
Chapter 2 General Instructions to Tenderers
Chapter 3 Eligibility Criteria
PART 2 – Technical Specifications
Chapter 1 Hydrological Survey
Chapter 2 Geotechnical Investigation
Chapter 3 General Arrangement Drawing
PART 3 – Tender Forms and other Documents
Chapter 1 Milestones and Time Schedule
Chapter 2 Tender Forms (including Schedule of Prices)
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
3 | P a g e
PART 1 – Bidding Procedures
Chapter 1
Notice Inviting Tender
Delhi Integrated Multi-Modal Transit System Limited (DIMTS) invites bids from
firms/companies having requisite experience and financial capacity for execution of the
following works:
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003 Date 12.01.2018
Name and Address of the Employer
Delhi Integrated Multi-Modal Transit System Limited (A Joint Venture of Government of National Capital Territory of Delhi & IDFC Foundation) 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi 110 006, India.
Name of the work
Conducting Hydrological Survey, Geotechnical Investigation and General Arrangement Drawing (GADs) of Minor Bridges, RUBs & ROBs, Buildings /Structures, Colony layouts, Drainage works, etc. in connection with the new rail corridor from Katghora to Dongargarh in the State of Chhattisgarh in the jurisdiction of SEC Railway.
Completion Period 90 days
Earnest Money Rs. 2,26,900/-
Tender Processing Fee Rs. 2000 +GST
Last date and Time of submission of Tender
25.01.2018 up to 11:00 hrs
Date and Time of Opening of Tender
25.01.2018 at 11:30 hrs
Validity of offer 30 days from the date of Tender Opening
Mobilization Advance Not Applicable
Retention Money 5% of contract Value (2% in the form of BG +3% from running bills)
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
4 | P a g e
Chapter 2
General Instructions to Tenderers
1 Background
Delhi Integrated Multi-Modal Transit System Limited (DIMTS) has been awarded the work of
“Providing consultancy services for preparation of Feasibility Study (FS), Detailed Project
Report (DPR), and land acquisition works in connection with new Electrified BG rail line from
Katghora to Dongargarh in the State of Chhattisgarh in the jurisdiction of SEC Railway” from
Chhattisgarh Railway Corporation Limited (CRCL).
Location plan of Katghora – Dongargarh line is provided at the end of the document.
2 Scope of Work
The project consist of Minor Bridges & RUBs (282 Nos), Major Bridges (61 Nos), Road Over
Bridges (27 Nos) and Rail over Rail Bridges (2 Nos).
The scope of work shall include:
a. Carrying out Hydraulic and Hydrological Investigations along the alignment as per the
technical specification.
b. Conducting Geo-technical Investigations and Sub-Soil Exploration along the alignment
and at proposed bridge locations or as per the instructions of the Engineer.
c. Conducting various laboratory tests from approved laboratory by using approved
apparatus complying with the requirements and specifications or Indian standards or
other approved standards for this class of work.
d. General Arrangement Drawing of Minor Bridges, RUBs, ROBs, Station Buildings and
Buildings /Structures, Colony layouts, Drainage works, etc.(as per Railway codes,
specifications & latest circulars)
e. Seeking approval of Railways for all GT reports and all GADs including designs
performed by DIMTS’s design team.
3 Preparation & Submission of Bids
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
5 | P a g e
Bid Documents: The bid documents can be viewed /downloaded from the website
http://www.dimts.in/Dimts-Latest-Tenders.aspx free of cost till one day prior to last date of
submission of Tender.
Tender Processing Fee: To participate in the bidding process, Tenderer have to pay a sum
of Rs. 2000 + GST (Rs. Two thousand +GST @ 18% ) along with their bid, as a cost of the
Tender Processing Fee (non-refundable) in the form of demand draft issued from a Scheduled
Bank in India in favour of “Delhi Integrated Multi-Modal Transit System Limited” payable at
Delhi.
Cost of Biddings: The Tenderer shall bear all costs associated with the preparation and
submission of its Bid.
Format and Signing of Bid: Bid document shall be signed by a person duly authorized to
sign on behalf of the Tenderer on all pages and Bid forms
Validity of Tender: Tenderer shall keep his offer open for a minimum period of 30 days from
the date of opening of the tender as mentioned in the Tender Notice.
Period of Completion: The entire work is required to be completed in all respects within 90
days from the date of issue of the acceptance letter.
Earnest Money: The Bid must be accompanied by a sum of Rs. 2,26,900/- (Rs. Two Lakhs
Twenty Six Thousand and Nine Hundred only) as Earnest money deposited in the form of
Demand Draft/Bankers Cheque/FDR drawn on any nationalized bank or a Scheduled Bank
valid till 30 days from the date of Tender Opening. Earnest money shall be in favour of “Delhi
Integrated Multi-Modal Transit System Limited” payable at Delhi.
The bids not accompanied by valid Earnest Money shall be summarily rejected.
Technical Submittals: The Technical submitted by the tenderer shall comprise the following
a) Letter of Bid
b) Demand Draft for Tender Processing Fee
c) Earnest Money
d) Technical Eligibility Criteria Details
e) Financial Eligibility Criteria Details
f) Applicant's Party Information Form
Financial Submittals: The Financial submitted by the tenderer shall comprise the following
a) Financial form along with Schedule of Prices and Total Prices
Sealing and Marking of Proposal: The tenderer shall seal the Technical Submissions and
the Price Proposal, in separate envelopes, duly marking the envelopes as “TECHNICAL
SUBMISSIONS” and “PRICE PROPOSAL” respectively. These envelopes shall then be
sealed in an outer envelope. No copies of technical and financial proposals are required to be
submitted.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
6 | P a g e
The envelope shall be addressed to:
Sh. Arvind Kumar Shrivastava Dy. General Manager – Railways
Delhi Integrated Multi-Modal Transit System Limited (DIMTS)
5th Floor, Maharana Pratap ISBT Building,
Kashmere Gate, Delhi – 110006
Submission of Bid: The tenderer shall submit the bid on any working day from Monday to
Friday at the Employer’s address on or before the last date of submission of tender.
Pre bid Clarification: For the purposes of seeking clarification, the Employer's address is
Sh. Arvind Kumar Shrivastava
Dy. General Manager – Railways
Delhi Integrated Multi-Modal Transit System Limited (DIMTS)
Opening of the tender: Tender will be opened at the Employer’s address mentioned in
“Notice Inviting Tender” in presence of tenderers or authorized representatives of tenderers
who wish to attend the opening of tender.
Evaluation and comparison of tenders: The tenders which are determined as substantially
responsive shall be evaluated based on criteria as given in Eligibility Criteria.
Right to accept any tender or reject all tenders: DIMTS reserves the right to accept,
negotiate, cancel or reject any tender or to annul and reject all tenders at any time prior to the
award of the contract without incurring any liability to the affected tenderers or any obligation
to inform affected tenderer, the grounds of such action.
5 Award of Contract
DIMTS shall notify the successful tenderer in writing by a Registered Letter/Courier/Speed
Post or through bearer that his tender has been accepted. Letter of Acceptance after it is
signed by the contractor in token of his acceptance shall constitute a legal and binding contract
between DIMTS and the contractor till such time the contract agreement is signed.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
7 | P a g e
Chapter 3
Eligibility Criteria
The Tenderer should satisfy the minimum Eligibility Criteria as described below in two parts,
A. Technical Eligibility Criteria and
B. Financial Eligibility Criteria.
In support of eligibility criteria, the Tenderer should have to submit adequate documentary
proof of having fulfilled the prescribed eligibility criteria as stipulated below along with their
tender.
(A) Technical Eligibility Criteria
Criteria Submission Requirements
1. The contractor should have registration
with SEC Railway as approved
consultant for survey and construction of
Private Siding, having validity up to
December 2018, as on the date of
Submission of the tender.
2. The tenderer must have satisfactorily
completed or substantially completed
(80% of contract value) at least one
single work in last three previous
financial years and the current financial
year up-to the date of submission of
tender of similar nature for a minimum Rs
44,50,000 /-
Note: Similar nature work means any
Railway work involving Survey,
Geotechnical Investigation and Conceptual
Design (GADs) of Railway bridges.
The tenderer shall submit the completion certificates / certified completion certificates from the client(s) and or Photostat of original certificates of client. The contractor should submit performance certificate, from any clients Govt./Semi Govt./PSU/Private Sector(companies registered under companies act)/Public Listed Company) for having successfully completed/substantially completed similar works in the last three years All documents either original or photocopy should be attested by Notary.
(B) Financial Eligibility Criteria
Criteria Submission Requirements
The contractual payments received by the
tenderer in the previous three financial year
and the current financial year up to the date
of submission of tender shall be at least Rs.
1,90,00,000/-
Note: Payments received from ‘consultancy’
contracts shall only be added up for this
requirement.
TDS certificates/ Audited balance sheets and or Photostat of TDS certificates clearly indicating the contractual amount received. All documents either original or photocopy should be attested by Notary.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
8 | P a g e
PART 2 – Technical Specifications
Chapter 1
1.0 HYDROLOGICAL SURVEY
1.1. DATA COLLECTION
Rainfall Data collection from local authorities and concerned department for HFL as
specified by the Engineer's Representative.
1.2. HYDROLOGICAL SURVEY
The waterway crossing to be taken by Total Station at site by plans and cross sections
showing the following particulars should be furnished
(i) Cross section should be taken of the river bed at suitable points and the
position marked on the survey plan. The water level should be noted on each
cross section. The average slope of the river bed is to be determined from a
point about 2 Km above the railway crossing to a point 2 Km below the same.
In case there are sharp changes in the bed slopes the local bed slope will have
to be determined over a shorter length.
(ii) Catchment Area calculation along with marking on Topographic sheets
(iii) Waterway calculation of bridge locations as to decide bridge openings
1.3. SUBMISSION
The Contractor shall submit the collected Rainfall data and Hydrological survey data in
suitable format (AutoCAD) to the Engineer Representative.
Chapter 2
2.0 GEOTECHNICAL INVESTIGATION
2.1. STANDARD
Any Indian Standard referred to herein shall be taken as a reference to its latest version.
Where such standards are not available or where no specific provisions have been made
in such codes, the procedure laid down in the corresponding British Code(s) shall apply
subject to the approval of or such other directive as may be issued by the Engineer. In any
case a high standard of workmanship shall be required to be maintained.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
9 | P a g e
2.2. SITE SUPERVISION
The Contractor's site representative shall take instructions concerning boring, sampling,
in‐situ testing, protecting, handling and labelling of samples and generally ‐all aspects of
the work from the Engineer's Representative.
The Contractor shall arrange for the whole of the work to be under the control of a full time
experienced geo‐technical engineer trained in this type of work and competent to
supervise the operation of sinking the boreholes, taking soundings, carrying out in‐situ
tests, taking, sealing, placing samples and preparing proper and informative bore logs. He
shall be a specialist with post‐graduate qualification in Soil Mechanics and well‐versed in
latest site investigation practices and shall be capable of taking independent decisions at
site as per the instructions of the Engineer or his Representative. The person to be posted
as Contractor's site representative shall receive prior approval of the Engineer. He shall
accept and carry out instructions given to him by the Engineer's Representative,
notwithstanding which the Contractor shall be responsible for the safety and efficient
maintenance and working of all the equipment and the control of all labour.
2.3. LOCATION, SETTING OUT AND LEVELLING
DIMTS will provide the coordinates of locations of the boreholes proposed for soil
investigations under this contract.
The Contractor shall provide accurate surveying equipment such as sextants, lead lines if
necessary, theodolites and levelling devices and any additional equipment as may be
required in connection with the setting out and level. The qualified staff for checking the
work and maintain the equipment to the required accuracy shall be deputed as specified
by the Engineer's Representative.
The positions of the boreholes will be given by Coordinates with respect to the grid shown
on the attached drawings. The Contractor shall establish adequate triangulation stations
by Theodolite or other suitable measures to ensure the precise location of boreholes.
The Contractor shall take precautions to ensure that boring operations do not present a
safety hazards to other activities using the area and shall temporarily remove the boring
equipment etc. if required & instructed by the Engineer/ Engineer's Representative.
2.4. BENCH MARKS
The Contractor shall arrange to protect surveyor's Bench Marks, reference lines and
control points from damage or movement during work.
3.0 SUB SOIL INVESTIGATION
3.1. Trial Pits
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
10 | P a g e
Investigation by Trial Pit Method to be carried out and soil Classification to be determined
by soil testing in laboratory.
The Contractor shall describe in details of the equipment and method of boring he
proposes to use. In general, Open trial Pits, the method of exploring by open trial pits
consists of excavating trial pits up to 3m of depth at the site and there by exposing the
subsoil surface thoroughly, enabling undisturbed samples to be taken at 3m interval. The
undisturbed samples to be obtained by driving edged thin wall tubes into the ground by
gentle hammering or applying pressure or by any other method approved by the
Engineer's Representative.
Alternately, hand cut samples known as chunk samples can be obtained. In sufficiently
cohesive soil, undisturbed sample can be cut out and trimmed to regular shapes, say a
cube or cylindrical shape. Wrap the chunk samples with plastic cloth, plastic paper
(polythene film) or a waxed paper painted on the outside with molten wax.
Two additional layers of cloth and wax are required to perfectly seal the sample. If a soil
is easily disturbed, firmly constructed wooden box, with lid and bottom removed, is kept
around the protruding sample block so as to leave a space of about 25mm between the
sample and side of box.
The space between the sample and side of box is packed with moist saw dust or similar
packing material. The top of sample us cut to size, cloth or paper and wax are applied and
then the lids fitted.
Deep trial pits may be used to investigate open fissures, or to explore zones of weak rocks
which would break up in the core barrel and are incapable of being recovered intact.
The Contractor shall submit the photograph of Trial pits of railway corridor with chainage
to the Engineer for his use.
3.2. Vertical Boring
a) Boreholes shall be located as indicated in the drawings or as directed by the Engineer
and sunk in the order required by the Engineer's Representative. The Contractor shall
be responsible for the proper shifting & positioning of his rig at the selected sites.
b) The Contractor shall describe in detail the equipment and method of boring he
proposes to use. In general, boring through different layers of soil shall be carried out
by mechanically operated equipment using shell and auger or hydraulically controlled
rotary drilling equipment as may be applicable or by any other method approved by
the Engineer's Representative.
c) Boreholes shall be lined unless otherwise directed and diameter of the casings shall
not be less than 150 mm. On completion of the boreholes (or abandonment on the
instructions of the Engineer) the Contractor shall remove the casing and in no
circumstances, shell casings be permitted to remain less than 1 metre below the
existing ground level.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
11 | P a g e
d) In the event of any boulders or other obstructions being encountered during the boring
operations, the Contractor shall immediately notify the Engineer's Representative and
obtain necessary instructions as to the measures to be taken. If required by the
Engineer's Representative, the Contractor shall chisel through the obstruction and
reline the borehole using smaller diameter casings.
e) The Contractor's Engineer shall be present at the site of operations at all times during
the sinking of the boreholes and record the resistance of the ground to the tool used.
He shall note the description, strength and structural characteristics of the soils
encountered as the boring proceeds, in accordance with the criteria contained in the
British Standard Code of Practice No. 5930 `Site Investigations'. The spoil from boring
operations shall be set out in the order in which recovered so that it may be inspected
by the Engineer's Representative. Complete & up to date information shall be recorded
indicating the borehole number, type and diameter of boring/ drilling at different depths,
existing ground level, depth of water table from the ground level, description, thickness
and depth of various strata encountered, `N' values for penetration tests, number and
types of samples collected, depth of each sampling, the rate of sinking of the boring
equipment in each and every stratum encountered in each borehole and all other
relevant data. All changes in stratum and their level relative to Chart Datum shall be
indicated in approved bore logs. All on‐site boring records shall form a part of the soil
investigations report to be submitted by the Contractor.
f) Where boring beyond a certain depth in any borehole is not possible the operation may
be terminated with the prior approval in writing of the Engineer/his Representative.
4.0 DRILLING IN ROCK
a) When rock will encountered, size of borehole will be changed to 76 mm diameter. A
double tube core barrel and Nx sized diamond bits should be used for drilling and
recovering rock cores. Recovered rock cores to be numbered serially and preserved
in wooden core boxes. Rock core recovery and Rock Quality Designation (RQD) to be
computed for every run length drilled as per IS: 4464. Detailed core logs of boreholes
should prepared by geologist at site.
b) Copies of the daily boring record shall be delivered by the Contractor to the Engineer's
Representative on the following day.
5.0 NUMBER OF BOREHOLES, TRIAL PITS AND TERMINATION CRITERIA
Structure Frequency/Numbers Depth of Borehole Major, ROR, ROB, RUB &
Boring a) Founding level below existing ground
level + twice the width of foundation
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
12 | P a g e
cutting locations
+1.0m subjected to minimum 10m in case entire borehole in soil.
b) 3m continuous in rock having RQD >75% or firm strata having N >100 for 300mm of penetration whichever meets earlier
Minor bridges Trial Pits @ One per
structure 3m depth
6.0 BORING EQUIPMENT
Boring and drilling equipment together with accessories to be used for drilling boreholes
shall be of latest design and manufacture and shall be subject to the approval of the
Engineer and shall be capable of drilling through all types of soils. The entire boring and
drilling shall be carried out using rotary core drilling rig only.
7.0 SAMPLES
The Contractor shall take care to ensure at all times that samples taken are truly
representative of the soil conditions actually existing at the levels and site noted. Should
any sample be rejected by the Engineer's Representative for any reason connected with
the boring or sampling technique, equipment used or other reasons the Contractor shall
take additional samples at his own cost.
All samples shall be carefully taken, handled, placed in suitable containers, labelled,
packed and preserved in accordance with IS:1892 and sent to the laboratory immediately
after completion of each borehole. All samples shall be labelled immediately after being
taken out of the borehole. A list of samples collected in each container shall be placed
inside each container.
If required, samples shall be sent to the Engineer for his inspection following which they
shall be collected by the Contractor and dispatched by him to the laboratory.
All samples shall be returned in good condition to the Engineer after use by the laboratory.
Sample jars and core boxes will not be returned to the Contractor.
7.1. Disturbed Samples
The Contractor shall collect disturbed samples of each stratum in accordance with IS:1892
immediately after it is encountered and thereafter at intervals of 2 metres or change of
stratum, whichever is earlier, or as required by the Engineer's Representative, for purpose
of identification and other laboratory tests.
7.2. Large Samples of Granular Material
The Contractor shall extract samples weighing not less than 3 kgs each from each main
stratum of granular material encountered and thereafter at intervals of 3 meters. Each
sample shall be packed in a suitable container so constructed that no loss of fine material
shall occur.
Smaller disturbed samples shall be obtained with split spoon sampler for purpose of
classification and laboratory tests.
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
13 | P a g e
7.3. Undisturbed Samples
The Contractor shall take undisturbed soil sample cores of 100mm diameter as per
IS:1892 immediately after a new stratum is encountered and if the stratum exceeds 3
meters in thickness samples shall be taken at intervals of 3 meters or closer as directed
by the Engineer's Representative.
The construction of sample tubes shall be in accordance with the provision of IS:1892.
Sample tubes shall have a cutting edge with suitable clearances and an area ratio not
exceeding 20%. The top cap shall have a large diameter non‐return valve.
Sample tubes shall be true in diameter, not less than 450 mm long and free from all rust
internally. They shall be oiled before use and shall be winched or carefully driven into the
soil.
The tubes shall be fitted with screwed end caps after the wax seals have been applied.
As an alternative, thin‐walled sample tubes of not less than 100 mm diameter may be
used, the equipment and procedure being as set out in IS:2132. Sample tubes shall not
be less than 450mm long. After sealing, the tubes shall be carefully packed in boxes in
order to protect the seals. A few 100 mm diameter undisturbed samples shall be collected
by means of piston tube samples.
7.4. Time Limits for Testing
Undisturbed samples shall be tested within a maximum period of two weeks from the date
of sampling.
7.5. Sample Storage and Transportation
All sample containers shall be stored in sturdy wooden boxes with separators and packed
with cotton wool, paper, saw dust, etc. to prevent damage during transportation to the
laboratory for testing.
8.0 FIELD TESTS
8.1. Standard Penetration Test
The Contractor shall carry out Standard Penetration Tests inside boreholes to assess the
penetration resistance 'N', primarily of non‐cohesive strata and weak weathered rocks at
every change of stratum and thereafter at intervals of 3 meters or as directed by the
Engineer's Representative. The locations of SPT shall be staggered with those for
undisturbed samples. The equipment and method to be used shall be as described in
IS:2131. During the test, disturbed samples shall be obtained at every change of stratum
and sent to the laboratory for classification and testing. Relevant records shall be
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
14 | P a g e
maintained in the bore log.
Standard Penetration Tests shall also be carried out in cohesive strata if the material
proves too soft for samples to be recovered, or as directed by the Engineer's
Representative.
Should the Engineer's Representative instruct the Contractor's Engineer to use the
Standard Penetration Equipment as a probe, the number of blows for 30 cm of penetration
being recorded in the usual manner, no liability shall attach to the Employer for the inability
of the Contractor's Engineer or plant to remove the probe from the ground. In hard ground where full penetration of 30cms cannot be achieved, the test shall be
stopped at the number of blows to be decided by the Engineer's Representative and actual
penetration noted. The number of blows for 30 cm penetration shall then be extrapolated.
9.0 LABORATORY TESTS
The Contractor shall carry out laboratory tests as indicated below but not necessarily
limited to the following. For this purpose he shall make use of NABL testing laboratory
approved by the Engineer. Additional tests may be prescribed by the Engineer depending
on actual field conditions if required.
All laboratory tests shall be carried out in accordance with their relevant Indian Standard
Codes of Practice. In the absence of such codes for any of the tests mentioned the test
shall be carried out in accordance with any other suitable code of practice as approved by
the Engineer.
In the laboratory, the sample shall be registered, examined and reclassified in conjunction
with the Contractor's Site Engineer's report. In case of revisions in classification, two
advance copies of the revised bore logs shall be forwarded to the Engineer for his use.
The laboratory shall be equipped with all necessary apparatus to carry out the following
tests:
9.1. Tests on Soil Samples
A. Physical test a. Liquid and plastic limits (IS:2720 Part V) b. Grain Size Analysis (IS:2720 Part IV) c. Specific Gravity & Unit Weight (IS:2720 Part III) d. Natural Moisture content (IS:2720 Part II) e. Free Swell Index (IS:2720 Part XL) f. Consolidation test (IS:2720 Part XV) g. CBR Test (IS:2720 Part XVI) h. Shear Strength: Triaxial Compression (IS:2720 Part XI) i. Direct shear test (IS:2720 Part XXXIX) j. Water table & Quality of water
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
15 | P a g e
10.0 SPECIAL CONDITIONS
10.1. EQUIPMENTS
The Contractor shall be responsible for the supply, use and maintenance of all the
equipment and he shall ensure that it is suitable for the work and is maintained in such a
manner as to ensure its efficient working. The Engineer may direct that equipment which
is not efficient and is prejudicial to the quality of the work be removed from site and
replaced by equipment to his satisfaction. The Contractor shall immediately follow
Engineer's or his Representative's directions/ instructions.
10.2. TEMPORARY WORKS
Where required, the Contractor shall furnish such details of his temporary works as may
be called for by the Engineer and the Contractor shall satisfy the Engineer as to their safety
and efficiency. The Engineer may direct those temporary works which he considers unsafe
or inefficient be removed and replaced in a satisfactory manner. The Contractor shall
Role in Contract (Prime Contractor or Member in JV)
Total Contract Amount
If member in a JV , specify participation in total Contract amount
Employer's Name: Address: E-mail:
Description of the similarity
The tenderer shall attach certified completion certificates issued by the client duly attested by
Notary as per Eligibility Criteria of the tender documents
Signature of the Tenderer with Seal
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
21 | P a g e
Financial Eligibility Criteria Details
Form No. 2B
Details of contractual payments (Construction only) received during the last three financial
years and current financial year
Contractual payments received Year Value of payment received in Rs.
(Contract Receipts) Current Year (2017-2018) 2016 - 2017 2015 - 2016 2014 - 2015 Total Contractual Payment
The tenderer shall attach necessary documents in support of the above
Signature of the Tenderer with Seal
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
22 | P a g e
Applicant's Party Information Form
Form No. 2C
Applicant name: [insert full name]
Applicant's Party name: [insert full name of Applicant's Party]
Applicant's Party country of registration: [indicate country of registration]
Applicant Party's year of constitution: [indicate year of constitution]
Applicant Party's legal address in country of constitution: [insert street/ number/ town or city/ country]
Applicant Party's authorized representative information Name: [insert full name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes E-mail address: [indicate e-mail address]
Signature of the Tenderer with Seal
Tender No. DIMTS/RAILWAYS/SP/2017-2018/003
23 | P a g e
Schedule of Prices & Total Prices
Form No. 3
SNO DETAILS OF WORK UNIT QTY RATE AMOUNT
1 General Arrangement Drawings of Minor
Bridges, ROBs & RUBs, service buildings,
colony layout, station building / platform
drainage plan and geo-technical
investigations along with GT reports etc. as
per railway circulars (The item includes
required field works, liaison for approvals with
concerned department etc. for collection /
obtaining signed documents / data in
connection with design of structures,
preparation & submission of reports, etc. to
the satisfaction of client including structures
designed by DIMTS)
Payment will be released on pro rata basis in
linear length as 80% on submission of Reports
& Drawings, & 20% on approval from SECR
Railways/NHAI/State Govt. as the case may
be.
Km 270 47,000 1,26,90,000
Total in Rs 1,26,90,000
Note :
1. The rates are inclusive of all local taxes, levies etc. Tenderers to quote GST separately
in the table above.
2. The rates quoted by the contractor shall be firm for the entire contract duration.