You are on page 1of 149

A&C-5 PK-4

ADDENDUM & CORRIGENDUM No.5

RVNL/RKSH-KNPG/TENDER/TUNNELS/PK-4 Date: 11.08.2020


Bid Notification No. RVNL/RKSH-KNPG/TENDER/TUNNELS/PK-4 Dated: 26.02.2020

Name of the Work “CONSTRUCTION OF TUNNELS, FORMATION, CONSTRUCTION SHAFT AND OTHER ANCILLARY WORKS FROM
CHAINAGE 47+360 to 63+117 KM (FLS) WITH TBM AND NATM UNDER PACKAGE-4 IN CONNECTION WITH NEW
BG LINE BETWEEN RISHIKESH AND KARANPRAYAG (125KM) IN THE STATE OF UTTARAKHAND, INDIA.”

The following changes are to be incorporated at the appropriate place in the Bid Document and A&C-4 ;

Page
SN Clause No. Existing To be read as
1. Clause 12 of IFB SN-1 Date of Receipt and opening of Bids: The completed Bids Date of Receipt and opening of Bids: The completed Bids
of Bid of must be submitted through e-tendering portal must be submitted through e-tendering portal
Document A&C- https://rvnl.euniwizarde.com/ before 11.00 hrs. on https://rvnl.euniwizarde.com/ before 11.00 hrs. on
4 25/08/2020 and the same shall be opened at 11.30 hrs on 24/09/2020 and the same shall be opened at 11.30 hrs on
same day. same day.
2. ITB-19.2 (Bid SN-2 The bid security shall be valid up to 05/04/2021. The bid security shall be valid up to 04/05/2021.
Data Sheet) of The original Bank Guarantee should be submitted to Chief The original Bank Guarantee should be submitted to Chief
(Section-2) A&C- Project Manager, Project Manager,
4 Rail Vikas Nigam Limited, Rail Vikas Nigam Limited,
Floor/Room No.: RVNL office Building, Floor/Room No.: RVNL office Building,
Opposite GST Bhavan Opposite GST Bhavan
Street Address: Next to GMVN, Shyampur Bypass Road Street Address: Next to GMVN, Shyampur Bypass Road
City: Rishikesh, Pin Code: 249201 City: Rishikesh, Pin Code: 249201
Country: Indian Republic Country: Indian Republic
Tel. No.: Tel 0135-2442008, Tel. No.: Tel 0135-2442008,
Fax: 2442008 Fax: 2442008
Mail : himansu.badoni@rvnl.org Mail : himansu.badoni@rvnl.org

Digitally signed by
CHINMAY CHINMAY SHARMA
Date: 2020.08.11
SHARMA 16:32:23 IST
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
3. Clause 22.1 ITB S.N. 3 For bid submission purposes address is: For bid submission purposes address is:
(Bid Data Of https://www.rvnl.euniwizarde.com https://www.rvnl.euniwizarde.com
Sheet) (Section- A&C- The deadline for bid submission is: The deadline for bid submission is:
2) 4 Date: 25/08/2020 Date: 24/09/2020
Time: 11:00 hrs. Time: 11:00 hrs.
4. Clause 25.1 ITB S.N. 4 The online bid opening shall take place at e-tendering The online bid opening shall take place at e-tendering
(Bid Data Of portal of RVNL https://www.rvnl.euniwizarde.com : portal of RVNL https://www.rvnl.euniwizarde.com :
Sheet) A&C- Bid Opening: Bid Opening:
(Section-2) 4 Date: 25/08/2020 Date: 24/09/2020
Time: 11:30 hrs. Time: 11:30 hrs.
5. EQC: Section-3 47 of Existing EQC: Section-3 stands replaced with Annexure-1 of A&C-5.
of Bid 610
Document Vol-
I
6. Form Exp. 2(a) 85 of Existing Form Exp. 2(a) stands placed with Annexure-2 of A&C-5.
of Bidding 610
Forms (Section- Vol-
4) of Bid I
Document
7. EQC Form No.1 87 of Existing EQC Form No.1 stands replaced with Annexure-3 of A&C-5.
of Bidding 610
Forms (Section- Vol-
4) of Bid I
Document
8. EQC Form No.3 89 of Existing EQC Form No. 3 stands replaced with Annexure-4 of A&C-5.
of Bidding 610
Forms (Section- Vol-
4) of Bid I
Document
9. EQC Form No.5 91 of Existing EQC Form No.5 stands replaced with Annexure-5 of A&C-5.
of Bidding 610
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
Forms (Section- Vol-
4) of Bid I
Document
10. Form Key P-3 of 94 Existing Form –Key P3 stands replaced with Annexure-6 of A&C-5.
Bidding Forms of
(Section-4) of 610
Bid Document Vol-
I
11. Form P&M-2 of 95 of Existing Form – P&M-2 stands replaced with Annexure-7 of A&C-5.
Bidding Forms 610
(Section-4) of Vol-
Bid Document I
12. Form MET-3 of 103 Existing Form – MET-3 stands replaced with Annexure-8 of A&C-5.
Bidding Forms of
(Section-4) of 610
Bid Document Vol-
I
13. Form MET-6 of 107 Existing Form – MET-6 stands replaced with Annexure-9 of A&C-5.
Bidding Forms of
(Section-4) of 610
Bid Document Vol-
I
14. Clause 2.2 1. (1). 114 Construction of Main Tunnels T-8 partly with NATM and Construction of Main Tunnels T-8 partly with NATM and
of Chapter-2 of of partly with TBM Methodology, Escape Tunnels and partly with TBM Methodology, Escape Tunnels and
Section-5: 610 construction shaft as detailed below : construction shaft as detailed below :
Work’s Vol- A. Between T-8P1 (47+584) and TBM Breakthrough A. Between T-8P1 (47+588) and TBM Breakthrough
Requirement I Point(58+730) : Point(58+730) :
(i) 106m double track section with platforms by (i) 102m double track section with platforms by
NATM from 47+584 to 47+690 with finished NATM from 47+588 to 47+690 with finished
cross section area of approx. 142 sqm. cross section area of approx. 149 sqm.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
(ii) 380m double track (up-line) by NATM from (ii) 380m double track (up-line) by NATM from
Chainage 47+690 to 48+070 with finished cross Chainage 47+690 to 48+070 with finished cross
section area of 118 sqm, section area of approx. 118 sqm,
(iii) 100m single track (up-line) by NATM from (iii) 100m single track (up-line) by NATM from
Chainage 48+070 to 48+170 with finished cross Chainage 48+070 to 48+170 with finished cross
section area of 58.5 sqm, section area of approx. 58.5 sqm,
(iv) 10.56 Km single track tunnel (up-line) by TBM (iv) 10.49 Km single track tunnel (up-line) by TBM
from Chainage 48+170 to 58+730 with finished from Chainage 48+170 to 58+660 with finished
cross section area approx. 42.4 sqm. cross section area approx. 42.5 sqm.
(v) 85m long Connecting cross tunnel diverges (v) 187m single track (downline) by NATM from
from Chainage 47+970 of Up-line and merges Downline Chainage 0+709 to 0+896 with
at Chainage 48+164 of Downline. finished cross section area of approx. 58.5 sqm,
(vi) 75m single track (downline) by NATM from (vi) 10.317 Km single track tunnel (downline) by
Chainage 48+180 to 48+255 with finished cross TBM from Chainage 0+896 to 11+213 with
section area of 58.5 sqm, finished cross section area approx. 42.4 sqm.
(vii) 10.475 Km single track tunnel (downline) by (vii) 660 m long Escape Tunnel by NATM with
TBM from Chainage 48+255 to 58+730 with finished cross section area of approx. 18 sqm
finished cross section area approx. 42.4 sqm. starting from Portal 1 area parallel to up line
(viii) 660 m long Escape Tunnel by NATM from tunnel for most of its length.
Chainage 47+520 to 48+180 with finished cross
section area of approx. 18 sqm. B. Between TBM Breakthrough Point (58+730) and
T8 P2 (62+165):
B. Between TBM Breakthrough Point (58+730) and T- (i) 60m single track (up-line) by NATM from
8P2 (62+165): Chainage 58+660 to 58+720 with finished cross
(i) 50m single track (up-line) by NATM from section area of approx.118 sqm
Chainage 58+730 58+780 with finished cross (ii) 60m single track (downline) by NATM from
section area of 96 sqm Chainage 11+213 to 11+273 with finished cross
(ii) 50m single track (downline) by NATM from section area of approx. 118 sqm
Chainage 58+730 58+780 with finished cross (iii) 2.473 km single track (up-line) by NATM from
section area of 96 sqm Chainage 58+720 to 61+193 with finished cross
section area of approx. 42 sqm,
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
(iii) 2.463 km single track (up-line) by NATM from (iv) 2.563 km single track (downline) by NATM from
Chainage 58+780 61+193 with finished cross Chainage 11+273 to 13+836 with finished cross
section area of 42 sqm, section area of approx. 42 sqm,
(iv) 2.329 km single track (downline) by NATM (v) 654m double track (up-line) by NATM from
from Chainage 58+780 61+109 with finished Chainage 61+193 to 61+847 with finished cross
cross section area of 42 sqm, section area of approx. 118 sqm,
(v) 654m double track (up-line) by NATM from (vi) 318 m double track section with one side
Chainage 61+193 61+847 with finished cross platform by NATM from Chainage 61+847 to
section area of 96 sqm, 62+165 with finished cross section area of
(vi) 318 m double track section with one side approx. 126 sqm,
platform by NATM from Chainage 61+847 to 1100 m long Escape Tunnel by NATM with finished
62+165 with finished cross section area of cross section area of approx. 18 sqm starting from Portal
approx. 126 sqm, 2 area parallel to up line tunnel for most of its length
(vii) 100m long Connecting cross tunnel diverges
from Chainage 61+013 of Downline and merges
at Chainage 61+260 of Up-line.
1.056 km long Escape Tunnel by NATM from Chainage
61+109 to 62+165 with finished cross section area of
approx. 18 sqm.
15. Clause 2.1 of 114 This work is part of 125 km new Broad Gauge (BG) This work is part of 125 km new Broad Gauge (BG)
Chapter-2 of of railway line between Rishikesh and Karnprayag and railway line between Rishikesh and Karnprayag and
Section-5: 610 pertains to Construction of Tunnels and Formation pertains to Construction of Tunnels and Formation
Work’s Vol- Works from Chainage 47+360 to 63+117 (FLS) under Works from Chainage 47+360 to 63+117 (FLS) under
Requirement I Package–4 in State of Uttarakhand, India. For the purpose Package–4 in State of Uttarakhand, India. For the
of these tender documents and tender drawings, FLS purpose of these tender documents and tender
chainage of 47+360 is mentioned as 47+200 and 63+117 is drawings, FLS chainage of 63+117 is mentioned as
mentioned as 62+580. The other chainages shall be read 62+580. The other chainages shall be read respectively.
respectively.
16. Clause 2.2 (1).C. 115 Construction of ellipsoidal vertical shaft with a finished Construction of ellipsoidal vertical shaft with a finished
Construction of cross sectional area of approx. 79 sqm and approx. 27m cross sectional area of approx. 79 sqm and approx. 32m
shaft of 610 depth, at Chainage 60+680 approx. along with the depth, at Chainage 60+680 approx. along with the
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
Chapter-2 of Vol- connecting passage (25m length approx.) between shaft connecting passage (20m length approx.) between shaft
Section-5: I and the Up/Down Main tunnels and the UP Main tunnel.
Work’s
Requirement
17. Clause 2.2.(2) of 115 Earthwork in formation (cutting and filling) in all kinds of Earthwork in formation (cutting and filling) in all kinds of
Chapter-2 of of soils/rocks between Km 47+200 to 47+584 in Devprayag and soils/rocks between Km 47+360 to 47+588 in Devprayag
Section-5: 610 between Km 62+165 to 62+580 in Janasu yard. The work shall and between Km 62+165 to 62+580 in Janasu yard. The
Work’s Vol- be completed in all respects up to the formation level of yard. work shall be completed in all respects up to the formation
Requirement I level of yard

18. Clause 2.2.2 116 S.N Description Tunnel including approaches S.N Description Tunnel including approaches

Salient Features of 1 Length of Section Approx. 15.38 kms (Chainage 47+200 Km to 62+580 Km) 1 Length of Approx. 15.220 Kms (Chainage 47+360 Km to 62+580 Km)
of Chapter-2 of 610 Section
2 Ruling Gradient 1 in 80 (C) 2 Ruling 1 in 80 (C)
Section-5: Vol- Gradient
Work’s I 3 Degree of curvature 4.0 Degree Maximum 3 Degree of 4.0 Degree Maximum
Requirement 4 Tunnel (Main) 14.581 Kms (Up line) (Chainage 47+584 Km to 62+165 Km)
curvature
4 Tunnel (Main) 14.577 Kms (Up line) (Chainage 47+588 Km to 62+165 Km) and
and 12.929 Km (Downline) (Chainage 48+180 Km to 61+109
13.127 Km (Downline) (Chainage 0+709 Km to 13+836 Km)
Km)
5 Tunnel (Escape) 0.66 Kms on T8P1 side and 1.120 Kms on T8P2 side.
5 Tunnel (Escape) 0.66 Kms (Chainage 47+520 Km to 48+180 Km) towards T8P1
and 1.05 Kms (Chainage 61+109 Km to 62+165 Km) towards
Escape tunnels run almost parallel to the main tunnel throughout
T8P2.
these lengths.

Escape tunnels run almost parallel to the main tunnel


6 Major Bridges NIL
throughout these lengths.
6 Major Bridges NIL
7 Minor Bridges NIL

7 Minor Bridges NIL


8 Earth work In a total length of Approx. 0.643km
including that
8 Earth work including In a total length of Approx. 0.643km
required for
that required for
Devprayag and
Devprayag and
Janasu Yard
Janasu Yard
9 Stations 2 Nos.
9 Stations 2 Nos.
iii) Devprayag
i) Devprayag
iv) Janasu
ii) Janasu
10 Construction Ellipsoidal of finished cross section area 79 sqm, and 32 m deep
10 Construction shaft Ellipsoidal of finished cross section area 79 sqm, and 27 m
shaft approx.
deep approx.
11 Number of junction NIL
station
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
12 Level crossings NIL 11 Number of NIL
junction station
13 Loading Standard 25 Tonnes of 2008 12 Level crossings NIL

13 Loading 25 Tonnes of 2008


Standard

19. Section 5 - 117 a) Shape: All NATM tunnels are of horseshoe shape and the a) Shape: All NATM tunnels are of horseshoe shape and the
Works of TBM tunnels are of circular shape. Main Tunnels have TBM tunnels are of circular shape. Main Tunnels have
Requirement 610 finished Cross Section area of approx.42 sqm and Escape finished Cross Section area of approx.42 sqm and Escape
Cl. 2.3.C : Vol- Tunnel of approx. 18 sqm. Detail Design and PMC Tunnel of approx. 18 sqm. Detail Design and PMC
Project I Consultant is in place and Detailed Design and Drawings Consultant is in place and Detailed Design and Drawings
components- will be provided by RVNL. The Tender drawings attached will be provided by RVNL. The Tender drawings attached
Tunnels are only for guidance and RVNL may change the cross are only for guidance. In case of NATM tunnels, Employer
section, shape and size to suit actual site conditions and may make minor change the cross section, shape and size
functional requirements. In the yard and platform portion, to suit actual site conditions and functional requirements.
tunnel may have bigger cross section to accommodate two In the yard and platform portion, tunnel may have bigger
tracks with and without platform in single tube. cross section to accommodate two tracks with and without
The two track section shall have finished cross section area platform in single tube.
of approx. 96 sqm and the two track cross section with The two track section shall have finished cross section area
platform shall have finished cross section of approx. 126 of approx. 96 sqm and the two track cross section with
sqm. Moreover, from Chainage 58+730 to 58+780 approx., platform shall have finished cross section of approx. 126
the bigger cross sections (Finished area of approx. 96 sqm) sqm. Moreover, from Chainage 58+730 to 58+780 approx.,
for single track equivalent to double track section shall be the bigger cross sections (Finished area of approx. 96 sqm)
constructed to facilitate the TBM dismantling and retrieval. for single track equivalent to double track section shall be
Drawings of tunnel dimensions and layout is made constructed to facilitate the TBM dismantling and retrieval.
available in Vol-III. Drawings of tunnel dimensions and layout is made
available in Vol-III.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
20. Section 5 - 117 Main and Escape Tunnels: The Up line and downline Main and Escape Tunnels: The Up line and downline
Works of tunnels are parallel from Chainage 48+180 Km to 61+109 tunnels are parallel from Chainage 48+170 Km to 61+080
Requirement 610 Km with center to center spacing of 25m approx. Km with center to center spacing of 25m approx.
Cl. 2.3.C. e) : Vol- interconnected with cross passages at every 500m approx. interconnected with cross passages at every 500m
Project I At Chainage 48+180 & 61+109 the downline tunnel merge approx. At Chainage 48+170 & 61+080 the downline
components- into the up line tunnel via crossover tunnels. For the tunnel merge into the up line tunnel via crossover
Tunnels remaining length of up line tunnel, two parallel escape tunnels. For the remaining length of up line tunnel, two
tunnels shall be constructed with center to center spacing parallel escape tunnels shall be constructed with center
of 25m approx. interconnected with cross passages at to center spacing of 25m approx. interconnected with
every 500m approx. cross passages at every 500m approx.

From To From To
Length Length
Tunnel No. Project Level Project Level Tunnel No. Level Level
(Meters) (Meters) Chainage Chainage
Chainage (AMSL) Chainage (AMSL) (AMSL) (AMSL)

8 (Up line) (Part) 14581 47+584 485.50 62+165 546.00 8 (Up line) (Part) 14577 47+588 485.50 62+165 546.00
8 (Downline) 12929 8 (Downline) (Part) 13127 0+709 637.27 13+836 625.64
48+180 486.00 61+109 549.00
(Part)
Escape Tunnel 660
Escape Tunnel 660 - 484.50 - 486.00
47+520 484.50 48+180 486.00 (Towards T8P1)
(Towards T8P1)
Escape Tunnel 1120
Escape Tunnel 1050 - 548.57 - 546.00
61+109 548.69 62+165 546.00 (Towards T8P2)
(Towards T8P2)

21. Clause 2.14 of 125 Existing Clause 2.14 Tentative Scheduling of Major Works of Chapter-2 of Section-5: Work’s Requirement stands
Chapter-2 of of replaced with Annexure-11 of A&C-5.
Section-5: 610
Work’s Vol-
Requirement I

22. Clause 2.17 (h) 128 TBM route survey report is provided for reference with TBM route survey report is available for reference only
of Chapter-2 of of the tender document in Vol. III, covering the route from and can be obtained from RVNL Rishikesh office,
Section-5: 610 Yog Nagari Rishikesh railway station to the Portal site. covering the route from Yog Nagari Rishikesh railway
Work’s Vol- However, Contractor needs to do his own assessment of station to the Portal site. However, Contractor needs to
Requirement I do his own assessment of the route for transport of TBM
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
the route for transport of TBM and its associated and its associated components within 1 month of date of
components. commencement of works, as well as determine the
maximum dimensions and weight of components.
Employer will assist in seeking approvals from
associated local bodies. Clearing the infringements and
improving/strengthening the route will be the
contractor’s responsibility. Cost on account of Clearing
the infringements and improving/strengthening the
route from Yog Nagari Rishikesh railway station to the
Portal site will be borne by the Employer as per actuals.
23. Section-5 - 128 Employer has acquired land required for construction of Employer has acquired land required for construction of
Work of permanent works and Muck dumping zones. Necessary permanent works and Muck dumping zones. Necessary
Requirements 610 forest clearances and possession of entire land forest clearances and possession of entire land
Cl. 2.18 (i). a) Vol- (Government, forest and Private) has been obtained. (Government, forest and Private) has been obtained. All
I Contractor will be made available entire acquired land for acquired sites are free from hindrance of utilities such as
construction of permanent works. All acquired area are Electric Poles, Water supply lines, Electric cables etc. If
shown in drawings included Vol. III. such hindrance is encountered at the time of taking over
of site by contractor, then the contractor shall remove the
same at cost of Employer as per the cost estimate
provided by concerned associated local authority/
Lump sum basis. Contractor will be made available
entire acquired land for construction of permanent
works. All acquired area are shown in drawings
included Vol. III.
24. Section-5 - 128 Employer has identified the casting yard location in Yog Employer has identified the casting yard location in Yog
Work of Nagri Rishikesh Station area of size 19000 sqm approx. Nagri Rishikesh Station area of size 25000 sqm approx.
Requirements 610 which shall be made available to contractor free of cost. which shall be made available to contractor free of cost.
Cl. 2.18 (i). b) Vol- However, Contractor may propose another yard location Contractor must arrange his facilities keeping in mind,
I outside Railway land at his own cost. Since, the segment HT Poles and Transmission line present at site as shown
needs to be transported for 70kms distance one way from in the drawing available in Vol III. However, Contractor
Rishikesh to Devprayag portal, contractor needs to plan may choose another location outside Railway land at his
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
the transport logistics meticulously considering all own cost. Since, the segments need to be transported for
variables in his planning such as heavy rush time during 70kms distance one way from Rishikesh to Devprayag
Chardham Yatra Season, monsoon etc. The responsibility portal, contractor needs to plan the transport logistics
of the transportation lies fully with the contractor. meticulously considering all variables in his planning
such as heavy rush time during Chardham Yatra Season,
monsoon etc. The responsibility of the transportation lies
fully with the contractor.
25. Section-5 - 129 The Contractor shall make his own arrangements for all The Contractor shall make his own arrangements for all
Work of electric power supply requirements for the work at his electric power supply requirements for the work at his
Requirements 610 own cost and the rates quoted shall deemed to include the own cost and the rates quoted shall deemed to include
Cl. 2.18 (iv) Vol- cost of providing such electric supply arrangements the cost of providing such electric supply arrangements
I required for the works and offices/accommodations etc. required for the works and offices/accommodations etc.
All diesel generating sets shall conform to environmental All diesel generating sets shall conform to environmental
norms and related noise and emission reduction norms and related noise and emission reduction
according to local pollution board norms. according to local pollution board norms.
Whenever excavation proceeds more than 2 kms from
any portal then contractor will be required to install Employer has also applied for installation of 33 KV
booster ventilation fans to enhance ventilation capacity transmission line having 3MVA capacity, which shall be
and install LT lines to reduce transmission loss over long laid by State Electricity Authority from their nearest Sub-
lengths if other methods are not effective, for which station (16 km away) and shall be provided within 200m
nothing extra shall be paid. of T8P1 location. Tender for the work has been awarded
by the State Electricity Board and the works are about to
Employer has also applied for installation of 33 KV commence. Since, Employer depends on 3rd Party for
transmission line having 3MVA capacity, which shall be power arrangements, this power is likely to be available
brought within 200m of T8P1 location. Since Employer to Contractor within 23 months from date of
depends on 3rd Party for power arrangements, the commencement or up to KD 02-E as per Agreed work’s
transmission line shall be energised and shall be made programme whichever is later. The contractor can avail
available to the contractor within 23 months from date of power supply from above installation for which
commencement or up to KD 02-E as per agreed work’s contractor shall request Employer in advance and has to
programme whichever is later. To avail this facility, apply for electric connection with State electricity
contractor shall request Employer in advance and has to authority.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
apply for electric connection with State electricity However, Employer shall in no way be obliged to ensure
authority. quality and continuity of the power and no claim of
However, employer shall in no way be obliged to ensure contractor shall be admissible for any interruptions due
quality and continuity of the power and no claim of to power availability and the contractor is required to
contractor shall be admissible for any interruptions due to keep 100% power backup arrangements. All expenditure
power availability. All expenditure associated with associated with installations for tapping the power from
installations for tapping the power from transmission line transmission line as well as consumption of power will
as well as consumption of power will be paid by contractor be paid by contractor directly to State electricity
directly to State electricity authority. After completion of authority. After completion of work, contractor will
work, contractor will remove all his installations including remove all his installations including electricity
electricity connection and provide no dues certificate from connection and provide no dues certificate from State
State electricity authority. The rate tariffs as applicable electricity authority. The rate tariffs as applicable from
from time to time may be enquired from State Electricity time to time may be enquired from State Electricity
Authority. Authority.

Whenever excavation proceeds more than 2 kms from


any portal then contractor will be required to install
booster ventilation fans to enhance ventilation capacity
and install LT lines to reduce transmission loss over long
lengths if other methods are not effective, for which
nothing extra shall be paid.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
26. Section-5 - 130 Payment of constructing and maintaining access roads: Payment of constructing and maintaining access roads:
Work of
Requirements 610 Contractor shall be paid separately as per relevant item Contractor shall be paid separately as per relevant item of
Cl. 2.18 (vi) c) Vol- of BOQ for construction and maintenance of all access BOQ for construction and maintenance of all access roads
I roads required to be developed for access to required to be developed for access to
Tunnel/Shafts/Adits, portals/Bridges or muck dumping Tunnel/Shafts/Adits, portals/Bridges or muck dumping
grounds till completion of works. grounds till completion of works.

Contractor shall be responsible for construction and Contractor shall be responsible for construction and
maintenance of any other internal or access roads apart maintenance of any other roads for his own use apart
from the access roads specifically defined in Chapter 2 of from the access roads specifically defined in Chapter 2 of
Section:5 Works Requirement(Clause 2.3 C(f) & 2.3 E), for Section:5 Works Requirement(Clause 2.3 C(f) & 2.3 E),
which nothing extra shall be payable to contractor. for which nothing extra shall be payable to contractor.
27. Clause 2.18 vii 130 For tunnel no. 8, excavation shall be done concurrently For tunnel no. 8, excavation shall be done concurrently
(a) of Chapter-2 of from portal 2 and from ventilation shaft towards Km from Portal 1, portal 2 and from ventilation shaft towards
of Section-5: 610 58+730. The construction shaft shall be used as Km 58+730. The shaft shall be used as construction shaft
Work’s Vol- construction shaft from this project which shall facilitate from this project which shall facilitate the excavation of
Requirement I the excavation of the two tubes from the Shaft connection the two tubes from the Shaft connection point of the
point of the tunnels to the TBM breakout points. tunnels to the TBM breakout points. Contractor must
Contractor must plan his logistics and shaft temporary plan his logistics and shaft temporary layout for the
layout for the mucking and transfer of construction mucking and transfer of construction material/
material/ machinery so as to be able to achieve maximum machinery so as to be able to achieve maximum progress
progress rates and achieve the specified milestones. The rates and achieve the specified milestones. The shaft may
shaft may be kept unlined (Final lining) during the tunnel be kept unlined (Final lining) during the tunnel
excavation works so as to have maximum clear space in excavation works so as to have maximum clear space in
the shaft for construction purposes the shaft for construction purposes
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
28. Clause 5.1 of 145 5.1 The Bidder shall deploy, as per agreed programme, the 5.1 The Bidder shall deploy, either in-house crew or
Chapter-5 of of minimum number of personnel for the key positions through Specialist Agency as Sub-contractor or
Section-5: 610 with requisite qualification and experience as through Manufacturer, as per agreed programme, the
Work’s Vol- mentioned hereunder: - minimum number of personnel for the key positions
Requirement I with requisite qualification and experience as
mentioned hereunder: -
29. Clause 5.1 of 145 SN Position Minimum Minimum Minimum Experience In
Chapter-5 of SN Position Minimum Minimum Minimum Experience In
of No. of Qualification Similar Work
No. of Qualification Similar Work
Section-5: Personnel
610 Team
Personnel
1. 1 Graduate in 25 years of experience in
Work’s Vol- Leader Civil tunnelling projects out of 1. Team 1 Graduate in 20 years of experience in
Leader Civil tunnelling projects out of
Requirement I Engineering/ which at least 15 years
(Expat)
Mining should be in TBM tunnelling Engineering/ which at least 15 years should
Engineering and have executed at least Mining be in TBM tunnelling and
two TBM projects in the Engineering/ have executed at least two
Mechanical TBM projects in the capacity
capacity of project in charge.
Engineering of project in charge and
2. Project 1 Graduate in 20 year experience in
Manager minimum 1 project with
Civil/Mechani tunnelling, out of which at
(TBM ) Non-EPB Shielded Rock TBM
cal/ Electrical least 15 years and a
having minimum finished
or equivalent minimum of 2 projects
inner diameter of 7.0m.
should be in TBM
2. Project 1 Graduate in 15 year experience in
Tunnelling.
Manager Civil/Mechani tunnelling, out of which at
3. Project 1 Graduate in 20 year experience in
(TBM ) cal/ Electrical least 10 years and a minimum
manager Civil/Mining tunnelling, out of which at
(NATM) or equivalent of 2 projects should be in
engineering least 15 years and a
TBM Tunnelling in the
minimum of 2 projects
capacity of project in charge
should be in NATM
or one level below in charge
Tunnelling.
and minimum 1 project with
Non-EPB Shielded Rock TBM
having minimum finished
inner diameter of 7.0m.
3. Project 1 Graduate in 15 year experience in
manager Civil/Mining tunnelling, out of which at
(NATM) engineering least 10 years and a minimum
of 2 projects should be in
NATM Tunnelling in the
capacity of project in charge
or one level below in charge.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
30. Clause 5.1 of 145 Addition below existing Table under clause 5.1:
Chapter-5 of of
Section-5: 610 SN Position Minimum Minimum Qualification Minimum Experience in Similar Work
No. of
Work’s Vol- Personnel
Requirement I 24. Head Foremen 1 Diploma in Civil/ Mining Head Foremen shall have 10 years of experience in on-site construction supervision
(TBM) (Expat) engineering/ Engineering of TBM tunnel construction. At least having experience of executing Rock TBM
Geology Tunnelling of minimum 4.5km length through single Tunnel having minimum
finished inner diameter of 7.0m.
25. Tunnel 2 Graduate/ Diploma in Tunnel construction Manager shall have a minimum of 10/15 year of experience
construction Civil/ Mining with TBM tunnelling construction. The Tunnel construction Manager shall have a
Manager (TBM) Engineering/ Engineering minimum of 07/10 year experience as incharge or one level below incharge on a
(Expat) Geology TBM construction project and worked on a minimum of 01 project involving Non-
EPB Shielded Rock TBM tunnelling. Atleast having experience of executing Rock
TBM Tunnelling of minimum 4.5km length through single Tunnel having minimum
finished inner diameter of 7.0m.
26. TBM 2 Graduate in Mechanical Minimum 12 years of experience along with 8 years of experience in projects of
manufacturer’s Engineering similar nature. He should have 5 years of minimum experience in similar position.
specialist Atleast having experience of executing Rock TBM Tunnelling of minimum 4.5km
assembly/ length through single Tunnel having minimum finished inner diameter of 7.0m.
operation
supervisor (Expat)
27. TBM support 4 Diploma in Mechanical/ Minimum 15 years of experience along with 08 years of experience in TBM
systems Engineer Electrical engineering or construction project and 05 years of minimum experience in similar position. Atleast
equivalent having experience of executing Rock TBM Tunnelling of minimum 4.5km length
through single Tunnel having minimum finished inner diameter of 7.0m.
28. TBM E&M 2 Diploma in Electrical/ Minimum 15 years of experience along with 08 years of experience in TBM
Manager Mechanical Engineering construction project and 05 years of minimum experience in similar position. Atleast
having experience of executing Rock TBM Tunnelling of minimum 4.5km length
through single Tunnel having minimum finished inner diameter of 7.0m.
29. TBM Operator 4 Diploma in any discipline Minimum 10 years of experience as TBM operator with minimum 05 years of
experience in Operating Non-EPB, Shielded Rock TBMs. Atleast having experience
of executing Rock TBM Tunnelling of minimum 4.5km length through single Tunnel
having minimum finished inner diameter of 7.0m.
30. Chief 2 Graduate in Electrical/ Minimum 12 years of experience along with 8 years of experience in projects of
Electrician/PLC Electronic engineering or similar nature. He should have 5 years of minimum experience in similar position
Engineer equivalent on TBMs. Atleast having experience of executing Rock TBM Tunnelling of minimum
4.5km length through single Tunnel having minimum finished inner diameter of
7.0m.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
31. Clause 5.7 of 149 The Project Managers shall be responsible for the The Team Leader(TL) and Project Managers(PM) shall be
Chapter-5 of of following duties: responsible for the following duties:
Section-5: 610 i. Be located on-site full time for at least one shift per day i. Team Leader and Project Managers shall be located
Work’s Vol- for a minimum of 6 days per week, when construction is on-site full time for at least one shift per day for a
Requirement I taking place. minimum of 6 days per week, when construction is
ii. Shall coordinate and cooperate with Engineer and be taking place.
responsible for all obligations under the contract. ii. TL Shall coordinate and cooperate with Engineer and
Note: be responsible for all obligations under the contract.
(i) Contractor should plan for additional men to cover iii. PM (TBM and NATM) shall assist TL for their
leave/rest/sick etc. respective scope of work.
(ii) Team leader is to be deployed within 30 days of issue iv. TL and PM (TBM and NATM) shall participate in all
of Letter of Acceptance. The programme for deployment review meetings notified by Engineer.
of other personnel shall be conveyed by PMC/Employer Note:
and personnel shall be deployed within 30 days of the (i) Contractor should plan for additional men to cover
stated requirement. In case of failure to deploy any leave/rest/sick etc.
personnel within 30 days of the stated requirement, a (ii) Team leader is to be deployed within 30 days of issue
penalty shall be imposed for each day of delay as under: of Letter of Acceptance. The programme for
i. Rs. 15,000 per person per day of delay for Head deployment of other personnel shall be conveyed by
Foreman EXPAT (NATM). PMC/Employer and personnel shall be deployed
ii. Rs 10,000 per person per day of delay for Team Leader, within 30 days of the stated requirement. In case of
Project Managers, Material procurement Manager, failure to deploy any personnel within 30 days of the
Foremen (NATM) (National), Senior Geologist and stated requirement, a penalty shall be imposed for
Senior Surveyor. each day of delay as under:
iii. Rs 5,000 per person per day for QA & QC engineers, a) Rs. 15,000 per person per day of delay for Team
Safety Managers, Grouting Engineers, Geologists and Leader, Project Managers, Head Foreman.
Material Stock Engineers. b) Rs 10,000 per person per day of delay for Tunnel
iv. Rs. 3,000 per person per day for other personnel. Construction Managers, Material procurement
(iii) On completion/likely completion of activities Manager, Foremen (NATM) (National), Senior
concerned to particular personnel, demobilization of that Geologist, Senior Surveyor, TBM manufacturer’s
personnel shall be requested by the Contractor at least 30 specialist assembly/ operation supervisor (Expat),
days in advance and demobilization shall be done with
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
the approval of PMC/Employer only. In case TBM support systems Engineer, TBM Operator and
demobilization is done without approval of Chief Electrician/PLC Engineer.
PMC/Employer, the penalty mentioned above, as c) Rs 5,000 per person per day for QA & QC engineers,
relevant, shall be imposed for each day of absence of the Safety Managers, Grouting Engineers, Geologists
personnel. and Material Stock Engineers.
d) Rs. 3,000 per person per day for other personnel.
(iii) On completion/likely completion of activities
concerned to particular personnel, demobilization
of that personnel shall be requested by the
Contractor at least 30 days in advance and
demobilization shall be done with the approval of
PMC/Employer only. In case demobilization is
done without approval of PMC/Employer, the
penalty mentioned above, as relevant, shall be
imposed for each day of absence of the personnel.

32. Clause 5.7 of 149 Addition of new clause 5.7(iv) after existing clause 5.7(iii) as given in Annexure-12.
Chapter-5 of of
Section-5: 610
Work’s Vol-
Requirement I
33. Clause 6.1 of 150
Chapter-6 of of SN Equipment Minimum No. of SN Equipment Minimum No.
Section-5: 610 equipment for of equipment
Entire Work for Entire Work
Work’s Vol-
2 Jumbo (Type-1) Automatic 3 Nos 2 Jumbo (Type-1) Automatic 2 Nos
Requirement I
3 Jumbo (Type-2) Semi-Automatic 3 Nos 3 Jumbo (Type-2) Semi-Automatic 4 Nos
10 Total Station with on board 2 Nos 10 Total Station with on board 3 Nos
Tunnel Profiler Tunnel Profiler
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
34. Clause 6.1 of 151 Note: Note:
Chapter-6 of of 2. Failure to deploy the above equipment for ready to 2. Failure to deploy the above equipment for ready to
Section-5: 610 work condition as per mutually agreed programme work condition as per mutually agreed programme
Work’s Vol- shall attract penalty of Rs. 1,00,000/- per day (per shall attract penalty of Rs. 2,00,000/- per day (per
Requirement I equipment) of delay for each equipment category equipment) of delay for each equipment category
given in table of para 6.1 (S.No.1), Rs. 50,000/- per day given in table of para 6.1 (S.No.1) from key dates of
(per equipment) of delay for each equipment category KD-02 A or KD-02 E or as per agreed programme
at S.No. 6.1 (17), Rs. 25,000/- per day (per equipment) whichever is later (However, if Key Date KD-02 E is
of delay for each equipment category at S.No. 6.1 (2 achieved as per agreed programme then previous
and 16) above, Rs.15,000/- per day (per equipment) of penalty imposed for KD-02 A will be refunded), Rs.
delay for each equipment category at S.No. 6.1 (3, 4 and 50,000/- per day (per equipment) of delay for each
5) above and Rs. 10,000/- per day for each other equipment category at S.No. 6.1 (17), Rs. 25,000/- per
equipment mentioned in table of para 6.1. day (per equipment) of delay for each equipment
category at S.No. 6.1 (2 and 16) above, Rs.15,000/- per
day (per equipment) of delay for each equipment
category at S.No. 6.1 (3, 4 and 5) above and Rs.
10,000/- per day for each other equipment
mentioned in table of para 6.1.
35. Cl. 8.4.6 of Sub- 246 Advance probing and attaining specified water tightness Advance probing and attaining specified water tightness
Chapter 8 of of in underground excavation is mandatory and can’t be in underground excavation is mandatory and can’t be
Annexure- A 610 relaxed without approval of the Engineer. relaxed without approval of the Employer.
Section-5: Vol-
Work’s I
requirements
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
36. Cl. 8.13.1 of 258 Probing is to be carried out simultaneously with any Probing is to be carried out simultaneously with any
Sub-Chapter 8 of other activity (For E.g. Installation of support or drilling other activity (For E.g. Installation of support or drilling
of Annexure- A 610 holes for subsequent charging) except that no probing holes for subsequent charging) except that no probing
Section-5: Vol- will be undertaken during charging of drill holes for will be undertaken during charging of drill holes for
Work’s I blasting. Probing shall be carried out for a minimum 18m blasting. Probing shall be carried out for a minimum 18m
requirements length ahead of face in such a way that at all times during length ahead of face in such a way that at all times during
further excavation, 6 m of probed ground ahead of the further excavation, 6 m of probed ground ahead of the
face is maintained to allow modification of the method of face is maintained to allow modification of the method
working ahead of any change in ground conditions and of working ahead of any change in ground conditions
shall be governed by the ground conditions and the and shall be governed by the ground conditions and the
degree of uncertainty with distance. Requirement of degree of uncertainty with distance. Requirement of
probing may be reduced by Engineer based on results probing may be reduced by Employer on the
from additional geophysical tests like TSP etc. recommendation of Engineer, based on results from
additional geophysical tests like TSP etc.
37. Cl. 8.13.9 of 259 Probe holes shall always be drilled with preventer valves. Probe holes shall always be drilled with non-return
Sub-Chapter 8 of Preventers shall have capacities sufficient to guarantee valves. Preventers shall have capacities sufficient to
of Annexure- A 610 possible water pressures which could occur during guarantee possible water pressures which could occur
Section-5: Vol- excavation that can be defined from tunnel overburden during excavation that can be defined from tunnel
Work’s I and geological/geo-mechanical profile. overburden and geological/geo-mechanical profile.
requirements
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
38. Cl. 10.10.6 of 280 The bolt shall be grouted according to manufacturer’s The bolt shall be grouted according to manufacturer’s
Sub-Chapter 10 of guideline (to a minimum pressure of 6 bars) with guideline (to a minimum pressure of 6 bars) with
of Annexure- A 610 manufacturer’s grout material supplied along with bolt. manufacturer’s grout material supplied along with bolt.
Section-5: Vol- Alternatively, grout mix (M-35 grade) may be prepared Alternatively, grout mix (M-35 grade) may be prepared
Work’s I using OPC 53 cement and sand having maximum particle using OPC 53 cement and sand having maximum
requirements size of less than 0.3mm. Grout mix shall have a water particle size of less than 0.3mm. Grout mix shall have a
cement ratio less than 0.4 and shall contain PC based water cement ratio less than 0.4 and shall contain PC
super plasticizer (Minimum 2%) and expanding based super plasticizer (up to 2%) and expanding
plasticizer (allowing up to 3.5% expansion in neat plasticizer (allowing up to 3.5% expansion in neat
cement) from reputed manufacturer. Admixtures cement) from reputed manufacturer. Admixtures
containing chlorides and alkali shall not be used. Face of containing chlorides and alkali shall not be used. Face of
the Bolts shall be sealed off with GP2 or Similar rapid the Bolts shall be sealed off with GP2 or Similar rapid
setting grout to prevent grout leakage during build-up of setting grout to prevent grout leakage during build-up of
pressure. pressure.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
39. Cl. 10.13.4 of 281 PIPE ROOFING: When ground conditions are such that PIPE ROOFING: When ground conditions are such that
Sub-Chapter 10 of face cannot be supported by fore-poling, then pipe face cannot be supported by fore-poling, then pipe
of Annexure-A 610 roofing shall be required to be implemented. Pipe roofing roofing shall be required to be implemented. Pipe
Section-5: Vol- consists of high tensile seamless steel pipes (Having a roofing consists of Self drilling pipe roofing of 76.1mm
Work’s I minimum outer diameter of 76mm and a minimum yield with a minimum yield load of 1200 KN, maximum length
requirements load of 1200 KN) conforming to IS: 1611 (Maximum 24 m of 18m, placed along periphery of the tunnel in one or
long) placed along periphery of the tunnel in one or two
two layers, each layer inclined at angle and pipe spacing
layers, each layer inclined at angle and pipe spacing
(mentioned in drawings) at the heading face or as
(mentioned in drawings) at the heading face or as
directed by the Engineer. Engineer may require use of directed by the Engineer.
Self drilling 76mm dia pipes. Other pipes of larger dia The Engineer may, depending on ground conditions,
shall be connected to each other by nipple coupling or require use of high tensile seamless steel pipes having a
squeezed connection or seamless butt-welded producing minimum outer diameter of 114.3mm and Yield strength
a leak proof connection. Standard threaded connection greater than 355MPa, with wall thickness 6.3mm to
shall not be permitted. The cement (OPC 53 or other) 8.1mm conforming to IS: 1161.
grouting of pipes shall be done. In case of perforated
pipes grouting shall take place in stages using packer in Self-drilling anchors of 76.1 mm shall be connected to
each stage and starting at deepest location first. Sacrificial each other by couplers. Seamless steel pipes shall be
ring bits should be used. AT-casing system (or similar) connected, preferably by nipple connection, however
shall be used and orientation of drilling shall be guided other connection methods, producing seamless leak
by means of equipment installed on the jumbo boom. proof connection, may also be adopted with approval of
Engineer, such that the bending strength at the coupling
is never lower than the one of the standard pipe (Bending
tests will be performed as per relevant
National/International Guidelines/Practices).The
cement (OPC 53 or other) grouting of pipes shall be done.
In case of perforated pipes grouting shall take place,
preferably in stages using packer in each stage and
starting at deepest location first.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
40. Cl. 14.3.1 of 313 Materials for grouting and performance of grouting Materials for grouting and performance of grouting
Sub-Chapter 14 of works shall conform to the following Indian Standards or works shall conform to the following Indian Standards
of Annexure-A 610 where not covered by these standards, to the equivalent or where not covered by these standards, to the
Section-5: Vol- International Standards: equivalent International Standards:
Work’s I i. IS: 12269 Specification for 53 grade ordinary Portland i. IS: 12269 Specification for 53 grade ordinary Portland
requirements cement. cement.
ii. IS: 383 Specification for coarse and fine Aggregates ii. IS: 383 Specification for coarse and fine Aggregates
form natural source for concrete. form natural source for concrete.
iii. IS: 5529(Part-II) Code of practice for in-situ iii. IS: 5529(Part-II) Code of practice for in-situ
permeability tests. permeability tests.
iv. IS: 5878 (Part-VII) Code of practice for construction of iv. IS: 5878 (Part-VII) Code of practice for construction of
tunnels conveying water: Grouting tunnels conveying water: Grouting
v. IS: 9103 Concrete Admixtures: Specification v. IS: 9103 Concrete Admixtures: Specification
vi. IS: 6066 Recommendations for pressure grouting of vi. IS: 6066 Recommendations for pressure grouting of
rock foundations in river valley projects. rock foundations in river valley projects.
vii. IS:10874 Portland Micro-Fine Cement Specification vii. DELETED
viii. IS:14343 Choice of grouting materials for alluvial viii. IS:14343 Choice of grouting materials for alluvial
grouting grouting
ix. DELETED ix. DELETED
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
41. Cl. 14.7.2 of 316 ii. All cement based grouts shall use required dosage of ii. All cement based grouts shall use required dosage of
Sub-Chapter 14 of super plasticizers (PC based and minimum 1.5% of super plasticizers (PC based and minimum 1.5% of
of Annexure-A 610 cement weight), accelerators (1-2% if required), Micro cement weight), accelerators (1-2% if required), Micro
Section-5: Vol- silica/Silica fume (1-2% if required) and other silica/Silica fume (1-2% if required) and other
Work’s I additives and shall be tested on site to achieve additives and shall be tested on site to achieve
requirements following properties. The tests shall be performed both following properties. The tests shall be performed both
initially (for design approval) and subsequently just initially (for design approval) and subsequently just
after preparing grout for injecting into strata (Once for after preparing grout for injecting into strata (Once for
each type of grout mix per shift): each type of grout mix per shift):
A. Marsh cone time of less than 35 seconds. (IS: 14343 A. Marsh cone time of less than 35 seconds. (IS: 14343
Annex-A) Annex-A)
B. Bleeding of less than 2% till 2 hours. (IS: 10874 Annex- B. Bleeding of less than 2% till 2 hours.
C) C. Initial setting time of more than 120 minutes. (IS: 4031
C. Initial setting time of more than 120 minutes. (IS: 4031 (Part-5))
(Part-5)) D. Final setting time of less than 240 minutes. (IS: 4031
D. Final setting time of less than 240 minutes. (IS: 4031 (Part-5))
(Part-5))
42. Cl. 14.7.4 of 316 Micro Fine Cement (MFC) shall conform to IS: 10874, Micro Fine Cement (MFC) shall conform to: -
Sub-Chapter 14 of additionally. i. Micro fine cement should have specific surface (BET
of Annexure-A 610 i. Micro fine cement should have specific surface (BET method IS: 15388) more than 600 m2/kg and D95<
Section-5: Vol- method IS: 15388) more than 600 m2/kg and D95< 15µ. 15µ. Original MTC to be submitted for approval of
Work’s I Original MTC to be submitted for approval of engineer before usage. Contractor at his own cost
requirements engineer before usage. Contractor at his own cost shall get the same tested from 3rd party at direction
shall get the same tested from 3rd party at direction of engineer.
of engineer.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
43. Cl. 14.7.5 of 316 Ultra-Fine Cement (UFC) shall conform to IS: 10874, Ultra-Fine Cement (UFC) shall conform to: -
Sub-Chapter 14 of additionally. Ultra-Fine Cement should have specific surface (BET
of Annexure-A 610 Ultra-Fine Cement should have specific surface (BET method IS: 15388) more than 900 m2/kg and D95< 12µ.
Section-5: Vol- method IS: 15388) more than 900 m2/kg and D95< 12µ. Original MTC to be submitted for approval of engineer
Work’s I Original MTC to be submitted for approval of engineer before usage. Contractor at his own cost shall get the
requirements before usage. Contractor at his own cost shall get the same tested from 3rd party at direction of engineer.
same tested from 3rd party at direction of engineer.

44. Index of 364 Index of Annexure-D has been modified in Annexure-13.


Annexure-D in of
Section-5: 610
Work’s Vol-
Requirement I
45. Sub-Chapter-1 365 Sub-Chapter -1: General requirements
of Annexure-D of New clause 1.3 has been added after existing clause 1.2 at Annexure-14.
in Section-5: 610
Work’s Vol-
Requirement I

46. CL 1.1 of Sub- 365 The Contractor shall deploy two number of single shied The Contractor shall deploy two number of shielded
Chapter-2 of of Tunnel Boring Machines TBMs in robust and sound Tunnel Boring Machines TBMs in robust and sound
Annexure-D in 610 condition, complete with all back-up equipment and condition, complete with all back-up equipment and
Section-5: Vol- spares to compete the Works within the Key Dates and spares to compete the Works within the Key Dates and
Work’s I completion time as per the requirements but not limited completion time as per the requirements but not limited
Requirement to, given in the specifications under various sub-chapters. to, given in the specifications under various sub-
chapters.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
47. CL 2.2.2 and 367 2.2.2 TBMs and backup-systems shall be designed and 2.2.2 TBMs and backup-systems shall be designed and
2.2.3 of Sub- of manufactured in accordance with British Standard manufactured in accordance with British Standard
Chapter-2 of 610 BS EN 16191:2014 Tunnelling machinery Safety BS EN 16191:2014 Tunnelling machinery Safety
Annexure-D in Vol- requirements. requirements. However, any other equivalent
Section-5: I standard can be proposed to be used subject to
Work’s 2.2.3. TBM Manufacturer to provide track record of meeting safety standards specified in BS EN
Requirement having supplied not less than 5 BS EN 16191:2014 16191:2014.
compliant hard rock TBMs.
2.2.3. Deleted
48. CL 2.3.6 Sub- 368 Continuous overlapping probe drilling is required ahead Continuous overlapping probe drilling (2x40m at every
Chapter-2 of of of the TBM and shall be performed through the shield 30m) ahead of the TBM is mandatory and shall be
Annexure-D in 610 and/or cutter head. The shield shall be provided with performed through the shield and/or cutter head using
Section-5: Vol- ports, which can be sealed in the event of excessive water non return valves in the drill string. The shield shall be
Work’s I inflow. Each TBM shall be equipped with a core drilling provided with ports, which can be sealed in the event of
Requirement system to drill cores of NX size cores up to 2m depth in the excessive water inflow. Advance probe drilling cannot be
direction of tunnelling. relaxed without prior approval of the Employer. All probe
holes shall be filled back with rapid setting grout to seal
off the incoming water, which shall be paid as per actuals.
Each TBM shall be equipped with a core drilling system
to drill cores of NX size cores up to 2m depth in the
direction of tunnelling.

49. CL 2.4.1 Sub- 368 2.4 Recommended scope of supply: 2.4 Recommended scope of supply:
Chapter-2 of of
Annexure-D in 610 2.4.1 The general scope of supply shall include supply 2.4.1 The general scope of supply shall include supply
Section-5: Vol- Two (2) Shielded Type Hard Rock TBMs complete Two (2) Shielded Type Rock TBMs complete with
Work’s I with all of the required accessories and auxiliary all of the required accessories and auxiliary
Requirement equipment specified herein, basically including on equipment specified herein, basically including on
PER TBM BASIS including the following: PER TBM BASIS including the following:
 Supply of TBM and associated back up a) Supply of TBM and associated back up
equipment equipment
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
 Complete assembly and workshop testing in b) Complete assembly and workshop testing in
accordance with an agreed schedule to fully accordance with an agreed schedule to fully
demonstrate all functions of the equipment at demonstrate all functions of the equipment at
the TBM MANUFACTURER’s workshop. the TBM MANUFACTURER’s workshop.
 Segmented cutter head for moderately strong c) Segmented cutter head for moderately strong
rock and mixed face ground capable of passing rock and mixed face ground capable of passing
through the lined tunnels. through the lined tunnels.
 Cutter head complete with first dress of disc d) Cutter head complete with first dress of disc
cutters. cutters.
 Variable frequency electric cutter head drives e) Variable frequency electric cutter head drives
with reversing facility. with reversing facility.
 High capacity three row roller main bearings f) High capacity three row roller main bearings
with efficient sealing and automatic lubrication with efficient sealing and automatic lubrication
systems. systems.
 Segmented shield structure for withdrawal g) Segmented shield structure for withdrawal
through the lined tunnel or through the through the lined tunnel or through the
prepared horse shoe tunnel at end of the drive. prepared horse shoe tunnel at end of the drive.
 Two hydraulic stabilizers in the forward shield. h) Two hydraulic stabilizers in the forward shield.
 Thrust cylinders with stroke monitoring located i) Thrust cylinders with stroke monitoring
to match the tunnel lining. located to match the tunnel lining.
 Tail shield with grout sealing system. j) Tail shield with grout sealing system.
 Rotary ring segment erector with pendant and k) Rotary ring segment erector with pendant and
radio control. radio control.
 Tunnel guidance system. l) Tunnel guidance system.
m) PLC control system.
 PLC control system.
n) Data acquisition and recording system.
 Data acquisition and recording system.
o) Water spray system to cutter head.
 Water spray system to cutter head.
p) Gas monitoring system.
 Gas monitoring system.
q) Probe drilling system and data recording.
 Probe drilling system and data recording.
r) Dismantling in workshop and preparation for
transport.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
 Dismantling in workshop and preparation for
transport.

50. CL 3 of Sub- 371 Third row of the Table: Third row of the Table:
Chapter-3 of of TBM Type – Single Shield TBM TBM Type – Shielded TBM
Annexure-D in 610
Section-5: Vol- Eighth row of the Table: Eighth row of the Table:
Work’s I TBM excavation rate – Minimum 100 mm/min TBM excavation rate: Design Basis of Various
Requirement components of TBM will cater minimum 100 mm/min of
Table Rows excavation

Twenty-fifth row of the Table: Twenty-fifth row of the Table:

Precast segment plant - Carousel or Stationary type plant Precast segment plant - Carousel or Stationary type plant
supporting both TBMs. Segment factory and base stock supporting both TBMs. Segment factory and base stock
yard will not be installed in Devprayag station area due yard will not be installed in Devprayag station area due
to space constraint. Only reserve stock for minimum to space constraint. Transportation and TBM backup
100m advance will be maintained separately for both logistics shall have capability to match with TBM
drives at Devprayag station area outside T8 Portal. advance rates.
Transportation logistics shall have capability to match
with TBM advance rates. Minimum reserve stock for
500m advance will be maintained at base stock yard
outside factory separately for both drives.
51. CL 4.1 (11) of 372 In view of the abrasiveness of a proportion of the tunnel In view of the abrasiveness of a proportion of the tunnel
Sub-Chapter-4 of geology along the tunnels heavy deposit wear resistant geology along the tunnels heavy deposit wear resistant
of Annexure-D 610 materials shall be incorporated to the complete cutter materials shall be incorporated to the complete cutter
in Section-5: Vol- face, gauge area and back side area. As a minimum these face, gauge area and back side area. As a minimum these
Work’s I wear resistant materials shall either be in the form of wear resistant materials shall either be in the form of
Requirement welded on wear protection HARDOX 400 plates with a welded on wear protection HARDOX 400 or similar
thickness of not less than 10 mm, or similar approved plates with a thickness of not less than 10 mm, or similar
type, or direct welded deposits. approved type, or direct welded deposits.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
52. CL 4.1 (14) of 372 There shall be a minimum of 10 loading buckets. These There shall be an adequate number of loading buckets
Sub-Chapter-4 of muck collecting buckets shall utilize replaceable sections preferably minimum of 10 (shall be dependent on
of Annexure-D 610 (replaceable from inside the cutter head) and these shall detailed design). These muck collecting buckets shall
in Section-5: Vol- be fitted with abrasion resistant materials, be extremely utilize replaceable sections (replaceable from inside the
Work’s I robust and rigidly mounted to the cutter head structure cutter head) and these shall be fitted with abrasion
Requirement in a manner that minimizes the risk of loosening and resistant materials, be extremely robust and rigidly
impact damage during operation. mounted to the cutter head structure in a manner that
minimizes the risk of loosening and impact damage
during operation.
53. CL 4.2 (8) of 375 In order to mitigate the risk of the TBM from becoming In order to mitigate the risk of the TBM from becoming
Sub-Chapter-4 of stuck, the shield design shall feature sufficient conicity. stuck, the shield design shall feature sufficient conicity
of Annexure-D 610 mentioned in Sub-Chapter-3 of Annexure-D.
in Section-5: Vol-
Work’s I
Requirement
54. CL 4.5 (4) of 376 Contractor shall demonstrate the ability to drill the entire TBM should have the facility to perform drilling 03 holes
Sub-Chapter-4 of tunnel face with minimum of 6 holes. at same time and face grouting through 06 holes
of Annexure-D 610 simultaneously.
in Section-5: Vol-
Work’s I
Requirement
55. CL 4.6 (2) of 376 A minimum nominal thrust force of 70,000 kN at 350 bar A minimum nominal thrust force of 70,000 kN at 350 bar
Sub-Chapter-4 of pressure shall be provided. pressure shall be provided. TBM Precast Segments are
of Annexure-D 610 designed for maximum thrust force of 120,000 kN and
in Section-5: Vol- hence, maximum thrust force of TBM shall be limited to
Work’s I 120,000 kN to avoid segment damage. Contractor shall
Requirement accordingly, design TBM thrust pads so that loads are
compatible with provided segment design and
dimensions. Calculations shall be provided to the
Engineer for approval.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
56. CL 4.10 (1) of 378 Ring deformation and convergence must be monitored. Ring deformation and convergence must be monitored
Sub-Chapter-4 of to check the ovalization of the segment rings and inform
of Annexure-D 610 to Engineer. This will pre warn the operators and
in Section-5: Vol- Engineer to take any mitigation measures if required.
Work’s I
Requirement
57. CL 4.11.(13) of 379 Trailers shall be constructed in bolted and doweled form for Back-up Gantry Decks shall be constructed in bolted and
Sub-Chapter-4 of ease of assembly and dismantling and shall be towed by the doweled form for ease of assembly and dismantling and
of Annexure-D 610 TBM through hydraulic load sensing devices interconnected shall be towed by the TBM through hydraulic load sensing
in Section-5: Vol- to the TBM thrust system with alarm and automatic cut off devices interconnected to the TBM thrust system with
Work’s I device at pre-set limits. alarm and automatic cut off device at pre-set limits.
Requirement All subsequent paragraphs the word Trailers means back
up gantry decks.
58. CL 4.25 of Sub- 386 3.25 Operator Console 3.25 Operator Console
Chapter-4 of of 5) The TBM and Back-Up shall be equipped with a 5) The TBM and Back-Up shall be equipped with a
Annexure-D in 610 closed circuit television system and monitors to closed circuit television system and monitors to
Section-5: Vol- observe major work areas as follows: observe major work areas as follows:
Work’s I 6) transfer point at the cutter head a) transfer point at the cutter head
Requirement 7) transfer point at end of belt conveyor b) transfer point at end of belt conveyor
8) ring erection and segment handling zone c) ring erection and segment handling zone
9) All controls, guidance, data logging systems and 6) All controls, guidance, data logging systems and
instrumentation shall be installed in the console. instrumentation shall be installed in the console.
10) All labels and identifying marks shall be written in 7) All labels and identifying marks shall be written in
English language and mounted on screwed, English language and mounted on screwed,
permanently fixed, labels in either suitable plastic permanently fixed, labels in either suitable plastic
or similar materials. or similar materials.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
59. CL 4.31 (13) of 389 Notwithstanding the requirements of BS 6164, lighting DELETED
Sub-Chapter-4 of levels in working areas shall be at 300 lux, whilst in
of Annexure-D 610 walkway and general access areas a minimum level of 50
in Section-5: Vol- lux will be provided. Emergency lighting of 3 hour
Work’s I duration shall be provided along egress routes.
Requirement
60. CL 4.43 (1) of 392 The CONTRACTOR shall supply, operate and maintain The CONTRACTOR shall supply, operate and maintain
Sub-Chapter-4 of a cutter repair and rebuild facility near site. The facility a cutter repair and rebuild facility in the project area. The
of Annexure-D 610 shall be capable of rebuilding to original factory quality facility shall be capable of rebuilding to original factory
in Section-5: Vol- levels quality levels. The facility is mandatory and shall be
Work’s I commissioned prior to bringing any TBM in ready to
Requirement Bore condition.
61. CL 4.43 of Sub- 392 2) Spare parts inventory 2) DELETED
Chapter-4 of of
Annexure-D in 610
Section-5: Vol-
Work’s I
Requirement
62. CL 4.45 of Sub- 392 4.45 Ventilation and Dust Suppression 4.45 Ventilation and Dust Suppression
Chapter-4 of of 1) The CONTRACTOR shall provide, operate and maintain, 1) The CONTRACTOR shall provide, operate and maintain,
Annexure-D in 610 for the duration of the underground construction, for the duration of the underground construction,
Section-5: Vol- temporary ventilation systems, air quality monitoring temporary ventilation systems, air quality monitoring
Work’s systems and dust suppression systems to maintain supply systems and dust suppression systems to maintain supply
I
Requirement of fresh air in all underground work areas, and which of fresh air in all underground work areas, and which
conform to the requirements of for Health and Safety as conform to the requirements of for Health and Safety as
mentioned in the general conditions. mentioned in the general conditions.
2) The quality of fresh air into the tunnel may be considered 2) The quality of fresh air into the tunnel may be considered
according to the minimum requirements as follows: according to the minimum requirements as follows:
3) Diesel equipment 6 m³ / min / kW a) Diesel equipment 6 m³ / min / kW
4) People 3 m³/min/man Velocity in tunnel : 0.4 m/sec b) People 3 m³/min/man Velocity in tunnel : 0.4
5) The tunnel ducting shall be flame resistant. m/sec
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
6) The TBM system shall be equipped with a scrubber or a 3) The tunnel ducting shall be flame resistant.
dust suppression system to clean the atmosphere of dust 4) The TBM system shall be equipped with a scrubber or a
produced throughout the TBM complex. dust suppression system to clean the atmosphere of dust
7) The system shall include a suction ventilation arrangement produced throughout the TBM complex.
from the primary dust production areas including cutter 5) The system shall include a suction ventilation arrangement
head, muck chute, probe drilling, and conveyor transfer from the primary dust production areas including cutter
point areas, to an efficient scrubber setup cleaning the air to head, muck chute, probe drilling, and conveyor transfer
the International Air Quality standard by Health and Safety point areas, to an efficient scrubber setup cleaning the air
regulations. to the International Air Quality standard by Health and
8) The cleaned air shall be discharged a minimum of one Safety regulations.
tunnel diameter at the outlet for incoming air. Noise levels 6) The cleaned air shall be discharged a minimum of one
shall be kept within limits as required by international tunnel diameter at the outlet for incoming air. Noise levels
Norms. shall be kept within limits as required by international
9) Weekly samplings of air quality are required to be taken by Norms.
CONTRACTOR and shall be submitted to the ENGINEER 7) Weekly samplings of air quality are required to be taken
on a weekly basis. by CONTRACTOR and shall be submitted to the
10) The CONTRACTOR shall include a description of ENGINEER on a weekly basis.
proposed ventilation and de-dusting scheme with the 8) The CONTRACTOR shall include a description of
Technical Proposal. proposed ventilation and de-dusting scheme with the
11) Final ventilation details and relevant calculations for Technical Proposal.
system sizing and capacities shall be presented and 9) Final ventilation details and relevant calculations for
approved by the ENGINEER minimum 3 months prior to system sizing and capacities shall be presented and
arrival of the initial TBM components at the site. approved by the ENGINEER minimum 3 months prior to
arrival of the initial TBM components at the site.

63. CL 4.46 of Sub- 393 1) General requirements: 1) General requirements:


Chapter-4 of of  The equipment and provisions shall meet the needs of the a) The equipment and provisions shall meet the needs of
Annexure-D in 610 project and its location specific risk assessment. The the project and its location specific risk assessment. The
Section-5: Contractor shall use synthetic hydrochloric fire resistant Contractor shall use synthetic hydrochloric fire resistant
Vol-
Work’s (type HFDU) fluids on all systems of the machine and (type HFDU) fluids on all systems of the machine and
I
back-up equipment so as to minimize the risk of an oil back-up equipment so as to minimize the risk of an oil
Requirement
fire. fire.
 The design of the tunneling machine shall make adequate b) The design of the tunneling machine shall make
provision for the safety of the labour and the application adequate provision for the safety of the labour and the
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
of safe methods of tunneling and working. Attention is application of safe methods of tunneling and working.
drawn to clause 14.10 of BS 6164 in which all persons Attention is drawn to clause 14.10 of BS 6164 in which all
underground should have access to a self-rescuer persons underground should have access to a self-
(breathing apparatus). Self-rescuers suitable for use in rescuer (breathing apparatus). Self-rescuers suitable for
compressed air shall be kept on the TBM for use during use in compressed air shall be kept on the TBM for use
interventions. during interventions.
 Sufficient, non-slip footsteps and safety harness attaching c) Sufficient, non-slip footsteps and safety harness
points adjacent to all locations in the cutter head where attaching points adjacent to all locations in the cutter
cutter changing may occur shall be provided to ensure head where cutter changing may occur shall be provided
personnel are adequately protected. Either a mechanical to ensure personnel are adequately protected. Either a
device to support the mass of any cutter assembly greater mechanical device to support the mass of any cutter
than 30 kg, or attachment points, for personnel to connect assembly greater than 30 kg, or attachment points, for
hand operated lifting devices shall be provided. personnel to connect hand operated lifting devices shall
 There shall be adequate access to all areas of the TBM be provided.
where work, including maintenance, may be carried out. d) There shall be adequate access to all areas of the TBM
A clear means of egress in an emergency shall be where work, including maintenance, may be carried out.
provided and maintained at all times. A clear means of egress in an emergency shall be
 The material used for any conveyor belting used shall be provided and maintained at all times.
non-combustible and low smoke emission type. e) The material used for any conveyor belting used shall be
 Red and green traffic light system should be installed at non-combustible and low smoke emission type.
the rear end of the back-up system to control the f) Red and green traffic light system should be installed at
movement of trains/ MSVs. These should prevent trains/ the rear end of the back-up system to control the
MSVs entering the back-up system unexpectedly. movement of trains/ MSVs. These should prevent
 The TBM backup system shall include a refuge chamber. trains/ MSVs entering the back-up system unexpectedly.
The chamber shall accommodate a minimum of g) The TBM backup system shall include a refuge chamber.
contractor’s personnel and visitors as per EN 16191:2014 The chamber shall accommodate a minimum of
Tunneling machinery – Safety requirements. The contractor’s personnel and visitors as per EN 16191:2014
chamber shall be rated for appropriate usage conditions, Tunneling machinery – Safety requirements. The
including protection against: fire, smoke / gas inhalation chamber shall be rated for appropriate usage conditions,
etc. including protection against: fire, smoke / gas inhalation
 The TBM shall incorporate suitable safety interlocks (PLC etc.
and physical based systems are required) to prevent h) The TBM shall incorporate suitable safety interlocks
inadvertent rotation of the cutter head during manned (PLC and physical based systems are required) to
interventions. Slow inching rotation for the purpose of prevent inadvertent rotation of the cutter head during
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
positioning the cutter arms for cutter changes is excluded manned interventions. Slow inching rotation for the
from this interlock. purpose of positioning the cutter arms for cutter changes
 Power supply cables for the TBM shall only be joined is excluded from this interlock.
together by barrel type bolted half couplers, complete i) Power supply cables for the TBM shall only be joined
with connector pins, gaskets and connecting bolts. together by barrel type bolted half couplers, complete
Continuity of the protective earth conductor shall be with connector pins, gaskets and connecting bolts.
maintained across the cable joints. Continuity of the protective earth conductor shall be
 TBMs shall be equipped with an environmental maintained across the cable joints.
monitoring system that detects levels of potentially j) TBMs shall be equipped with an environmental
hazardous or oxygen-displacing gases including, but not monitoring system that detects levels of potentially
limited to, methane, oxygen, carbon dioxide and carbon hazardous or oxygen-displacing gases including, but not
monoxide. The system shall have adjustable limits with a limited to, methane, oxygen, carbon dioxide and carbon
first level warning and, in the case of methane and oxygen monoxide. The system shall have adjustable limits with
levels, a second level automatic shut off of all equipment a first level warning and, in the case of methane and
other than essential services. In relation to methane, the oxygen levels, a second level automatic shut off of all
system shall have warning levels corresponding to those equipment other than essential services. In relation to
in clause 12.5 of BS 6164 and the Contractor shall adhere methane, the system shall have warning levels
strictly to the safety procedures therein at each warning corresponding to those in clause 12.5 of BS 6164 and the
level. Contractor shall adhere strictly to the safety procedures
therein at each warning level.
64. CL 4.46 of Sub- 393 2) Regulations: 2) Regulations:
Chapter-4 of of The design and manufacture of the TBM and back-up The design and manufacture of the TBM and back-up
Annexure-D in 610 systems shall make adequate provision for the safety of the systems shall make adequate provision for the safety of the
Section-5: workmen and the application of safe methods of tunnelling workmen and the application of safe methods of tunneling
Vol-
Work’s and shall comply with all relevant British, European and/or and shall comply with all relevant British, European and/or
I
Indian Standards and Codes of Practice relating to safety Indian Standards and Codes of Practice relating to safety
Requirement
including, but not limited to:- including, but not limited to:-
 BS 6164: 2001 Code of Practice for Safety in Tunnelling in a) BS 6164: 2001 Code of Practice for Safety in
the Construction Industry; Tunneling in the Construction Industry.
 BS 16191 Tunnelling Machines - Safety Requirements; b) BS 16191 Tunneling Machines - Safety
 BS EN 12110: 2002 Tunnelling Machines-Air Locks-Safety Requirements.
Requirements. c) BS EN 12110: 2002 Tunneling Machines-Air Locks-
Safety Requirements.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
65. CL 4.46 of Sub- 393 3) Fire Prevention: 3) Fire Prevention:
Chapter-4 of of  Provision shall be made throughout the length of the TBM a) Provision shall be made throughout the length of the
Annexure-D in 610 and back-up equipment for the detection and suppression TBM and back-up equipment for the detection and
Section-5: of fires. This shall include suppression of fires. This shall include
Vol-
Work’s  Automatic fire detection to sound an alarm in the TBM b) Automatic fire detection to sound an alarm in the TBM
I
operators cabin and on the back up operators’ cabin and on the back up
Requirement
 Manually operated sprinkler system for foam or powder c) Manually operated sprinkler system for foam or powder
over high risk areas such as hydraulic power packs; over high risk areas such as hydraulic power packs.
 Automatic operation of inert gas suppression to electrical d) Automatic operation of inert gas suppression to electrical
cabinets; cabinets.
 Hand held extinguishers provided with colour coded e) Handheld extinguishers provided with colour coded
covers in suitable locations; covers in suitable locations.
 A fixed extinguisher system discharging foam or powder f) A fixed extinguisher system discharging foam or powder
over hydraulic pumps, motors and storage tanks; over hydraulic pumps, motors and storage tanks.
 The provision of a water curtain sited at the trailing end g) The provision of a water curtain sited at the trailing end
of the TBM backup. of the TBM backup.
 The fire prevention system shall be maintained in an h) The fire prevention system shall be maintained in an
efficient operating condition at all times. efficient operating condition at all times.
66. CL 5.4 (12) of 400 Addition of new clause 5.4.(12) after existing clause 5.4.(11) as given below:
Sub-Chapter-5 of
of Annexure-D 610 5.4 (12) Segment Installation
in Section-5: Vol- Detailed design of segmental lining will be done by Employer. However, the onus of correct installations of segments
Work’s I lies with the contractor. Strict operating procedures as per approved work methodology must be followed during ring
Requirement erection and segment grouting. Quality control of all elements to be used in the segments casting and erection must be
performed. Proper monitoring of the installed segments must always be performed and in any case, if abnormal
readings are observed on the segments, Engineer must be informed immediately. All such monitoring data must be
shared with the Engineer along with the grouting logs.
67. CL 5.5 of Sub- 400 Existing clause 5.5 shall be replaced with Annexure-15
Chapter-5 of of
Annexure-D in 610
Section-5: Vol-
Work’s I
Requirement
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
68. CL 5.8.2 of Sub- 403 1. Cement shall be OPC-53/53S for early strength gain 1. Cement shall be OPC-53/53S for early strength gain
Chapter-5 of of and fast demoulding. Minimum cement content shall and fast demoulding. Minimum cement content shall
Annexure-D in 610 not be less than 425 Kg/cum. not be less than 400 Kg/cum.
Section-5: Vol- 2. Concrete compressive strength (Cube) shall be 50MPa 2. Concrete characteristic compressive strength (Cube)
Work’s I / 55MPa minimum at 28 days as determined by IS 456. shall be 60MPa at 28 days determined in accordance
Requirement: 3. Maximum Water-Cement (Plus Ash) Ratio: 0.38. with IS: 456.
Concrete Superplasticizer shall be incorporated into the mix to Concrete strength, to be achieved at various stages of
ensure that the minimum possible water/cement ratio segment casting shall be as follows:
consistent with Contractor’s workability requirements Demoulding- 20 MPa.
is achieved. Stacking in segment factory – 25 MPa.
4. Silica Fume: 5- to 7-percent of total cementitious Transportation from segment factory- 50 MPa.
material content shall confirm to IS 15388
5. Water Permeability (40 Days): 3.0x10-15-meter/second 3. Maximum Water-Cement Ratio: 0.38. High range PC
maximum as per IS 3085 based water reducing admixture, preferably having
6. Chloride Ion Penetrability: Average 700-coulombs Water reduction capacity of more than 30% tested as
charge or less and in no case shall exceed 1,000- per ASTM C 494 shall be used.
coulombs, as determined by ASTM C1202 4. Micro Silica / Silica Fume: Minimum 25kg/m3 and
shall confirm to ASTM C1240
5. Water Permeability: Maximum depth of water
penetration shall not exceed 10mm (at 28 days) when
tested in accordance with EN 12390-8 or equivalent.
6. Chloride Ion Penetrability: Average 700-coulombs
charge or less and in no case shall exceed 1,000-
coulombs, as determined by ASTM C1202
7. Contractor shall facilitate Engineer to collect TBM
excavated material for further testing purposes.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
69. Clause 5.8.5.(3) 404 Add new clause 5.8.5 (3) (d):
of Sub-Chapter- of
5 of Annexure- 610 d) The grout sockets will have a thread of inner diameter 54.9 mm and a length of 180mm, and will be made of PEHD
D in Section-5: Vol- (polyethylene high-density). The Pull-out Resistance shall be minimum 250 kN (in concrete). For the grouting
Work’s I works a non-return valve of compatible thread will be screwed in. The grout socket will be closed after use by
Requirement fixing a screw cap with hydrophilic O-ring (with compatible thread).
70. Clause 5.8.6 (1) 405 Provide all segments with a water sealing system Provide all segments with a water sealing system
of Sub-Chapter- of consisting of an elastomeric gasket on all mating faces. consisting of an elastomeric gasket on all mating faces.
5 of Annexure- 610 Gaskets fabricated from hydrophilic material will not be
D in Section-5: Vol- accepted.
Work’s I
Requirement
71. Clause 5.8.6 (3) 405 Design the fitted gaskets to initially resist a minimum Design the fitted gaskets to resist a minimum water
of Sub-Chapter- of water pressure of 0.5-MPA above atmospheric, at pressure of 1.5 MPA above atmospheric, at maximum
5 of Annexure- 610 maximum permissible joint gaps and offsets. permissible joint gaps and offsets of 5 mm and 10 mm
D in Section-5: Vol- respectively. The proposed gasket type shall be 33mm
Work’s I wide. T joint water tightness test shall be performed and
Requirement the results of the same shall be submitted to Engineer in
charge.
72. Clause 5.8.6 407 iv. Water-tightness: Demonstrate by laboratory testing iv. Water-tightness: Demonstrate by laboratory testing
(5)(j) of Sub- of that watertight seals can be achieved even when that watertight seals can be achieved even when
Chapter-5 of 610 complete closure of concrete tunnel lining segments is complete closure of concrete tunnel lining segments
Annexure-D in Vol- not possible because of manufacturing and is not possible because of manufacturing and
Section-5: I installation tolerances. Tests will be witnessed by the installation tolerances. Tests will be witnessed by
Work’s Construction Manager. The gasket-mounting the Construction Manager. The gasket-mounting
Requirement surfaces of the test rig platens shall be fabricated or surfaces of the test rig platens shall be fabricated or
finished in cement mortar and shall incorporate finished in cement mortar and shall incorporate
grooves of the same dimensions as those on the lining grooves of the same dimensions as those on the
segments. Provide 0.3-cm plywood packers between lining segments. Provide 0.3-cm plywood packers
cement mortar bearing surfaces, as shown in the between cement mortar bearing surfaces, as shown
Contract Drawings. The gaskets shall be installed in in the Contract Drawings. The gaskets shall be
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
the same manner as those on the lining segments installed in the same manner as those on the lining
using similar adhesives and installation procedures. segments using similar adhesives and installation
Test a straight joint and a ‘T’ joint to accurately procedures. Test a straight joint and a ‘T’ joint to
simulate the combination of gaps and offsets defined accurately simulate the combination of gaps and
herein. The gap between the faces of the test pieces, offsets defined herein. The gap between the faces
representing gaps in the joints of the tunnel lining, of the test pieces, representing gaps in the joints of
shall be 0.5-cm greater than the theoretical value the tunnel lining, shall be 0.5-cm greater than the
calculated from the shape of the joint surfaces and theoretical value calculated from the shape of the
from the thickness of any packing which is to be used. joint surfaces and from the thickness of any packing
Perform the tests with a lateral offset of 1-cm at the which is to be used. Perform the tests with a lateral
groove in the following configurations: offset of 1-cm at the groove in the following
 Straight joint: one side offset configurations:
 ‘T’ joint: one corner side of intersecting joint offset a) Straight joint: one side offset
 Resist water pressure of at least 0.70-MPA gauge in b) ‘T’ joint: one corner side of intersecting joint
these configurations for four continuous weeks, offset
without visible signs of leakage. c) Resist water pressure of at least 1.50 MPa
gauge in these configurations for four
continuous weeks, without visible signs of
leakage.

73. Clause 5.8.6 407 v. Gasket material shall not suffer any adverse effects v. Gasket material shall not suffer any adverse effects
(5)(j) of Sub- of when exposed to groundwater at pressures up to 0.55- when exposed to groundwater at pressures up to 1.50
Chapter-5 of 610 MPA gauge. MPa gauge.
Annexure-D in Vol-
Section-5: I
Work’s
Requirement
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
74. Clause 5.9.(4) of 410 Add point (g) in existing clause as detailed in Annexure-16
Sub-Chapter-5 of
of Annexure-D 610
in Section-5: Vol-
Work’s I
Requirement
75. Clause 5.9 of 414 Add point 11 in existing clause as under:
Sub-Chapter-5 of
of Annexure-D 610 (11) Cross passage, Niches and other structures
in Section-5: Vol-
Work’s I a) Inside the bored tunnel, contractor shall explore possibility to plan logistics in such a way that the excavation of
Requirement niches, cross passages etc. can be done in parallel with the excavation of Main tunnels.
b) The structures such as cross passages, niches etc. shall be constructed by Drill & Blast method as per the approved
drawings. Payment shall be made as per relevant Bill of quantities.
c) While TBM excavation, all water flowing areas should be noted with chainages properly and Geological
information’s should be collected such as fault/shear zones, water ingress capacity, geological formation changes.
First choice of constructing cross passages will be in locations/ chainages which showed very less water inflow and
non-fault zones by moving cross passage or niches suitably. However, if that is not possible, ground improvement
by pre-grouting of the area of proposed cross passage openings may be required.
d) Temporary support systems for opening of cross passage and niches shall be designed by contractor subject to the
approval of Engineer-in-charge. Price of such support systems is deemed to be included in the submitted price bid
and shall not be paid extra.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
76. Clause 6.2 of 415 Add point no. 4 in existing clause as given below:
Sub-Chapter-5 of
of Annexure-D 610 4) 2 sets of 7+1+1 moulds shall be available in spare to be used as replacement whenever required. However, spare
in Section-5: Vol- moulds may be used in works with approval of the Engineer.
Work’s I
Requirement
77. Clause 7 (4) of 418 Within 4 weeks of award of the Contract, the TBM Within 4 weeks of placement of order of TBM, the TBM
Sub-Chapter-5 of MANUFACTURER shall submit a preliminary quality MANUFACTURER shall submit a preliminary quality
of Annexure-D 610 plan. plan.
in Section-5: Vol-
Work’s I
Requirement
78. Clause 7 (13) of 418 Within 12 weeks of award of contract, the TBM Within 12 weeks of placement of order of TBM, the TBM
Sub-Chapter-5 of MANUFACTURER shall provide a detailed quality plan MANUFACTURER shall provide a detailed quality plan
of Annexure-D 610 taking into account any directions or requirements from taking into account any directions or requirements from
in Section-5: Vol- the CONTRACTOR’s representative on the preliminary the CONTRACTOR’s representative on the preliminary
Work’s I plan. This plan shall be submitted for the acceptance of plan. This plan shall be submitted for the acceptance of
Requirement the CONTRACTOR. the CONTRACTOR.
79. 10 of Sub- 421 Add of point no. 11) and 12) after existing clause 10) as given below:
Chapter-10 of of
Annexure-D in 610 11) Contractor will verify the efficacy of primary and secondary grout behind the segments by Non-destructive testing
Section-5: Vol- and coring. Suitable Non-Destructive testing shall be carried out on at least 2% surface area of the Intrados surface
Work’s I as per direction of Engineer. Concrete cores shall be extracted to carry out confirmation of Non-Destructive testing
Requirement whenever required by Engineer.
12) Contractor shall deploy competent personnel to analyse MWD data from drilling rigs during advance probing
and while drilling holes for grouting and also analyse data obtained from Geophysical Test systems installed on
TBM for advance probing and submit his interpretation in an acceptable format to the Engineer along with
recommendations for agreement of Engineer.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
80. Clause 11.1.(1) 422 The CONTRACTOR shall submit the TBM system form The CONTRACTOR shall submit the TBM system form
of Sub-Chapter- of (As per MET 6) immediately after award of work prior to (As per MET 6) within one week after award of work
11 of Annexure- 610 procurement of TBM for THE ENGINEER reference and prior to procurement of TBM for THE ENGINEER
D in Section-5: Vol- approval. Within 1 week of the Commencement Date, the reference and approval. Within 6 week of the award of
Work’s I contractor shall inform the engineer of the proposed TBM work, the contractor shall inform the Engineer of the
Requirement manufacturer and shall make a joint presentation to the proposed TBM manufacturer and shall make a joint
Engineer providing details of the TBM design, layout and presentation to the Engineer providing details of the
specification (complying with this specification) prior to TBM design, layout and specification (complying with
order of TBM. The order shall be placed by contractor this specification) prior to order of TBM. Based on
within 1 week of Engineer’s approval. presentation, discussions, proposal shall be approved
within 1 week of complete submission to the Engineer.
Contractor is responsible to respond promptly to the
Engineer in case of any queries. The order shall be placed
by contractor within 1 week of Engineer’s approval.
81. Clause 11.1.(2) 422 Within 6 weeks of the Commencement Date, the Within 6 weeks of the Commencement Date, the
of Sub-Chapter- of Contractor shall provide details of design in the TBM Contractor shall provide details of design in the TBM
11 of Annexure- 610 design form (as annexed) for the Engineer’s review and design form (as annexed) for the Engineer’s review and
D in Section-5: Vol- acceptance. The procurement and manufacture of the acceptance, which shall be approved within 2 week of
Work’s I TBM shall commence within 1 week of Engineer’s complete submission to the Engineer. Contractor is
Requirement approval of the detailed design. The approval of the responsible to respond promptly to the Engineer in case
Engineer will not relieve the Contractor of any of his of any queries. The procurement and manufacture of the
duties under the Contract. TBM shall commence within 1 week of Engineer’s
approval of the detailed design. The approval of the
Engineer will not relieve the Contractor of any of his
duties under the Contract.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
82. Clause 426 The Contractor shall provide, during the TBM assembly The Contractor shall provide, during the TBM assembly
11.5.(4)(c) of of and the first 300m of excavation for each TBM, a team of and the first 1000 m of excavation for each TBM, a team
Sub-Chapter-11 610 three specialists for each working shift from the TBM / of three specialists for each working shift from the TBM
of Annexure-D Vol- backup equipment Supplier(s).These three specialists / backup equipment Supplier(s). These three specialists
in Section-5: I shall be experienced in TBM shield operation (1 person), shall be experienced in TBM shield operation (1 person),
Work’s electrical (including Programmable Logic Controller electrical (including Programmable Logic Controller
Requirement (PLC)) (1 person) and mechanical/hydraulics (1 person) (PLC)) (1 person) and mechanical/hydraulics (1 person)
systems for the TBM / backup equipment. systems for the TBM / backup equipment.
These specialists shall provide technical assistance and These specialists shall provide technical assistance and
training to all tunnelling and supervisory staff. The three training to all tunnelling and supervisory staff. The three
specialists shall be present onsite throughout the above specialists shall be present onsite throughout the above
work and additional specialists shall be provided on a work and additional specialists shall be provided on a
shift basis as necessary. shift basis as necessary.
The Contractor shall submit the CVs (endorsed by the The Contractor shall submit the CVs (endorsed by the
machine Supplier) of all TBM specialists to the Engineer machine Supplier) of all TBM specialists to the Engineer
for acceptance 60 days before TBM start-up operations. for acceptance 60 days before TBM start-up operations.

83. Clause 13.2 of 432 Addition of point (f) after existing point (e) as given below :
Sub-Chapter-11 of
of Annexure-D 610 (f) In case, the dumping of excavated material is required to be made in the areas beyond 2.0 Km of initial lead, then,
in Section-5: Vol- extra payment for additional lead shall be made as per relevant item of the Bill of Quantities and no other claim
Work’s I what-so ever shall be admissible to the contractor.
Requirement
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
84. Clause 13.3 (g) 434 Due to varying nature of ground, multiple (two) types of Contractor shall always maintain a min. 28 days cured,
of Sub-Chapter- of segments shall be used in the tunnel. CONTRACTOR Engineer’s approved segment stock of at least 600 rings
11 of Annexure- 610 shall always maintain at least 500m of segment stock for in the casting yard and 300 rings at Tunnel-8 Portal-1.
D in Section-5: Vol- each TBM in the casting yard and minimum 250m of This shall exclude all such segments, which are rejected,
Work’s I segment stock for each TBM at the site location. The types under repair, less than 28 days of age or under
Requirement of segments that shall be stocked shall be based on the transportation or any unapproved segment stock. Extra
GBR or expected ground conditions. Over and above land if required on account of segment storage at any
minimum stock, CONTRACTOR shall also maintain location shall be arranged by contractor at his own cost.
extra heavier segment types equal to 100m stock for each Methodology for disposal for finally rejected segments
TBM at factory as well as portal storage yard. Towards shall ensure environmentally safe disposal of all such
the closure of work, these segment reserves may be used segments on a weekly basis at all storage locations / En-
with prior approval of Engineer, in place of light Route at Contractor’s cost outside ROW.
segments.
85. Clause 13.5 of 434 Grouting Between Segmental Lining and Rock Surface Grouting Between Segmental Lining and Rock Surface
Sub-Chapter-11 of Mortar for grouting to fill the gap between precast Mortar for grouting to fill the gap between precast
of Annexure-D 610 segments and ground shall be an Engineer approved segments and ground shall be an Engineer approved
in Section-5: Vol- design mix of cement and sand in addition to bentonite design mix of cement and sand in addition to bentonite
Work’s I and suitable admixtures. Design mix shall suit the ground and suitable admixtures. Design mix shall suit the
Requirement conditions and may change along the alignment ground conditions and may change along the alignment
depending on the geological conditions. Payment for depending on the geological conditions. Payment for
primary and secondary grouting include preparation and primary and secondary grouting include preparation and
placing of the grout materials at the unit rate quoted for placing of the grout materials at the unit rate quoted for
the item in schedule of item rate on basis of automatic log the item in schedule of item rate on basis of automatic log
generated by the grouting rig and the approved design generated by the grouting rig and the approved design
mix. Grout material like OPC, sand, Bentonite and mix. PC base high range super plasticiser shall be used.
chemical admixtures shall be made separately under Grout material like OPC, sand, Bentonite, chemical
supply rate of such items. admixtures etc. shall be made separately under supply
rate of such items as per actual consumption recorded
through data logger.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
86. Clause 13.7 of 435 Drilling of Holes for Grouting Measurement and payment Drilling of Holes for Grouting Measurement and payment
Sub-Chapter-11 of of Drilling of holes of specified depths for grouting will be of Drilling of holes of specified depths for grouting will be
of Annexure-D 610 made at the appropriate unit rates per linear length (metre) made at the appropriate unit rates per item entered in the
in Section-5: Vol- depths entered in the Schedule of Item Rates. Schedule of Item Rates.
Work’s I
Requirement
87. Clause 13.10 of 435 13.10 Drilling of Holes for Exploration and 13.10 Drilling of Holes for Exploration
Sub-Chapter-11 of Instrumentation Measurement and payment of Drilling of holes for
of Annexure-D 610 Measurement and payment of Drilling of holes for exploration of specified dia for all depths will be made at
in Section-5: Vol- exploration and instrumentation of specified dia for all the appropriate unit rates per linear metre length of holes
Work’s I depths will be made at the appropriate unit rates per linear entered in the Schedule of Item Rates.
Requirement metre length of holes entered in the Schedule of Item
Rates.
88. Clause 13.12 of 435 13.12 Exclusions 13.16 Exclusions
Sub-Chapter-11 of - Construction of drainage trenches in the tunnel invert, no i) Construction of drainage trenches in the tunnel
of Annexure-D 610 separate measurement for payment and payment will be invert, no separate measurement for payment and
in Section-5: Vol- made for it. payment will be made for it.
Work’s I No extra payment will be made for the following: ii) No extra payment will be made for the following:
Requirement - Extra work or material required for repairing damage to the a. Extra work or material required for repairing
tunnel invert caused by the construction equipment, damage to the tunnel invert caused by the
- Clearing and grubbing in the spoil and stockpile areas, construction equipment,
- Draining, shaping, trimming and stabilisation/supporting b. Clearing and grubbing in the spoil and stockpile
of the dumped material in muck disposal area to the lines and areas,
grades as directed or approved by the ENGINEER. c. Draining, shaping, trimming and
- Transportation of segments from the casting yard to the stabilisation/supporting of the dumped material in
point of installation. muck disposal area to the lines and grades as
- All Geological and Geotechnical investigations Works. directed or approved by the ENGINEER.
- All Laboratory and In-situ tests. d. Transportation of segments from the casting yard to
- All kinds of measurement of deformation and stress, the point of installation.
e. All Geological and Geotechnical investigations
Works.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
f. All Laboratory and In-situ tests.
g. All kinds of measurement of deformation and stress,
89. Chapter 13 of 435 Add new clauses 13.12, 13.13, 13.14 and 13.15 in the Chapter as given below:
Sub-Chapter-11 of
of Annexure-D 610 13.12 Payment of second stage concrete and encasing concrete
in Section-5: Vol- Payment of second stage concrete shall be made as per the rate quoted for relevant items of specified grade of concrete. The
Work’s I cost of second stage concrete & encasing concrete shall include, in addition to the works included under clause 15.20.1,
Requirement Annex-A, the entire cost of preparation of contact surfaces with parent concrete, furnishing of non-shrink agent where
directed and any other related works.

13.13 Payment for dismantling of segments


Payment for dismantling of installed segments for cross passages, niches or other permanent structural openings shall be
made as per rates quoted in the Bill of quantities. The rate shall include Dismantling/ breaking Reinforced cement concrete
including clearing of site and leading of broken concrete to disposal site with contractors' men, material, consumables, tools
& plants, equipment, machineries, including all lead & lifts, loading, unload etc. complete.

13.14 Payment for Polypropylene fibres


Please refer Clause 15.4.5 of Annexure A of Section 5, Work’s requirements.

13.15 Payment for Instrumentation & Monitoring


Please refer clause 6.8 of Annexure A of Section 5, Work’s requirements.

90. Chapter 13 of 435 Add new clause 13.17 as given below:


Sub-Chapter-11 of
of Annexure-D 610 13.17 TBM stuck up and its contingency plan
in Section-5: Vol-
Work’s I Use of Shielded TBMs for Tunnel 8 is a viable option considering the rock strata stipulated in the GBRs and also the
Requirement favourable topographical conditions expected along the tunnels. Use of TBM also appears to be a better viable option
in terms of social, environmental and financial considerations. The state of art technologies included in operation of
the TBM provide the opportunity to accurately control the advance rate of the machine and at the same time, to make
an assessment of the rock strata ahead of the face even up to a length of 40m using exploratory probes and geophysical
methods. Hence, the chances of stuck-up of TBM due to adverse geological problems are low due to availability of
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
these features. The lining is typically erected inside the tail shield thus providing safe working environment for all the
operations. Moreover, there would also be a provision for taking appropriate precautionary measures for advance rock
stabilization such as pre grouting etc. The detailed TBM machine specifications as minimum requirements have been
provided in the tender documents along with a comprehensive risk matrix. The proper working methodology
following all the stipulated guidelines shall reduce the risk of TBM stuck up to minimum.

In case of complete stuck up of TBM during its operation at site, tunnelling by conventional D&B shall be resumed
immediately through the possible alternate routes. The tunnel 8 is being excavated as twin tube tunnel and hence, in
case of TBM stuck up in one of the tunnel, the possible methods to retrieve such TBMs shall be explored from the
adjacent tunnel using D&B methods. Due to presence of state of art technology in the machines as described above and
in the tender documents, it is considered that, following approved work statements shall not lead to TBM complete
stuck up. However, even with all best efforts, if that happens, the works required for TBM retrieval shall be paid as per
appropriate bill of quantities and required time extension shall also be provided.
91. Section 6- GCC 508 (ix) Adjustment for Fabricated and Galvanized Steel (ix) Adjustment for Fabricated and Galvanized Steel
Cl. 13.5 (C) : of Structures: Structures:
Adjustment 610, (Item Nos. as specified in special conditions). The price (Item Nos. as specified in special conditions). The price
Formulae Vol-I adjustment of these items shall be paid as follows: adjustment of these items shall be paid as follows:
Price Variation Clause for Fabricated and Galvanized Steel Price Variation Clause for Fabricated and Galvanized Steel
Structures for Railway Electrification Works. Structures for Railway Electrification Works.
The Price payable shall be subject to adjustment, up or down, The Price payable shall be subject to adjustment, up or down,
in accordance with the following formula: in accordance with the following formula:
P = Po [ 11 + 57 SBLR + 09 Zn + 23 W ] P = Po [ 11 + 57 SBLR + 09 Zn + 23 W ]
100 SBLRoZno Wo 100 SBLRo Zno Wo

(x) Price Variation Clause for Traction Power Transformer (x) Price Variation Clause for Traction Power Transformer
complete with all accessories and components. complete with all accessories and components.
The Price payable shall be subject to adjustment, up or down, The Price payable shall be subject to adjustment, up or down,
in accordance with the following formula: in accordance with the following formula:
P = Po [10 + 29C + 27ES +7 IS +5IM + 7 TO +15 W ]100 P = Po [10 +29 C + 27 ES +7 IS + 5IM + 7 TO +15 W ]
CoESo ISo IMo TOo Wo 100 Co ESo ISo IMo TOo Wo
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
92. Section 6- GCC 519
The Employer shall make payment, as an Interest The Employer shall make payment, as an Interest free
Cl. 14.2.1 : of
bearing advance for mobilization, when the Contractor advance for mobilization, when the Contractor submits
Mobilisation 610,
Vol-I
submits a guarantee in accordance with this Sub-Clause. a guarantee in accordance with this Sub-Clause. The
Advances
The total advance payment, the number and timing of total advance payment, the number and timing of
instalments (if more than one), and the applicable instalments (if more than one), and the applicable
currencies and proportions, shall be as stated in the currencies and proportions, shall be as stated in the
Contract Data. Contract Data.
Unless and until the Employer receives this guarantee, Unless and until the Employer receives this guarantee,
or if the total advance payment is not stated in the or if the total advance payment is not stated in the
Contract Data, this Sub-Clause shall not apply. Contract Data, this Sub-Clause shall not apply.
The Engineer shall issue an interim payment certificate The Engineer shall issue an interim payment certificate
for the first instalment of mobilisation advance after for the first instalment of mobilisation advance after
receiving an application for advance payment (under receiving an application for advance payment (under
sub clause 14.3 [Application for Interim Payment sub clause 14.3 [Application for Interim Payment
Certificates]) and after the Employer receives (i) the Certificates]) and after the Employer receives (i) the
Performance Security in accordance with Sub-Clause 4.2 Performance Security in accordance with Sub-Clause 4.2
[Performance Security] and (ii) a guarantee in amounts [Performance Security] and (ii) a guarantee in amounts
and currencies equal to the advance payment plus 10%. and currencies equal to the advance payment plus 10%.
The next instalment shall be released only when the The next instalment shall be released only when the
contractor submits statement of having utilized the contractor submits statement of having utilized the
previous instalment of mobilization advance and the previous instalment of mobilization advance and the
Employer is satisfied that the utilization has been done Employer is satisfied that the utilization has been done
in purposeful manner. in purposeful manner.
However, if Contract is terminated due to default of
contractor, then all Advance payments would be
deemed as interest bearing advance at an interest rate
mentioned in the Contract Data, compounded quarterly
from the date of payment of such advance.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
93. Section 6- GCC 519
Interest bearing advance against plant and machinery, Interest free advance against plant and machinery, is
Cl. 14.2.2 : of
is payable for procurement of plant, equipment and payable for procurement of plant, equipment and
Advance 610,
Vol-I
machinery to be utilized specifically for the subject machinery to be utilized specifically for the subject
against Plant &
works, provided the same have reached the site along works, with stage payments as under:
Equipment
with purchase order and the invoices against a
Stage- 30% of the total
guarantee in amounts and currencies equal to the At the stage of
1: Purchase Order. permissible advance
advance payment plus 10%. The total advance payment
payment or actual
under this sub-clause, including the applicable
payment made
currencies and proportions, shall be as stated in the
whichever is less,
Contract Data.
provided that the
All such plant, equipment and machinery shall be used Contractor has
only for executing the works under this Contract. No submitted copy of
such plant, equipment and machinery shall be removed Purchase Order and the
from the site, unless advance equivalent to the advance invoices duly certified
against such machinery has been fully repaid and prior from the firm and
permission of the Engineer has been obtained. against a guarantee in
amounts and currencies
The Engineer shall decide whether a particular plant, equal to the stage
equipment or machinery is actually required to execute advance payment plus
the work. No advance is payable against items identified 10%.
as unnecessary. The plant and machinery admissible for Stage- Cumulative 60% of
For TBM only: At
advance payment and its valuation shall be done by the 2: permissible advance or
the stage of Pre-
Engineer on following considerations; actual payment made
Assembly
(i) New items : 80% of purchase price whichever is less,
Inspection.
against a guarantee in
(ii) Used or Second-hand items : Not to be considered amounts and currencies
New Items valued at less than Rs. 10,00,000 each : Not to equal to the stage
be considered. advance payment plus
10%.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
Pre-assembly Inspection
to be done by
Employer/Engineer.
Stage-
At the stage of Cumulative 90% of the
3: dispatch of the plant permissible advance
and machinery from payment or actual
manufacturing payment made
unit/ assembly whichever is less,
point. against a guarantee in
amounts and
currencies equal to the
stage advance
payment plus 10%.
In case of domestic
manufacture,
provided the
contractor has
submitted GST invoice
and Delivery Challan
(Interstate movement
Challan to the
worksite) and in case
of foreign
manufacture provided
the contractor has
submitted Bill of
Lading (BOL), Final
Inspection Certificate
and Marine Transit
Insurance.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
Stage-
At the stage of Remaining of the
4: arrival of plant & permissible advance
machinery at the payment, against a
work site. guarantee in amounts
and currencies equal
to the stage advance
payment plus 10%.
Provided physical
verification by
Employer and
submission of
commissioning
certificate of the
manufacturer for Plant
and Machinery other than
TBM.

In case of TBMs, on
completion of 300m of
TBM tunnelling by the
specific TBM.

Advance against plant and machinery shall be paid


against submission of guarantees in amounts and
currencies equal to the stage advance payment plus 10%.
The total advance payment under this sub-clause,
including the applicable currencies and proportions,
shall be as stated in the Contract Data.
However, if Contract is terminated due to default of
contractor, then all Advance payments would be
deemed as interest bearing advance at an interest rate
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
mentioned in the Contract Data, compounded quarterly
from the date of payment of such advance.
All such plant, equipment and machinery shall be used
only for executing the works under this Contract. No
such plant, equipment and machinery shall be removed
from the site, unless advance equivalent to the advance
against such machinery has been fully repaid and prior
permission of the Engineer has been obtained.
The Engineer shall decide whether a particular plant,
equipment or machinery is actually required to execute
the work. No advance is payable against items
identified as unnecessary. The plant and machinery
admissible for advance payment and its valuation shall
be done by the Engineer on following considerations;
(i) New items : 80% of purchase price
(ii) Used or Second hand items : Not to be considered
New Items valued at less than Rs. 10,00,000 each : Not
to be considered.
94. Section 6- GCC 519 Unless stated otherwise in the Contract Data, the advance Unless stated otherwise in the Contract Data, the advance
Cl. 14.2.4 : of payment shall be repaid through percentage deductions payment shall be repaid through fixed instalments as
Recovery of 610, from the interim payments determined by the Engineer in deductions from the interim payments determined by the
Advances Vol-I accordance with Sub-Clause 14.6 [Issue of Interim Engineer in accordance with Sub-Clause 14.6 [Issue of
Payment Certificates], as follows: Interim Payment Certificates], as follows:
(a)deductions shall commence in the next interim Payment (a) Mobilisation Advance: deductions shall commence
Certificate following that in which the total of all certified upon passage of 8 months from the date of
interim payments (excluding the advance payment) commencement and complete recovery shall be
exceeds 5 percent of the Accepted Contract Amount less completed by 28th month from date of
Provisional Sums or passage of six months from the date commencement in equal instalments.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
of release of first advance payment, whichever is earlier; (b) Advance against Plant and Equipment: deductions
and shall commence upon passage of 28 months from the
(b)deductions shall be made for accrued interest on the date of commencement and complete recovery shall
advance up to the month and advance at the rate stated in be completed by 54th month from date of
the Contract Data of the amount of each Interim Payment commencement in equal instalments.
Certificate (excluding the advance payment and
deductions and repayments of retention) in the currencies If the amount of interim payment certificate is not
and proportions of the advance payment until such time sufficient for recovery of advance payment and the
as the advance payment and accrued interest has been contractor submits a request to the Employer to postpone
repaid; provided that the advance payment and accrued the recovery of due instalment for a certain period, then
interest shall be completely repaid prior to the time when the Employer May agree to postpone the re-payment by
80 percent of the Accepted Contract Amount has been charging interest at an interest rate mentioned in the
certified for payment. Contract Data, compounded monthly from the due date
of re-payment to the date of payment. In case the
If the amount of interim payment certificate is not contractor doesn’t submit aforementioned request or in
sufficient for recovery of accrued interest or in the opinion the opinion of the Employer satisfactory progress is not
of the Employer satisfactory progress is not being achieved being achieved by the contractor, then the contractor will
by the contractor, then the contractor will have to deposit have to deposit and return the mobilisation advance in
the accrued interest and return the mobilisation advance part or in full as demanded by the Employer, failing
in part or in full as demanded by the Employer, failing which Employer shall have the right to encash the Bank
which Employer shall have the right to encash the Bank Guarantee(s).
Guarantee(s)
The contractor shall always have the option to start
The contractor shall always have the option to start repayment earlier and/or to complete the repayment
repayment earlier and/or to complete the repayment earlier than the due date.
earlier than the due date.
If the advance payment has not been repaid prior to the
If the advance payment has not been repaid prior to the issue of the Taking- Over Certificate for the Works or prior
issue of the Taking- Over Certificate for the Works or prior to termination under Clause 15 [Termination by
to termination under Clause 15 [Termination by Employer], Clause 16 [Suspension and Termination by
Employer], Clause 16 [Suspension and Termination by Contractor] or Clause 19 [Force Majeure] (as the case may
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
Contractor] or Clause 19 [Force Majeure] (as the case may be), the whole of the balance then outstanding shall
be), the whole of the balance then outstanding shall immediately become due and payable by the Contractor
immediately become due and payable by the Contractor to to the
the Employer. Employer.
95. Section-6 GCC 537 Wherever the Contractor is the insuring Party, each Wherever the Contractor is the insuring Party, each
18.1: General of insurance shall be effected with insurers and in terms insurance shall be effected with insurers and shall be
Requirements 610 approved by the Employer. These terms shall be consistent consistent with any terms agreed by both Parties before
for Insurances, Vol-I with any terms agreed by both Parties before the date of the date of the Letter of Acceptance. This agreement of
2nd para the Letter of Acceptance. This agreement of terms shall terms shall take precedence over the provisions of this
take precedence over the provisions of this Clause. Clause.

96. Section 7A - 551


Project Sections Time for Percentage
SCC 1.1.5.6; of Project Sections Time for Percentage
Name/Description Completion (for calculation of
1.1.3.3 8.2, 610, Name/Description Completion (for calculation of
contract price under (Sub-Clause 1.1.5.6) (Sub-Clause1.1.3.3 & contract price under
Vol-I (Sub-Clause 1.1.5.6) (Sub-Clause1.1.3.3 &
8.7 & 8.13 : consideration under 8.2) consideration under
8.2) clause 8.7, 8.13)
Sections clause 8.7, 8.13)

Chainage 47+360
Chainage 47+360 60 Months 75 %
60 Months 75 % to 59+400
to 59+400
Chainage 59+400
Chainage 59+400 52 Months 25 %
48 Months 25 % to 63+117
to 63+117
ENTIRE WORKS 60 Months 100 %
ENTIRE WORKS 60 Months 100 %

97. Section 7A - 551 Immediately available at all locations. Starting from the date of commencement, contractor will
SCC 2.1 of be handed over access to entire work site except Muck
Time for access 610, Dumping ground D15A, where Land Acquisition is under
to Site Vol-I progress. Muck Dumping ground D15A will be made
(after the date available to contractor within 18 months from date of
of commencement. Till that time, mucking from T8-P1 will
commencement be done just outside T8-P1 in the Devprayag yard for area
): development before arrival of TBM.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
98. Section 7A - 553 SCC 14.2.1 & 14.2.2 : Interest on Advance payment At the rate of 7.40% per annum
SCC - Interest of At the rate of 8.95% simple interest per annum on reducing
on Advance 610, balances.
payment Vol-I

99. Section 7A - 553 SCC 14.2.4: Repayment rate of Advance payment DELETED.
SCC – of
Repayment rate 610, 13.5% (Thirteen and half percent) of the amount of each
of Advance Vol-I payment if the advance taken is 10%.
payment 20% (Twenty percent) of the amount of each payment if
the advance taken is 15%.
If the total advance taken is less, the rate of recovery shall
be proportionate.
In case further advance is taken under sub-clause 14.2.1
and/or 14.2.2, after repayment has already been started,
the Repayment Rate (R%) shall be revised in the next
payment certificate as per following formula;
R= Ax100/(80 - % financial progress till previous
payment certificate)
Where ‘A’ is total outstanding Advance as a percentage of
Contract Price.
If the Contractor returns part of the advance amount on
his own or on the instructions of the Employer or in the
event that the Contractor has failed to deposit the advance
amount as per demand of the Employer and the Employer
has subsequently encashed the Bank Guarantee(s), then
the rate of recovery shall be suitably reworked considering
the balance amount of advance due to be recovered and
to ensure that the complete recovery of advance and
accrued interest is made within 80% of the financial
progress.
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
100. Section-7, Part- 557 Existing Table of Clauses is replaced as under:
B Particular of
Conditions of 610, Reference Subject Remarks
Contracts Vol-I to Sub
Clause
1.5 Annexure 1- Priority of Documents Replaced
3.3 Annexure-2- Instructions of the Engineer Replaced
4.1 Annexure 3- Contractor’s General Replaced
Obligations
4.4 Annexure 4- Sub-contractors Replaced
4.8 Annexure 5- Safety Procedures Amended
4.9 Annexure 6- Quality Assurance Replaced
4.12 Annexure 7- Unforeseeable Physical Replaced
Conditions
4.21 Annexure 8- Progress reports Replaced
7.8 Annexure 9- Royalties Replaced
8.2 Annexure 10-Time for Completion Replaced
8.3 Annexure 11-Programme Replaced
8.4 Annexure 12- Extension of Time for Replaced
Completion
8.6 Annexure 13- Rate of Progress Replaced
8.7 Annexure 14- Extension of Time for Replaced
Completion with Delay Damages
9.5 Annecure 15- Contractor’s obligations Replaced
13.8 Annexure 16 – Adjustments for changes in Replaced
cost, Percentages governing Price
Adjustment
14.7 Annexure 17 - Payment Replaced
A&C-5 PK-4

Page
SN Clause No. Existing To be read as
15.1 Annexure 18 – Notice to Correct Replaced
17.8 Annexure 21- Risk Register Added
20.2 Annexure 19: Procedure for Amicable Replaced
Settlement in Contracts
20.3.12 Annexure 20 – Fee Structure for
Arbitrators/ Reconciliators

101. Section-7, Part- 557 Add new GCC clause “ 17.8- Risk Register” after “GCC Clause 17.7 “ as per Annexure-10
B Particular of
Conditions of 610,
Contracts Vol-I
102. Vol-II to Vol-II stands replaced with Annexure-17.
Bidding
Documents

103. Vol-III to Vol-III stands replaced with Annexure-18.


Bidding
Documents

Himansu Digitally signed by


Himansu Badoni

Badoni Date: 2020.08.11


14:02:24 +05'30'
(Himansu Badoni)
CPM/RKSH
A&C-5 of Pk-4

BID DOCUMENT PK- 4

Annexure-1

Section 3
Evaluation & Qualification Criteria
(EQC)

Section 3: Evaluation and Qualification Criteria Page 1 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

Table of Criteria

1. Evaluation ................................................................................................................................. 2
1.1. Adequacy of Technical Bid ..................................................................................................... 2
1.2. Multiple Contracts…………………………………………………………………………………….2
1.3. Completion Time ...................................................................................................................... 2
1.4. Technical Alternatives ............................................................................................................. 2
1.5. Margin of Preference................................................................................................................ 2
1.5.1. Purchase Preference to Central Public Sector Enterprises (CPSUs) ................................. 2
1.5.2. Preference to Make in India…………………………………………………………………………2
2. Qualification .............................................................................................................................. 3
2.1 Eligibility ................................................................................................................................... 3
2.2 Financial Status ....................................................................................................................... 3
2.3 Experience ................................................................................................................................ 4
2.3.1 Specific Construction Experience .......................................................................................... 5
2.4 Personnel .................................................................................................................................. 7
2.5 Equipment ................................................................................................................................. 7
2.6 Specialist sub-contractor…………………………………………………………………………...7
2.7 Works Programme…………………………………………………………………………………....7
2.8 Familiarization…………………………………………………………………………………………7

Section 3: Evaluation and Qualification Criteria Page 2 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

1. Evaluation
In addition to the criteria listed in ITB 35.2 (a)-(e), the following criteria shall apply:
1.1. Adequacy of Technical Bid
Evaluation of the Bidder's commitment to mobilize key equipment and personnel for the contract
consistent with the requirements stipulated in Section 5: Works Requirements regarding work methods,
scheduling, and material sourcing.
1.2. Single Contracts
The qualification of the bidder shall be checked only if the bidder has submitted the substantially
responsive proposal.
After the evaluation of technical proposals as above, the financial offers shall be opened for those
specific bidders who have submitted substantially responsive proposals and who have been
determined to meet the qualification requirements.
The offers of bidders which have been rejected on the grounds of being substantially nonresponsive
to the requirements of the bidding document and which have been determined as being not qualified
as a result of evaluation of technical proposal, the price proposal of such bidders shall not be opened
and returned unopened.
The bidder whose bid results into lowest evaluated bid shall be considered for award of work.
Multiple Contracts
Multiple Contracts are not envisaged.
1.3. Completion Time
Alternative Completion Time is not permitted.
1.4. Technical Alternatives
Technical alternatives are not permitted
1.5. Margin of Preference
1.5.1. Purchase Preference to Central Public Sector Enterprises (CPSEs)
Purchase Perference to CPSEs shall not apply.
1.5.2. Preference to Make in India
Preference as defined in ITB clause 43 shall be applicable.
.

Section 3: Evaluation and Qualification Criteria Page 3 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Single Joint Venture Submission
Entity All Partners Each Partner Lead Partner Requirements
Combined
2.1.1 Conflict of Interest
No Conflict of interest Must meet Existing or Must meet Must meet Letter of
requirement intended JV must requirement requirement
in accordance with ITB Technical Bid
meet requirement
Sub-Clause 4.3 (Form PS-1)

2.1.2 Share of partners


The share of partners shall N. A. 100% 25% 60% MoU
not be less than the or
specified percentage. JV Agreement
Form JV 4 Or
JV 5
2.1.3 Disqualification of Bidder
Not Disqualified under Must Meet Existing or Must meet Must meet Letter of
Clause 4.4 of ITB. Requirement intended JV must requirement requirement Technical Bid
meet requirement (Form PS-1)
&
Affidavit
(Form PS-3)

2.2 Financial Status

Criteria Compliance Requirements


Documents
Joint Venture
Single Submission
Requirement All Partners Each Lead
Entity Requirements
Combined Partner Partner
2.2.1 Historical Financial Performance
Submission of audited balance
sheets for the last five financial Must meet Not applicable Must meet Must meet Form FIN – 1
years (refer note below the requirement requirement requirement with attachments
table) to demonstrate the
current soundness of the
Bidders financial position.
(i) As minimum criteria,
Profit Before Tax (PBT)
should be positive for two
financial years out of last
five financial years.

(ii) Profit Before Tax (PBT) of


the immediately preceding

Section 3: Evaluation and Qualification Criteria Page 4 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

financial year shall be


positive.

2.2.2 Average Annual Construction Turnover :


Minimum average annual construction Must meet Must meet Must meet Must meet
turnover in equivalent INR 1541.39 requirement requirement At least 25% At least 70% Form FIN – 2
Crore Calculated as total certified of the of the
payments received for contracts in requirement requirement
progress or completed, within the last
three financial years (refer note below
the table).

2.2.3 Net –Worth


(i) Minimum average Net- Must meet Must meet Must meet Must meet
Worth (Total Assets – Total requirement requirement At least 25% At least 50% Form FIN – 1
of the of the
Liabilities) should not be requirement requirement
less than INR 770.70
Crores during the last three
financial years (refer note
below the table).
(ii) Working capital: capacity to
have a cash flow amount/
working capital of at least
INR 256.90 Crores or
equivalent as evident from
the immediately preceding
financial year’s audited
balance sheet/ equivalent
financial statements.

Working Capital/cash flow


amount shall be calculated by
subtracting current liabilities
(CL) from Current Assets (CA)
i.e. (CA-CL).

2.2.4 Bid Capacity


Available Bid capacity = (A x N Must meet Must meet Must meet Must meet
x 2.0 - 0.16 x N x B), should be requirement requirement At least At least Form FIN –
more than the total Estimated 25% of the 70% of the 2&3
price where, requirement requirement

A = Maximum value of works


executed in any one year during
the last 5 years which will take
into account the completed as
well as works in progress (total
contract receipts).
B = Total value of existing
commitments irrespective of
the completion period of those
works (in case bidder or partner

Section 3: Evaluation and Qualification Criteria Page 5 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

of JV has existing commitment


through another JV, then the
commitment will be taken in
proportion to the share of the
Bidder in the JV) and
N = Number of years prescribed
for completion of works in the
present bid.

Note: In the event that the audited accounts for the latest concluded Financial Year are not available,
the Bidder shall furnish information pertaining to the last five financial years after ignoring
the latest concluded financial year. In case, the bidder submits audited financial information
for the last six or more years, only the figures for the latest five years shall be considered for
evaluation.

2.3 Experience
Compliance Requirements Documents
Criteria
Submission
Requirements
Joint Venture
Single All Each Lead
Requirement
Entity Partners Partner Partner
Combined
2.3.1 Specific Construction Experience
2.3.1 (a) Contracts of Similar Size Form EXP - 2(a)
and Nature.
The bidder has submitted following
two technical criteria
1. General Construction Must Must meet Not Not
experience Execution as meet requirement applicable applicable
require
contractor or subcontractor ment
approved by the employer, at
least one contract with a value
of at least INR 2312.09 Cr. or
at least two contracts each
with a value of at least INR
1348.72 Cr. that has been
successfully or is
substantially completed
within the last Ten years
before the deadline for
submission of the bids.

2. Specific construction must must Not Not


experience meet meet applic applicable
Execution as contractor, or requir require able
ement ment of
subcontractor approved by
of (2 a) (2 a) and
the employer, at least and (2 (2 b)
following two assignments b)
through either single contract
or two contracts that have
been successfully or is

Section 3: Evaluation and Qualification Criteria Page 6 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

Compliance Requirements Documents


Criteria
Submission
Requirements
Joint Venture
Single All Each Lead
Requirement
Entity Partners Partner Partner
Combined
substantially completed
within the last Ten years
before the deadline for
submission of the bids as
under: -

a) Completion of a
continuous single tunnel
of minimum finished
cross-section of 24 sqm
and minimum length of
1.69 km in rail/ road/
hydro/ metro/ Irrigation
tunnels by drill and blast
(NATM) through a single
contract.

b) Completion of continuous
single tunnel of minimum
inner finished diameter of
5.5 m and minimum
length of 2.5 km in rail/
road/ hydro/ metro/
Irrigation tunnels by TBM
through a single contract.

Section 3: Evaluation and Qualification Criteria Page 7 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

Compliance Requirements Documents


Criteria
Submission
Requirements
Joint Venture
Single All Each Lead
Requirement
Entity Partners Partner Partner
Combined
2.3.1(b) Construction
Experience in Key
Activities (Executed
during the last Ten years
prior to the applications
submission deadline)
For the contracts as per must must Must Must Form EXP -
2.3.1 (a) above and/or other meet meet Meet Meet 2(b)
contracts a minimum all all requir requirem
construction experience in requir require ement ent of at
the following key activities: emen ments of at least
Excavation of minimum ts least 70%
4.675km (length of rail/ 25% length of
road/ hydro/ metro/ length the Key
Irrigation tunnels having of the activity
finished cross section area Key
of minimum 18 sqm by Drill activit
& Blast (NATM) and/or TBM y
method, in one year as per
Note (6) below.
(Tunnels constructed with
Cut & Cover shall not be
considered)

Note:-
(1) (a) For the purpose of value of work for the past experience of a firm in a JV in sub clause 2.3.1(a) credit shall be given
in proportion of the percentage share of the firm in that JVF. For past experience of key activities in sub clause
2.3.1(a)) & (b) credit shall be given for execution of the quantity of that specific activity executed by the firm as part
of a JV, duly certified by the Employer. If the Employer’s Certificate does not indicate the specific quantity of key
activity/activities executed by each partner, in such a case credit for quantity of each key activity shall be given as per
following provisions in order of priority :
i) As per details given in JV agreement forming part of the relevant Contract Agreement.
ii) If JV agreement does not provide such details, then credit shall be given in proportion of the percentage
share of the firm in that JV.

(b) In case a JV quoting for the tender has executed similar work specified in 2.3.1(a) and construction experience in
key activities specified under 2.3.1(b), with the same constitution of JV, the requirement specified to be met under
sub clause 2.3.1(a) & (b) shall be considered to have been met treating the JV as a single entity for this purpose

(2) Deleted.

(3) For Sub-clause 2.2.2 Average Annual Construction Turnover, the Bidder should submit actual construction turnover
figures for the specified financial years. For Evaluation, purposes the figures of previous years shall be updated @ 5%
per year compounded annually based on Rupee value to bring them to the level of the last Financial Year specified in
sub-clause. If the figure for turnover in an individual year is in a currency other than INR, then the same shall first be
converted to INR based on the exchange rates published by Reserve Bank of India/International Monetary Fund (in
that order) as on last day of that year and then the figures in INR shall be updated as mentioned above.

Section 3: Evaluation and Qualification Criteria Page 8 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

(4) For Sub-clause 2.3.1 Specific Construction Experience, the Bidder should submit actual Value of Work completed/
substantially completed. Value of Work for Evaluation purposes shall be updated based on Rupee value to bring
them to the price level of date of deadline for submission of bids as per formula given below:-

A = B [1+ (5÷36500) x N]
Where
A = updated value of work on dead line for submission of bids.
B = value of work on the date of completion/substantial completion as indicated in the Employer’s certificate.
N = Number of days between date of completion and dead line for submission of bids.
The base date for updating purpose shall be considered as the date of completion of work as certified by the Engineer-
in Charge.
In case value of the work is mentioned in a currency other than INR, then the same shall first be converted to INR
based on the exchange rates published by Reserve Bank of India/International Monetary Fund (in that order) as on the
date of completion/substantial completion of the work and then the figures in INR shall be updated as mentioned
above.
(5) The phrase “substantial completion” used in clause 2.3.1 (a) shall mean where the employer has certified:
Ongoing works where required value of the work as well as required quantity of key activity has been physically
completed. The same should be supported by Employer’s certificate issued within six months prior to the deadline
for Bid submission.
(6) Evaluation of item 2.3.1(b) shall be done to assess the execution of quantity of each activity in a period of any one
year. In cases, where year-wise quantities ( For identical Period ) of a particular key activity are indicated in the
employer’s certificate(s) of single or multiple works, the same will be considered to arrive at the total quantity of the
particular key activity executed in a single year through single/multiple contract. In all other cases, assessment of
execution of quantity of the key activity in a period of any one year will be made in the following manner:

(i) If the criteria is being met through a single contract (as per statement submitted by the bidder as required vide
Para (vi) below), then the quantity executed shall be divided by the number of months from start of execution
of activity up to the end of execution of activity and multiplied by 12 to arrive at the quantity executed in a year
(if the period of execution is less than 12 months, the same will be taken as 12 months for calculation purposes)
to establish whether the criteria is being met.
(ii) If the criteria is being met through multiple contracts (as per statement submitted by the bidder as required vide
Para (vi) below), then the quantities executed through these contracts will be added and the sum shall be divided
by number of months for the period starting from earliest month of start of execution of the activity in any of
the contracts and ending with the latest month of execution of the activity in any of the contracts, as per
employer’s certification. In case the period between the earliest start month and latest finish month is less than
12 months, it will be taken as 12 months for calculation purpose. This average will then be multiplied by 12 to
arrive at quantity executed in a year to establish whether the criteria is being met.
(iii) In case employer’s certificate does not indicate start/end month of execution of the key activity then start/end
month of contract shall be considered as the start/end month of execution of the key activity.
(iv) Twin tubes/ parallel tunnels shall be considered as separate tunnels.
(v) For the contracts starting more than Ten years prior to the deadline for submission of bids and where employer’s
certificate does not clearly indicate quantity of a particular key activity executed during last Ten years prior to
the deadline for the submission of bids, in such a case, quantity considered to be executed during the period of
the such contract falling within last Ten years shall be worked out on proportionate basis [i.e. by applying ratio
of period of contract falling in last Ten years to total period of the contract or period of execution of key activity
falling in last Ten years to total period of execution of the key activity as given in employer’s certificate as the
case may be]. Provisions of note (i) above shall also apply to cases where period falling within last Ten years
is less than 12 months.
(vi) Bidder should submit a statement indicating as to how criteria specified under item 2.3.1(b) is being met duly
referring to the relevant employer’s certificates enclosed with the bid.
(7) Deleted.

(8) Deleted.

(9) Deleted.

Section 3: Evaluation and Qualification Criteria Page 9 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

(10) For NATM Tunnels: For Sub-clause 2.3.1(a) (2a) Evaluation of qualifying length in case of Continuous single Tunnel
shall be the total length of excavation in individual tunnel from entrance portal to exit portal irrespective of working
faces from adits and/or shafts, meeting the specified technical criterion. (This shall exclude length of any excavation in
cross passages, shafts, adits, cut and cover).

(11) For TBM Tunnels: For Sub-clause 2.3.1(a) (2b) Evaluation of qualifying length in case of Continuous single Tunnel
shall be the Maximum Length (from Launching to Breakthrough) of any single TBM Drive not requiring
dismantling/Relaunching. (This shall exclude length of any excavation in cross passages, shafts, adits, cut and cover).

2.4 Personnel
The Bidder must give an undertaking, as per EQC Form No.3 in Section 4 of Bidding documents, to provide at least the
personnel for the key position as given in Section 5: Works Requirement, if he is awarded the contract.

2.5 Equipment
The Bidder must give an undertaking as per EQC Form No.3 in Section 4 of Bidding documents) to provide minimum key
equipment for execution of the work as given in section5: Works Requirement, if he is awarded the contract: The bidder must
also provide bidding forms P&M-1 and MET-6 consistent with the requirements stipulated in Chapter 6: Section 5: Works
Requirements and Annexure-D Section: 5 respectively.

2.6 Specialist sub-contractor:


The Bidder must give a separate undertaking (EQC Form No.3 in Section 4 of Bidding documents) along with relevant
experience certificates/Consents for each key activity mentioned below:

Sl No. Key Activity Minimum Experience Requirement (executed during the last Ten years prior to the
application submission deadline for execution of following Key activities:
1. TBM operation The Bidder Should have, as a contractor or a Sub-contractor, completed activity of TBM
operation of at least one tunnel having minimum finished inner diameter of 5.5m and
minimum length of 4.5 km through a single contract.

The Bidder must give a separate undertaking that either bidder himself has aforementioned
requisite experience OR the bidder will deploy Specialist sub-contractor meeting the
aforementioned requisite experience OR the bidder will deploy specialized manpower
recruited through an agency having at least 7 years global experience in providing skilled
manpower to contractors/ other agencies for construction of tunnelling with TBM
OR the bidder will enter into an Agreement with the proposed TBM manufacturer(s) to
oversee TBM Operation for successful completion of tunnelling with TBM in the present
tender , in case the bidder is awarded the contract.

Note:
a. Relevant experience certificates duly supported by employer certificates of the
bidder/Specialist Sub-contractor and consents of Specialist Sub-contractor/TBM
manufacture(s) to work with the Bidder should be submitted with the bid.
b. The specialized agencies/ Sub-contractors / manufacturers are allowed to be associated
with more than one bidder.
c. For TBM operation, Manpower shall meet the requirements as stipulated in Table under
Clause 5.1 of Chapter-5 of Section-5 Work’s Requirement).
d. “Oversee” by TBM manufacturer means that his team will have to visit the TBM site every
month and submit technical report regarding the TBM operation & progress and assist the
contractor in arranging suitable manpower and training them as per requirement for
smooth and efficient TBM operation.

Section 3: Evaluation and Qualification Criteria Page 10 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

Sl No. Key Activity Minimum Experience Requirement (executed during the last Ten years prior to the
application submission deadline for execution of following Key activities:
2. TBM The bidder shall submit a separate undertaking(s), along with TBM Manufacturer’s relevant
Manufacturer experience certificates, duly supported by Employer certificates that “The manufacturer have
supplied at least one shielded Rock Tunnel Boring Machine that have successfully completed
single tunnel having minimum length of 4.5 km and minimum inner finished diameter of 7.0
m by TBM.” And that:

(i) he will enter into an Agreement with TBM manufacturer(s) ( not more than
two ), having the aforementioned requisite experience, to design, manufacture,
supply and commission the TBM as per specifications,

(ii) That he will enter into a “Technical Support Agreement” with the TBM
manufacturer(s) for maintenance and supply of requisite spares, after award of
the work, on non-judicial stamp paper, in order to provide continuous
availability of the TBM Machine for boring and for ensuring availability of spare
parts so as not to have break down of machine for more than 24 hour.

(iii) That he will enter into an Agreement on non-judicial stamp paper, with TBM
manufacturer(s) to oversee the TBM operation, for a period of at least 3 months
from the start of TBM boring or for a minimum length of 300m TBM boring on
each TBM whichever is later.

Note: The TBM manufacturers are allowed to be associated with more than one bidder.

3. TBM Segment The Bidder must give a separate undertaking along with relevant experience certificates that
Casting either he himself is having minimum requisite experience mentioned below or he will be
deploying specialist subcontractor ( not more than two ) having such requisite experience, if
he is awarded the contract.

For the requisite experience, “the bidder/specialist sub-contractor should have executed
successfully as contractor or sub-contractor, at least one work which includes installation and
operation of TBM segment factory and production of TBM segments for minimum total
tunneling length of 2.5 km, of tunnels having minimum inner finished dia of 5.50m through
a single completed or ongoing Contract or for minimum total tunneling length of 3.75 km,
of tunnels having minimum inner finished dia of 5.50m through two completed or ongoing
contracts.”

Note:
Bidder should submit a statement indicating as to how criteria specified under this item is
being met duly referring to the relevant employer’s certificates enclosed with the bid.

Note: -
(1) If the contract is awarded to the bidder and he himself does not have requisite experience as above, he is required
to enter into legally enforceable agreement with the specialist sub-contractor at least one month prior to
scheduled starting of Key activity as per program submitted by him as contractor and agreed by the engineer. The
agreement must specify the specific role and responsibility of the sub-contractor.
(2) Experience requirement of each key activity under the Clause shall be adjudged in the same manner as described
in Note (1), (5), (10) & (11) under Clause 2.3 above.
(3) As the project is of strategic importance, specialist Sub-contractor firms that have been incorporated in countries
having common border with India are not eligible to be proposed in bid/deployed. Person/personnel who have
citizenship of such countries shall also be ineligible to bid/deployed. Further, in case of TBM or any of its backup

Section 3: Evaluation and Qualification Criteria Page 11 of 12


A&C-5 of Pk-4

BID DOCUMENT PK- 4

equipment, entire manufacturing, assembling and support has to be undertaken from countries other than those
having common border with India.

2.7 Works Programme:


The Bidder must give an undertaking (EQC Form No.3 in Section 4 of Bidding documents) to execute work according to
work's programme submitted by him in his bid within stipulated completion period, if he is awarded the contract. The
bidder must also submit Bidding forms MET-3 completely filled for Bidder's commitment to complete the contract within
stipulated period, consistent with the requirements stipulated in Chapter 2: Section 5: Works Requirements.

2.8 Familiarization:
The Bidder must give a certificate (EQC Form No. 4 in Section 4 of Bidding documents) to declare having visited the site of
work and familiarized themselves with working conditions of the project area.

IMPORTANT NOTE FOR SPECIAL ATTENTION OF BIDDERS:

i) Each bidder should submit details/references as to how the eligibility criteria is being met by the bidder against each
item of EQC. This should be prepared and submitted in the Performa “EQC Form No.1” enclosed in section 4.
ii) The bidder must submit checklist (EQC Form No.2) for clauses pertaining to SUMMARY REJECTION of bid.
iii) The bidder must submit checklist (EQC Form No 5 section 4 of bidding documents) for clauses pertaining to compliance
to requirements for personnel, machinery and work’s programme. The bidder shall ensure compatibility between his
proposed work's programme, proposed strength of personnel and equipment.
iv) Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of
the bid.

Section 3: Evaluation and Qualification Criteria Page 12 of 12


A&C-5 of Pk-4

Annexure-2
Form EXP-2(a): Specific Construction Experience

Fill up one form per contract

Contract of Similar Size and Nature

Contract No. Contract Identification

Completion Date
Award Date
(Original and Revised)

Role in Contract  Contractor   Subcontractor

Total Contract Amount INR Payment Received (INR):


(Original and Revised)

If partner in a JV or (i)Total Payment Received by JV (INR):


subcontractor, specify
Percentage share of bidder: (ii) Payment Received as JV partner (INR):
participation in total
contract amount

Employer’s Name,
Current Address and
Current Telephone/Fax
Number, E-mail
Description of the similarity in accordance with Criteria 2.3.1 (a) of Section 3
Description
1. For General Construction Experience
i. Type of Construction
2. For Specific Construction Experience
i. Type of Tunnel (Rail/Road/Hydro/Metro/irrigation):
ii. Executed Length, Shape, Finished Cross section area and construction methodology
(Conventional/TBM) of each Single Tunnel:

The bidder shall attach a copy of the Certificate(s) issued by the employer in support of the information
being furnished in each Exp (2a) form, failing which the claim of the bidder shall be liable to be rejected
(in case of experience as a sub-contractor, the employer shall be the owner of the Project who has
engaged the main Contractor).

In case of bidder was a JV member in any work, then bidder should establish how he meets criterion as
mentioned under EQC 2.3 Note (1).
A&C-5 of Pk-4

Annexure- 3

EQC FORM NO.1


(Each Bidder or each member of a JV must fill in this form separately as applicable)

Clause No & Clause Details of value of work/quantity of activity and


heading References (Folio No.) of Documents through which
criteria against each item is being met.
2 Qualification
Conflict of Interest
Share of partners
Disqualification of Bidder
2.2 Financial Status
2.2.1 Historical Financial
Performance
2.2.2 Average Annual
Construction Turnover
2.2.3 Net Worth
2.2.4 Bid Capacity
2.3 Experience
2.3.1 Specific Construction
Experience Contracts of
Similar Size and Nature
Experience in Key
Activities
2.4 Personnel
Undertaking submitted
2.5 Equipment
Undertaking submitted
2.6 Specialist sub-
contractor undertaking /
Self Credentials submitted
(1) TBM Operation.
(2) TBM Manufacturer
(3) TBM Segment Casting.
2.7 Works Programme
undertaking submitted
2.8 Certificate of
Familiarization submitted

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure- 4
EQC Form No. 3(a)
UNDERTAKING

(refer Clause 2.4:Personnel of EQC Section – 3)

The bidder i.e. M/s _________________________________ undertakes to provide at


least the personnel as per requirement given in Chapter 5 of Section 5: Work’s
requirement, if I am awarded the contract and the details of such personnel have been
submitted in Bidding forms KEYP-1 and KEYP-2 of Section – 4.

SEAL AND SIGNATURE OF THE BIDDER

EQC Form No. 3(b)


UNDERTAKING

(refer Clause 2.5: Equipment of EQC Section – 3)

The bidder i.e. M/s __________________________ undertakes to provide at least the


equipment for execution of works as per requirements given in Chapter-6 of Section 5:
Work’s requirement, if I am awarded the contract and the details of such equipment have
been submitted in the Bidding forms P&M-1, P&M-2, INS-1 and INS-2 of Section – 4.

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

EQC Form No. 3(c)


UNDERTAKING

(refer Clause 2.6 Specialist Sub-contractor of EQC Section – 3)

(1) TBM Operations

*The Bidder i.e. M/s _____________________________________ undertakes that he


has, as a contractor or a Sub-contractor, completed activity of TBM operation of at least
one tunnel having minimum finished inner diameter of 5.5m and minimum length of 4.5
km through a single contract during the last Ten years prior to the application submission
deadline. Relevant experience certificates issued by the employer are enclosed.

OR

*The Bidder i.e. M/s _____________________________________ undertakes that he


will deploy Specialist sub-contractor who has completed activity of TBM operation of at
least one tunnel having minimum finished inner diameter of 5.5m and minimum length of
4.5 km through a single contract during the last Ten years prior to the application
submission deadline, in case the bidder is awarded the contract. Relevant experience
certificates of Specialist sub-contractor issued by the Employer, and the consent of
Specialist sub-contractor to work is enclosed.

OR

*The Bidder i.e. M/s _____________________________________ undertakes that he


will deploy specialized manpower recruited through an agency having at least 7 years
global experience in providing skilled manpower to contractors/ other agencies for
construction of tunnelling with TBM, in case the bidder is awarded the contract. Relevant
experience certificates of agency, and its consent to provide skilled manpower is
enclosed.

OR

*The Bidder i.e. M/s _____________________________________ undertakes that he


will enter into an Agreement with the proposed TBM manufacturer(s) to oversee TBM
Operation for successful completion of tunnelling with TBM in the present tender , in case
the bidder is awarded the contract. The consent of the proposed TBM manufacturer(s) to
enter into an Agreement with bidder is/are enclosed.

*Strike out whichever is not applicable

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

EQC Form No. 3(c)


UNDERTAKING

(refer Clause 2.6: Specialist Sub-contractor of EQC Section – 3)

(2) TBM Manufacturer

The Bidder i.e. M/s _____________________________________ undertakes that


he will engage TBM manufacturer(s) who have supplied at least one shielded Rock
Tunnel Boring Machine that have successfully completed single tunnel having
minimum length of 4.5 km and minimum inner finished diameter of 7.0 m by TBM,
And that;

(i) he will enter into an Agreement with the above engaged TBM manufacturer(s)
( not more than two ), having the aforementioned requisite experience, to design,
manufacture, supply and commission the TBM as per specifications, And that;

(ii) he will enter into a “Technical Support Agreement” with the engaged TBM
manufacturer(s) for maintenance and supply of requisite spares, after award of
the work, on non-judicial stamp paper, in order to provide continuous availability
of the TBM Machine for boring and for ensuring availability of spare parts so as
not to have break down of machine for more than 24 hour, And that;

(iii) he will enter into an Agreement on non-judicial stamp paper, with engaged TBM
manufacturer(s) to oversee the TBM operation, for a period of at least 3 months
from the start of TBM boring or for a minimum length of 300m TBM boring on
each TBM whichever is later,

in case the bidder is awarded the contract.

Consent from TBM manufacturer(s) (not more than two) for entering into the above
Agreements and relevant experience certificates from Employer have been submitted.

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

EQC Form No. 3(c)


UNDERTAKING

(refer Clause 2.6 Specialist Sub-contractor of EQC Section – 3)

(3) TBM Segment Casting

*The Bidder i.e. M/s _____________________________________ undertakes that he


has executed successfully as contractor or sub-contractor, at least one work which
includes installation and operation of TBM segment factory and production of TBM
segments for minimum total tunneling length of 2.5 km, of tunnels having minimum
inner finished dia of 5.50m through a single completed or ongoing Contract or for
minimum total tunneling length of 3.75 km, of tunnels having minimum inner finished
dia of 5.50m through two completed or ongoing contracts, during the last Ten years
prior to the application submission deadline.

OR

*The Bidder i.e. M/s _____________________________________ undertakes that he


will be deploying a Specialist Agency as sub-contractor who has executed successfully
as contractor or sub-contractor, at least one work which includes installation and
operation of TBM segment factory and production of TBM segments for minimum total
tunneling length of 2.5 km, of tunnels having minimum inner finished dia of 5.50m
through a single completed or ongoing Contract or for minimum total tunneling length of
3.75 km, of tunnels having minimum inner finished dia of 5.50m through two completed
or ongoing contracts, during the last Ten years prior to the application submission
deadline, if bidder is awarded the contract:

Relevant experience certificates of the bidder/Specialist Agency issued by the Employer,


along with consent of Specialist Agency to work as sub-contractor is enclosed.

*Strike out whichever is not applicable

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

EQC Form No. 3(d)


UNDERTAKING

(refer Clause 2.7 Works Programme of EQC Section – 3)

The Bidder i.e. M/s _____________________________________ undertakes that he will


execute the work according to Work Programme submitted by him in his bid within
stipulated completion period, if he is awarded the contract. Bidding form MET-3 has been
submitted completely filled for Bidder's commitment to complete the contract within
stipulated period, consistent with the requirements stipulated in Chapter 2: Section 5:
Works Requirements

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure- 5
EQC Form No. 5
Checklist for Compliance to requirements
for Personnel, Machinery and Work’s Programme
(Clause 2.4, 2.5, 2.6, 2.7 and 2.8 of EQC Section – 3)

EQC Compliance Requirement for execution of Document Submission Compliance


Clause works required
No. Bidding Form No. (Tick Checkbox)
2.4 Submission of Undertaking to provide at
least the personnel as given in Section 5: EQC FORM No. 3 Yes No
Work’s requirement.
Submission of List of Personnel,
Organization Chart consistent with KEYP-1, Yes No
Proposed work program and Section 5 KEYP-2, Yes No
Work’s Requirement.
2.5 Submission of Undertaking to provide at
least the key Equipment as given in Section EQC FORM No. 3 Yes No
5: Work’s requirement.
Submission of List of equipment, Letter of
comfort, Survey and laboratory P&M-1, Yes No
Instruments consistent with Section 5 P&M-2, Yes No
Work’s Requirement. INS-1, Yes No
INS-2 Yes No

2.6 Submission of Undertaking and supporting Yes No


EQC FORM No. 3
experience documents
2.7 Submission of Undertaking to execute work
according to work's programme provided in EQC FORM No. 3 Yes No
the bid.
Submission of detailed submittals, Cycle MET-1, Yes No
Time for underground excavation, Work’s MET-2, Yes No
programme, deployment schedules of MET-3, Yes No
Machinery and Personnel and Quality MET-4, Yes No
Assurance and TBM system form. MET-5, Yes No
MET-6. Yes No
2.8 Submission of Certificate of Familiarization. EQC FORM No. 4 Yes No

Note: Submission of above Forms shall not relieve the Contractor of any of his duties, obligations
or responsibilities under the Contract.

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure-6
Form KEYP-3
(To be submitted along with Bid for the Key position of Team Leader, Project Manager (TBM) and
Project Manager (NATM) as per clause 5.4 of Chapter 5 of Section 5: Works Requirement)
(To be submitted for remaining positions as per Chapter 5 of Section 5: Works Requirement after award of contract)
FORMAT OF CURRICULUM VITAE
Proposed position: _________________________________________________________________
Name firm: _______________________________________________________________________
Name of Staff: _____________________________________________________________________
Profession: _______________________________________________________________________
Date of Birth: _____________________________________________________________________
Years with firm/Entity: _______________________ Nationality: _____________________________
Membership in professional Societies: _________________________________________________
Detailed Task Assigned _____________________________________________________________

Education& Qualification:
[Summarized college /university and other specialized education of staff member, giving names of school,
dates attended and degrees obtained.]

Employment Record: Starting with present position, list in reverse order every employment held and state
the start and end dates of each employment)
From To Name of Name of Position Mention whether Description Method of
Employer the Project, Held worked as In- of Duties Tunnelling
Specific charge or one discharged (NATM or
section of level below the In- including TBM)
Project, charge of the Works
location & Project/section of Undertaken
length the project or any
other capacity

Note: Details presented in above table shall clearly highlight how the experience of proposed personnel
meets the requirement of Chapter 5 of Section 5: Works Requirement.

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me,
my qualification and my experience.
Date: _________________
[Signature of personnel and authorized representative of the firm]
Day/Month/Year

Full name of personnel: __________________________________________________


Full name of authorized representative: ________________________________________

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure-7
Form P & M-2
LETTER OF COMFORT
(In case of new purchase/Hire)
(On letter head of Equipment Supplier)
(To be filled only for TBM equipped with complete backup system, TBM segment casting factory, Drilling Jumbo,
Shotcrete Machine, Grouting Rig and Wheel loader)

No…. Dated:…

To,
The Chairman and Managing Director,
Rail Vikas Nigam Limited,
1st Floor, August Kranti Bhavan,
Bhikaji Cama Place,
RK Puram New Delhi -110066

Ref: ……[Insert Invitation for Bid No].………………….,


.………[Insert Name of work] ……………………….

Subject: Comfort Letter for supply of Tunneling Equipment(s).

1. We understand that … [Insert name of the Bidder] ….. is bidding for the above-mentioned work. We
hereby confirm our association with … [Insert name of the Bidder] ….. for supply of equipment(s) with
required specifications and quantities listed in the table below and confirm delivery at Indian Sea Port
within a period of ___ months from the date of placement of purchase order on mutually agreed terms
and conditions.

No. Equipment Type and Specification* Quantity Model No. Owned/


Agreed Hired**/ Fresh
Purchase
1. … [Insert specification of equipment
according to Chapter-6 of Works
requirement] …..
2. …….

*If required, fill multiple forms.


** Contact details of hiring agency to be provided.

2. We further confirm that the possible delivery periods and costs of the above mentioned equipment(s)
along with maintenance related aspects (including any service agreements with OEM if requiredin
accordance with work requirements) have been mutually discussed with …[Insert name of the
Bidder]…

Thanking You,

For ….. [insert name of Equipment supplier]

(Signature)

(Name of Signatory) …………………….….


(Designation of Signatory) …………………
(Mobile No. and Email id of signatory) ……

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure-8
FORM MET 3:
WORKS PROGRAMME IN LINE WITH MILESTONES
Completion period of Work has been divided into two Sections as defined in the Section 7A: Contract
Data. The Milestones (ML) and their Key Dates for each section are given in the Table Below along
with respective sub activities. Bidder can modify the sub activities (KD), but the Milestones and their
Key Dates defined in table below shall not be violated while framing the programme. Tentative
scheduling for guidance is given in Clause 2.14 of Section 5: Work’s requirement.
Contractor is required to work out the key dates and submit this form according to his proposed
works program without violating the milestones or the completion period of Individual Sections.
Functional requirements for execution of works needs to be considered while framing the work’s
programme.
Abbreviations:
T8 = Tunnel 8 UL=Up-line P1 = Portal 1 MT = Main Tunnel EM = Electromechanical contractor.
VS=Ventilation/Construction shaft DL=Downline P2 = Portal 2 ET = Escape Tunnel BLT = Ballast less contractor.
KD= Sub Activities ML= Milestone
Section-1 (Completion Period 60 Months)
Activity ID Stage Key Dates Length Period
(Month ending from (m) (Months)
date of
commencement)
ML01 Excavation for Part Tunnels 8 (Drill and Blast) 20 700
Excavation from T8P1
Slope stabilization and T8P1 completed and ET excavation
KD01-A
begins from T8P1 towards T8P2
Slope stabilization and T8P1 completed and MT UL excavation
KD01-B
from T8P1 towards T8P2 begins
KD01-C Completion of ET and beginning of excavation of MT DL
Completion of NATM portion of the DL and UL from T8P1 till
KD01-D
TBM launching portion
ML02 Excavation for Part Tunnels 8 (TBM) 55 11146

KD02-A Placing order for TBMs manufacturing

KD02-B Factory acceptance of TBMs and ready to ship

KD02-C Arrival of TBM at Indian Sea port

KD02-D Transport and assembly of TBMs to T8P1


KD02-E Transfer of TBMs to launching position ready to bore
Completion of excavation and lining of 50% of the length
KD02-F
(Combined UL and DL) of bored tunnels
Completion of excavation and lining of 100% of the tunnel
KD02-G
length -8 till TBM breakout point.
TBM dismantling and clearing the tunnel no. 8 from TBM
KD02-H
equipment and backup assembly
ML03 Final Lining of Tunnel-8 (Part) and Escape tunnel 60 11146
KD03-A MT (DL and UL) and ET lining complete
Excavation and lining of cross passages, niches and other
KD03-B
structures complete
KD03-C MT and ET invert structure complete
KD03-D Handing over of MT
KD03-E Handing over of ET and Technical rooms
Completion of Embankment upto Formation Level
ML04 24
including slope stabilisation
KD04-A From Km 47+360 to 48+180
A&C-5 of Pk-4

Section-2 (Completion Period 52 Months)


Activity Stage Key Dates Length Period
ID (Month ending from (m) (Months)
date of
commencement)
ML05 Excavation for Part Tunnel 8 (UL and DL) and Escape tunnel 48 3435
Excavation between T8P2 and Construction cum Ventilation Shaft
Slope stabilization and T8P2completed and ET excavation
KD05-A
begins from T8P2
Slope stabilization and T8P2completed and MT UL
KD05-B
excavation from T8P2 begins
KD05-C Completion of ET and beginning of excavation of MT DL
Completion of DL excavation and support as per contract
KD05-D requirements (including cross tunnel between UL and DL) all
cross passages, niches etc. and all other structures
Completion of UL excavation and support as per contract
KD05-E requirements (including cross tunnel between UL and DL) all
cross passages, niches etc. and all other structures
Excavation from Construction cum Ventilation Shaft towards T8P1
KD05-F Mobilization of machinery and Beginning of VS excavation
Completion of VS and connection tunnel and beginning of
KD05-G
MT DL and MT UL from VS
Completion of UL and DL excavation and support as per
KD05-H contract requirements including all the niches and other
structures
ML06 Final Lining of Tunnel-8 (UL and DL) and Escape tunnel 52 3435
KD06-A ET(DL)and MT (UL) lining start
KD06-B MT (DL) lining start
MT (UL and DL) and ET (DL) lining complete including
KD06-C ventilation cum construction shaft lining and all
associated structures.
KD06-D MT and ET invert structure complete
KD06-E Handing over of MT and ET
Completion of Embankment up to Formation Level
ML07 18
including slope stabilisation
From Km 62+165 to 62+580 (Cutting and slope
KD07-A
stabilization)
From Km 62+165 to 62+580 (Embankment filling and
KD07-B
finishing)

NOTES:
1. The key dates define the ending of activity (unless explicitly defined in description of the activity).
2. Contractor shall prepare and submit (in CD) detailed works programme, in Microsoft Project or equivalent, with
deployment schedule for various critical equipments (Form MET-4) and Key Personnel (Form MET-5). List of
Minimum critical equipments and Key Personnel is detailed in the Section 5: Work’s Requirement.
3. It is to be noted that shifts will be exchanged at tunnel face and underground excavation cycle times shall not be
affected by shift changes. The cycle time has to be matched accordingly by the bidder according to advance rates
for 2 line and 3-line section.
4. Submission of above works programme shall not relieve the Contractor of any of his duties, obligations or
responsibilities under the Contract.
5. Distribution for various Support Section Types and Rock Support Type are given in Geotechnical Baseline Report.
Distribution of various Ground types for TBM tunneling is also given in Geotechnical Baseline Report. Details of
support installation for each Support Section Type is provided in the Tender drawings. Bidder shall support his
assumption of daily/weekly advance rates with calculations detailed in proposed Cycle Time Calculation in Form
MET-2a and 2b. The advance rates proposed by bidder shall be computed considering the Support Section Type
at maximum foreseen excavation drive length from any Tunnel portal according to work’s programme proposed
by bidder, so that the same is maintainable throughout the tunnel during it’s construction. Bidder should add extra
rows/tables in the form if needed for different cross sections/ support classes.The monthly advance rates should
include scheduled rests of 2 days per month for NATM part and a minimum of 5 days per month for TBM
intervention/ TBM maintenance time shall be considered inclusive of any rest days or Holidays.
A&C-5 of Pk-4

Summary of Advance Rates proposed by bidder for Main tunnel Single track and Escape tunnel (NATM)
Effective Cycle Time Round Length Daily Weekly Monthly
(in Hrs) (in Meters) (m/day) (m/week) (m/month)
Support Class MT ET MT ET MT ET MT ET MT ET
A2
B1
B2
B3
C1
C2
C3

Summary of Advance Rates proposed by bidder for Main tunnel Double track with and without platforms
(NATM)
Effective Round Length Daily Weekly Monthly
Cycle Time (in Meters) (m/day) (m/week) (m/month)
(in Hrs)
Support Class MT MT (DT MT MT (DT MT MT (DT MT MT (DT MT MT (DT
(DT) with PF) (DT) with PF) (DT) with PF) (DT) with PF) (DT) with PF)
B2 NA NA NA NA NA
B3
C2
C3 NA NA NA NA NA

Summary of Advance Rates proposed by bidder for TBM launching and exit tunnels (NATM)
Effective Cycle Time Round Length Daily Weekly Monthly
(in Hrs) (in Meters) (m/day) (m/week) (m/month)
Support Class LT ExT LT ExT LT ExT LT ExT LT ExT
B3
C2
*LT = Launching tunnel; ExT = TBM exit tunnel; MT= Main tunnel Single track ; ET = Escape tunnel;
DT = Main track Double track tunnel; DT with PF = Main tunnel double track with single/ double platforms

Summary of advance rates proposed by bidder for Main tunnels (TBM)


Ground type Expected Additional Measures taken in to Daily Monthly (m/month)
Length in % consideration (m/day) (25 Days)
Type 1 80 Probing (2x40m) every 30m
Type 2 15 Probing (2x40m) every 30m,
Drilling and Grouting
(10 drill ports x 40m each) every 30m
Type 3 05 Probing (2x40m) every 30m, Drilling
and Grouting (20 drill ports x 40m each)
every 30m

* During TBM excavation, contractor shall prepare a shift report at the end of every shift which will include data
such as average and maximum thrust force in each cylinder at every push, TBM penetration rate, cutter head
torque etc. along with the findings of the probing and geophysical tests.
Based on the finding of such data, contractor shall recommend the type of ground for the next shift based on
additional measures to be taken into consideration for further excavation.
The recommendation shall be subject to approval of Engineer in charge whose decision shall be considered
final in this regard.

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure-9
FORM MET- 6

TBM System Form


(To be submitted during bid submission)

As part of the technical bid, contractor shall submit the below mentioned information in relation to
the Tunnel boring machine:

a) Type of intended machine and preferred machine suppliers and factory of manufacturers.
The Contractor shall propose not more than two preferred machine suppliers for the
Employer’s consideration.
b) Methodology followed for TBM selection criterion.
c) TBM manufacturer’s past records and profile as per EQC.
d) Details on proposed system to increase bore diameter and conicity of shield as per technical
specifications.
e) Details of Nominal Thrust and Torque for the proposed TBM Machine.
f) Details of Advance probing through drilling and Geophysical methods, and coring
capabilities.
g) Details of capability to install fore-poling and SDAs through Shield.
h) Detailed methodology explaining the transportation of segments from the portal to the tail
shield including the details of transport (Trains/MSVs) to be used. The methodology shall
include the capacity of such transport and the number of rings it can handle in one trip. It
should include also the cycle time and the number of the MSV/ trains to be used to achieve
the desired progress.
i) Details of the spare parts that shall be maintained throughout or part of the boring time.

SEAL AND SIGNATURE OF THE BIDDER


A&C-5 of Pk-4

Annexure-10 of A&C-5 of PK-4

RISK REGISTER Annexure-21 of Section-7 Part-B


Event Impact and Consquences Mitigation Residual Risk Allocation
Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

col(1) col (2) col (3) col (4) col (5) col (6) col (7) col (8) col (9) col (10) col (11)
A Risks during Pre-
construction stages
A1 Delayed handover of Job Site / Good Very Unlikely Delay in commencement of Moderate Medium 1. Give timely Notice to Engineer. Low Employer is responsible if Contractor is responsible if Timely Sec-5: WRQ cl
for construction drawings (<25%) works 2. Employer to Prioritize handover of JobSite, land and any delay affects activities Notice is not given. 2.18(i).a) , Sec 6:
Good for construction drawings in accordance with according to agreed work's GCC 1.9, 2.1
Contract conditions and agreed work's programme. program
3.Give timely intimation to Engineer, If encountred any
utility hinderance at job site

A2 Inaccuracy in survey & layout Very Unlikely Wrong layout of components Severe Medium Checking of survey and established permanent Low Employer is responsible if Contractor is responsible if Timely Sec 6: GCC 4.7
(<25%) benchmarks by the contractor immediately after award any revised GFC is delayed Notice is not given.
of work. and affects activities
according to agreed work's
program

A3 Unsuitability of issued Good for Very Unlikely Delay in commencement of Moderate Low Timely reporting of any discrepancy in drawings as soon Low Employer is responsible if Contractor is responsible if Timely Sec 6: GCC 1.9
Construction drawings (<25%) works as they are issued any revised GFC is delayed Notice is not given.
and affects activities
according to agreed work's
program

A4 Inadequate cashflow of Contractor Probable (>50%) 1. Delay in mobilization of Very Severe Medium 1. Demonstrate adequate cash flows for various project Low Employer is responsible if Contractor is responsible for all other Sec 6: GCC 14.2.1,
resources - Money, Machines, stages. release of any due requirements of cash flow. 14.2.2
Manpower and Materials. 2. Raise demands of advances and intrim payment advance or intrim Sec 5: WRQ Chapter-
2. Delay in finalization of certificates in a timely manner and with complete payment certioficate for 5,6
Work's Programme. documentation to the Engineer the work (executed as per
3. Delay in placement of PO the specifications)
for TBM and other Critical submitted by the
Tunnelling machinery. contractor with complete
documentation.

A5 Delay in the arrangement of land for Unlikley (<50%) 1. Delay in start of work at Severe Medium 1. Plan site layout as per demarcated land for works. Low Sec 5 2.18(i), Sec-5:
own use, power supply, Permissions site. 2. Timely Hire/Lease additional land if required.G17 WRQ (Annexure-A)
for Mining, Storage of explosives, 2. Delay in establishment of 3. Timely application for various permissions from State 1.3.22, 5.1.2
blasting, Pollution control, Batching TBM Segment casting factory. Govt. x √
plant etc. by Contractor
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

B Risks during TBM Design


and manufacturing stage
B1 Inadequate understanding of TBM Unlikley (<50%) 1. Delay in TBM design Very Severe High Measures to be taken during Tender Stage:- Low Employer will provide Sec 5: WRQ
machine design requirements approval from Engineer. 1. Understanding of TBM design requirements as per required Time extension (Annexure-D).
according to Work's Requirement. 2. Delay in placement of PO Work's Requirements by Contractor and manufacturer against delay in TBM Sec 4: Bidding form
for TBM manufacturing. 2. Contractror to hold discussions with multiple design approval. However, MET-6.
3. Delay in start of TBM manufacturers. the period taken to modify Sec 5: WRQ
excavation work and impact 3. Contrator to carry out detailed design in sufficient the design as per (Annexure D) Sub
on project progress. detail through selected manufacturer to expedite observation of the Chapter -11, 14
submission of responsive Form MET-6 during bidding Engineer shall not be
stage. counted against the period
stipulated for design
Measures during Design and manufacturing stage: - approval.
4. Submission of acceptable TBM Design form meeting
work's requirements (Sub Chapter-14 of Annexure-D) √
within 6 weeks of commencement date including any
replies, resubmissions etc and. Engineer will give
approval to secure Final TBM design by contractor
within 2 week of complete submission to the
Engineer(Sub-chapter-11 of Annexure-D) .
5. Design stage detailing and timelimes for
manufacturing strictly adhere to the contract
documents and best international practices.

B2 Delays during manufacturing/ Failure Unlikley (<50%) 1. Repetiton of Factory Moderate Medium 1. Contractor to Team with preferred TBM Supplier's Low Employer will provide Sec 6: GCC 7.3, 7.4,
of Factory acceptance tests aceptance tests. Design team from bidding stage in a professional required Time extension 7.5
2. Delay in TBM shipment and manner. against delay in inspection Sec 5: WRQ
assembly at site. 2. Contractor to carry out presentaton and workshops by the Engineer (Annexure-D).
3. Delay in start of TBM with Engineer for regular update on manufacturing.
excavation work and impact
on project progress.
3. Contrator to carry out TBM machine design
verifications, ensure complete functionality, factory

4. Delay in inspection by acceptance tests as per contract document and as per
Engineer. committed timelines considering all the variables.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

C Risks during construction


stages (Meterological,
Health and saftey and
seismological)
C1 Exceptionally Heavy rain or adverse Very Unlikely (1) Non-working conditions Moderate Medium (1) Drainage Plan to be prepared and inplemented to Low Employer is responsible if Contractor is responsible for all other Sec 7A: PCC (Part-B)
climatic conditions (<25%) leading to delay in cater for flooding conditions. road communication conditions. 8.4
construction activties. (2) Providing proper drainage at work sites. outside worksite is cutoff Sec 5: WRQ 2.17
(2) Blockage of Access routes. (3) Adequate and suitable machineries for restoration. and affects activities
(3) Flooding at jobsites outside (4) Provision of battery backup/search light at work according to agreed work's
tunnels and segment factory. sites. program inspite of
(5) Provision of a wireless communication system. maintaining minimum
(6) Paying attention to local weather warnings. material stock.

C2 Dust Pollution in Work areas, Access Unlikley (<50%) (1) Non-working conditions Moderate Low (1) Regular sprinkling of water in work areas and on Low Sec 6: GCC 4.18
roads and Dumping sites. leading to delay in access roads. Sec 5: WRQ 1.9,
construction. (2) Sprinling of water on spoil before transportation and 1.10
(2) Frequent breakdowns and cover spoil on dump trucks by tarpulin before leaving Sec 5: WRQ
increasing maintenance site. (Annexure A):
requirments of machineries.
(3) Deteriorating Health of
(3) Installation of dust isolation devices in batcing plant
and raw material stock yards.
x √ 1.3.16, 1.3.19

manpower. (4) Isolation of areas causing pollution.


(4) Stoppage of work by (5) Regular Health checkup of manpower.
governemnt authorities. (6) Regular maintenance of Machineries.
(7) Cover Spoil Trucks durign transportation.
C3 Occurrence of Seismic events Very Unlikely (1) Non-working conditions Moderate Low (1) Ensuring safety awareness and protocols for such Low Employer will provide Contractor will bear the remdial cost Sec 6: GCC 18
(<25%) leading to delay in scenarios. required Time extension for loss or damage for which contractor Sec 5: WRQ 2.17
construction. (2) Seek adequate coverage of damage through and bear remdial cost , if is responsible as per contract
(2) Damage to temporary and insurances. the event is unforseeable conditions. Employer may provide
permanent installations. (3) Mitigation plan to be prepared and implemented. and has happened even temporary cash flow measures before
after adopting adequate settlement of the claims to ensure
preventive precautions unhindered progress of works.
stipulated in agreement However, it will be the responsibility of
and as directed by the the contractor to submit proper and
Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

D Risks during construction


stages (Availability of Raw
materials)
D1 Non-availability of consruction Unlikley (<50%) Hindrance to progress of work. Severe Medium (1) Identification of suitable burrow areas before bid Low In case of non availability Contractor is responsible for all other Sec 7A: PCC (Part-B)
materials like sand, earth, fine and submission. of materials due to some conditions. 4.9
coarse aggregates, boulders (2) Timely recoupement of material reserves. Government notifications Sec 6: GCC 7.2, 7.4
(3) Obtaining approvals for multiple sources in advance. for banning of mining Sec 5: WRQ 2.18 (v)
activities etc , Employer Sec 5: WRQ
may consider payment of (Annexure-A) 3.1.4,
price differential if the 3.5
material have to be
sourced from alternative
sources than that of
existing source approved
by the Employer.

D2 Delay in supply of other construction Very Unlikely Hindrance to progress of work Moderate Low (1) Timely recoupement of material reserves. Low Contractor is responsible for all Sec 6: GCC 4.9, 7.2,
materioal (Except the material (<25%) (2) Obtaining approvals for multiple sources in advance. conditions. 7.4
covered in D1 above) at site of work. x Sec 5: WRQ
(Annexure-A) Sub-
Chapter 3
E Risks during construction
stages (Due to working in
dumping areas)
E1 Instability and improper disposal of Unlikley (<50%) (1) Stoppage of dumping Severe Medium (1) Approval of Muck management and dumping plans. Low Sec 5: WRQ
muck at Muck yards. activities. (2) Providing Stabilizing measures and Dumping the (Annexure-A)
(2) Hindrance to progress of muck in a planned manner x √ 1.2.1(xxiv), 1.2.2(x),
work 1.3.19
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

F Risks during construction


stages (Due to Logistics)

F1 Delay / Damage to TBM components Very Unlikely (1) Delay in arrival of TBM at Severe Medium (1) Conducting Route survey before Design stage. Low
during Transportation to the Jobsite (<25%) Jobsite as per agreed time (2) Take necessary steps to imporve access routes.
schedule and milestones. (3) Tailor-design dimensions and weight of various TBM
(2) Expenditure on damage compnents. x √
cost. (4) Consult specialist logistics agencies.
(5) Seek adequate Insurance cover.

F2 Delay / Damage to TBM segments Unlikley (<50%) (1) Delay in committed Severe Medium (1) Conducting Route survey and get aquainted with Low
during Transportation from Casting advance rates for TBM Traffic pattern of access routes before establishing
yard to JobSite Tunnelling. casting yard.
(2) Rejection of TBM segments (2) Plan logistics to avoid congestion period and
beyond repair. locations having bottlenecks.
(3) Expenditure on Damage (3) Tie up with specialist logistics agencies matching x √
cost. capacities required as per committed TBM tunnelling
rates.
(4) Ensure terminal facilities to ensure safe and fast
loading, unloading and stacking from stack yards.

F3 Blockade of highways and other Only during Yatra (1) Delay in arrival of resources Severe Medium (1) Plan for contingencies and maintain adequate stock Low Employer is responsible if Contractor is responsible for all other
access roads. Season and to jobsite. reserves for each resource. road is blocked for conditions.
Monsoon period (2) Plan logistics to avoid congestion period and location movement of heavy
from 1st May to having bottlenecks. vehicles and affects
1st September (3) Regular inspection of access roads and NH during activities according to
monsoon. agreed work's program
inspite of maintaining
minimum material stock.

G Risks during construction


stages (Due to TBM
Operation and
Maintenance)
G1 Mechanical/ Electrical failures of Probable (>50%) Delay in project since some Moderate Medium (1) Standarized procedures as per approved work Low Sec 5 Annexure D Cl
Tunnel Boring Machines parts of machine are not methodology must be followed. 2.2.7, 2.4.2, Cl 7
functioning. (2) Spare pars must be availaible at every time during x √
the project.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

G2 Failure of Segments grouting system Probable (>50%) Stoppage of work will lead to Moderate Medium (1) An independent generator will easily delete the risks Low Sec 5 Annexure D Cl
delay in progress associated to an eventual lack of power. 4.18
(2) To reach a proper mix design characteristics,
comprehensive studies and test must be done.
(3) To avoid improper injection pressure, alarm sensors
should be installed apart from the operational rotation
scheme.
(4) Control procedures against risks occurrence are: a)
Volumes: injected quantities must be correlated with
x √
the theoretical ringvoids b) Pressures: check whether
the final pressure is consistent to the designreference,
which is correlated to the confinement pressure c)
Check that mortar respects constantly the design
characteristics.

G3 Failure of TBM backup and service Probable (>50%) Stoppage of work will lead to Moderate Medium A good job site organization in terms of back-up, pre- Low Sec 5 Annexure D Cl
equipments installed delay in progress check all parts before starting excavation, provision and 2.2.7, 2.4.2, Cl 7
presence of a professional mechanical teamin job site,
prediction and provision of adequate amount of spare
x √
parts
G4 Failure of Muck away system Probable (>50%) Delay in project progress Moderate Medium Regular maintenance must be done in a timely manner Low Sec 5 Annexure D Cl
as recommended by TBM manufacturers. Spare parts 13.2 b (ix)
must be made availaible at every time during the x √
project.
G5 Lack of Resources Probable (>50%) Re-examine the site Moderate Medium The following are mitigations to be well-provided Low Sec 5 Annexure D Cl
organization according to possible lack of resources: organization 2.1.9, 6.6, 11.5, Cl
chart,responsibilities, and chart with flexibility for unforeseen events, 13.3 (g)
required resources during first adequatenumber of spare parts tested on factory and
stage of the work. Also the job site, segments’ accessoriessuch as sealing gaskets,
adequate supply of segments
shall be programmed.
conex, guiding rods, mortar and its various
components,instruments, market research and
x √
purchase orders, transportation, suppliersdirectly
influence the TBM namely electrical power, water and
compressed airsupplies.

H Risks during construction


stages (During excavation
due to ground)

H1 Variation in distribution of Support Very Unlikely (1) Variation in rate of Moderate Low (1) Contractor shall commit progress rates expected in Low Employer will provide Contractor will be responsible for Sec7A: PCC 8.4
sections (NATM)/ Ground types (<25%) progress for Tunnelling. different ground types for NATM/TBM tunneling as per required Time extension if probe boring and accordingly arrange Sec 5: WRQ Cl 2.14
(TBM) GBR. adverse class(es) of rock is type of support required to be Sec 5: WRQ
(2) Time will be recalculated according to type of encountered as compared provided to avoid delay. (Chapter-8)
Support Section/Ground Type and committed advance to expected rock class(es)
rates. given in the bidding
documents. Payment shall
be made as per type of
support section provided,
as per direction of the
Engineer.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

H2 Squeezing in ground or Ground Very Unlikely (1) Increase in thrust and Severe Medium (1) Continous monitoring of thrust and Torque Low Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
pressure to the shield (<25%) Torque power requirements of requirements of TBM, Records of Probe drilling and required Time extension for loss or damage for which contractor 2.1.10, Cl 2.3.6, Cl
TBM. Geophysical tests. Monitoring of deformations in NATM and bear remdial cost , if is responsible as per contract 2.4.1, Cl 13.13 and
(2) Enlargement of excavated Tunneling. Sharing data and Timely notification of any the event is unforseeable conditions. Employer may provide Cl 13.17 and GCC Cl
Tunnel Dimension. alarming observation to the Engineer. and has happened even temporary cash flow measures before 18
(2) Shimming of periphery cutters, installation of after adopting adequate settlement of the claims to ensure
additional guage cutters and offsetting of cutterhead preventive precautions unhindered progress of works.
for enlargement of tunnel excavation. stipulated in agreement However, it will be the responsibility of
(3) Carrying out Pre-excavation grouting as per direction and as directed by the the contractor to submit proper and
of Engineer. Engineer. timely claims to the insurance company
(4) Installation of Lining stress controllers in NATM and follow up recovery of the cost.
Tunneling. Failure to recover the cost within a
(5) Pre-determination and mutual agrement of TBM reasobale period, the Employer shall be
stand still areas to Keep the shield under constant entitled to recover the cost so incurred.
movement through weak zones.
(6) Availbility of thrust forces higher than design thrust
force for TBM segment.

H3 The occurrence of sudden loose fall, Very Unlikely (1) Delay in construction Moderate Low (1) Carry out Probe drilling and Geophysical tests and Low Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
Chimney Formation, Flowing ground, (<25%) intrepret the data and share record with Engineer. required Time extension for loss or damage for which contractor 2.1.10, Cl 2.3.6, Cl
collapse at face and sudden water (2) Adoption of ground strengthening measures before and bear remdial cost , if is responsible as per contract 2.4.1, Cl 13.13, Cl
inrush conditions exavation as derected by Engineer. the event is unforseeable conditions. Employer may provide 13.16 and Cl 13.17 ,
and has happened even temporary cash flow measures before Sec 5 Annexure A Cl
after adopting adequate settlement of the claims to ensure 4.3, Cl 4.4, Cl 8.12.2
preventive precautions unhindered progress of works. (iv), 8.13 and GCC
stipulated in agreement However, it will be the responsibility of Cl 18
and as directed by the the contractor to submit proper and
Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

H4 Emission of Harmful/ Combustible Very Unlikely (1) Non-working conditions Mild Low (1) Provision of detection systems should be in place. Low Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
gases (<25%) (2) Damage due to explosion (2) Provision of effective ventilation/exhaust system. required Time extension for loss or damage for which contractor 4.22 and GCC Cl 18
(3) Delay in Tunelling progress. (3) Keeping arrangement of oxygen cylinders and other and bear remdial cost , if is responsible as per contract
measures. the event is unforseeable conditions. Employer may provide
and has happened even temporary cash flow measures before
after adopting adequate settlement of the claims to ensure
preventive precautions unhindered progress of works.
stipulated in agreement However, it will be the responsibility of
and as directed by the the contractor to submit proper and
Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.

H5 Ground collapse at tunnel shield tail Very Unlikely (1) Reduced progress of Moderate Low (1) Facility of Gap grout system using fluid gap grout by Low Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
(<25%) Tunneling. close contact between lining and ground by full filling of required Time extension for loss or damage for which contractor 4.18, Cl 13.13 and Cl
the gap. and bear remdial cost , if is responsible as per contract 13.17 and GCC Cl
the event is unforseeable conditions. Employer may provide 18
and has happened even temporary cash flow measures before
after adopting adequate settlement of the claims to ensure
preventive precautions unhindered progress of works.
stipulated in agreement However, it will be the responsibility of
and as directed by the the contractor to submit proper and
Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.

H6 Sinking tendency of TBM in weak Very Unlikely Delay in construction Severe Medium (1) Deployment of experienced TBM operator for Low Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
soils (<25%) supervision of TBM Operational data, advance probing required Time extension for loss or damage for which contractor 4.20
data and alignment control. and bear remdial cost , if is responsible as per contract
(2) Individual control of the thrusters by increasing the the event is unforseeable conditions. Employer may provide
forces in the invert bringing up the machine to the and has happened even temporary cash flow measures before
correct position. after adopting adequate settlement of the claims to ensure
(3) Improving of the guiding mechanism by controlling preventive precautions unhindered progress of works.
the thrusters providing a force middle point. stipulated in agreement However, it will be the responsibility of
(4) Ground improvement in the invert area by injections and as directed by the the contractor to submit proper and
with installed drilling rig. Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

H7 Overstressed TBM Segment lining Very Unlikely (1) Reduced progress due to Severe Medium (1) Carry out Probe drilling and Geophysical tests and Medium Employer will provide Contractor will bear the remdial cost Sec 5 Annexure D Cl
due to high ground water pressure (<25%) adoption of additional interpret the data and share record with Engineer. required Time extension for loss or damage for which contractor 2.1.10, Cl 2.3.6, Cl
measures (2) Installation of check valves at the bottom of the and bear remdial cost , if is responsible as per contract 2.4.1, Cl 4.19, Cl
lining. the event is unforseeable conditions. Employer may provide 13.13 and Cl 13.17
(3) Arrangements of Draining out the infiltered water. and has happened even temporary cash flow measures before and GCC Cl 17.3 (h),
(4) Pre-excavation grouting to control the water after adopting adequate settlement of the claims to ensure and GCC Cl 18
pressure acting directly on Segments. preventive precautions unhindered progress of works.
stipulated in agreement However, it will be the responsibility of
and as directed by the the contractor to submit proper and
Engineer. timely claims to the insurance company
and follow up recovery of the cost.
Failure to recover the cost within a
reasobale period, the Employer shall be
entitled to recover the cost so incurred.

I Risks during construction


stages (Due to segmental
lining and support
Installation)
I1 Segments Very Unlikely The consequences could affect Moderate Medium Strict procedure of installation, continuous control of Low Sec 5 Annexure D Cl
geometrical (<25%) the stresses on the concrete the segment injection operations and applied pressure, 5.4 (12)
wrong and/or the reinforcement and maximum care as regards mechanical operations,
installation the watertightness of the quality control of conex elements and on concrete
lining along the joints. resistance, experienced follow up team and designers.
Special actions such as special mixes for segment
x √
grouting or installation of steel ribs are to be taken if
necessary.

I2 Ring ovalization Very Unlikely Abnormal ground behavior or Severe Medium A general mitigation measure (modification of the Low Employer will provide Sec 5 Annexure D Cl
(<25%) asymmetrical confinement injectionscheme) shall be implemented. From the other required Time extension 5.4 (12)
could bring some section to hand, again, the respect of the operating procedures – and remdial cost, if the
figures that reach and in this case applied to the mortar characteristics event is unforseeable and
overpass the pre defined (including capability to avoid pipescloggage and mortar has happened even after
thresholds deformation washout in the presence of water) – corresponds to the adopting adequate √
values. This may lead to delay sole condition to keep this risk into low levels. Designer preventive precautions in
in progress of works must be informed in such scenarios. agreement with the
Engineer

I3 Lining ring floating Very Unlikely Delay in commencemet of Severe Medium A general mitigation measure (modification of the Low Employer will provide Sec 5 Annexure D Cl
(<25%) works injectionscheme) shall be implemented. From the other required Time extension 5.4 (12)
hand, again, the respect of the operating procedures – and remdial cost, if the
in this case applied to the mortar characteristics event is unforseeable and
(including capability to avoid pipescloggage and mortar has happened even after
washout in the presence of water) – correspondsto the adopting adequate √
sole condition to keep this risk into low levels. Designer preventive precautions in
must be informed in such scenarios. agreement with the
Engineer
A&C-5 of Pk-4

Event Impact and Consquences Mitigation Residual Risk Allocation


Reference to
Event Likelihood of Magnitude of Initial Residual Tender
Event or Hazard Potential Impact Mitigation measures Employer Contractor
No. occurrence consequences Risk Risk documents

I4 Water inflow through TBM segments Very Unlikely (1) Replacement of segment. Severe Medium (1) Experienced team for Segment installation with good Low Employer will provide
(<25%) (2) Delay in TBM Tunneling. supervision. required Time extension
(2) Supervision of gasket installation in the TBM and remdial cost, if the
Segment plant. (3) In case the segments may not be event is unforseeable and
replaced, the water inflow must be stopped with has happened even after
injection through the segments wit proper injection adopting adequate √
material (chemical). preventive precautions in
agreement with the
Engineer

I5 Segments Overstress Very Unlikely Delay in construction and non Severe Medium Monitoring team will interfere immediately with the Medium Employer will provide Sec 5 Annexure D Cl
(<25%) working conditions follow upteam to follow the development of the required Time extension 5.4 (12)
instruments’ measures in case they start to reach values and remdial cost, if the
higher than foreseen. In case this process will not stop, event is unforseeable and
the designer shall be informed and,jointly with the has happened even after
project management corrective actions could be adopting adequate
undertaken.The most immediate will consist in preventive precautions in
reinforcing that cross section by means of steel ribs.
Eventually, as a limit counter measure,localized
agreement with the
Engineer

consolidation grouting could even be carried out,by
drilling through the lining and injecting cement based
contentsin order to improve the soil characteristics in
that area.

K Risks during construction


stages (Miscellaneous)
K1 Interfacing between the contractors Unlikley (<50%) Delay in Project completion Severe Medium Proper co-ordination and effective management with Low
other agencies √ √
K2 Insolvency of the contractor Unlikley (<50%) Decrease in performance and Very Severe Medium Keeping a close monitoring on the assets and spendings Low
unstable financial standing so as to avoid any situation that may cause the problem
of insolvency
x √
K3 Breakdown of machinery, water and Probable (>50%) Delay in construction Severe Medium Periodical checkup/maintenance of machinery and Low
air lines, batching plant etc. keeping standby arrangements. x √
K4 Cause a permanent damage on the Unlikley (<50%) Closure of site / stoppage of Severe Medium Following mitigation measures for environment Low If any notice is received by
environment including possible land, work protection during construction. the Employer from the
water or air pollution and damage to Effective planning of the location of facilities on the statutory authorities
flora and fauna work sites against any violation of
norms the Employer shall
recover the cost √
demanded by the
authorities from
contractor bills and pay to
the authoroties.
K5 Health and safety of workers, Unlikley (<50%) Closure of site / stoppage of Severe Medium Following safety rules during construction. Low
including personal injury and, in the
extreme loss of life
work Effective management of work sites.
Counselling, Mock Drills, safety audits.
x √
A&C-5 of Pk-4

Annexure – 11
(Section-5: Works Requirements)

2.14 Tentative scheduling of major works:


Completion period of work has been divided into two sections as defined in the Section 7A: Contract
data. The Milestones and their Tentative Key Dates for the Section are given in the Table below along
with respective sub activities. The contractor during submission of bid or subsequently during
execution shall adhere to the Milestones defined in Table below. The contractor shall mobilize
adequate resources to meet these milestones and completion periods of the Sections.

Abbreviations:
T8 = Tunnel 8 UL=Up-line P1 = Portal 1 MT = Main Tunnel EM = Electromechanical contractor.
VS=Ventilation/Construction shaft DL=Downline P2 = Portal 2 ET = Escape Tunnel BLT = Ballast less contractor.
KD= Sub Activities ML= Milestone
Section-1 (Completion Period 60 Months)
Activity ID Stage Key Dates Length Period
(Month ending from (m) (Months)
date of
commencement)
ML01 Excavation for Part Tunnels 8 (Drill and Blast) 20 700
Excavation from T8P1
Slope stabilization and T8P1 (ET) completed and ET
KD01-A 04
excavation begins from T8P1 towards T8P2
Slope stabilization and T8P1 (MT) completed and MT UL
KD01-B 05
excavation from T8P1 towards T8P2 begins
KD01-C Completion of ET and beginning of excavation of MT DL 14
Completion of NATM portion of the DL and UL from T8P1 till
KD01-D TBM launching portion and commencement of casting of TBM 20
Launching bed.
ML02 Excavation for Part Tunnels 8 (TBM) 55 11146
KD02-A Placing order for TBMs manufacturing 0.5
KD02-B Factory acceptance of TBMs and ready to ship 16
KD02-C Arrival of TBM at Indian Sea port 18
KD02-D Transport and assembly of TBMs to T8P1 20
KD02-E Transfer of TBMs to launching position ready to bore 23
Completion of excavation and lining of 50% of the length
KD02-F 38
(Combined UL and DL) of bored tunnels
Completion of excavation and lining of 100% of the tunnel
KD02-G 52
length -8 till TBM breakout point.
TBM dismantling and clearing the tunnel no. 8 from TBM
KD02-H 55
equipment and backup assembly
ML03 Final Lining of Tunnel-8 (Part) and Escape tunnel 60 11146
KD03-A MT (DL and UL) and ET lining complete 56
Excavation of cross passages, niches and other structures
KD03-B 58
complete
MT and ET invert structure complete including lining of cross
KD03-C 59
passages, niches and other structures
KD03-D Handing over of MT to BLT team 60
KD03-E Handing over of ET and Technical rooms to EM 60
Completion of Embankment upto Formation Level
ML04 24
including slope stabilisation
KD04-A From Km 47+360 to 48+180
A&C-5 of Pk-4

Section-2 (Completion Period 52 Months)


Activity ID Stage Key Dates Length Period
(Month ending (m) (Months)
from date of
commencement)
ML05 Excavation for Part Tunnel 8 (UL and DL) and Escape tunnel 48 3435
Excavation between T8P2 and Ventilation Shaft
Slope stabilization and T8P2completed and ET excavation begins from
KD05-A 5
T8P2
Slope stabilization and T8P2completed and MT UL excavation from
KD05-B 5
T8P2 begins
KD05-C Completion of ET and beginning of excavation of MT DL 21 1056 15
Completion of DL excavation and support as per contract requirements
KD05-D (including cross tunnel between UL and DL) all cross passages, niches 30 429 09
etc. and all other structures
Completion of UL excavation and support as per contract requirements
KD05-E (including cross tunnel between UL and DL) all cross passages, niches 40 1485 (UL) 35
etc. and all other structures
Excavation from Ventilation Shaft towards T8P1
KD05-F Mobilization of machinery and Beginning of VS excavation 5
Completion of VS and connection tunnel and beginning of MT DL and
KD05-G 8 27m+25m 3
MT UL from VS
Completion of UL and DL excavation and support as per contract 1950
KD05-H 46 38
requirements including all the niches and other structures (UL & DL)
ML06 Final Lining of Tunnel-8 (UL and DL) and Escape tunnel 52 3435
1056 (ET)
KD06-A ET(DL)and MT (UL) lining start 30
3435(MT-UL)
KD06-B MT (DL) lining start 36 2379(MT-DL)
MT (UL and DL) and ET (DL) lining complete including
KD06-C ventilation/cum construction shaft lining and all associated 48
structures.
KD06-D MT and ET invert structure complete 50
KD06-E Handing over of MT and ET to BLT or to Package 4 team 52 3435
Completion of Embankment up to Formation Level including
ML07 18
slope stabilisation
KD07-A From Km 62+165 to 62+580 (Cutting and slope stabilization) 12 415 12
KD07-B From Km 62+165 to 62+580 (Embankment filling and finishing) 18 415 6

(Note: The key dates define the ending of activity (unless explicitly defined in description of the activity).
The monthly advance rates at maximum foreseen excavation drive lengths from any Tunnel portal
according to tentative work’s programme are as given below: -

Summary of Advance Rates proposed by for Main tunnel Single track and Escape tunnel (NATM)
Effective Cycle Time Round Length Daily Weekly Monthly
(in Hrs) (in Meters) (m/day) (m/week) (m/month)
Support Class MT ET MT ET MT ET MT ET MT ET
A2 10 8 2.5 2.5 6 7.5 42 52.5 168 210
B1 12 9.6 2.0 2.0 4 5.0 28 35 112 140
B2 13 9.6 1.5 1.5 2.75 3.75 19.3 26.25 77 105
B3 14.5 10.5 1.2 1.2 2.0 2.75 14 19.25 56 77
C1 16 11 1.0 1.0 1.5 2.25 10.5 15.75 42 63
C2 20 12 1.0 1.0 1.2 2.0 8.4 14 33.6 56
C3 24 16 1.0 1.0 1.0 1.5 7 10.5 28 42
A&C-5 of Pk-4

Summary of Advance Rates proposed by Employer Main tunnel Double track with and without platforms (NATM)
Effective Cycle Round Length Daily Weekly Monthly
Time (in Meters) (m/day) (m/week) (m/month)
(in Hrs)
Support Class MT MT (DT MT MT (DT MT MT (DT MT MT (DT MT MT (DT
(DT) with PF) (DT) with PF) (DT) with PF) (DT) with PF) (DT) with PF)
B2 15.5 - 1.3 - 2.0 - 14 - 56 -
B3 16 24 1.0 1.0 1.5 1.0 10.5 7 42 28
C2 24 32 1.0 1.0 1.0 0.75 7.0 5.25 28 21
C3 - 32 - 1.0 - 0.75 - 5.25 - 21

Summary of Advance Rates proposed by Employer for TBM launching and exit tunnels (NATM)
Effective Cycle Time Round Length Daily Weekly Monthly
(in Hrs) (in Meters) (m/day) (m/week) (m/month)
Support Class LT ExT LT ExT LT ExT LT ExT LT ExT
B3 14.5 16 1.2 1.0 2.0 1.5 14 10.5 56 42
C2 20 24 1.0 1.0 1.5 1.0 10.5 7.0 42 28
*LT = Launching tunnel; ExT = TBM exit tunnel; MT= Main tunnel Single track; ET = Escape tunnel;
DT = Main track Double track tunnel; DT with PF = Main tunnel double track with single/ double platforms

Summary of advance rates proposed by Employer for Main tunnels (TBM)


Ground type* Expected Additional Measures taken in to Daily Monthly (m/month)
Length in % consideration (m/day) (25 Days)

Type 1 80 Probing (2x40m) every 30m 16m/ 400


day
Type 2 15 Probing (2x40m) every 30m, 12m/ 300
Drilling and Grouting (10 drill ports day
x 40m each) every 30m
Type 3 05 Probing (2x40m) every 30m, 8m/ day 200
Drilling and Grouting (20 drill ports
x 40m each) every 30m

*During TBM excavation, contractor shall prepare a shift report at the end of every shift which will include
data such as average and maximum thrust force in each cylinder at every push, TBM penetration rate,
cutter head torque etc. along with the findings of the probing and geophysical tests.
Based on the finding of such data, contractor shall recommend the type of ground for the next shift based
on additional measures to be taken into consideration for further excavation. The recommendation shall
be subject to approval of Engineer in charge whose decision shall be considered final in this regard.

The above time presents the required monthly advance considering all support measures required
to be installed according to tunnel drawings and expected geological conditions. Above scheduling
has been prepared considering two shifts in a day. Also, 5 days per month for TBM intervention/
TBM maintenance time are considered. The TBM intervention time is irrespective of the ground
conditions and calculated on the overall average. The scheduled rests of 2 days per month is
expected to overlap within the intervention / TBM maintenance time.
A&C-5 of Pk-4

Annexure – 12
(Section-5: Works Requirements)

5.7
(iv) The experience requirement can be relaxed by concerned CPM if he is satisfied with reasons put forth
by the contractor for failure to deploy personnel with requisite qualification and experience and he also
finds the proposed personnel otherwise suitable for the job in the following manner;

a) Project Manager (TBM) - With a penalty of Rs. 1500 per person per day for Per year relaxation of
experience requirements between 07-10 years (Part year relaxation will be counted as one
complete year) in TBM tunneling in the capacity of project in charge/one level below in charge or
both and equivalent penalty for having executed two (instead of three) TBM projects in the
capacity of project in charge/one level below in charge or both.

b) Project Manager (NATM) - With a penalty of Rs. 1500 per person per day for Per year relaxation
of experience requirements between 07-10 years (Part year relaxation will be counted as one
complete year) in NATM tunneling in the capacity of project in charge/one level below in charge
or both and equivalent penalty for having executed two (instead of three) NATM tunneling in the
capacity of project in charge/one level below in charge or both.

c) Tunnel construction Manager (NATM) - With a penalty of Rs. 1000 per person per day for per
year relaxation of experience requirements between 04-07 years for Graduate (Part year
relaxation will be counted as one complete year) in NATM tunneling and 07-10 years for Diploma
(Part year relaxation will be counted as one complete year) in NATM tunneling.

d) Tunnel construction Manager (TBM) - With a penalty of Rs. 1000 per person per day for Per year
relaxation of experience requirements between 04-07 years for Graduate (Part year relaxation
will be counted as one complete year) in TBM tunneling in the capacity of project in charge/one
level below in charge and 07-10 years for Diploma (Part year relaxation will be counted as one
complete year) in TBM tunneling in the capacity of project in charge/one level below in charge.
A&C-5 of Pk-4

Annexure-13

ANNEXXURE-D
(Technical Specifications for TBM
Tunnelling)

Sub- Description
Chapter
1 General Requirements
2 TBM selection criteria, specific requirements and suggested scope
and delivery schedule of supply of TBM
3 Basic Tunnel Information
4 Minimum TBM specifications required
5 Pre-cast Lining Segments
6 On Site Buildings and Equipment
7 Quality Control
8 Geological and Geotechnical Investigation Works
9 Laboratory Tests
10 In-situ Tests
11 Documentation for Manufacturing, Testing, Operation and
Maintenance of TBM
12 Progress Reports
13 Measurement and payment for Tunneling through TBM
14 TBM DESIGN FORM
A&C-5 of Pk-4

Annexure-14
(Annex-D of Section-5: Works Requirement)
SUB CHAPTER-1

1. GENERAL REQUIREMENTS
1.1. The Contractor shall deploy two number of single shied Tunnel Boring Machines TBMs in robust
and sound condition, complete with all back-up equipment and spares to compete the Works within
the Key Dates and completion time as per the requirements but not limited to, given in the
specifications under various sub-chapters.

1.2. The Tunnel Boring Machines should have, as a minimum, the following facilities:
(i) Tunnel shields supplied by the Contractor shall be truly circular, strong enough to avoid
distortion during driving, and suitable for building the tunnel linings as shown on the
Approved Drawings.
(ii) The Contractor shall supply, erect, drive, maintain, dismantle and remove the shields,
which shall remain the property of the Contractor upon completion.
(iii) The machine design shall make adequate provision for the safety of the Workmen and the
application of safe methods of tunneling.
(iv) The machines shall be shop manufactured in units of convenient size, suitable for field
erection, dismantling and reassemble under the site conditions of the Contract.
(v) The machines shall be of suitable design, capable of efficient excavation and installation
of support, meeting the desired requirements for expected geological, site, ground and
hydro-geological conditions and Contract time schedules.
(vi) The machines shall be equipped with shove rams of sufficient capacity to move it through
all materials/ground conditions encountered, to the lines and grades as applicable for the
Works under the Contract. The rams shall be capable of simultaneous and individual
actuation, controllable individual pressure and variable extension.
(vii) Rams shall be fitted with proper shoes so placed that the reaction of the rams will be safely
distributed against the tunnel linings.
(viii) The machines shall be equipped with a tunnel lining erector system capable of placing
each lining segment safely into its final position along the periphery of the ring being
erected.
(ix) The machine design shall permit removal of the structure from within the skin that may be
left in place at the completion of the tunnel drive.
(x) During the tunneling operation, the Contractor shall provide and maintain CCTV systems
with 2 cameras placed strategically within the tunnels. The CCTV system shall be linked to
the office of the Engineer and the 2 cameras shall move in tandem with the shield.
(xi) Hand held extinguishers should be sited at suitable locations on the shield and the shield
back up.
(xii) The Contractor shall use a hydraulic oil in the machines which will minimize to the utmost
the risk of an oil fire.
(xiii) The Contractor shall provide a backup power supply system for tunneling machines and
emergency case hydraulic pressure control systems.

1.3. DEFINITIONS
(i) “Shield” is defined as a tunneling machine comprising a cylinder of metal that is forced
forward through the ground and which protects those working within it who are excavating
the ground at the leading edge. The tunnel lining, made of segments, will be erected in the
tail of the shield within the “Tail-skin”. The shield will house thrust rams at the periphery
which force the shield forward by jacking from the last completed ring of segments.
A means of excavation is mounted within the shield.
A&C-5 of Pk-4

(ii) “TBM” (Tunnel Boring Machine) is a machine comprising excavating machinery that is
integral with the shield and which excavates the full tunnel profile.
(iii) “A closed face TBM” consists of a shielded TBM where the cutter head can rotate within
an enclosed chamber, which can be pressurized to provide support to the ground and
hydrostatic pressure encountered. This is a pressurized closed face machine. If the
chamber is not pressurized but allowed to remain at atmospheric pressure it is an
unpressurised closed face machine
(iv) “An open face TBM” is defined as a shielded TBM where there is no pressure chamber
or bulkhead and the material is loaded onto a conveyor at atmospheric pressure
(v) “Commissioning” refers to the first 300 meters of tunnel construction during which the
equipment is first tested under load and all the operating systems and instrumentation can
be tuned and set up correctly.
(vi) Bore diameter: Bore diameter is the excavation diameter of the TBM (with new disc
cutters).
(vii) Over cut: Overcut is the difference between half the bore diameter and half the front shield
outside diameter.
(viii) Extended Overcut: Extended overcut is half the difference between bore diameter and
bore diameter with shifted gauge cutters.
A&C-5 of Pk-4

Annexure -15
Annex-D to Section-5: Works Requirements
(Sub-Chapter-5: Precast Lining Segments)

5.5 Submittals
Within 90 days of Date of commencement, submit the following:
1) Name and location of the mould, dowel, and gasket manufacturers
2) Location of segment pre-casting facility
3) Names and experience of personnel directly managing the production, and list of comparable
tunnel projects and names and telephone numbers of client contacts where the manufacturer’s
products have been used.
4) Shop Drawings for each type of segment showing complete details of molds, reinforcement,
mechanical joint connection assemblies, joint reliefs, gasket grooves, gaskets, inserts and
accessories necessary for manufacture, transportation and erection. No segments shall be
cast until Shop Drawings are reviewed by the Construction Manager.
5) DELETED.
6) Written certification from the precast concrete segment manufacturer indicating full and
complete design coordination between the TBM manufacturer and the precast concrete
segment manufacturer. Include a written certificate by both manufacturers affirming the
compatibility of the TBM and the liner systems, with particular reference to geometry and TBM
applied thrust.
7) The taper of each type of precast concrete ring, with calculations demonstrating adequacy for
fitting the alignment shown on the Contract Drawings. Submit Shop Drawing indicating
locations of maximum and minimum ring width in relation to key segment.
8) Provide details of the computer program, methods and parameters, to be used for selecting
the type and orientation of each ring to be delivered to the TBM and assembled.
9) Material specifications for components of joint connection systems and specification
describing pullout capacity and material properties of the assemblies.
10) Name, certificates, qualifications, and record of experience:
a) Mold Manufacturer
b) Gasket Manufacturer
c) Precast Concrete Manufacturer
d) Independent Testing Laboratory(s)
e) Joint Connection System Manufacturer
11) Work Plans and Procedures:
a) Detailed description of quality control and quality assurance procedures for
manufacturing, casting, curing, identification, handling, transporting, delivering,
storing, stacking, erecting, and repairing segments. Include procedures to control
shrinkage and temperature cracking of segments.
b) Calculations demonstrating capability of mold to provide rigidity and strength required
to maintain manufactured and construction dimensions and tolerances specified.
c) Gasket manufacturer’s quality control plan ensuring consistency of gasket material,
dimensions, and installation.
d) Detailed design for segment lifting and handling devices. Allow for complete removal
of lifting and handling devices intruding into tunnel space. Lifting and handling devices
includes all devices used for handling segments in tunnel, in shaft and at shaft top.
e) Layout of facilities for casting, curing and storing segments. Provide calculations
demonstrating required strength and time at which segments can be safely demolded
without causing damage.
f) Details of joint connections for pullout capacity testing.
g) Details of tolerance measurement system, including equipment details, master and
working template configurations and layout, types and numbers of gauges, calipers,
theodolites, and other equipment used to determine accuracies.
h) Detailed description for application and repair method of the segment waterproof
coating and the trial application to verify its compliance with the Specification.
12) Samples of Contractor proposed items:
a) Gasket: 1.5 meter and three corner assemblies.
A&C-5 of Pk-4

b) Adhesive: 500 ml of each type proposed.


c) Lifting/grouting insert assembly: Two each.
d) Compression packing: 1 meter
e) Radial and circumferential joint connector assemblies: Two each
f) Reinforcement spacers and chairs: Three each.
g) Waterproof coating: 1-pint of each type proposed.
h) Gasket lubricant: 1-pint of each type proposed.
i) Crack sealing resin: 1-pint of each type proposed.
13) Manufacturer’s product data and material safety data sheets.
14) Gasket Performance: Submit a report demonstrating that the proposed gasket, gasket groove,
and surrounding concrete meet the specified criteria for the design life of the structure. The
report shall additionally include a list of substances known to be deleterious to the gasket,
together with an analysis of the risk of contact with such substances.
15) Segment repair procedures, which shall include descriptions of the type, location, and extent
of the damage, and their associated repair procedure, or basis for rejection of segments.
16) Concrete mix design and test data, shall be approved by the Construction Manager.

17) 30 days prior to the commencement of segment casting, submit the following:
a) Notice that segment production plant is ready for Construction Manager Inspection, prior
to segment production.
b) Notice of start of trial liner assembly prior to that assembly.
c) Documented substantiation of competence in the application of epoxy coating material,
prior to production application.
A&C-5 of Pk-4

Annexure-16
Annex-D to Section-5: Works Requirements
(Sub-Chapter-5 : Precast Lining Segments)
5.9. Execution
4) Segment Casting
a) Segment production shall meet the requirements of submitted and reviewed quality
control and quality assurance plan, and of PCI MNL-116 or similar.
b) Produce segments under controlled plant conditions with production areas protected
against rain, dust, and direct sunlight. Protect all concrete from hot and cold weather
and rapid temperature changes at all times during production.
c) Consolidating: ACI 309. Consolidate concrete into complete contact with moulds and
embedded items. Consolidate concrete adjacent to side forms and along the entire
length of forms to ensure a smooth surface finish after stripping of moulds.
d) Surface Finishes:
i. Formed Surfaces: Smooth form finish. Ensure that the maximum local
irregularity on formed surfaces does not exceed a rounded protrusion of 0.5mm
above the general concrete surface form.
ii. Outside Face (Extrados): Finish segments by steel float with only the minimum
of surface working being employed, consistent with the requirement to achieve
a smooth level uniform surface and free from blemishes. The local maximum
irregularity shall be a rounded protrusion of 1.5-mm above the general surface.
e) Keep a record of all the units cast in each mould. Withdraw from service any mould
that becomes distorted or that casts out-of-tolerance segments until it is proved to be
corrected to the satisfaction of the Construction Manager.
f) Check reinforcement cages and other embedment within each mould prior to casting.
g) Following tolerances shall be considered while segments casting:

SN Description Tolerances
1. Longitudinal Joints Tolerances (Based on the load transfer surface)
1.1. Longitudinal Joint Deformation +/- 0.3 mm
1.2. Angular Deviation of the longitudinal joint +/- 0.5 mm
1.3. Addition rule of 1.1 and 1.2 +/- 0.6 mm
2. Overall segment deviations (based on the median plane)
2.1. Segment Width +/- 0.5 mm
2.2. Segment Thickness +/- 3.0 mm
2.3. Segment Arch Length +/- 0.6 mm
2.4. Inner radius of each segment +/- 1.5 mm
2.5. Difference of the diagonal length of a segment to the target +/- 1.0 mm
length
2.6. Vertical spacing of the fourth segment corner from the +/- 5.0 mm
plane formed by the other three corners
3. Sealing Groove
3.1. Sealing groove width +/- 0.2 mm
3.2. Sealing groove depth +/- 0.2 mm
3.3. Position of sealing groove axis +/- 1.0 mm
4. Flatness of the contact zones
4.1. Longitudinal and ring joint +/- 0.3 mm
A&C-5 of Pk-4

5. Tolerances on the entire segment ring


5.1. Outside diameter +/- 10 mm
5.2. Inside diameter +/- 10 mm
5.3. Outer circumference (measured at three heights) +/- 30 mm
6. Position of the fixing components
6.1. Erector cones +/- 2.0 mm
6.2. Spiral pockets and bushings +/- 1.0 mm
A&C-5 of Pk-4
Volume-II_Revision-1

RVNL Office Building, Opposite GST Bhavan


Next to GMVN, Shyampur Bypass Road,
Rishikesh-249201, Uttarakhand, India
Telefax: 0135-2442008 e-mail: himansu.badoni@rvnl.org

Volume-II
Revision-1

(Financial Proposal)

For

“CONSTRUCTION OF TUNNELS, FORMATION, CONSTRUCTION SHAFT


AND OTHER ANCILLARY WORKS FROM CHAINAGE 47+360 to 63+117 KM
(FLS) WITH NATM AND TBM UNDER PACKAGE-4 IN CONNECTION WITH
NEW BG LINE BETWEEN RISHIKESH AND KARANPRAYAG (125KM) IN
THE STATE OF UTTARAKHAND, INDIA.”

IFB No: RVNL/RKSH-KNPG/TENDER/TUNNELS/PK4 Date: 26.02.2020

July 2020

Corporate Office

RAIL VIKAS NIGAM LIMITED


First floor, August Kranti Bhavan,
Bhikaji Cama Place, New Delhi – 110 066
Tele : + 91-11-26738195 , Fax : + 91-11-26182957, web : www.rvnl.org
A&C-5 of Pk-4
Volume-II_Revision-1

Bill of Quantities
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the Instructions to
Bidders, General Conditions, Particular Conditions of Contract, Works
Requirement (Technical Specifications, and Drawings).

2. The quantities given in the Bill of Quantities are estimated and provisional and
are given to provide a common basis for bidding. The basis of payment will be
the actual quantities of work ordered and carried out including spares to be
handed over to Railway, as measured by the Contractor and verified by the
Engineer and valued at the rates and prices tendered in the priced Bill of
Quantities, where applicable, and otherwise at such rates and prices as the
Engineer may fix within the terms of the Contract. If any quantities which
have been supplied by the contractor and paid by RVNL are determined to
be surplus by the Engineer (except those quantities which become surplus
due to change in planning/scheme by Railway/RVNL) during the progress of
the work or at the completion of the work, shall be taken back by the
contractor, and the payment made for such materials shall be recovered from
the pending claims. The materials which have become surplus due to change
in planning/scheme by Railways/RVNL and are still in usable condition
shall be taken over by RVNL and any part payment still to be made shall be
released to the contractor.

3. In the Bill of Quantities, quantity and unit rates and thereby the amount against
each item have been indicated. From this, the estimated price of each bill has
been worked out and indicated in the summary sheet in BOQ. The Bidder shall
quote rates as percentage above/below/at par for each Bill in the summary
sheet of E-Tendering Portal. If no percentage as above, below or at par is
indicated for any particular bill, the same will be considered as percentage at
par.

4. The rates for each bill shall be indicated in figures, while clearly indicating
whether the percentage quoted is above/below/at par over the estimated rate
in the respective columns.

5. General directions and descriptions of work and materials are not necessarily
repeated or detailed in the Bill of Quantities. References to the relevant
specifications and sections of the contract documentation should be made
before quoting rates in the Bill of Quantities.
6. The rates and prices Bid in the priced Bill of Quantities shall, except as
otherwise provided under the Contract, include all construction equipment,
plant, labour, supervision, materials, erection, maintenance, insurance, profit,
royalty, octroi, taxes and duties, together with all general risks, liabilities and
obligations set out or implied in the Contract.
A&C-5 of Pk-4
Volume-II_Revision-1

7. The rates are deemed to be inclusive of all lead (except as otherwise specifically
provided in the description of the particular item), lifts, ascend, descend,
handling, re-handling crossing of nallah/streams/tracks any other
obstructions.

8. All enabling works for executing the work e.g. approach road to site (unless
specifically mentioned), launching arrangements, procuring right of way,
arrangement of water and electricity etc is to be arranged by the contractor at
his own cost and deemed to be included in the quoted rates.

9. Storage of Material: All the material at site will have to be properly stacked &
stored so as to facilitate inspection. The material should be properly protected
from the detrimental effects of nature and fire, theft etc. The contractor shall be
responsible for watch & ward and any loss or deterioration on account of above
shall lead to rejection of material and contractor has to replace the same at his
own cost.

10. The method of measurement of completed work for payment shall be in


accordance with provisions in Works Requirements (Specifications) except as
otherwise specifically provided in the description of item or particular bill of
quantities or explanatory notes to the particular bill of quantities.

11. (a) In items of Bill No. 6: (Building and related items) and Bill No.9: (Site
facilities), the rates are inclusive of cost of all materials including cement, steel,
etc. required to deliver the final product.

(b) In items of bill No.2: (Bridges), Bill No.5: (track linking), and Bill No.7: (Platforms,
passenger amenities and Misc works) wherever reinforcement steel and HTS
wire (strands) are required to be consumed in the item, the rates are exclusive
of cost of these materials and the same shall be paid separately under relevant
items for supply of these materials.
(c) In items of Bill No.4: (P.Way supply) the rates are inclusive of all materials
including cement, steel and HTS wire (strands). Rails required for manufacture
of item under Bill No.4 shall be issued free of cost by RVNL.
(d) Bill No. A to J pertains to Tunneling and associated works.

12. NOTES SPECIFIC TO EACH BILL OF QUANTITIES.

12.1. BILL NO.1 FOR EARTH WORK IN FORMATION

12.1.1. The earth work in formation and blanketing has to be executed as per
latest RDSO guidelines for earthwork in railway projects with upto date
correction slips. If naturally available material in the project area is not
suitable for using as blanketing material directly then the blanketing
material conforming to RDSO specification has to be produced by
blending various naturally available materials in required proportion in
a pug mill.
A&C-5 of Pk-4
Volume-II_Revision-1

12.1.2. Obtaining prior permission for felling of trees including payment of


royalty and taxes etc. shall be contractor’s responsibility and deemed to
be included in the rates unless otherwise stated in the BOQ item.

12.1.3. Joining of new formation with existing embankment has to be done with
benching of 30 cm (V), 60 cm (H) in the existing bank slope. The rate of
earthwork includes the cost of benching.

12.1.4. Locations where blasting is warranted, prior permission of the employer


must be obtained to ascertain whether blasting is permitted or
prohibited. Rate of rock cutting includes the cost of all precautionary
measures necessary for safety during blasting of rock.

12.2. BILL NO.2: BRIDGES AND BILL NO.7: PLATFORM, PASSENGER


AMENITIES AND MISCELLANEOUS WORK FOR CC, RCC AND PSC
ITEMS.

12.2.1. All material, equipment, labour, casting beds, stress frames, form work,
staging, scaffolding, etc is to be arranged by the contractor within the
quoted rates.

12.2.2. 1:4:8, 1:3:6 and 1:2:4 indicates concrete prepared using volumetric mix in
proportion of cement: coarse sand: stone aggregate of specified size,
respectively.

12.2.3. All design mix concrete shall be machine batched with automatic weigh
batcher, machine mixed and machine vibrated or Ready-Mix Concrete
prepared in depot and transported by transit mixer to the site of work.

12.2.4. Prior to demolishing of any structure measurements have to be taken,


scheme of dismantling has to be got approved from the Engineer.

12.2.5. DELETED.

12.2.6. For entire Bill 2A: All Concrete works include cost of cement, aggregates
or any admixtures including Super plasticizers/accelerators/ curing
agents/releasing agents etc. or other additives like silica fume etc. For
Reinforced cement concrete M25 and above, minimum cementitious
content shall not be less than 350 Kg/cum. For reinforced cement
concrete of lesser grades minimum cementitious content shall not be
less than 300 kg/cum. For Plain cement concrete minimum
cementitious content shall not be less than 250 Kg/cum. For super
structure concrete, preferably, OPC 53 shall be used to ensure early
gain of strength.

12.2.7. DELETED.
A&C-5 of Pk-4
Volume-II_Revision-1

12.2.8. Bill No. 7A and 7B: Will be executed for providing covered shed on top
of construction shaft as a part of permanent works.

12.3. Bill No. A: (Underground Excavation).

12.3.1. Item A1: The rates include cost of Tunnel excavation (including Cross
Passages and Transformer Halls) in full face or sequential excavation or
Multi Drifting (Top heading, Benching, invert and temporary invert) as
per site requirement. The rate includes installation and maintenance of
pumps and pipes along the excavation for water inflows up to 50 l/sec
from the Tunnel heading. The rates also include dismantling of
Temporary invert/Tunnel wall in case of Heading benching/Multi
drifting. Dismantled supports shall not be reused into the works.
Nothing extra shall be paid for installation of temporary false portal. The
rates also include one additional re-handling of muck if required due to
site constraints.

12.3.2. Item A2: Nothing extra will be paid for dismantling and disposal of
already installed supports. Dismantled supports shall not be reused
into the works.

12.3.3. Item A3: The rate includes extra cost for excavation including
installation and maintenance of pumps and pipes along the excavation
time for water inflows more than 50 l/sec from the Tunnel heading.

12.3.4. Item A4: Volume of muck for measurement and payment will be the
solid In-Situ volumes and not loose.

12.3.5. Item A8: All costs associated to execution of this item are deemed to be
included in this item. Since the Tunnel is up gradient excavation. Hence,
being self-drained nothing extra shall be paid for drainage/pumping of
water whenever required. Payment for Geophysical Investigation
through separate systems (Not mounted on TBM) and Probe/Core
drillings including cost for Drilling holes for Pre-excavation grouting
will be paid separately as per relevant item of the BOQ. Cost for contact
grouting behind TBM segments shall be paid as per relevant item of the
BOQ.

12.3.6. Item A10: Payment under this item shall be made only after contractor
transports all components of dismantled TBM and other contractor
equipments to outside project area and disposes all other materials as
approved by engineer. Nothing extra shall be paid on this account.
Dismantled TBM and other contractor equipments released from
dismantling will be the property of contractor for which nothing extra
shall be deducted.
A&C-5 of Pk-4
Volume-II_Revision-1

13. Bill No. B1: (Support System: Rock Bolts and Other Steel Supports etc.)

13.1. All items are inclusive of all materials, labor, consumables, accessories, tools,
plants and equipment’s including all lead and lifts, loading and unloading
complete. All these times may also be applicable to TBM tunneling if and
when required.

13.2. B1.1 (Rock Bolts/Anchors & Micropiles): Threaded portion of 200 mm of bolt
shall be measured towards the length of bolt considered for payment. Rate
include providing MWD drilling data while carrying drilling of holes for rock
bolts with Automatic/Semi-Automatic Jumbos.

13.3. B1.2 (Pipe Roof Umbrella) & B1.3 (Light Forepoling): Size of perforations will
depend upon strata and will be as decided by Engineer. Nothing extra shall be
for using perforated pipes.

13.4. B1.4 (Arches/Steel Ribs/Lattice Girders): For Steel Ribs and Lattice Girders,
cost of supply of structural steel and reinforcing steel shall be paid separately
under Bill No. B3.

13.5. B1.5 (Reinforcement and Misc.): The size of wiremesh (150x150x6 or 100x100x4
or 150x150x8 or 150x150x10) and type of Lining stress controllers (Corrugated
plate or Cylindrical tube type) will be as decided by engineer and nothing
extra shall be paid for using either sizes or types.

14. Bill No. B2 (Support System: Shotcrete and Concrete Works):

14.1. B2.1 (Shotcrete Works): All shotcrete works include cost of Cement,
aggregates, micro-silica/Silica Fumes, accelerator, admixtures/additives etc.
For M30 grade, Minimum 385 kg/cum of OPC 53/53S and 15 Kg of Micro
Silica/Silica Fumes shall be used in design mix.

14.2. Deleted

14.3. B2.2 (Concrete Works other than B2.2.8): All Concrete works include cost of
cement, aggregates or any admixtures including Super
plasticizers/accelerators/ curing agents/releasing agents etc. or other
additives like silica fume etc. For Reinforced cement concrete M25 and above,
minimum OPC 53 content shall not be less than 350 Kg/cum. For reinforced
cement concrete of lesser grades minimum OPC 53 content shall not be less
than 300 kg/cum. For Plain cement concrete minimum OPC 53 content shall
not be less than 250 Kg/cum.

14.4. B2.2.8: For Prefabricated Reinforced cement concrete TBM segments of M60
grade, Minimum 400 kg/cum of OPC 53/53S and 25 Kg of Micro Silica/Silica
Fumes shall be used in design mix. Rates includes cost of Cement, aggregates
or any admixtures including Super plasticizers/accelerators/ curing
agents/releasing agents etc. or other additives like Micro Silica/silica fume
A&C-5 of Pk-4
Volume-II_Revision-1

etc. and Installation of Injection pipes, various components, seals, gaskets or


any other fixture required as per work requirements, specifications and
drawings. Nothing extra shall be paid for implementation of Segment
Documentation System.

15. Bill No. B3 (Supply of Steel Material): Payment for supply shall only be made
after the quantity is consumed in the work.
15.1. Item B3.1 will be operated for all reinforcement works for Secondary concrete
lining or any other underground works.

15.2. Item B3.2 will be operated for supply of Reinforcement steel for Lattice Girders
and Item B3.3 will be operated for supply of Structural steel for Steel Ribs.

16. Bill No. C, D1, D2, E2 and F: Payment for supply shall only be made after the
quantity is consumed in the work.
16.1. Item C2.3.3: This item will not be operated for pumping of water from
underground tunnel stretches which are having favorable and self-draining
slopes and such cost is deemed to be included in item for underground
excavation.

16.2. Item C5.9: Supply of anchor bars will be paid separately under Item B3.2.
16.3. Item C7.1: Payment for dismantling of installed segments for cross passages,
niches or other permanent structural openings shall be made under this
item.
16.4. Bill No. D2: Payment for supply shall be made only after the quantity is
consumed in the work. Measurement will be done from automatic data logger
on the grouting Rig or as instructed by Engineer. Items are applicable for the
respective grouting material irrespective of the tunnel excavation method
16.5. Bill No. E2.1: Contractor’s shall submit Manufacturer’s Declaration of
Performance in accordance with relevant international codes and proof of
having CE certification before seeking approval for usage.

16.6. Bill No. F: Rates of all items include supply, fixing, maintenance and upkeep
of instruments. Charges towards monitoring, interpretation and record
keeping will be deemed to be covered by permanent posting of
Instrumentation Engineer. Items are applicable for the respective
instrumentation irrespective of the tunnel excavation method.
17. Bill No. H: Cost for construction and maintenance of Access routes for access
to Tunnel/Adit portals/Bridges/Shafts or muck dumping grounds defined in
Section: 5 (Work's requirement) Clause 2.3 C (f) and 2.3 E shall be paid under
relevant items of this Bill.

18. Rates shall always include for testing where specified except where testing is
scheduled separately for payment.
19. Technical Specification reference mentioned in BOQ is for guidance only, as
there are references to the item under various clauses and the work are to be
A&C-5 of Pk-4
Volume-II_Revision-1

executed as per the requirement of the various clauses in the Technical


Specification.

20. While quoting the rates, Bidder is required to take into account the cost of
deployment of minimum machinery and manpower fulfilling requirements
specified in Section 5: Work’s requirements. Idling charges for manpower and
machinery will not be payable to the bidder on any account.

21. Nothing extra shall be paid for providing temporary steel frames required to
support the opening in precast segment rings for cross passages, niches,
technical room etc. openings.
A&C-5 of Pk-4
Volume-II_Revision-1

Rail Vikas Nigam Limited


Name of Work: “CONSTRUCTION OF TUNNEL, FORMATION , CONSTRUCTION SHAFT AND OTHER ANCILLARY WORKS
BETWEEN CH: 47+360 to 63+117 KM (FLS) WITH NATM AND TBM UNDER PACKAGE 4 IN CONNECTION WITH NEW SINGLE
LINE BROAD GAUGE RAIL LINK BETWEEN RISHIKESH AND KARANPRAYAG (125KM) IN THE STATE OF UTTARAKHAND, INDIA.”

Summary Sheet of Bill of Quantities


Bill No. Description of Schedule Estimated Cost in Rs.
1 Earthwork in Formation 1125,46,546.09
2A Bridges and Protection works (Other than Steel items) 406,38,173.00
2C Bridges and Protection works (Supply of Steel items) 274,53,802.00
7A Platform, Passenger amenities and miscellaneous works (Other than Steel Items) 2,16,750.00
7B Platform, Passenger amenities and miscellaneous works (Steel items) 22,72,480.00
9 Site Facilities 1290,59,664.00
A UnderGround Excavation 188182,57,184.48
B1 Support System: Rock Bolts and Other Steel Supports etc 23023,66,975.00
B2 Support System: Shotcrete and Concrete Works 86872,61,372.00
B3 Supply of Steel Material 44890,26,332.00
C Drainage and Miscellaneous Work 12890,29,030.00
D1 Ancillary Work 6090,74,357.00
D2 Supply of Grouting Material 12628,99,109.98
E2 Supply of fibres for Tunnel 6098,61,078.28
F Monitoring of excavations/ construction 779,51,586.00
H Approach Road for Tunnel and Muck Dumping Site 660,59,835.00
J Environment Manangement Plan 108,81,120.00
Total Estimated Price 385348,55,394.83
A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. 1: Earthwork in Formation

S. Rate Amount Reference to Work


Item No. Description of item Unit Quantity
No. (In Rs.) (In Rs.) Requirement (Section-5)

1 1002 Earthwork in excavation by mechanical means (Hydraulic excavator) in cutting, in formation, trolley 7.1, 7.4, 7.5, 7.6, 7.7
refuges, side drains, yard drains, catch water drains, etc. including leading usable cut spoils up to 200 M Annex-A
and making formation in filling using the cut spoils, site clearances, setting out and demarcation,
disposing off surplus unusable cut spoils as per directions of the engineer, and top and side dressing and
compaction of cutting formation to provide final formation as per designed profile. The rate shall include
compaction of cutting formation and initial compaction of sub-soil where cut-spoils are used in filling.
The rate shall not include cutting of trees with girth above 30 cm and compaction of cut spoils in filling,
which shall be paid separately.
Note-
(1) Rock spoils such as stones, boulders, pebbles, gravels etc available from excavation, if are found
suitable for use in works as per required specifications even after modifications etc., can be used free of
cost but the legally payable royalty and taxes are to be paid by the contractor to the concerned
authorities.
(2) Payment for earthwork in excavation for pucca drains shall not be payable under this item and the
same shall be paid under item no. NS-6 of Bill 1.
1002a Soil excluding rock. Cum 118584.00 174.00 20633616.00 7.3.2, 7.10 Annex-A
1002b Rock not requiring blasting. Cum 25719.00 271.00 6969849.00 7.3.3, 7.10 Annex-A
1002 c Hard Rock requiring blasting. Cum 13193.00 461.00 6081973.00 7.3.4, 7.10 Annex-A
1002 d Hard Rock requiring blasting, but blasting not permitted hence to be excavated by chiselling. Cum 7253.00 833.00 6041749.00 7.3.5, 7.10 Annex-A
2 1003 Incremental rate for every Km or part thereof over item 1002 for leading cut spoils beyond 200 M for 7.10.1 D Annex-A
Cum-Km 10659.00 14.20 151358.00
making formation in filing.
3 1006 Mechanical Compaction of Earth and Blanket materials in layers of about 30 CM (or more or less) in
loose state using vibratory compactor (of adequate capacity) so as to achieve compaction as per RDSO
Guidelines and Specification for Design of Formation for Heavy Axle Load – Nov 2009. Minimum EV2
Criteria as mentioned in the guidelines is not applicable.
Cum 17231.00 27.60 475576.00
Note: The payment for compaction shall be based on the computed quantity of earth work/blanket
work from the cross sections. The payment, however, will be restricted only to the approved design
profiles furnished by the Engineer; or the actual quantity executed whichever is less. .
A&C-5 of Pk-4
Volume-II_Revision-1

S. Rate Amount Reference to Work


Item No. Description of item Unit Quantity
No. (In Rs.) (In Rs.) Requirement (Section-5)

4 1007 Turfing / planting, including all lead and lift, and watering as required until properly rooted, with. Note -
Initially payment of only 40% will be made. Balance 60% will be paid only after 3 months of maintenance
period if the turfing is properly rooted.
a Turfing with sods, 10cm thick and 20 cm square closely laid Sqm 2345.00 74.65 175054.00
b Turfing with planted doob grass Sqm 2345.00 71.50 167668.00
5 1008 Providing and laying Jute Geo-Textile (JGT) in slopes of Railway embankment in accordance with RDSO's
guidelines for application of Jute Geotextile in Railway embankments and hill slopes no.
RDSO/2007/GE:G-0008 or its subsequent versions, including incidental earthwork and fixing
arrangements (Rate does not include planting of grass)
(a) With GJ - Type 1 Sqm 2572.00 46.60 119855.00
6 NS-1 (Dry Stone pitching) Providing and laying Pitching with stone boulders weighing not less than 35 kg each
with the voids filled with spalls on slopes laid over prepared filter media including boulder apron laid dry cum 1000.00 1516.80 1516800.00
in front of toe of embankment complete as per drawing and Technical specification
7 NS-2 (Stone pitching in 1:4) Providing and laying Pitching with stone boulders weighing not less than 35 kg
each with the voids filled with cement sand mortar 1:4 on slopes laid over prepared filter media
cum 1368.00 3440.00 4705920.00
including boulder apron laid dry in front of toe of embankment complete as per drawing and technical
specification (rates are inclusive of cement)
8 NS-3 Supplying and placing of mechanical woven double twisted hexagonal shaped wire mesh Gabion boxes
of required sizes mesh type 10cmx12cm, Zn and PVC coated mesh wire dia 2.7/3.7mm (ID/OD), edges of
meshes meschnically edged/selvedged with heavy coating of galvanisation as per EN-10223-3/ASTM A
975 with partions at every 1 Mtr intervel and proprly packed with approx 150 mm boulders including
cum 11000.00 3700.00 40700000.00
transportation and placing at indicated places as per direction of Engineer -in-charge including
contractor tools, plants, labours royalty charges etc. complete in all respect and stitching with lacing wire
of dia 2.2/3.2mm (ID/OD) @ 5% by weight of Gabion boxes carrying the material by head lead from
nearest approcah with all safety precautions and all leads and lifts.
A&C-5 of Pk-4
Volume-II_Revision-1

S. Rate Amount Reference to Work


Item No. Description of item Unit Quantity
No. (In Rs.) (In Rs.) Requirement (Section-5)

9 NS-4
Earthwork in filling in Embankment Fill and Prepared Sub-grade of formation including guide bunds,
around buried type abutments, bridge approaches, trolley refuges etc using Railway's earth/ Muck
generated from excavation of Underground & other works and dumped at the location of the bank or
nearby, of approved quality as per RDSO guidelines for design /Construction of formation on Indian
Railway track issued vide RDSO specification RDSO/2018/GE:IRS-0004 (D) Part-IV dated July 2019,
procured from railway land including site clearances, setting out and demarcation, benching, initial
compaction of subsoil after leveling the surface after site clearance, spreading loose earth in layers of
maximum 30 cm thickness using grader up to extra width of 0.5 m beyond designed profile, compaction
using vibratory compactors, top and side dressing and removal of extra earth from sides to provide final
formation as per designed profile as per RDSO Guidelines. The rate shall include cutting of trees with
girth upto 30 cm,making good the pockets and depressions left in soil during clearing and uprooting of
jungle/trees at site and initial compaction of sub-soil thereafter. The rate shall not include cutting of Cum 69201.00 89.09 6165117.09
trees of girth beyond 30 cm and compaction (excluding initial compaction of sub-soil mentioned
above), which shall be paid separately. The minimum Ev2 Criteria as mentioned in the guidelines of 2009
is not applicable. The rate shall include cost of all field and laboratory tests including those required for
subsoil but excluding CBR tests which will be paid vide separate BOQ item. The rates include segregation
of Boulders from the Tunnel Muck.However, the mechanical compaction in layers shall be paid
separately under relevant item.
Note:
1. Lead for the muck generated from excavation of Underground and other works is included in the BOQ
item A1 & A4 of Bill no. A.
2. Lead for railway's earth includes up to 200 m.
3. Royalty on railways earth /muck (being used for formation filling), if applicable will be borne by RVNL.
A&C-5 of Pk-4
Volume-II_Revision-1

S. Rate Amount Reference to Work


Item No. Description of item Unit Quantity
No. (In Rs.) (In Rs.) Requirement (Section-5)

10 Providing and laying blanketing materials of specifications as per RDSO guidelines for design
/Construction of formation on Indian Railway track issued vide RDSO specification RDSO/2018/GE:IRS-
0004 (D) Part-IV dated July 2019, using graders and compaction using vibratory compactors, top and side
dressing to provide final formation as per designed profile. The rate shall not include compaction, which
shall be paid separately.

NOTE:1) If naturally available materials do not meet the laid down specifications, the blanket material
has to be produced by mechanical process using mechanical crushing or mechanical blending method or
combination of these two methods as given in the Appendix-C of RDSO Guidelines and Specifications for
Design of Formation for Heavy Axle Load -2009. The rate for this item is inclusive of the production of
material by mechanical process as per above mentioned RDSO guidelines and in case such mechanical
NS-5 Cum 12909.00 1179.00 15219711.00
process is not required to be used in providing and laying of blanketing material due to availability of
natural blanketing material conforming to laid down specifications, the rate of this item shall be reduced
by Rs. 250/- per cum.
2) The filter criteria and minimum EV2 Criteria as mentioned in the guidelines of 2009 is not applicable.
3) The rate shall include cost of all field and laboratory tests except CBR tests which will be paid vide
separate BOQ item.
4) The Latest guidelines for Design / Construction of formation on Indian Railway track, issued vide RDSO
specification RDSO/2018/GE:IRS-0004 (D) Part-IV dated July 2019 shall be adopted for this item. The
basic instructions (other than those contained in the latest guidelines dated July 2019) detailed in GE: G-
1 of 2003 and GE:0014 of 2009 shall continue to apply.

11 NS-6 Earth work in cutting in foundation, trenches, pucca drains in station area/block section etc in all kinds
of soil including dressing of sides, ramming of bottoms, back filling of trenches, getting out the excavated
soil and disposal of surplus excavated soil with all lead and lift as directed by the Engineer.
NS-6a In all kinds of soil Cum 3000.00 172.00 516000.00
NS-6b In ordinary rock Cum 3700.00 278.00 1028600.00
NS-6c Hard rock (requiring blasting) Cum 1500.00 499.00 748500.00
NS-6d Hard rock (Blasting prohibited) Cum 1500.00 647.00 970500.00
NS-6e Extra over item NS-6 c for cutting in rock requiring controlled blasting Cum 2300.00 69.00 158700.00
Sub Total Amount 112546546.09
A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. 2A: Bridges and Protection works (Other than Steel items)
Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
1 2001 Earth work in excavation in foundation of bridges to desired profile
including backfilling, compaction of back fill, and disposal of surplus
earth as per directions of the Engineer.
2001 a Soil excluding rock. Cum 13493.00 302.00 4074886.00
2001 b Rock excavation not requiring blasting. Cum 1499.00 319.00 478181.00
2 NS-1 Plain/Reinforced cement concrete in open foundation complete as per 345.00 5665.00 1954425.00
drawing and technical specifications PCC Grade M15 (Rates are Cum
inclusive of Cement
3 NS-2003 Providing and laying M 10 cement concrete in foundation and floor 20.00 5262.00 105240.00
using well graded stone aggregate of 40 MM nominal size. (Rates are Cum
inclusive of Cement)
4 NS-2005 Providing and laying Design mix control concrete M25/M30/M35/M40 Cum 3803.00 8947.00 34025441.00
in cast-in-situ RCC works of raft, pile cap, pier, abutment, well
steining, RCC well kerb, well cap, pier cap, Jacketing, dirt wall, return
wall, wing wall, fly wing wall, retaining wall, approach slab, foot path
slab, wearing course, ballast retainers, RCC railing, inspection
platform, pedestal, boxes and other miscellaneous works using well
graded stone aggregate of 20 MM nominal size. (Rates are inclusive of
Cement)

Note: Extra @ 32% of the rate for concreting done for the jacketing
work under this item shall be payable and shall deem to include cost of
surface preparation, drilling of holes, insertion of dowel bars and
grouting of holes etc. required for the work but exclude cost of dowel
bars which shall be payable separately under relevant BOQ item.
Sub Total Amount 40638173.00
A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. 2C: Bridges and Protection works (Supply of Steel items)

Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
Supplying TMT Fe-500/Fe-500D* reinforcement steel conforming to
IS:1786-1985 including decoiling, straightening, cutting, bending,
placing in position, binding with 1MM dia GI binding wire.
Note :
1. Reinforcement, shall be measured in length for different diameters
1 2076 used in the works and then paid as per standard weights as per IS MT 331.00 82942.00 27453802.00
1732. Wastages, overlaps, coupling, welded joints, space bars, chairs
and binding wire shall not be measured and cost of these items shall
be deemed to be included in the rates.
2. * For seismic zone III, IV & V, only TMT Fe-500D steel shall be used.

Sub Total Amount 27453802.00


A&C-5 of Pk-4
Volume-II_Revision-1

Schedule 7A: Platform, Passenger amenities and miscellaneous works (Other than Steel Items)

Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)

1 7016 Providing and fixing pre-painted galvanised sheet 0.6 MM thick with Sqm 250.00 867.00 216750.00
corrugated or trafford design on previously erected purlins or wall frame
work for roofing. The colour coating shall be polyester coating over hot
dipped galvanised sheet and the sheets will be of minimum high tensile
strength of 275 MPa variety. The fixtures used for fixing the sheets shall
be as per manufacturer's specifications. Measurement shall include area
of MS sheet, valley gutter, ridges etc excluding overlaps. The rate includes
provision of 110 MM dia PVC rain water pipes, j bolts & other fixtures,
painting of station name on both ends of COP in tri-lingual format.
Sub Total Amount 216750.00
A&C-5 of Pk-4
Volume-II_Revision-1

Schedule 7B: Platform, Passenger amenities and miscellaneous works (Steel items)
Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
1 7061 Providing FOB, platform shelters, height gauge, columns, beams, trusses and MT 20.00 113624.00 2272480.00
other steel components of miscellaneous works duly launched in position with or
without traffic block as directed by Engineer with contractors steel conforming to
IS:2062-1999 including fabrication, assembly, erection, launching,
riveting/welding, bolting, initial coats of zinc chromate priming conforming to
relevant IS specification and three subsequent coats of aluminum paint of
approved quality conforming to IS:2339 after final erection on all surfaces
complete. Rate is inclusive of supply and fixing of MS holding down bolts for IRS
type platform shelters and FOBs with required angles.

Note:
(1) Payment under this item shall be done on the lines of schedule of stage
payments for fabrication & erection of girders as specified in para 8.2 of part (h)
‘Steel Works’ of Chapter-3 (Bridges) of RVNL Standard Specifications for Material
and Works - Vol.-I, Engineering Works. Payment for any stage as indicated in para
8.2, if not required for the works under the item, shall be combined with next
stage payment.
Sub Total Amount 2272480.00
A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. 9: Site Facility


S.No. Item No. Description of item Unit Quantity Rate Amount Reference to
(In Rs.) (In Rs.) Work
Requirement
(Section-5)
1 9001 Providing site offices for Employer with Contractor's material, Labour, Tools and Plant, Sq.m. of 464.00 17997.00 8350608.00 3.2, 3.5
Equipment etc. including provision of Water Supply, Drainage, Power arrangements, office Plinth area
maintenance as per the details mentioned in clauses 3.1 to 3.2.8 & 3.5 to 3.5.2 of Chapter 3
(Site Facilities for the Employer and the Engineer) of Section 5 (Work's Requirement) of
Tender Documents.

Note 1: This item is provided with the contention that new site offices will be constructed
for this purpose and 75% payment of the accepted rates will be made after making
available functional office, balance 15% payment shall be made at the end of the
completion period and the remaining 10% will be paid after clearance of site by the
contractor.

Note 2: Alternatively if suitable accommodation is available on hire basis at suitable


location acceptable to the employer, the contractor can arrange the same under the item
but in such a case the payment shall be regulated as below.
(a) 10% payment shall be made on completion of one month from the date of making
available the office fit for functioning.
b) Remaining 90% payment shall be paid in equal monthly instalments that is (0.9xQuoted
rate) / (Stipulated Completion period in months + defect liability period in months).

Note 3: In case stipulated period gets extended, payment on monthly basis, under this item,
in such extended period, shall be made as under;
(i) in case of new construction @ [(54% of Quoted rate) / (Stipulated Completion period
in months + defect liability period in months)] per Sq.m. of Plinth area.
(ii) in case of accommodation on hire @ [(90% of Quoted rate) / (Stipulated Completion
period in months + defect liability period in months)] per Sq.m. of Plinth area.
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to
(In Rs.) (In Rs.) Work
Requirement
(Section-5)
2 9002 Providing Furniture as given under clauses 3.3, 3.3.1 of Chapter 3 (Site Facilities for the L S Per Site 2.00 1397828 2795656.00 3.3
Employer ) of Section 5 (work's Requirement) of Tender Documents. Office
Note: Payment shall be made @ 75% of the accepted rate after making available the
furniture items in functional office, balance 15% payment shall be made at the end of the
completion period and the remaining 10% will be paid after clearance of site by the
contractor.

3 9003 Providing Road Vehicle mentioned below for the use of Engineer/Employer as per the 3.4
Conditions mentioned in Clause 3.4.3, i.e 3.4.3.1 to 3.4.3.3 of Chapter 3 (Site Facilities for
the Employer and the Engineer) of Section 5 Work's Requirement) of Tender Documents.

Note: The provisions of clause 12.3.1 (a)(ii) of Section 6 (GCC) of the Contract shall not be
applicable for appropriateness of new rate for this item.
9003a INNOVA, MAHINDRA XUV500 or similar Vehicle 240.00 75133.00 18031920.00 3.4.3
months
9003b BOLERO, SCORPIO, ERTIGA, MARAZZO or similar Vehicle 1200.00 64649.00 77578800.00 3.4.3
months
9003c Extra for running and maintenance of every additional km over and above 4000 kms as Per km 120000.00 17.50 2100000.00 3.4.3
specified in item 9003 (a)
9003d Extra for running and maintenance of every additional km over and above 4000 kms as Per Km 600000.00 14.00 8400000.00 3.4.3
specified in item 9003 (b)
4 9004 Providing computers with software, printers and other office equipment as given under LS per site 4.00 1248970.00 4995880.00 3.6
Clause 3.6 of Chapter.3 (Site facilities For the Employer)of Section-5 (Work's requirement) office
Of bidding documents:
NOTE:
i) Payment shall be made @ 85% of the rate after making available the office equipment in
functional condition.
ii) Next 10% of the rate shall be paid at the end of the completion period.
iii) The remaining 5% of the rate shall be paid after the eqipment is taken back by the
contractor and the site is cleared by the contractor.
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to
(In Rs.) (In Rs.) Work
Requirement
(Section-5)
5 9005 Providing 36 inch large format colour Plotter – Model HP T830 Designjet Multifunction Each 2.00 248900 497800.00
plotter or similar/better.

Note:
(i) Payment shall be made @ 85% of the rate after making available the equipment in
functional condition,
(ii) Next 10% of the rate shall be paid at the end of the completion period.
(iii) The remaining 5% of the rate shall be paid after the equipment is taken back by the
contractor and the site is cleared by the contractor.

6 9006 Providing 150CC or higher Motor Bike Bajaj Pulsar/HondaCB Hornet 160R/ Hero Xtreme Bike 600 10400.00 6240000.00
Sorts/Suzuki Gixxer or Similar for the use of Engineer/Employer as per the Conditions Months
mentioned in Clause 3.4.2 & 3.4.3, of Chapter 3 (Site Facilities for the Employer and the
Engineer) of Section 5 Work's Requirement) of Tender Documents.

9006 a Extra for running and maintenance of Motor Bike for every additional km over and above Per km 30000 2.3 69000.00
2500 kms as covered under item 9006
Sub Total Amount 129059664.00
A&C-5 of Pk-4
Volume-II_Revision-1

Schedule A: UnderGround Excavation


S.No. Item Description of item Unit Quantity Rate Amount Reference to Work
No. (In Rs.) (In Rs.) Requirement (Section-5)
1 A1 Underground excavation (Full Face, Top Heading, Bench, Invert Arch) for the Main Chapter 8.0 of Annexure-
Tunnel, Escape tunnels & Cross Passages, including temporary provision at the portal A
for the start of tunnel excavation like canopy structure (false portal) etc, Laybys, Cross
passage and Transfromer halls and for the connection of remaning part of Adit tunnel
(Approx. 50m) with the Main Tunnel including drilling, blasting, or other means of
excavation including widening of top heading footings, breaking of shotcrete, lining in
temporary invert, provision of surface drainage, construction ventilation, lighting
arrangement during construction, temporary backfilling for traffic in tunnel, profiling /
reprofiling of tunnel as per approved cross sections, removal and disposal of excavated
material including temporary backfill to dumping site with all lifts and leads up to 2 kms
from portals / shaft head as per approved drawings and specifications or as directed by
Engineer. (Ö-Norm-2203)

A1.1 Excavation in Support Section Type A2, B1 Cum 1000.00 1952.00 1952000.00 8.12.1, 8.22 Annex-A

A1.2 Excavation in Support Section Type B2 Cum 94263.00 2416.00 227739408.00 8.12.1, 8.22 Annex-A

A1.3 Excavation in Support Section Type B3 Cum 574435.81 2416.00 1387836917.00 8.12.1, 8.22 Annex-A

A1.4 Excavation in Support Section Type C1, C2 Cum 85435.24 2566.00 219226826.00 8.12.1, 8.22 Annex-A

A1.5 Excavation in Support Section Type C3, C4, C5 Cum 64525.55 3988.00 257327893.00 8.12.1, 8.22 Annex-A

1.1 A1a Underground excavation in ventilation shaft including disposal upto 2.0Km from Shaft Cum 2589 2093.00 5418777.00 8.12.1, 8.22 Annex-A
in all kinds of ground and supports

2 A2 Additional Excavation for niches in all class categories (Except Laybys, Cross passages Cum 16346.30 3443.00 56280298.00 8.9, 8.22.3 of Annexure-
and Transformer halls) A, Item 13.17 of
Annexure-D
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item Description of item Unit Quantity Rate Amount Reference to Work
No. (In Rs.) (In Rs.) Requirement (Section-5)
3 A3 Extra for tunnel excavation due to excessive water inflow of more than 50 I/sec Cum 38561.45 371.00 14306296.00 8.22.6 (i) of Annex-A

4 A4 Extra for transportation of spoils over 2 km to 10 km from the portal / shaft head Cum-km 10756141.00 32.00 344196512.00 8.22.1.ii.T of Annex-A,
13.2(f) of Annex-D
5 A5 Removal of muck resulting from Geological overbreak (Measurements will be taken Cum 9352.38 991.00 9268206.00 8.22.2 Annex A
with Tunnel laser scanner or as decided by engineer). Rate to include all associated
costs including ventilation and transport and disposal of material lead upto 2 km from
tunnel portal.
6 A6 Extra over item A1 for excavation using Fully and Semi Automatic Jumbo defined in
works requirement inside tunnel in lieu of Manual 2 boom Jumbo:
A6.1 Jumbo (Type-1) Automatic Cum 426520.00 290.00 123690800.00
A6.2 Jumbo (Type-2) Semi-Automatic Cum 426520.00 59.00 25164680.00
7 A7 Extra over item A1 for loading muck using Wheel loader and continuous loader defined
in works requirement in lieu of Hydraulic excavator:
A7.1 Wheel loader Cum 767734.20 57.00 43760849.00
8 A8 Underground Excavation by shielded TBM in all types of rocks and conditions for Cum 1401366.00 11212.00 15712115592.00 13.2 of Chapter 13.0 of
excavating tunnel having a finished tunnel diameter of 7.8 m clear internal diamension Annexure-D
and all associated works as per technical specifications and drawings, including but not
limited to Supply, Transportation, Assembly, Operation, Maintenance with contractor's
men, materials and services and transportation of excavated material by screw and belt
conveyor for disposal including temporary backfill to dumping site with all liftsand leads
upto 2.0 km from the portal as per approved draings and specifications or as directed
by Engineer.

9 A9 Launching of TBM inside Tunnel with all construction plant, men, material, labour and Lump sum 2.00 146239548.93 292479097.86 13.1 (a) of Chapter 13.0
associated equipments upto Launching Point (including all lifts and leads) from where Per TBM of Annexure-D
TBM will commence excavation in all respects in accordance with approved drawings
and technical specifications.
10 A10 Dismantling and removal of TBM (including Shield) and associated equipments from Lump sum 2.00 48746516.31 97493032.62 13.1 (b) of Chapter 13.0
breakthrough point inside Tunnel to outside Tunnel including clearing of site complete Per TBM of Annexure-D
in all respects in accordance with approved drawings and technical specifications.

Sub Total Amount 18818257184.48


A&C-5 of Pk-4
Volume-II_Revision-1

Bill no. B1: Support Systems: Rock bolts and other steel supports etc.
Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
B1.1 - ROCK BOLTS/ANCHORS & MICROPILES
1 B1.1.1 SN Bolts: Supply, drilling, installation and grouting of SN type 10.8, 10.15.2, 10.15.5
rockbolts of the specified length, Yield strength ≥500 MPa (slopes, Annex A
tunnel support & face bolts) as per approved drawings and
Specifications or as directed by Engineer, with contractors men,
material, consumables, plants, equipments, machineries, including all
lead & lifts loading , unloading etc required for the complete job.
B1.1.1.1 Φ25 SN Bolts: Cement Grouted Meter 138548.00 837.00 115964676.00
B1.1.1.2 Φ25 SN Bolts: Resin Grouted Meter 253519.00 930.00 235772670.00
B1.1.1.3 Φ32 SN Bolts: Cement Grouted Meter 46183.00 1349.00 62300867.00
B1.1.4 Φ32 SN Bolt: Resin Grouted Meter 84507.00 1498.00 126591486.00
2 B1.1.2 SDA Bolts: Supply, drilling, installation and grouting of Φ32 Self-drilling Meter 169977.00 1898.00 322616346.00 10.10, 10.13, 10.15.2,
anchor (SDA) bolts of the specified length, Yield load ≥230 KN (Slope, 10.15.5 Annex A
Tunnel Support and Face Bolts) as per approved drawings and
Specifications or as directed by Engineer, with contractors men,
material, consumables, plants, equipments, machineries, including all
lead & lifts loading , unloading etc required for the complete job.

3 B1.1.4 Self Drilling Fiber glass bolts: Supply, transporting to site, drilling, Meter 12494.00 1524.00 19040856.00 10.14, 10.15.2 Annex A
installation, testing and grouting of Fiber glass bolts of the specified
length, 32/15, Yield load ≥ 300 KN (For Face Bolting) as per approved
drawings and Specifications or as directed by Engineer, with
contractors men, material, consumables, plants, equipments,
machineries, including all lead & lifts loading , unloading etc required
for the complete job.
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
B1.2 - PIPE ROOF UMBRELLA
4 B1.2.1 Supply, drilling hole, installation and grouting of pre-support elements 10.13.4, 10.15 Annex A,
(Pipe roofing) up to 139.7mm OD and up to 15m long with 4.41 Annex D
conventional drilling techniques at a shallow look out angle from the
tunnel axis with specialised drill bit and casing systems providing
direction control and installation accuracy as per approved drawings
and Specifications or as directed by Engineer, with contractors men,
material, consumables including grout coupling, plants, equipments,
machineries, including all lead & lifts loading , unloading etc required
for the complete job.

B1.2.1.1 Self-drilling anchor, OD Φ76.1mm, Yield load ≥ 1200KN Meter 54534.00 10246.00 558755364.00

B1.2.1.2 Seamless Steel pipe, OD Φ114.3mm,wall thickness 6.3mm to 8.1mm Meter 21245.00 12032.00 255619840.00
and Yield strength greater than 355MPa.
B1.3 - LIGHT FOREPOLING
5 B1.3.1 Supply, drilling hole, installation and grouting of Light Forepoling 10.13.3, 10.15 Annex A,
elements with contractor's men, material, consumables (including 4.41 Annex D
grout coupling where required), tools & plants, equipments,
machineries, including all lead & lifts, loading, unloading.
B1.3.1.1 Self-drilling Bolts, OD Φ32mm, Yield Load ≥ 230KN Meter 30470.00 2096.00 63865120.00

B1.3.1.3 Steel pipes, OD Φ48.3mm, wall thickness 4mm (Heavy class perforated Meter 182816.00 1024.00 187203584.00
pipe, Yield Stress ≥310MPa per IS 1161)
B1.3.1.5 Reinforcement bars, dia. Φ32mm, Fy=500MPa Meter 91408.00 958.00 87568864.00
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
B1.4 - ARCHES/Steel Ribs/Lattice Girders
6 B1.4.1 Steel Ribs: Fabrication and erection in position permanent tunnel MT 728.00 34757.00 25303096.00 9.4.2, 9.4.3,
steel ribs including of variable geometry and or member size as per 9.6.1 Annex A
design/assembly, using structural steel Grade A, Yield stress ≥250MPa
with all accessories such as bolt/nuts, washers, plates, tie rods etc.,
including cutting, drilling, cold bending, welding, threading, leveling,
aligning and fixing in position of all rods, gusset/ wall plates, pre-
stressing by blocking against rock-surface etc. as per approved
drawings and Specifications or as directed by Engineer with
contractor's men, material, consumables, tools and plants,
equipments, machineries, including all lead and lift, loading, unloading.
Rate to cover supports & scaffoldings required during the course of
erection etc. complete.
Note: Payment for supply of structural steel shall be paid as per
approved drawing (excluding all wastages) seperately as per item B3.3
of Bill B3.

7 B1.4.2 Lattice Girders: Fabrication and erection of lattice girders using high MT 2476.00 31126.00 77067976.00 9.4.5, 9.6.2 Annex-A
strength reinforcing steel Fe-500D with all accessories such as
bolt/nuts, washers, plates, tie rods etc, including all lead, lift, wastage,
storing, drilling holes, fixing in phases etc. and installation of
accessories for joining the Lattice girder segments and fixing into place
as per approved drawings and Specifications or as directed by
Engineer. The rate shall include costs of all materials except as noted
below, labour, equipment, welding, etc for the complete job
including additional cost for enlargement of top heading footing.
(Payment for supply of reinforcement steel (excluding all wastages)
will be made separately as per item B3.2 of bill B3.
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to Work
Rate Amount
S.No. Item No. Description of item Unit Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
B1.5 - REINFORCEMENT and Misc.
8 B1.5.1 Wire Mesh: Supply, cutting, placing and fixing into position with MT 1460.00 104564.00 152663440.00 10.12.2,
appropriate anchors of 150x150x6 mm/ 100x100x4mm/ 150x150x8 10.15.4 Annex A
mm/ 150x150x10mm welded wire fabric of Yield stress ≥ 480 MPa as
reinforcement in primary lining & inner lining with contractors
men,material, cost of pins, hooks, consumables , tools & plants,
equipments, machnieries, including all lead & lifts, loading , unloading,
handling, wastage.
Note: Measurement for payment for welded wire mesh provided shall
be for the net area (without overlaps) actually installed.

9 B1.5.2 Lining Stress controlers: Providing and fixing lining stress Controllers MT 110.00 109389.00 12032790.00 9.4.6, 9.5.13,
(LSC) as per approved drawings and as per technical specification with 9.6.4 Annex A
contractor's men, material, consumables, tools & plants, equipments,
machineries, including all lead & lifts, loading, unloading and as
directed by Engineer-in-Charge, etc complete.

Sub Total Amount 2302366975.00


A&C-5 of Pk-4
Volume-II_Revision-1

Schedule B2: Support System: Shotcrete and Concrete Works


Rate Amount Reference to Work Requirement
S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) (Section-5)
B2.1 - SHOTCRETE WORKS
1 B2.1.1 M30 Shotcrete : Shotcreting with wiremesh/fibers as per design mix Shotcrete grade M30 as per approved drawings 8.5.2, 11.11, 11.13 Annex-A
and Specifications or as directed by Engineer, in following works with contractors men, material, consumables
(including additives), tools & plants, equipments , machineries, including all lead & lifts, loading, unloading,
wastages, rebound, curing etc -
Note : i) Rates are inclusive of Cement. Nothing extra will be paid for rebound.
Note : ii) Payment for Supply of wiremesh / fibers will be done separately.

B2.1.1.1 Primary lining: Theoretical volume of primary (outer) lining of Tunnel, & Niches as defined on the drawing and Cum 104673.00 15748.00 1648390404
theoretical quantity computed for fixed thickness of 75mm at "A" Line as compensation for filling of irregular
excavated profile.

B2.1.1.2 Secondary lining: Shotcrete for Secondary (inner) lining of Tunnel, & Niches. Measurement will be done for Cum 4755.00 16591.00 78890205
theoretical volume of secondary lining as defined on the drawing and volume corresponding to part of
deformation not taking place.
Note: i) The rate includes cost of levelling, smoothening and finishing of exposed surfaces, curing etc.

B2.1.1.3 Face ceiling, Filling of cavities, filling of GOB (Beyond "A" Line), filling shotcrete incase of pipe roof, widening of top Cum 4676.00 15748.00 73637648
heading footing, temporary shotcrete in multi drifting in tunnel as a complete job as per drawings and specifications
and as directed by Engineer-in-Charge.
B2.1.1.4 100 mm/ 150mm thick sprayed concrete with grade M30 in slope stabilization with 100 mm/150mm (minimum) Cum 1427.00 15748.00 22472396
thickness as a complete job as per specifications and as directed by Engineer-in-Charge.

B2.1.1.5 30 mm average thickness of M30 shotcrete as smoothing layer and support of the waterproofing membrane, Sqm 205232.00 472.00 96869504 4.4.3(ix)A(b)
complying the requirement in planarity. Annex-A
2 B2.1.2 Extra over item B2.1.1 for using Robo arm PLC controlled shotcrete with Low Pulsation S-Valve equipment as defined Cum 125060.00 997.00 124684820
in works requirement in lieu of Non-PLC Old generation shotcrete equipment.
A&C-5 of Pk-4
Volume-II_Revision-1

Rate Amount Reference to Work Requirement


S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) (Section-5)
B2.2 - CONCRETE WORKS
3 B2.2.1 M30 & M25 Concrete: Design mix cement concrete as per approved drawings and Specifications or as directed by 15.3, 15.10
Engineer, in following works including machine mixed, machine batched, machine vibrated with contractor's men, Annex-A
material, consumables (including additives), tools & plants, equipments, machineries, all lead & lifts, loading,
unloading, wastages etc complete. The rate includes cost of form work, shuttering, centering, scaffolding, fixing
and removing thereof, levelling, finishing of exposed surfaces, curing etc.
Note : a) Rates are inclusive of Cement.
Note : b) Payment for fabrication and supply of reinforcement steel / fibers (excluding all wastages) shall be paid as
per approved drawing separately.

B2.2.1.1 M30 RCC for Final (Inner) lining of main tunnel, & niches with Movable Shutter with hydraulic moving and Cum 80964.00 11469.00 928576116.00
adjustment facilities.

B2.2.1.2 M30 RCC for Final (Inner) lining of main tunnel & niches (Invert slab , foundation beams ) Cum 43075.00 10481.00 451469075.00

B2.2.1.3 M30 RCC for small cast in place or precast, lightly reinforced concrete structures such as: manholes, drainage Cum 3175.00 7835.00 24876125.00
channels or gutters, cable troughts, concrete covers etc. Price includes supply and installation of cement mortar bed
for levelling of precast elements.

B2.2.1.4 M30 Concrete in RCC works for pavement of escape tunnel, external works, portal C&C section, substations,technical Cum 1261.00 7835.00 9879935.00
rooms, fire water works, elevated structure, river diversion etc. including machine mixed, machine batched, machine
vibrated formwork, etc but excluding the cost of reinforcement as a complete job as per specifications and drawings
and as directed by Engineer in charge.

B2.2.1.5 M25 concrete for Primary (outer) lining of Tunnel or Niches, temporary invert or back fill concrete or in lieu of Cum 4676.00 7484.00 34995184.00
shotcrete where shotcrete can not be applied because conditions in the tunnels will not allow it. The rate includes
cost of form work, shuttering, centering, scaffolding, fixing and removing thereof, levelling, finishing of exposed
surfaces, curing etc.

4 B2.2.2 M20 Concrete: Design mix cement concrete M20 as per approved drawings and Specifications or as directed by
Engineer, in following works including machine mixed, machine batched, machine vibrated with contractor's men,
material, consumables (including additives) , tools & plants, equipments, machineries, all lead & lifts, loading,
unloading, wastages etc complete. The rate includes cost of form work, shuttering, centering, scaffolding, fixing and
removing thereof, levelling, finishing of exposed surfaces, curing etc.
Note: a) Rates are inclusive of Cement.
Note: b) Payment for supply of reinforcement steel shall be paid as per approved drawing (excluding all
wastages)seperately.

B2.2.2.1 Concrete above invert slab between foundation beams and walls of tunnel & niches up to the designated level. Cum 37287.00 5795.00 216078165.00
15.3, 15.10, 15.20.1
Annex-A
B2.2.2.2 Encasing concrete: concrete placed around cable conduits, precast drains or cable trenches for encasement, below Cum 9209.00 5795.00 53366155.00 15.3, 15.10, 15.20.1 Annex-A and
precast units for leveling etc. 13.12 of Annex-D
A&C-5 of Pk-4
Volume-II_Revision-1

Rate Amount Reference to Work Requirement


S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) (Section-5)
5 B2.2.3 Supplying and fixing footpath slabs in reinforced cement concrete in M-20 mix as per approved drawings and Cum 2500.00 5676.00 14190000.00 15.3, 15.10, 15.20.1
Specifications or as directed by Engineer (as drain covers in tunnels), with contractors 20mm approved graded stone Annex-A
aggregates and sand of approved quality, with contractors men, material,consumables,tools and plants, equipments,
machnieries, including all lead and lift, loading , unloading etc. complete .The rate includes cost of form work,
shuttering, centering, fixing and removing thereof,curing, levelling, finishing of exposed surfaces, mixing of concrete
in mechanical mixer, compaction with mechanical/ electrical vibrators etc.
Note: a) Rates are inclusive of Cement.
Note: b) Payment for supply of reinforcement steel if any , shall be paid separately.

6 B2.2.4 M15 Concrete: Design Mix cement concrete M15 as per approved drawings and Specifications or as directed by
Engineer,in following PCC works including mechanically mixed, machine batched, machine vibrated with
contractors men, material, consumables (including additives), tools & plants, equipments, machineries, all lead &
lifts, loading , unloading, wastages etc complete. The rate includes cost of form work, shuttering, centering,
scaffolding, fixing and removing thereof, levelling, finishing of exposed surfaces, curing etc. Note: Rates are inclusive
of Cement.

B2.2.4.1 Fill concrete in tunnel. Cum 31054.00 7808.00 242469632.00 15.3, 15.10, 15.20.1 Annex-A and
13.12 of Annex-D
B2.2.4.2 Blinding concrete in tunnel, lean concrete etc Cum 892.00 7808.00 6964736.00 15.3, 15.10, 15.20.1
Annex-A
7 B2.2.5 No-fines porous concrete in tunnel. Cum 1469.00 7086.00 10409334.00 15.3, 15.10, 15.20.1
Annex-A
8 B2.2.6 Cement concrete M-10 mix laid in situ by approved mechanical means by concrete pump, placer or similar Cum 200.00 6946.00 1389200.00 15.3, 15.10, 15.20.1
equipment in back filling the gap between concrete lagging and excavated line for side walls, roof of tunnel and man Annex-A
refuges, etc. with 20mm graded stone aggregates and sand of approved quality with contractors men, material,
consumables,tools and plants, equipments, machnieries, including all lead and lift, loading , unloading as directed by
Engineer-in-Charge etc. complete.The rate includes cost of form work, shuttering, centering, scaffolding, fixing and
removing thereof,curing, levelling, mixing of concrete in mechanical mixer, compaction with mechanical/ electrical
vibrators etc.
Note : Rates are inclusive of Cement.

9 B2.2.7 Supplying and fixing 50 mm or 75 mm thickness precast RCC lagging of M 20 grade Mix, as per approved drawing Cum 500.00 6234.00 3117000.00 9.4.4, 9.6.3
over permanent tunnel supports continously placed and closed spaced with 20 mm graded stone aggregates Annex-A
and sand of approved quality with contractors men, material,consumables,tools and plants, equipments,
machnieries, including all lead and lift, loading , unloading etc. complete .The rate includes cost of form work,
shuttering, centering, fixing and removing thereof,curing, levelling, finishing of exposed surfaces, mixing of concrete
in mechanical mixer, compaction with mechanical/ electrical vibrators etc.
Note:- a) Rates are inclusive of Cement
Note:- b) Payment for supply of reinforcement steel shall be paid seperatly.
A&C-5 of Pk-4
Volume-II_Revision-1

Rate Amount Reference to Work Requirement


S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) (Section-5)
10 B2.2.8 Manufacturing, Testing, Transportation, storage, Rehandling and Erection of prefabricated concrete segments (M60) Cum 276887.00 16513.00 4572235031.00 13.3 of Chapter 13.0 of
as per approved design, technical specifications and drawings, complete with the Installation of segment factory, Annexure-D
including moulds etc., installation of built in components for segment linking, Installed Injection pipes, Installed
components for holding during segments lifting, required rubber and neopren seals, gaskets etc. with contractors
men, material, consumables (including additives), tools & plants, equipments , machineries, including all lead & lifts,
loading, unloading,handling,re-handling, wastages, curing etc -
Note:-
a) Rates are inclusive of Cement, gaskets, segmental bolts and inserts.
b) Payment for supply of reinforcement steel / Fibers shall be paid seperatly.
c) Nothing extra shall be paid for leading of Finished segments from Segment factory to Work Site and transportation
upto TBM for erection.
Payment for precast concrete segment lining shall be done in stages:
50% upon completion of casting, testing and storage at factory yard.
10% after transportation of the segment to the site and storage at the portal yard.
30% after successful installation of such segments inside the tunnels.
10% shall be paid after successful completion of all the works including the secondary grouting, if any to the level of
satisfaction of Engineer-in-charge.
However, consolidated payment will be adjusted for segments installed in Situ.

11 B2.2.10 M40 RCC for cast in place reinforced concrete structures such as invert beams to facilitate TBM launching/retrieval Cum 8081.00 8947.00 72300707.00 13.1 of Chapter 13.0 of
and transport to the launch points.Price includes supply and installation of cement mortar bed for levelling of precast Annexure-D
elements.
Note: a) Rates are inclusive of Cement.
Note: b) Payment for supply of reinforcement steel shall be paid as per approved drawing (excluding all
wastages)seperately.

Sub Total Amount 8687261372


A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. B3: Supply of Steel Material

Rate Amount Reference to Work


S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement (Section-5)

1 B3.1 Supplying TMT Fe-500D reinforcement steel conforming to IS:1786-1985 including decoiling, MT 51842.00 82942.00 4299879164.00 3.8, 3.11,12.1 &12.9 of
straightening, cutting, bending, placing in position, binding with 1mm dia GI binding wire. Annex-A and (13.4, Annexure D)
Note :
1. Reinforcement, shall be measured in length for different diameters used in the works and
then paid as per standard weights as per IS 1732. Wastages, overlaps, coupling, welded joints,
space bars, chairs and binding wire shall not be measured and cost of these items shall be
deemed to be included in the rates.

2 B3.2 Supplying TMT Fe-500D reinforcement steel conforming to IS:1786-1985 including all lead lift, MT 2476.00 58548.00 144964848.00 3.8, 3.11 of Annex-A
labour, loading unloading, ascent, descent, crossings, royalty, taxes, transport (contractor's
own), tools and plant complete.

3 B3.3 Supply of structural steel of various sections confirming IS 2062 of Grade-A from approved MT 728.00 60690.00 44182320.00 3.9, 3.11 of Annex-A
manufacturers at various sites including all transportation and freight charges and all taxes,
duties etc. with contractors men, material, tools & plants, equipments, machineries, testing,
all lead & lifts, loading , unloading , etc complete

Sub Total Amount 4489026332


A&C-5 of Pk-4
Volume-II_Revision-1

Schedule C: Drainage and Miscellaneous Work


S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-5)

C1 - PERMANENT DRAINAGE
1 C1.1 Drainage pipe: Providing and laying of pipe of following diameters as main collector pipe, 4.4.3 (xi) Annex-A
connection pipes, cleaning access pipes, pipe sleeves and all fittings e.g. elbows, Tee's
etc, including the cost of all materials, labour, equipments etc required for the completion
of job as per relevent IS codes.

C1.1.1 400 mm dia HDPE main collector pipe as per IS : 4984 (Pressure rating of PN 2.5) Meter 59654.00 4939.00 294631106.00
C1.1.2 160 mm dia PVC pipe ( connection pipes, cleaning access pipes) as per IS 4985 (Class 1
Meter 1754.00 385.00 675290.00
Pipe)
C1.1.3 125 mm dia PVC pipe ( pipe sleeves) as per IS 4985 (Class 1 Pipe) Meter 1754.00 251.00 440254.00
2 C1.2 Perforated drainage pipe: Providing and laying of perforated (slotted) pipes wrapped 4.4.3 (xi) Annex-A
with geotextile of following diameters as drainage pipes with all fittings e.g. sleeves,
Tee's etc, including the cost of all materials, labour, equipments etc. as per relevent IS
codes.
C1.2.2 200 mm dia PVC pipe (lateral drainage pipes) Meter 17542.00 689.00 12086438.00
3 C1.4 Providing and installing of perforated PVC pipes in drill holes in the tunnel protected by 4.4.3 (xi) Annex-A
geotextile mebrane of following diameters as per approved drawings as a complete job
aspart of specifications and/or as directed by Engineer in charge

C1.4.1 50mm internal diameter PVC pipe Meter 11695.00 142.00 1660690.00
C1.4.2 75mm diameter internal PVC pipe Meter 3417.00 213.00 727821.00
C1.4.3 100mm internal PVC pipe Meter 1975.00 285.00 562875.00
4 C1.8 Drilling of 40mm dia holes in shotcrete lining as weep holes/relief holes of required length
in any direction of following length as per approved drawings as a complete job as per
specifications and as directed by engineer in charge.

C1.8.1 In underground, L=0.7m, 4 holes every approx 2m Meter


12149.00 225.00 2733525.00
C1.8.2 In Open excavation, L =1.0m, every approx. 4sqm Meter
1000.00 320.00 320000.00
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-5)

5 C1.9 Drainage holes upto 35m length, 10m overlap for followings as per approved drawings as
a complete job as per specifications and as directed by Engineer in charge.
C1.9.1 Horizontal/ Sub horizontal in all kinds of ground, diameter 50 to 90mm Meter
7000.00 2364.00 16548000.00
C1.9.2 Horizontal/ Sub horizontal in all kinds of ground, diameter greater than 90mm Meter
900.00 2172.00 1954800.00
C2 - WATERPROOFING
3 C2.1 Geotextile: Providing, laying and fixing of protective felt (geotextile) as per approved 4.4.3 (viii), 4.4.3 (ix)
drawings and Specifications or as directed by Engineer,with a minimum weight of 500 Annex-A
g/m2 for protection of the waterproofing membranes & drainage on the finished outer Sqm 184672.00 455.00 84025760.00
lining surface including the cost of all materials, labour, equipments, etc required for the
completion of job.
4 C2.2 Membrane: Providing, placing, welding of 2mm thick PVC Water Proofing membrane as 4.4.3 (viii), 4.4.3 (ix)
per approved drawings and Specifications or as directed by Engineer including the cost of Sqm 185624.00 1779.00 330225096.00 Annex-A
all materials, labour, equipments, etc. required for the completion of job.
5 C2.3 Waterstops:Supply and installation of PVC waterbars and Hydrophilic waterstops with all 4.4.3 (x) Annex-A
accessories and special junctions for splicing, securing into place and protecting during
concreting works , including the cost of all materials and junction pieces, labour,
equipments, etc required for the completion of job.
C2.3.1 Construction Joints: PVC waterstop serrated with central bulb (240 mm wide, 8-11mm 4.4.3 (x) Annex-A
Meter 32693.00 672.00 21969696.00
thick).
C2.3.2 Providing and placing Hydrophilic seal typical (Bentonite). Meter 2240.00 1707.00 3823680.00
C2.3.3 Power consumed for Pumping of Water as per the requirements and as per specificationd kWh 2500000.00 25.00 62500000.00 4.6.1 ii Annex-A
and as directed by the Engineer.(Payment will be made only for actual power consumed
for Dewatering as per specifications and as per the certfied Log Book by the Engineer.)
Note: Cost of Furnishing, Transporting, Installing the equipments and system including
Pneumatic Pumps and its maintainance is covered under item A1 and A3.

C3 - EARTHING
6 C3.1 Earthing

C3.1.1 Longitudinal earthing flat bar, 40 x 4mm Galvanized iron, both sides of the Tunnel. Meter 209952.00 202.00 42410304.00
C3.1.2 Transversal earthing flat bar, 40 x 4 mm, Galvanized Iron, incl. Extensions, Every 250m. Meter 2099.00 202.00 423998.00
C3.1.3 Connection bolts M8 with correspondent nuts and washers, made of brass. Each 840.00 133.00 111720.00
C3.1.4 Earthing pins of galvanised iron Each 4000.00 708.00 2832000.00
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-5)

C4 - ELECTRICAL CABLE CONDUITS


7 C4.1 Cable Ducts: Providing, laying and encasing in concrete PVC main longitudinal pipe and
cross pipe of following diameters as electrical conduits with all fittings e.g. couplers,
elbows etc, including the cost of all materials, labour, equipments etc. The cost of
encasing concrete, concrete junction boxes, inspection pits or cable pull boxes will be
covered separately as per relevent Indian Standard.

C4.1.1 Cable Ducts diam. 50 mm pipe Meter 65716.00 133 87,40,228


C4.1.2 Cable Ducts diam. 70 mm pipe Meter 63233.00 190 120,14,270
C4.1.3 Cable Ducts diam. 100 mm pipe Meter 825426.00 235.00 193975110.00
C4.1.4 Cable Ducts diam. 120 mm pipe Meter 36352.00 282.00 10251264.00
C4.1.5 Cable Ducts diam. 160mm pipe Meter 139980.00 385.00 53892300.00

C5 - TUNNEL HAZARD WORKS


8 C5.1 Placing in position of sand bags including supplying sand and filling the same in empty
bags and tying with contractors binding wire, leading to tunnel site with contractors men,
material, consumables, tools and plants, equipments, machIneries, including all lead and No. 15000.00 50.00 750000.00
lift, loading, unloading etc. complete.
9 C5.2 Removal of sand bags, when not required and disposal thereof with contractors men,
material, consumables, tools and plants, equipments, machineries, including all lead and No. 15000.00 13.00 195000.00
lift, loading, unloading etc. complete.
10 C5.3 Supply ,manufacture and erection in position of temporary supports/ struts in
hazardous position. Payment for supply of steel shall be paid as per approved drawing MT 789.00 40819.00 32206191.00
(excluding all wastages) seperately.
11 C5.4 Dismantlling of existing permanent/ temporary supports and leading the cut supports to
contractor's store/ depot etc with contractor's men,material, consumables, tools & plants,
equipments, machineries, including all lead & lifts, loading, unloading, etc complete. MT 631.00 13182.00 8317842.00
Note: 1) Released material will be the property of contractor 2) Recovery of Rs 17500/MT
will be recovered for the released structural steel.
12 C5.5 Cavity concreting through bores/pipes (Bores/pipes to be paid separately as specified
below) with concrete of grade M10 or any approved mix using 10mm size aggregate with
contractors men, material, consumables,tools and plants,equipments, machineries ,
including all lead and lift, loading , unloading etc. complete. Cum 13000.00 3631.00 47203000.00
Payment for supply of cement will be made separately as per actual consumption or
approved mix proportions (nominal / design ), which ever is lower.
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-5)

13 C5.6 Drilling of bores 100 to 150mm dia. for cavity concreting through all types of soil/rock etc.
with contractors men, material, consumables,tools and plants,equipments, machnieries , RMT 450.00 3716.00 1672200.00
including all lead and lift, loading , unloading etc. complete(LS).
14 C5.7 Drilling holes upto 38mm dia. and upto 4000mm deep inside concrete or shotcrete or
rock for contact or pressure grouting etc. with contractors men, material,
consumables,tools and plants,equipments, machnieries , including all lead and lift, RMT 450.00 446.00 200700.00
loading , unloading etc. complete.
15 C5.8 Supplying and fixing of 100 to 150mm dia. MS pipe ('C' class) in bore holes for cavity
concreting/ fixing with contractors men, material, consumables,tools and RMT 450.00 4706.00 2117700.00
plants,equipments, machnieries , including all lead and lift, loading , unloading etc.
16 C5.9 complete.
Fixing of anchor bars with contractors men, material, consumables,tools and
plants,equipments, machnieries , including all lead and lift, loading , unloading etc.
complete. RMT 450.00 557.00 250650.00

17 C5.10 Forepoling with suitable structural steel (MS angles, Joist, rods etc.) including cutting
to the required length, welding & driving in position with contractors men, material,
consumables,tools and plants,equipments, machineries , including all lead and lift,
loading,unloading etc complete. MT 25.00 21145.00 528625.00
Note: 1. Payment for supply of reinforcement steel shall be paid separately.
Note 2:-Payment for supply of structural steel shall be paid as per approved drawing
(excluding all wastages) seperately.

C6 - MISCELLENEOUS ITEMS
18 C6.1 Providing & fixing Porta cabin of approved make (20ft x 10ft) with furnishing & toilet block
facility at the designated places including the cost of all materials, labour, equipments, etc
required for the completion of job.
Nos 16.00 508993.00 8143888.00
Note:- The contractor shall arrange for preperation of plinth for proper placement of these
porta cabins.

19 C6.3 Providing and Fixing of safety fencing with 3 m high pre-coated GI corrugated sheet 0.50
mm, (+0.05%) total coated thickness, with 3.5 m high builtup tabular section as approved
by Engineer in Charge placed every 1.8 m c/c founded in 1:2:4 grade concrete of size
60cm X 60cm X 60cm and buttress of same section at 5.4m c/c, similarly founded as Sqm 4236.00 1894.00 8022984.00
verticals, with horizontal runners @ 600 mm c/c complete in all respect including all leads,
lifts, ascents, descents etc. Cost of all materials and its maintenance till completion of
work is deemed to be included in the rates. Item used as specified in DSR April 2019.
A&C-5 of Pk-4
Volume-II_Revision-1

S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-5)

C7 - DISMANTLING, CLEANING REPAIR AND RESTORATION


20 C7.1 Dismantling/ breaking Reinforced cement concrete including clearing of site and leading
of broken concrete to disposal site with contractors men,material,consumables, tools & Cum Clause 13.13
1825.00 9688.00 17680600.00
plants, equipments, machinaries, including all lead & lifts, loading , unload etc. complete. Annexure D
21 C7.2 Dismantling cement concrete including clearing of site and leading of broken concrete to
disposal site with contractors men,material,consumables, tools & plants, equipments, Cum 225.00 9688.00 2179800.00
machinaries, including all lead & lifts, loading , unloading , etc. complete.
22 C7.3 Dismantling stone work including clearing of site and stacking of the dismantled material
with contractors men, material, consumables, tools & plants, equipments, machineries, all Cum 75.00 315.00 23625.00
lead & lifts, loading, unloading etc. complete.
Sub Total Amount 1289029030.00
A&C-5 of Pk-4
Volume-II_Revision-1

Schedule D-1: Ancillary Work


Unit Reference to Work
Rate Amount
S.No. Item No. Description of item Quantity Requirement
(In Rs.) (In Rs.)
(Section-5)
1 D1.1 Percussion Drilling of Holes for Probe/Grout Holes (Dia. 50-65mm). RM 172220.00 836.00 143975920.00 14.10,14.13.2.ii of
Annex-A and 13.6 of
Annexure D
2 D1.2 Placing of Grout for consolidation grouting. Each Hole 93682.00 115.00 10773430.00 14.10,14.12,14.13.3
Note: Grout material pumped inside hole will be paid separately. meter of Annex A
13.6 of Annex-D

3 D1.3 Drilling of 76 mm dia holes for exploratory core drilling RM 8000.00 1186.00 9488000.00 13.10 of Annex-D

4 D1.5 Extra for Core recovery RM 4000.00 5679.00 22716000.00 13.11 of Annex-D

5 D1.6 Carrying out Tunnel Seismic Prediction (TPS) Survey/ Measurement in tunnel Each Job 40.00 973017.00 38920680.00 8.13.1, 8.13.8 of
with data processing, evaluation and Report submission in 3 copies (Hard and Annex-A
Soft) inculding all preparatory works and mobilization of requisite
machineries, equipment, manpower, expert personnel and other field
expenses, if any, including all lead and lift, taxes etc. complete.

6 D1.7 Placing of grout for contact grouting including men, material, tools & plants, Each hole 96761.00 3934.59 380715224.00 13.5 of Annex-D
equipments, machineries etc as a complete job. Cost of material will be paid
seprately as per relevant BOQ item.
7 D1.8 Supply and Instalaltion of One way check valve/ pressure relief valve/ drain Each 500.00 4970.21 2485103.00 13.8 of Annex-D
outlet devices including men, material, tools & plants, equipments,
machineries etc as a complete job.
Sub Total Amount 609074357.00
A&C-5 of Pk-4
Volume-II_Revision-1

Bill No. D-2: Supply of Grout Material


Reference to
Rate Amount
S.No. Item No. Description of item Unit Quantity Work Requirement
(In Rs.) (In Rs.)
(Section-5)

1 D2.1 Supply of 53 grade cement OPC conforming to IS: 12269 with latest MT 40849.00 8920.00 364373080.00 3.7, 14.7.3, 14.13.3.iii.A of
amendments and using the same in the work as per RVNL's approved Annex-A, 13.5 & 13.6 of Annex-D
mix design as per RVNL's prescribed rates of consumption including all
lead lift, labour, loading unloading, ascent, descent, crossing of Railway
lines(s), royalty, taxes, transport (contractor's own), tools and plant
complete.
2 D2.2 Additional for Supply of 53 S Grade Cement OPC conforming to IS: MT 40849.00 100.00 4084900.00 3.7, 11.6.2, 14.7.3 and
12269 with latest amendments over and above item D2.1 14.13.3.iii.A of Annex-A,
13.5 & 13.6 of Annex-D
3 D2.3 Supply of Micro Fine Cement (D95<15 Microns) MT 5948.00 78993.00 469850364.00 14.7.4,14.13.3.iii.A of
Annex-A,
13.5 & 13.6 of Annex-D
4 D2.4 Supply of Ultra Fine Cement (D95<12 Microns) MT 1135.00 97389.00 110536515.00 14.7.5,14.13.3.III.A of Annex-A,
13.5 & 13.6 of Annex-D
5 D2.5 Supply of Colloidal Silica MastreRoc MP 320 or Normet 400CS or similar MT 60.00 153658.00 9219480.00 14.7.6,14.13.3.III.A of
Annex-A,
13.5 & 13.6 Annex-D
6 D2.6 Supply of two component PU grout like MastreRoc 364 Flex or TamPur MT 29.00 509669.00 14780401.00 14.7.9,14.13.3.III.A of
116T or similar (More than 35 Mpa compressive strength) Annex-A,
13.5 & 13.6 of Annex-D
7 D2.7 Supply of two component PU grout (upto 40 times expansion) MT 29.00 946838.00 27458302.00 14.7.9,14.13.3.III.A of
Annex-A,
13.5 & 13.6 of Annex-D
8 D2.8 Suppy of Sand for grouting MT 144764.00 809.53 117190390.15 13.5 Annex-D

9 D2.9 Supply of Bentonite for grouting MT 3318.00 18102.53 60064209.74 13.5, 13.6 Annex-D

10 D2.10 Supply of admixture (High range water reducer) Kg 723821.00 117.90 85341468.09 13.5, 13.6 Annex-D

Sub Total Amount 1262899110


A&C-5 of Pk-4
Volume-II_Revision-1

Schedule E2: Supply of fibres for Tunnel


Reference to
Rate Amount
S.No. Description of item Unit Quantity Work Requirement
(In Rs.) (In Rs.)
(Section-5)
1 E2.1 Poly fibers: Supply, weighing and mixing in shotcrete of PP Fiber- Class II (EN 14889- MT 427.84 562280.00 240566727.28 11.6.4, 11.9.3 of
2), 45-55 mm long, Aspect Ratio ≥ 64, tensile strength ≥ 550 Mpa and Modulus of Annex-A
Elasticity ≥ 5GPa.
Note: Supply of fibers shall be paid as per approved design mix for the volume of
Primary / Secondary Lining measured for payment and Nothing will be paid for
rebound or any wastage.

2 E2.2 Poly fibers: Supply, weighing and mixing in final lining and segmental lining of PP MT 771.00 478981.00 369294351.00 15.4.5 of Annex A
Fiber- Class Ia (EN 14889-2), mono filament length 5-7mm, diameter < 20 microns, and 13.14 Annex D
Melting point ≤ 165c. Supply of fibers shall be paid as per approved design mix for
the volume of Lining measured for payment and Nothing will be paid for any
wastage.

Sub Total Amount 609861078


A&C-5 of Pk-4
Volume-II_Revision-1

Schedule F: Monitoring of excavations/construction


S.No. Item No. Description of item Unit Quantity Rate Amount Reference to Work
(In Rs.) (In Rs.) Requirement (Section-
5)
1 F101 Bi-Reflex Paper target points along with break off point & 500 mm long 3D Each 5524.00 3188.00 17610512.00 6.8.5.v,6.11 Annex A
monitoring bolt and 13.15, Annex D
2 F102 Topographical markers/Survey Points Each 60.00 2053.00 123180.00 6.7.3,6.11 Annex A and
3 F103 Vibrating wire type Load Cells Each 177.00 23949.00 13.15, Annex
4238973.00 6.8.2,6.11 Annex AD and
Measuring Range: 30 T 13.15, Annex D
Over Range Limit: 150% with 20m cable
4 F104 Measuring Tape Extensometer Each 6.00 88953.00 533718.00 6.8.4,6.11 Annex A and
Measuring Range: 30 m 13.15, Annex D
5 F105 Tape Convergence Points Each 304.00 616.00 187264.00 6.8.5,6.11 Annex A and
13.15, Annex D
6 F106 Multiple point borehole extensometer Each 70.00 71162.00 4981340.00 6.8.6,6.11 Annex A and
4 points (2m, 5m, 10m, 20m) 13.15, Annex D
Measuring Range: 50 mm
7 F107 Portable read out units for vibrating wire type instruments Each 6.00 102638.00 615828.00 6.9,6.11 Annex A and
13.15, Annex D
8 F108 Automatic weathering station with wind speed, air temperature, rainfall, Nos. 3.00 478975.00 1436925.00 6.7.5,6.11 Annex A and
relative humidity 13.15, Annex D
9 F109 Charges for permanent posting of Instrumentation Engineer Month 216.00 205275.00 44339400.00 6.11.2 Annex A and
13.15, Annex D
10 F110 Multi core cables 0.00 6.7.6, 6.11 Annex A and
13.15, Annex D
F110.1 12 core jelly filled armoured cable RM 8771.00 226.00 1982246.00
11 F111 Cable splicing kit Each 100.00 547.00 54700.00 6.7.7, 6.11 Annex A and
13.15, Annex D
12 F112 10 Channel Junction Box Each 50.00 15054.00 752700.00 6.7.8, 6.11 Annex A and
13.15, Annex D
13 F113 Seepage Discharge measuring device (Measuring Weir) Each 16.00 68425.00 1094800.00 6.7.4, 6.11 Annex A and
13.15, Annex D
Sub Total Amount 77951586.00
A&C-5 of Pk-4
Volume-II_Revision-1

Schedule H: Approach Road for Tunnel and Muck Dumping Site


Reference to
Rate Amount Work
S.No. Item No Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement
(Section-5)
1 Construction of Embankment with materials deposited from Roadway/Hill side Cum 26400.00 150.30 39,67,920.00
cutting: Construction of embankment with approved/suitable materials deposited at
site i.e. obtained from road way & hill cutting and excavation from drain and
foundation of other structures, graded and compacted to meet requirement of table
H1
No.300-2 of MORT&H including all leads and lifts all complete as per drawings and
Technical Specifications Clause 305 of MORT&H. (Materials as obtained from
excavation and hill cutting will be used for construction of embankment on approval of
Engineer in Charge).
2 Stone masonry work in cement mortar (1:3) in substructure, retaining walls, breast
walls and parapets, culverts etc all complete as per drawing and Technical
H2 Specifications section 1400 & 2706 of MORT&H including providing weep hole of
size 110mmx80mm or 110 mm diameter. (Rate is inclusive of cement and form work
as required)
H2.1 Random Rubble Masonry Cum 1500.00 4357.00 65,35,500.00
3 Providing PCC 1:3:6 nominal mix cement concrete in levelling course or foundation of Cum 400.00 5286.00 21,14,400.00
retaining wall, wing wall, breast wall, drain, culvert, etc. with crushed stone
aggregates 40 mm nominal size mechanically mixed, placed in foundation or any
H3
other place and compacted by vibration including curing for 14 days and centering &
shuttering all complete as per drawing and Technical Specificationss Sections 1500 &
1700. (Rate is inclusive of cement).
4 Providing Plain/Reinforced cement concrete in open foundation, coping of walls,
retaining wall, wing wall, breast wall, drain, culvert, etc. with crushed stone
aggregates 40 mm nominal size mechanically mixed, placed in foundation or any
H4
other place and compacted by vibration including curing for 14 days and centering &
shuttering all complete as per drawing and Technical Specifications Sections 1500 &
1700. (Rate is inclusive of cement).
H4.1 PCC Grade M15 Cum 400.00 6119.00 24,47,600.00
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to
Rate Amount Work
S.No. Item No Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement
(Section-5)
5 Laying Reinforced Cement Concrete Pipe NP4/ prestressed concrete pipe on
first class bedding in Single row:- Laying Reinforced Cement Concrete Pipe NP4
(IS-456) / prestressed concrete pipe for culverts on first class bedding of granular
H5 material in single row including fixing collar with cement mortar 1:2 but excluding
excavation, protection works, backfilling, concrete and masonry works in head walls
and parapets all complete as per drawings and Technical Specificationss Sections
2900 of MORT&H).
H5.1 1000 mm dia Meter 350.00 7478.00 26,17,300.00
6 Granular Sub-Base with Coarse Graded Material (Table: 400-2):- Construction of
granular sub base by providing coarse graded material, spreading in uniform layers
with motor grader on prepared surface, mixing by mix in place method with rotavator
H6
at OMC, and compacting with vibratory roller to achieve the desired density, complete
as per Technical specifications clause 401 and Grading Table:400-1 of MORT&H as
decided by Engineer in Charge.
H6.1 For grading-I material Cum 1386.00 2458.00 34,06,788.00
H6.2 For grading-III material Cum 594.00 2550.00 15,14,700.00
7 Water Bound Macadem:- Providing, laying, spreading and compacting stone Cum 1485.00 2872.00 42,64,920.00
aggregates of specific sizes to water bound macadam specification including
spreading in uniform thickness, hand packing, rolling with vibratory roller 8-10 tonnes
in stages to proper grade and camber, applying and brooming requisite type of
screening/binding materials to fill up the interstices of coarse aggregate, watering and
H7
compacting to the required density all complete as per Technical Specifications
clause No.406 of MORT&H.
By Mechanical means
Grading-I (Using Screening Crushable type such as Moorum or Gravel)
Using Screening Type-A (13.2mm Agg.)
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to
Rate Amount Work
S.No. Item No Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement
(Section-5)
8 Dense Graded Bituminous Macadam:- Providing and laying dense bituminous macadam
with 100-120 TPH batch type HMP producing an average output of 75 tonnes per
hour using crushed aggregates of specified grading, premixed with bituminous binder
@ 4.0 to 4.5% by weight of total mix of mix and filler, tranporting the hot mix to work
H8
site, laying with a hydrostatic paver finisher with sensor control to the required grade,
level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to
achieve the desire compaction as per MORT&H specification clause No.507
complete in all resect.
H8.1 For grading II (19 mm nominal size) Cum 990.00 9618.00 95,21,820.00
9 Prime Coat: Providing and applying primer coat with bitumen emulsion on prepared sqm 9900.00 27.78 2,75,022.00
surfaces of granular base including clearing of road surfaces and spraying primer at
H9
the rate of 0.60 Kg/Sqm using mechanical means all complete as per Technical
Specifications Clause 502 of MORT&H.
10 Tack Coat: Providing and applying tack coat with bitumen emulsion using emulsion sqm 9900.00 10.19 1,00,881.00
pressure distributor at the rate of 0.20 Kg per Sqm on the prepared
H10
bituminous/granular surface cleaned with mechanical broom all complete as per
Technical specification Clause 503 of MORT&H.
11 Open-Graded Premix Surfacing: Providing, laying and rolling of open-graded
premix surfacing of 20 mm thickness composed of 13.2 mm to 5.6 mm aggregates
either using penetration grade bitumen or cut back or emulsion to required line, grade
H11 and level to serve as wearing course on a previously prepared base, including mixing
in a suitable plant, laying and rolling with a smooth wheeled roller 8-10 tonne capacity,
finished to required level and grades all complete as per Technical Specifications
clause 510 of MORT&H.
Mechanical method using Penetration grade Bitumen and HMP of appropriate capacity not Sqm 9900.00 155.34 15,37,866.00
H11.1
less than 75 tonnes/hour.
12 Seal Coat: Providing and laying seal coat sealing the voids in bituminous surface laid
H12 to the specified levels, grade and cross fall using Type A and B seal coats all
complete as per Technical Specificaions clause 511 of MORT&H.
H12.1 Seal Coat - Type A Sqm 9900.00 69.22 6,85,278.00
A&C-5 of Pk-4
Volume-II_Revision-1

Reference to
Rate Amount Work
S.No. Item No Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement
(Section-5)
13 Maintainence of Tunnel invert road surface and all approach roads to Work Sites i.e., portals, Maintenance 60.00 451164.00 270,69,840.00
Bridges, Muck Dumping Sites in good motorable condition in all respects and at all times to Months
H13 the satisfaction of Enigneer. This shall include scheduled maintenance with grader for
removal of undulations, potholes etc. of all such roads atleast twice in a month. Cost of all
material will be paid separately under Schedule H.
Sub Total Amount 66059835.00
A&C-5 of Pk-4
Volume-II_Revision-1

Schedule J: Environment Manangement Plan


Reference to
Rate Amount Work
S.No. Item No. Description of item Unit Quantity
(In Rs.) (In Rs.) Requirement
(Section-5)
1 J1 Monitoring of Environmental Attributes during Construction Activity
Air Quality (Ambient Air Quality monitoring, as per NAAQM guide
lines) and assess parameters such as Sulphur Dioxide (SO2), Oxides of
Nitrogen (NOX), Carbon Monoxide (CO), Hydro-Carbons (HC),
J1.1
Suspended Particulate Matter (SPM), Respirable Particulate Matter
(RPM), Ammonia (NH3), Ozone (O3), Lead (Pb), Benzo (a) pyrene
(BaP), Arsenic (As) and Nickel (Ni)).
480.00 8501.00 4080480.00 1.1,1.3.14,1.4.2
J1.1.1 Monitoring of Air Quality Each Sample
Annex-A
2 Noise Levels (Noise level monitoring for monitoring Noise level on db
J1.2
(A) scale as per CPCB standard specifications)
480.00 5667.00 2720160.00
J1.2.1 Monitoring of Noise Levels at Equipment Yards Each Sample 1.4.2 Annex-A
3 Water Quality (Water Quality (As per IS 10500 and IS 2296) for 480.00 8501.00 4080480.00
parameters such as pH, BOD, COD, TDS, Pb, Oil & Grease and
J1.3 Each Sample 1.4.2 Annex-A
detergents for surface water, Water pH, TDS, Total hardness,
Sulphate, Chloride, Fe and Pb ).
Sub Total Amount 10881120
Annexure-18
Revised Volume-III
Pk-4 _Volume-III Revision-1

RVNL Office Building,


Opposite GST Bhavan, Next to GMVN,
Shyampur Bypass Road, Rishikesh-249201, Uttarakhand, India
Telefax: 0135-2442008 e-mail: himansu.badoni@rvnl.org

Volume-III
Revision-1
(BID DRAWINGS)

For

“CONSTRUCTION OF TUNNELS, FORMATION, CONSTRUCTION SHAFT


AND OTHER ANCILLARY WORKS FROM CHAINAGE 47+360 to 63+117 KM
(FLS) WITH NATM AND TBM UNDER PACKAGE-4 IN CONNECTION WITH
NEW BG LINE BETWEEN RISHIKESH AND KARANPRAYAG (125KM) IN
THE STATE OF UTTARAKHAND, INDIA.”

IFB No: RVNL/RKSH-KNPG/TENDER/TUNNELS/PK4 Date: 26.02.2020

July 2020

Corporate Office

RAIL VIKAS NIGAM LIMITED


First floor, August Kranti Bhavan,
Bhikaji Cama Place, New Delhi – 110 066
Tele : + 91-11-26738195 , Fax : + 91-11-26182957, web : www.rvnl.org
Revised Volume III of Bidding Document can be downloaded free f cost from
RVNL website www.rvnl.org .

The Tenderer can also have a soft copy (CD) of Volume III from the RVNL
office
with address mentioned below:

RVNL Office Building,


Opp. GST Bhavan,Next to GMVN,
Shyampur Bypass Road,
Rishikesh-249201, Uttarakhand, India
Telefax: 0135-2442008
e-mail: himansu.badoni@rvnl.org

You might also like