Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
67 views733 pages

Pune Metro Tender Document

Uploaded by

m b k murthy
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
67 views733 pages

Pune Metro Tender Document

Uploaded by

m b k murthy
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 733

Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage


of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan
Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail
Project.

TENDER NO.
P1 Misc-28/2022

BIDDING DOCUMENTS

For

Project : PUNE METRO RAIL PROJECT

Employer : Maharashtra Metro Rail Corporation Limited

Country : India

Page 1
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

E-TENDER NOTICE
MAHARASHTRA METRO RAIL CORPORATION LTD
Pune Metro Rail Project
(A joint venture of Govt. of India & Govt. of Maharashtra)
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune - 411001
E-mail: [email protected]: www.punemetroRail.org
Telephone: 020-26051074
Tender Notice No. P1 Misc-28/2022 Dt. 26 July 2022
Name of work: Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of
Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach
02 of Pune Metro Rail Project
KEYDETAILS:
Completion Period 4 Months (including Monsoon Period).
Documents on sale Documents can be downloaded from 17.00 hrs. on 26.07.2022 to 15.00 Hrs. of
17.08.2022 from Maharashtra Metro Rail Corporation Limited's e-tender Portal.
Cost of documents INR 23,600/- non-refundable (inclusive applicable taxes) through e-payment by
RTGS/NEFT/Credit Card, as per procedure given in e-tender portal.
Source of funds The Employer has applied loans from the European Investment Bank – EIB
(hereinafter called “Funding Agency”) towards the part cost of the Project and
intends to apply a portion of the proceeds of the loans for payments under this
Contract. Disbursement of the loans will be subject, in all respects, to the terms
and conditions of the Loan Agreements, including the disbursement procedures
and the applicable guidelines of EIB.
(http://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf ).

Pre-Bid Meeting The pre-bid meeting shall be conducted on 04.08.2022 at Conference Hall,
Maharashtra Metro Rail Corporation Limited, Inside Mahatma Phule Museum,
Ghole Road, Shivaji Nagar, Pune – 411005, Maharashtra.

Last date of Up till 08.08.2022 at 11.00 hrs in the soft copy by email
submission of [email protected]
queries for pre-bid
by the bidder.
Bid Security The Bid security (EMD) amount shall be Rs. 3,94,156/ (Only) to be submitted
through online mode as follows:
Name of Beneficiary: MMRCL PUNE TENDER FEES AND EMD
Account No: 39212708855
IFSC Code: SBIN0000454
UPI ID: ptfemd@sbi

Date & Time Online submission up to 15.00 Hrs. on 17.08.2022 at Maharashtra Metro Rail
of submission Corporation Limited's e-tender portal( https://mahametroRail.etenders.in).
of Bid
Date & Time of On 17.08.2022 at 15.30 Hours or as decided by the authority at the Office of
Opening of Bid Maharashtra Metro Rail Corporation Limited, 1st Floor, The Orion, Opposite Don
Bosco Youth Centre, Koregaon Park, Pune-411001.
Eligibility Criteria Tenders are open who fulfil the criteria stipulated in Evaluation and Qualification
Criteria (EQC). A firm, who has paid tender fee for the tender documents in their
name, can submit the tender either as an individual firm or in JV/ Consortium.
Bid Validity Tenders shall be valid for a period of 180 days (both days inclusive i.e.., the date
of submission of tenders and the last date of period of validity of the tender) from
the latest date of online submission of Tenders, as described in ITB 18.1 of
Instructions to Bidder.

Page 2
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Award of Contract The Contract will be awarded to the preferred Bidder whose Tender has been
determined to be substantially responsive and compliant to the requirements
contained in the Tender Documents and who has offered the Lowest Evaluated
Price as per ITB 36.1, subject to the quoted amount is considered to be acceptable.

Jurisdiction of Any suit or application, arising out of any dispute or differences on account of this
Courts Tender shall be filed in District and Sessions court at Pune, State Maharashtra/
High Court of Judicature at Bombay, State Maharashtra/ Supreme Court of India,
New Delhi only and no other court or any other district of the country shall have
any jurisdiction in the matter.

Sale of document, e-payment procedure, submission and other details are available on Maha-Metro
tender portal under Pune Metro section in e-tenders https://mahametrorail.etenders.in. To view this
tender notice, interested Agencies may visit the Pune Metro Rail website “www.punemetrorail.org”.

Executive Director (Procurement & Contracts)/PMRP


Maharashtra Metro Rail Corporation Limited

Page 3
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Table of Contents

Covering Page
Tender Notice (NIT)
Table of Contents
Instructions to Bidders - Table of Contents
Disclaimer
PART 1 - Bidding Procedures
Section I. Instructions to Bidders .....................................................................
Section II. Bidding Data Sheet (BDS) ..................................................................
Section III. Evaluation and Qualification Criteria ....................................................
Section IV. Bidding Forms ...............................................................................
Section V. Eligibility Criteria and Social and environment responsibility .......................

Section V-A Agency Policy Corrupt and Fraudulent Practices


Section VI Pricing Document ...........................................................................
Annexure II-A Toolkit for using e-tender portal .........................................................

PART 2 –Works Requirements

Section VII-A General Specification ......................................................................


Section VII-B Particular Specification....................................................................
Section VII-C IT-5D BIM .................................................. Attached as Separate Folder

PART 3 –Conditions of Contract and Contract Forms


Section VIII General Conditions (GC) ...................................................................
Section IX Particular Conditions (PC) .................................................................
Section X Contract Forms .............................................................................
Section XI SHE Manual ..................................................................................

PART 4 –Tenders Drawing .................................................... Attached as Separate Folder

Page 4
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section I. Instructions to Bidders


Table of Clauses

A. General ..................................................................................................
1. Scope of Bid ............................................................................................
2. Source of Funds .........................................................................................
3. Corrupt and Fraudulent Practices ....................................................................
4. Eligible Bidders .........................................................................................
5. Eligible Goods and Related Services .................................................................

B. Contents of Bidding Document ......................................................................


6. Sections of Bidding Document ........................................................................
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting .................................
8. Amendment of Bidding Document ....................................................................

C. Preparation of Bids ....................................................................................


9. Cost of Bidding ..........................................................................................
10. Language of Bid .........................................................................................
11. Documents Comprising the Bid .......................................................................
12. Letter of Bid, Covenant of Integrity and Schedules ...............................................
13. Alternative Bids .........................................................................................
14. Bid Prices and Discounts ...............................................................................
15. Currencies of Bid and Payment .......................................................................
16. Documents Establishing the Eligibility & conformity of the Goods & Related Services .......
17. Document Establishing the Eligibility & Qualification of the Bidder ............................
18. Period of Validity of Bids ..............................................................................
19. Bid Securing Declaration...............................................................................
20. Format and Signing of Bid .............................................................................

D. Submission and Opening of Bids ....................................................................


21. Sealing and Marking of Bids ...........................................................................
22. Deadline for Submission of Bids ......................................................................
23. Late Bids .................................................................................................
24. Withdrawal, Substitution, and Modification of Bids ...............................................
25. Bid Opening ..............................................................................................

E. Evaluation and Comparison of Bids .................................................................


26. Confidentiality ..........................................................................................
27. Clarification of Bids ....................................................................................
28. Deviations, Reservations, and Omissions ............................................................
29. Determination of Responsiveness ....................................................................
30. Nonmaterial Nonconformities, Errors and Omission ...............................................
31. Correction of Arithmetical Errors…………………………………………………………………………………………..
32. Conversion to Single Currency ........................................................................
33. Margin of Preference ...................................................................................
34. Subcontractors
35. Evaluation of Bids ......................................................................................
36. Qualification of the Bidder…………………………………………………………………………………………………….
37. Comparison of Bids .....................................................................................
38. Employer’s Right to Accept Any Bid, and to reject any or All Bids ..............................

F. Award of Contract .....................................................................................


39. Award Criteria ..........................................................................................
40. Notification of Award
41. Grounds for Exclusion ..................................................................................
42. Signing of Contract .....................................................................................
43. Performance Security ..................................................................................

Page 5
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

DISCLAIMER

The Bidding Documents for “Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project” contain brief information about the Project and the Works to be executed and various
steps involved in the bidding process. The information contained in the Bidding Documents or
subsequently provided to Bidders, whether verbally or in documentary or any other form by or on behalf
of Maharashtra Metro Rail Corporation Limited (hereinafter referred as “Maha-Metro” or “the
Company” or “Employer”) or any of its employees or advisors, is provided to Bidders on the terms and
conditions set out in the Bidding Documents and such other terms and conditions subject to which such
information is provided.

The Bidding Documents are not an agreement and is neither an offer nor invitation by Maha-Metro to
the prospective Bidders or any other person. The purpose of the Bidding Documents is to provide
interested parties with information that may be useful to them in making their Bids pursuant to the
Bidding Documents. The Bidding Document include statements, which reflect various assumptions and
assessments arrived at by Maha-Metro in relation to the Project or the work to be executed pursuant to
this bidding process. Such assumptions, assessments & statements do not purport to contain all the
information that each Bidder may require. The assumptions, assessments, statements & information
contained in the Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations & analysis and should check the accuracy, adequacy,
correctness, reliability & completeness of the assumptions, assessments, statements and information
contained in the Bidding Documents and obtain independent advice from appropriate sources.

Information provided in the Bidding Documents to the Bidders is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements & should not be regarded as a complete or authoritative statement of
law. Maha-Metro accepts no responsibility for the accuracy or otherwise for any interpretation or opinion
on law expressed herein.

Maha-Metro, its employees and advisors make no representation or warranty and shall have no liability
to any person, including any Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in the Bidding Documents or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the Bidding Documents &
any assessment, assumption, statement or information contained therein or deemed to form part of the
Bidding Documents or arising in any way for participation in this bidding stage.

Maha-Metro also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements/information contained in the
Bidding Documents.

Maha-Metro may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in the Bidding Documents.
Maha-Metro also reserves the right to change any or all conditions/ information set in the Bidding
Documents at any time by way of revision, deletion, updation or annulment through issuance of
appropriate addendum as Maha-Metro may deem fit without assigning any reason thereof.

The issue of the Bidding Documents does not imply that Maha-Metro is bound to select a Bidder or to
appoint the selected Bidder for constructing the work envisaged under the Bidding Documents and Maha-
Metro reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.

The Bidders shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by Maha-Metro or any other costs incurred
in connection with or relating to its Bid. All such costs and expenses will remain with the Bid and Maha-
Metro shall not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
bidding process.

Page 6
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section I – Instructions to Bidders

Clause No Description
A. General
1. Scope of Bid
1.1 In connection with the Invitation for Bids, specified in the Bid Data Sheet (BDS), the
Employer, as specified in the BDS, issues these Bidding Documents for the procurement
of works and Related Services incidental thereto as specified in Section VII, Schedule
of Requirements. The name, identification & number of lots (contracts) of this
National Competitive Bidding (NCB) procurement are specified in the BDS.
1.2 Throughout these Bidding Documents
(a) the term "in writing" means communicated in written form (e.g. by mail, e-mail, fax,
telex) with proof of receipt;
(b) except where the context requires otherwise, words indicating the singular also
include the plural and words indicating the plural also include the singular; and
(c) "day" means calendar day.
2. Source of Funds
2.1 The Employer specified in the BDS has received or has applied for financing
(hereinafter called “Funds”) from the funding Agency (hereinafter called “the
Agency”) (status described in BDS) towards the project named in the BDS. The
Employer intends to apply a portion of the “Funds” to eligible payments under the
contract(s) for which these Bidding Documents are issued.
3. Corrupt and Fraudulent Practices
3.1 The Purchaser requires compliance with its policy in regard to corrupt and fraudulent
practices as set forth in Section V-A.
3.2 The Bidder/Contractor grants the Employer, the EIB and auditors appointed by either
of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and
records of the bidder, contractor, supplier or consultant in connection with any Bank-
financed contract.
4. Eligible Bidders
4.1 A Bidder may be a firm that is a private entity, a government-owned entity-subject to
ITB 4.3-or any combination of such entities in the form of a joint venture (JV)
/Consortium under an existing agreement or with the intent to enter into such an
agreement supported by a letter of intent. In the case of a joint venture all members shall
be jointly and severally liable for the execution of the Contract in accordance with the Contract
terms. The JV/CONSORTIUM shall nominate a Representative who shall have the authority to
conduct all business for and on behalf of any and all the members of the JV/CONSORTIUM
during the bidding process and, in the event the JV/CONSORTIUM is awarded the Contract,
during contract execution.
Unless specified in the BDS, there is no limit on the number of members in a JV/CONSORTIUM.
4.2 Conflict of Interest: “Bidders shall not have a conflict of interest. All bidders found
to have a conflict of interest shall be disqualified. Bidders shall be considered to
have a conflict of interest with one or more parties in this tendering process, if:
a. A bidder has been engaged by the Employer to provide consulting services for the
preparation related to the procurement of or on the implementation of the
project.
b. a bidder has any associates/ affiliates (inclusive of parent firms) mentioned in
subparagraph (a) above.
c. a bidder lends, or temporarily seconds its personnel to firms or organizations which
are engaged in consulting services for the preparation related to the procurement
of or on the implementation of the project, if the personnel would be involved in
any capacity on the same project; or.
d. the impartial and objective exercise of the functions of the Employer, or the
respect of the principles of competition, non-discrimination or equality of
treatment with regard to the procurement procedure or contract, is compromised
for reasons involving family, emotional life, political or national affinity, economic
interest or any other shared interest. The concept of conflict of interest covers
any situation where staff members (or consultants acting on behalf) of the
Employer who are involved in the conduct of the procurement procedure or may
influence the outcome of that procedure have, directly or indirectly, a financial,

Page 7
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

economic or other personal interest which might be perceived to compromise their


impartiality and independence in the context of the procurement procedure or
contract execution.”
4.3 A Bidder shall be from any of the eligible source countries indicated in Section V,
Eligible Source Countries of External Funding agency.
4.4 A Bidder that has been determined to be ineligible by funding agency in accordance
with ITB 3.1 shall not be eligible to be awarded a Contract.
4.5 This bidding is open only to prequalified Bidders unless specified in the BDS.
4.6 A Bidder shall provide such evidence of eligibility satisfactory to the Employer, as the
Employer shall reasonably request.
5. Eligible Goods and Related Services
5.1 All the Goods and Related Services to be supplied under the Contract and financed by
the Agency may have their origin in any country in accordance with Section V,
Eligibility criteria and social and environmental responsibility.
5.2 For purposes of this Clause, the term "goods" includes commodities, raw material,
machinery, equipment, & industrial plants; & "related services" includes services such
as insurance, installation, training, and initial maintenance.
5.3 The term "origin" means the country where the goods have been mined, grown,
cultivated, produced, manufactured or processed; or, through manufacture,
processing, or assembly, another commercially recognized article results that differs
substantially in its basic characteristics from its components.
B. Contents of Bidding Document
6. Section of Bidding Document
6.1 • The Bidding Documents consist of Parts 1, 2, 3 and 4, which include all the Sections
indicated below, and should be read in conjunction with any Addenda issued in
accordance with ITB 8.

• PART – 1 – BIDDING PROCEDURES


• Section I Instructions to Bidders (ITB)
• Section II Bidding Data Sheet (BDS)
• Section III Evaluation and Qualification Criteria
• Section IV Bidding Forms
• Section V Eligibility Criteria and Social and environment responsibility
• Section V-A Agency Policy Corrupt and Fraudulent Practices
• Section VI Pricing Document
• Annexure II-A Toolkit for using e-tender portal
• PART – 2 – WORKS REQUIREMENTS
• Section VII-A General Specification
• Section VII-B Particular Specification
• Section VII-C 5D BIM
• PART – 3 – CONDITIONS OF CONTRACT AND CONTRACT FORMS
• Section VIII General Conditions (GCC)
• Section IX Particular Conditions (PCC)
• Section X Contract Forms
• Section XI SHE Manual
• PART – 4 – TENDER DRAWINGS
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.
6.3 Unless obtained directly from Bid portal of the Employer, the Employer is not
responsible for the completeness of the document, responses to requests for
clarification or Addenda to the Bidding Document in accordance with ITB 8. In case of
any contradiction, documents obtained directly from the Employer shall prevail.
6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Documents and to furnish with its Bid all information or documentation as
is required by the Bidding Documents.
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting
7.1 A Bidder requiring any clarification of the Bidding Document shall communicate within
date and time the Employer in writing at the Employer's e-mail address as specified
in the BDS or raise its enquiries during the pre-bid meeting if provided for in
accordance with ITB 7.4. The Employer will respond in writing to any request for
clarification, provided that such request is received no later than 14 (fourteen) days
prior to the deadline for submission of bids. The Employer shall forward copies of its

Page 8
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

response to all Bidders who have acquired the Bidding Documents in accordance with
ITB 6.3, including a description of the inquiry but without identifying its source. If so
specified in the BDS, the Employer shall also promptly publish its response at e-Bid
portal identified in the BDS and bidder shall not be informed individually.
7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction of the Works. The costs
of visiting the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such visit, but only
upon the express conditions that the Bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss of or damage
to property, and any other loss, damage, costs, and expenses incurred as a result of
the inspection.
7.4 If so specified in the BDS, the Bidder’s designated representative is invited to attend
a pre-bid meeting. The purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage.
7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach
the Employer not later than one week before the meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including the text of the questions asked
by Bidders, without identifying the source, and the responses given, together with any
response prepared after the meeting, will be transmitted promptly to all Bidders who
have acquired the Bidding Documents in accordance with ITB 6.3. Any modification to
the Bidding Documents that may become necessary as a result of the pre-bid meeting
shall be made by the Employer exclusively through the issue of an Addendum pursuant
to ITB 8 and not through the minutes of the pre-bid meeting. Non-attendance at the
pre-bid meeting will not be a cause for disqualification of a Bidder.
8. Amendment of Bidding Document
8.1 At any time prior to the deadline for submission of bids, the Employer may amend the
Bidding Documents by issuing addenda.
8.2 Any addendum issued shall be part of the Bidding Documents and shall be
communicated in writing to all who have obtained the Bidding Documents from the
Employer in accordance with ITB 6.3. The Employer shall also promptly publish the
addendum on the Employer's e-Bid portal in accordance with ITB 7.1(as specified in
BDS).
8.3 To give Bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may, at its discretion, extend the deadline for the
submission of bids, pursuant to ITB 22.2.
C. Preparation of Bids
9. Cost of Bidding
9.1 The Bidder shall bear all costs associated with the preparation and submission of its
bid, and the Employer shall not be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
10. Language of Bid
10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged
by the Bidder and the Employer, shall be written in the language specified in the BDS.
Supporting documents and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation of the relevant
passages into the language specified in the BDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
11. Documents Comprising the Bid
11.1 The Bid shall comprise the following:
(a) Any addendum issued shall be part of the Bidding Documents and shall be
communicated in writing to all who have obtained the Bidding Documents from
the Purchaser in accordance with ITB 12;
(b) completed schedules, in accordance with ITB 12 and 14;
(c) Bid Security, in accordance with ITB 19.1(as specified in BDS);
(d) alternative bids, if permissible, in accordance with ITB 13(as specified in BDS);
(e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in
accordance with ITB 20.2;

Page 9
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(f) documentary evidence in accordance with ITB 17 establishing the Bidder’s


continued qualified status or, if post-qualification applies, as specified in
accordance with ITB 4.8, the Bidder’s qualifications to perform the contract if its
Bid is accepted;
(g) Technical proposal in accordance with ITB 16;
any other document required in the BDS
11.2 In addition to the requirements under ITB 11.1, bids submitted by a JV/CONSORTIUM shall
include a copy of the Joint Venture Agreement entered into by all members.
Alternatively, a letter of intent to execute a Joint Venture Agreement in the event of a
successful bid shall be signed by all members and submitted with the bid, together with
a copy of the proposed Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on commissions and gratuities,
if any, paid or to be paid to agents or any other party relating to this Bid (as specified
in BDS).
12. Letter of Bid, Covenant of Integrity and Price Schedules
12.1 The Letter of Bid, the Covenant of Integrity and Price Schedules shall be prepared using
the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed
without any alterations to the text, and no substitutes shall be accepted except as
provided under ITB 20.4. All blank spaces shall be filled in with the information requested.
13. Alternative Bids
13.1 Unless otherwise specified in the BDS, alternative bids will not be considered.
13.2 When alternative times for completion are explicitly invited, a statement to that
effect will be included in the BDS, as will the method of evaluating different times for
completion.
13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical
alternatives to the requirements of the Bidding Documents must first price the
Employer’s design as described in the Bidding Documents & shall further provide all
information necessary for a complete evaluation of the alternative by the Employer,
including drawings, design calculations, technical specifications, breakdown of prices,
and proposed construction methodology and other relevant details. Only the technical
alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical
requirements shall be considered by the Employer.
13.4 When specified in the BDS, Bidders are permitted to submit alternative technical
solutions for specified parts of the Works, & such parts will be identified in the BDS,
as will the method for their evaluating, and described in Section VII, Works
Requirements.
14. Bid Prices and Discounts
14.1 Unless otherwise specified in the BDS, Bidders shall quote for the Works such that the
total Bid Price covers all the Contractor’s obligations mentioned in or to be reasonably
inferred from the Bidding Documents in respect of the design, manufacture, including
procurement and subcontracting (if any), delivery, construction, installation and
completion of the Works. This includes all requirements under the Contractor’s
responsibilities for testing, pre-commissioning and commissioning of the plant and,
where so required by the Bidding Documents, the acquisition of all permits, approvals
and licenses, etc.; the operation, maintenance and training services and such other
items and services as may be specified in the Bidding Documents, all in accordance
with the requirements of the General Conditions. Items against which no price is
entered by the Bidder will not be paid for by the Employer when executed and shall
be deemed to be covered by the prices for other items.
14.2 Bidders are required to quote the price for the commercial, contractual and technical
obligations outlined in the Bidding Documents.
14.3 Bidders shall provide price in each item in the manner and detail called for in the price
schedules included in Section IV, Bidding Forms. Further, bidders may add breakdowns
of items and provide the prices in each Price Schedule included in Section IV, Bidding
Forms.
14.4 The price to be offered in the Letter of Bid, in accordance with ITB 12.1, shall be the
total price of the Bid, excluding any discounts that may be offered.
14.5 Unless otherwise specified in the BDS and the Contract, the prices offered by the
Bidder are subject to adjustment during the performance of the Contract in
accordance with the provisions of the Conditions of Contract. In such a case, the Bidder
shall furnish the indices and weightings for the price adjustment formulae in the

Page 10
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule of Adjustment Data and the Employer may require the Bidder to justify its
proposed indices and weightings.
14.6 If so specified in BDS 1.1, Bids are being invited for individual lots (contracts) or for
any combination of lots (packages). Bidders wishing to offer discounts for the award
of more than one Contract shall specify in their Bid the price reductions applicable to
each package, or alternatively, to individual Contracts within the package. Discounts
shall be submitted in accordance with ITB 14.4, provided the Bids for all lots
(contracts) are opened at the same time.
14.7 Unless otherwise provided in the BDS, all duties, taxes, and other levies payable by
the Contractor under the Contract, or for any other cause, as of the date twenty-eight
(28) days prior to the deadline for submission of Bids, shall be included in the rates
and prices and the total Bid Price submitted by the Bidder.
14.8 Bidders wishing to offer any unconditional discount shall specify in their Letter of Price
Bid the offered discounts and the manner in which price discounts will apply.
15. Currencies of Bid and Payment
15.1 The currency(ies) of the bid & the currency(ies) of payments shall be as specified in
the BDS.
15.2 Bidders may be required by the Employer to justify, to the Employer’s satisfaction,
their local and foreign currency requirements, and to substantiate that the amounts
included in the prices shown in the Schedule of Adjustment Data in the Appendix to
Bid are responsible, in which case a detailed breakdown of the foreign currency
requirements shall be provided by Bidders.
16 Documents comprising the Technical proposal
16.1 The Bidder shall furnish a technical proposal including a statement of work methods,
equipment, personnel, schedule and any other information as stipulated in section IV
– Bidding Forms, in sufficient detail to demonstrate the adequacy of the Bidder’s
proposal to meet the work requirements and the completion time.
17. Documents Establishing the Eligibility and Conformity of the Goods and Related
Services
17.1 To establish the eligibility of the Goods and Related Services in accordance with ITB
5, Bidders shall complete the country of origin declarations in the Price Schedule
Forms, included in Section IV, Bidding Forms.
17.2 To establish the conformity of the Goods and Related Services to the Bidding
Documents, the Bidder shall furnish as part of its Bid the documentary evidence that
the Goods conform to the technical specifications and standards specified in Section
VII, Schedule of Requirements.
17.3 The documentary evidence may be in the form of literature, drawings or data, and
shall consist of a detailed item by item description of the essential technical and
performance characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to the technical
specification, and if applicable, a statement of deviations and exceptions to the
provisions of the Section VII, Schedule of Requirements.
17.4 The Bidder shall also furnish a list giving full particulars, including available sources
and current prices of spare parts, special tools, etc., necessary for the proper and
continuing functioning of the Goods during the period specified in the BDS following
commencement of the use of the goods by the Purchaser.
17.5 Standards for workmanship, process, material, and equipment, as well as references
to brand names or catalogue numbers specified by the Purchaser in the Schedule of
Requirements, are intended to be descriptive only and not restrictive. The Bidder may
offer other standards of quality, brand names, and/or catalogue numbers, provided
that it demonstrates, to the Purchaser's satisfaction, that the substitutions ensure
substantial equivalence or are superior to those specified in the Section VII, Schedule
of Requirements.
17 Documents Establishing the Eligibility and Qualifications of the Bidder
17.1 To establish their eligibility in accordance with ITB 4, Bidders shall complete the
Letter of Bid, included in Section IV, Bidding Forms.
17.2 The documentary evidence of the Bidder's qualifications to perform the Contract if
its bid is accepted shall establish to the Purchaser's satisfaction:
(a) that, if required in the BDS, a Bidder that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturer's Authorization using the form included in
Section IV, Bidding Forms to demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply these Goods in the Purchaser's Country;

Page 11
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(b) that, if required in the BDS, in case of a Bidder not doing business within the
Purchaser's Country, the Bidder is or will be (if awarded the contract) represented
by an Agent in the country equipped and able to carry out the Supplier's
maintenance, repair and spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical Specifications; and that the Bidder meets
each of the qualification criterion specified in Section III, Evaluation and
Qualification Criteria.
17.3 Any change in the structure or formation of a Bidder after being prequalified and
invited to Bid (including, in the case of a JV/CONSORTIUM, any change in the structure
or formation of any member thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such approval shall be denied if
(i) as a consequence of the change, the Bidder no longer substantially meets the
qualification criteria set forth in Section III, Qualification Criteria and Requirements;
or (ii) in the opinion of the Employer, the change may result in a substantial reduction
in competition. Any such change should be submitted to the Employer not later than
fourteen (14) days after the date of the Invitation for Bids.
18. Period of Validity of Bids
18.1 Bids shall remain valid for the period specified in the BDS after the bid submission
deadline date prescribed by the Employer in accordance with ITB 22.1. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Employer may request bidders to extend the period of validity of their bids. The request
and the responses shall be made in writing. If a Bid Security is requested in accordance
with ITB 19, it shall also be extended for twenty-eight (28) days beyond the deadline of
the extended validity period. A Bidder may refuse the request without forfeiting its Bid
Security. A Bidder granting the request shall not be required or permitted to modify its
Bid, except as provided in ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be determined as follows: -
(a) In the case of fixed price contracts, the Contract price shall be the bid price adjusted
by the factor specified in the BDS.
(b) In the case of adjustable price contracts, no adjustment shall be made.
(c) In any case, bid evaluation shall be based on the bid price without taking into
consideration the applicable correction from those indicated above.
19. Bid Security
19.1 The Bidder shall furnish as part of its bid a Bid-Security as specified in the BDS, in
original form.
19.2 A Bid Security shall use the form included in Section-IV, Bidding Forms or as specified in
BDS.
19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be a demand
guarantee in any of the following forms at the Bidder's option:

a. an unconditional guarantee issued by a bank or financial institution (such as an


insurance, bonding or surety company);
b. an irrevocable letter of credit;
c. a cashier's or certified check; or
d. another security specified in the BDS,

from a reputable source from an eligible country as specified in Section V-Eligibility


criteria and social and environmental responsibility. If the unconditional guarantee is
issued by a financial institution located outside the Purchaser's Country, the issuing
financial institution shall have a correspondent financial institution located in the
Purchaser's Country to make it enforceable. In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form included in Section IV,
Bidding Forms, or in another substantially similar format approved by the Purchaser prior
to bid submission. The bid security shall be valid for twenty-eight (28) days beyond the
original validity period of the bid, or beyond any period of extension if requested under ITB
18.2.
19.4 If a Bid Security is specified pursuant to ITB 19.1, any bid not accompanied by a
substantially responsive Bid Security or Bid-Securing Declaration shall be rejected by
the Purchaser as nonresponsive.

Page 12
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

19.5 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon
the successful Bidder's signing the contract and furnishing the Performance Security
pursuant to ITB 42.
19.6 The Bid Security of the successful Bidder shall be returned as promptly as possible
once the successful Bidder has signed the contract and furnished the required
performance security.
19.7 The Bid Security may be forfeited, or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder
on the Letter of Bid, or any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to:
i. signs the Contract in accordance with ITB 42; or
ii. furnish a performance security in accordance with ITB 43.
19.8 The Bid- Security of a JV/CONSORTIUM must be in the name of the JV/CONSORTIUM
that submits the bid. If the JV/CONSORTIUM has not been legally constituted into a
legally enforceable JV/CONSORTIUM at the time of bidding, the bid security or Bid-
Securing Declaration shall be in the names of all future members as named in the letter
of intent referred to in ITB 4.1 and ITB 11.2 or as specified in BDS.
19.9 If a bid security is not required in the BDS, pursuant to ITB 19.1, and:
(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder
on the Letter of Bid, or any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to: sign the Contract in accordance with ITB 42; or
furnish a performance security in accordance with ITB 43;

the Employer may, if provided for in the BDS, declare the Bidder ineligible to be
awarded a contract by the Employer for a period of time as stated in the BDS.
20. Format and Signing of Bid
20.1 The Bidder shall prepare one original of the documents comprising the bid as described
in ITB 11 and clearly mark it "ORIGINAL”. Alternative bids, if permitted in accordance
with ITB 13, shall be clearly marked "ALTERNATIVE”. In addition, the Bidder shall
submit copies of the bid, in the number specified in the BDS and clearly mark them
"COPY”. In the event of any discrepancy between the original and the copies, the
original shall prevail.
20.2 The original and all copies of the bid shall be typed or written in indelible ink and shall
be signed by a person duly authorized to sign on behalf of the Bidder. This
authorization shall consist of a written confirmation as specified in the BDS and shall
be attached to the bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages of the bid where
entries or amendments have been made shall be signed or initialed by the person
signing the bid.
20.3 In case the Bidder is a JV, the Bid shall be signed by an authorized representative of
the JV/CONSORTIUM on behalf of the JV/CONSORTIUM, and so as to be legally binding
on all the members as evidenced by a power of attorney signed by their legally
authorized representatives.
20.4 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or
initialed by the person signing the bid.
D Submission and Opening of Bids
21 Sealing and Marking of Bids
21.1 The Bidder shall enclose the original and all copies of the bid, including alternative bids, if
permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the
envelopes as "ORIGINAL", "ALTERNATIVE" and "COPY." These envelopes containing the original
and the copies shall then be enclosed in one single envelope or as specified in BDS.
21.2 Unless specified in BDS, the inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB 22.1;
(c) bear the specific identification of this bidding process stated in ITB 1.1; and
(d) bear a warning not to open before the time and date for bid opening
21.3 If all envelopes are not sealed and marked as required, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.
21.4 The outer envelopes and the inner envelopes containing the Technical Bid shall bear a
warning not to open before the time and date for the opening of Technical Bids.

Page 13
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

21.5 The inner envelopes containing the Price Bid shall bear a warning not to open until
advised by the Employer.
22. Deadline for Submission of Bids
22.1 Bids must be received by the Employer at the address and no later than the date and
time specified in the BDS. When so specified in the BDS, bidders shall have the option
of submitting their bids electronically. Bidders submitting bids electronically shall
follow the electronic bid submission procedures specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by
amending the Bidding Documents in accordance with ITB 8, in which case all rights
and obligations of the Employer and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.
23. Late Bids
23.1 The Employer shall not consider any bid that arrives after the dead line for submission
of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline
for submission of bids shall be declared late, rejected, and returned unopened to the
Bidder.
24. Withdrawal, Substitution and Modification of Bids
24.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending
a written notice, duly signed by an authorized representative, and shall include a copy of
the authorization (the power of attorney) in accordance with ITB 20.2. The corresponding
substitution or modification of the bid must accompany the respective written notice. All
notices must be:
(a) Prepared and submitted in accordance with ITB 20 and 21 (except that withdrawal
notices do not require copies), & in addition, the respective envelopes shall be clearly
marked "WITHDRAWAL," "SUBSTITUTION," or "MODIFICATION;" and or as specified in
BDS.
(b) received by the Employer prior to the deadline prescribed for submission of bids,
in accordance with ITB 22 or as specified in BDS.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1shall be returned
unopened to the Bidders or as specified in BDS.
24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline
for submission of bids and the expiration of the period of bid validity specified by the Bidder
on the Letter of Bid or any extension thereof.
25. Bid Opening
25.1 Except as in the cases specified in ITB 23 and 24, the Purchaser shall publicly open and read
out in accordance with ITB 25 all bids received by the deadline (regardless of the number
of bids received), at the date, time and place specified in the BDS in the presence of Bidders'
designated representatives and anyone who choose to attend. Any specific electronic bid
opening procedures required if electronic bidding is permitted in accordance with ITB 22.1,
shall be as specified in the BDS.
25.2 First, envelopes marked "WITHDRAWAL" shall be opened and read out and the envelope
with the corresponding bid shall not be opened but returned to the Bidder. No bid
withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal & is read out at bid opening. Next, envelopes
marked "SUBSTITUTION" shall be opened and read out and exchanged with the
corresponding Bid being substituted, and the substituted Bid shall not be opened, but
returned to the Bidder. No Bid substitution shall be permitted unless the corresponding
substitution notice contains a valid authorization to request the substitution and is read out
at bid opening. Envelopes marked "MODIFICATION" shall be opened and read out with the
corresponding Bid. No Bid modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request the modification and is read
out at Bid opening. Only bids that are opened and read out at Bid opening shall be
considered further as specified in the BDS.
25.3 All other envelopes holding the Technical Bids shall be opened one at a time, reading
out

a. the name of the Bidder;


b. whether there is a modification;
c. the Bid Price(s), including any discounts and alternative Bids; and
d. Any other details as the Employer may consider appropriate.

Page 14
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Only Technical Bids and alternative Technical Bids read out at Bid opening shall be
considered for evaluation. The Employer shall neither discuss the merits of any Bid nor
reject any Bid (except for late Bids, in accordance with ITB 23.1).
25.4 The Employer shall prepare a record of the bid opening that shall include, as a minimum:
the name of the Bidder and whether there is a withdrawal, substitution, or modification;
the Bid Price, per lot (contract) if applicable, including any discounts, and alternative bids;
and the presence or absence of a Bid-Securing Declaration, if one was required. The
Bidders' representatives who are present shall be requested to sign the record. The
omission of a Bidder's signature on the record shall not invalidate the contents and effect
of the record. A copy of the record shall be distributed to all Bidders.
E. Evaluation and Comparison of Bids
26. Confidentiality
26.1 Information relating to the examination, evaluation, and comparison of the bids, and
qualification of the Bidders and recommendation of contract award, shall not be disclosed
to bidders or any other persons not officially concerned with the bidding process until
information on Contract Award is communicated to all Bidders in accordance with ITB 40.
26.2 Any attempt by a Bidder to influence the Employer in the examination, evaluation, and
comparison of the bids, and qualification of the bidders, or contract award decisions may
result in the rejection of its Bid.
26.3 Notwithstanding ITB-26.2, from the time of bid opening to the time of Contract Award, if
any Bidder wishes to contact the Employer on any matter related to the bidding process,
it shall do so in writing.
27. Clarification of Bids
27.1 To assist in the examination, evaluation, comparison of the bids, and qualification of the
Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its Bid,
given a reasonable time for a response. Any clarification submitted by a Bidder that is not
in response to a request by the Employer shall not be considered. The Employer's request
for clarification & the response shall be in writing. No change, including any voluntary
increase or decrease, in the prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors discovered by the
Employer in the Evaluation of the bids, in accordance with ITB 31.
27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the
Employer's request for clarification, its bid may be rejected.
28. Deviation, Reservation and Omissions
28.1 During the evaluation of bids, the following definitions apply:
(a) "Deviation" is a departure from the requirements specified in the Bidding
Documents;
(b) "Reservation" is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the Bidding Documents; and
(c) "Omission" is the failure to submit part or all of the information or documentation
required in the Bidding Documents.
29. Determination of Responsiveness
29.1 The Employer's determination of a bid's responsiveness is to be based on the contents of
the bid itself, as defined in ITB 11.
29.2 A substantially responsive Bid is one that meets the requirements of the Bidding
Documents without material deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
(a) if accepted, would
(i) affect in any substantial way the scope, quality, or performance of the Goods
and Related Services specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding Documents, the
Employer's rights or the Bidder's obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other bidders presenting
substantially responsive bids.
29.3 The Employer shall examine the technical aspects of the bid submitted in accordance
with ITB 16, in particular, to confirm that all requirements of Section VII, Schedule of
Requirements have been met without any material deviation or reservation, or
omission.
29.4 If a bid is not substantially responsive to the requirements of the Bidding Documents,
it shall be rejected by the Employer and may not subsequently be made responsive by
correction of the material deviation, reservation, or omission.
30. Nonmaterial Nonconformities, Errors and Omissions

Page 15
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

30.1 Provided that a Bid is substantially responsive, the Employer may waive any nonmaterial
nonconformities in the Bid.
30.2 Provided that a bid is substantially responsive, the Employer may request that the Bidder
submit the necessary information or documentation, within a reasonable period of time,
to rectify nonmaterial nonconformities in the bid related to documentation requirements.
Requesting information or documentation on such nonconformities shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.
30.3 Provided that a bid is substantially responsive, the Employer shall rectify quantifiable
nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall
be adjusted, for comparison purposes only, to reflect the price of a missing or non-
conforming item or component as specified in the BDS.
31. Correction of Arithmetical Errors
31.1 Provided that the bid is substantially responsive, the Employer shall correct arithmetical
errors on the following basis:(a) Only for admeasurement contracts, if there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected, unless in the
opinion of the Employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price shall be
corrected;
(b) Only for admeasurement contracts, if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall prevail and the total shall be
corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless, only for admeasurement contracts, the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b)
above.
31.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to
accept the correction in accordance with ITB 31.1, shall result in the rejection of the
Bid.
32. Conversion to Single Currency
32.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be
converted in a single currency as specified in the BDS.
33. Margin of Preference
33.1 Unless otherwise specified in the BDS, a margin of preference shall not apply.
34. Sub-Contractors

34.1 Unless otherwise stated in the BDS, the Employer does not intend to execute any specific
elements of the Works by sub-contractors selected in advance by the Employer.
34.2 In case of Prequalification, the Bidder’s Bid shall name the same specialized subcontractor
as submitted in the prequalification application and approved by the Employer or may
name another specialized subcontractor meeting the requirements specified in the
prequalification phase.
34.3 In case of Post-qualification, the Employer may permit subcontracting for certain
specialized works. When subcontracting is permitted by the Employer, the specialized sub-
contractor’s experience shall be considered for evaluation as indicated in Section III 1.5
Specialized Sub-Contractors. Section III describes the qualification criteria for sub-
contractors or as specified in BDS.
35. Evaluation of Bids
35.1 The Employer shall use the criteria and methodologies listed in this Clause. No other
evaluation criteria or methodologies shall be permitted.
35.2 To evaluate a bid, the Employer shall consider the following:
(a) the Bid Price, excluding Provisional Sums and the provision, if any, for contingencies
in the Schedules, but including Day work items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with ITB 14.4;
(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a
single currency in accordance with ITB 32;
(e) price adjustment due to quantifiable nonmaterial nonconformities in accordance
with ITB 30.3;
(f) the additional evaluation factors as specified in Section-III, Evaluation and
Qualification Criteria;

Page 16
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

35.3 The estimated effect of the price adjustment provisions of the Conditions of Contract,
applied over the period of execution of the Contract, shall not be taken into account
in bid evaluation.
35.4 If these Bidding Documents allow Bidders to quote separate prices for different lots
(contracts), the methodology to determine the lowest evaluated price of the lot
(contract) combinations, including any discounts offered in the Letter of Bid Form, is
specified in Section-III, Evaluation and Qualification Criteria.
35.5 If the bid, which results in the lowest Evaluated Bid Price, is significantly lower than
the Employer’s estimate, or seriously unbalanced or front loaded in the opinion of the
Employer, the Employer may require the Bidder to produce detailed price analyses for
any or all items of the Schedules, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. If it turns out that the
bid price is abnormally low, the Employer may require that the amount of the
performance security be increased at the expense of the Bidder to a level sufficient
to protect the Employer against financial loss in the event of default of the successful
Bidder under the Contract.
36. Comparison of Bids
36.1 The Employer shall compare the evaluated prices of all substantially responsive bids
established in accordance with ITB 35.2 to determine the lowest evaluated bid.
37. Qualification the Bidders
37.1 The Employer shall determine to its satisfaction whether Bidders meet the
qualification criteria specified in Section III, Eligibility and Qualification Criteria,
during the evaluation of Technical Bids. However, if prequalification was carried out
prior to the bidding process, the Employer may carry out the assessment of the
qualification criteria specified in Section III, Eligibility and Qualification Criteria, for
the Bidder who submitted the lowest evaluated and substantially responsive Bid only.
37.2 The determination shall be based upon an examination of the documentary evidence
of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 15.
37.3 An affirmative determination shall be a prerequisite for award of the Contract to the
Bidder. A negative determination shall result in disqualification of the Bid in which
event the Employer shall proceed to the next lowest evaluated bid to make a similar
determination of that Bidder’s qualification to perform satisfactorily.

37.4 The capabilities of the manufacturers and Subcontractors proposed in its Bid to be
used by the Bidder will also be evaluated for acceptability in accordance with Section
III, Evaluation and Qualification Criteria. Their participation should be confirmed with
a letter of intent between the parties, as needed. Should a manufacturer or
Subcontractor be determined to be unacceptable, the Bid will not be rejected, but
the Bidder will be required to substitute an acceptable manufacturer or Subcontractor
without any change to the Bid Price. Prior to signing the Contract, the corresponding
Appendix to the Contract Agreement shall or be completed, listing the approved
manufacturers or Subcontractors for each item concerned.
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids
38.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to contract award, without thereby
incurring any liability to Bidders. In case of annulment, all bids submitted and
specifically, bid securities, shall be promptly returned to the Bidders.
F. Award of Contract
39. Award Criteria
39.1 Subject to ITB 38.1, the Employer shall award the Contract to the Bidder whose bid
has been determined to be the lowest evaluated bid and is substantially responsive to
the Bidding Documents, provided further that the Bidder is determined to be qualified
to perform the Contract satisfactorily.
40. Notification of Award
40.1 Prior to the expiration of the period of Bid validity, the Employer shall notify the
successful Bidder, in writing, that its Bid has been accepted. The notification letter
(hereinafter and in the Conditions of Contract and Contract Forms called the “Letter
of Acceptance”) shall specify the sum that the Employer will pay the Contractor in
consideration of the execution and completion of the Works (hereinafter and in the
Conditions of Contract and Contract Forms called “the Accepted Contract Amount”).

Page 17
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Relating to award of work and issuance of LOA to the successful bidder, Maha-Metro
shall post the details in the Maha-Metro website http://www.punemetroRail.org
and as specified in BDS.
40.2 Until a formal Contract is prepared and executed, the notification of award shall
constitute a binding Contract.
40.3 The Employer shall promptly respond in writing to any unsuccessful Bidder who, after
notification of award in accordance with ITB 40.1, requests in writing the grounds on
which its bid was not selected.
41 Grounds for Exclusion
41.1 Bidders (either natural or legal persons including any of their subcontractors) shall not
be awarded this contract if, on the date of submission of an application or of a bid or
on the date of award of a contract, they have been the subject of a conviction by final
judgment for one of the following reasons:
a. where the bidder is bankrupt or is the subject of insolvency or winding-up
proceedings, where its assets are being administered by a liquidator or by the
court, where it is in an arrangement with creditors, where its business activities
are suspended or it is in any analogous situation arising from a similar procedure
under national laws and regulations;
b. bidder have not fulfilled their obligations regarding the payment of social
security contributions or taxes in accordance with the legal provisions of the
country where they are established or the Employer’s country.
c. where the Employer can demonstrate by any appropriate means a violation by
the bidder of applicable obligations in the fields of environmental, social and
labour law established by national law, collective agreements or by the
international environmental, social and labour law provisions;
d. where the Employer has sufficiently plausible indications to conclude that the
bidder has entered into agreements with other bidder(s) aimed at distorting
competition;
e. where the bidder has shown significant or persistent deficiencies in the
performance of a substantive requirement under a prior public contract, a prior
contract with the Employer or a prior concession contract which led to early
termination of that prior contract, damages or other comparable sanctions;
f. bidder have been convicted within the past five years by a court decision,
which has the force of residential jurisdiction in the country where the project
is implemented, of fraud or corruption or any other Prohibited Conduct
committed during the procurement or performance of a contract, unless they
provide supporting information together with their Covenant of Integrity which
shows that this conviction is not relevant in the context of this project;
g. bidder is listed for financial sanctions by the United Nations and /or European
Union for the purposes of fight against terrorist financing or threat to
international peace and security;
h. bidder including JV/ Consortium members should not be excluded by the EU
Institutions or any major Multilateral Development Bank (including World Bank
Group, African Development Bank, Asian Infrastructure Investment Bank, Asian
Development Bank, European Bank for Reconstruction and Development,
European Investment Bank or Inter-American Development Bank) from
participation in a tendering procedure on the grounds of Prohibited Conduct as
defined in the Covenant of Integrity.
i. where the Employer can demonstrate by appropriate means that the bidder is
guilty of grave professional misconduct, which renders its integrity
questionable;
j. where a conflict of interest within the meaning of Sub-Clause 4.2 in ITB cannot
be effectively remedied by other less intrusive measures;
k. where a distortion of competition from the prior involvement of the bidder in
the preparation of the procurement procedure, as referred to in Sub-Clause 3.1
in ITB, cannot be remedied by other, less intrusive measures;
l. where the bidder has been guilty of serious misrepresentation in supplying the
information required for the verification of the absence of grounds for
exclusion or the fulfilment of the selection criteria, has withheld such
information or is not able to submit the supporting documents required
pursuant to BDS ITB 4.18; or

Page 18
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

m. where the bidder has undertaken to unduly influence the decision-making


process of the Employer, to obtain confidential information that may confer
upon its undue advantages in the procurement procedure or to negligently
provide misleading information that may have a material influence on decisions
concerning exclusion, selection or award.

Notwithstanding point (Error! Reference source not found.) above, Employer might
not exclude a bidder which is in one of the situations referred to in that point, where
the Employer has established that the bidder in question will be able to perform the
contract, taking into account the applicable national rules and measures on the
continuation of business in the case of the situations referred to in point (a).
Any bidder that is in one of the situations referred to in the above paragraph may
provide evidence to the effect that measures taken by the bidder are sufficient to
demonstrate its reliability despite the existence of a relevant ground for exclusion. If
such evidence is considered as sufficient, the bidder concerned will not be excluded
from the procurement procedure.
For this purpose, the bidder shall prove that it has paid or undertaken to pay
compensation in respect of any damage caused by the criminal offence or misconduct,
clarified the facts and circumstances in a comprehensive manner by actively
collaborating with the investigating authorities and taken concrete technical,
organizational and personnel measures that are appropriate to prevent further
criminal offences or misconduct.
The measures taken by the bidder will be evaluated taking into account the gravity
and particular circumstances of the criminal offence or misconduct. Where the
measures are considered to be insufficient, the bidder shall receive a statement of the
reasons for that decision.
Bidders will also be required to confirm and declare that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any other items
of work related to the award and performance of this contract.
42. Signing of Contract
42.1 Promptly after notification, the Employer shall send the successful Bidder the Contract
Agreement.
42.2 In case the agreement is sent, within twenty-eight (28) days but no sooner than 10
days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and
return it to the Employer.
43. Performance Security
43.1 Within twenty-eight (28) days of the receipt of notification of award from the
Employer, the successful Bidder shall furnish the Performance Security in accordance
with the GCC, using for that purpose the Performance Security Form included in
Section X, Contract Forms, or another Form acceptable to the Employer. If the
Performance Security furnished by the successful Bidder is in the form of a bond, it
shall be issued by a bonding or insurance company that has been determined by the
successful Bidder to be acceptable to the Employer. A foreign institution providing a
bond shall have a correspondent financial institution located in the Employer's
Country.
43.2 Failure of the successful Bidder to submit the above-mentioned Performance Security
or sign the Contract shall constitute sufficient grounds for the annulment of the award
and execution of the Bid-Securing Declaration. In that event the Employer may award
the Contract to the next lowest evaluated Bidder, whose bid is substantially responsive
and is determined by the Employer to be qualified to perform the Contract
satisfactorily.

Page 19
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maha Metro Rail Corporation Limited (Maha-Metro)

PUNE METRO RAIL PROJECT


BID DOCUMENTS
FOR

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage of 4


stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana,
Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART I: BIDDING PROCEDURE


SECTION II: BIDDING DATA SHEET

Page 20
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section II. Bidding Data Sheet (BDS)

The following specific data for the goods to be procured shall complement, supplement, or amend the
provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail
over those in ITB.

ITB Clause GENERAL


Reference
General The following terms are used in the Bidding Documents shall have the same meaning and
interpretations;
ITB 1.1 The number of the Invitation for Bids is: P1 Misc-28/2022
ITB 1.1 The Employer is: Maharashtra Metro Rail Corporation Limited
ITB 1.1 The name of the NCB is: - Design of Graphics, Fabrication, Supply, Installation, Testing
and Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill
of Reach 01 and 4 stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court
Elevated of Reach 02 of Pune Metro Rail Project.

The identification number is P1 Misc-28/2022

The number, identification of the lots (contracts) comprising this tender is: Not
applicable.
ITB 1.3 The brief scope of works in this contract is as under:
(New Para)
1. The contractor will undertake designing the signage artworks on the basis of the
scheme provided by the Employer.
2. The Contractor will undertake the Fabrication and Installation of Signage and Graphics
artworks based on technical requirements provided by the Employer and will be
responsible for coordinating all interfaces between adjacent and interfacing contract
packages and disciplines.
3. The work under this contract shall consist of, but is not limited to, all materials,
labor, equipment, tools, plants, scaffoldings, and necessary machinery as required to
completely execute all the works relating to Signage and Graphics.
ITB 1.4 The detailed Scope of work for the Design of Graphics, Fabrication, Supply,
(New Para) Installation, Testing and Commissioning of Signage of 4 stations viz. Dapodi, Bopodi,
Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana, Sambhaji Park,
PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Projectof this contract is
further described in the Para-2: Works Requirements and other documents. The
Contractor has to design the complete system and execute the work accordingly with
the approval of Employer.

The Contractor shall also carry out effective interface & coordination with Designated
Contractors and others appointed by the Employer from time to time, during the
Contract period.

The Bidders are particularly advised to pay attention to the IT Requirements of Employer
(Part-III – Annexure-A - PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS)).
ITB 1.5 The successful Bidder has to establish its office at Pune if it does not have at present.
(New Para) The cost and expenses for setting up the said office(s) will be deemed to have been
included in the Pricing Document and no separate / extra / additional payment will be
made on this account.
ITB 2.1 The name of the Project is: Pune Metro Rail Project
Source of fund for the project: The project shall be funded from GOM and GOI along with
bilateral funding from EIB Luxembourg and AFD France.
Source of fund for this work tender: The Employer has applied loans from the European
Investment Bank – EIB (hereinafter called “Funding Agency”) towards the part cost of the
Project and intends to apply a portion of the proceeds of the loans for payments under
this Contract. Disbursement of the loans will be subject, in all respects, to the terms and
conditions of the Loan Agreements, including the disbursement procedures and the
applicable guidelines of EIB.
(http://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf)”

Page 21
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 3.1 The Bidders are required as a condition of admission to eligibility, to execute and attach
a Covenant of Integrity and Environmental and Social Covenant in the form indicated in
Section IV: Bidding Forms.
ITB 3.3 Prohibited Conduct:
(New In pursuance of the Funding Agency’s (EIB’s) Anti-Fraud Policy (refer
Para) http://www.eib.org/en/infocentre/publications/all/anti-fraud-policy.htm), Prohibited
Conduct includes corruption, fraud, coercion, collusion, obstruction, money laundering
and financing of terrorism defined as follows:
a) A corrupt practice, is the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party.
b) A fraudulent practice, is any act or omission, including a misrepresentation that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation.
c) A coercive practice is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party.
d) A collusive practice, is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of
another party.
e) An obstructive practice is (a) deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation; and/or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from pursuing the investigation, or (b)
acts intended to materially impede the exercise of the ElB's contractual rights of
audit or access to information or the rights that any banking, regulatory or
examining authority or other equivalent body of the European Union or of its
Member States may have in accordance with any law, regulation or treaty or
pursuant to any agreement into which the EIB has entered in order to implement
such law, regulation or treaty.
f) Money laundering is,
i. the conversion or transfer of property, knowing that such property is derived from
criminal activity or from an act of participation in such activity, for the purpose
of concealing or disguising the illicit origin of the property or of assisting any
person who is involved in the commission of such activity to evade the legal
consequences of his action;
ii. the concealment or disguise of the true nature, source, location, disposition,
movement, rights with respect to, or ownership of property, knowing that such
property is derived from criminal activity or from an act of participation in such
activity;
iii. the acquisition, possession or use of property, knowing, at the time of receipt,
that such property was derived from criminal activity or from an act of
participation in such activity;
iv. participation in, association to commit, attempts to commit and aiding,
abetting, facilitating and counselling the commission of any of the actions
mentioned in the foregoing points.

g) Financing of terrorism is the provision or collection of funds, by any means,


directly or indirectly, with the intention that they should be used or in the
knowledge that they are to be used, in full or in part, in order to carry out any of
the offences within the meaning of Articles 1 to 4 of the Council Framework
Decision 2002/475/JHA of 13 June 2002 on combating terrorism.

The Employer will declare a firm ineligible, either indefinitely or for a stated period of
time, for any Employer’s contract, if at any time determines that the firm has engaged
in Prohibited Conduct in competing for, or in executing, a borrowed financed contract
in general.

The Bidder/Contractor grant the Employer, the Funding Agencies and auditors appointed
by either of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and
records of the bidder, contractor, supplier or consultant.

Page 22
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

If it is established to the required standards that a project-related party has engaged in


Prohibited Conduct in the course of a procurement process or implementation of a
contract to be financed, the Funding Agency:
a. may seek appropriate remediation of the Prohibited Conduct to its satisfaction;
b. may declare ineligible such project-related party to be awarded the contract;
and/or
c. may withhold the Funding Agency’s no objection to contract award and may apply
appropriate contractual remedies, which may include suspension and cancellation,
unless the Prohibited Conduct has been dealt with to the satisfaction of the Funding
Agency.

Furthermore, within the framework of the Funding Agency’s Exclusion Policy (see the
EIB’s Exclusion Policy: https://www.eib.org/en/publications/exclusion-policy.htm), the
Funding Agency may declare such project related party ineligible to be awarded a
contract under any EIB project or to enter into any relationship with the Funding Agency.

IMPORTANT: It should be noted that, in the Covenant of Integrity, the bidder is requested
to self-declare all sanctions and / or exclusions (including any similar decisions having
the effect of imposing conditions on the bidder or its subsidiaries or to exclude the said
bidder or its subsidiaries, such as temporary suspension, conditional non-exclusion, etc.)
imposed by the European institutions or any multilateral development banks (including
the World Bank Group, the African Development Bank, the Asian Development Bank,
European Bank for Reconstruction and Development, European Investment Bank or Inter-
American Development Bank), regardless of the date of issue and the expiration or not
of such decisions and of the current status of any sanction and / or exclusion. In this
regard, any omission or misrepresentation, made knowingly or recklessly, may be
considered as fraud under the EIB Anti-Fraud Policy. Therefore, the Employer reserves
the right to reject any offer presenting an inaccurate or incomplete Covenant of
Integrity, and may cause the rejection of the offer for prohibited conduct.

ITB 4.1 Maximum number of members in the JV/Consortium shall be: Three
Lead member shall have minimum 40% participation and other members shall have
minimum 20% participation in the proposed JV / Consortium for this work. The lead
member must be technical and have maximum participation in the JV/Consortium.
In case of JV / Consortium, change in constitution or percentage participation of
JV/Consortium shall not be permitted at any stage after their submission of Bid and
thereafter.
The authorized representative from lead member of JV/Consortium shall be signatory of
the bid.
ITB 4.2(e) No Bidder can be a subcontractor while submitting a Bid individually or as a partner of a
JV / Consortium in the same bidding process. A Bidder, if acting in the capacity of
subcontractor in any Bid, may participated in more than one Bid, but only in that capacity.
ITB 4.5 This Bidding process is in Single stage two-packet system through e-tender portal of
Maharashtra Metro Rail Corporation Limited. Unless otherwise approved by the
Employer, the Bids for this Contract will be considered only from those companies,
corporation, partnerships, consortia and joint ventures who pass the Eligibility Criteria
under Section-III based on submissions with the Bid. Technical bids of only such eligible
Bidders will be evaluated.
ITB 4.7 A firm, who has purchased the Bidding Document in their name, can submit the Bid either
(New Para) as individual firm or in JV / Consortium.
ITB 4.9 In case, the Bidder is a JV/Consortium, a detailed JV/Consortium Agreement between the
(New Para) Members of such JV/Consortium stating clearly their inter-relationship and division of work
and obligations among the Members as mentioned in ITB 4.13 below should be submitted
along with the Bid for proper examination by Maharashtra Metro Rail Corporation
Limited. The format of the JV/Consortium Agreement is provided in Section-IV: Bidding
Form (Form 8).
ITB 4.10 Further, a Power of Attorney signed by all the JV/Consortium Members duly supported by
(New Para) their board resolutions must also accompany the Bid authorizing the Lead Member, inter-
alia, to submit the Bid on their behalf. The formats of the Power of Attorney as well as
the board resolution are provided in Section IV: Bidding Form (Form 9). As the Contract
Agreement will be required to be executed by all other Members of the Consortium also
in addition to signing by the Lead Member, therefore each of such other Members is

Page 23
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

required to issue a Power of Attorney authorizing an individual as its authorized signatory,


inter alia, to sign the Contract Agreement. The format of the Power of Attorney is provided
in Section IV: Bidding Form (Form 9E).
ITB 4.11 Every Bidder, be it a single entity or a consortium, is required to submit along with its Bid
(New Para) a Power of Attorney duly signed and stamped and supported by its board resolution
authorizing an individual as its authorized signatory, inter alia, to sign and submit the Bid.
The formats of the Power of Attorney as well as the board resolution are provided in
Section IV: Bidding Form (Form 9). In case of Consortium, such power of attorney and
board resolution must be executed and passed respectively by the Lead Member.
ITB 4.12 The mode of execution of the power of attorney should be in accordance with the
(New Para) procedure, if any laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and/or notarized in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by a Bidder from a
country which has signed The Hague Legislation Convention 1961 is not required to be
legalized by the Indian Embassy if it carries a conforming Apostille certificate.

This power of attorney should be registered at appropriate authority & easily verifiable.
ITB 4.13 Where the Bidder is a Consortium or Joint Venture, the Bidder shall submit the following
(New Para) additional information to meet the qualification criteria for eligibility:
(a) A Memorandum of Understanding / Consortium Agreement shall be provided duly
notarized by the notary public of country of origin and should be stamped by Embassy
/ High Commission. Bidders from Member Countries of Hague convention may submit
all these documents with “Apostille” stamp instead of Embassy.
(b) Nomination of one of the Members of the Consortium or Joint Venture to be in-charge
(“Lead member”); and this authorization shall be covered in the Power of Attorney
signed by the legally authorized signatories of all Members of Consortium or Joint
Venture.
(c) Details of the intended financial participation by each member shall be furnished
with complete details of the proposed division of responsibilities and relationships
among the individual Members.
(d) The Lead member shall be authorized to incur liabilities, receive payment (if
provided for in MoU / Consortium Agreement) and receive instructions for and on
behalf of any or all Members of the Consortium / Joint Venture.
(e) All members of the Consortium / Joint Venture shall be jointly and severally
responsible for the execution of the Contract in accordance with the terms and
conditions of the Contract.
(f) In case of the Bidder being Successful, the JV / Consortium Agreement shall be
registered at any place in India so as be legally valid and binding on all partners /
members
(g) The Bid shall be signed so as to be legally binding on all the Members of the
Consortium.
ITB 4.14 The Bidder shall submit with the Bid full details of its ownership and control or, if the
(New Para) Bidder is a Consortium, full details of ownership and control of each Member thereof. The
required information should be submitted as per Form 4.11 in the Section IV: Bidding
Forms.
ITB 4.15 Indian Bidders, or Indian Members of a Consortium shall submit, a copy of the Permanent
(New Para) Account Number (PAN) issued by the Income Tax Authorities and a certified copy of the
last 3 years (including the latest Financial Year) income tax return, duly acknowledged by
Income Tax department with their Bid and the Technical Package. In case the Indian
member of a Consortium is a wholly owned 100% subsidiary of their foreign partner in the
said Consortium and this Indian company has been formed less than 3 years ago, the
certified copy of the latest Financial Year income tax return (applicable only if company
was formed more than a year ago), duly acknowledged by Income Tax department shall
be submitted in the Technical Package.

The foreign partner of the JV/Consortium shall submit appropriate documents pertaining
to their financial capability/ audited balance sheets and clearances of taxes as per the
relevant law of the country of their origin.

Page 24
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 4.16 Each Bidder (each Member in the case of a Consortium) is required to confirm and declare
(New Para) with its Bid that no agent, middleman or any intermediary has been, or will be, engaged
to provide any services, or any other item or work related to the award and performance
of this Contract. Such Bidder or Member will have to further confirm and declare in the
Bid that no agency commission or any payment which may be construed as an agency
commission has been, or will be, paid and that the Contract Price will not include any such
amount. If the Employer subsequently finds to the contrary, the Employer reserves the
right to declare the Bidder as non-compliant and declare any Contract if already awarded
to the Bidder to be null and void. Specific declaration to this effect exactly as per Section
IV: Bidding Form (Form 18) shall be submitted with the Technical Package.
ITB 4.17 Canvassing or offer of an advantage or any other inducement by any person with a view to
(New Para) influencing acceptance of a Bid will be an offence under laws of India. Such action will
result in the rejection of the Bid, in addition to other punitive measures.
ITB 4.18 Each Bidder (each member in the case of joint venture or consortium or partnership) is
(New Para) required to confirm and declare with their Tender that they (as the case may be) have not
engaged in any fraudulent and corrupt practice as defined in BDS ITB 3.3 and that no agent,
middleman or any intermediary has been, or will be, engaged to provide any services, or
any other item or work related to the award and performance of this Contract and declare
that no agency commission or any payment which may be construed as an agency
commission has been, or will be, paid and that the tender price will not include any such
amount. To fulfil this requirement, the Bidder (each member in case of JV / Consortium)
shall sign and execute the Covenant of Integrity given as Form – 2.2A and the declaration
given as Form 23.
If the Employer subsequently finds these has not been provided, the Employer reserves
the right to declare the Bidder as non-compliant and declare any Contract if already
awarded to the Bidder to be null and void.
ITB 5.2 Bidders are encouraged (Not mandatory & Binding) to adopt Indian sources to the
(New Para) maximum possible extent. However, all plant, materials, supplies, equipment and services
shall be to the satisfaction of the Employer and Engineer. The information on all plant,
materials, supplies, equipment and services included in the Contractor’s Proposal and
incorporated into the Contract shall not, in any event, be construed as a submission to the
Employer under the Contract. Contractor will be required to take specific approval of the
Employer for deployment of plant, materials, supplies, equipment and services in
accordance with the Conditions of Contract and Employer’s Requirements.
B. BIDDING DOCUMENTS
ITB 6.1 • The Bidding Documents consist of s 1, 2, 3 and 4, which include all the Sections
indicated below, and should be read in conjunction with any Addenda issued in
accordance with ITB 8.

• PART - 1 – BIDDING PROCEDURES


• Section I Instructions to Bidders (ITB)
• Section II Bidding Data Sheet (BDS)
• Section III Evaluation and Qualification Criteria
• Section IV Bidding Forms
• Section V Eligibility Criteria and Social and environment responsibility
• Section V-A Agency Policy Corrupt and Fraudulent Practices
• Section VI Pricing Document
• Annexure II-A Toolkit for using e-tender portal
• PART – 2 – WORKS REQUIREMENTS
• Section VII-A General Specification
• Section VII-B Particular Specification
• Section VII-C 5D BIM
• PART – 3 – CONDITIONS OF CONTRACT AND CONTRACT FORMS
• Section VIII General Conditions (GCC)
• Section IX Particular Conditions (PCC)
• Section X Contract Forms
• Section XI SHE Manual
PART – 4 – TENDER DRAWINGS
ITB 6.3 As this is a e-tender and all relevant document are available on E-tender Portal of
Maharashtra Metro Rail Corporation Limited hence the Employer is not responsible for
the completeness of the Bidding Documents, responses to requests for clarifications, the

Page 25
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

minutes of the pre-bid meeting (if any), or Addenda to the Bidding Documents in
accordance with ITB 8(Downloaded / Uploaded by Bidder). In case of any contradiction,
documents available / uploaded on E-Tender portal of Employer shall prevail.
ITB 6.4 Following is added to existing ITB 6.4
Failure to comply with the requirements of the Bidding Documents and to furnish all
information required by the Bidding Documents or submission of a Bid not substantially
responsive to the Bidding Documents in every respect will be at the Bidder’s risk and may
result in rejection of its Bid.
ITB 6.5 The Bidder shall not make or cause to be made any alternation, erasure or obliteration to
(New Para) the text of the Bid Documents.
ITB 6.6 The document including the Bid Documents and all attached documents provided by
(New Para) Maharashtra Metro Rail Corporation Limited are and shall remain or becomes the property
of Maharashtra Metro Rail Corporation Limited and are transmitted to the Bidders solely
for the purpose of preparation and the submission of a Bid in accordance herewith. The
provision of this Para shall also apply mutatis mutandis to the Bids and all other documents
submitted by the Bidders, & Maharashtra Metro Rail Corporation Limited will not return
to the Bidders any Bid, document or any information provided along therewith.
ITB 6.7 Contents of Supporting Documents
(New Para)
ITB 6.7.1 The references documents, reports, drawings containing site information included in the
(New Para) Bidding Documents are for general information only and any interpretation of the results
shall be construed as opinions only and not as representations or warranties as to the
actual site conditions. The Bidders’ attention is specifically drawn to ITB 6.7.3 below.
ITB 6.7.2 The Bidders shall note the existence of over ground, at grade, utilities and infrastructure
(New Para) in the near vicinity of the Works to be constructed.
ITB 6.7.3 The accuracy or reliability of the documents and reports referred to in this Para ITB 6.7
(New Para) and of any other information supplied, prepared or commissioned at any time by the
Employer or others in connection with the Contract is not warranted. The Bidders’
attention is drawn to Clause 4.10 of GC in this regard. The Bidder should visit, examine
and assess the Site including working conditions and will be deemed to have satisfied
himself of the risks and obligations under the Contract.
ITB 7.1 For Clarification of bid purposes only, all correspondence to be made through mail to
the below mentioned email address & addressed to
ED, Procurement & Contracts, Maharashtra Metro Rail Corporation Limited.
Email address: [email protected]

All correspondence from Maharashtra Metro Rail Corporation Limited pertaining to this Bid till
award of the work shall be done by authorized representative of Maharashtra Metro Rail
Corporation Limited. The Bidders are advised to regularly check their email ID registered with
their user account at e-tendering portal https://mahametroRail.etenders.in for any
update/addendum/corrigendum/pre-tender and post-bid queries/any other correspondence
by the Employer.

The Bidder is requested, to submit any questions in writing, to reach the Employer
before the date and time specified for Pre-Bid meeting in NIT & ITB 7.4. The bidder may
send such queries either by post to the address mentioned in the bid document or send
by mail to mahametroRail.etenders.in
ITB 7.1.1 Should the Bidder for any reason whatsoever, be in doubt about the meaning of anything
(New Para) contained in the Bid Documents or the extent of detail in the Works Requirements (General
Specification and Technical Specification) and Bidding Drawings, the Bidder shall seek
clarification from Maharashtra Metro Rail Corporation Limited, not later than the date
specified. Bidders are advised to use the format attached in Section IV: Bidding Forms (Form
for seeking clarification) while seeking clarifications.
ITB 7.1.2 Maharashtra Metro Rail Corporation Limited will comply with the principle of equal
(New Para) opportunity and fair treatment to respond to the questions / queries raised or
clarifications sought by the Bidders on or before the date mentioned in BDS at ITB 7.1
above. All reply of queries and clarifications, in writing shall be up loaded on e-tender
portal of Maharashtra Metro Rail Corporation Limited accessible to all prospective bidder.
No verbal clarification shall be replied except the queries pertaining to the procedures
of submission and uploading of bid on e-tender portal.

Page 26
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 7.1.3 Maharashtra Metro Rail Corporation Limited may also on its own motion, if deemed
(New Para) necessary, issue interpretations and clarifications to all Bidders. All clarifications and
interpretations issued by Maharashtra Metro Rail Corporation Limited shall be deemed to be
part of the Bid Documents. Verbal clarifications and information given by Maharashtra Metro
Rail Corporation Limited or its employees or representatives shall not in any way or manner
be binding on Maharashtra Metro Rail Corporation Limited.
ITB 7.2 Following is added to existing ITB 7.2

Any site information given in this bidding document is for guidance only. It shall be
deemed that the Bidder has undertaken a visit to the Site of the Works and is aware of
and has ascertained itself, the site conditions, traffic, location, surroundings, climate,
availability of power, water and other utilities for construction, access to Site, handling
& storage of materials, weather data, applicable laws and regulations, and any other
matter considered relevant by it prior to the submission of Bid.
ITB 7.4 A Pre-Bid meeting shall take place at the following date, time and place: As per NIT
ITB 7.5 Replace provisions of ITB 7.5 with the following
The bidder may send such queries either by post to the address mentioned in the bid
documents or by e-mail:- [email protected]
ITB 7.6 Responses to queries shall not be sent individually to each bidder. It shall be published
on e-tender portal of Maharashtra Metro Rail Corporation Limited
https://mahametroRail.etenders.in. However, email notices shall be sent to all bidders when
new information is uploaded on e-tender portal of Maharashtra Metro Rail Corporation
Limited https://mahametroRail.etenders.in.
ITB 7.7 Bidders should alert the Employer in writing with a copy to Funding Agency (EIB) to
(New Para) [email protected] in case they consider that certain clauses or technical
specifications of the Tender Documents might limit national competition or introduce
an unfair advantage to some bidders
ITB 8.2 Following is added to existing ITB 8.2

Such modification in the form of an addendum will be uploaded on the e-Bidding


portalhttps://mahametroRail.etenders.in within the date given in NIT, which shall be
available for all the prospective Bidders who have purchased the Bidding Documents in the
Bid period. Without prejudice to the general order of precedence prescribed in the Clause
1.5 of GCC, the provisions in any such addenda shall take priority over the Invitation to
Bidders and Bidding Documents previously issued. Bidder shall ensure these documents
should be submitted along with their original Bid documents submission. These all
addendums, corrigendum and clarifications shall be part of the contract agreement.
C. PREPARATION OF BIDS
ITB 10.1 The language of the bid is English.

All correspondence exchange shall be in the English language. Language for translation
of supporting documents and printed literature is English.

Supporting documents related to eligibility criteria enclosed with the bid, other than
English Language, should be translated into English and will have to be endorsed by the
Indian Embassy or notarized / registered with appropriate statutory authority in the
jurisdiction where the supporting document is being issued.

However, such documents provided by a Bidder from a country which has signed The
Hague Legislation Convention 1961 is not required to be endorsed by the Indian Embassy,
if it carries a conforming Apostille Certificate.

The Bidder should provide the relevant contact number and E-mail ID along with the
postal address, in English, of issuing authority / agency of such documents for
verification purpose.
ITB 11 Documents Comprising the Bid.
Replace the Para 11 and its Sub-Paras with the following:
ITB 11.1 General Requirements
ITB 11.1.1 All documents issued for the purposes of bidding as described in ITB 7, and any
amendments issued thereof shall be deemed as incorporated in the Bid.

Page 27
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 11.1.2 The Bidder shall, on or before the date and time given in the Notice of Invitation to Bid
upload his Bid on e-tendering portal https://mahametroRail.etenders.inin accordance
with provisions in ITB 22.1.

The Bidder shall, on or before the date given in NIT, submit his Bid online and follow
the procedure and steps of E-Tender portal of Maharashtra Metro Rail Corporation
Limited Details have been given in E-Toolkit given in Annexure-II-A.

Cost of the Bid: Paid online through E-Tender portal.


Bid Security: As per format given in the Tender.

Technical Package: To be submitted at appropriate place i.e. Technical Envelope on e-


tender portal.

Financial Package: Financial bid form to be duly filled up directly in the Commercial
Envelope only on e-tender portal and not anywhere else.
• Bidder should ensure that the no part of the Financial Bid should be up-loaded
anywhere in the Technical envelope, if the bidder does so then his bid will be rejected
out rightly.
• The original Bid Security shall be submitted within three working days from the last
date stipulated for submission of bid at the office of Maharashtra Metro Rail
Corporation Limited at address given above.
For Bid Securing Declaration: Refer BDS ITB 19.1 below
Bill of Quantities also referred to as the Pricing Document.
ITB 11.1(d) Alternative bid is not permissible.
ITB 11.1 (i) The bid documents shall include the bid document including corrigendum/ addendum/
clarifications provided by the Employer during the course before submission of Bid. Failure by
the bidder to upload the same shall render the bid to be considered as non-responsive and the
bid shall not be validated.
ITB 11.2 Bid Security: Refer BDS ITB 19.1 below
ITB 11.3 Pre-qualification Package
ITB 11.3.1 The pre-qualification documents shall comprise of all information and supporting
documents as per Section-III: Evaluation and Qualification Criteria.
ITB 11.4 Technical Package/Technical Section
ITB 11.4.1 The Bidder shall submit/ upload (through digital signature in the “Technical Package”/
(Additional “Technical Section’’ in the e-tender portal of MAHA-METRO.
para) 1. Bidder shall first download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender using his DSC
(i.e. DSC of POA/ Owner) read & examine the document & process carefully.
2. For submission of Tender Document and Corrigendum, Tick (√) Submission Process has
been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders have to
tick (√) the corresponding checkbox provided in the Technical Section of E-Tendering
portal as a token of acceptance of these bid documents & corrigendum / Addendums.
By clicking the tick (√) the bid documents & corrigendum /addendum shall automatically
attach to offer of bidder. Further bidder may proceed for submission by clicking submit
button.
3. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issues a corrigendum, in this circumstance the
bidder has to re-submit his bid by “clicking tick (√)” to the new added corrigendum, in
case the new corrigendum has any implications to his already submitted bid. Bidder
may, at his option, amend his bid accordingly & re-submit it.
4. Physical Sign & seal of bidder on each page of Bid Documents available online is
required.
5. Scanned copy of all enclosures required as described in the Bid Document at various
places shall be uploaded in Technical Section / Technical Envelop of E-Tender Portal.
6. Each entity of Technical Section / Technical Envelope have a capacity to upload a
document of 10 MB.
7. If any enclosure is more than 10 MB, it may be split by bidder to the size of 10 MB or
less & proceed further for uploading in Technical Section / Technical Envelope.
8. If the technical enclosures are more in number than the fixed entity of Technical
Section / Technical Envelope. Bidders have option to upload any number of documents

Page 28
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

in “Additional Document” section of “Technical Envelope/ Technical Section” of E-


Tender Portal.
9. No information pertaining to “Financial Bid” shall be uploaded or disclosed anywhere
in “Technical Bid” Technical Section/ Technical Envelope of E-Tender Portal.
10. All uploaded enclosures should bear page numbers and indexed properly. The first
file uploaded by bidder in the technical section shall be “Index of Enclosures”.
ITB Scanned copies of Bid Security and Bid Processing Fee
11.4.1.1
ITB Attested Copy of Power of Attorney (from each Member in case of Consortium) to submit
11.4.1.2 Bid.
ITB Consortium Agreement (in case the Bidder is a Consortium) duly covering the details
11.4.1.3 provided under BDS ITB 4.13;
ITB Letter of Bid in accordance with ITB 12;
11.4.1.4
ITB Statement of Deviation: No Deviations are allowed.
11.4.1.5
ITB Certificate confirming submission of all documents of Financial Package in Technical
11.4.1.6 Package with price left blank (as per format provided in Section-IV: Bidding Forms (Form
16).
ITB Bidder’s Technical Proposal
11.4.1.7
(1) The Bidder shall submit with its Bid its Technical Proposals as described in Section IV:
Bidding Form (Form 4.4). The Technical Proposals to also include details of major
component, equipment, sub-systems, assemblies and any specialized works proposed to
be sub-contracted or bought-in (See ITB 34.4 below).
(2) The Bidder shall submit in his Technical Package a schedule of the main items of
Contractor’s Equipment (refer Form 4.5 under Section IV. Bidding Forms), which he
intends to use for carrying out the Works, indicating the activities for which each item
will be used. The Bidder shall specify in each case:
• If he owns or intends to purchase such items, and
• If he intends to enter into hire, hire purchase, or leasing or charter-party
arrangements.
(3) The Bidder may be requested by Maharashtra Metro Rail Corporation Limited in writing
to amplify, explain and develop the Contractor’s Technical Proposals in substantially
greater detail during the detailed technical package evaluation period such that they
may be confirmed as complying clearly with Works Requirements and, in accordance
with BDS ITB Para 8.4 herein, can be incorporated into the Contract. Only those aspects
of the Contractor’s Technical Proposal that the Employer (at its sole discretion)
considers clearly conforming will form part of the Contract.
ITB Outline Quality Plan (Form 4.7 under Section IV: Bidding Form): The Bidder shall submit
11.4.1.8 as part of its Bid an Outline Quality Plan illustrating the intended means of compliance
with the Clause 5.2 to 5.6 of General Specifications (Part 2, Section VII-A, Works
Requirements, and setting out in summary form an adequate basis for the development
of the more detailed document required under specifications of the Bid. The Outline
Quality Plan shall contain sufficient information to demonstrate clearly the proposed
method of achieving the Bidder’s quality objectives with regard to the requirement of
the Contract.

Overall responsibility of quality for manufacture, testing, commissioning and DLP shall
be with the Consortium member based on whose experience and strength, the Bidder
has qualified for this Bid.
ITB Outline Safety Plan (Form 4.8 under Section IV: Bidding Form): The Bidder shall submit
11.4.1.9 as part of its Bid an Outline Safety Plan which shall contain sufficient information to
demonstrate clearly the Bidder’s proposals for achieving effective and efficient safety
procedures in the design, manufacture, testing & commissioning of the Works. The
Outline Safety Plan should include an outline of the safety procedures and regulations
to be developed and the mechanism by which they will be implemented for ensuring
safety including Hazard Analysis, Fire Control, Electro Magnetic Compatibility/Electro-
magnetic Interference control, reliability, availability and maintainability requirements
as given in the Works Requirements (Clause 14.5 and 14.6 of General Specifications,

Page 29
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Part 2, Section VII-A) and Clause 5 and 12 (Sub Clause 4.8, 4.22) of Part B – Specific
Provisions of Section IX-Particular Conditions.

The Outline Safety Plan shall be headed with a formal statement of policy in relation to
safety and shall be sufficiently informative to define the Bidder’s Safety Plans and set
out in summary an adequate basis for the development of the Site Safety and Safety in
transportation to be submitted in accordance with Works Requirements and Clause 12
(Sub Clause 4.8, 4.22) of Part B – Specific Provisions of Section IX-Particular Conditions.
The Bidder may be requested by Maharashtra Metro Rail Corporation Limited in writing
to amplify, explain or develop its Outline Safety Plan prior to the date of acceptance of
the Bid and to provide more details with a view to reaching provisional acceptance of
such Plan.
ITB Outline Environmental Plan (Form 4.9 under Section IV: Bidding Form): The Bidder shall
11.4.1.10 submit as part of its Bid an Outline Environmental Plan setting out in summary form its
intended means of complying with the Employer’s Safety, Health and Environment
Manual and noise standards for the Works (refer Clause 9 - Sub Clause 4.8 of Part B –
Specific Provisions of Section IX-Particular Conditions). This shall be an adequate basis
for the development of the more detailed document to be submitted under Works
Requirements. This shall form the basis for the submission of a detailed and
comprehensive Environmental Plan to be submitted in accordance with Works
Requirement (Clause 3.6.3 of General Specifications, Part 2, Section VII-A) at the time
of detailed design.

The Bidder may be requested by Maharashtra Metro Rail Corporation Limited in writing
to amplify, explain or develop its Outline Environmental Plan prior to the date of
acceptance of the Bid and to provide more detail with a view to reaching provisional
acceptance of such a Plan.
The Bidders (each member in case of JV / Consortium) shall sign and execute the
Environmental and Social Covenant given as Appendix – 2.2B and submit with the Tender.

ITB The Structure of the Bidder including details of ownership and control of the Bidder
11.4.1.11 (Form 4.11 under Section IV: Bidding Form).

ITB Project Management Plan (Form 4.10 under Section IV: Bidding Form): The Bidder shall
11.4.1.12 submit with its Bid a Project Management Plan including staffing schedule as prescribed
in Works Requirements (Clause 3.3 of General Specifications, Part 2, Section VII-A),
inter-alia, indicating names, qualifications, professional experience and corporate
affiliation of all proposed key management and engineering personnel (above the level
of supervisor) and specialists. Details shall be included for all such personnel whether
directly employed or engaged on a consultancy or advisory basis and whether associated
with the design or the construction of the Works. The submission shall include a
provisional management structure and organization chart showing areas of
responsibility, relative seniorities and lines of reporting.

The Bidder shall include its proposals for its Co-ordination Control Team and include the
name and qualifications of the Team Leader responsible for the interface co-ordination
with Designated Contractors. The key staff for design and construction shall be from that
member of the JV / Consortium of the Subcontractor on the experience of which, the
JV / Consortium has been pre-qualified.

The successful Bidder shall deploy those proposed key management and engineering
personnel. Should they be not available for the Work, the successful Bidder shall deploy
an equivalent or superior expert (in qualification, experience and capability) acceptable
to the Employer and subject to the written prior approval of Employer.
ITB Staffing Schedule and Organization Chart as per ITB 11.4.1.13 above (refer Form 4.1
11.4.1.13 under Section IV: Bidding Form)
ITB Bidder’s Proposed Works and Design submission Programme.
11.4.1.14
(1) The Bidder shall submit with its Bid, a Works Programme which shall indicate how the
Bidder intends to organize and carry out the Works and achieve Stages and complete the
whole of the Works by the appropriate Key Dates. Detailed requirements for the Works
Programme are set out in Section IV: Bidding Forms (Form 4.3).

Page 30
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Periods for each stage of work are given in Part 3, Section IX, PC Part A –Contract Data
(Table – Summary of Sections). The Works Programme shall be prepared in terms of
weeks from Commencement Date of Works.

The Works Programme given in the Bid shall not in any event be construed as a submission
of the Works Programme as required to be furnished according to the Works
Requirements.
(2) The Bidder shall submit with its Bid its proposed Design Submission Programme to cover
the Design Phase. Such proposed Programme shall:
(a) be consistent with the Works Programme as detailed in Works Requirements;
(b) Include a Schedule identifying, describing, cross-referencing and explaining the
Design Packages and Submissions which the Bidder intends to submit;
(c) take due account of the design co-ordination interface periods during which the
Contractor shall be required to undertake and complete all aspects of design co-
ordination with other contractors (Designated Contractors) engaged in the design of
the Project such that each contractor can complete its coordinated design in the
knowledge that such design will be compatible and coordinated with others and
allowing adequate time for the Employer’s assessments and decisions.

The proposed Design Submission Programme submitted at the time of Bid shall be
modified and developed as necessary during the Contract Period to incorporate the
Employer's programme requirements in respect of review by the Employer and the
Engineer.
(3) The Bidder’s attention is drawn to the Works Requirements (Clause 2.5 of General
Specifications, Part 2, Section VII-A) and the requirements that the initial Proposed
Works Programme and Design Submission Programme shall be submitted within the
period stipulated in Works Requirements. However, the Bidder should note that it may
be requested by Maharashtra Metro Rail Corporation Limited in writing to amplify,
explain & develop its proposed Works Programme prior to award of Contract.
(4) The proposed Design Submission Programme and other submissions given in the Bid shall
not, in any event, be construed as a submission as required to be furnished as per the
Works Requirements.
ITB Manufacture, Installation, Testing and Construction Methods: The Bidder shall submit
11.4.1.15 with its Bid, the methods by which the Bidder intends to manufacture and test the
systems/subsystems offshore as well as in India. Details shall be given of the locations
and arrangements for offshore work, the facilities available and any understanding from
others that the Bidder has in such matters. The manufacturing methods to be employed,
the equipment’s and facilities available or proposed to be set up off-shore and/or in
India, will be analyzed during technical evaluation and shall be in sufficient detail to
allow a full appreciation of the Bidder’s proposals in relation to all aspects of the Works.
ITB Undertaking regarding confidentiality of Bid information (as per format provided in
11.4.1.16 Section IV: Bidding Forms (Form 13))
ITB Certificate confirming receipt of all Bidding Documents addenda (as per format provided
11.4.1.17 in Section IV: Bidding Forms (Form 17);
ITB Declaration for non-engagement of any agent, middlemen or intermediary (as per format
11.4.1.18 provided in Section IV: Bidding Forms (Form 18);
ITB Certificate from the Bidder that all the contents of the Bidding Documents have been
11.4.1.19 carefully examined by the Bidder and all the pages of Bidder’s proposal have been signed
and stamped as per pro-forma as given in Section IV: Bidding Forms (Form 19).
ITB Letters of undertaking for ensuring supply of critical spares and availability of technical
11.4.1.20 support (as per format provided in Section IV: Bidding Forms (Form 20));
ITB Bid Index (Form 10 under Section IV: Bidding Form): The Bidder shall include with his Bid
11.4.1.21 an index which cross refers all of the Employer’s bidding requirements elaborated in
these documents to all the individual sections of Technical Package and Financial
Package which the Bidder intends to be the responses to each and every one of those
requirements.
ITB Details of providers of guarantees and warranties (refer BDS ITB 43)
11.4.1.22
ITB Clause by clause commentary as detailed below:
11.4.1.23

Page 31
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(1) The Bidder shall provide a valid and fully compliant proposal for the Works as detailed
in the Works Requirements. The Bidder shall submit a detailed clause-by-clause
commentary on all the clauses of the Works Requirements.
(2) Bidders shall note that their comments to the clause-by-clause commentary wherever
given shall only be in the following form:
• Complied: “Complied” shall be indicated by the Bidder where the Bidder is able to
comply fully with the clause.
• Noted: Where a clause merely provides information, and no other comment is
necessary, “Noted” will suffice.
• Not Complied: Where the Bidder is not able to comply fully with certain clauses or
has any observation or proposes an alternative design, “Not Complied” shall be
indicated and comments if any of the Bidder shall be indicated in detail. All Clauses
with status as “Not Complied” shall be included in the statement of Deviations and
shall be priced in Financial Package.
(3) Bidders shall also note that:
• Any comment by the Bidder in the Clause-By-Clause Commentary, other than either
of “Complied”, “Noted” or “Not Complied” shall be treated as “Not Complied”.
Unless Bidder prices against such clauses in the Financial Package, the comment shall
be considered as unconditionally withdrawn with no financial implications and shall
be considered as NULL and VOID.
(4) A Bid without a Clause-by-Clause Commentary as stated above, is liable to be treated as
unresponsive and be rejected.
(5) Should any further document be required in pursuance to ITB 11.4.1.23, the Bidder will
be instructed by the Employer which package of the Bid submission is to contain such
document. The documents identified in BDS ITB 11.4.1.5, 11.4.1.13 and 11.4.1.21 will
be used for the purpose of analyzing and evaluating the Bid but will not form part of the
Contract unless same shall have been expressly incorporated into the Contract.
ITB Supporting Technical Documents: The Bidder shall submit with the Technical Package
11.4.1.24 the documents that are identified in paragraphs below. These documents will be used
for the purpose of evaluating and analyzing the Bid but will not form part of the
Contract, unless the same shall have been expressly incorporated into the Contract.
(a) Details of providers of guarantees and warranties (see ITB 43);
(b) Proposals for use of Site and Site management (see ITB 11.4.1.25below)
(c) Understanding of scope of works (see Section VII-B Particular Specifications)
(d) Details of works including specialized works if already decided to be subcontracted
(see ITB 34& submit details in Appendix 4.4-B of Form4.4 under Section IV. Bidding
Forms)
(e) Documents amplifying the Bidder’s Technical proposal as described in Section IV:
Bidding Forms (Form 4.4)
ITB Proposal for use of Site and Site Management:
11.4.1.25
(1) The Contractor will be given access to the Site in accordance with Clause 2.1 of GC. The
Bidder shall submit with their Bid details of their proposed use of the works areas as
described in the Works Requirements and such other areas in or in the vicinity of Pimpri
Chinchwad Municipal Corporation & Pune Municipal Corporation which they propose
to use for the purpose of executing the Works. Such details shall be subject to the
provisions of the Works Requirements and shall include proposed preparatory work,
arrangement for access to these temporary work sites or other areas and proposals for
reinstatement on completion.
(2) The Bidder shall show, in outline, his proposed site layouts for:
(a) Accommodation and other facilities
(b) Fabrication and storage areas.
(c) Temporary storage and unloading areas.
(3) The Bidder shall indicate his proposals for the provision of utility services to the Site.
The Bidder is to note that the Contractor will be fully responsible for the provision of all
utility services necessary for the construction and completion of works as described in
the Works Requirements.
(4) The Bidder’s attention is drawn to the requirement that access to the Site or parts of
the Site will, from time to time, have to be shared with other contractors carrying out
works on, or in the vicinity of the Site including, without limitation, works relating to
design and construction of stations; design, manufacture and installation of signaling,

Page 32
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

train control and telecommunications on the corridors; design, manufacture, supply and
commissioning of rolling stock; design, manufacture and installation of lifts & escalators
on the corridors; installation of Track work; design, manufacture, supply and installation
of automatic fare collection / platform screen doors; construction, manufacture and
installation of Depot and equipment’s etc. Bidder may refer to Works Requirements –
General Specifications and Works Requirements – Technical Specifications for details.
ITB Any further documents which have been requested in accordance with ITB 8.4 above.
11.4.1.26
ITB In case of an incorporated Bidder (or Consortium Members who are incorporated) copies,
11.4.1.27 in English, of the Memorandum and Articles of Association or equivalent expression of
corporate capacity.
ITB Details of previous collaborations between JV/Consortium members in any other project.
11.4.1.28
ITB PAN details as per ITB 4.15 above (for Indian companies)
11.4.1.29
ITB One set of complete Bid Documents (including all addenda) un-tampered, signed and
11.4.1.30 stamped on right hand bottom corner of each page and reference documents signed and
stamped.
ITB A declaration by the Bidders as per Section IV: Bidding Forms (Form 14) must be
11.4.1.31 submitted stating that the Bid Documents have been downloaded from official website
of e-tendering portal https://mahametroRail.etenders.in and no changes, what so ever,
has been made by the Bidder. Bids received without the declaration are also liable to be
rejected at any stage.
ITB Any further documents which are requested in writing by Employer before submission of
11.4.1.32 the Bid by way of evaluation documents, but which are not to form part of the Contract.
ITB 11.4.2 Designer
ITB The design of the Works shall be undertaken by a Designer or the design wing of the
11.4.2.1 Bidder (the Designer) who has experience in the design / design checking of similar works
respectively as in scope of Bid. Approval of the proposed Designer intended to be
engaged shall be obtained from Employer before engaging the Designer by the
Contractor.
ITB The Bidder shall submit with his Bid details of the agencies proposed to be hired and
11.4.2.2 either the proposed terms and conditions upon which the Designer would be appointed
in the event of acceptance of the Bid (excluding the financial and commercial terms
thereof) or at least a statement of the heads (salient features) of such an agreement.
The Bidder should note that, if heads of agreement are supplied with the Bid, the Bidder
may be required to develop such heads into a full agreement during the Bid evaluation
period and to submit the agreement in its final form prior to award of the Contract.
Bidder should note that submission of the details of the agencies in the Bid does not
mean approval of the agencies. The successful Bidder will be required to submit proposal
for the agencies after award of the Contract for approval. Submission at Bid stage is only
for the point of view of understanding of the offer of the Bidder.
ITB The Bidder shall confirm that the terms for engagement of the Designer will include for
11.4.2.3 certification of the As-Built drawings, and regular inspection of the Works to confirm
that the construction complies with the intent of the design.
ITB 11.5 Financial Package
ITB 11.5.1 (a) Summary sheet provided in the Commercial Envelope Section of E-Tender portal of
Maharashtra Metro Rail Corporation Limited shall be duly filled up online.
(b) Few prices schedules may require to be filled up physically and should be signed and
stamped by authorized signatory/POA of bidder or POA of lead member of
JV/consortium and scanned copies of such schedules may be uploaded as instructed
in the BOQ or tender portals. (Deleted)

The Bid Total Price includes all Taxes and Duties as per Goods &Service (GST) Act, net
of input credit (if any) and Custom Tariff Act, Royalties, Cess etc. The price to be quoted
shall be the total price of the Bid as elaborated in PART 1 Bidding Procedures, Pricing
Documents Annexure IV-A.

The Financial Package should be separately completed, each page duly signed and
stamped and submitted / uploaded as per procedure in e-tender portal. No pricing
information shall be submitted in any manner except in the Financial Proposal. The

Page 33
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Pricing Document or any pricing information, if submitted by the Bidder along with the
Technical Proposal or in any other manner other than the Financial Proposal Pricing
Document envelope, will render the bid liable for rejection.

The prices shall be entered at the prescribed place in the Pricing Document. These prices
should include all costs associated with or required to be incurred for the purpose of
execution of the Contract in accordance with the terms thereof.
ITB 12.2 The Letter of Bid with all Schedules/ Forms shall be completed and signed by a duly
(New Para) authorized and empowered representative of the Bidder. If the Bidder comprises a
Consortium the Letter of Bid shall be signed by a duly authorized representative of the
Lead Member. Signatures on the Letter of Bid shall be witnessed and dated. Copies of
relevant powers of attorney shall be attached.
ITB 13.1 Alternative bids shall not be permitted under ITB 13.2, ITB 13.3, or ITB13.4.
ITB 13.2 Alternative times for completion not permitted.
ITB 13.4 Alternative technical solutions shall not be permitted
ITB 14.1 No discounts are allowed and also not to be quoted by the bidder in the Letter of Bid
and in the Schedules.
ITB 14.2 Replace provisions of ITB 14.2 with the following:

The Pricing Document is included in Part I of bid document as Pricing Documents/BOQ


Section VI.

The Bidder shall complete the Pricing Document in accordance with the instructions
given therein. The completed Pricing Document shall be submitted with the Letter of
Financial Bid.

The Bidder is to note that Key Dates are to be determined by reference to periods from
the Commencement Date of the Works. Periods for each stage of Work are given in
Section IX. Particular Conditions, Part A –Contract Data ‘Table – Summary of Sections’.
Milestones Dates shall be, likewise, determined by reference to the respective periods
from the Commencement Date of the Works. It is the intention that, prior to Date of
Commencement, Key Dates and Milestones will be converted to calendar dates.

Prior to award of Contract, the successful Bidder shall reformat the Pricing Document,
Schedule of Milestones, Key Dates / and the Work Programme, so as to correlate between
these documents, as required by the Employer.
ITB 14.3 The price quoted in the commercial envelope in e-tender portal of Maharashtra Metro
Rail Corporation Limited shall be the total price bid.
ITB 14.4 No discounts or any either methodology shall be quoted by the bidder in the Letter of
Bid by the bidder.
ITB 14.5 For price adjustment / variation, refer to instructions / conditions provided in the
Section IX-Particular Conditions of Contract Sub-Clause 13.8.
ITB 14.7 The price quoted by bidders deemed to be inclusive of all kinds of duties, taxes, Cess
and other levies payable as per GST, Custom tariff act etc. and as prevailing on 28 days
(Base Date) prior to final date of submission of bid (Closing time & date of submission of
online bid).
ITB 14.8 Bidders shall quote for the entire work on a “single responsibility” basis such that the
(New Para) Bid Price covers all Contractor’s obligations mentioned in or to be reasonably inferred
from the Bid Documents in respect this Contract P1 Misc-28/2021 and completion of the
whole of Works. This includes all requirements under the Contractor’s responsibilities
for testing & commissioning of the works including integrated testing & commissioning,
the acquisition of all permits, approvals and tender licenses, etc.; the operation,
maintenance and training services and such other items and services as may be specified
in the Bid Documents.
ITB 14.9 The Bidder shall submit with its Bid (Financial Package) Milestone Payment Schedule,
(New Para) which shall show in tabular form the anticipated accumulated value of work done for all
Cost Centers put together. The Bidder shall also submit monthly cash flows for the
Contract. Both Milestone Payment Schedules and monthly cash flows shall be submitted
for each currency of the Contract separately. The Milestone Payment Schedule shall be
consistent with the proposed Works Programme.

Page 34
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 14.10 If the Bidder is requested by Maharashtra Metro Rail Corporation Limited in writing to
(New Para) amplify & develop its proposed Work Programme & Design submission Programme
pursuant to BDS ITB 11.4.1.14 above, the Bidder will be required to amend the Monthly
Payment Schedule so as to be consistent with the Proposed Works and Design submission
Programme with a view to reaching provisional acceptance of the amended version. If
such provisional acceptance is notified, the Bidder shall be required, prior to award of
Contract, to submit such amended versions as its proposed Monthly Payments conditional
only upon acceptance of its Bid.
ITB 14.11 The Bidder should note Sub-clause 14.7 of the General Conditions (GC) and Clause 48
(New Para) (Sub-Clause 14.2) from Part B- Specific Provisions of the Particular Conditions (PC) that
describes the method of determining interim payments by reference to Milestone
payments.
ITB 14.12 The Bidder shall submit its Bid without any deviations to the Bid Documents.
(New Para)
ITB 14.13 The Employer may get, from the Government, partial or complete waiver of taxes under
(New Para) GST, royalties, Labour, cess, and other levies payable to various authorities. The
successful Bidder (the Contractor) shall maintain meticulous records of all the taxes and
duties paid under GST etc. and provide the same with each running bill. In case the
waiver becomes effective, the Contractor will be advised on the process to be followed
to obtain the refund from the concerned authority. The Contractor shall arrange for the
remit of the refund to the Employer. In case of failure by the Contractor to remit such
amounts, the same shall be recovered from amounts due for payment to the Contractor.
The Pro forma of undertaking is provided in Part-1: Bidding Form (Form 21).
ITB 14.14 With the Bid submission, the Bidder shall submit the Pro forma of undertaking provided
(New Para) in Part-1: Bidding Form (Form 22) stating that registrations under various fiscal and
labour laws like GST, Profession Tax, Import Export Code, Employee State Insurance,
Provident Fund, Maharashtra Labour Welfare Fund, shall be obtained by the bidders in
the event of award of the work.
ITB 14.15 (DELETED)
(New Para)
ITB 14.16 Maharashtra Metro Rail Corporation Limited project is covered under Project Import
(New Para) Chapter 98.01 of Custom Tariff Act according to which only concessional custom duty is
payable. The Bidder should avail this benefit and pass on the benefit of the same to
Maharashtra Metro Rail Corporation Limited.

As regards registration under Project Import, after the award of the contract,
Maharashtra Metro Rail Corporation Limited at the written request of Contractor shall
facilitate the Contractor for obtaining sponsoring / recommendation letter from the
Ministry of Urban Development / Government of Maharashtra forgetting themselves
registered for availing Project Import benefits. The responsibility to avail the
concessional benefits under Project Import shall solely rest with the Contractor.
ITB 14.17 The Contractor shall maintain details of Taxes paid/payable under GST Law and submit:
(New Para) • Certificate of the Chartered Accountant in regard to turnover& other details of GST
related to the project of Maharashtra Metro Rail Corporation Limited.
• All payments will be subject to TDS provisions in force from time to time.
ITB 14.18 In view of above, the Bidders are advised to quote the price inclusive of all Taxes, and
(New Para) Duties as per Goods & Services (GST) Act, net of input credit (if any) and Custom Tariff
Act etc., Royalties, Cess etc. and all other incidental charges required to fulfill the
bidding conditions including statutory deduction viz., TDS towards Income Tax / Works
Contract Tax etc. after considering ITB 14.7 to 14.18 above.
ITB 15.1 The currency(ies) of the bid and the payment currency(ies) shall be in Indian National
Rupees (INR) in which the Bid Price is expressed in the Bid of the successful Bidder.
ITB 15.3 Interim payments in relation to each Cost Centre will be certified and paid, in
(New Para) accordance with the provisions of Clause 14.7 of the GC and Clause 48 (Sub-Clause 14.2,
Advance Payment) of Part B- Specific Provisions of the PC in the currency shown against
the relevant Milestone.
ITB 16.2 The Bidder shall be required to amplify, explain and develop the Contractor's Technical
(New Para) Proposals in substantially great details during the Bid evaluation period such that they
may be confirmed as complying clearly with the Works Requirements and, in accordance
with BDS ITB 8.4 herein, can be incorporated into the Contract. Only those aspects of

Page 35
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

the Contractor's Technical Proposal that the Employer (at his sole discretion) considers
clearly conforming, will form part of the Contract.
ITB 18.1 The bid validity period shall be 180 days
ITB 18.3 The bid price shall not be adjusted.
(a)
ITB 19.1 Bid Security is required as mentioned below: -

The total bid security amount shall be INR 3,94,156/- submitted as below:
INR 3,94,156/- in form of Bank Guarantee, as per procedure given in bid documents,
from an Indian Schedule commercial bank (excluding Cooperative Banks) or from a
schedule Foreign Bank as defined in Section 2(e) of RBI Act 1934.

Bank Name : BANK OF MAHARASHTRA


Branch with Address: (01150) PUNE MAIN BRANCH,
LOKMANGAL, 1501,
SHIVAJINAGAR, PUNE-411005
Bank Account Name: MAHARASHTRA METRO RAIL CORPORATION LIMITED
Bank Account No.: 60274237292
Bank Account Type: Current
IFSCode: MAHB0001150

(a) A scanned copy of this BG is to be uploaded online and the bidder should ensure
physical submission of the original bank guarantee at the office of Maha-Metro at
address specified in bid document, within 3 working days from the last date
stipulated for submission of the bid documents (online).
(b) If the bidder fails to submit the scanned copy at the aforesaid BG or fails to submit
the original bank guarantee, his Bid shall not be considered for opening & rejected
outright
ITB 19.2 The Bidder shall submit with his Bid a Bid Security for the sum mentioned in BDS/ITB
by BG as specified in ITB 19.1 above. Such Bid Security in form of Bank Guarantee
from an Indian Schedule commercial bank (excluding Cooperative Banks) or from a
schedule Foreign Bank as defined in Section 2(e) of RBI Act 1934 and shall be valid
for a period of 60 days beyond the Bid Validity period stipulated in the Bid.
ITB 19.8 The Bid Security as specified in ITB 19.1 above shall be submitted by the lead member
in case of JV/Consortium.
ITB 20.1 Bids to be submitted through e-tender portal of Maharashtra Metro Rail Corporation
Limited only. (No physical submission of bid is allowed)

The Bidder shall prepare and upload scanned copy of the Bid Securing Declaration, the
documents for Pre-Qualification (Initial Filter Package), Technical Package of the Bid,
and the Financial Package of the Bid, as described in ITB 11. The Bid Security in original
is required to be submitted physically by bidders within 3 working days after online
submission of bid.
ITB 20.3 The written confirmation of authorization to sign on behalf of the Bidder shall consist
of:

A written power of attorney authorizing the signatories of the Bid to commit each
member of the JV/Consortium. The power of attorney (ies) shall be substantially in the
format provided under Section IV: Bidding Forms (Form 9) of these Bidding Documents.

The entire bid documents along with the corrigendum / addendum issued from time to
time & requisite enclosures signed by authorized signatory of bidder shall be uploaded
on e-tender portal of Maharashtra Metro Rail Corporation Limited, failing which the
bid shall be considered as non-responsive.
‘and’
i. A firm, who has purchased the Bid Document in his name shall submit the Bid in his
own name by using his DSC.
ii. In case of JV / Consortium the power of attorney hold of lead member is authorized
to sign all legal documents, bid documents and other enclosures. However, the
digital signature (DSC) of any member of JV/Consortium may be used for accessing
/downloading/uploading & submitting the tender documents.

Page 36
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

iii. Such digital signature (DSC) holders who is submitting the bid / or whose DSC is
being used for accessing / submitting the bid, shall be authorized by POA (Lead
Partner) of JV/Consortium & a notarized authority letter should be enclosed
with the bid.
iv. The facility in the e-tender portal of MAHA-METRO is also available for viewing &
downloading the document free of cost.
D. SUBMISSION AND OPENING OF BIDS
ITB 21.1 Deleted.
ITB 21.2 Deleted.
ITB 21.3 Deleted.
ITB 22.4 Bids shall be submitted through e-tender portal of Maharashtra Metro Rail Corporation
(New Para) Limited only with clearly marked ‘Pre-qualification &Technical Proposal’, containing
documents comprising the Technical Proposal in accordance with the provisions of ITB
16, and the other clearly marked ‘Financial Proposal’, containing Schedule of Prices or
the Pricing Documents in accordance with the provisions of ITB 14.
ITB 22.1 For bid submission purposes: -
No physical submission of bid is allowed. The bid submission has to be strictly done
through e-Bid portal of Maharashtra Metro Rail Corporation Limited.

The deadline for online submission of bids is: As per NIT (as amended).

Bidders must submit their bids electronically only. The electronic bidding submission
procedures shall be:

The electronic bidding submission procedures shall be as per (E–Tender procedure)


Annexure-2A: (Toolkit for using Maharashtra Metro Rail Corporation Limited e-tender
portal)

The Bidder shall, on or before the date and time given in the Notice inviting Bid, upload
his Bid on e-tendering portal (https://mahametroRail.etenders.in) Bidders may refer to
e-tender procedures (Toolkit for using e-tender portal) at Annexure-2A

The Bidders shall furnish the information strictly as per the formats given in the Bid
documents without any ambiguity. The Maharashtra Metro Rail Corporation Limited
shall not be held responsible if the failure of any Bidder to provide the information in
the prescribed formats results in a lack of clarity in the interpretation and consequent
disqualification of its Bid.

In case of support or help required during online submission or difficulty encountered


during online submission, the Bidders may contact the following official(s):
1. Prashant Jadhav (Consultant): 020-26051074
ITB 23.2 Bids received after due date and time of submission shall not be accepted. Maharashtra
(New Para) Metro Rail Corporation Limited will not be responsible for any delay, internet
connection failure or any error in uploading the Bid submission. The Bidders are advised
to upload their submissions well before the due date and time of Bid submission to avoid
any problems and last-minute rush.
ITB 23.3 The Employer may, at his discretion, extend the deadline for submission of Bids by
(New Para) issuing an amendment in accordance with ITB, in which case all rights and obligations of
the Employer and the Bidders previously subject to the original deadline will thereafter
be subject to the deadline as extended.
ITB 25.1 The bid opening shall take place at As per NIT (as amended).

Executive Director Procurement & Contracts


MAHARASHTRA METRO RAIL CORPORATION LIMITED
Pune Metro Rail Project
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune - 411001
Telephone: 020-26051072

The mode of bidding being only e-tendering mode no physical submission of bid is
allowed. The electronic bid opening procedure shall be: The Technical Envelope/
Packages of Online Submitted Bids shall be opened (downloaded) first by the opening

Page 37
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

committee on due date and time of Bid opening in presence of bidders who choose to
remain present.

No minimum number of bids is required in order to proceed to bid opening.

Add following paragraph below the existing paragraph of ITB 25.1:

The Bid Security will be checked for the submission of bid from the downloaded
documents of technical bid submitted by the bidders and details will be read out for the
information of representative of Bidders, present at the time of opening of Bid. The
bidders present shall be informed to sign on attendance sheet about their presence for
the bid opening (downloading).

After evaluation of Technical Bid received electronically via E-tender portal of


Maharashtra Metro Rail Corporation Limited, the Financial/ Commercial Package/
Envelope of bid of technically successful bidder shall be opened. The date & time of
opening of Financial Bid shall be communicated to Technically Successful bidder
electronically (E-mail).
ITB 25.3 Replace provisions of ITB 25.3 with the following:

For the avoidance of doubt, all references to the opening envelopes and reading out in
the preceding shall mean opening and reading out the corresponding Technical Proposal
as applicable. The reading out of the Technical Proposal shall include the presence or
absence of a bid security; and any other details as the Employer may consider
appropriate. The Letter of Bid and the Schedules are to be initialed by a minimum of
two representatives of the Employer attending bid opening. The Employer shall neither
discuss the merits of any bid nor reject any bid (except for late bids, in accordance with
ITB 23.1) at this stage.

ITB 25.4 Replace provisions of ITB 25.4 with the following:

The Employer shall prepare a record of the bid opening that shall include, as a minimum:
the name of the Bidder and whether there is a withdrawal, substitution, or modification;
and the presence or absence of a bid securing declaration. The Bidders’ representatives
who are present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the record. A copy
of the record shall be distributed to all Bidders.
ITB 25.5 On opening of the Bid, it will be checked if they contain Pre-Qualification Package,
(New Para) Technical & Financial Packages. The Employer shall prepare a record of opening of the,
Pre-Qualification and Technical Package, which shall include, the name of Bidder and
presence or absence of a Bid Security. The Bidder is advised that the Employer's policy
in respect of comparison of Bids is that the Technical Packages will be opened and
reviewed to determine their acceptability & responsiveness to the Works Requirements
and Bidding Drawings. Unacceptable and unresponsive bids will be rejected, and the
corresponding Financial Package will not be opened.
ITB 25.6 After the evaluation of the Technical Proposals in accordance with ITB 27,28, 29 and ITB
(New Para) 30, the Employer shall prepare a list of responsive Bidders for opening of their Financial
Proposals. A date, time and venue will be electronically notified to all Bidders for
announcing the result of evaluation and opening of Financial Proposals. The opening of
Financial Proposals shall be done in presence of respective representatives of responsive
Bidders who choose to be present.
ITB 25.7 The Financial Bid(s)/Package(s) which bidder(s) have uploaded online will be opened on
(New Para) a subsequent date; at least seven (7) days after the evaluation results of Technical Bids
are published on e-Tender portal of Maha Metro. Financial packages of only those Bidders
whose submissions are found substantially responsive and technically compliant will be
opened. The time of opening of Financial Package shall be informed separately to only
the Bidders who have qualified during Pre-Qualification and Technical evaluation stages
and Bidders can be present to witness opening of Financial Package.

No Bid shall be rejected at the opening of Price Bids.

Page 38
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

The Employer shall prepare a record of the opening of Price Bids that shall include, as a
minimum: the name of the Bidder, the ‘BID TOTAL LUMPSUM PRICE’ and Pricing for
unqualified withdrawal as per Pricing Document..”
E. EVALUATION, AND COMPARISON OF BIDS
ITB 26.2 Bids shall be deemed to be under consideration immediately after they are opened and
until such time Maharashtra Metro Rail Corporation Limited makes official intimation
of award/rejection to the Bidders. While the Bids are under consideration, Bidders
and/or their representatives or other interested parties are advised to refrain, save and
except as required under the Biding Documents, from contacting by any means,
Maharashtra Metro Rail Corporation Limited and/ or their employees/representatives
on matters related to the Bids under consideration.
ITB 26.4 The Bid Documents, as listed in ITB 6.1 above, and any addenda thereto, together with
(New Para) any further communications, are issued for the purpose of enabling the Bidders to submit
the Bids only. The Bidder shall not disclose any information contained in the documents
or otherwise supplied in connection with this Bid invitation to any third party except for
the purpose of preparing its Bid. The Bidder shall maintain complete confidentiality till
the Contract is awarded except otherwise stated in the Bidding Documents and the
Contract. A letter of undertaking is attached in Section IV: Bidding Forms (Form 13) and
shall be completed by the Bidder and returned in the Technical Package. In the event
that such confidentiality is breached, the Employer may reject the Bid. Copyright in all
plans and any other documents issued to the Bidder is reserved.
ITB 26.5 The Bid drawings and documentation prepared by the Employer shall be used solely for
(New Para) the design of the Works. They shall not be used in part, whole or altered form for any
other purpose without the express permission in writing of the Employer. Information
relating to the examination, clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process until the award to the successful
bidder has been announced.
ITB 29.1.1 General Evaluation: Prior to the detailed evaluation of Bids, the Employer will determine
(New Para) whether each Bid:
• has been properly signed; and
• has been accompanied by a valid Bid Security; and
• meets the Eligibility and Qualification Criteria - Bidders, which do not qualify in any
of the minimum eligibility criteria, shall not be considered for further evaluation of
Technical packages and shall be rejected
• meets the other aspects of general evaluation as per BDS ITB 4.9 to 4.17
• includes the signed copy of Covenant of Integrity, Environmental and Social Covenant
(as per Form 2.2A and 2.2B under Section IV. Bidding Forms) and includes the signed
Declaration of Undertaking (as per Form 23) under Section IV. Bidding Forms.

A ‘NO’ answer to any of the above items will disqualify the Bid/ Bidder.
ITB 29.2.1 Evaluation of qualifying conditions: Bids that include qualifications which:
(New Para) 1. Seek to shift to the Employer, another government agency or another contractor all
or part of the risk and/or liability allocated to the Contractor in the Bidding
Documents; or
2. Which includes a deviation from the Bidding Documents which would render the
Works, or any part thereof, unfit for their intended purpose; or
3. fails to submit a workable methodology to suit the local conditions”; or
4. which fails to commit to the date specified for the completion of the Works as
specified under Section IX. Particular Conditions (PC) Part- A – Contract Data ‘Table:
Summary of Sections’ will be deemed non-conforming and shall be rejected.
ITB 29.3.1 Evaluation of Technical Package
(New Para)
The Employer will evaluate the technical proposal to determine the technical suitability
and acceptability as per Works Requirements-General Specifications and Technical
Specifications of only such Bidders who qualify based on BDS ITB 29.1.1 above.

The Technical Proposal as submitted in accordance with BDS ITB 11.4.1 (including its
relevant sub-paras) shall be evaluated for its Conformity with the General and Technical
Requirements as per Part 2, Sections VII-A and VII-B. Furthermore, the adequacy and
appropriateness of the Bidder's responses to the related requirements in Part 1 shall be
evaluated.

Page 39
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 29.4 Bids which are:


• not fulfilling the General Evaluation Criteria as per ITB 29.1.1 above,
• not substantially responsive as per ITB 29.2 above
• having material deviation or reservation as per ITB 29.2 above
• not fulfilling the qualifying conditions as per ITB 29.2.1 above, and
• not fulfilling the Employer’s Requirements – General Specification and Technical
Specification as per ITB 29.3.1 above

will be deemed non-conforming and shall be rejected by the Employer and shall not be
allowed subsequently to be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.
ITB 29.5 If any Bid is rejected, pursuant to ITB 29.4 above, the Financial Package of such Bidder
(New Para) shall be returned unopened.
ITB 29.6 Bidders may note that pursuant to their qualification in the ‘Prequalification and
(New Para) Evaluation Criteria’ and ‘Technical Evaluation’ as per ITB 29.3 above, any acts of the
Bidder (applies to each individual member in case of a Joint Venture/Consortium) which
constitute sufficient grounds for exclusion as mentioned under ITB 41 will result in
disqualification of the Bidder and the Financial Package of such Bidder shall be returned
unopened.
Replace existing ITB 31 and its sub-Para as under:
ITB 31 Evaluation of Financial Package
ITB 31.1 The financial proposals of only those that comply with the General Evaluation Criteria
as per ITB 29.1.1 above and whose Technical Package is found compliant as per ITB 29
(and its sub-Para) above, will be opened and evaluated.
ITB 31.2 Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors will be corrected by the Employer on the following basis

A. if there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected;

B. If there is an error in a total corresponding to the addition or subtraction of subtotals,


the subtotals shall prevail, and the total shall be corrected; and

C. If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetical error, in which case
the amount in figures shall prevail subject to (A) and (B) above.

If the Bidder does not accept the corrected Bid, its Bid will be rejected, and the Bid
Security forfieted.
ITB 32.1 Bids will be compared in Indian Rupees only. This will be achieved by conversion of the
Foreign Currency portion of the Bid into Indian Rupees by using the Exchange Rates
published by Financial Benchmarks India Pvt. Ltd (www.fbil.org.in) 30 (Thirty) days
before the date specified for Bid opening, and then adding the same to the Indian Rupee
portion of the Bid. In case this particular day happens to be a holiday, the exchange rate
published by Financial Benchmarks India Pvt. Ltd (www.fbil.org.in) on the next working
day will be considered.
ITB 34.1 At this time the Employer does not intend to execute certain specific parts of the Works
by sub-contractors selected in advance.
ITB 34.4 Sub-Contract
(New Para)
Sub–contracting, excluding design work shall be generally limited to 50% of the lump sum
price. The terms and conditions of subcontracts and the payments that have to be made
to the Subcontractors shall be the sole responsibility of the Contractor.

For sub-contracts exceeding Rs.5 million, it will be obligatory for the Contractor to
obtain a “Notice of No-Objection” from the Engineer, to the identity of the Sub-
contractor and Vendor. The Contractor shall certify that the cumulative value of the
subcontracts (including those upto Rs.5 million each) awarded is within the aforesaid

Page 40
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

50% limit. In this regard the Bidder’s attention is drawn to Clause 4 of PC. Any proposals
by the Bidders in their offer shall not be construed as an approval of the vendor.

The terms & conditions of the sub-contract are the sole prerogative of the Contractor
and are deemed to be included in the price(s) quoted by the Bidder. However, the
Subcontractor / Vendor shall fully comply with the technical specifications included in
the Works Requirements.
ITB 35.2 Replace the existing ITB 35.2 with the following:

In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid price
by adjusting the Bid price as follows:
A. making any corrections for errors pursuant to ITB 31.2;
B. making appropriate adjustments for conditions, qualifications, deviations, etc.
pursuant to ITB 14.12.
C. converting the amount resulting from applying (A) & (B) above to a single currency
in accordance with ITB 32.1;
D. adding to (C) above the present worth of the capitalized cost of loss in transformer
computed in accordance with Appendix 4.4-E of Form 4.4 under Section IV. Bidding
Forms
Price variation clause will not be considered for financial evaluation. Bidders may also
note that Appendix N: Section OPT (Optional Items –AMC) of Pricing Document i.e. Annual
Maintenance for 3 years will also not be included in the financial evaluation of the Bids.
ITB 35.5 Replace the existing ITB 35.5 with below

An Abnormally Low Bid shall be the bid where the Bid price, in combination with other
elements of the Bid, appears so low that it raises material concerns as to the capability
of the Bidder in regards to the Bidder’s ability to perform the Contract for the offered
Bid Price or the bid, which results in the lowest Evaluated Bid Price, is significantly lower
than the Employer’s estimate, or the bid is seriously unbalanced or front loaded in the
opinion of the Employer.

In the event of identification of a potentially Abnormally Low Bid, the Employer shall
seek written clarifications from the Bidder, including detailed price analyses of its Bid
price in relation to the subject matter of the contract, scope, proposed methodology,
schedule, allocation of risks and responsibilities and any other requirements of the
Bidding document.

After evaluation of the price analyses, in the event that the Employer determines that
the Bidder has failed to demonstrate its capability to perform the Contract for the
offered Bid Price, the Employer shall reject the Bid.”
ITB 35.6 The Employer reserves the right to accept or reject any variation, deviation or
(New Para) alternative offer. Variations, deviations, alternative offers and other factors which are
in excess of the requirements of the Bidding Documents or otherwise result in the accrual
of unsolicited benefits to the Employer shall not be taken into account in Bid evaluation.
ITB 35.7 All stages of Bid Evaluation and Contract award stages i.e. Pre-qualification, Technical
(New Para) Evaluation, Financial Evaluation, Letter of Acceptance and Contract Agreement shall be
subject to 'No-Objection' from EIB.
F. AWARD OF CONTRACT
ITB 39.1 Replace the existing ITB 39.1 with the following:

Subject to ITB 38.1 and BDS ITB 39.2, bidder whose bid has been determined to be
substantially responsive to the Bidding Documents and who has offered the Lowest
Evaluated Bid Price (refer BDS ITB 35.2 for comparison on equal terms for determination
of Lowest Evaluated Bid Price), and whose offer is balanced in terms of ITB 35.6,
provided that such Bidder has been determined to be eligible and qualified in accordance
with provisions of ITB 4 for deciding the successful eligible Contractor to whom the
Contract will be awarded.
ITB 39.2 Deleted
(New Para)
ITB 39.3 In case, Successful Bidder is a Consortium, then the Performance Security may be
(New Para) furnished on behalf of the Consortium either by the Lead Member or by all the Members
of such Consortium in such proportion as may be agreed to between them.

Page 41
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 40.1 Deleted


ITB 40.3 Deleted
ITB 40.4 The “Letter of acceptance” will be sent in duplicate to the successful Bidder, who will
(New Para) return one copy to the Employer duly acknowledged and signed by the authorized
signatory, within one week of receipt of the same by him. The Letter of Acceptance will
constitute a part of the Contract.
ITB 40.5 In the event of award of the Contract, the following will be the sequence of events in
(New Para) the order given below:
Letter of Acceptance;
Notice to Proceed;
Signing of Contract;

ITB 42.1 Replace the existing ITB 42.1 with the following:

Promptly upon notification of the Letter of Acceptance, the Employer shall send the
successful Bidder the Contract Agreement.
The Employer shall inform all the Bidders regarding the intent of contract award decision
including the summary of the reasons of the decision at the time when publishing the
evaluation results of the Financial Bids through the Maha-Metro e-tender portal.
ITB 42.2 Replace the existing ITB 42.2 with the following:

The Bidder should note that after the acceptance of bid (technical and financial), the
successful Bidder will be eligible for issuance of Letter of Acceptance.

In the event of successful Bidder’s acceptance of the LOA, the Bidder will be required
to execute the Contract Agreement in the form specified in Section X Contract Forms
with such modifications as may be considered necessary at the time of finalization of
the Contract within a period of 28 days from the date of issue of the Letter of
Acceptance.
ITB 43.1 The Performance Guarantee required in accordance with Clause 4.2 of the GC shall be
for an amount as specified in Section IX. Particular Conditions, Part A – Contract Data in
the form of a bank guarantee issued from an Indian Scheduled bank (excluding
Cooperative Banks) or from a scheduled Foreign Bank as defined in Section 2(e) of RBI
Act 1934 read with Second Schedule in the types and proportions of currencies in which
the Contract Price is payable.
ITB 43.3 The Bidder has to furnish other Guarantees, Undertakings, & Warranties, in accordance
(New Para) with the provisions of the General Conditions of Contract and Particular Conditions of
Contract (refer ITB 44).
ITB 43.4 Failure of the successful Bidder to comply with the requirements of ITB 42 and ITB 43
(New Para) shall constitute sufficient grounds for the annulment of the award and execution of the
Bid Securing Declaration.
ITB 44 Guarantees and Warranties
(New Para)
ITB 44.1 The Bidder shall submit full details of the identity of the proposed parties who would
(New Para) respectively provide or issue:
• the Performance Security in accordance with Sub-Clause 4.2 of the GC;
• parent company Undertakings in accordance with Clause 3 (Sub-clause 4.2A) of Part-
B Specific Provisions of the PC;
• parent company Guarantees in accordance with Clause 3 (Sub-clause 4.2A of Part-B
Specific Provisions) of the PC;
ITB 44.2 The Contractor shall submit other Warranties and Guarantees in accordance with Clause
(New Para) 3 (Sub-clause 4.2A) of Part-B Specific Provisions of PC. All the Guarantees and Warranties
shall be submitted prior to the signing of the Contract.
ITB 44.3 If the Bidder comprises a Consortium, a parent company of each Member of such
(New Para) Consortium will be required to execute the Undertakings and Guarantees referred to in
sub-paragraphs (b) and (c) of ITB 44.1 above.
ITB 44.4 Forms of the above documents are given in the Schedules to the Particular Conditions
(New Para) of Contract.
ITB 44.5 The Contractor should note that all Guarantees, Undertakings and Warranties except
(New Para) Advance Payment Guarantee, Retention Money Guarantee shall be executed prior to
signing of the Contract.

Page 42
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ITB 45 Insurance
(New Para)
ITB 45.1 The Bidder’s attention is drawn to the provisions contained in Clause 18 of the General
(New Para) Conditions of Contract and Clause 56 (Sub-Clause 16.2), 57 (Sub-Clause 17.1) & 58 (Sub-
Clause 18.1) of Part-B Specific Provisions of Particular Conditions of Contract.
ITB 46 Settlement of Disputes of the Tender Process: Any suit or application, arising out of
(New Para) any dispute or differences on account of this Tender shall be filed in District and Sessions
court at Pune, State Maharashtra/ High Court of Judicature at Bombay, State
Maharashtra/ Supreme Court of India, New Delhi only and no other court or any other
district of the country shall have any jurisdiction in the matter.

Page 43
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maharashtra Metro Rail Corporation Limited (Maha-Metro)

PUNE METRO RAIL PROJECT


BID DOCUMENTS
FOR

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage of 4


stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana,
Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART I: BIDDING PROCEDURE


SECTION III: EVALUATION AND QUALIFICATION CRITERIA

Page 44
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section III. Evaluation and Qualification


Criteria

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders, in
accordance with ITB 35 and ITB 37. The Bidder shall provide all the information requested in the forms
included in Section IV, Bidding Forms.

1. General

Wherever a Bidder (foreign) is required to state a monetary amount, Bidders should indicate the INR
equivalent using the rate of exchange determined as follows:

• For turnover or financial data required for each year - Exchange rate prevailing on the last day
of the respective calendar year.
• Value of single contract - Exchange rate prevailing on the date of the Contract. Exchange rates
shall be taken from the publicly available source identified in the ITB 32.1. Any error in
determining the exchange rates in the Bid may be corrected by the Employer.

2. Qualification

The Bid submission of Bidders, who do not qualify the minimum eligibility criteria & bid capacity
criteria stipulated hereunder, shall not be considered for further evaluation and therefore
rejected. The mere fact that the Bidder is qualified as mentioned in sub clause 1 to 4 below shall
not imply that his bid shall automatically be accepted. The same should contain all technical data
as required for consideration of Bid prescribed in the ITB.

Eligibility and Qualification Criteria Compliance Requirements Documentat


ion
Sr. Subject Requirement Single Joint Venture (existing or Submission
No. Entry intended) Requiremen
ts
All Parties Each Any
Combined Member one
memb
er
1. Eligibility
1.1 Nationality Nationality in Must meet Must meet Must meet N/A Forms ELI -
accordance requiremen requireme requiremen 1.1 and 1.2,
with ITB 4.3 t nt t with
attachments
1.2 Conflict of No conflicts of Must meet Must meet Must meet N/A Letter of Bid
Interest interest in requiremen requirement requirement
accordance t
with ITB 4.2
1.3 EIB Not having Must meet Must meet Must meet N/A Form 2.2A
Ineligibility been declared requiremen requirement requirement
ineligible by t
EIB, as
described in
ITB 4.4
1.4 Government Meets Must meet Must meet Must meet N/A Forms ELI -
Owned conditions of
requiremen requirement requirement 1.1 and 1.2,
Entity of the ITB 4.3 t with
Borrower attachments
country
2. Historical Contract Non-Performance
2.1 History Non- Must meet Must meet Must meet N/A Form CON-2
of Non- performance of a requiremen requirement requirement
Performi contract1 did not t
ng occur as a result
Contracts of supplier

Page 45
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

default in the
past 5 years.
2.2 Suspensi Not under Must meet Must meet Must meet N/A Letter of Bid
on Based suspension based requiremen requirement requirement
on on execution of a t
Executio Bid Securing
n of Bid Declaration
Securing pursuant to ITB
Declarati 4.4 or withdrawal
on by the of a Bid pursuant
Employer ITB 19.9.
or
withdraw
al of the
Bid
within
Bid
validity
2.3 Pending Bidder's financial Must meet N/A Must meet N/A Form CON-2
Litigatio position requiremen requirement
n &prospective long- t
term profitability
sound according to
criteria
established in 3.1
below & assuming
that all pending
litigation will be
resolved against
the Bidder.

Note: All pending


litigation shall in
total not be more
than 100% of the
Bidder’s Net
Worth.

1 Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance
was not challenged by the contractor, including through referral to the dispute resolution mechanism
under the respective contract, and (b) contracts that were so challenged but fully settled against
the contractor. Non-performance shall not include contracts where Employer’s decision was
overruled by the dispute resolution mechanism. Non-performance must be based on all information
on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance
with the dispute resolution mechanism under the respective contract and where all appeal instances
available to the Bidder have been exhausted.
2 This requirement also applies to contracts executed by the Bidder as JV/Consortium member.

3. Financial Situation and Performance


3.1 Financial i. The Bidder shall Must meet Must meet Must meet N/A Form FIN-
Capabilities demonstrate requirement requirement requireme 3.1 with
that it has nt attachme
access to, or has as per nt and
available, liquid their % Form FIN-
assets, share in 3.3
unencumbered JV
real assets,
lines of credit,
and other
financial means
(independent of
any contractual

Page 46
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

advance
payment)
sufficient to
meet the cash
flow
requirements
estimated as
INR 39 million
for the subject
contract(s) net
of the Bidders
other
commitments.
ii. The Bidder Must meet Must meet N/A N/A Form FIN-
shall requirement requireme 3.1. with
demonstrate to nt Form FIN-
the satisfaction 3.4
of the
Employer, that
it has adequate
sources of
finance to
meet the cash
flow
requirements
on works
currently in
progress and
for future
contract
commitments.
iii. The audited Must meet N/A Must N/A Form FIN-
balance sheets requirement Meet 3.1 with
or, if not Require attachme
required by the ment nt.
laws of the
Bidder’s
country, other
financial
statements
acceptable to
the Employer,
for the last 5
years shall be
submitted and
must
demonstrate
the current
soundness of
the Bidder’s
financial
position and
indicate its
prospective
long-term
profitability.
3.2 Average The average Must meet Must meet Must meet Must meet Form FIN
Annual annual turnover requirement requirement minimum at least – 3.2
Construction from construction [twenty] [forty] per
Turnover of last three per cent cent [40%]
financial years [20%] of of the
the requireme

Page 47
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

should be ≥ INR requireme nt (For


79 Millions nt Lead
(In terms of Member)
rupee equivalent
adjusted to last
date of financial
year that ended
on or before
31.03.2021 by
applying 5%
escalation for
Indian Rupees
and 2% for foreign
currency per
year)
3.3 CDR The bidder having Must Submit N/A Must N/A Form FIN-
undergone Submit 3.6
Corporate Debt
Restructuring
(CDR) in last five
years must
submit their
banker’s
certificate stating
that
their account with
the bank is
“standard
account” as on
base date i.e. 28
days before
submission of bid.
In case the bidder
has not undergone
CDR then
he must submit an
undertaking to the
effect.
3.4 Net Worth Net Worth of Must meet NA NA Must meet Form FIN
Bidder ending requirement requiremen – 3.1
31.03.2021 should t (for Lead
be minimum INR Member
26 Million. only)

In case of JV, Net


Worth will be
evaluated only
for the Lead
member.
3.5 Bid Capacity Bid Capacity: The Must meet Must meet NA NA Form FIN
Criteria Bidders will be requireme requireme – 3.4
qualified only if nt nt
their available
bid capacity is
more than INR 79
million. Available
bid capacity will
be calculated
based on
the following
formula:

Page 48
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Available Bid
Capacity=2*A*N-B
Where,
A = Maximum of
the value of
construction
works executed
in any one year
during the last
five financial
years (updated to
31.03.2021, 5%
inflation for
Indian Rupees
every year and 2%
for foreign
currency portions
per year).
N = No. of years
prescribed for
completion of
this work.
B = Value of
existing
commitments (as
on 31.03.2021)
for on-going
construction
works during next
18 months.
3.6 Profitability The Bidder should Must meet N/A Must meet N/A Form FIN-
be a Profit (Net) requirement requireme 3.5
making firm and nt
should have made
profit during any
two of the last 5
financial years
i.e.(FY 2016-17,
2017-18, 2018-19,
2019-2020 and
2020-21)
4. Experience
4.1 General Experience under Must meet N/A Must meet N/A Form
Construction construction requirement requiremen EXP-4.1
Experience contracts in the t
role of prime
contractor,
JV/Consortium
Lead member for
at least the last 5
years, ending
31.03.2021
Whereas for the
other members of
JV for at least the
last 2 years,
ending 31.03.2021

4.2 Specific Experience under Form


(a) Construction & contracts in the EXP-
Contract role of contractor 4.2(a)
(single entity or

Page 49
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Management JV member) for


Experience Manufacturing,
supply,
installation &
commissioning of
signages works
for Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects, the
Applicant must
meet the
following Must meet Must meet N/A N/A
eligibility criteria requirement requirement
for being
considered as
qualified in
Technical
evaluation and
become eligible
for financial
package opening.

1. A minimum
number of 01
(One) similar
contract
(separately or
combined):
Manufacturing,
supply,
installation &
commissioning of
signages works
for Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 63
Million or more,
completed in the
last 5 years
starting from 2016
either as a single
entity or as a JV
member and must
have been
Substantially
completed.

OR
2. A minimum
number of 02
(Two) similar
contracts
(separately or
combined):
Manufacturing,
supply,
installation &

Page 50
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

commissioning of
signages works for
Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 39
Million or more,
completed in the
last 5 years
starting 2016
either as a single
entity or as a JV
member and must
have been
Substantially
completed.

OR
A minimum
number of 03
(Three) similar
contracts
(separately or
combined):
Manufacturing,
supply,
installation &
commissioning of
signages works for
Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 32
Million or more,
completed in the
last 5 years
starting 2016
either as a single
entity or as a JV
member and must
have been
Substantiallycom
pleted

5. Environmental, Social, Health and Safety (ESHS)


5.1 Quality & 1. The Bidder Must meet N/A NA Lead Form PER-
Qualification must have valid requirement member 2 (for CV
Criteria Environmental must meet of
Management requiremen EHS
t Personnel)
Certificate
ISO:140001 or
equivalent.
2. The Bidder
must have valid
Quality
Management
Certificate

Page 51
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ISO:9001/DNV/TU
V/
JAS-ANZ/
equivalent.
3. The Bidder
must have valid
Health and Safety
Certificate
OHSAS:18001.
The bidder must
agree to deploy
at least two key
personnel having
Environment
expertise of
minimum ten
years in sites
management
measure and the
second one in
social works with
min.10 years
experience.

Notes:

1) Bidder shall furnish year wise and contract wise details of work for last five years i.e. up to
31.03.2021.
2) For ongoing Works, quantity of successfully completed portion of works executed up to 31.03.2021
will also be considered for qualification of experience criteria.
3) The completed value of work done shall be updated up to 31.03.2021 price level applying 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year.
4) General construction Experience for this contract shall mean the construction work including All Civil
construction of Metro Station /Metro Depot / Oil Depot/ Railway Workshops/ Airport / Oil
Refineries/Industrial Unit for Central Govt./State Government/ PSU/ Urban Local Bodies/Private
Corporates registered with NSE/BSE in India or other industrial units/ plant of comparable magnitude
and similar activities of work having piling, Pre-fabricated /Pre-Engineered / fabricated Steel
structures and Sheds, Architectural finishes, EMP works including installations of Machinery and Plants
& Equipment involving interface with all systems.
8) Bidder to submit the audited financial statements for last five financial year up to 31.03.2021, and if
audited financial statement of FY 2020-21 is not available, provisional statement to be submitted,
duly certified by statutory auditor. For Foreign bidders, last five financial year is up to 31.12.2020
when financial year is January to December of the year.

Page 52
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

3. Evaluation

In addition to the criteria listed in ITB 35.2 (a) – (e) the following criteria shall apply:

3.1 Assessment of adequacy of Technical Proposal with Requirements

The assessment of the Technical Proposal submitted by a Bidder shall comprise (a)evaluation of
the Bidder’s technical capacity to mobilize key equipment and key personnel to carry out the
works, (b) construction method, (c) construction schedule (d) sufficiently detailed supply
sources, in accordance with requirements specified in Section VII – Works Specifications and
following items of Technical Proposal:

3.1.1 Evaluation of Tender Programme


3.1.2 Evaluation of Bidder Technical Proposals
3.1.3 Evaluation of Outline Quality Plan
3.1.4 Evaluation of Outline Safety Plan
3.1.5 Evaluation of Outline Environmental Plan
3.1.6 Evaluation of Outline Project Management Plan
3.1.7 Evaluation of Manufacture, Testing and Commissioning Plan
The Employer will evaluate the technical suitability and acceptability of the proposals. The
financial proposals of only those Bids, which are technically compliant and substantially
responsive, in accordance with paragraph ITB 29, will be evaluated.
3.2 Multiple Contracts - Not Applicable
3.3 Alternative Completion Times – Not Applicable
3.4 Technical alternatives – Not Applicable
3.5 Specialized Subcontractors
Only the specific experience of sub-contractors for specialized works permitted by the Employer
will be considered. The general experience and financial resources of the specialized sub-
contractors shall not be added to those of the Bidder for purposes of qualification of the Bidder.

3.6 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the following
requirements for deployment: The numbers shown are only indicative and to be deployed more as per
site requirement including other supervisors. In case of delay beyond one month as per the deployment
schedule penalty will be imposed as below. However, imposition of penalty will not relieve bidder from
the responsibility of deployment of requisite no. of personnel.

N Position Qualification Total In Similar Min. Penalty


o work Works numbe for non-
experien Experience r deployme
ce (years) requir nt/
(years) ed delayed
deployme
nt as per
the
deployme
nt
schedule
in INR.
1 Project Manager Graduate with good 10 years 5 years as 1 1 lakh /
knowledge of Signage Project Manager month
works. in Similar Nature
of works in
Signages &
Graphics as per
requirement
Section IV:
Bidding Forms

Page 53
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2 Team Leader/ Graduate with good 8 years 3 years as 1 0.75 lakh


Dy.PM knowledge of Signage Project Manager / month
works. in Similar Nature
of works in
Signages &
Graphics as per
requirement
Section IV:
Bidding Forms
2 Designer Graduate in 7 years 3 years in similar 1 0.75 lakh
Architechture works / month
each
3 Interface Any Graduate with 6 years 3 years in similar 2 0.65 lakh
Coordinator/Man experienced as total works (1 in / month
ager interface experien each
coordinator/station ce Reach)
manager for station
4 Safety Manager Any Graduate 6 years 3 years in similar 1 0.75 lakh
preferably with total works / month
Diploma in Safety Experien
ce
5 Site Supervisor Any Graduate with 3 years 1 years in similar 4 0.5 lakh /
signage execution works month
experience

Notes:
The proposed Key personnel are not to be changed till the completion of the work. Under exceptional
circumstances, in case they are required to be changed, the replacement should have similar or better
experience and qualification than as required above. These changes are permitted only with the approval
of the Employer. Each change in approved Key personnel will attract penalty of 10% of Contract price.

The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-
1 and PER-2 included in Section IV, Bidding Forms.

3.7 Equipment: - The Bidder must demonstrate that it has the key equipment required for fabrication
and installation of signages at site as required.

The Bidder shall provide further details of proposed items of equipment using Form EQU in Section IV,
Bidding Forms.

Page 54
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maha Metro Rail Corporation Limited (Maha-Metro)

PUNE METRO RAIL PROJECT


BID DOCUMENTS
FOR
Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of
Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART I: BIDDING PROCEURE


SECTION IV: BIDDING FORMS

Page 55
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section IV. Bidding Forms

Table of Forms
1. Letter of Bid ……………………………………………………………………………………………………………….….
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV/Consortium)…
2. Appendix to Letter of Bid……………………………………………… ……………………………………………………
2.1 Schedule of Adjustment Data …………………………………………………………………………………………….
2.2A Covenant Of Integrity …………………………………………………………………………………..……………..…….
2.2B Environmental and Social Covenant…………………………………………………………………………………….
2.3 Copyright Undertaking …………………………………………………………………………………………………….
3. Schedules ……………………………………………………………………………………………………………………………
4. Technical Proposal……………………………………………………………………………………………………………….
4.1 Staffing Schedule and Organization Chart……………………………………………………………………………
4.2 Method Statement ………………………………………………………………………………………………………………
4.3 Requirements of Works Programme ……………………………………………………………………………………
4.4 Bidder’s Technical Submissions……………………………………………………………………………………………
4.5 Form EQU: Equipment………………………………………………………………………………………………………….
4.6 PER-1 & PER-2 ……………………………………………………………………………………………………………………
4.7 Outline Quality Plan ……………………………………………………………………………………………………………
4.8 Outline Safety Assurance Plan…………………………………………………………………………………………….
4.9 Outline Safety, Health and Environmental Plan ……………………………………………………………….
4.10 Outline Project Management Plan………………………………………………………………………………………
4.10-A Manufacture, Testing and Commissioning Plan………………………………………………………………….
4.11 Structure of the Bidder……………………………………………………………………………………………………….
5. Bidders Qualification without prequalification …………………………………………………………………
5.1 Form ELI -1.1……………………………………………………………………………………………………………………….
5.2 Form ELI -1.2 ………………………………………………………………………………………………………………………
5.3 Form CON – 2……………………………………………………………………………………………………………………….
5.4 Form CON – 3……………………………………………………………………………………………………………………….
5.5 Form FIN – 3.1………………………………………………………………………………………………………………………
5.6 Form FIN – 3.2………………………………………………………………………………………………………………………
5.7 Form FIN – 3.3………………………………………………………………………………………………………………………
5.8 Form FIN – 3.4………………………………………………………………………………………………………………………
5.8.1 Form FIN – 3.5……………………………………………………………………………………………………………………….
5.8.2 Form FIN – 3.6……………………………………………………………………………………………………………………….
5.9 Form EXP - 4.1……………………………………………………………………………………………………………………..
5.10 Form EXP - 4.2(a)…………………………………………………………………………………………………………………
5.11 Form EXP - 4.2(b)…………………………………………………………………………………………………………………
6. Form of Bid Security……………………………………………………………………………………………
7. Form of Bid-Securing Declaration: Deleted ……………………………………………………………………….
8. Form of Joint Bidding Agreement……………………………………………………………………………………….
9. Form of Legal Capacity / Power of Attorney……………………………………………………………………..
Format – POA for Lead Member………………………………………………………………………………………….
Format – POA for Other Member …………………………………………………………………………………………
10. Bid Index……………………………………………………………………………………………………………………………
11. Form for seeking clarification on Bidding Documents………………………………………………………
12. Not Used ……………………………………………………………………………………………………………………………
13. Letter of Undertaking Regarding Confidentiality of Bid Information ……………………………….
14. Undertaking for Downloaded Bidding Documents ………………………………………………………………
15. Sample Format for Banking Reference for Liquidity …………………………………………………………
16. Form of Certificate confirming submission of all documents of Financial Package
in the Technical Package with prices left blank ………………………………………………………………
17. Form of Certificate confirming receipt of all Bidding Documents and Addenda………………
18. Form of Declaration for non-engagement of any agent, middleman or intermediary …….
19. Form of certificate confirming careful examination of all the contents of Bidding
Documents and signing of all pages of Bidder’s proposal ………... ……………………………………
20. Undertaking for ensuring supply of critical spares and availability of technical support
21. Undertaking for passing on benefits of exemptions to Maharashtra Metro Rail
Corporation Limited and for adjustment of amounts due from balance due…………………..
22. Undertaking for obtaining registrations under various fiscal and labour laws …………………
23. Declaration of Undertaking ………………………………………………………………………………………………..

Page 56
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

24. Quality Management / Environmental, Social, Health and Safety (ESHS) Certification………….

Letter of Bid
[The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and
address]
Date: _______________________
NCB No.: ________________________
Invitation for Bid No.: ___________
Alternative No.: _________________
To: ________________________
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB8)
(b) We have no conflict of interest in accordance with ITB 4;
(c) We have not been suspended nor declared ineligible by the Employer based on execution of a Bid
Securing Declaration in the Employer's country in accordance with ITB 4.4.
(d) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery
Schedule specified in the Schedule of Requirements the following Goods:
(e) The total price of our Bid, excluding any discounts offered in item (f) below is:
In case of only one lot, total price of the Bid
In case of multiple lots, total price of each lot
In case of multiple lots, total price of all lots (sum of all lots)

(f) The discounts offered and the methodology for their application are: NOT APPLICABLE
i. The discounts offered are:
ii. The exact method of calculations to determine the net price after application of discounts is
shown below:
(g) Our bid shall be valid for a period of 180days from the date fixed for the bid submission deadline
in accordance with the Bidding Documents, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
(h) If our bid is accepted, we commit to obtain a performance security in accordance with ITB 42 of
the Bidding Documents;
(i) We are not participating, as a Bidder or a subcontractor, in more than one bid in this bidding
process in accordance with ITB 4.2(e), other than alternative bids submitted in accordance with
ITB13;
(j) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding
process or execution of the Contract:
Name of Recipient Address Reason Amount

[If none has been paid or is to be paid, indicate "none."]

(k) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and
(l) We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.
(m) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in any type of fraud and corruption.

Name of the Bidder* ________________


Name of the person duly authorized to sign the Bid on behalf of the Bidder** ____________________

Title of the person signing the Bid ________________________________________________________

Signature of the person named above ______________________________________________________

Date signed _______________________________________day of

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**:Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the
bid

Page 57
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Note: Para (e) to (h) of letter of bid are not to be included in Technical Proposal
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV) /Consortium

(On each Firm's Letter Head)

No.... Dated ...........

F r o m:

To,

THE MANAGING DIRECTOR,


MAHARASHTRA METRO RAIL CORPORATION LTD.,
Pune Metro Rail Project
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune - 411001

Sir,

Regarding:

Tender No. P1 Misc-28: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.

Ref: Your notice for Invitation for Bid (IFB)

We wish to confirm that our company/firm (delete as appropriate) has formed a Joint Venture with
and for the purposes associated with IFB referred to above.

(Member(s) who are not the lead partner of the JV/Consortium should add the following paragraph)
*
‘This JV/Consortium is led by whom we hereby authorize to act on our behalf for the purpose
of
submission of Bid for ......... . and authorize to incur liabilities and receive instructions for an
on behalf of any and all the partners or constituents of the Joint Venture.’

OR

(Member being the lead member of the group should add the following paragraph) *
‘In this group we act as leader and, for the purposes of applying for qualification, represent the
Joint Venture.’

In the event of our group being awarded the contract, we agree to be jointly with (Names of other
members of our JV/Consortium) …………….and severally liable to the MAHA METRO RAIL PROJECT, its
successors and assigns for all obligations, duties and responsibilities arising from or imposed by the
contract subsequently entered into between MAHA METRO RAIL PROJECT and our JV/Consortium.

*I/We further agree that entire execution of the contract shall be carried out exclusively through the
lead partner.

Yours faithfully,

(Signature)

(Name of Signatory)

(Capacity of Signatory)
Seal
* Delete as applicable
Note: This form is applicable for Technical Package only.

Page 58
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2. Appendix to Bid

2.1 Schedule of Adjustment Data

(Refer to BOQ / Pricing Document)

Page 59
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2.2A COVENANT OF INTEGRITY


(The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and address)

We declare and covenant that neither we nor anyone, including any of our directors, employees, agents,
joint venture partners or sub-contractors, where these exist, acting on our behalf with due authority or
with our knowledge or consent, or facilitated by us, has engaged, or will engage, in any Prohibited
Conduct (as defined below) in connection with the tendering process or in the execution or supply of any
works, goods or services for [specify the contractor tender invitation] (the “Contract”) and covenant to
so inform you if any instance of any such Prohibited Conduct shall come to the attention of any person
in our organisation having responsibility for ensuring compliance with this Covenant. We shall, for the
duration of the tender process and, if we are successful in our tender, for the duration of the Contract,
appoint and maintain in office an officer, who shall be a person reasonably satisfactory to you and to
whom you shall have full and immediate access, having the duty, and the necessary powers, to ensure
compliance with this Covenant. We declare and covenant that neither we nor anyone, including any of
our directors, employees, agents, joint venture partners or sub-contractors, where these exist, acting
on our behalf with due authority or with our knowledge or consent, or facilitated by us, (i) is listed or
otherwise subject to EU/UN Sanctions and (ii) in connection with the execution or supply of any works,
goods or services for the Contract, will act in contravention of EU/UN Sanctions. We covenant to so
inform you if any instance shall come to the attention of any person in our organisation having
responsibility for ensuring compliance with this Covenant.

If (i) we have been, or any such director, employee, agent or joint venture partner, where this exists,
acting as aforesaid has been, convicted in any court or sanctioned by any authority of any offence
involving a Prohibited Conduct in connection with any tendering process or provision of works, goods or
services during the five years immediately preceding the date of this Covenant, or (ii) any such director,
employee, agent or a representative of a joint venture partner, where this exists, has been dismissed or
has resigned from any employment on the grounds of being implicated in any Prohibited Conduct, or (iii)
we have been, or any of our directors, employees, agents or joint venture partners, where these exist,
acting as aforesaid has been excluded or otherwise sanctioned by the EU Institutions or any major Multi-
lateral Development Bank (including World Bank Group, African Development Bank, Asian Development
Bank, European Bank for Reconstruction and Development, European Investment Bank or Inter-American
Development Bank) from participation in a tendering procedure on the grounds of Prohibited Conduct,
we give details of that conviction, dismissal or resignation, or exclusion below, together with details of
the measures that we have taken, or shall take, to ensure that neither this company nor any of our
directors, employees or agents commits any Prohibited Conduct in connection with the Contract [give
details if necessary]. We acknowledge that if we are subject to an exclusion decision by the European
Investment Bank (EIB), we will not be eligible to be awarded a contract to be financed by the EIB. We
grant [indicate the name of the Project Promoter], the European Investment Bank and auditors appointed
by either of them, as well as any authority or European Union institution or body having competence
under European Union law, the right to inspect and copy our books and records and those of all our sub-
contractors under the Contract. We accept to preserve these books and records generally in accordance
with applicable law but in any case for at least six years from the date of tender submission and in the
event we are awarded the Contract, at least six years from the date of substantial performance of the
Contract.”

Name In the capacity of

Signed

Duly authorised to sign the contract for and on behalf of

Date

Note: The Covenant of Integrity form shall be duly signed by the authorised signatory of the bidder,
failing which the bid shall be liable for rejection.

Page 60
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2.2B ENVIRONMENTAL AND SOCIAL COVENANT


(The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and address)

We, the undersigned, commit to comply with – and ensuring that all of our sub-contractors comply with
– all labour laws and regulations applicable in the country of implementation of the contract, as well as
all national legislation and regulations and any obligation in the relevant international conventions and
multilateral agreements on environment applicable in the country of implementation of the contract.

Labour standards. We further commit to the principles of the eight Core ILO standards19 pertaining to:
child labour, forced labour, non-discrimination and freedom of association and the right to collective
bargaining. We will (i) pay rates of wages and benefits and observe conditions of work (including hours
of work and days of rest) which are not lower than those established for the trade or industry where the
work is carried out; and (ii) keep complete and accurate records of employment of workers at the site.

Workers relations. We therefore commit to developing and implementing a Human Resources Policy and
Procedures applicable to all workers employed for the project in line with Standard 8 of the EIB’s
Environmental and Social Handbook. We will regularly monitor and report on its application to [insert
name of the Contracting Authority] as well as on any corrective measures periodically deemed necessary.

Occupational and Public Health, Safety and Security. We commit to (i) complying with all applicable
health and safety at work laws in the country of implementation of the contract; (ii)developing and
implementing the necessary health and safety management plans and systems, in accordance with the
measures defined in the Project’s Environmental and Social Management Plan (ESMP) and the ILO
Guidelines on occupational safety and management systems20; (iii) providing workers employed for the
project access to adequate, safe and hygienic facilities as well as living quarters in line with the
provisions of Standard 9 of the EIB’s Environmental and Social Handbook for workers living on-site; and
(iv) using security management arrangements that are consistent with international human rights
standards and principles, if such arrangements are required for the project.

Protection of the Environment. We commit to taking all reasonable steps to protect the environment on
and off the site and to limit the nuisance to people and property resulting from pollution, noise, traffic
and other outcomes of the operations. To this end, emissions, surface discharges and effluent from our
activities will comply with the limits, specifications or stipulations as defined in [insert name of the
relevant document]21 and the international and national legislation and regulations applicable in the
country of implementation of the contract.

Environmental and social performance. We commit to (i) submitting [insert periodicity as indicated in
the tender documents] environmental and social monitoring reports to [insert name of the Contracting
Authority]; and (ii) complying with the measures assigned to us as set forth in the environmental permits
[insert name of the relevant document if applicable]22 and any corrective or preventative actions set
forth in the annual environmental and social monitoring report. To this end, we will develop and
implement an Environmental and Social Management

System commensurate to the size and complexity of the Contract and provide [insert name of the
Contracting Authority] with the details of the (i) plans and procedures, (ii) roles and responsibilities and
(iii) relevant monitoring and review reports.

We hereby declare that our tender price as offered for this contract includes all costs related to our
environmental and social performance obligations as part of this contract. We commit to (i) reassessing,
in consultation with [insert name of the Contracting Authority], any changes to the project design that
may potentially cause negative environmental or social impacts; (ii) providing [insert name of the
Contracting Authority] with a written notice and in a timely manner of any unanticipated environmental
or social risks or impacts that arise during the execution of the contract and the implementation of the
project previously not taken into account; and (iii) in consultation with [insert name of the Contracting
Authority], adjusting environmental and social monitoring and mitigation measures as necessary to assure
compliance with our environmental and social obligations.

Environmental and social staff. We shall facilitate the contracting authority’s ongoing monitoring and
supervision of our compliance with the environmental and social obligations described above. For this
purpose, we shall appoint and maintain in office until the completion of the contract an Environmental

Page 61
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

and Social Management Team (scaled to the size and complexity of the Contract) that shall be reasonably
satisfactory to the Contracting Authority and to whom the Contracting Authority shall have full and
immediate access, having the duty and the necessary powers to ensure compliance with this
Environmental and Social Covenant.

We accord the Contracting Authority and the EIB and auditors appointed by either of them, the right of
inspection of all our accounts, records, electronic data and documents related to the environmental and
social aspects of the current contract, as well as all those of our subcontractors.

Name In the capacity of

Signed

Duly authorised to sign the contract for and on behalf of

Date

Note: The Environmental and Social Covenant form shall be duly signed by the authorised signatory of
the bidder, failing which the bid shall be liable for rejection.

Page 62
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2.3 Copyright Undertaking


(To be submitted on Bidder’s Letter head)

Date ………………..

To:

THE MANAGING DIRECTOR,


MAHARASHTRA METRO RAIL CORPORATION LIMITED,
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune - 411001

LETTER OF UNDERTAKING

Tender No. P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.

We, (name of Bidder / joint venture) hereby undertake that the tender drawings, both in hard copy
/digitised format, and the Bid documents purchased as a necessary part of our preparation of this Bid
shall be used solely for the preparation of the Bid and that if the Bid is successful, shall be used solely
for the design of the temporary and permanent works.

We further undertake that the aforesaid tender drawings and documents prepared by Maharashtra Metro
Rail Corporation Limited shall not be used in whole, in part or in any altered form on any other project,
scheme, design or proposal that the joint venture, the joint venture parent companies or sub-contractors
of the joint venture are or will be involved with either in India or any other country.

Signed……

For and on behalf of


(Name of tender / joint venture)

Page 63
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

3. Schedules

Refer to BOQ / Pricing Document

Page 64
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4. Technical Proposal

- 4.1 Staffing Schedule and Organization Chart


- 4.2 Method Statement
- 4.3 Requirements of Works Programme
- 4.4 Bidder’s Technical Submissions
- 4.5 Equipment - Form EQU
- 4.6 Personnel – Forms PER-1 and PER-2
- 4.7 Outline Quality Plan
- 4.8 Outline Safety Assurance Plan
- 4.9 Outline Safety, Health and Environmental Plan
- 4.10 Outline Project Management Plan
- 4.11 Manufacture, Testing and Commissioning Plan
- 4.12 Structure of the Bidder
- 4.13 Requirement Undertaking
- 4.14 Scope of Work Compliance Undertaking

Page 65
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.1 Staffing Schedule and Organization Chart

The Bidder shall provide with the Bid a complete Schedule and Organization chart as required by BDSITB
11.4.1.13.

(1) The name, background and professional experience of each key staff member to be assigned to
this project, with particular reference to his experience of a nature similar to that of the proposed
assignment.
(2) An organization chart with assignment of each key staff member (identified by name),duration &
timing together with clear description of the responsibilities of each key staff member within the
overall work programme.
(3) The Bidder to propose his design organization in detail and outline his manufacturing/testing
organization. Also, the Bidders shall provide the necessary details on their staff for the project
design phase. For the later phases, staff needs to be proposed for key positions.
(4) The Bidder must demonstrate that it has the personnel for the key positions that meet the
requirements as mentioned in section III Evaluation and Criteria.
(5) The Bidder shall provide details of the proposed personnel and their experience records using
Forms PER-1 and PER-2 included in Section IV, Bidding Forms.

a. Project Manager– Graduate having minimum 15 years of total experience out of which 10
years should be in projects of similar nature.
b. Deputy Project Manager (DPM) - Graduate having minimum 10 years of total experience out
of which 5 years should be in projects of similar nature.
c. SHE Organization– As per the qualification and experience given in SHE manual(shall include
an Accident Prevention Officer).
d. All other key staff shall be graduate with minimum 5 years’ experience in relevant discipline.

(6) Please note that in case Employer judges that the continuation of any person of the Bidder
including its subcontractor(s) is not in the interest of the project, a written notice will be given to
Bidder who will promptly remove the person within a week.
(7) The Bidder shall submit the Site Organization Chart with narrative description and the relationship
between Head Office and the Site Management clearly indicating the clear distribution of authority
and responsibility between Head Office and Site Management.

We hereby confirm that this is minimum project specific mobilization, and these will be suitably
augmented, as required for achieving the Works requirements and key dates. We also confirm to deploy
manpower required for safety as per SHE Manual attached with the Bidding Documents.

SIGNATURE OF AUTHORIZED SIGNATORY


ON BEHALF OF BIDDER

Page 66
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.2 Method Statement

Each Bidder shall set out details of the Method Statement for the Works to demonstrate how it will meet
the Employer’s objective and requirements. As a minimum, the Method Statement shall address the
following:

(a) Details of the arrangements and methods which the Bidder proposes to implement for the
construction of the Works, in sufficient detail to demonstrate their adequacy to achieve the
requirements of the Contract including completion within the Time for Completion stated in the
Particular Conditions of Contract.
(b) Outline of the arrangements of the Bidder to manage coordination of Site access.
(c) Comments on the geotechnical and subsurface aspects of the Works including materials, material
sources and any constraints
(d) Not Used
(e) Comments on logistics and traffic management [as may be appropriate].
(f) Outline of the arrangements and organisation of the Bidder to ensure compliance with the Works
Requirements.
(g) Outline of the arrangements of the Bidder to carry out testing upon completion as specified in the
Works Requirements.
(h) [Insert other information, as may be appropriate.]

Page 67
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.3 Requirements of Works Programme

(a) The Works Programme shall show how the Bidder proposes to organize and carry out the Works
and to achieve Stages and complete the whole of the Works by the given Key Dates.
(b) The Works Programme or Programmes shall be developed as a critical path network using suitable
software. The network must be fully resourced and show the co-ordination with System Wide
Contracts. The Works Programme shall show achievement of all Key Dates and Works Area
Access Dates.
(c) The Works Programme shall include the Bidder’s Design Submission Programme and should
indicate, wherever possible, dates and periods relating to interfaces with and between others
including dates for submission of further documents required by the Contract and periods for their
acceptance.
(d) The Works Programme shall contain sufficient detail to assure the Employer of the feasibility of
the plan and approach proposed by the Bidder.
(e) The Bidder should have regard to the possibility that during the Bid evaluation period the Works
Programme may be developed into a Programme which, in the event of award, would be the initial
submission of the Works Programme. To facilitate this process, the Bidder shall, in the preparation
of the Works Programme, take due account of the provisions of Works Requirements – General
Specifications in so far as they concern the Works Programme.
(f) The Works Programme shall be accompanied by a narrative statement that shall describe
Programme activities, assumptions and logic, and highlight the Bidder’s perception of the major
constraints and critical areas of concern in the organization, construction and completion of the
Works. This narrative statement shall also indicate which elements of the Works the Bidder intends
to carry out off-Site and/or outside India with details of the proposed locations of where any such
work is to be carried out, the facilities available.
(g) The Bidder shall prepare logic diagrams providing the philosophy for shared access, shared areas
with co-incident and adjacent work areas and submitted as part of his Bid. These logic diagrams
shall be developed and submitted along with the Works Programmes as submitted during the course
of the Works.
(h) All programmes shall include design, procurement periods, major material, offsite production/
prefabrication, temporary construction, interface and periods for systemwide, utility and adjacent
contractors etc.
(i) The programme should show the makeup programme / cover up programme for slippage in
availability of few of the access area dates to achieve the completion of different stretches as per
schedule.

Page 68
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.4 Bidder’s Technical Submissions

A. Requirements for Bidder’s Technical Submissions


A1. The Bidder’s attention is drawn to the List of Definitions and List of Abbreviations in the Works
Requirements and to Clause 1 of the General Conditions in which terms are defined.
A2. The Bidder’s Technical Proposals shall comply or, subject to reasonable development, be capable
of complying with the Works Requirements in all respects. The Bidder’s Technical proposal shall
demonstrate such compliance.

The Bidder’s Technical Proposals shall establish the safety standards to be followed and installation
and testing methods that will be employed.

The following paragraphs list the minimum documentation that shall be supplied by the Bidder as
part of his technical package for technical evaluation of the Bid. The Bidder shall include any
further information necessary to demonstrate the suitability of his proposal.

B. General Requirements
B1. The Bidder shall submit a detailed clause by clause commentary on all the clauses of the Works
Requirements when a clause merely provides information and no other comment is necessary
“noted” will suffice. Where the Bidder is not able to comply fully with certain clauses and proposes
an alternative, the deviations shall be consolidated and listed separately in the Statement of
Deviations. Excepting the items listed in the statement of deviations, the Bidder shall give a
Certificate of Compliance in the form Appendix A for all the items.
B2. The Bidder shall also advise the conflicts, if any, in the Bid documents between various functional
requirements or specifications.
B3. The Bidder shall detail any potential problems or hazards that have been identified during the
Bidder’s assessment of the Works Requirement.
B4. The Bidder shall submit:
a. Technical Information of Contractor’s Equipment proposed by the Bidder such as equipment
for mechanised handling of Rails, support systems for setting of Ballastless Track & Turnout
for installation, various survey equipment, equipment for transport& delivery of concrete
to the site of work etc.
b. Information for justifying the Proneness of the equipment proposed by the Bidder.
c. For the deployment of mobile flash butt plant, the Bidder shall submit a concrete and
complete proposal as to whether he owns the plant or proposes to hire/subcontract the
same along with details such as source of plant, its technical details and capabilities of
Welding UIC 60,880 grade, 1080 HH grade Rails and also the detailed CV of the operator of
the machine to demonstrate technical suitability & availability of the operator for Welding
work.
d. Information for In-house or the sub-contract of manufacture or vending proposed by the
Bidder in the format given in Appendix B.
e. The Bidder shall specifically submit the details / CV of all the Supervisors available with the
Bidder for installation of ballasted Track separately for this contract, indicating their
experience and the name of projects on which these supervisors have gained the experience
/ expertise;

C. Technical Requirements
C1. The Bidder’s Technical Proposals shall also cover the following:
(a) Normally Track structures (Caste-in-situ) are to be followed as given in tender drawing for
viaduct. However, bidder may also propose other proven ballast less Track structure and
submit detailed design for consideration of Maharashtra Metro Rail Corporation Limited.
However proposed ballast less Track structure should not infringe the SOD. The proven
improvement/innovation in design of plinth with the objective of improved performance,
reduction in execution time shall be encouraged and no price advantage will be given on
this account irrespective of life cycle claimed.

Page 69
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

For this purpose, contractor will submit detailed design along with drawing and performance
report of proposed system. The performance report shall only be considered for those
systems which are substantially on elevated corridor & not less than 14T axle load which are
in operation for public carriage of passenger for not less than year. The performance is in
addition to suitability of design and not in lieu of design. The design has to conform to the
prevalent International standards.
(b) Detailed drawing and specification of proposed Ballastless Track structure on viaduct and
Underground. Any Ballastless Track slab / plinth system proposed should have proven record
on the viaduct and Underground. Details of same to be submitted.
(c) If any change to the Track structure proposed vide para (a) & (b) above to be used with MSS,
then Details of Ballastless Track structure to be furnished. However, it is to be ensured that
there should not be any infringement of SOD.
(d) Method adopted for topographic setting of final alignment on finished surface of depot
layout for final setting of Track;
(e) Methodology for handling/re-handling, transportation of the P. Way materials imported by
the Employer from Mumbai Port/ to the site, stacking/storage of such material, security of
material against theft, loss and damage;
(f) Methodology for proper handling of Rails and Welded panels to site of work;
(g) Methodology of installation procedure including any other alternative construction method
/ scheme as proposed by Bidder for Ballastless Track with construction speed and finished
tolerances of Track;
(h) Detailed design of RMC suitable for long distance pumping / transportation
(k) Methodology for installation of Ballastless turn outs & crossovers;
(l) Other technical information in support of the technical proposal.

C2. Deleted

D. Technical Documents
D1. The Bidder’s Technical Proposals shall also include the following documents:

a. Deviation Statement

The deviation statement shall draw attention to any part or parts of the Works Requirements
- Particular Specification which the Contractor intends to amend or omit and shall contain
further material as required.

In producing the deviation statement, the Bidder shall ensure that clauses, paragraphs and
any appendices therein are identified by their numbering as uniquely belonging to the
deviation statement.

The Bidder should note that the Specifications submitted with the Bid as part of the Bidder’s
Technical Proposals will, prior to acceptance of Bid, be merged and consolidated into a
single document for incorporation into the Contract.

The Bidder should note that the deviation statement forms a crucial part of the Bidder’s
Technical Proposals and shall be prepared in sufficient detail to demonstrate full compliance
with the Works Requirements. The quality of the deviation statement will be paramount in
evaluating technical compliance of Bids.

b. Codes and Standards

The Bidder shall provide justification for any codes or standards, it proposes in its list as
alternatives or additions to those specified in the Works Requirements.

The Bidder will be required, during the Bid process, to provide a certified English translation
of any codes or standards it proposes to use, and which are not normally available in English.

Page 70
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Appendix A to Bidder’s Technical Submissions


Certificate of Compliance and Schedule of Deviations

(TO BE SUBMITTED ON BIDDER’S LETTERHEAD)


CERTIFICATE OF COMPLIANCE

This Certificate is issued in the full knowledge that the Technical Proposals submitted are in clause by
clause compliance with the Works Requirements, except as noted in Statement of Deviations
accompanying this Certificate.

Signed

Authorized Representative

Page 71
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Appendix B to Bidder’s Technical Submission


PROPOSALS FOR SUB-CONTRACTED WORKS

(DELETED)

Page 72
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.5 Form EQU: Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria. A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.

Item of equipment
Equipment Name of manufactures Model and power rating
Information Capacity Year of manufacture
Current status Current location
Details of current commitments
Source Indicate source of the equipment
Owned Retired Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner


Address of owner
Telephone Contract name and title
Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project.

Page 73
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.6 Personnel
Form PER-1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements
stated in Section III. The data on their experience should be supplied using the Form below for each
candidate.

1 Title of position *
Name
2 Title of position *
Name
3 Title of position *
Name
4 Title of position *
Name

* As listed in Section-III

Page 74
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Form PER-2: Resume of Proposed Personnel

Name of Bidder
Position
Personnel Name Date of Birth
information Professional qualification
Present Name of employer
employment Address of employer
Telephone Contact (manager / personnel officer)
Fax E-mail
Job Title Years with present employer

Summarize professional experience over the last 20 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and


management experience

Page 75
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.7 Outline Quality Plan

The Bidder shall submit as part of his Bid an Outline Quality Plan illustrating the intended means of
compliance with the Work’s Requirements and setting out in summary form an adequate basis for the
development of the more detailed Quality Plans required. The Outline Quality Plan shall contain
sufficient information to demonstrate clearly the proposed method of achieving the Bidder’s quality
objectives with regard to the requirement of the Contract. The Bidder may be requested to amplify,
explain or develop his Outline Quality Plan prior to the date of acceptance of the Bid due and to provide
more details with a view to reaching provisional acceptance of such a Plan.

Page 76
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.8 Outline Safety Assurance Plan

The Bidder shall submit as part of its Bid an Outline System Safety Assurance Plan which shall contain
sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective and efficient
safety procedures in the design, manufacture, transport, integrated testing and commissioning of Works.
The Outline System Safety Assurance Plan should include an outline of the safety procedures and
regulations to be developed and the mechanism by which they will be implemented for ensuring safety
including Hazard Analysis, Fire Control, Electromagnetic compatibility / Electro-magnetic Interference
Control, reliability, availability and maintainability as given in this Bid.

The Bidder shall also include in the Outline Safety Plan sufficient information to demonstrate clearly the
Bidder’s proposal for the safety of the Works / Plant / Equipment and personnel at the site. On the basis
of this information, the Contractor shall develop a Detailed Site Safety Plan as given in this Bid.

The Outline System Safety Assurance Plan shall be headed with a formal statement of policy in relation
to safety and shall be sufficiently informative to define the Bidder’s safety plans and set out in summary
an adequate basis for the development of the Safety Plan to be submitted in accordance with the
conditions of this Bid.

The Bidder may be requested to amplify, explain or develop its Outline System Safety Assurance Plan
prior to the date of acceptance of the Bid and to provide more details with a view to reaching provisional
acceptance of such a Plan.

Page 77
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.9 Outline Safety, Health and Environmental Plan

The Bidder shall submit as part of his Bid an Outline Safety, Health & Environment Plan which shall
contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective and
efficient compliance to the conditions of contract on SHE manual. The Outline Plan should include an
outline of the procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring safety as required by Sub-Clause 4.18 of the GC and Clause 9 of PC.

The Outline Plan shall be headed with a formal statement of policy in relation to Safety, Health &
Environment protection and shall be sufficiently informative to define the Bidder’s plans and set out in
summary an adequate basis for the development of the Site Safety, Health & Environment Plan to be
submitted in accordance with Sub-Clause 4.18 of the GCC and Clause 9 of PCC.

The Bidder may be requested to amplify, explain or develop its Outline Environmental Plan prior to the
date of issue of Letter of Acceptance and to provide more details with a view to reaching provisional
acceptance of such a plan.

Page 78
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.10 Outline Project Management Plan

The Bidder shall submit with his Bid a Project Management Plan as prescribed in Work’s Requirement -
inter-alia indicating names, qualifications, professional experience and corporate affiliation of all
proposed key management and engineering personnel (above the level of supervisor) and specialists.

Project Director of the consortium shall be based in PUNE. Design Liaison Engineer, Interface Manager
shall be continuously based in PUNE (India) Project Office throughout the Contract Period. Installation
Engineers and Commissioning Engineers shall be continuously based in PUNE during the respective
activities.

The Bidder shall include his proposals for his Co-ordination Control Team and include the name and
qualifications of the Team Leader responsible for the interface co-ordination with Designated
Contractors.

Page 79
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.11 Manufacture, Testing and Commissioning Plan

The Bidder shall submit with its Bid, the methods by which the Bidder intends to manufacture and test
the components / equipment. Details shall be given of the locations and arrangements for offshore and
indigenous works, the facilities available and any understanding from others that the Bidder has in such
matters. The manufacturing methods to be employed, the equipment’s and facilities available or
proposed to be set up off-shore and or in India, will be analysed during technical evaluation and shall be
in sufficient detail to allow a full appreciation of the Bidder’s proposals in relation to all aspects of the
Works. The extent of automation involved in manufacture, particularly in the area of Welding, shall
be clearly stated for both off-shore and indigenous manufacture.

Page 80
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.12 Structure of the Bidder

The Bidder shall supply a chart particularizing the structure of the Bidder (identifying all companies
comprising the Bidder in the event that the Bidder is a JV/Consortium) and the ownership of the
Bidder including the ownership of each of the companies comprising the Bidder, identifying all
respective intermediate and ultimate holding companies.

COMPOSITION OF THE BIDDER


1. A notarized copy of JV/Consortium Agreement relating to the composition of the Bidder shall be
submitted, if the Bidder is a Consortium. Should the Bidder be an entity established or to be
established to Bid for this Contract, details of the shareholders’ agreement or proposed
shareholders’ agreement or proposed shareholders’ agreement shall be supplied together with
the percentage participation and percentage equity in the agreements.
2. The contractual arrangements and copies of agreements in relation thereto must, as a minimum,
provide information on all members or participants involved, their respective participation in
the Bid, the management structure, ownership and control of the members or participants
comprising the Bidder and the name of the Lead Member who would have overall lead
management responsibility for the Works, the registered addresses of all parties and the names
of their respective senior partners, chairmen or managing directors as appropriate. Such
agreements should also reflect the joint and several liabilities of the members to the Employer
in the event that the Contract is awarded to them and provide “deadlock” provisions in the
event that decisions of the Consortium cannot be reached by unanimous agreement.
3. The Bidder shall confirm that the broad scope split of work amongst the Consortium members
shall be as hereunder: (Deleted)

SN Work & Responsibility Partner Qualifying Local Partner (if any


1 Design P S
2 Engineering P S
3 QC for manufacturing – Off-shore and On P S
shore
4 Manufacturing – Off shore P X
5 Manufacturing – On shore S P
6 Interfacing P S
7 Testing and commissioning P S
8 Design validation and type testing P S
9 Warranty services P S
10 Project management P S
11 Training (offshore & on shore) P S
12 Manuals P S

P – Responsible Partner – Primary Responsibility


S – Support Partner – Secondary Responsibility
X – No Role
Note: The responsibilities as confirmed in the table above are independent of the invoicing structure
given in the Pricing Document of the financial package.

4. The Bidder shall provide written confirmation that:

(a) The agreement or agreements submitted represent the entire agreement between the members or
participants comprising the Bidder as to the Bidder’s legal persona;
(b) There is or are no other agreements relating to the Bidder’s incorporation, powers or organization
which may affect in any way its ability to carry out the Works; and
(c) No changes will be made to any such agreements during the Bidding period or during the contract
period (if contract awarded) without first obtaining the Employer’s agreement to the proposed
change or changes

Page 81
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.13: Interfacing Requirement Undertaking

Our understanding of the interfacing requirement is enclosed herewith. We hereby confirm that our offer
is fully compliant with the interfacing requirement with Other Designated Contractors/ Power Supply
Authorities/ Statutory Authorities.

SIGNATURE OF THE BIDDER


Seal:

Date:

Page 82
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

4.14: Scope of Work Compliance Undertaking

Our understanding to the scope of work is enclosed herewith. We hereby confirm that our offer is fully
compliant with the scope of work detailed in Works Requirements, and the price of withdrawal of
deviations is included in Part 4 of Bill of Quantities under Financial Package.

SIGNATURE OF THE BIDDER


Seal:

Date:

Page 83
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5. Bidders Qualification without prequalification

To establish its qualifications to perform the contract in accordance with Section III(Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

Page 84
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.1 Form ELI -1.1


Bidder Information Form
(To be submitted on Bidder’s Letter head)

Date: _________________
NCB No. and title: _________________
Page__________of_______________pages

Bidder’s Name
In case of Joint Venture (JV/Consortium), name of each members :
Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:
Bidder's legal address [in country of registration]:
Bidder's authorized representative information
Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or documents
of registration of the legal entity named above.
 In case of JV/Consortium, letter of intent to form JV/Consortium or JV/Consortium agreement, in
accordance with ITB 4.1.
 In case of Government-owned enterprise or institution, in accordance with ITB4.3documents
establishing:
 Legal and financial autonomy
 Operation under commercial law
 Establishing that the Bidder is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership

Page 85
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.2 Form ELI -1.2


(To be submitted on Bidder’s Letter head)

Bidder’ JV/Consortium Information Form


Date: _________________
NCB No. and title: _________________
Page__________of_______________pages

Bidder’s JV/Consortium Name


JV/CONSORTIUM member’s name
JV/CONSORTIUM member’s country of registration:
JV/CONSORTIUM member’s year of constitution:
JV/CONSORTIUM member’s legal address in country of constitution:
JV/CONSORTIUM member’s authorized representative information
Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or documents
of registration of the legal entity named above.
 In case of Government-owned enterprise or institution, documents establishing legal and financial
autonomy, operation in accordance with commercial law, and absence of dependent status, in
accordance with ITB 4.3.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership

Page 86
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.3 Form CON-2:


Historical Contract Non-Performance, Pending Litigation and Litigation History
(to be completed by the Bidder and by each member of the Bidder’s JV/CONSORTIUM)

Bidder’s Name: __________________


Date: _______________________
JV/CONSORTIUM Member’s Name ________________
NCB No. and title: _____________________________
Page _________________ of ______________pages

Non-Performed Contracts in accordance with Section III, Evaluation & Qualification Criteria
¨ Contract non-performance did not occur since 1st January [insert current year number less5]specified
in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.1.
¨ Contract(s) not performed since 1st January [insert current year number less 5] specified in Section
III, Evaluation and Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and INR
equivalent)
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]

Pending Litigation, in accordance with Sr. No. 2.3 of Section III, Qualification Criteria and
Requirements

Year of Amount in Contract Identification Total Contract Amount


dispute dispute Name of Employer: (currency), INR Equivalent
(currency) Address of Employer: (exchange rate)
Matter in dispute:
Party who initiated the dispute:
Status of dispute:

Page 87
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.4 Form CON – 3


Historical Debarment/ Blacklisting/ Termination/ Rescind
(DELETED)

Page 88
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.5 Form FIN – 3.1:

Financial Situation and Performance

Bidder’s Name: ________________


Date: ______________________
JV/CONSORTIUM Member’s Name:______________________
NCB No. and title: _______________________
Page _____________of ______________pages
1. Financial data

Type of Financial information Historic information for previous


in ____years,_________ (amount in currency,
(currency) currency, exchange rate*, INR equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Total Equity / Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Working Capital (WC)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Cash Flow Information
Cash Flow from Operating Activities

2. Financial documents

The Bidder and its parties shall provide copies of financial statements for 5 (five) years pursuant Section
III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:

(a) reflect the financial situation of the Bidder or in case of JV/CONSORTIUM member, and not an
affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
(e) The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp
and signature.
 Attached are copies of financial statements1 for the 5 (five) years required above and complying with
the requirements

_________________
1 If the most recent set of financial statements is for a period earlier than 12 months from the date of
bid, the reason for this should be justified.

Page 89
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.6 Form FIN – 3.2:


Average Annual Construction Turnover

Bidder’s Name: ________________


Date: ______________________
JV/CONSORTIUM Member’s Name_________________________
NCB No. and title: ___________________________
Page _______________of ______________pages

Year Annual turnover data (Construction only)


Amount Currency Exchange rate INR equivalent
[indicates year] [insert amount and
indicate currency]

Average Annual
Construction Turnover *

The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and
signature.

*See Sr. No.3.2 of Section III, Evaluation and Qualification Criteria.

Page 90
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.7 Form FIN – 3.3:


Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, net of current commitments, available to meet the total construction cash
flow demands of the subject contract or contracts as specified in Section-III (Evaluation and Qualification
Criteria)

Financial Resources
No Source of financing Amount in INR Equivalent
1
2
3

The financial data in the prescribed format shall be certified by Chartered Accountant with his
stamp and signature.

Page 91
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.8 Form FIN – 3.4:

i. Current Contract Commitments / Works in Progress

Bidders and each member to a JV/CONSORTIUM should provide information on their current commitments
on all contracts that have been awarded, or for which a letter of intent or acceptance has been received,
or for contracts approaching completion, but for which an unqualified, full completion certificate has
yet to be issued.

Current Contract Commitments


No Name of Employer’s Value of Estimated Average Monthly
Contract Contact Address, Outstanding Work Completion Invoicing Over
Tel. Fax in INR Date Last Six Months
in INR/month
1
2
3
4
5

The financial data in the prescribed format shall be certified by Chartered Accountant with his
stamp and signature.

ii. Bid Capacity

Bid Capacity Calculation of Single Entity or Members of Consortium/JV

S. No Each Maximum Value of Price No. of years Bid Capacity Remarks


Member value of level, of prescribed (Rupees in
Name similar works existing for Crores)
executed in commitments Completion
any one year and ongoing of the works
during the works (During for which
last three the next 1.25 tenders are
years Years) starting invited
(Updated to from 28 days
31.03.2021 prior to date for
price level) submission of
Bid

A B N (2*A*N) - B

The above to be duly certified by Statutory Auditor under his signature & stamp.

Page 92
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.8.1 Form FIN-3.5


Bidder’s Profitability

Bidders and each member to a JV should provide information on their earnings before interest and tax
in any two years out of the last five years. The financial data in the prescribed format shall be certified
by Chartered Accountant with his stamp and signature.
Profitability-earnings before interest and Tax in Years in which
INR Profitability-earnings
before interest and Tax is
+ve (Positive)
2016- 2017- 2018- 2019- 2020-
2017 2018 2019 2020 2021
Member-1
(Lead
Member)
Member-2
(other than
Lead
Member)
Member-3
(other than
Lead
Member)

Page 93
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.8.2 Form FIN-3.6


Corporate Debt Restructuring

Bidders and each member to a JV/CONSORTIUM having undergone Corporate Debt Restructuring (CDR) in
last five years must submit their banker’s certificate stating that their account with the bank is “standard
account” as on base date i.e. 28 days before submission of bid.

In case the bidders and each member to a JV/CONSORTIUM has not undergone CDR then he must submit
an undertaking to the effect.

Page 94
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.9 Form EXP – 4.1:

General Construction Experience


[Each Bidder or member of a JV/CONSORTIUM must fill this form]

Bidder’s Name: ________________


Date: ______________________
JV/CONSORTIUM Member’s Name_________________________
NCB No. and title: ___________________________
Page _______________of ______________pages

Starting Ending Contract Identification Role of Bidder


Year* Year
Contract name: ____________________
Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ____________________
Address: _____________________________
Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
Contract name: ________________________
Brief Description of the Works performed by the
Bidder: __________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________

*See Section III Evaluation and Qualification Criteria – Sub Factor 4.1

Page 95
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.10 Form EXP – 4.2(a):

Specific Construction and Contract Management Experience


[Each Bidder or member of a JV/CONSORTIUM must fill this form]

Bidder’s Name: ________________


Date: ______________________
JV/CONSORTIUM Member’s Name_________________________
NCB No. and title: ___________________________
Page _______________of ______________pages

Similar Contract No. Information


Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV/CONSORTIUM Contractor Contractor
Total Contract Amount In INR equivalent
If member in a
JV/CONSORTIUM or
subcontractor,
specify participation in
total Contract amount
Employer’s Name:
Address:
Telephone / Fax number
E-mail

Page 96
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.10 Form EXP – 4.2(a) (cont.):

Specific Construction and Contract Management Experience (cont.)

Similar Contract No. Information


Description of the similarity in accordance with Sub-
Factor 4.2(a) of Section III:
1. Amount
2. Physical size of required works items
3. Complexity
4. Methods / Technology
5. Construction rate for key activities
6. Other Characteristics

Notes:

Documentary proof such as completion certificates from client clearly indicating the nature/scope of
work, actual completion cost and actual date of completion for such work should be submitted. The
offers submitted without this documentary proof shall not be evaluated. In case the work is executed for
private client, copy of work order, bill of quantities, bill wise details of payment received certified by
CA, TDS certificates for all payments received and copy of final/last bill paid by client shall be submitted.

Value of successfully completed portion of any ongoing work up to date of Bid submission will also be
considered for qualification of work experience criteria.

For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation
of work experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for
those currencies at the close of business of the State Bank of India at 31st December of each year for
the works completed in respective year. For the works completed in the latest year before 31st of
December of current year, the exchange rates of foreign currency shall be applicable 28 days before the
Bid submission date.

In case of JV / Consortium, full value the work, if done by the same JV / Consortium or any of members
of the / Consortium shall be considered. If the work done by them in any other JV / Consortium, value
of work asper his percentage participation in that JV / Consortium shall be considered.

Page 97
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

5.11 Form EXP – 4.2(b):


Construction Experience in Key Activities

Bidder’s Name: ________________


Date: ______________________
Bidder’s JV/CONSORTIUM Member’s Name_________________________
Sub-contractor’s Name (as per ITB 34.2 and 34.3):________________________
NCB No. and title: ___________________________
Page _______________of ______________pages
1. Key Activity No One :__________________________

Information
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV/CONSORTIUM Contractor Contractor
Total Contract Amount In INR equivalent
Quantity (Volume, number or rate of Total quantity Percentage Actual Quantity
production, as applicable) in the participation Performed(i) x (ii)
performed under the contract per contract (ii)
year or part of the year (i)
Year 1
Year 2
Year 3
Year 4
Information
Employer’s Name
Address:
Telephone / Fax number
E-mail
Description of the key activities in
accordance with Sub-Factor 4.2(b)
of Section III:

2. Key Activity No. Two


3. …………………

Notes:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of
work, actual completion cost & actual date of completion for such work should be submitted. The offers
submitted without this documentary proof shall not be evaluated. In case the work is executed for private
client, copy of work order, bill of quantities, bill wise details of payment received certified by CA,TDS
certificates for all payments received & copy of final/last bill paid by client shall be submitted. Value of
successfully completed portion of any ongoing work up to date of Bid submission will also be considered
for qualification of work experience criteria.

For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation
of work experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for
those currencies at the close of business of the State Bank of India at 31st December of each year for
the works completed in respective year. For the works completed in the latest year before 31st of
December of current year, the exchange rates of foreign currency shall be applicable 28 days before the
Bid submission date.

In case of JV/Consortium, full value the work, if done by the same JV / Consortium or any of members
of the JV/Consortium shall be considered. If the work done by them in any other JV/CONSORTIUM /
Consortium, value of work asper his percentage participation in that JV / Consortium shall be considered.

_________________

Page 98
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

6. Form of Bid Security

(Demand Guarantee)

__________________________
Beneficiary: __________________________
Invitation for Bids No: ________________________________________
Date: __________________________
BID GUARANTEE No.: __________________________
Guarantor: ________________________________________________

We have been informed that __________________________ (hereinafter called "the Applicant") has
submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of
________________ under Invitation for Bids No. ___________________(“the IFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported by
a bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary
any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us
of the Beneficiary’s first demand, supported by the Beneficiary’s statement, whether in the demand
itself or a separate signed document accompanying or identifying the demand, stating that either the
Applicant:

(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of Bid
(“the Bid Validity Period”), or any extension thereto provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period
or any extension thereto provided by the Applicant, (i) has failed to execute the contract agreement, or
(ii) has failed to furnish the performance security,, in accordance with the Instructions to Bidders (“ITB”)
of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of copies of the
contract agreement signed by the Applicant and the performance security issued to the Beneficiary in
relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon the earlier
of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding
process; or (ii)sixty days after the end of the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758.

_____________________________
[signature(s)]

Valid upto…………………………………………….

Page 99
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

7. Form of Bid-Securing Declaration


DELETED

Page 100
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

8. Form of Joint Bidding Agreement

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution,
duly signed on each page. Foreign entities submitting the Bid are required to follow the applicable law
in their country)

FORM OF JV/CONSORTIUM AGREEMENT BETWEEN


M/S........................................, M/S.........................................,
M/S..................................... AND M/S...................................
FOR (……………………………)
THIS JV/Consortium Agreement (hereinafter referred to as “Agreement”) executed on
this...................... day of .................. Two thousand Twelve between...................................
a company incorporated under the laws of...................................... and having its Registered Office
at ................................ (hereinafter called the "Party 1”, which expression shall include its
successors, executors and permitted assigns), and.......................................... a company
incorporated under the laws of...................................... and having its Registered Office at
................................ (hereinafter called the "Party 2”, which expression shall include its successors,
executors and permitted assigns) and................................... a Company incorporated under the
laws of.................................... and having its Registered Office
at......................................................... (hereinafter called the "Party 3", which expression shall
include its successors, executors and permitted assigns)

(The Bidding JV/ consortium should list the name, address of its registered office and other details of
all the consortium Members)

for the purpose of submitting the Bid in response to the Bidding Documents and in the event of selection
as Successful Bidder to execute the Contract Agreement and/or other requisite documents, and to carry
out the ‘……………….’ (“Works”) for Pune Metro Rail project to be awarded by Maharashtra Metro Rail
Corporation Limited (hereinafter referred as “Maha-Metro “or “the Company”).

Party 1, Party 2, and Party 3 are hereinafter collectively referred to as the “Parties” and individually as
a “Party”.

WHEREAS Maharashtra Metro Rail Corporation Limited desired to engage a contractor for ……………….
[name of theMaharashtra Metro Rail Corporation LimitedWorks] for Pune Metro Rail Project.

AND WHEREAS the JV/Consortium of [.................................] (insert the names of all the Members)
intends to participate for the Bid, against the Bidding Documents issued to……………. [Insert the name of
Employer of Bidding Document].

AND WHEREAS Para BDS ITB 4.9 of the Instructions to Bidder stipulates that the Bidders bidding on the
strength of a consortium shall submit a legally enforceable JV/Consortium Agreement in a format
specified in the Bidding Documents.

NOW THEREFORE, THIS INDENTURE WITNESSTH AS UNDER:

In consideration of the above premises and agreement, all the parties in this JV/Consortium do hereby
mutually agree as follows:

1. In consideration of the selection of the JV/Consortium as the Successful Bidder by the Company, we
the Members of the JV/Consortium and Parties to the JV/Consortium Agreement do hereby
unequivocally agree that M/s........................................................... (Insert name of the
Lead Member), shall act as the Lead Member as defined in the Bidding Documents for self and agent
for and on behalf of ………. (the names of all the other Members of the JV/Consortium to be filled in
here) to do on behalf of the JV/Consortium, all or any of the acts, deeds or things necessary or
incidental to the JV/Consortium’s Bid for the Contract including submission of the Bid, participating
in meetings, responding to queries, submission of information/ documents and generally to
represent the JV/Consortium in all its dealings with Maharashtra Metro Rail Corporation Limited
or any other Government Agency or any person, in connection with the Works until culmination of

Page 101
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

the process of bidding till the Contract is entered into with Maharashtra Metro Rail Corporation
Limited and thereafter till the expiry of the Contract.
2. The Lead Member is hereby authorized by the Members of JV/Consortium and Parties to the
JV/Consortium Agreement to bind the JV/Consortium, incur liabilities and receive instructions for
and on behalf of all Members. It is agreed by all the Members that entire execution of the Contract
including payment shall be carried out exclusively through the Lead Member.
3. The Lead Member shall be liable and responsible for ensuring the individual and collective
commitment of each of the Members of the JV/Consortium in discharging all their respective
obligations under the Contract with Maharashtra Metro Rail Corporation Limited. Each
JV/Consortium Member further undertakes to be individually liable for the performance of its part
of the obligations without in any way limiting the scope of collective liability envisaged in this
Agreement.
4. In case of any breach of any of the obligations as specified under Clause 3 above by any of the
JV/Consortium Members, the Lead Member shall be liable to fulfil such obligation.
5. It is agreed that sharing of responsibilities hereto among the JV/Consortium members shall not in
any way be a limitation of responsibility of the Lead Member under these presents.
6. This JV/Consortium Agreement shall be construed and interpreted in accordance with the Laws of
____________.
7. It is hereby agreed that the Lead Member shall furnish the Bid Securing Declaration, as stipulated in
the Bidding Documents, on behalf of the JV/Consortium.
8. It is hereby agreed that in case of selection of bidding consortium as the Successful Bidder, the
Parties to this JV/Consortium Agreement do hereby agree that the Lead Member shall furnish the
Performance Security on behalf of the JV/Consortium, as stipulated in the Bidding Documents.
9. It is further expressly agreed that the JV/Consortium Agreement shall be irrevocable and, for the
Successful Bidder, shall remain valid over the term of the Contract, unless expressly agreed to the
contrary by the Company.
10. The Lead Member is authorized and shall be fully responsible for the accuracy and veracity of the
representations and information submitted by the JV/Consortium Members respectively from time
to time in response to the Bidding Documents for the purposes of the Bidding.
11. It is expressly understood and agreed between the Members that the responsibilities and obligations
of each of the Members shall be as follows:
……………………………..
……………………………..
12. It is agreed by the Members that the above sharing of responsibilities and obligations shall not in
any way be a limitation of joint and several responsibilities and liabilities of the Members, with
regards to all matters relating to the execution of the Works as envisaged in the Bidding Documents
and the Contract. The Parties shall be jointly and severally liable for execution of the Works in
accordance with the terms of the Contract and the Bidding Documents.
13. It is clearly agreed that the Lead Member shall ensure performance under the Contract and if one
or more JV/Consortium Members fail to perform its/their respective obligations under the
agreement(s), the same shall be deemed to be a default by all the JV/Consortium Members.
14. It is hereby agreed that in case of selection of the JV/Consortium as the Successful Bidder,[the Lead
Member shall furnish the Performance Security on behalf of the JV/Consortium as stipulated in the
Bidding Documents] / [the Performance Security as stipulated in the Bidding Documents shall be
furnished by the Members on behalf of the JV/Consortium in such proportion as may be agreed to
between us]
15. It is agreed by all the Members that there shall be separate JV/Consortium Bank Account (distinct
from the bank accounts of the individual Members) to which the individual Members shall contribute
their share capital and/or working capital and the financial obligations of the JV/Consortium shall
be discharged through the said JV/Consortium Bank Account only and also all the payments received
by the JV/Consortium from the Employer shall be through that account alone.
16. It is hereby expressly agreed between the Parties to this JV/Consortium Agreement that neither
Party shall assign or delegate its rights, duties or obligations under this Agreement except with prior
written consent of the Company.
17. We hereby agree to ratify all acts, deeds and things lawfully done by the aforesaid Lead Member
pursuant to this Agreement and that all acts, deeds and things done by the aforesaid Lead Member
shall and shall always be deemed to have been done by us/Consortium.

This JV/Consortium Agreement


(a) has been duly executed and delivered on behalf of each Party hereto and constitutes the legal,
valid, binding and enforceable obligation of each such Party,

Page 102
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(b) sets forth the entire understanding of the Parties hereto with respect to the subject matter hereof
including the JV/Consortium/Bidder’s legal persona and there is or are no other agreements
relating to the JV/Consortium/Bidder’s incorporation, constitution, powers or organisation which
may affect in any way its ability to carry out the Works;
(c) may not be amended or modified except in writing signed by each of the Parties and with prior
written consent of the Company.

IN WITNESS WHEREOF, the Parties to the JV/Consortium Agreement have, through their authorized
representatives, executed these presents and affixed common seals of their respective companies on the
Day, Month and Year first mentioned above.

Common Seal of ................ For and on behalf of


has been affixed in my/our JV/Consortium Member (party 1)
presence pursuant to the M/s………………………….
Board of Director’s resolution
dated ......................
………………………………. . ………………………………………
(Signature) (Signature of authorized representative)
Name: …………………. Name: ………………………..
Designation:…………….. Designation: ……………………..
Place: …………………….
Date: …………………………

Witness:
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Common Seal of ................ For and on behalf of
has been affixed in my/our JV/Consortium Member (Party 2)
presence pursuant to the M/s………………………….
Board of Director’s
resolution dated ......................
………………………………. …………………………………….
(Signature) (Signature of authorized representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)
Place: ………………………….
Date: …………………………….
Common Seal of ................ For and on behalf of
has been affixed in my/our JV/Consortium Member (Party 3)
presence pursuant to the M/s………………………….
Board of Director’s

Page 103
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

resolution dated ......................

……………………………….
(Signature) (Signature of authorized representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)

Place:……………………….
Date:………………………….

Page 104
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

9. Form of Legal Capacity/ Power of Attorney


(Refer ITB20.2)
(To be forwarded on the letterhead of the Bidder/ Lead Member of Consortium)
Format for Board Resolution

(A) Format for the Board resolution to be passed by a Bidder (not applicable in case of consortium)

The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:

RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘…………’ [name of the work] for Pune Metro Rail Project.

FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken
by the Company for submission of the aforesaid Bid, including in particular, signing the Bid, making
changes thereto and submitting amended Bid, signing and executing all the documents related to
the Bid, certified copy of this Board resolution or letter or undertakings, etc., required to be
submitted toMaharashtra Metro Rail Corporation Limited as part of the Bid or such other
documents as may be necessary in this regard and to do in our name and our behalf all or any of
the acts, deeds or things necessary or incidental to submission of our said Bid including signing and
executing the Contract Documents, making representations to Maharashtra Metro Rail
Corporation Limited or any other authority, and providing information / responses to Maharashtra
Metro Rail Corporation Limited, representing us in all matters before Maharashtra Metro Rail
Corporation Limited, and generally dealing with Maharashtra Metro Rail Corporation Limited in
all matters in connection with our Bid till the completion of the bidding process as per the terms
of the above said Bidding Documents and further till the Contract is entered into with MahaMetro
thereafter till the expiry of the Contract.

FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above named person, ____________, to be executed by Mr._________
or Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.
_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.

Signature and stamp of Company Secretary / Managing Director/Director of Bidder

Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act 1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board
resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing
company and the authorizations granted therein are true and valid.

Page 105
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(B) Format for the Board resolution to be passed by Lead Member of Consortium(applicable in case
the Bidder is a consortium)

The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:

RESOLVED THAT pursuant to the applicable provisions of the Companies Act,1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘……………….’ [name of the work] for Pune Metro Rail Project in consortium with ________________
(insert the name and address of the other consortium members).

FURTHER RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and as
permitted under the Memorandum and Articles of Association of the Company, approval of the
Board be and is hereby accorded to execute a Consortium Agreement as per the format annexed
to the aforesaid Bidding Documents with________________ (insert the name and address of the
other consortium members).

FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to the Company to
accept and act as the Lead Member of the aforesaid Consortium and also as true and lawful attorney
to do in the name and on behalf of the Consortium, all such acts, deeds and things necessary in
connection with or incidental to submission of Consortium’s Bid in response to the Bidding
Documents dated __________ issued by Maharashtra Metro Rail Corporation Limited for
‘……………….’ [name of the work] including signing and submission of the Bid and all documents
related to the Bid as specified in the Bidding Documents, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document, which
Maharashtra Metro Rail Corporation Limited may require us to submit and carrying out the
Contract and doing all necessary deeds and things as maybe required in respect of the above and
also for making representations to MAHA-METRO and providing information / responses to
Maharashtra Metro Rail Corporation Limited, representing the Consortium in all matters before
Maharashtra Metro Rail Corporation Limited, and generally dealing with MAHA-METRO and/or any
other authority in all matters in connection with Consortium’s Bid, till completion of the bidding
process in accordance with the Bidding Documents and further till the Contract is entered into with
Maharashtra Metro Rail Corporation Limited and thereafter till the expiry of the Contract.

FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken by
the Company for submission of the Consortium’s Bid, including in particular, signing the Bid, making
changes thereto and submitting amended Bid, signing and executing all the documents related to
the Bid, certified copy of this Board resolution or letter or undertakings, etc., required to be
submitted to Maharashtra Metro Rail Corporation Limited as part of the Bid or such other
documents as may be necessary in this regard and to do in the name and on behalf the Consortium
all or any of the acts, deeds or things necessary or incidental to submission of said Bid including
signing and executing the Contract Documents, making representations to MAHA-METRO or any
other authority, & providing information / responses to MAHA-METRO, representing the Consortium
in all matters before Maharashtra Metro Rail Corporation Limited, and generally dealing with
Maharashtra Metro Rail Corporation Limited in all matters in connection with our Bid till the
completion of the bidding process as per the terms of the above said Bidding Documents and further
till the Contract is entered into with the Company and thereafter till the expiry of the Contract.

FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above named person, ____________, to be executed by Mr._________ or
Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.
_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.

Signature and stamp of Company Secretary / Managing Director/Director of Bidder

Page 106
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act 1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with
the applicable laws of the respective jurisdictions of the issuing company and the authorizations
granted therein are true and valid.

(C) Format for the Board resolution to be passed by a Member other than the Lead Member of
Consortium (applicable in case the Bidder is a consortium)

The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:

RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘……………….’ [name of the work] for Pune Metro Rail Project in consortium with ________________
(insert the name and address of the other consortium members).

FURTHER RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and as
permitted under the Memorandum and Articles of Association of the Company, approval of the
Board be and is hereby accorded to execute a Consortium Agreement as per the format annexed
to the aforesaid Bidding Documents with________________ (insert the name and address of the
other consortium members).

FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to constitute, appoint
and authorize ____________________ (name and registered office address of the Lead Member),
which is one of the Members of the Consortium, to act as the Lead Member of the aforesaid
Consortium and also as true and lawful attorney, to do in the name and on behalf of the
Consortium, all such acts, deeds and things necessary in connection with or incidental to submission
of Consortium’s Bid in response to the Bidding Documents dated __________ issued by Maharashtra
Metro Rail Corporation Limited for ‘……………….’[name of the work] including signing and
submission of the Bid and all documents related to the Bid as specified in the Bidding Documents,
including but not limited to undertakings, letters, certificates, acceptances, clarifications,
guarantees or any other document, which Maharashtra Metro Rail Corporation Limited may
require us to submit and carrying out the Contract and doing all necessary deeds and things as may
be required in respect of the above and also for making representations to Maharashtra Metro Rail
Corporation Limited and providing information / responses to Maharashtra Metro Rail
Corporation Limited, representing the Consortium in all matters before Maharashtra Metro Rail
Corporation Limited, and generally dealing with Maharashtra Metro Rail Corporation Limited
and/or any other authority in all matters in connection with our Bid, till completion of the bidding
process in accordance with the Bidding Documents and further till the Contract is entered into with
Maharashtra Metro Rail Corporation Limited and thereafter till the expiry of the Contract.

FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above said Lead Member, ____________,to be executed by Mr._________
or Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.

Page 107
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.

FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of Mr./Ms………………., (insert the name and designation of the concerned official
of the Company) to be executed by Mr._________or Mr. _______________, Directors of the
Company under the Common seal of the Company, affixation thereof to be witnessed by one or
both of the above named Directors and by Mr. _____________, (insert the name and designation
of the concerned official of the Company) or as per the Memorandum and Articles of Association
of the Company.

FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken by
the Company for submission of the aforesaid Bid, including in particular, signing and executing all
the documents related to the Bid, certified copy of this Board resolution or letter or undertakings,
etc., required to be submitted to Maharashtra Metro Rail Corporation Limited as part of the Bid
or such other documents as may be necessary in this regard and to do in our name and our behalf
all or any of the acts, deeds or things necessary or incidental to give effect to this resolution.

Signature and stamp of Company Secretary / Managing Director/Director of Bidder

Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act’1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with
the applicable laws of the respective jurisdictions of the issuing company and the authorizations
granted therein are true and valid.

(D) Power of Attorney to be provided by each of the Members of the Consortium (other than the
Lead Member) in favour of the Lead Member

WHEREAS Maharashtra Metro Rail Corporation Limited, (the Company) has issued the Bidding
Documents on _______ for inviting Bids for ‘……………….’ [name of the work]for Pune Metro Rail
Project on the terms and contained in the Bidding Documents;

AND WHEREAS …………….., ………………. and ……………….. (Insert names of all Members of Consortium)
the Members of the Consortium are desirous of submitting a Bid in response to the Bidding
Documents, and if selected, undertaking the responsibility of‘………….’ [name of the work] as per
the terms of the Bidding Documents;

AND WHEREAS all the Members of the Consortium have agreed under the Consortium Agreement
dated ………….. entered into between all the Members and submitted along with the Bid to appoint
……….. (Insert the name and address of the Lead Member) as Lead Member to represent all the
Members of the Consortium for all matters regarding the Bidding Documents and the Bid;

AND WHEREAS pursuant to the terms of the Bidding Documents and the Consortium Agreement,
we, the Members of the Consortium hereby designate M/s ………….. (Insert name of the Lead
Member) as the Lead Member to represent us in all matters regarding the Bid and the Bidding
Documents, in the manner stated below:-

Page 108
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Know all men by these presents, We …………………………………………………. (Insert name and address of
the registered office of the Member-1)…………………………………………………. (Insert name and address of
the registered office of the Member-2) ……………………………………. (Insert name and address of the
registered office of the Member-n) do hereby constitute, appoint and authorize……………………(name
and registered office address of the Lead Member),which is one of the Members of the Consortium,
to act as the Lead Member and our true and lawful attorney, to do in our name and on our behalf,
all such acts, deeds and things necessary in connection with or incidental to submission of
Consortium’s Bid in response to the Bidding Document dated __________ issued by the Company
for ‘……………….’[name of the work] including signing and submission of the Bid and all documents
related to the Bid as specified in the Bidding Documents, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document, which the
Company may require us to submit and carrying out the Contract and doing all necessary deeds
and things as may be required in respect of the above. The aforesaid Attorney shall be further
authorized for making representations to the Company named in the Bidding Documents, and
providing information / responses to the Company named in the Bidding Documents, representing
us and the Consortium in all matters before the Company named in the Bidding Documents, and
generally dealing with the Company named in the Bidding Documents and/or any other authority
in all matters in connection with our Bid, till completion of the bidding process in accordance with
the Bidding Documents and further till the Contract is entered into with the Company and
thereafter till the expiry of the Contract.

We, as Members of the Consortium, hereby agree to ratify all acts, deeds and things done by our
said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall be binding on us and shall always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms in the
Bidding Documents.

Signed by the within named


……………………………….[Insert the name of the executant company]
through the hand of
Mr. ……………………………………….
duly authorized by the Board to issue such Power of Attorney

Dated this ………………………. day of ………

Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………..
(Signature of the executant)

(Name, designation and address of the executant)

…………………………………….
Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board of
Director’s Resolution dated……

WITNESS:
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..

Page 109
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Notes:

1. The mode of execution of the power of attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executant(s) and the same should
be under common seal of the executant affixed in accordance with the applicable procedure.
Further, the person whose signatures are to be provided on the power of attorney shall be duly
authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be notarized by
a notary in the home country of company executing this power of attorney and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the said power of attorney is not required to be legalized by the
Indian Embassy if it carries a conforming Apostille certificate.
3. Also, wherever required, the executant(s) should submit for verification the extract of the chartered
documents and documents such as a Board resolution / power of attorney, in favour of the person
executing this power of attorney for delegation of power hereunder on behalf of the executant(s).

Page 110
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(E) Format for PoA for Lead Member

POWER OF ATTORNEY

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.
Foreign companies submitting Bids are required to follow the applicable law in their country)

Power of Attorney to be provided by the Bidder Company/ Lead Member in favour of its representative
as evidence of authorized signatory’s authority.

Know all men by these presents, We …………………………………………….(name and address of the registered
office of the Bidding Company or Lead Member of the Bidding Consortium, as applicable) do hereby
constitute, appoint and authorize Mr./Ms…………………………………………………(name and residential address)
who is presently employed with us and holding the position of ______, as our Attorney to do in our name
and our behalf all or any of the acts, deeds or things necessary or incidental to submission of our Bid for
‘……………….’ [name of the work] for Pune Metro Rail Project in response to the Bidding Document dated
______ issued by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation
Limited) (the Company) including signing and submission of the Bid and all other documents related to
the bidding, including but not limited to undertakings, letters, certificates, acceptances, clarifications,
guarantees or any other document which the Company may require us to submit and also signing and
executing the Contract Documents. The aforesaid Attorney is further authorized for making
representations to the Company or any other authority, and providing information / responses to the
Company, representing us in all matters before the Company, and generally dealing with the Company
in all matters in connection with our Bid till the completion of the bidding process as per the terms of
the Bidding Documents and further till the Contract is entered into with the Company and thereafter till
the expiry of the Contract.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and
shall always be deemed to have been done by us.

(Add in the case of a Consortium)

Our firm is a Member/Lead member of the Consortium of ___________, _________ and___________

All the terms used herein but not defined shall have the meaning ascribed to such terms under the Bidding
Documents.

Signed by the within named


...........................................[Insert the name of the executant’s company]
through the hand of
Mr. ……………………………………….

duly authorized by the Board to issue such Power of Attorney

Dated this ………………………. day of ………

Accepted

………………………………
Signature of Attorney
(Name, designation and address of the Attorney)

Page 111
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Attested

…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
……………………………………
Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution
dated……

WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..

Notes:

1. The mode of execution of the power of attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and the
same should be under common seal of the executant affixed in accordance with the applicable
procedure. Further, the person whose signatures are to be provided on the power of attorney
shall be duly authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be duly
notarized by a notary public of the jurisdiction where it is executed.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on behalf of the
executant(s).

Page 112
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(F) Format for PoA for Other Member(s)

POWER OF ATTORNEY

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.
Foreign companies submitting Bids are required to follow the applicable law in their country)

Power of Attorney to be provided by each Member other than the Lead Member in favour of its
representative as evidence of authorized signatory’s authority. (applicable to consortium only)

Know all men by these presents, We …………………………………………….(name and address of the registered
office of the Member of the Consortium, as applicable) do hereby constitute, appoint and authorize
Mr./Ms…………………………………………………(name and residential address) who is presently employed with us
and holding the position of ______, as our Attorney to sign and execute the Contract Agreement and any
other requisite document in our name and our behalf for ‘……………….’ [name of the work] for Pune Metro
Rail Project in response to the Bidding Document dated ______ issued by Maharashtra Metro Rail
Corporation Limited(Maharashtra Metro Rail Corporation Limited) (the Company) and to do all or any
of the acts, deeds or things necessary or incidental to the above.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and
shall always be deemed to have been done by us.

(Add in the case of a Consortium)

Our firm is a Member of the Consortium of ___________, _________ and___________

All the terms used herein but not defined shall have the meaning ascribed to such terms under the Bidding
Documents.

Signed by the within named


...........................................[Insert the name of the executant company]through the hand of Mr.
……………………………………….duly authorized by the Board to issue such Power of Attorney Dated this
………………………. day of ………

Accepted

………………………………
Signature of Attorney
(Name, designation and address of the Attorney)

Attested

…………………………………
(Signature of the executant)
(Name, designation and address of the executant)

……………………………………
Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution
dated……

WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….

Page 113
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Designation...........…………………..

Notes:

1. The mode of execution of the power of attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and the
same should be under common seal of the executant affixed in accordance with the applicable
procedure. Further, the person whose signatures are to be provided on the power of attorney
shall be duly authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be duly
notarized by a notary public of the jurisdiction where it is executed.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on behalf of the
executant(s).

Page 114
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

10. Bid Index

The Bidder shall include with its Bid an index which cross refers all of the Employer’s bidding
requirements elaborated in these documents to all the individual sections within Package 1:Technical
Package and Package 2: Financial Package which the Bidder intends to be the responses to each and
every one of those requirements.

The Packages submitted must be clearly presented, all pages numbered and laid out in a logical sequence
with main and subheadings to facilitate evaluation.

Page 115
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

11. Form for seeking clarification on Bidding Documents

Name of the Bidder:

S.No. Volume No. Clause No. Bid Condition Bidder’s Queries


1
2
3
4
5
6
7
8
9
10

Page 116
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

12. Not Used

Page 117
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

13. Letter of Undertaking Regarding Confidentiality of


Bid Information

(This document is to be prepared by the Bidder and submitted on Bidder’s Letterhead as part of
Technical Package as per Instructions to Bidder BDSITB 11.4.1.16)

To: Date: ……………….

Managing Director
Office of Maharashtra Metro Rail Corporation Limited,
1st Floor,The Orion,
Opposite Don Bosco Youth Centre,
Koregaon Park,
Pune-411001.
Maharashtra, INDIA

Sub: Tender No P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.

Contract No. P1 Misc-28/2022- Regarding Letter of Undertaking

We (Name of Bidder / Consortium) hereby undertake that the Bid drawings, both in hardcopy and
digitized format, and the Bidding documents purchased as a necessary part of our preparation of this Bid
shall be used solely for the preparation of the Bid and that if the Bid is successful, shall be used solely
for the execution of Works.

We further undertake that the aforesaid Bid drawings and documents prepared by MAHAMETRO, shall not
be used in whole, in part or in any altered form on any other project, scheme, design or proposal that
the Bidder / Consortium / Members of Consortium or its/their parent companies or sub-contractors of
the Bidder / Consortium are, or will be involved with either in India or in any other Country.

Signed: ……………………….

For and on behalf of


(Name of Bidder / Joint Venture / Consortium)
(To be signed by each member of the Joint Venture / Consortium, as applicable)

Page 118
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

14. Undertaking for Downloaded Bidding Documents

We hereby confirm that, we have downloaded the complete set of Bid Documents along with the set of
enclosures hosted in e-tendering portal http://mahametroRails.etenders.in. We confirm that the
Bidding Documents has not been edited or modified by us. In case, it is observed by Maharashtra Metro
Rail Corporation Limited that the Bidding Documents have been edited or modified, we agree for the
rejection of our Bid by Maharashtra Metro Rail Corporation Limited.

Company name ………………………....


Name …………………………..
Signature …………………………..
Postal address …………………………..
E-mail ID …………………………..
Phone Fax …………………………..

Page 119
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

15. Sample Format for Banking Reference for Liquidity

(to be submitted on the letter head of the Bank with Contact details, Address, Phone Number,
E Mail id, etc.)

BANK CERTIFICATE

This is to certify that M/s .................................................... is a reputed company with a good


financial standing

If the contract for the work, namely..............................................................................is


awarded to the above firm, we shall provide overdraft / credit facilities to the extent of
Rs....................... to meet their working capital requirements for executing the above contract.

Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________

Change the text as follows for Joint Venture / JVA / Consortium

This is to certify that M/s ................................................... who has formed a JV / Consortium


with M/s .................................................... and M/s
....................................................for participating in this bid, is a reputed company with a good
financial standing.

If the contract for the work, namely..............................................................................is


awarded to the above joint venture / Consortium, we shall provide overdraft / credit facilities to the
extent of Rs....................... to M/s .................................................... to meet their working
capital requirements for executing the above contract.

Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________
[This should be given by the JV/CONSORTIUM members in proportion to their financial participation]

Page 120
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

16. Form of Certificate confirming submission of all documents of Financial Package in the
Technical Package with prices left blank

1. This is to certify that the copy of all the documents of Financial Package, submitted with the
Technical Package, is a true Copy of the Financial Package with prices left blank.

2. It is further certified that there are no additional comments, remarks, deviations, terms and
conditions in our Financial Package and even if it is there, it shall be treated as NULL and VOID
and stand withdrawn.

SIGNATURE OF BIDDER

Page 121
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

17. Form of Certificate confirming receipt of all Bidding Documents and Addenda
(To be submitted on Bidder’s Letter head)

This is to certify that we, M/s ____________________________ [* Name of the Bidder] have received all
Bidding Documents Addenda for Contract No. P1 Misc-28/2022 as listed below:

1. Addendum No. …………


2. …………………………..
3. …………………………..
4. ……………………………

SIGNATURE OF BIDDER

* In case of a Consortium, to be submitted by the Authorized representative of the Lead Member.

Page 122
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

18. Form of Declaration for non-engagement of any agent, middleman or intermediary


(To be submitted on Bidder’s Letter head)

[We hereby declare / We hereby jointly and severally]@ declare that the submission of this Bid confirms
that no agent, middleman or any intermediary has been, or will be engaged to provide any services, or
any other item or work related to the award and performance of this Contract. We further confirm and
declare that no agency commission or any payment, which may be construed as an agency commission,
has been, or will be paid and that the Bid price does not include any such amount. We acknowledge the
right of the Employer, if it finds to the contrary, to declare our Bid to be non-compliant and if the
Contract has been awarded to declare the Contract NULL and VOID.

SIGNATURE OF THE BIDDER

(In case of a partnership, joint venture or consortium, to be submitted by each constituent member)@
Strike out whichever is not applicable

Page 123
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

19. Form of certificate confirming careful examination of all the contents of Bidding Documents
and signing of all pages of Bidder’s proposal
(To be submitted on Bidder’s Letter head)

This is to certify that we, M/s______________ [*Name of the company/consortium] have carefully
examined all the contents of the Bidding Documents including Addenda (if any) and all the pages of our
proposal have been signed and stamped by our authorized signatory.

SIGNATURE OF BIDDER

@In case of a joint venture or consortium, such pages to be signed by authorized signatory of the Lead
member.

Page 124
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

20. Undertaking for ensuring supply of critical spares and availability of technical support

(To be submitted on Bidder’s Letter head)

Dated:…………..
To:

Managing Director
Office of Maharashtra Metro Rail Corporation Limited,
1st Floor,The Orion,
Opposite Don Bosco Youth Centre,
Koregaon Park,
Pune-411001.
Maharashtra, INDIA

Letter of Undertaking

Tender No.P1 Misc-28 : Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.

We hereby certify that we will make credible arrangements for ensuring supply of critical spares and
availability of technical support for maintenance and up gradation of equipment / systems / Machinery
& Plant / Software, etc., which will become part of the Permanent Works executed under the contract
(P1 Misc-28/2022) during their service life.

Signed……………..
For on behalf of
(Name of Bidder / Consortium)

Page 125
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

21. Undertaking for passing on benefits of exemptions to Maharashtra Metro Rail Corporation
Limited and for adjustment of amounts due from balance due

(To be submitted on Bidder’s Letterhead)

Dated:
Letter of Undertaking

Tender No .P1 Misc-28: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project

I _________ (State Name of Director/Partner/ Karta/Authorized Person) in capacity of _______ of


__________ (State name of the undertaking organization) here by undertake to reimburse / pass on
benefit of any duty draw back / export, import incentive / exemption / concession / benefit etc.
obtained for the Maharashtra Metro Rail Corporation Limited project to Maharashtra Metro Rail
Corporation Limited. I will maintain proper records as required by Maharashtra Metro Rail Corporation
Limited and relevant statute. I will furnish such records to Maharashtra Metro Rail Corporation Limited
as and when required by them.

I agree to adjustment of any benefits/ duty draw back / export, import incentive / exemptions /
concessions to be made from the balance due to me without any prejudice.

I also undertake to indemnify Maharashtra Metro Rail Corporation Limited in case of any loss caused
due to non-reimbursement / passing on the benefit of duty draw back / export, import incentive /
exemption / concession etc.

I state that everything declared by me is true and correct to my belief.

Signed……………...
For on behalf of
(Name of Bidder / Consortium)

Page 126
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

22. Undertaking for obtaining registrations under various fiscal and labour laws

(To be submitted on Bidder’s Letterhead)

Dated:…..

Letter of Undertaking

Tender No. P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project

I _________ (State Name of Director/Partner/ Karta/Authorized Person) in capacity of _______ of


__________ (State name of the undertaking organization) here by undertake to get registered under
_________ (state the type of registration to be obtained) before ______ (state time line) (preferably
immediately after award of Contract).

I also undertake to indemnify Maharashtra Metro Rail Corporation Limited in case of any loss caused
due to non-registration.
I state that everything declared by me is true and correct to my belief.

Signed……………...
For on behalf of
(Name of Bidder / Consortium)

Page 127
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

23. Declaration of Undertaking

(To be submitted on Bidder’s Letter head)

We underscore the importance of a free, fair and competitive procurement process that precludes
abusive practices. In this respect we have neither offered nor granted directly or indirectly any
inadmissible advantages to any public servant or other person nor accepted such advantages in
connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the
present procurement process or, in the event that we are awarded the contract, in the subsequent
execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind
described in the corresponding Guidelines 6. We also underscore the importance of adhering to minimum
social standards (“Core Labour Standards”) in the implementation of the project. We undertake to
comply with the Core Labour Standards ratified by the country of @ (name of country). We will inform
our staff about their respective obligations and about their obligation to fulfil this declaration of
undertaking and to obey the laws of the country of @ (name of country). We also declare that our
company/all members of the consortium has/have not been included in the list of sanctions of the United
Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions and affirm that
our company/all members of the consortium will immediately inform the client and Funding Agency /
Source if this situation should occur at a later stage.

We acknowledge that, in the event that our company (or a member of the consortium) is added to a list
of sanctions that is legally binding on the client and/or Funding Agency / Source, the client is entitled
to exclude our company/the consortium from the procurement procedure and, if the contract is awarded
to our company/the consortium, to terminate the contract immediately if the statements made in the
Declaration of Undertaking were objectively false or the reason for exclusion occurs after the Declaration
of Undertaking has been issued.

....................................................... (Place)........................... (Date)

(Name of company) .......................................................

(Signature(s))

6See “Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries “and
“Guidelines for Procurement of Goods, Works and associated Services in Financial Cooperation with
Partner Countries”

Page 128
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Annexure III - Deleted


Form CER
24 Quality Management / Environmental, Social, Health and Safety (ESHS) Certification

Bidder’s Legal Name: ___________________________________ Date: __________


Bidder’s JV/CONSORTIUM Member name: ______________________________ NCB No.: _____________

DESCRIPTION INFORMATION
Identification of the certificate _______________ [insert full name of the certificate]
First award date ________________ [insert day, month, year of first
certificate award]
Last update of the certificate __________ [insert day, month, year of latest renewal, if
any]
Issuers Name _______________ [insert full name]

Address _______________ [insert street / number / town or city /


country]
Telephone/fax number _______________ [insert phone/fax no., incl. country & city
area codes]
E-mail _______________ [insert e-mail address, if available]
Compliance with international standards The certificate is [ISO 9001, ISO 14001, OHSAS 18001] [select
as appropriate]
□ Yes / □ No
If no, proof of conformity with ISO The Bidder shall provide a conformity assessment of its
standards by the Bidder certificate by an internationally recognized Accredited
Certification Body

The Bidder shall fill this Form for each Certification required under sub criteria 4.2(b) of Section III – Evaluation
and Qualification Criteria

Page 129
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maha Metro Rail Corporation Limited (Maha-Metro)

PUNE METRO RAIL PROJECT


BID DOCUMENTS
FOR

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage of 4


stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana,
Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Project

TENDER NO.
P1 Misc-28/2022

PART I: BIDDING PROCEURE


Section V. Eligibility Criteria and Social and Environmental
responsibility
Section V-A. Agency Policy - Corrupt and Fraudulent Practices

Page 130
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section V. Eligibility Criteria and Social and Environmental responsibility

1. Natural or legal persons (including all members of a joint venture or any of their subcontractors)
shall not be awarded contract if, on the date of submission of an application or of a bid or on the
date of award of a contract, they:

i. are bankrupt or being wound up or ceasing their activities, are having their activities
administered by the courts, have entered into receivership, or are in any analogous situation
arising from a similar procedure;
ii. have been convicted within the past five years by court decision, which has the force of res
judicata in the country where the project is implemented, of fraud or corruption or any
other offence committed during the procurement or performance of a contract, unless they
provide supporting information together with their Covenant of Integrity (Form available as
Appendix to Letter of Bid) which shows that this conviction is not relevant in the context of
this project;
iii. are listed for financial sanctions by the United Nations, the European Union and/or France
for the purposes of fight against terrorist financing or threat to international peace and
security;
iv. have committed serious professional misconduct within the past five years during the
procurement or performance of a contract, as evidenced by any means by the Employer;
v. have not fulfilled their obligations regarding the payment of social security contributions or
taxes in accordance with the legal provisions of Employer’s country;
vi. have been convicted within the past five years by court decision, which has the force of res
judicata of fraud or corruption or any other offence committed in contract procurement or
performance;
vii. Are subject to an exclusion decision of the World Bank, and are listed on the website
http://www.worldbank.org/debarr, unless they provide supporting information together
with their Covenant of Integrity (Form available as Appendix to Letter of Bid)
viii. have committed misrepresentation in documentation requested by the Employer as part of
the contract procurement procedure;

2. Bidders that are Government-owned enterprises or institutions may participate only if they can
establish that they (i) are legally and financially autonomous (ii) operate under commercial law.
To be eligible, a government-owned enterprise or institution shall establish to the Agency’s
satisfaction, through all relevant documents, including its Charter and other information the
Agency may request, that it: (i) is a legal entity separate from their government (ii) does not
currently receive substantial subsidies or budget support; (iii) operates like any commercial
enterprise, and, inter alia, is not obliged to pass on its surplus to their government, can acquire
rights and liabilities, borrow funds and be liable for repayment of its debts, and can be declared
bankrupt.

3. In order to promote sustainable development, The Employer seeks to ensure that internationally
recognised environmental and social standards are complied with. Candidates shall consequently
undertake in the Covenant of Integrity to:

i. comply with and ensure that all their subcontractors comply with international environmental
and labour standards, consistent with applicable law and regulations in the country of
implementation of the Project, including the fundamental conventions of the International
Labour Organisation (ILO) and international environmental treaties;
ii. adopt any environmental and social risk mitigations measures as defined in the environmental
and social management plan or in the environmental and social impact notice issued by the
Employer.

Page 131
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Section V-A. Agency Policy - Corrupt and


Fraudulent Practices

1.1.1 Grounds for Exclusion


1.1.1.1 Bidders (either natural or legal persons including any of their subcontractors) shall not be
awarded this contract if, on the date of submission of an application or of a bid or on the date
of award of a contract, they have been the subject of a conviction by final judgment for one
of the following reasons:
a. where the bidder is bankrupt or is the subject of insolvency or winding-up proceedings, where
its assets are being administered by a liquidator or by the court, where it is in an arrangement
with creditors, where its business activities are suspended or it is in any analogous situation
arising from a similar procedure under national laws and regulations;
b. bidder have not fulfilled their obligations regarding the payment of social security contributions
or taxes in accordance with the legal provisions of the country where they are established or
the Employer’s country.
c. where the Employer can demonstrate by any appropriate means a violation by the bidder of
applicable obligations in the fields of environmental, social and labour law established by
national law, collective agreements or by the international environmental, social and labour law
provisions;
d. where the Employer has sufficiently plausible indications to conclude that the bidder has
entered into agreements with other bidder(s) aimed at distorting competition;
e. where the bidder has shown significant or persistent deficiencies in the performance of a
substantive requirement under a prior public contract, a prior contract with the Employer or a
prior concession contract which led to early termination of that prior contract, damages or other
comparable sanctions;
f. bidder have been convicted within the past five years by a court decision, which has the force
of residential jurisdiction in the country where the project is implemented, of fraud or
corruption or any other Prohibited Conduct committed during the procurement or performance
of a contract, unless they provide supporting information together with their Covenant of
Integrity which shows that this conviction is not relevant in the context of this project;
g. bidder is listed for financial sanctions by the United Nations and /or European Union for the
purposes of fight against terrorist financing or threat to international peace and security;
h. bidder including JV/ Consortium members should not be excluded by the EU Institutions or any
major Multilateral Development Bank (including World Bank Group, African Development Bank,
Asian Infrastructure Investment Bank, Asian Development Bank, European Bank for
Reconstruction and Development, European Investment Bank or Inter-American Development
Bank) from participation in a tendering procedure on the grounds of Prohibited Conduct as
defined in the Covenant of Integrity.
i. where the Employer can demonstrate by appropriate means that the bidder is guilty of grave
professional misconduct, which renders its integrity questionable;
j. where a conflict of interest within the meaning of Sub-Clause 4.2 in ITB cannot be effectively
remedied by other less intrusive measures;
k. where a distortion of competition from the prior involvement of the bidder in the preparation
of the procurement procedure, as referred to in Sub-Clause 3.1 in ITB, cannot be remedied by
other, less intrusive measures;
l. where the bidder has been guilty of serious misrepresentation in supplying the information
required for the verification of the absence of grounds for exclusion or the fulfilment of the
selection criteria, has withheld such information or is not able to submit the supporting
documents required pursuant to sub-clause BDS ITB 4.18; or
m. where the bidder has undertaken to unduly influence the decision-making process of the
Employer, to obtain confidential information that may confer upon its undue advantages in the
procurement procedure or to negligently provide misleading information that may have a
material influence on decisions concerning exclusion, selection or award.

1.1.1.2 Notwithstanding point (a) of Sub-Clause 1.1.1.1 above, Employer might not exclude a bidder
which is in one of the situations referred to in that point, where the Employer has established
that the bidder in question will be able to perform the contract, taking into account the
applicable national rules and measures on the continuation of business in the case of the
situations referred to in point (a).
1.1.1.3 Any bidder that is in one of the situations referred to in the above paragraph may provide
evidence to the effect that measures taken by the bidder are sufficient to demonstrate its

Page 132
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

reliability despite the existence of a relevant ground for exclusion. If such evidence is
considered as sufficient, the bidder concerned will not be excluded from the procurement
procedure.
1.1.1.4 For this purpose, the bidder shall prove that it has paid or undertaken to pay compensation in
respect of any damage caused by the criminal offence or misconduct, clarified the facts and
circumstances in a comprehensive manner by actively collaborating with the investigating
authorities and taken concrete technical, organizational and personnel measures that are
appropriate to prevent further criminal offences or misconduct.
1.1.1.5 The measures taken by the bidder will be evaluated taking into account the gravity and
particular circumstances of the criminal offence or misconduct. Where the measures are
considered to be insufficient, the bidder shall receive a statement of the reasons for that
decision.
1.1.1.6 Bidders will also be required to confirm and declare that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any other items of work
related to the award and performance of this contract.
1.1.2 Prohibited Conduct
1.1.2.1 In pursuance of the Funding Agency’s (EIB’s) Anti-Fraud Policy (refer
http://www.eib.org/en/infocentre/publications/all/anti-fraud-policy.htm), Prohibited
Conduct includes corruption, fraud, coercion, collusion, obstruction, money laundering and
financing of terrorism defined as follows:
a. A corrupt practice, is the offering, giving, receiving, or soliciting, directly or indirectly,
anything of value to influence improperly the actions of another party.
b. A fraudulent practice, is any act or omission, including a misrepresentation that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation.
c. A coercive practice, is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party.
d. A collusive practice, is an arrangement between two or more parties designed to achieve an
improper purpose, including influencing improperly the actions of another party.
e. An obstructive practice is (a) deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation; and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation, or (b) acts intended to materially impede the exercise of the ElB's
contractual rights of audit or access to information or the rights that any banking, regulatory
or examining authority or other equivalent body of the European Union or of its Member States
may have in accordance with any law, regulation or treaty or pursuant to any agreement into
which the EIB has entered in order to implement such law, regulation or treaty.
f. Money laundering is,
i. the conversion or transfer of property, knowing that such property is derived from criminal
activity or from an act of participation in such activity, for the purpose of concealing or
disguising the illicit origin of the property or of assisting any person who is involved in the
commission of such activity to evade the legal consequences of his action;
ii. the concealment or disguise of the true nature, source, location, disposition, movement, rights
with respect to, or ownership of property, knowing that such property is derived from criminal
activity or from an act of participation in such activity;
iii. the acquisition, possession or use of property, knowing, at the time of receipt, that such
property was derived from criminal activity or from an act of participation in such activity;
iv. participation in, association to commit, attempts to commit and aiding, abetting, facilitating
and counselling the commission of any of the actions mentioned in the foregoing points.
g. Financing of terrorism is the provision or collection of funds, by any means, directly or
indirectly, with the intention that they should be used or in the knowledge that they are to be
used, in full or in part, in order to carry out any of the offences within the meaning of Articles
1 to 4 of the Council Framework Decision 2002/475/JHA of 13 June 2002 on combating
terrorism.
1.1.2.2 The Employer will declare a firm ineligible, either indefinitely or for a stated period of time,
for any Employer’s contract, if at any time determines that the firm has engaged in Prohibited
Conduct in competing for, or in executing, a borrowed financed contract in general.
1.1.3 Each Bidder (each member in the case of joint venture or consortium or partnership) is
required to confirm and declare with their Tender that they (as the case may be) have not
engaged in any fraudulent and corrupt practice as defined in 1.1.2.1 above and that no agent,
middleman or any intermediary has been, or will be, engaged to provide any services, or any

Page 133
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

other item or work related to the award and performance of this Contract and declare that no
agency commission or any payment which may be construed as an agency commission has been,
or will be, paid and that the tender price will not include any such amount. To fulfil this
requirement, the Bidder (each member in case of JV / Consortium) shall sign and execute the
Covenant of Integrity given as Appendix – 2.2A and the declaration given as Appendix – 2.2B.
If the Employer subsequently finds these has not been provided, the Employer reserves the
right to declare the Bidder as non-compliant and declare any Contract if already awarded to
the Bidder to be null and void.
1.1.4 The Bidder/Contractor grant the Employer, the Funding Agencies and auditors appointed by
either of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and records
of the bidder, contractor, supplier or consultant.
1.1.5 Canvassing or offer of an advantage or any other inducement by any person with a view to
influencing acceptance of a Tender will be an offence under laws of India. Such action will
result in the rejection of the Tender, in addition to other punitive measures.
1.1.6 If it is established to the required standards that a project-related party has engaged in
Prohibited Conduct in the course of a procurement process or implementation of a contract to
be financed, the Funding Agency:
a. may seek appropriate remediation of the Prohibited Conduct to its satisfaction;
b. may declare ineligible such project-related party to be awarded the contract; and/or
c. may withhold the Funding Agency’s no objection to contract award and may apply appropriate
contractual remedies, which may include suspension and cancellation, unless the Prohibited
Conduct has been dealt with to the satisfaction of the Funding Agency.
1.1.7 Furthermore, within the framework of the Funding Agency’s Exclusion Policy (see the EIB’s
Exclusion Policy: https://www.eib.org/en/publications/exclusion-policy.htm), the Funding
Agency may declare such project related party ineligible to be awarded a contract under any
EIB project or to enter into any relationship with the Funding Agency.

Page 134
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maha Metro Rail Corporation Limited (Maha-Metro)

PUNE METRO RAIL PROJECT


BID DOCUMENTS
FOR

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage of 4


stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana,
Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Project

TENDER NO.
P1 Misc-28/2022

PART I: BIDDING PROCEURE


SECTION VI: PRICING DOCUMENT / BOQ

Page 135
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

List of Contents

Clause

SECTION 1 - PREAMBLE
SECTION 2 - BILL OF QUANTITIES (BOQ)

Page 136
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

SECTION 1 PREAMBLE

1. The Bill of Quantities shall be read in conjunction with the instructions to Tenderers, Conditions
of Contract, Notice Inviting Tender, Technical Specifications, Tender Drawings, Schedule,
Annexure and Addendums.

2. The quantities given in the” Bill of Quantities” are provisional and are given to provide a common
basis for tendering. The basis of payment will be the actual quantities of work ordered and
carried out, as measured by the Contractor and verified by the Maha-Metro Engineer and valued
at the quoted price on the estimated rate for each item in the accepted priced “Bill of
Quantities”, where applicable.

3. The BOQ is meant for reference so as to understand the item description. The quoted rates are
for completed and finished items of work as per specifications and complete in all respects.
Rates to be quoted in BOQ and final amount in “Annexure – 1 to BOQ”.

4. Tenderer’s offer shall be inclusive of -

a. All design facilities, fabrication space, tools, machinery, labour, supervision, materials, lead,
lift, fuel, consumables, electric power, water, transportation, all temporary works and
scaffolding, packaging and protection of sign parts, lighting, night working, inspection
facilities, safety measures at work sites for workmen and road users, preparation of design
and drawings pertaining to the fabrication, supply and installation etc, establishment and
overhead charges, insurance costs for labour and works, contractor’s profit, all taxes,
royalties, duties, cess, GST and other charges together with all general risks, liabilities and
obligations set out or implied in the contract and including remedy of any defects during the
Defect Liability Period, unless otherwise provided in BOQ.
b. Cost of complying with the provisions of the Contract.
c. Considering field constraints, availability of front, preparation of detailed scheme for taking
necessary clearance and approval from the concerned authority and other local bodies etc.
d. All Taxes, Levies, Duties, GST and other charges levy-able and payable to the authorities
including taxes to be deducted at source. The Employer shall deduct Tax at source from the
payments made to the Contractor, which the Employer will be required by law for deposition
with statutory authorities in India. The Employer shall further furnish to the Contractor a
certificate for such tax deducted at source.

5. All columns in the “Annexure-1” to BOQ shall be filled in ink or type written and the total tender
amount shown in the bottom. The person authorized to sign on behalf of the tenderer shall sign
in full at bottom of all pages and at the end of schedule with date, name and designation.

6. General directions and description of works and materials are not necessarily repeated or
summarized in the Bill of Quantities.

7. The method of measurement of completed work for payment shall be in accordance with the
requirements as stated in the individual sections of the Technical Specifications and Special
Conditions of Contract (SCC).

8. Errors will be corrected by the Employer for any arithmetical errors in computation or summation
as indicated in Contract Document.

9. In the defined grade of concrete mix, the first figure defines the strength of concrete and second
figure defines the maximum size of coarse aggregates to be used for production of particular
concrete mix. e.g. M 35/20 means “M-35” is the grade of concrete and “20” is the maximum size
of coarse aggregate in mm to be used.

10. Tenderer shall maintain complete records of duties; levies, GST etc., payable to various
authorities in relation to the works and submit receipts/records for verifications, as and when
demanded by the Employer.

11. Following list of items to be prototyped. Please note

Page 137
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

1.1.1 Suspended sign, Illuminated, 2 sided


1.1.2 Suspended sign, Non-Illuminated, 2 sided
1.1.3 Suspended Sign, Non-Illuminated, 1 sided

2.1.1 Face mounted sign, Illuminated, 1 sided

2.1.3 Face mounted plate sign, Non-illuminated, 1 sided

2.1.4 Face mounted opaque vinyl sticker, Non-illuminated, 1 sided

2.1.7 Face mounted Channel letter, Illuminated, 1 sided

3.1.1 Post mounted Sign, Non-Illuminated, 1 sided

3.1.2 Post mounted Sign, Non-Illuminated, 2 sided

3.1.3 Post mounted Sign, Illuminated, 2 sided

a. No extra payments will be given on account of prototyping of given listed sign


b. Prototype Sign have to be installed at the specific location as marked in Sign drawings.
c. Prototype, which will be approved, will remain at the place and shall be accepted as the
sign installed against BOQ Quantity.
d. Prototype sign (rejected) has to be reinstalled after reworking or re-fabrication,
modification and improvement required at the risk and cost of the contractor.
e. Prototypes or Sample signages will be approved by MAHA-METRO.

12. Items considered as item rates and will be paid after on site actual measurements of elements
installed. This specially applies to the sign fixings like Suspender, projected and post mounted
signs.
13. The Contractor should comply with all labor enactments.

Page 138
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

SECTION II - BILL OF QUANTITIES (BOQ)

The Bill of Quantities consists of five schedules. The Grand Summary collects all prices in the five
schedules and carries the total for all schedules forward to the Tender Price.

The prices shall be expressed in Indian Rupees.

The price quoted by bidders shall be deemed to be inclusive of all kinds of duties, taxes, Cess and other
levies payable as per GST, Custom tariff act etc. and as prevailing on 28 days (Base Date) prior to final
date of submission of bid (Closing time & date of submission of online bid).

The price quoted by the bidders shall be inclusive of Design fees.

The Bidder shall complete and submit all bill sheets endorsed by the signature of his representative.

Page 139
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

TENDER PRICE

(THIS DOCUMENT IS TO BE PREPARED AND COMPLETED BY THE BIDDER)

In accordance with the accompanying and signed Form of Tender, we offer to supply, install, test and
commission including Integrated Testing and Commissioning and remedying any defects therein in the
whole of the said Works in conformity with the said Drawings, Conditions of Contract, Employer’s
Requirements, and Bill of Quantities, for the sum of:

(In words) __________________________________________Indian Rupees


(In figures) __________________

Witness:
Signature: …………………………………...
Name: ………………………………………..
Address: ……………………………………..

Witness:
Signature: ……..……………….…………
Name:………………………………………...
Address: …………………………………..
Date: …………………………..

Signature: ……………………………….
Name: …………………………………….

For and on behalf of: …………………….


Address: ………………………………….
Date: …………………….
Signature:…………………………………
Name : …………………………………….

Page 140
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

APPENDIX A

Monthly Cash Flow for the Contract

This Document is to be prepared by the Bidder and submitted as part of Appendix 2 to the Form of
Tender.

Page 141
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Grand Summary
Schedule Particulars Total (incl. taxes)

Sch A Suspended Signage

Sch B Face Mounted Signage

Sch C Post Mounted Signage

Sch D Floor Vinyl Signage

Sch E Street Signage

GRAND TOTAL (incl taxes)

Page 142
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule A – Suspended Signage


Qty.
BOQ
All Uni Rate with 1 8 Amount with
Item Item Description
Sizes t taxes Station Stations taxes
No.
Suspended sign,
1.1.1 Illuminated, 2 sided
Drg.
No. 1.1.1a,b,c,d,e
Providing and fixing
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Box
The sign box 80mm wide
shall be fabricated out of 2
mm thick aluminium
extrusion channel of 25mm
depth. The frame work is
to be completed with
internally blind revetting
and brackets. Complete
sign box is to be powder
coated in RAL classic
7046.
Sign panel - 2 side
Illuminated face
Providing and fixing of sign
panel double side of sign
box with 5mm thick Opal
white acrylic. On both
sides, plotter cut blockout
self adhesive vinyl as per
specified Pantone Code
should be applied over a
translucent white vinyl.
The entire sign panel face
is covered with a
protective over-laminate to
wrap around the edge of
the acrylic to a distance of
25mm on the back side.
Illumination
Providing and fixing the
LED strips for proper
illumination. Please see
"Technical Specification"
for LED Specification.
Above description generally
holds good for the
following signage unless
otherwise specified except
due modifications with
special mention>>

Page 143
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule A – Suspended Signage


Qty.
BOQ
All Uni Rate with 1 8 Amount with
Item Item Description
Sizes t taxes Station Stations taxes
No.
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Sizes
1200
x No
1.1.1a 300 Interior Direction Sign s. 8 64
1500
x No
1.1.1b 300 Interior Direction Sign s. 42 336
1800
x No
1.1.1c 300 Interior Direction Sign s. 20 160
600
x No
1.1.1d 300 Way to ETS at Platform s. 14 112
1200
x No
1.1.1e 300 Way to ETS at Platform s. 2 16

Suspended sign, Non-


1.1.2 Illuminated, 2 sided
Drg. 1.1.2 a,b
No.
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Box
The sign box 80mm wide
shall be fabricated out of 2
mm thick aluminium
extrusion channel of 25mm
depth. The frame work is
to be completed with
internally blind revetting
and brackets. Complete
sign box is to be powder
coated in RAL classic
7046.
Sign panel - 2 side Non-
illuminated face

Page 144
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule A – Suspended Signage


Qty.
BOQ
All Uni Rate with 1 8 Amount with
Item Item Description
Sizes t taxes Station Stations taxes
No.
Providing and fixing of sign
panel double side of sign
box with 5mm thick Opal
white acrylic. On both
sides, plotter cut blockout
self adhesive vinyl as per
specified Pantone Code
should be applied over a
translucent white vinyl.
The entire sign panel face
is covered with a
protective over-laminate to
wrap around the edge of
the acrylic to a distance of
25mm on the back side.
Above description generally
holds good for the
following signage unless
otherwise specified except
due modifications with
special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Sizes
1.1.2a 1200
x Interior Identificaion Sign No
300 - Women Only s. 2 16
1.1.2b 450
x No
450 Platform Number sign s. 4 32

Suspended Sign, Non-


1.1.3 Illuminated, 1 sided
Drg.
No. 1.1.3a
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Box

Page 145
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule A – Suspended Signage


Qty.
BOQ
All Uni Rate with 1 8 Amount with
Item Item Description
Sizes t taxes Station Stations taxes
No.
The sign box 80mm wide
shall be fabricated out of 2
mm thick aluminium
extrusion channel of 25mm
depth. The frame work is
to be completed with
internally blind revetting
and brackets. Complete
sign box is to be powder
coated in RAL classic
7046.
Sign panel - 1 side Non-
Illuminated face
Providing and fixing of sign
panel on front side of sign
box with 5mm thick Opal
white acrylic. On front
side, plotter cut blockout
self adhesive vinyl as per
specified Pantone Code
should be applied over a
translucent white vinyl.
The entire sign panel face
to be covered with a
protective over-laminate to
wrap around the edge of
the acrylic to a distance of
25mm on the back side.
ACP to be used at the back
as per description
mentioned in technical
specifiction.
Above description generally
holds good for the
following signage unless
otherwise specified except
due modifications with
special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Sizes
450
x No
1.1.3a 700 TVM Sign s. 2 16

1.1.4 Suspended Sign fixing :


1.1.4a

Page 146
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule A – Suspended Signage


Qty.
BOQ
All Uni Rate with 1 8 Amount with
Item Item Description
Sizes t taxes Station Stations taxes
No.
Suspender - Providing and
fixing Suspended support
for signs using 75mm dia
NB 3mm thick MS hollow
sections and 50mm dia NB
2.6mm thick MS hollow
sections based on the sign
length, as shown in the
Structural Drawing, cut and
finished to required length
and welded to the bracket
as per design. The entire
assembly shall be finished
in Powder Coat RAL
CLASSIC 7046 color to
match as per drawing and
as approved by the
Engineer -in-charge.
Including fixing at site
after due site checking and
making good all the surface
finishes after the sign is
installed perfectly aligned
and levelled. The rate
mentioned here is for
Suspender of one unit(2
pipes/per Signage)of
Suspender for 2.0 meter
length with pipe dia 50mm,
including the top and
bottom plates and bolts.
When the suspender height
required beyond 2 meter,
for length after 1meter dia
75mm pipe to be used and
per meter of 75mm dia
pipe will be Rs.
1000/meter. The
Calculation will be rounded
of next or below meter.
The final calculation will
be based on the actual
installation length, as per
measured site condition.
For Suspenders with sigle
pipe, the rate will
calculated as half of INR
2500(i.e. 2500/2).
Sizes
1.1.4a Suspenders Mtr 376 3008
s.
Total
for Sch-
A

Page 147
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Face mounted sign,
2.1.1 Illuminated, 1 sided
Drg.
2.1.1a,b,c
No.
Providing and fixing
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Box
The sign box 80mm wide
shall be fabricated out of 2
mm thick aluminium
extrusion channel of 25mm
depth. The frame work is
to be completed with
internally blind revetting
and brackets. Complete
sign box is to be powder
coated in RAL classic
7046.
Sign panel - 1 side
Illuminated face
Providing and fixing of sign
panel on front side of sign
box with 5mm thick Opal
white acrylic. On front
side, plotter cut blockout
self adhesive vinyl as per
specified Pantone Code
should be applied over a
translucent white vinyl.
The entire sign panel face
to be covered with a
protective over-laminate
to wrap around the edge of
the acrylic to a distance of
25mm on the back side.
ACP to be used at the back
as per description
mentioned in technical
specifiction.

Illumination

Page 148
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Providing and fixing the
LED strips for proper
illumination. Please see
"Technical Specification"
for LED Specification.

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s

150
2.1.1 0x3 Interior Identificaion Sign
a 00 - Ticket Office Nos. 2 16

210
2.1.1 0x3 Interior Identificaion Sign
b 00 - Customer Care Nos. 2 16
600
2.1.1 x30
c 0 Way to emergency exit Nos. 8 64

Face mounted sign, Non-


2.1.2 illuminated, 1 sided
Drg.
No. 2.1.2a,b
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Box

Page 149
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
The sign box 80mm wide
shall be fabricated out of 2
mm thick aluminium
extrusion channel of 25mm
depth. The frame work is
to be completed with
internally blind revetting
and brackets. Complete
sign box is to be powder
coated in RAL classic
7046.
Sign panel - 1 side Non-
Illuminated face
Providing and fixing of sign
panel on front side of sign
box with 5mm thick Opal
white acrylic. On front
side, plotter cut blockout
self adhesive vinyl as per
specified Pantone Code
should be applied over a
translucent white vinyl.
The entire sign panel face
to be covered with a
protective over-laminate
to wrap around the edge of
the acrylic to a distance of
25mm on the back side.
ACP to be used at the back
as per description
mentioned in technical
specifiction.

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s

150 Lift to
2.1.2 0x3 Ground/Concourse/Platfor
a 00 m Sign Nos. 8 64

Page 150
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Area Map/System
118 Map/AFC/Prohibited
2.1.2 9x8 Items/Penalties/Evacuatio
b 41 n Plan Nos. 35 280

Face mounted plate sign,


2.1.3 Non-illuminated, 1 sided
Drg.
No. 2.1.3a,b,c
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign plate

Providing and fixing plate


signs made in 2mm
Aluminium brush finish
sheet neatly trimmed and
corners rounded and
dressed with holes
punched/drilled as per size
given in drawing. Graphics
to be plotter cut over self
adhesive vinyl as per
artwork and complete
plate covered with an
protective overlaminate as
specified and duly
approved by Engineer-in-
charge. Cost to include
fixing of sign at location on
to door/plastered
surface/concrete/granite
cladding/toughened glass
etc., including all marking,
alignment, drilling, plugs,
Philips hexagonal head
stainless steel screws and
3mm thick EPDM Rubber
spacers etc complete as
specified in drawings and
at locations approved by
the Engineer-in-charge >>

Page 151
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s

297
Door names
2.1.3 x
a 210 Nos. 78 624

210 Danger/Emergecy
2.1.3 x Sign/Fire Hose
b 300 Nos. 8 64

450
Restricted Entry
2.1.3 x30
c 0 Nos. 4 32

Face mounted opaque


vinyl sticker, Non-
2.1.4 illuminated, 1 sided
Drg.
No. 2.1.4a,b,c
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Vinyl

Page 152
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Providing and fixing
graphics printed on opaque
vinyl directly pasted on the
glass surfaces. Printed over
opaque self adhesive vinyl
as per artwork and
completed and laminated
with protective overlamite
as specified and duly
approved by Engineer-in-
change. Cost to include
fixing of sign at location on
to glass surface including
its cleaning, marking,
alignment; complete as
specified in drawings and
at locations approved by
the Engineer-in-charge

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s

150
Lift Statutory
2.1.4 x22
a 5 Nos. 16 128

297
Danger/Fire Hose
2.1.4 x21
b 0 Nos. 6 48

450
Danger/Restricted Area
2.1.4 x30
c 0 Nos. 2 16

Face mounted vinyl sign,


2.1.5 Non-illuminated, 1 sided
Drg.
No. 2.1.5a,b,c

Page 153
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Plate

Providing and fixing frame


signs made in 4mm thick
ACP sheet, fabricated as
tray with a 29mm return
with corners joined on
inside with silicon sealant
and neatly finished on
outside and mounted on a
frame made out of 3mm
thick MS fabricated equal
angels 25x25 powder
coated to match colour
Grey. Printed graphics over
self adhesive vinyl as per
artwork to be pasted on
the sign face wrapped on
the sides and complete
plate covered with an
protective overlaminate as
specified and duly
approved by Engineer-in-
charge. Cost to include
fixing of sign at location on
to plastered
surface/concrete/Granite
cladding/column etc.,

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>

Page 154
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
Size
s
Safety Messages-
300
ESP/Emergency Help
2.1.5 x47
Point
a 5 Nos. 4 32

450 Safety Messages-


2.1.5 x70 Surveillance
b 0 Nos. 6 48

Face mounted
transparent vinyl sticker,
2.1.6 Non-illuminated, 1 sided
Drg.
No. 2.1.6a
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Face
Providing and pasting
digitally printed signs on
transparent self adhesive
vinyl directly pasted on the
backside of glass
surfaces(contents seen
from customer end), and
applying frosted film on
top of that, duly approved
by Engineer-in-charge.
Cost to include fixing of
sign at location on to back
surface of glass including
its cleaning, marking,
alignment; complete as
specified in artwork
drawings and at locations
approved by the Engineer-
in-charge
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Size
s

Page 155
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons

300
TOM/EFO Counter
2.1.6 0x8
a 00 Nos. 10 80

Face mounted Channel


letter, Illuminated, 1
2.1.7 sided
Drg.
No. 2.1.7a,b
Providing and fixing
illuminated letters and
signs for respective
stations including all
operations from fabrication
to installation all complete
as per drawings, technical
specifications and the
satisfaction of the
Engineer-In-Charge. All
exterior signs shall be
manufactured considering
harsh outdoor conditions,
weatherproofing
techniques.
Letters
Letters made up of Korean
Aluminium profiles of 18
gauge top and bottom
part.
Letter Face

Plotter cut 3M vinyl of


approved colour pasted on
polycarbnate/acrylic.
Back and Side Channel
Back and side channel to
be made of Aluminium
profile of front part 26mm
and back part of 80mm in
which top part is mounted
with acrylic.
Trim Caps

Trim caps of approved


colour shall be provided as
per the satisfaction of the
Engineer-In-Charge.
Illumination
LED module with Electronic
controllers and wiring with
3 years warranty of IP 68
grade.

Page 156
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule B – Face Mounted Signage


Qty.
BOQ All Rate
8 Amount with
Item Size Item Description Unit with 1
Stati taxes
No. s taxes Station
ons
ACP

Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Size
s
2.1.7 AS/ Station Entry/Gable Entry Sq.ft
a SITE Channel Letter . 12 96
Total
for
Sch-
B

Page 157
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule C- Post Mounted Signage


Qty.
BOQ
All 8
Item Item Description Rate with 1 Amount with
Sizes Unit Station
No. taxes Station taxes
s
Post mounted Sign, Non-
3.1.1 Illuminated, 1 sided
Drg. No. 3.1.1a,b,c
Providing and fixing non-
illuminated signs including all
operations from fabrication to
installation all complete as
per relevant drawings,
technical specifications,
signage schedule and to the
satisfaction of the Engineer-
in-Charge.>>
Sign Box
The sign box 80mm wide shall
be fabricated out of 2 mm
thick aluminium extrusion
channel of 25mm depth. The
frame work is to be
completed with internally
blind revetting and brackets.
Complete sign box is to be
powder coated in RAL classic
7046.
Sign panel - 1 side Non-
Illuminated face
Providing and fixing of sign
panel on front side of sign box
with 5mm thick Opal white
acrylic. On front side, plotter
cut blockout self adhesive
vinyl as per specified Pantone
Code should be applied over a
translucent white vinyl. The
entire sign panel face to be
covered with a protective
over-laminate to wrap around
the edge of the acrylic to a
distance of 25mm on the back
side. ACP to be used at the
back as per description
mentioned in technical
specifiction.
Post

Page 158
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule C- Post Mounted Signage


Qty.
BOQ
All 8
Item Item Description Rate with 1 Amount with
Sizes Unit Station
No. taxes Station taxes
s
Providing a Sign post of 60mm
dia NB 2 mm thick SS 316
Grade hollow sections
including welded Base plate in
8mm thick SS Plate and as per
drawing with concrete
footing. The post shall closed
with a 300 mm Dia and 150
mm thick approved stone or
concrete as per the drawing
to ensure a rigid connection
at site. The post shall be
always be a single continuous
element without any joints.
Cost to include all activities
and temporary props used for
a perfect vertical in plumb
installation, shim Plates for
adjustment of levels and
filling the gap with concrete
slurry etc required for fixing
the sign in an external
location.
Above description generally
holds good for the following
signage unless otherwise
specified except due
modifications with special
mention>>
Accessories: Providing and
fixing all accessories such as
nut-inserts, screws , rivets,
bolts, washers, nuts, etc.
complete as per drawing.>>
Sizes
Area Map/System
Map/AFC/Prohibited
1189x84 Items/Penalties/Evacuation
3.1.1a 1 Plan (On Double Post) Nos. 35 280
3.1.1 600x180 Single Line Map (On Single
b 0 Post) Nos. 14 112
450 x Safety Measures (On Single
3.1.1c 800 Post) Nos. 4 32
3.1.1 1800x60 Station name on platform
d 0 sign (On Double Post) Nos. 4 32
3.1.1e Single Post Nos. 18 144
3.1.1f Double Post Nos. 39 312
Total
for
Sche-C

Page 159
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule D- Floor Vinyl Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

4.1.1 Print on Self


Adhesive flooring
film
Drg. No. 4.1.1a,b,c,d,e,f

Providing and fixing


non-illuminated signs
including all
operations from
printing to
installation all
complete as per
relevant drawings,
technical
specifications,
signage schedule and
to the satisfaction of
the Engineer-in-
Charge.>>
Sign Face
Providing and fixing
graphics Printed on
3M self Adhesive
Floor Vinyl as per
artwork with Matt
laminate, directly
pasted on the floor
surfaces. Completed
as specified and duly
approved by
Engineer-in-charge.
Cost to include fixing
of sign at location on
to floor surface
including its
cleaning. marking,
alignment, complete
as specified in
drawings and at
locations approved
by the Engineer-in-
charge
Above description
generally holds good
for the following
signage unless
otherwise specified
except due
modifications with
special mention>>

Page 160
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule D- Floor Vinyl Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Sizes

4.1.1a 300x300 PwD Floor Vinyl Nos. 2 16


140200 Warning Strip Floor
4.1.1b x100 Vinyl Nos. 2 16
1224 Women Only Floor
4.1.1c x370 Vinyl Nos. 8 64
516 Women Zone Floor
4.1.1d x240 Vinyl Nos. 2 16
2953 Coach Door Marking
4.1.1e x1100 Floor Vinyl Nos. 24 192
Total
for Sch-
D

Page 161
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Post mounted Sign,


Non-Illuminated, 2
5.1.1 sided
Drg.
No. 5.1.1a,b,c
Traffic Sign
Providing and fixing
Non-illuminated signs
including all
operations from
fabrication to
installation all
complete as per
drawings, signage
schedule and to the
satisfaction of the
Engineer-in- Charge.
All exterior signs
should be
manufatured
considering harsh
outdoor conditions,
weatherproofing
techniques and
materials shall be
used.>>
Sign Face
Providing and fixing
sign face panels 2 mm
thick Aluminium sheet
fabrication,
Aluminium sheet fixed
to sign structure.
White retro-reflective
vinyl pasted over edge
to edge aluminium
sheet.
Graphics to be printed
over white retro-
reflective vinyl.
Sign Structure

Page 162
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

The sign plate to be


fixed on MS Square
section and provided
with same material
ties at centre of
length welded to top
and bottom member,
provided with holes
for fixing to the back
surface. All
fabrication shall be
done using CNC
machines. Complete
mounting frame to be
powder coated with
RAL code duly
approved by Engineer
in-Charge. . >> The
actual structural
design of the sign for
its stability shall be
responsibility of the
contactor including all
civil work like
foundation, etc as per
the satisfaction of
Engineer in-Charge.
Above description
generally holds good
for the following
signage unless
otherwise specified
except due
modifications with
special mention>>
Accessories: Providing
and fixing all
accessories such as
nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as
per drawing.>>
Sizes
International Symbol
600 of Accessibility,
5.1.1a x600 Parking (Square) Nos. 3 24 -
800
x Parking for Specially
5.1.1b 800 abled Nos. 2 16 -
600 Footpath, Cycle
x Track, Shared Cycle
5.1.1c 600 Track (Round) Nos. 8 64 -

Page 163
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

1500 Parking
x (AutoRickshaw,
5.1.1d 700 Cycle, Scooter, Taxi) Nos. 10 80 -
600
x
600,
600
x No Parking (Picto,
5.1.1e 200 Text) Nos. 2 16 -
600
x
600,
600 Drop Off Bay-
x Specially Abled, No
5.1.1f 450 Parking (Picto, Text) Nos. 3 24 -
600
x
600,
600
x
200,
600 Drop Off Lane (Bus),
x No Parking (Picto,
5.1.1g 900 Text) Nos. 2 16 -
600
x
600,
600
x
200, Drop Off Lane (Car,
600 Taxi, Auto-Rickshaw),
x No Parking (Picto,
5.1.1h 450 Text) Nos. 6 48 -
450
x
5.1.1i 600 Service Lane, FOB Nos. 4 32 -
450
x
5.1.1j 600 Subway Nos. 5 -

Post mounted Sign,


5.1.2 Illuminated, 2 sided
Drg.
No. 5.1.2a

Page 164
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Providing and fixing


illuminated and 2
sided totem in
exterior areas of
stations with NMRL
Symbol close to the
entrance visible from
approach road
including all
operations from
fabrication to
installation all
complete as per
relevant drawings,
technical
specifications, signage
schedule and to the
satisfaction of the
Engineer-in-charge.
Sign structure
The sign box 300mm
deep shall be
fabricated out of 6
mm thick MS sheet.
The frame work is to
be completed with
internally blind
revetting and
brackets. Complete
sign box is to be
powder coated in RAL
classic 7046.
Sign Panel :8mm thick
040 Acrylic fixed to
the MS frame router
cut and 15mm thick
040 Acrylic router cut
according to logo
profile.
Illumination
Providing and fixing
the LED strips for
proper illumination.
Please see "Technical
Specification" for LED
Specification.
Post

Page 165
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Providing a Sign post


of 150mm dia NB 3
mm thick SS 316
Grade hollow sections
including welded Base
plate in 8mm thick SS
Plate and as per
drawing with Concrete
footing. The post shall
closed with a 300 mm
Dia and 150 mm thick
Sadarahalli Stone OR
Concrete as per the
drawing to ensure a
rigid connection at
site. Providing a 6A
SPN MCB electrical
junction box welded
to the post as
specified location and
making holes in the
post for passing the
electrical cable. The
Post shall be always
be a single continuous
element without any
joints. Cost to include
all activities and
temporary props used
for a perfect vertical
in plumb installation,
shim Plates for
adjustment of levels
and filling the gap
with concrete slurry
etc required for fixing
the sign in an external
location.
Foundation and
Pedestal

Page 166
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Providing and laying


foundation for the
Totem sign in PCC
(concrete M20)
including its
compaction and all
activities like
Excavation, PCC base
layer, Casting of
holding down HTS
anchor J bolts of
16mm dia using a
sized template in MS
8mm thick for locating
and accurate spacing
of bolts as per
drawing. Providing
and fixing in position
Sadarhalli stone of
Dia. 300 x 1200mm
pedestal in hand
dressed rough finish
surface in required
size and shape as per
drawing in 2 parts.
Making cavity in stone
for accommodating
electrical box
installing the two
halves joined together
by filling Plain cement
concrete (M25)
keeping a clear groove
of 25mm wide
recessed and finished
as per drawing. 2mm
thk SS clamps bolted
and set into 3mm thk
groove made 150mm
from top and 200mm
from bottom of the
pedestal to keep it
intact and flushed to
face. The item cost
includes cutting and
opening the floor
finish at location, and
making good the
location to the match
the original finish
after fixing and
installation of sign >>

Page 167
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Schedule E- Street Signage


Qty.
BOQ
All
Item Item Description Rate with 1 8 Amount with
Sizes Unit
No. taxes Station Stations taxes

Above description
generally holds good
for the following
signage unless
otherwise specified
except due
modifications with
special mention>>
Accessories: Providing
and fixing all
accessories such as
nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as
per drawing.>>
Sizes
1060
x
5.1.2a 4388 Totem Nos. 2 16 -
Total for
Sch-E -

Page 168
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Annexure II-A
(Toolkit For using E-Tender Portal of Pune Metro Rail Project)
TENDERING PROCEDURE

A] Tender Forms.
i. Tender Forms can be purchased from the e-Tendering Portal of MAHA-METRO,
i.e. https://mahametrorail.etenders.in after paying Tender Fees via online mode as
Per the Tender Schedule.
ii. Bidder should have valid class II/III digital signature certificates (DSC) obtain from any
certifying authorities.
iii. Bidder should install the Java and NxtCrypto service available on the Home Page of
Download section URL :- https://mahametrorail.etenders.in

B] Pre-requisites to participate in the Tenders processed by MAHA-METRO:


i. Enrolment of Contractors on Electronic Tendering System:
The Contractors interested in participating in the Tenders of MAHA-METRO processed
using the Electronic Tendering System shall be required to enroll on the Electronic
Tendering System to obtain User ID.
If the information is found to be complete, the enrolment submitted by the Vendor shall
be approved automatically.

The Contractors may obtain the necessary information on the process of enrolment
either from Helpdesk Support Team or may visit the information published under the
link Help manual and tutorials on the Home Page of the Electronic Tendering System.

ii. Obtaining a Digital Certificate:


The Bid Data that is prepared online is required to be encrypted and the hash value of
the Bid Data is required to be signed electronically using a Digital Certificate (Class - II
or Class -III). This is required to maintain the security of the Bid Data and also to
establish the identity of the Contractor transacting on the System.

The Digital Certificates are issued by an approved Certifying Authority authorized by


the Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.

Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value
during the Tender Submission stage. In case during the process of preparing and
submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature
Certificate (i.e. due to virus attack, hardware problem, operating system problem); he
/ she may not be able to submit the Bid online.

Page 169
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Hence, the Users are advised to store his / her Digital Certificate securely and if
possible, keep a backup at safe place under adequate security to be used in case of
need.

In case of online tendering, if the Digital Certificate issued to an Authorized User of a


Partnership Firm is used for signing and submitting a bid, it will be considered
equivalent to a no objection certificate / power of attorney to that User to submit the
bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific
individual via an authorization certificate signed by a partner of the firm (and in case
the applicant is a partner, another partner in the same form is required to authorize)
to use the digital certificate as per Indian Information Technology Act,2000.

Unless the Digital Certificate is revoked, it will be assumed to represent adequate


authority of the Authority User to bid on behalf of the Firm for the Tenders processed
on the Electronic Tender Management System of Government of Maharashtra as per
Indian Information Technology Act, 2000. The Digital Signature of this Authorized User
will be binding on the Firm. It shall be the responsibility of Partners of the Firm to
inform the Certifying Authority or Sub Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Signature Certificate. The procedure for
application of a Digital Signature Certificate will remain the same for the new
Authorized User.

The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant.

For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Signature Forms on the Home Page of the
Electronic Tendering System.
iii. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.

iv. Set up of Computer System for executing the operations on the


Electronic Tendering System:

To operate on the Electronic Tendering System of MAHA-METRO, the Computer System of the
Contractors is required be set up. The Contractors are required to install Utilities available
under the section Downloads on the Home Page of the System.

Page 170
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

The Utilities are available for download freely from the above-mentioned section. The
Contractors are requested to refer to the Help manual and Tutorials available online on the
Home Page to understand the process of setting up the System, or alternatively, contact the
Helpdesk Support Team on information / guidance on the process of setting up the System.

C) The e-tender portal contains two section Technical Bid Submission & Financial Bid
Submission.
i. Technical Bid Section: - Technical Bid Section shall contain all Documents and
enclosures as directed in NIT, ITT and EQ. Bidder shall upload the PDF copy of
such documents in Technical Section only.
ii. Financial Bid Section: - All prices/Commercial offers/ or any information
pertain to commercial offer required by MAHA-METRO from the bidders, shall
be filled/uploaded (If directed by MAHA-METRO) in Financial bid Section only.
iii. No information pertaining to Financial Bid section should be
uploaded/disclosed in Technical Bid Section or vice versa.
D) Steps to be followed by Contractors to participate in the e-Tenders processed
by MAHA-METRO.

i. Preparation of online Briefcase:

All Contractors enrolled on the Electronic Tendering System of MAHA-METRO are


provided with dedicated briefcase facility to store documents / files in digital format.
The Contractors can use the online briefcase to store their scanned copies of frequently
used documents / files to be submitted as a part of their bid response. The Contractors
are advised to store the relevant documents in the briefcase before starting the Tender
Submission stage.

In case, the Contractors have multiple documents under the same type (e.g. multiple
Work Completion Certificates) as mentioned above, the Contractors advised to either
create a single .pdf file of all the documents of same type or compress the documents
in a single compressed file in .zip or .rar formats and upload the same.

Note: Uploading of documents in the briefcase does not mean that the documents are
available to MAHA-METRO at the time of Tender Opening stage unless the documents
are specifically attached to the Tender during the Tender Submission stage.

ii. Online viewing of Detailed Notice Inviting Tenders:

The Contractors can view the Detailed Tender Notice (NIT) along with the Time
Schedule (Key Dates) for all the Live Tenders released by MAHA-METRO and Eligibility
Criteria (EQ) on the home page of MAHA-METRO e-Tendering Portal on

Page 171
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

https://mahametrorail.etenders.in under the section Online Tenders. Viewing &


downloading the NIT & EQ is free of cost.
iii. Download of Tender Documents:
After going through the NIT & EQ, if bidder finds himself eligible for the bidding, he
may purchase the complete bid document via online mode by paying the cost of Tender
Document by Debit Card/Credit Card/ Net Banking as described on E-Tender Portal.
After paying the cost of the document, bidder may download the complete bid
documents.

iv. Online Submission of Bid:


a. At the stage of EMD Payment which bidder has to pay online (as per requirement of
tender as specified in BDS in ITB) using any one online pay mode as RTGS , NEFT, Debit
Card, Credit Card & Net Banking or payment get way . For EMD payment, if bidder use
NEFT or RTGS then system will generate a challan (in two Copies) with unique challan
No specific to the tender. Bidder will use this challan in his bank to make NEFT/RTGS
Payment against the challan.
b. Bidder should ensure the payment of online EMD, 72 Hours (Excepting Holiday if any)
prior to the final submission date of the Bid.*
c. Bidder have the option to pay EMD either at the initial stage of submission of bid or at
the final stage of submission of bid, when all mandatory formats/ documents filled/
uploaded.

d. Bidder shall download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender Portal using his
DSC (i.e. DSC of POA/ Owner) & read the all tender Instruction & clauses carefully.
e. For submission of Tender Document and Corrigendum, Tick (√) Submission Process
has been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders
have to tick (√) the corresponding checkbox provided in the Technical Section of E-
Tendering portal as a token of acceptance of these bid documents & corrigendum /
Addendums. By clicking the tick (√) the bid documents & corrigendum /addendum
shall automatically attached to offer of bidder. Further bidder may proceed for
submission by clicking submit button.
f. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issue a corrigendum, in this circumstances the
bidder has to re-submit his bid by “clicking tick (√)” to the new added corrigendum,
in case the new corrigendum has any implications to his already submitted bid.
Bidder may, at his option, amend his bid accordingly & re-submit it.

g. Physical Sign & seal of bidder on each page of Bid Documents available online is not
required.
h. All required enclosures as per bid document shall be uploaded in “Technical Envelope”
/ “Technical Section” of E-Tender portal by using DSC of bidder.
i. The “Technical Envelope” / “Technical Section” of E-Tender portal has been provided
with facilities to upload a file of maximum size of 10 MB only at each entity.

Page 172
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

j. If bidder are desirous to upload a file more than 10mb size , he shall spilt the file in two
or more parts of 10mb or lesser than 10mb each and can upload the same at appropriate
Technical Template or “Additional Document” section of “Technical
Envelope/section” of E-Tender Portal.

Note:-

* Realization of NEFT/RTGS payment normally takes 24 hours, so it is advised to make


Sure that NEFT/RTGS payment activity should be completed well before time.
* NEFT/RTGS option will be depend on the amount of EMD.
* Help File regarding use of e-Payment Gateway can be downloaded from e-Tendering
Portal.

v. Short listing of Contractors for Financial Bidding Process:

The Tendering Authority will first open the Technical Bid documents of all Contractors and
after scrutinizing these documents will shortlist the Contractors who are eligible for Financial
Bidding Process. The shortlisted Contractors will be intimated by email.

vi. Opening of the Financial Bids:

The Contractors may remain present in the Office of the Tender Opening Authority at the time
of opening of Financial Bids.

vii. Tender Schedule (Key Dates):

All the online activities are time tracked and the Electronic Tendering System enforces time-
locks that ensure that no activity or transaction can take place outside the Start and End Dates
and Time of the stage as defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be
extended.

Note: - For details illustrations, please refer or down load the PPT demonstration
available on E-Tender portal of https://mahametrorail.etenders.in

Terms and Conditions for Online-Payments

The Terms and Conditions contained herein shall apply to any person ("User") using the
services of MAHA-METRO, hereinafter referred to as "Merchant", for making Tender fee and
Earnest Money Deposit (EMD) payments through an online Payment Gateway Service
("Service") offered by ICICI Bank Ltd. in association with E Tendering Service provider and
Payment Gateway Service provider through MAHA-METRO website i.e.
https://mahametrorail.etenders.in Each User is therefore deemed to have read and
accepted these Terms and Conditions.

Page 173
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Privacy Policy:
The Merchant respects and protects the privacy of the individuals that access the
information and use the services provided through them. Individually identifiable
information about the User is not willfully disclosed to any third party without first receiving
the User's permission, as covered in this Privacy Policy.
This Privacy Policy describes Merchant's treatment of personally identifiable information
that Merchant collects when the User is on the Merchant's website. The Merchant does not
collect any unique information about the User (such as User's name, email address, age,
gender etc.) except when you specifically and knowingly provide such information on the
Website. Like any business interested in offering the highest quality of service to clients,
Merchant may, from time to time, send email to the User and other communication to tell
the User about the various services, features, functionality and content offered by
Merchant's website or seek voluntary information from The User.
Please be aware, however, that Merchant will release specific personal information about
the User if required to do so in the following circumstances:
a) In order to comply with any valid legal process such as a search warrant, statute, or
court order, or available at time of opening the tender.
b) if any of User's actions on our website violate the Terms of Service or any of our
guidelines for specific services, or
c) to protect or defend Merchant's legal rights or property, the Merchant's site, or the Users
of the site or;
d) to investigate, prevent, or take action regarding illegal activities, suspected fraud,
situations involving potential threats to the security, integrity of Merchant's
website/offerings. General

Terms and Conditions for E-Payment


1. Once a User has accepted these Terms and Conditions, he/ she may register on
Merchant's website and avail the Services.

2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in


India, as well as any directives/ procedures of Government of India, and nothing contained
in these Terms and Conditions shall be in derogation of Merchant's right to comply with
any law enforcement agencies request or requirements relating to any User's use of the
website or information provided to or gathered by Merchant with respect to such use.
Each User accepts and agrees that the provision of details of his/ her use of the Website
to regulators or police or to any other

3.

4. in order to resolve disputes or complaints which relate to the Website shall be at the
absolute discretion of Merchant.

5. If any part of these Terms and Conditions are determined to be invalid or


unenforceable pursuant to applicable law including, but not limited to, the warranty
disclaimers and liability limitations set forth herein, then the invalid or unenforceable

Page 174
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

provision will be deemed superseded by a valid, enforceable provision that most closely
matches the intent of the original provision and the remainder of these Terms and
Conditions shall continue in effect.

6. These Terms and Conditions constitute the entire agreement between the User and
Merchant. These Terms and Conditions supersede all prior or contemporaneous
communications and proposals, whether electronic, oral, or written, between the User
and Merchant. A printed version of these Terms and Conditions and of any notice given in
electronic form shall be admissible in judicial or administrative proceedings based upon or
relating to these Terms and Conditions to the same extent and subject to the same
conditions as other business documents and records originally generated and maintained in
printed form.

5. The entries in the books of Merchant and/or the Payment Gateway Service Providers
kept in the ordinary course of business of Merchant and/or the Payment Gateway Service
Providers with regard to transactions covered under these Terms and Conditions and
matters therein appearing shall be binding on the User and shall be conclusive proof of the
genuineness and accuracy of the transaction.

6. Refund for Charge Back Transaction: In the event there is any claim for/ of charge
back by the User for any reason whatsoever, such User shall immediately approach
Merchant with his/ her claim details and claim refund from Merchant alone. Such refund
(if any) shall be affected only by Merchant via payment gateway or by means of a demand
draft or such other means as Merchant deems appropriate. No claims for refund/ charge
back shall be made by any User to the Payment Gateway Service Provider(s) and in the
event such claim is made it shall not be entertained.

7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and
settled credit card or net banking purchase transaction(s) which are at any time refused,
debited or charged back to merchant account (and shall also include similar debits to
Payment Gateway Service Provider's accounts, if any) by the acquiring bank or credit card
company for any reason whatsoever, together with the bank fees, penalties and other
charges incidental thereto.

8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact


Merchant for any fraudulent transaction(s) on account of misuse of Card/ Bank details by a
fraudulent individual/party and such issues shall be suitably addressed by Merchant alone
in line with their policies and rules.

9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service
Provider's webpage, that is linked to the Website, is experiencing any server related issues
like 'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second
payment,, check whether his/her Bank Account has been debited or not and accordingly
resort to one of the following options:

i. In case the Bank Account appears to be debited, ensure that he/ she does not make
the payment twice and immediately thereafter contact Merchant via e-mail or any
other mode of contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to
make payment.

Page 175
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

However, the User agrees that under no circumstances the Payment Gateway Service
Provider shall be held responsible for such fraudulent/duplicate transactions and hence no
claims should be raised to Payment Gateway Service Provider No communication received
by the Payment Gateway Service Provider(s) in this regard shall be entertained by the
Payment Gateway Service Provider.

Limitation of Liability
1. Merchant has made this Service available to the User as a matter of convenience.
Merchant expressly disclaims any claim or liability arising out of the provision of this
Service. The User agrees and acknowledges that he/ she shall be solely responsible for
his/ her conduct and that Merchant reserves the right to terminate the rights to use of the
Service immediately without giving any prior notice thereof.

2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b)
the transmission or delivery of any such data, information or message; or (c) any loss or
damage arising from or occasioned by any such inaccuracy, error, delay or omission, non-
performance or interruption in any such data, information or message. Under no
circumstances shall the Merchant and/or the Payment Gateway Service Providers, its
employees, directors, and its third party agents involved in processing, delivering or
managing the Services, be liable for any direct, indirect, incidental, special or
consequential damages, or any damages whatsoever, including punitive or exemplary
arising out of or in any way connected with the provision of or any inadequacy or
deficiency in the provision of the Services or resulting from unauthorized access or
alteration of transmissions of data or arising from suspension or termination of the
Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account of:
(I) the delay, failure, interruption, or corruption of any data or other information transmitted
in connection with use of the Payment Gateway or Services in connection thereto; and/ or
(ii) any interruption or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s)
and
Merchant and their respective officers, directors, agents, and employees, from any claim
or
demand, or actions arising out of or in connection with the utilization of the Services.

The User agrees that Merchant or any of its employees will not be held liable by the User for
any loss or damages arising from your use of, or reliance upon the information contained
on the Website, or any failure to comply with these Terms and Conditions where such
failure is due to circumstance beyond Merchant's reasonable control.

Miscellaneous Conditions:

Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.
1. The User agrees, understands and confirms that his/ her personal data including without
limitation details relating to debit card/ credit card transmitted over the Internet may be

Page 176
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment
Gateway Service Provider(s) have no control over such matters.

2. Although all reasonable care has been taken towards guarding against unauthorized use of
any information transmitted by the User, Merchant does not represent or guarantee that
the use of the Services provided by/ through it will not result in theft and/or unauthorized
use of data over the Internet.

3. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates
shall not be liable, at any time, for any failure of performance, error, omission,
interruption, deletion, defect, delay in operation or transmission, computer virus,
communications line failure, theft or destruction or unauthorized access to, alteration of,
or use of information contained on the Website.

4. The User may be required to create his/ her own User ID and Password in order to register
and/ or use the Services provided by Merchant on the Website. By accepting these Terms
and Conditions the User agrees that his/ her User ID and Password are very important
pieces of information and it shall be the User's own responsibility to keep them secure and
confidential. In furtherance hereof, the User agrees to;

i. Choose a new password, whenever required for security reasons.


ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and
Password.

The User is hereby informed that Merchant will never ask the User for the User's password
in an unsolicited phone call or in an unsolicited email. The User is hereby required to sign
out of his/ her Merchant account on the Website and close the web browser window when
the transaction(s) have been completed. This is to ensure that others cannot access the
User's personal information and correspondence when the User happens to share a computer
with someone else or is using a computer in a public place like a library or Internet cafe.

Debit/Credit Card, Bank Account Details


1. The User agrees that the debit/credit card details provided by him/ her for use of the
aforesaid Service(s) must be correct and accurate and that the User shall not use a debit/
credit card, that is not lawfully owned by him/ her or the use of which is not authorized
by the lawful owner thereof. The User further agrees and undertakes to provide correct
and valid debit/credit card details.

2. The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant
by using a debit/credit card or through online banking account. The User warrants, agrees
and confirms that when he/ she initiates a payment transaction and/or issues an online
payment instruction and provides his/ her card / bank details:

i. The User is fully and lawfully entitled to use such credit / debit card, bank
account for such transactions;

ii. The User is responsible to ensure that the card/ bank account details provided
by him/ her are accurate;

Page 177
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

iii. The User is authorizing debit of the nominated card/ bank account for the
payment of Tender Fee and Earnest Money Deposit

iv. The User is responsible to ensure sufficient credit is available on the nominated
card/ bank account at the time of making the payment to permit the payment
of the dues payable or the bill(s) selected by the User inclusive of the
applicable Fee.

Personal Information
1. The User agrees that, to the extent required or permitted by law, Merchant
and/ or the Payment Gateway Service Provider(s) may also collect, use and disclose
personal information in connection with security related or law enforcement
investigations or in the course of cooperating with authorities or complying with legal
requirements.

2. The User agrees that any communication sent by the User vide e-mail, shall
imply release of information therein/ therewith to Merchant. The User agrees to be
contacted via e-mail on such mails initiated by him/ her.

3. In addition to the information already in the possession of Merchant and/ or


the Payment Gateway Service Provider(s), Merchant may have collected similar
information from the User in the past. By entering the Website the User consents to
the terms of Merchant's information privacy policy and to our continued use of
previously collected information. By submitting the User's personal information to us,
the User will be treated as having given his/her permission for the processing of the
User's personal data as set out herein.

4. The User acknowledges and agrees that his/ her information will be managed
in accordance with the laws for the time in force.

Payment Gateway Disclaimer: The Service is provided in order to facilitate payment of


Tender Fees/Earnest Money Deposit online. The Merchant or the Payment Gateway
Service Provider(s) do not make any representation of any kind, express or implied, as
to the operation of the Payment Gateway other than what is specified in the Website
for this purpose. By accepting/ agreeing to these Terms and Conditions, the User
expressly agrees that his/ her use of the aforesaid online payment service is entirely at
own risk and responsibility of the User.

Page 178
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART II: WORK REQUIREMENTS

Scope of Work:

General Scope of the proposed Supply and Installation (including manufacturing &
fabrication) works of Signage and Graphics including all transportation, loading and
unloading, etc. is as below:
The contractor will procure materials, manufacture, finish, print, assemble, execute
illumination, install and erect the signages at the designated locations within the specified
time(s) based on designs, specifications and drawings provided by the Employer/Engineer
for Signage and Graphic Design for Pune Metro Rail Project.

System wide color specifications:

Pantone Codes as approved by Maha-Metro:

179
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

All the Signage and Graphics for Pune Metro Rail Project shall use the following colors Vinyl
Films: Vinyl films have been developed with manufacturers for the specific shades, with
the desired specification for a minimum performance requirement. The Engineer shall
use these films for all the signage execution after approval. All material and execution of
vinyl films shall confirm to the detailed technical specifications and notes for quality of
workmanship given in this document. The Engineer-In-charge shall approve any other
color used in vinyl films prior to its use.

Powder Coating: All powder coating shall conform to the detailed technical specifications
and notes for quality of workmanship given in this document

Painting: All painting shall conform to the detailed technical specifications and notes for
quality of workmanship given in this document.

Printing: The Employer/Engineer shall duly approve Printing of graphics for information
and safety signs shall be done as per specified printing process and workmanship quality
as described in this document and approved samples of all colors. Every batch of printing
shall be approved for color matching.

All Materials and their workmanship specifications:


For all other material required for the works, the approval of the Engineer shall be
obtained by the Contractor prior to the use of the material in the works

Contractors are expected to provide the standard warranty and the invoices from the
manufacturers covering all the materials used.

1 Acrylic

1.1 White Cast acrylic sheets with 40% light transmission shall be used as face of all
illuminated signs.
1.2 The acrylic should have excellent weather-ability and UV stability for min 10 years.
1.3 Acrylics made from virgin polymers shall be used for the sign faces.
1.4 A 8mm thick Acrylic sheet is proposed for illuminated sign faces with a +/- 0.6mm
tolerance for the thickness.
1.5 Approved make shall be as per the list below or equivalent duly approved based on a
sample presented to Employer/Engineer.
 Perspex® from Lucite®
 SHINKOLITE PX cast acrylic sheet developed by Mitsubishi Rayon Co.,
Ltd.
 Plexiglas from Evonik industries

2 Polycarbonate

2.1 All polycarbonate sheets should be UV stabilized outdoor grade


2.2 No visual defects are allowed by inspection from a close inspection and the
material should offer a min 10 years warranty against yellowing and loss of light
transmission.
2.3 Approved make shall be as per the list below or equivalent duly approved
based on a sample presented to Employer / Engineer.

3 Workmanship for both Acrylic and Polycarbonate

3.1 The surfaces of Acrylic come covered with a masking film on both surfaces for
protection during transport, storage and fabrication. The masking film should be
left in place during fabrication work and all marking-out drawn on the film. It is
recommended not to remove the marking film until necessary to prevent dust
collection and accidental surface scoring or scratching. However, care should be
taken not to have the surface scratched during handling.

3.2 Before pasting the vinyl graphics it is advised to wash the sheet surfaces to be
decorated with clean, fresh water using a soft cloth. This has the advantage of
removing all traces of static charge from the sheet after removal of the film which

180
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

might otherwise attract dust. For all general-purpose cleaning operations, acrylic
should be washed simply with clean cold water to which a little detergent has been
added. The use of any solvents such as methylated spirits, turpentine, white spirit
or proprietary window cleaning products is neither necessary nor recommended.

3.3 Flatness of the sheets is very important for the signs to appear neat.

3.4 The cutting shall be done using powered saw to a tolerance of +/- 1mm. The edges
shall be cleaned of any bur and chamfered to make the acrylic comfortably sit inside
the frame.

4 Vinyl Films

4.1 Block out vinyl films


4.1.1 Cast films should to provide complete light blocking characteristics with
less than 0.001% light transmission.
4.1.2 A luster/matt finish colour matching to Pantone 2768C and 382C or
equivalent or as approved by Maha-Metro on the outside and uniformly
white on the adhesive side
4.1.3 A cast vinyl face film of thickness between 100 to 130 micron, with clear
acrylic based permanent pressure sensitive adhesive.
4.1.4 The film shall provide strong adhesion to a wide variety of substrates
with perfect dimensional stability and perform well as second surface
media.
4.1.5 The films should have self-extinguishable property.
4.1.6 Should have a performance guarantee against colour fading, peeling,
cracking

4.2 Translucent Vinyl film


4.2.1 Translucent Graphic Film to allow light transmission
4.2.2 Cast vinyl film of thickness (0.05 mm) with clear pressure
sensitive adhesive
4.2.3 A cast vinyl film with a clear, permanent, pressure-sensitive
adhesive and a translucent synthetic liner that does not split if wet
4.2.4 The films should have self-extinguishable property.
4.2.4 Should have a performance guarantee against color fading, peeling,
cracking
4.2.5 Should be able to withstand temperatures in the range -45° to +77°C

4.3 Protective over-laminate


Shall be a luster/semi-matt cast films resistant to chemicals and abrasion while
cleaning.

All other following listed below products, will have to be used with a maximum
life specified within the range manufactured by supplier and all warranties for
the above products shall apply.

4.4 Diffuser films

4.5 Frosted vinyl

4.6 Printable vinyl

4.7 Opaque vinyl

4.8 Printable floor application

4.9 Floor laminate

4.10 Photoluminescent

181
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

4.11 Suggested product names for various products from approved


manufacturer
1) 3M or equivalent with the approval of Employer/Engineer
2) Avery (Optional with pre approval from Maha-Metro) or equivalent
with the approval of Employer/Engineer

Specifications (Primary and


Compulsory)
Specification Color/Feature
3630-126 DK EME GREN 48INX50YD Purple colour or as approved
3630-236 48IN X 50YD Turquoise or as approved
3630-124 BURNTORANGE 48INX50YD Burnt Orange or as approved
3630-57 48"X50Y O.BLUE Olympic Blue or as approved
3635-100 Light Enhancement Light Enhancement Film or as approved
3635-22B BLACK BLOCKOUT MATTE Black Block Out Film or as approved
3635-20B 48"X50Y WHITE White Block Out Film or as approved
3635-30 48"X50Y Diffuser Film Diffuser Film or as approved
Overlaminate for Color Vinyl or as
Matte Overlaminate 3660M approved
180C-10 Printable Film Printable Film or as approved
Over lamination for 180C-10 or as
8520 Matte Over lamination approved

Specifications
Alternate Selection (Optional with pre approval from Maha-
Metro)
Equivalent Shade Block Out Translucent Vinyl Warranty
3435 C or as approved 5300/ 205A Green 5500 QM/4120A Green 5 Years

3272 C or as approved 5300/ 204A Green 5500 QM/4121A Green 5 Years

306 C or as approved 5300/203A Blue 5500 QM/4122A Blue 5 Years

All the vinyl film shall be from the approved vendor/supplier and shall be approved
by the Employer/Engineer before ordering.

5 Workmanship for Vinyl pasting (Plotter cut Vinyl sheet graphics/text)

5.1 Vinyl shall be pasted on Acrylic sheets and on ACM after removing the
masking film.

5.2 Proper preparation of application surface is essential to obtain high


quality and long- lasting markings.
5.3 Application:
5.3.1 Clean the substrate as per recommendation of vinyl manufacturer.
5.3.2 Remove entire liner from adhesive side of film.
5.3.3 Align the film and press one edge to surface with finger.
5.3.4 With a squeeze, apply remaining film using overlapping strokes. Hold
the film away from surface to avoid pre adhesion.

5.4 The plotted vinyl sheet should be applied to the substrates with the use
of approved application tape to insure correct placement and accuracy.

182
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Vinyl application should be done in a dust free environment.

5.5 Remove pre-mask:


Remove application film from the face of the film by pulling tape back upon itself
at a 180-degree angle. Application film should be removed after 24 hours of
application.

5.6 Re-squeeze all edges to prevent edge lifting. This must be done after
application of film removal. Use firm even pressure. If not thoroughly
re squeezed after pre mask removal, the adhesion at edges of film
loosened by pre mask removal may start peeling off due to dirt or
moisture and subsequently lift or be susceptible to damage from
pressure washing.

5.7 For all the sign faces - the film should be wrapped around the edge of
acrylic with up to a min distance of 25mm on all sides.

5.8 Remove entrapped air:


All film pasting on the surface including the over laminate should be free from air
bubbles. Inspect the film in flat areas for bubbles. To eliminate the bubbles,
puncture the film at one end of the bubble with a pin and press the entrapped air
with the thumb or squeeze or moving towards the puncture.

5.9 Self matching and complementing films should be used for all situations
involving layers of films laminated in a single sign.

5.10 The graphics for the Blockout Vinyl sheet should be plotted in
accordance with specified artwork accurately on a computerized plotter
cutter. The edges of the plotter cut vinyl sheet should be clean and
smooth. Vinyl sheet should be plotted in a dust free environment.
5.11 The final applied graphics shall be free from any kinds of
wrinkles, air bubbles and placement/orientation problems.

5.12 Contractors are expected to provide the standard warranty and the
invoices from the vinyl manufacturers covering all the vinyl used.

6 Printing

6.1 The graphics and text of the signage system shall be printed with inkjet
printers
6.2 Ink type: solvent ink, designed for 2 years outdoor application
6.3 Provide a hard lamination film to resist scuffing, scratching
6.4 Ink color: cyan, magenta, yellow, black
6.5 Same colours of the signages shall be uniform as specified and shall not
vary from sign to sign. Printer has to get approval on all printed colours
in graphics matching to specified colours and submit 3 copies of each
swatch 100mm X 100mm
6.6 Facility of printing directly onto a variety of specially treated vinyls and
other materials
6.7 Machine to accommodate media widths of up to 62 inches and offers
resolution of 300dpi
6.8 Graphics and text shall be without any ink bleeding and smudging
6.9 The printer agrees to produce and maintain high quality standards

7 Aluminum Composite Material (ACM/ACP) :

7.1 Composition:
Low-density polyethylene (LDPE) core sandwiched between two skins of
aluminum alloy.

For exterior signs Overall thickness of ACM/ACP: 4 mm


7.2 Surface Finish:
183
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

7.2.1 Front side: Factory pre-finished by the manufacturer with a PVDF


Kynar 500 (70:30) or LUMIFLON or DURAGLOSS 5000 or equivalent
based coating by presenting a sample to the Employer / Engineer.

 The finished surface shall be factory protected with a self-


adhesive peel-off-foil.
 Peel-off-foil to withstand at least 6 months exposure to local
weather condition without losing the original peel off
characteristic or causing stains or other damages to the
painted panel surface.

7.2.2 Reverse side: Reverse side of the panel surface shall be coated in a
factory applied protection lacquer or protective primer, without
protective peel-off-foil. Total dry-film thickness of the protection
lacquer/ protective primer shall be minimum 4 microns or mill finish if
Marine grade Aluminum EN-AW-5005A (AlMg-1)/ EN-AW-3004
(AlMn1Mg1) is used.

7.3 Colour Definitions:


The approved colour panel to be used in all signs shall be approved prior
to its use by presenting a sample to the Employer / Engineer.

7.4 Warranty:
ACM/ACP manufacturer shall provide a 10 (TEN) years Warranty against defects
such as but not limited to:
 De-lamination.
 Color fading
 Loss of gloss.

For this purpose, Original of Manufacturer’s Warranty certificate in the name


of the contractor to be submitted with the bill.

7.5 Mandatory identification marks:


7.5.1 Each ACM/ACP panels shall bear markings as
follows: On Peel-off-foil:
 Manufacturer’s name/brand printed clearly for easy identification.
 Direction of grains for metallic colors, by way of an arrow.

The reverse side of the panel to have the following minimum


information printed:
 Production batch identification number or Date & Time of
production of ACM/ACP panel for establishing linkage with the
batches.
 Any other information as per manufacturer’s policy such as paint
reference
number etc.
 Manufacturer’s name/brand printed clearly for easy identification.
7.6 General Conditions:
7.6.1 Contractor must ensure that ACM/ACP supplier shall provide technical
assistance to the selected converters using their material. The training/
assistance to include advice on the use of appropriate equipment and
hardware for ACM/ACP fabrication and installation. The training/
assistance to include training to the selected ACM/ACP converters’
personnel in India/ Abroad, for correct methodology to be adopted for
ACM/ACP fabrication and installation.
7.6.2. Employer / Engineer may ask for training schedule/ report from the
converter and/ or manufacturer under (inter-alia) following conditions:
 Inability to produce designs as per specifications despite efforts on
the part of the converter.
 If the workmanship of signage elements is found to be unacceptable/
poor.
184
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

 No further application of paint by means of any method shall be


permitted after first painting of ACM/ACP at the manufacturer’s
factory. No repair/ touch-up of factory finished paint coated surface
shall be permitted at any time. Employer/Engineer may reject such
sign elements at no cost to PMRP.

7.7 ACM/ACP (Aluminum Composite material) panel should

conform to following standards:

Table
S. No. Description Standard Test Acceptable Value/Result
A. Physical Tests For ACM/ACP
1. Overall Thickness of Visual Check/ 4mm (± 0.2mm) Exterior
ACMACP Measurement as per QAP 3mm (± 0.2mm) Interior

Table
S. No. Description Standard Test Acceptable Value/Result
2. Aluminum Skin Visual Check/ 0.5mm(+0.04mm)/(-.025 mm)
Thickness (each Measurement as per QAP Exterior
side) 0.25mm(+0.04mm)/(-.025 mm)
Interior
3. Panel weight Visual Check/ 5.5 Kg/m2 (+ 5%) Exterior
(ACM/ACP) Measurement as per QAP 3.8 Kg/m2 (+ 5%) Interior
B. Mechanical Properties of ACM/ACP
1. Peel off strength ASTM D 1781 or > 72 mmN/mm or
Drum Peel Test ASTM D 903 More than 4N/mm
C. Properties of Aluminum Skin
1. Tensile strength ASTM E8 Minimum 110 N/mm2
(Rm)
2. Modules of elasticity ASTM E8 Min 68000 N/mm2
3. Elongation ASTM E8 A5 2%
4. 0.2% proof stress ASTM E8 Minimum 100 N/mm2
D. Properties of Paint Finish (Front Side
Only)
1. Coating Type Using FTIR (instrument) or DURAGLOSS – Cycloaliphatic
chemical method Polymer Resin Cross-Linked with a
specific melamine blend
LUMIFLON – Fluoro Ethylene Alkyl
Vinyl Ether
PVDF – polyvinylidene difluoride

2. D.F.T. (Dry Film ASTM D 1400 or ECCA T1 23.75 Micron to 45 Micron


Thickness) of paint
3. Specular Gloss ASTM D 523 or ECCA T2 Solid Colors 25-40%
Metallic Colors 20-35%
4. Abrasion Resistance ASTM D 968 >25 liters per
or unit or
ASTM D 4060 < 45mg/ 1000 cycles (weight loss)
5. Gloss Retention ASTM 523 or ECCA T2 Min 60% (after 10 years)
6. Color Retention ASTM D 2244 or ECCA T3 5 units (Max.) over 4000 hrs.
7. Chalk Resistance ASTM D4214 or ECCA T14 Max rating 8 units after 4000 hrs.
8. Adhesion ASTM D3359 or ECCA T6 No adhesion loss permitted

185
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

8 CRCA (Cold Rolled Close Annealed) M.S. Sheets


The CRCA mild M.S sheets to be used in the work shall conform to IS 513 -
normal D- grade type mild steel.

9 Fabrication work for CRCA Mild Steel sheets


9.1 The Metal handling and Fabrication work for CRCA Mild Steel
sheets shall be got executed from a specialized agency.
9.2 CRCA mild Steel sheets Fabrication shall be executed with CNC bending,
CNC Laser and punching machines with precise work control and quality
generation. Besides the specified machines, the Metal handling and
Fabrication must have in-house CO2 welding and skilled CAD/CAM
facilities, engineers and skilled and trained personnel and adequate
storage facilities.
9.3 Sheet metal blanking shall be preferably done using laser cutting to save
on material, reduce wastage, have less burr on cut blanks, speed of
execution and achieve accuracy. All surfaces exposed to view shall be
clean and free from dirt, stains, grease, scratches, distortion, waves,
dents, buckles, tool marks, burrs and other defects which mark the
appearance of finished work. Cutting edges shall be smooth and free
from all defects.
9.4 All surfaces exposed to view shall be straight and true to lines or curves.
Arises and angles shall be as sharp as practicable. Miter joints shall be
formed in true alignment with profiles accurately intersecting and all
joints carefully eased to a radius of approximately 1 mm unless
otherwise shown. Metal corners shall be bent to the smallest radius
possible without causing grain separation or otherwise impairing the
work.
9.5 All exposed connections shall be formed with hairline joints flush and
smooth. All face panels must be flat, true and free from weld stud
witness or other surface imperfections/blemishes. Edges shall be
machined and finished free from cutter marks (not guillotined). All
fabrication should have dressed welds, bend radii, finish, permitted
texture levels, squareness of construction, no twist or warp or sagging
of shape.
9.6 The Tolerances in the fabrication work shall
be as under: Linear dimensions : +/-
0.5 mm
Hole and Slot Punches : 0.3 mm
Finished edge radius : 0.3 mm – 0.5 mm

9.7 If the work for sheet metal is done with specialized agency the
contractor shall be required to submit to the PMRP copies of all the
vouchers received from the approved fabricator and cheques/drafts
paid by him to the approved fabricator as well as the copies of the
documents establishing the excise paid by the fabricator for this work.
9.8 Finish for sheet metal 0.062" (1.6 mm) CRCA
9.9 Surfaces indicated "A" finished to match sample
9.10 Surfaces without identification or indicated "C" to be unfinished.
9.11 Parts to be free of visible defects on "A" and "B" surfaces.
9.12 Flat surfaces to have: Flatness tolerance of 0.05 mm per 25 mm. Not
to exceed 0.50 mm over the entire surface.
9.13 Each Part to be approved by Employer / Engineer prior to production.
9.14 Definitions:
 "A" surface: The top or front, most often viewed surface by consumer.
 "B" surface: Generally, the front edge/sides or back/bottom of a part. Not
viewed as often as an "A" surface.
 "C" surface: Internal surfaces. Part surfaces not normally seen. Normally "c"
surfaces are not inspected for cosmetic attributes.

10 Aluminum Sections:
10.1 Aluminum plates and extrusion sections of 2mm thickness shall
conform to Aluminum alloy of grade 63400 WP of IS- 733.
186
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

10.2 sections shall be used, which secure type is requiring a special tool to
open. Image included below for reference.
10.3 These sections shall be capable to hold a total infill panel up to a
maximum thickness of 8mm and shall have the rigidity to make A0 size
panel frames.
10.4 All sections shall be perfectly straight, free from surface damages,
bends and twists.

10.5 Bent profiles shall not be forcefully straightened.


10.6 Straightness tolerance shall not exceed of 1.5mm per 1000 mm.

11 Structural Steel
All structural steel shall be of tested quality and shall conform to one of the following
standards IS:226 Structural steel (Standard Quality)
IS:2062 Structural steel (Fusion welding quality) Grade
A (1992) IS:961 High Tensile Structural Steel (Ordinary)
IS:1161 Steel Tubes for Structural purposes Grade
B (1992) IS:4923 Hollow steel sections for
Structural use

The Contractor shall supply to the Employer/Engineer copies of the manufacturer


certificate that the steel brought to the site for incorporation in the works is of a
quality fully complying with the specification. If required by the
Employer/Engineer, the Contractor shall arrange for testing of the steel samples
as per IS:1608 - 1599.

12 Welding Electrodes:
Welding electrodes used for the works shall conform to IS:814/latest and shall be
supplied by manufacturer approved by the Employer/Engineer and shall be of the
grade approved by the Employer/Engineer. All Electrodes shall be kept under dry
conditions. Any electrode which has part of its flux coating broken away or is
damaged shall be rejected.

13 Bolts and Nuts


Bolts and nuts used for the works shall unless otherwise specified be black bolts
and nuts supplied by manufacturer approved by the Engineer and shall confirm to
IS:1367 and 1367 (1980) For the truss hot-dip galvanized (@300 gm/sqm) bolt
sleeve of mild steel grade ‘B’ conforming to IS:2062 and 4 dia. 12mm anchor bars
welded to same as per detailed drawing and instruction of the engineer shall be
provided. The Length and diameter of sleeve shall be 300mm and 60mm
respectively. The sleeve shall receive hexagon head bolt IS:1363 (part-I)- ISO
4016-M-20x90-8.8. Hexagon head bolt shall be provided with galvanized spring
washer as per the detailed drawing and instruction of the Engineer.

14 Washers
Plain washers shall be made of mild steel conforming to IS:5369 (1975), unless
otherwise specified. One washer shall be supplied with each bolt and, in case of
special types of bolts, more than one washer as needed for the purpose shall be
supplied. An additional double coil helical spring washer, conforming to IS:6755
(1980), shall be provided for bolts carrying dynamic or fluctuating loads and those
in direct tension. Tapered washers, conforming to IS:5372 (1975) and IS:5374
(1975), shall be used for channels and beams respectively wherever required.

15 Structural steel works:


15.1 These specifications shall be read in conjunction with the CPWD specifications
1996 and other relevant reference specifications described in the section 1 of
these specifications.

The Contractor will provide all materials and equipment required to complete the
works in every respect, whether such materials are required as part of the
permanent structures or temporary for fabrication or erection or maintenance
187
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

including specifically structural steel plates, flats, bars, welding rods, rivets, bolts
and nuts, paint, welding sets in the shop and at site, all workshop facilities,
derricks, cranes, pulley blocks, wire ropes, hemp or manila ropes, winches,
erection cleats and temporary braces or supports and all other materials required
to deliver the Works complete in every respect.
All labour required for fabrication and erection for any cleaning, making good,
rectifying, hauling, painting and for any other ancillary work required to complete
fabrication and erection.

The Contractor shall observe all safety requirements for erection of structural
steelwork as covered in IS:7205.

15.2 Drawings:

15.2.1 The Engineer will supply to the Contractor profile drawings showing sizes
of all structural members and typical connection details. (Annexure-3)
15.2.2 Should there be any discrepancy in the drawings the Contractor is to refer
the matter to the Engineer. The Contractor shall further provide a
drawing showing the accurate setting out to line and level of all the
anchor bolts intended for the work in sufficient time for their inclusion
in the work so as to maintain the building program.

15.2.3 The Contractor is to prepare all the necessary fabrication shop drawings
and these shall be submitted to the Engineer in duplicate and be
approved by him before fabrication is commenced. All such drawings shall
show the dimensions of all parts, method of construction, welding and
bolting. A further set of all approved fabrication drawings shall be
supplied by the Contractor for use of the Engineer as required.

15.2.4 Approval by the Engineer of drawings or any other particulars submitted


by the Contractor shall not relieve the Contractor of full responsibility
for any discrepancies, errors or omissions therein. The Contractor shall
at his own expense supply such additional copies of his working drawings
as are required for the use of the interested parties.

15.3 Workmanship and Fabrication:

15.3.1 For all the works, workmanship shall be of first class quality,
throughout, In conformity with IS:800 (latest), and true to line, level
and dimension as shown in the drawings or instructed by the Engineer.

15.3.2 All parts assembled for bolting shall be in close contact over the whole
surface and all bearing stiffeners shall bear tightly at top and bottom
without
being drawn or caulked. The component parts shall be so assembled
that they are neither twisted not otherwise damaged as specified
cambers if any shall be provided. Drilling done during assembling shall
not distort the metal or enlarge holes. The butting surfaces at all joints
shall be so cut and milled so as to butt in close contact throughout the
finished joints.

15.3.3 Cutting shall be done automatically. Hand flame cutting will not be
permitted.

15.3.4 The edges and ends of all cut/sheared flange plates, web plates of plate
girders, and all cover plates, and the ends of all angles, tees, channels
and other sections forming the flanges of plate girders, shall be
planed/ground.
15.3.5 Holes for bolts shall be drilled to conform to clause 10 of IS:7215
(1974). Punching of holes will not be permitted. All drilling shall be
free from burrs. No holes shall be made by gas cutting process.

188
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

15.3.6 All welding for the works shall be carried out by first class welders and
shall be in accordance with IS:816, IS:819, IS:1024, IS:1261, IS:1323 and
IS:9595.The Engineer may at his discretion order periodic tests of the
welder and/or of the welds produced by them. All such tests, shall be
carried out by the Contractor at his cost.
Safety requirements should conform to IS:7205, IS : 7273 and IS : 7269 as
applicable and should conform to safety, economy and rapidity.

15.3.7 As much work as possible shall be welded in shops. The pieces shall be
manipulated to ensure down hand welding for all shop joints as far as
possible. All parts to be welded shall be arranged so as to fit properly on
assembly. After assembly and before the general welding is to commence
the parts are to be tack welded with small fillet or butt welds as the case
may be. The tack welding must be strong enough to hold the parts
together but small enough to be covered by the general welding. The
welding procedure shall be so arranged that the distortion and shrinkage
stresses are reduce to a minimum.
15.3.8 All joints required in structure to facilitate transport or erection shall be
shown on the drawings or as specified by the Engineer. Should
the Contractor
need to provide joints in locations other than those specified by the
Engineer he shall submit his proposals and obtain the prior sanction of the
Engineer for such joints. The lengths of structural shall be the maximum
normally available in the market jointing of shorter length in order to
make up lengths required shall not be permitted.

15.3.9 Each piece of steel work shall be marked distinctly before delivery,
indicating the position and direction in which it is to be fixed. Three
copies of a complete marking plan are to be supplied to the Engineer
before erection commences.

15.3.10 In the case of welded fabrication any distortion remaining in the member
after welding operations are completed shall be rectified by and/or at
the expense of the Contractor to the approval of the Engineer.

15.3.11 All members of trusses and lattice girders shall be straight throughout
their length, unless shown otherwise on the drawings, and shall be
accurately set to the lines shown on the drawings. Sheared edges of
gussets or other members to be straightened and dressed where
necessary.

15.3.12 Templates and jigs used throughout the work shall be all steel. In cases
where actual materials have been used as templates for drilling similar
pieces, the Engineer shall decide whether they are fit to be used as parts
of the finished structure.

15.3.13 Apart from the requirements of welding specified under the above sub
clauses, sections above, the Contractor shall ensure the following
requirements in the welded joints.
 Strength-quality with parent metal.
 Absence of defects
 Corrosion resistance of the weld shall not be less than
that of parent material in an aggressive environment.

15.3.14 No gasket or other flexible material shall be placed between the holes.
The holes in parts to be joined shall be sufficiently well aligned to permit
bolts to be freely placed in position. Driving of bolts is not permitted.
The nuts shall be placed so that the identification marks are clearly
visible after tightening. Nuts and bolts shall always be tightened in a
staggered pattern and, where there are more than four bolts in any one
joint, they shall be tightened from the centre of the joint outwards.

15.4 Testing of Welds:


15.4.1 Butt welds - Radiographic testing of 5% of welds as per IS 1182.
189
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

15.4.2 Fillet Welds- Ultrasonic testing of 5% of welds.


15.4.3 All welded connections shall be inspected as per IS:822.
15.4.4 All welds shall be tested by “dye penetration test” as per current practices.
15.4.5 Agency for testing of weld shall be approved by the Engineer prior to
testing.
15.4.6 Defected welds shall be repaired or replaced as decided by the engineer.
The repaired or replaced welds shall be tested using the same methods
as above. Additionally, when defective welds are found, the cause of the
defective welding shall be determined and the contractor shall institute
immediate corrective action.
15.4.7 No extra payable shall be made for the tests indicated above.

15.5 Protection of Steel Works (IS:8629) :

15.5.1 Sand blasting where specified shall be carried out in accordance with
IS:1477.

15.5.2 Painting work shall be carried out in accordance with IS:8629 (Parts I to
III). Painting shall be applied under the temperature requirement
specified by the manufacturer.

15.5.3 The steel work, prior to delivery, shall be cleaned form scale, rust, dirt
and grease etc., but means of chipping, scraping and wire brushing using
skilled operators as described in the painting systems below. The cleaning
shall proceed each day over the extent of surfaces which can be painted
on that day. The paint shall be applied by brushing or spraying as per
approval of the Engineer.

Paint brushes round/oval and flat shall be conforming to IS:487 and IS:384
codes respectively, if painting with brushing is approved by Engineer.

The spraying equipment shall be compatible with the paint material,


fitted with necessary gauges and controls and approved by the Engineer.

15.5.4 Site weld locations shall be left free from paint within 50mm of the weld
position, and contact surfaces in connection using High Strength Friction
Grip Bolts shall not be painted. Immediately after completion of erection
all damaged paint shall be scraped off and made good to the approval of
the Engineer.
The Steelwork specialist shall also clean down and apply one coat of
primer to all site bolts, site bolted connections and site weld locations
and the paint work generally shall be left in sound condition for any
subsequent painting.
15.5.5 All paints and primers shall be of best quality and in original sealed
containers as packed by the paint manufacturer conforming to the
relevant Indian Standards and shall be procured directly from the
manufacturers. All paint to be used shall be stored under cover in such
conditions as will preserve it from extreme of temperature and the paint
shall be used and applied strictly in accordance with the manufacturer's
instructions.

15.5.6 In addition, the following specification shall apply to the shop painting of
contact and inaccessible surfaces:

 Surfaces to be painted shall be thoroughly cleaned from scale, rust,


dirt, grease etc. by means of sand/grit/shot blasting or other
equivalent means.

 Surfaces which are to be brought permanently into close contact or


made inaccessible either in the shops or upon erection shall, after
cleaning, be given two coats of Red Lead Priming Paint. The surfaces
shall be brought into contact while the paint is still wet.

 Contract surfaces in connection using High Strength Friction Grip


bolts shall not be painted or oiled and shall be free from dirt, loosed
190
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

scale, burrs, pits and any other defects which would prevent the solid
seating of the parts and would interfere with the development of
friction between them.

 All enclosed surfaces of box members shall be completely sealed by


oiling or by coating with approved bitumen paint and all such
members and tubes shall have their ends closed by suitable plates
welded in position.

15.5.7 Surfaces in contact during shop assembly shall not be painted. Surfaces
which cannot be painted, but require protection, shall be given a rust
inhibitive grease conforming to IS:958 (1975), or solvent deposited
compound conforming to IS:1153 (1975) or IS:1674 (1960), or treated as
specified in the drawings.

15.5.8 Surfaces to be in contact with concrete shall not be painted.

15.5.9 The Contractor shall take all precautions to prevent dust and dirt coming
in contact with freshly painted surfaces or with surface being painted.
The second coat of paint shall only be applied when the first coat has
dried.

15.5.10 Surfaces not in contact but inaccessible after shop assembly shall receive
the specified protective treatments before assembly.

15.5.11 Exposed machined surfaces shall be adequately protected.

15.5.12 A uniform film thickness of paint is to be ensured throughout the work.

15.5.13 Surfaces, which have not been shop coated, but require surface
treatment shall be given necessary surface preparation and coats at site
as specified in the painting system.

15.6 Erection & Site Work:


15.6.1 The Contractor shall be responsible for checking the alignment and level
of foundation and correctness of foundation bolt centers, well in advance
of starting erection work, and shall be responsible for any consequences for
non-compliance thereof. Discrepancies if any shall immediately be
brought to the
notice of the Engineer for his advice.
The structure should be divided into erectable modules as per the total
scheme. This should be pre-assembled in a suitable yard/platform and its
matching with members of the adjacent module checked by trial
assembly before erection.

Immediately prior to erection any rust in the paint area shall be removed
by power wire brushing to a standard equivalent to SA3.

15.6.2 During erection the rough handling of fabricated materials such as


bending, straining or pounding with sledges shall be avoided. Any damage
to the structure during transportation or erection shall be immediately
rectified by the Contractor at his own cost. The straightening of bend
edges of plates, angles and other sections shall be done by methods which
will not cause fracture.Following the completion of the straightening, the
surface of the member shall carefully be inspected for damage and got
approved by the Engineer before further use.

15.6.3 The Contractor shall be responsible for accurately positioning, leveling


and plumbing of all steelwork and placing of every part of the structure in
accordance with the approved drawings and to the satisfaction of the
Engineer. All stanchion base, beam and girder bearings etc. shall be
securely supported on suitable steel packs. All reference and datum points
shall be fixed near the work site for facilitating the erection work.

191
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

15.6.4 All equipment used by the Contractor shall be sufficient for the purpose
and for the erection of the steel work, in the time specified in the
contract. Any lifting or erecting machinery shall be to the approval of the
Engineer and shall be removed from the site if he considers such
appliances dangerous or unsuitable for their functions. The approval of
the Engineer shall not relieve the Contractor of the responsibilities for
the loads to which the erection equipment shall be called upon to carry.
Adequate arrangement shall be made to resist wind loads and lateral
forces arising at the time of erection.

15.6.5 The Contractor is entirely responsible for the stability of the structure
during erection and shall arrange that sufficient tack bolts, braces or guy
ropes are used to ensure that work will remain rigid until final bolting,
riveting or welding is completed. The Contractor shall supply and fix,
without extra charge, any temporary bracing which may be necessary.

15.6.6 All steelwork shall be erected in the exact position as shown on the
drawings. All vertical members shall be truly vertical throughout and all
horizontal members truly horizontal, fabrication being such that all parts
can be accurately assembled and erected. No permanent bolting, welding
or grouting shall be done until proper alignment has been obtained and
checked by the Engineer.

15.6.7 At stanchion splices and at other positions where concrete cover to the
steel is liable to be restricted, bolts will be placed with their heads on
the outside of the members.

15.6.8 All field assembly bolting and welding shall be executed in accordance
with the requirements for shop fabrication excepting such as manifestly
apply to shop conditions only. Where steel has been delivered painted
the paint shall be removed before field welding for a distance of at least
50mm on either side of the joints. The number of washers on permanent
bolts shall not be more than two for the nut and one for the bolt head.

15.7 Inspection:

15.7.1 The contractor shall inform the Engineer of the progress in fabrication
and as to when individual pieces are ready for inspection. All gauge
templates necessary to satisfy the Engineer shall be supplied by the
contractor. The Engineer may at his discretion check the results obtained
at the contractor's works by independent tests and should the material so
tested be found unsatisfactory, the cost of such tests shall be borne by
the contractor. During Inspection, the component/member shall not have
any load or external
restraint.

15.7.2 Structural steel and components viz., bolts, nuts, washers, welding
consumables, etc. should be tested for mechanical and chemical
properties as per the requirement of the relevant IS or any other specified
codes/standard.

15.8 Holding down and Anchor bolts:

15.8.1 The holding down and anchor bolts should conform to the requirements
laid down in IS:624 or as directed by the Engineer.

15.8.2 Installation: Individual bolts in groups of holding down bolts shall be


positioned accurately within a tolerance of +6mm. The bolts shall be set
vertically to a tolerance of not more than 1 in 250.

15.8.3 During the casting of concrete the contractor shall ensure that space
between the bolt and sleeves is kept clean after removal of shuttering.
The contractor shall provide and fix timber plugs to maintain this space
in a clean condition. The projecting threads of bolts shall be protected by

192
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

approved wrapping materials.

15.8.4 Grouting of bolt tubes shall be carried out after the steelwork or
equipment have been aligned, plumbed and leveled.

15.9 Tolerances:

15.9.1 All tolerances shall be in accordance with IS:7215 unless otherwise specified.
15.9.2 The maximum deviation for line and level shall be + 3.0mm for any part
of the structure including for location of column centers.
15.9.3 The maximum deviation from plumb for columns shall be +3.0mm in
10.0m height subject to a maximum of +6.0mm in a total height of 30.0m.
15.9.4 The deviation at the centre of the upper chord member from vertical
plane running through the centre of the bottom chord shall not be more
than 1/1500 of span but in no case more than 10.0mm. The lateral
displacement of top chord at centre of span form vertical plane running
through centre of supports shall not be more than 1/250 of the depth of
truss but in no case more than 20.0mm.
15.9.5 Tolerances for anchor fasteners shall be as specified by respective
manufacturers in their Technical and Specifications publication booklets.

16 LED Specification:

16.1
Color Cool White
Color Temp (K) 8000
Luminous 144
(Fluxc(Im/PCS))
Luminous per Watts 100
Power (w/module) 1.44
12V with CCR and with Over Load
Input Voltage (PCS) Technology

Following is the typical arrangement of the LED for one signage box of size
1200mm x 300mm x 130mm. Contractor should produce one sample according
to this and analyses LED requirement, and if any change should inform Maha-
Metro same to get approval and proceed manufacturing.

TYPICAL USE OF LED MODULES PER SIGNAGE


BOX
TOTAL TOTAL TOTAL 60Watts
BOX SIZE LED USED MODULES WATTS AREA ps
1200x300x130 LTMAZEXL655V00 18 26 3.5sq.ft 1

16.2 LED FLOOD LIGHT for outdoor Purpose.

Wattage 15W
Output 100 Lumens per Watt
Life Span 50000 Burning Hours
IP Rating IP 65
LED color White/Warm White
Material Die cast Aluminium

16.3 Contractors are expected to provide the standard warranty and the invoices
from the manufacturers covering all the lights and cables used.

193
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

17 Specifications for electrical works:

17.1 Wiring for Indoor Signs:

Illuminated direction and emergency signs

17.1.1 All lights mounted in an individual internally lit sign shall be switched ON
& OFF in group, through a switch and controlled through a M.C.B. (The
switches controlling circuits and M.C.Bs. are not in the scope of this
tender.) The wiring in the signage will be with FR Wires. The contractor
shall provide a Bakelite connector on each sign for connection to feeding
wire outside, which shall be extendable in flexible conduit up to a
distance of 2.0 M. from the sign. This extendable wiring shall either be
laid within the provision made in the supporting structure or in flexible
conduit.
For all the suspended and projected signs this provision shall be made
through one of the suspender or the connection member to the sign
respectively.

17.1.2 The contractor shall also ensure that all the connections inside the sign
are made through Bakelite connectors and thimbles & screws are used for
end terminations of wires. Thimbles wherever installed shall be properly
covered with insulated sleeves and no temporary taping is done at any
point. All the connectors shall be ISI marked.

17.1.3 All connectors and joints shall be mounted or fixed to the internal
structures of signs with insulating fixtures

17.1.4 The interconnecting wiring between light fixtures within the sign shall
not be less than 1.5 Sq.mm and shall be FRLS, PVC insulated 1.1 KV grade,
with multi- stranded copper conductor.

17.1.5 If specified - An earth terminal shall be provided on each of the lit sign
which shall be connected with the earthing conductor laid along with
incoming circuit wiring.

17.1.6 All wiring within the sign enclosure shall be covered with flexible
conduit which shall be properly fixed with clamps, saddles etc. in
such a way that no shadow is cast on the illuminated surfaces. In no
case any loose wiring shall be left inside the sign enclosure.

17.2 Wiring for Outdoor Signs : Totem sign


17.2.1 The pole box proposed within the stone pedestal of Totem sign at
entrances shall have provision of one SPN M.C.B. of 6A (10 KA breaking
capacity) for control / Isolation of incoming and outgoing cables / wires.
The wiring within the sign from pole box shall be provided by the
contractor which shall be of 2.5 sq.mm. FRLS, PVC insulated 1.1 KV
grade, with multi-stranded copper conductor for phase and neutral and
1.5 sq.mm. with solid copper conductor wire for earth. The incoming
cable up to pole box shall not be in the scope of this tender, but its
terminations shall be the responsibility of the contractor. An earth
terminal for connecting the earth wire shall be provided in the pole
box.
Pole box (junction box) shall be made out of polycarbonate/compressed
molded fiberglass polyester and designed to insulate and protect the
controller and component in outdoor/indoor application making it water
proof. It shall be Lockable with a universal lock/ quarter turn lock and
UV stabilized for outdoor usage. This Junction box shall have a front
openable hinged door provided with appropriate gasket And all metal
components/fittings should be non-corrosive made of brass to withstand
moist condition.

Station name
17.2.2 The Junction Control Box proposed for Station name sign on exterior
194
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

sign shall have provision of mounting 2 Nos. S.P. M.C.Bs. of 6A (10 KA


breaking capacity) for control / Isolation of incoming and outgoing cables
/ wires along with separate neutral link and earth link. This junction box
shall be of size 150x225x100 mm. Fabricated out of 16 S.W.G M.S. sheet
duly painted of same shade and as per specifications specified for
painting of structure. This shall have a front openable hinged door,
provided with Neoprene gasket and double screwed knobs for closing. The
complete junction control box shall be weatherproof and shall have
Index of Protection of I.P. – 53.

Two separate out-going circuits shall emanate from the Control Junction
Box. Each of them shall control 3 Nos. alternative luminaires by looping
the main circuit wiring. All the interconnecting wiring from junction
control box to luminaires shall be laid in Heavy Duty M.S. conduits. The
phase and neutral wires of each circuit shall be of size 2.5 sq.mm. FRLS,
PVC insulated 1.1 KV grade, with multi-stranded copper conductor and
earth wire shall be of 1.5 sq.mm. with solid copper conductor laid along
with circuit. The size of wire for looping at each luminaire shall not be
less than 1.5 sq.mm. FRLS, PVC insulated 1.1 KV grade, with multi-
stranded copper conductor for phase & neutral and 1.0 sq.mm. with solid
copper conductor wire for earth.

The M.S. conduits for wiring shall be properly fixed with clamps, saddles,
nut-bolts etc. The complete conduiting shall be duly painted as per
specified shade of the supporting structure. The jointing in the M.S.
conduit with T - Junction boxes, sockets, bends, etc. shall be done by
threading. All the threaded joints, outlets of wires etc. shall be sealed
so as to resist entrance of Moisture, Dust and Vermin’s etc.

17.3 Index of Protection:

Since most of the lights/ luminaries are to be installed within the signs the
following Index of Protection are proposed for different locations to ward off
ingress of dust, vermin and moisture :

1. Indoor signs - I.P. – 54


2. Lights fixtures for Outdoor signs - I.P. – 65
3. Pole Box - I.P. – 65

Test reports shall be produced at the cost of contractor.

17.4 List of Items (With Prior Approval of Employer/Engineer)

Item
Wires and Cables
Luminiares
Lighting Electronics/Ballasts
Lamp Holder & Support
Bracket
M.C.B.

17.5 Typical Items use in signing

Item Code/ Specific No.


20A LED 240 W
5A LED 60 W
Electronic Ballast Appropriate for the above
Connectors 5/20 ISI mark and approved by Employer / Engineer
Amp.

195
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Junction box Polycarbonate/ compressed molded fiberglass


polyester

 ISI marked connectors shall be used


 Switch boxes etc. shall be got fabricated at approved workshops only
 The tenderer shall quote a specific make from approved make above, in absence
of this Information, the tenderer will be asked to supply first approved material.
 For items not covered in the above list, the sample shall be got approved
by The Engineer-In-Charge. Makes offered should comply with technical
specification of tender.

 Glass
Glass used for signages shall be laminated safety glass as per the specifications
for fire exit signs Approved make shall be duly approved based on a sample
presented to Employer/Engineer

18 CONCRETE WORKS

18.1 General
These specifications shall be read in conjunction with the CPWD specifications
1996 and other relevant specifications described in the Section 1 of these
Specifications. Relevant IS and BIS codes will have to be referred to for detailed
specification of concrete work.

18.2 Blending of aggregates


In order to obtain optimum workability, individual aggregates of nominal size
20mm, 10mm, 4.75mm and 2.36mm will be blended in such a way that the
grading curve for all in aggregates will be a smooth curve from size 0.15mm to
25mm falling within the established envelop grading curve. Contractor shall
establish envelop grading curve for each grade of concrete for given maximum
size of aggregates and get it approved by Engineer before finalizing the mix
design.

18.3 Grade of Concrete:


The concrete is designated as follows:
Concrete M 25
The letter M refers to the mix
The number 25 represents the characteristic compressive strength of 15cm
cubes at 28 days in MPa (Mega Pascals: 1 Mpa : 10 kg/cm2 approximately). M25
concrete thus has a characteristic strength of 250 kg/cm2. Other design mixes
will also be denoted in same way.

18.4 Mix Design:


It is the complete responsibility of the Contractor to design the concrete mixes
by approved standard methods and to produce the required concrete
conforming to the specifications and the strength, workability requirements
approved by the Engineer.

The approved mix design will contain strength requirements, grade of concrete,
type of cement, maximum size of aggregates, workability, quality of water and
admixture, if allowed.

Mix Design once approved must not be altered without prior approval of
Engineer. However, should the contractor anticipate any change in quality of
future supply of materials than that used for preliminary mix design, he should
inform the Engineer quite in advance and bring fresh samples sufficiently in
advance, to carry out fresh trial mixes. Design mix will indicate by means of
graphs and curves etc., the extent of variation in the grading of aggregates
which can be allowed.
Limits of Water and Cement
196
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Contents Maximum
water/cement ratio
For RCC members - 0.45
Cement Content
Cement content in concrete shall not be less than 380 kg/ cum for RCC under
normal exposure. Ordinary Portland cement (OPC) of 43 and 53 grade
conforming to IS: 8112 and IS: 12269 respectively shall be used. However, for
nominal mixes, CPWD specification and DSR will be followed. The requirement
of the relevant codes, standards and directions of the Engineer shall be
followed.

18.5 Finishes:
Unless otherwise instructed the face of exposed concrete placed against
formwork shall be rubbed down immediately on removal of the formwork to
remove irregularities. The face of concrete for which formwork is not provided
other than slabs shall be smoothed with a float to give a finish equal to that of
the rubbed down face, where formwork is provided. The top face of a slab which
is not intended to be covered with other materials shall be leveled and floated
to a smooth finish at the levels or falls shown on the drawings or as directed.
The floating shall be done so as not to bring an excess of mortar to the surface
of the concrete. The top face of a slab intended to be surfaced with other
material shall be left with a spaded finish. Faces of concrete intended to be
plastered shall be roughened by approved means to form of a key.

18.6 Grouting of base plates & bolt holes:


Mixing:
Dry grout should be mixed in a mechanical mixer: the conventional
200/400-litre capacity concrete mixer can be used to mix four bags of
dry grout;
alternatively, paddle type mortar mixers can be used. The quantity of
grout to be mixed at one time should not exceed that amount which
can be placed in approximately 10 to 15 minutes.

Cleaning and preparation of the surface:


The base concrete should be clean and strong, and its surface should be
properly hacked; all dust should be removed suction or compressed air.
The surface should be thoroughly wetted with water for several hours.
Before the grout is poured, all free water should be removed and the flat
surfaces coated with thin cement slurry.
Curing:
The grout should not dry out where external restraint is provided in the
form of form-work, the top opening and all stray openings should be
covered with wet sack for at least 7 days.

18.7 Reinforced Concrete

18.7.1 Materials:
Formwork shall be of timber, plywood (including marine plywood), steel
or any other suitable material capable of resisting damage to the
contact faces under normal conditions of erecting forms, fixing steel
and placing concrete. The selection of materials suitable for formwork
shall be made by the Contractor based on the quality consistent with
the specified finishes and safety. For designated areas prominently in
public view such as piers, caps, portals, viaduct, parapets etc.,
preferably steel shuttering will be used. Material shall be approved by
the Engineer before erected at site. However, the choice of material
shall be decided by the Engineer. The entire responsibility of planning,
designing, erection, dismantling, shifting and safety of false work lies
with the contractor.
All formwork supports (centring, props, scaffolds etc.) shall only be in
structural steel and preferably of pipes conforming to IS:806, IS:1161,
IS:1239, IS:2750. Wooden ballies shall not be permitted as
props/formwork supports. All props shall be properly braced using x &
197
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

k bracings.

18.7.2 Timber:
Timber used for formwork shall be easily workable with nails without
splitting. It shall be stable and not liable to warp when exposed to sun
and rain or wetted during concreting.

18.7.3 Plywood:
Plywood used for formwork shall be minimum 12 mm thick. Shuttering
quality plywood complying with IS:4990 and of make approved by the
Engineer. Suitable stiffeners and walkers shall be provided depending
on the shuttering design.

18.7.4 Steel:
Steel formwork shall be made of minimum 4 mm thick black sheets
stiffened with angle iron frame made out of M.S. angles 40 mm x 6 mm
supported at suitable spacing.

19 Powder Coating

19.1 Powder coating on Aluminum Plates

19.1.1 Wherever specified the aluminum plates shall be coated in approved


colour and shade with pure polyester powder of Berger / Interpon /
Asian Paints / Nerocoat or equivalent to a minimum thickness of 75
microns.
19.1.2 The pure polyester powder coating shall be got executed from
specialized agency.
The pure polyester powder shall have following properties:-
 Free Flow-ability : Satisfactory
 Particle size : < 50-70 microns suitable for
electrostatic spray.
 Specific gravity : 1.1 to 1.5 depending on the colour.
 Shelf life : 6 months.
 Stoving Schedule : 2000 C for 10 mins. (metal temp.)
 Test Certificates from approved laboratory for the
representative samples shall be submitted by the Contractor.
Testing will be done in presence of Employer’s representatives
at the cost of contractor.

19.1.3 The curing schedule shall be as specified by the manufacturer of pure


polyester powder.

19.1.4 The properties of cured powder films shall be:-


 Scratch hardness: Equal to or more than 4 Kg.
 Impact resistance: Min 150 Kg cm
 Pencil hardness: 3H to 4H
 Salt spray resistance: 500 Hrs.
 Water soak at room temperature: No change after 500 Hrs.
 Detergent resistance: No attack after 500 Hrs.
 Cross Hatch adhesion: GT= O (ASTM D-3359)
 Cured Film thickness: Min 75 microns.

19.1.5 Tests for properties of cured film as given above shall be


carried out at frequency specified in relevant IS/BS/ASTM
codes or as specified by the Employer / Engineer.
19.1.6 The surface of aluminum shall be prepared and pretreated as
follows before powder coating:-

198
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

 Removal of all foreign matter.

 Chromatisation of aluminum surface as specified by the


manufacturer of pure polyester powder by at least a five
stage process consisting of alkali degrease, rinse and
chromate conversion followed by two rinses. The
chromate coating and alkali degrease shall be as per
requirement of the pure polyester powder manufacturer.

 Proper curing at required temperature shall be done for


specified time period so as to achieve the desired
properties.
19.1.7 The pure polyester coated surface shall be of uniform texture, colour
and gloss and shall be free from cracks, warps and other
imperfections.
19.1.8 The pure polyester powder is to be used within its shelf life from
the date of manufacturing as specified by the manufacturer.

19.2 Powder coating on M.S-CRCA MILD Steel, Aluminum.


19.2.1 Wherever specified the M.S mild Steel plates and sections shall be
coated in approved colour and shade with pure polyester powder of
Berger/Interpon/Asian paints /Nerocoat or equivalent to a
minimum thickness of 75 microns.
19.2.2 The pure polyester powder coating shall be got executed from
specialized agency as given in 19.1.2 to 5, 19.1.7 and 8. edit as per
number in Aluminum above
19.2.3 The surface of steel shall be prepared and pretreated as follows before
powder coating:-
 Removal of all foreign matter.
 Low weight Zinc Phosphate conversion treatment of M.S and
CRCA mild Steel surface as specified by the manufacturer of
pure polyester powder by at least a seven stage process
consisting of oxide and scale removal, alkali degrease, rinse
twice and Zinc Phosphate conversion treatment followed by
two rinses. The Zinc Phosphate conversion treatment and
alkali degrease shall be as per requirement of the pure
polyester powder manufacturer. Last wash shall be from
diluted acid and immediately after that powder coating
process shall be started without wasting much time.
 Proper curing at required temperature shall be done for
specified time period so as to achieve the desired
properties.

19.2.4 The pure polyester coated surface shall be of uniform texture, colour
and gloss and shall be free from cracks, warps and other imperfections.
20 Galvanizing
Galvanizing, wherever specified, shall be minimum 80 microns thick and shall
conform to IS-4759.

21 Polyurethane Painting

21.1The Polyurethane painting, wherever specified, shall conform


to CPWD Specifications 1996, volume I – VI), relevant IS codes
and standard specifications.
21.2 PU paints matched to shades as per colour specifications shall be
of Asian paints/ Berger/Kansai Nerolac or equivalent.
21.3 PU paint applications shall be done in following steps or as instructed
by each manufacturer.
 Surface cleaning: Remove grease, oil and other contaminants by using a
degreasing solvent using mechanical tools. Ensure that all the dust particles
199
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

are removed by suction or air blast and surface is fully dry and cleaned.
 Application of primer: Stir the components thoroughly and then mix base
and catalyst in proportions by volume as instructed in the product
specifications to uniform consistency. Avoid agitation of mixing. Add 10 %
thinner immediately before application. However additional thinner may be
added if required to achieve a good workability. For Airless spray use any
standard equipment having pump ratio 45:1.This requires an over coating
interval of minimum one over night and a dust free environment.

 Application of the final finish: Stir the base thoroughly and then mix base
and catalyst by volume as instructed in the product specifications to uniform
consistency. Allow the mixture to mature for 30 minutes and stir again before
use and application. Apply using a conventional spray. Add 10 % thinner
depending on conditions. Use any standard equipment at an atomizing
pressure of 3.5 – 4.9 kg/cmsq. Two coats could be applied for a good result.

 Contractors are expected to provide the standard warranty and the


invoices from the manufacturers.

22 Approved Granite Stone

22.1 Stone is used as pedestals for all the exterior post mounted signs.
The stone shall be locally procured dressed at factory and brought to
site.

22.2 Proper cares shall be taken while transportation to avoid chipping, cracking.

22.3 A sample of stone shall be shown and approved by the Engineer-in-charge.

22.4 All stone used shall be free from cracks, quarrying


holes and a damaged piece shall be entirely replaced
and not joined at the site.

22.5 Substitute to this, Pre-Cast Concrete Blocks can be used, with pre-
approval from GC/Maha-Metro.

23 EPDM Gasket

Description: Ethylene Propylene Diene Monomer in the form of a strip with


required thickness. This This could be glued to one surface. The gasket would get
compressed in between two surfaces and gives the right sealing.

EPDM gaskets manufactured by Hanu Industries/Anand Lescuyer/Tremco or


equivalent shall be used.

24 Mechanical Fasteners

Dash Fasteners of required diameter and length manufactured shall be provided


by the prior approval of Employer/Engineer.

25 Scroller signs

25.1 This is a backlit sign that displays many images or frames in a single
sign. The images are printed on a polyester scroll and then attached to
a scrolling spool system that displays each image for a customer-
determined amount of time that is easily set using the scrolling system
controller. Images can be advanced consecutively in both scroll
directions, or they can be displayed consecutively and rewound to the
beginning and displayed again and again, either in landscape or portrait
mode
200
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

25.2 These displays are equipped with an internal controller that allows the
display time for the frames to be adjusted. There are also manual
controls that allow the frames to be displayed in a static position if
desired. An optional remote control is available for even more
flexibility.
25.3 They can be wall mounted or attached to a floor stand.
25.4 They come in different standard sizes on to which the required graphic
could be incorporated.
25.5 Screen Motion display

26 Photoluminescent signs

All Photoluminescent signs shall be procured from specialized agency


providing signs with following specifications but not limited to:

26.1 Water proof Non corrosive (Tested as per IMO Specifications)


26.2 Withstand temperatures from 300 C up to 650 C.
26.3 Non corrosive (Tested as per IMO Specifications).
26.4 Tested to ASTM G53-88 Standard (Accelerated UV weathering test)
26.5 Non reactive to Dilute Alkalis and Acids.
26.6 Glow time in-excess of 2 mcd/m2 after 60 minutes
26.7 UV-stable and weather-resistant for outdoor applications.
26.8 Ability to absorb energy from almost any light source
(sunlight, fluorescent, incandescent) and then to emit
light when ambient darkness occurs.
26.9 The light produced is yellow-green in color and is highly visible, lasting up
to 10 hours.

27 Signage Fixings

27.1 Suspended Signs.

27.1.1 Suspender have been designed for 2 levels for all signs mounted with
bottom at 2.4 m above floor
 Smaller lighter suspenders for all signs with fixings to a maximum
of 1.8m, and
 Heavier suspenders fixing to the lighter suspenders to reach
beyond 1.8 up to 3.5m.

27.1.2 This suspender arrangements cover almost all the situations inside
stations up to a clear height of 6m for suspending the sign. A sign with
suspenders beyond 3.5m will not be installed as suspended signs and will
be changed to a projected or post-mounted sign. Any situations observed
by the contractor shall be brought to the notice of Employer/Engineer
and prior approval shall be taken before any variation in fixing is done.

27.1.3 The quoted rates of contractor for the suspended signages shall be for
suspending the specified suspenders from any medium, RCC Beams/Slabs,
and Structural Steel Sections of any shape and size etc.. Nothing extra
whatsoever shall be admissible on this account.

27.1.4 In BOQ 1 and 2 suspenders of length 2m suspenders have been calculated


for each sign. Payment for this item will be done after deducting or
adding to this quantity based on calculating the suspender lengths of
installed signs.
The contractor has to quote for per running meter of both the heavy and
light suspenders.

27.1.5 Nothing extra whatsoever shall be admissible for any variations in the
lengths and all necessary erection arrangements from site to site for
installation of signs.

201
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

27.2 Post mounted signs

27.2.1 These signs will have a dedicated special structure and will be calculated
per unit for fixing at the location. Height variations will not happen
beyond the drawings shown.

27.2.2 The quoted rates of contractor for the Post mounted signs shall be for
erection of the post mounted signs on base/floor of any medium, RCC or
CC floor etc. with or without floor finishes of any type. Nothing extra
whatsoever shall be admissible on this account for arrangements for
fixing signs form site to site.

27.3 Face fixed Signs

27.3.1 The quoted rates of contractor for the Face fixed. signages shall be for
face mounting the signs at all heights and to any medium, RCC
Beams/Slabs or Brick Wall etc. with or without cladding. Nothing extra
whatsoever shall be admissible on this account.

27.3.2 Nothing extra whatsoever shall be admissible for any variations of the
required face fixing arrangements from site to site of work.

27.3.3 Variation will be admissible only in case of being asked to fabricate and
fix a new fixing bracket in place of the bracket fabricated as per the Good
for Construction drawings included in Tender Documents. Variation of
amount in this case will be mutually decided and approval of the
Employer/Engineer will be obtained before fabricating such brackets.

27.4 Projection signs

27.4.1 The projected signs are fixed using projected bracket fixed to the wall or
column with a length proportional to the sign length. The contractor has
to quote for each bracket separately as described in the BOQ.
27.4.2 The quoted rates of contractor for the projected signs shall be for each
length of bracket separately at all heights and to any medium RCC
Beams/Slabs or Brick Wall etc. with or without cladding. Nothing extra
whatsoever shall be admissible on this account.

27.5 Special mounting for signs

27.5.1 There will be few situations where the details are not provided for fixing
or a special customized detail has to be made for the sign to fix to specific
beams, columns etc. in such cases, the contractor will check the site
condition, workout a detail for the fixing in consultation with SGDC and
get is approved with the Employer/Engineer. The contractor has to quote
a rate per Kg of MS used including providing, fabricating, finishing
complete with all accessories like nuts,
bolts, washers and props etc used at site for installation of the bracket
fixing the sign.

27.5.2 The BOQ provides an Item to quote a Unit Rate for fabricating customized
fixings for signs. such a rate will be considered for Variation will be
admissible only in case of being asked to fabricate and fix a new fixing
bracket in place of the bracket fabricated as per provided a customized
Good for Construction drawings provided by the Employer/Engineer.
Variation of amount in this case will be mutually decided and approval of
the Employer will be obtained before fabricating such brackets.

202
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project

TENDER NO.
P1 Misc-28/2022

PART II: WORK REQUIREMENTS


SECTION – VII – C
IT- 5D BIM

203
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART- III
CONDITIONS OF CONTRACT AND CONTRACT FORMS
SECTION - VIII
GENERAL CONDITIONS (GC)

204
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

GENERAL CONDITIONS OF CONTRACT

The General Conditions governing this Contract shall be the Conditions of Contract for Plant
and Design-Build Projects, First Edition 1999 prepared by the Federation Internationale des
Ingenieurs-Conseils (FIDIC). It is also called the FIDIC Yellow Book.

The General Conditions of Contract (GCC) are supplemented with the Particular Conditions
of Contract (PCC) by the wherein reference to the numbering of the Clauses in GCC is given,
so that the GCC and the PCC together comprise the rights and obligations of the parties. In
the case of any discrepancy between the conditions contained in the GCC and the PCC, the
conditions contained in the PCC shall prevail over that of the GCC.

As the Contractor is deemed familiar with this General Conditions of Contract, no copy will
be attached to the Tender / Contract Documents.

205
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART-III
CONDITIONS OF CONTRACT AND CONTRACT
FORMS
SECTION-IX
PARTICULAR CONDITIONS (PC)

206
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Section IX. Particular Conditions (PC)

The following Particular Conditions shall supplement the GC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GC.

Part A - Contract Data

SR No Conditions Sub- Data


Clause

1 Employer’s name 1.1.2.2 & Maharashtra Metro Rail Corporation Limited, Pune
and Metro Rail Project 101, The Orion, Opposite Don
1.3 Bosco Youth Centre, Koregaon Park, Pune - 411001
address

2 Engineer’s name 1.1.2.4 & Employer will nominate


and
1.3
address

3 Bank’s name 1.1.2.11 Not Applicable.

4 Borrower’s name 1.1.2.12 Maharashtra Metro Rail Corporation Limited


through Government of India and Government of
Maharashtra.

5 Time for 1.1.3.3 Refer to Table: Summary of Sections below


Completion

6 Defects 1.1.3.7 24 months from the date of issue of Taking Over


Notification Period Certificate for the whole of the Works.
(Defect Liability
Period)
During the Defects Liability Period the Contractor
shall provide, free of cost, competent and skilled
personnel as stated under Part 1 – Section III - 3.6
Personnel and maintain adequate stock of spares
so as to promptly fulfil his obligations during the
Defects Liability Period as laid down in GCC and
Works Requirements

7 Sections 1.1.5.6 Refer to Table: Summary of Sections below

8 Country 1.1.6.2 India

9 Site 1.1.6.7 Pune, Maharashtra

10 Electronic 1.3 Electronic transmission shall be in the form of


transmission scanned original documents. In case of Price Bid,
only the format in the commercial section of the
systems
Bid is to be filled up online.

207
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

11 Governing Law 1.4 Acts and Laws of India

12 Ruling language 1.4 English

13 Language for 1.4 English


communications

14 Contract 1.6 Signing of the Contract by the Employer is subject


Agreement to provision of a compliant Performance Security
by the Contractor

15 Care and Supply of 1.8 Documents to be supplied by the Contractor or


the Employer under the Contract shall also be
Documents
provided in digital form.

17 Inspections and 1.15 The Bidder/Contractor grants the Employer, the


Audit by EIB and auditors appointed by either of them, as
well as any authority or European Union
the Bank
Institution or body having competence under
European Union law, the right to inspect and
copy the books and records of the bidder,
contractor, supplier or consultant in connection
with any Bank-financed contract.

18 Time for access to 2.1 Refer to Table: Summary of Sections below


the Site

19 Engineer’s Duties 3.1 The Engineer shall obtain the specific approval
and of the Employer before taking the following
actions:
Authority
[The Employer may decide to limit the
authority of the Engineer by selecting one or
several of the options below:]
 issuing a Variation for substantial technical
modifications, increase of the Accepted
Contract Amount or extension of time;
 proceeding to Determination under clause 3.5
of the GCC;
 issuing Interim Payment Certificate under
clause 14.6 of the GCC; and
 issuance of a Taking over Certificate under
clauses 10.1 and 10.2 of the GCC.

20 Delegation by the 3.2 Delegation by the Engineer is subject to the


Engineer provisions of the Contract between the
Employer and the Engineer

21 Contractor’s 4.1 4.1 The Contractor shall provide the following


General documents as part of the Contract:
Obligations  shop drawings to be approved by the Engineer
prior to starting the Works;
 as-built drawings to be approved by the
Engineer prior to taking over of the Works; and
 operation and maintenance manuals.

208
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

22 Performance 4.2 The performance security will be 3% (three


Security percent) of the Accepted Contract Amount and in
the same currency(ies) of the Accepted Contract
Amount. This performance security will be in the
form of a demand guarantee i.e. Bank
Guarantee issued from a scheduled
commercial bank of Indian or foreign origin
having business office in India and in the same
currency(ies) of the Accepted Contract
Amount.
In the event of variations during the execution of
the contract, which result in payments to the
Contractor over and above the contract price,
the Performance
Security shall be adjusted in accordance with
clause 4.2 of GC.

The performance security amount will be


progressively decreased and finally released as
under:
 1. up to 30% reduced when the whole Works is
commissioned
 2. a further 30% reduced on completion of 50% of
DLP period i.e. 12 months from the date of issue
of Taking Over Certificate for whole works
 3. the balance 40% shall be released as provided
for in GC Clause 4.2

23 Contractor’s 4.3 Prior consent of the Employer is required for


Representative replacing the Contractor’s Representative

24 Subcontractors 4.4 Prior consent of the Employer is required for


other proposed Subcontractors.

25 Progress reports 4.21 Refer to Works Requirements – General


Specifications

26 Normal working 6.5 The Contractor, if required, shall carry out work
hours during night hours or in shifts. The Contractor
shall not be entitled to any increase in the
Accepted Contract Amount on account of
night/shift working

27 Testing 7.4 The Engineer shall give the Contractor not less
than one (1) working day notice of the Engineer’s
intention to attend the tests.

28 Commencement of 8.1 The Commencement Date shall be: Date given in


Works LOA or Employer's Notice to Proceed

29 Extension of time 8.4 Granting any extension of time is subject to the


Engineer’s determination in accordance with
sub-clause 3.5 – Determinations.

30 Delay damages for 8.7 & (a) 0.05% of the original Contract Price per
the calendar day of delay of each Key Date.
14.15(b)

209
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Works
(b) There is no maximum limit in levy of LD for
delays in individual Key Dates. However,
maximum limit for cumulative LD for complete
Contract shall not exceed 10% of the final
Contract Price.

31 Maximum amount 8.7 10 % of the final Contract Price.


of delay damages

32 Measurement and 12 Shall be done and certified by Engineer.


Evaluation

33 Right to Vary 13.1 Additional work, plant, material or services not


related to the Permanent Works shall not be
entitled to a Variation.

34 Variation 13.3 Prior consent of the Employer is required on any


Procedure proposed Variation issued for substantial
technical modifications, additional cost or
extension of time. Such Variation shall be
consolidated in a signed Amendment to Contract.

Payment for works in quantities or amount which


exceed the initial quantity or amount for a Bill of
the Bill of Quantities or for a Schedule of the
lump sum price shall require a signed Amendment
to Contract, unless using Contract provisions for
Contract Contingencies, Provisional Sums or
Daywork.

Last sentence of sub-clause 13.3 is deleted and


replaced by: Upon instruction of approving a
Variation, the Engineer shall proceed in
accordance with Sub-Clause 3.5 to agree or
determine adjustments to the Contract Price and
to the schedule of payments under Sub-Clause
14.4. These adjustments shall include reasonable
profit and shall take account of the Contractor’s
submissions under Sub-Clause 13.2 if applicable.]

35 Provisional Sums 13.5(b)(ii) Not applicable

36 Adjustments for 13.8 Refer PC Part B – Clause no. 45


Changes in Cost

37 Contract Price 14.1 (a) No change

14.1(b) The following taxes, duties and fees exemptions


apply to the Contract: Refer PC Part B – Clause
No.46

14.1(d) If requested by the Engineer, the breakdown of


all unit prices shall also be submitted by the
Contractor within 28 days from the
Commencement Date.
Refer PC Part B – Clause No. 46

210
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

38 Total advance 14.2 Deleted


payment
Deleted
39 Repayment 14.2(b)
amortization
rate of advance
payment

40 Percentage of 14.2 0% (Zero percentage)


Retention

41 Limit of Retention 14.2 The aggregate amount of the Performance


Money Security and the Retention Money shall not
exceed 3% (three percent) of the Accepted
Contract Amount

42 Plant and Materials 14.5(b)(i) Not applicable

14.5(c)(i) Not applicable

43 Minimum Amount 14.6 No restriction


of
Interim Payment
Certificates

44 Payment 14.7 The Employer shall pay to the Contractor the


amount certified in each Interim Payment
Certificate.
Payment to the Contractor of the amounts due in
each currency shall be made into the following
bank accounts:
[insert bank account details at the time of
contract signing]

45 Publishing source 14.8 As provided for in PC Part B– Clause No.49


of commercial
interest rates for
financial charges in
case of delayed
payment

46 Currencies of 14.15 The Contract Price shall be paid in the


Payment currency(ies) named in the Contract.

48 Insurance cover for 18 100% of the Total Contract Price


Contractor's All
Risk and other
requirements as
specified in the GC

49 Periods for 18.1


submission of
insurance:
14 days from Commencement Date
a. evidence of
insurance. 28 days from Commencement Date
b. relevant policies

211
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

50 Minimum amount of 18.3 INR 0.50 Million for any one incident, with no. of
third party incidents unlimited
insurance

51 Amount of 18.4 (PC) AOA (any one accident) limit equal to 6% of the
Professional Contract Value with AOY (any one year) limit of
2 incidents in a year. In the Professional
Indemnity Insurance
Indemnity Insurance Policy the deductible
(PII)
amount shall not be more than 5% AOA limit. All
Policy shall be obtained within Four weeks from
'date of commencement' and shall be valid for
five years after date of issue of 'Performance
Certificate' or 3 years after commencement of
commercial train operations whichever is later.
Wherever the Contractor submits policy for
shorter period / annual renewable policy, the
same shall be renewed before its expiry date. In
such situation, the performance guarantee shall
be retained till required validity period. The
Contractor's submission of such shorter period /
renewable policy shall be construed as their
irrevocable consent for retention of the
performance guarantee.

52 Termination, 19.6 Determination by the Engineer shall be done in


Payment and accordance with sub-clause 3.5 Determination.
Release

53 Date by which the 20.2 Not Applicable. Dispute resolution shall be by


Dispute Board shall Arbitration Act 1996 & further amendments time
be appointed to time.

54 The Dispute Board 20.2 Constitution of Dispute Board is not applicable in


shall be comprised this Contract. The Disputes may be resolved by
of ADR methods i.e. mutual
settlement/negotiations etc. Dispute resolution
shall be by Arbitration Act 1996 & further
amendments time to time.

55 List of potential 20.2 Not applicable. Dispute resolution shall be by


Dispute Board sole Arbitration Act 1996 & further amendments time
to time.
members

56 Appointment (if not 20.3 After failure of negotiation / conciliations of


agreed) to be made mutual settlements the issues may be referred
by for arbitration.

57 Rules of 20.6(a) The Rules of Arbitration are in accordance with


arbitration the Arbitration and Conciliation Act 1996 &
further amendments time to time.

20.6(b) Place of Arbitration : Pune

58 Failure to Comply 20.7 Constitution of Dispute Board is not applicable in


with this Contract. The Disputes may be resolved by
ADR methods i.e. mutual
Dispute Board’s
settlement/negotiations etc.
Decision

212
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

59 Contractor’s Claims 20.1 Determination by the Engineer shall be done in


accordance with sub-clause 3.5 Determination.

213
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Table-1: Summary of Sections (KEY DATES)

Time of
Sr.
Key Date Item Description Completion
no.
from LOA
1 Submission of Station specific Signange Design
KD-1 Drawings and art work (graphics) schedules for 2 weeks
stations
2 Submitting all the material samples and
KD-2 3 weeks
Construction Schedule
3 Approval on all signage samples and shop 5 weeks
KD-3
drawings
Installation of 100% Signage and Graphics Completion
4 KD-4 First Two Stations including street level Signages 8 weeks
5 KD-5 Next Two Stations including street level Signages 9 weeks
6 KD-6 Next Two Stations including street level Signages 10 weeks
7 KD-7 Next Two Stations including street level Signages 11 weeks
8 KD-8 Multi Modal Signages at all the Stations 16 weeks

9 Commissioning of signages and handoverat all 4 months


KD-9
stations
Notes regarding Changes in Key Dates
1. The Key Dates and Access Dates indicated above have been identified on the basis of
discussions with various groups and agencies involved in the Project. Special attention
is drawn to the following facts with respect to the possible changes in the Key Dates
and Access Dates.
2. It is essential that the Contractor shall achieve the identified work by the specified Key
Date mentioned against it, failing which Liquidated Damages shall become leviable as
set out in the Contract.
3. The Access Dates are dependent on the other agencies e.g. civil contractor etc. involved
in the project. The Contractor shall interface and maintain a close liaison with other
agencies for timely availability of the access. In case the Contractor finds that there is
slippage and the likely Access Dates may not be adhered to, the Contractor shall inform
the Employer well in advance for the likely delays in access to site.
4. The Employer will, on his part, make all efforts to provide the Contractor with access
to information as well as to various locations at stations in stages, in order to
plan/execute his activities for time-bound completion of his obligations under the
Contract, as per the Access Dates mentioned above. If, however, due to any reasons,
the Employer is not in a position to provide access or shared access in these
circumstances and based on the information provided by Contractor vide point no.
3, will inform the Contractor about the proposed revised Access Dates. The Contractor
shall suitably make necessary changes in his Work Program and shall make all out efforts
so that, irrespective of the revised Access Dates, the concerned Key Dates are adhered
to.
5. Where Access Dates overlap, the Contractor shall ensure that there are sufficient
resources to meet the Key Dates.

Notes regarding Key Dates


1. The achievement of a Key Date shall be subject to issue of “No Objection” from the
Employer’s Representative upon notice of completion of each KD by Contractor.
2. Failure to meet any Key Date, Liquidated Damages (LD) will be imposed at a rate of
0.05% of the balance value of contract amount (to be executed) per week of delay
reckoned from the stipulated date of completion of each KD.
3. All LD put together is subjected to a maximum of 10% of accepted contract amount.

214
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

4. Any imposition of LD on account of delay in any Key Date (KD) will be waived and LD
amount if deducted will be returned (without interest) provided the Contractor is able
to accomplish the “successive key date (KD)” along with the immediate preceding
delayed Key Dates.
5. These penalties shall not relieve the Contractor from his obligation to complete the
works or from any other obligations and liabilities under this contract.
6. Payment shall be made as per actual measured quantity of executed work, meeting the
specifications & quality standards, acceptable to Engineer. The billing cycle shall be
monthly or as agreed by Engineer.

215
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Part B - Specific Provisions

1 Sub-Clause 4.1 (d) The following is added to the existing clause:

The Contractor shall prepare, and keep up-to-date, a


complete set of "as-built" records of the execution of the
Works, showing the exact "as-built" locations, sizes and details
of the Works as executed, with cross references to relevant
specifications and data sheets. These records shall be kept on
the Site and shall be used exclusively for the purposes of this
Sub-Clause. Six copies shall be submitted to the Engineer prior
to the commencement of the Tests on Completion.

In addition, the Contractor shall prepare and submit to the


Engineer "as-built drawings" of the Works, showing all Works
as executed. The drawings shall be prepared as the Works
proceed and shall be submitted to the Engineer for his
inspection. The Contractor shall obtain the consent of the
Engineer as to their size, the referencing system, and other
pertinent details.

Prior to the issue of any Taking Over Certificate, the


Contractor shall submit to the Engineer one microfiche copy,
one full-size original copy and six printed copies of the
relevant "as-built drawings", and any further Construction
and/or Manufacture Documents specified in the Works
Requirements. The Works shall not be considered to be
completed for the purposes of Taking Over under Clause 10
until such documents have been submitted to the Engineer.

Prior to commencement of the Tests on Completion, the


Contractor shall prepare, and submit to the Engineer,
Operation & Maintenance Manuals in accordance with the
Works Requirements and in sufficient detail for the Employer
to operate, maintain, dismantle, reassemble, adjust and repair
the Works. The Works shall not be considered to be completed
for the purposes of Taking Over under Clause 10 until such
Operation and Maintenance Manuals have been submitted to
the Engineer and received his consent.
The Operation and Maintenance Manuals and drawings
submitted by the Contractor shall, if required, be updated by
him during the Defects Notification Period and re-submitted
for review and acceptance by the Engineer.

2 GC Sub-Clause 4.2 Replace the GC Sub-Clause 4.2 with the provisions as under:
Performance
Security The Contractor shall obtain (at his cost) a Performance Security
for proper performance, in the amount stated in the Contract
Data and denominated in the currency(ies) of the Contract or
in a freely convertible currency acceptable to the Employer. If
an amount is not stated in the Contract Data, this Sub-Clause
shall not apply.

The Contractor shall deliver the Performance Security to the


Employer within 28 days after receiving the Letter of
Acceptance and shall send a copy to the Engineer. The
Performance Security shall be issued by a scheduled
Indian/Foreign bank in India acceptable to the Employer and

216
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

shall be in the form annexed to the Particular Conditions, as


stipulated by the Employer in the Contract Data, or in another
form approved by the Employer.

The Contractor shall ensure that the Performance Security is


valid and enforceable until the Contractor has executed and
completed the Works and remedied any defects. If the terms
of the Performance Security specify its expiry date, and the
Contractor has not become entitled to receive the
Performance Certificate by the date 28 days prior to the expiry
date, the Contractor shall extend the validity of the
Performance Security until the Works have been completed
and any defects have been remedied.

The Employer shall not make a claim under the Performance


Security, except for amounts to which the Employer is entitled
under the Contract.

The Employer shall indemnify & hold the Contractor harmless


against and from all damages, losses and expenses (including
legal fees and expenses) resulting from a claim under the
Performance Security to the extent to which the Employer was
not entitled to make the claim.

The Employer shall return the Performance Security to the


Contractor within 21 days after receiving a copy of the
Performance Certificate.

Without limitation to the provisions of the rest of this Sub-


Clause, whenever the Engineer determines an addition or a
reduction to the Contract Price as a result of a change in cost
and/or legislation, or as a result of a Variation, amounting to
more than 25 percent of the portion of the Contract Price
payable in a specific currency, the Contractor shall at the
Engineer's request promptly increase, or may decrease, as the
case may be, the value of the Performance Security in that
currency by an equal percentage.

3 Sub-clause 4.2A Guarantees, Warranties and Undertakings


(new subclause)
Within 30 days of the date of Letter of Acceptance of the Bid,
the Contractor shall submit to the Employer:

(a) An Undertaking in the approved format from a parent


company, the identity of which shall have been submitted in
writing to the Employer prior to acceptance of the Bid and
against which the Employer shall have raised no-objection.

(b) A written Guarantee in the approved format from a parent


company, the identity of which shall have been submitted in
writing to the Employer prior to acceptance of the Bid and
against which the Employer shall have raised no objection.
(c) A warrantee in the approved format from the Contractor.

In the event that the Contractor shall comprise two or more


members, corporations acting in partnership, joint venture,

217
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

consortium or otherwise each such member or corporation


shall submit a parent company Undertaking and Guarantee.

Notwithstanding any other provision of the Contract:

(a) submission by the Contractor of the requisite Performance


security, parent company Undertakings and written
Guarantees shall be condition precedent to the Contractor's
entitlement to any payment, under the Contract; and
(b) failure by the Contractor to provide a Performance security
or parent company Undertakings or parent company
Guarantees shall entitle the Employer either to suspend the
Works or to terminate the Contract forthwith by notice in
writing to that effect, notwithstanding that the Contractor may
have been to proceed with the Works, and the Contractor shall
not be compensation whatsoever as a consequence of such
suspension or termination

The forms of Contractor warranty shall be in the format given


in the Section X: Contract Forms.

4 Sub-Clause4.4 The following is added to the existing clause:


Subcontractors
The Contractor shall not be required to provide to the Engineer
the details of the pricing of their Sub-contracts.

Sub–contracting, excluding design work shall be generally


limited to 50% of the lump sum price. The terms and conditions
of subcontracts and the payments that have to be made to the
Subcontractors shall be the sole responsibility of the Contractor.

For sub-contracts exceeding Rs.5 million, it will be obligatory


for the Contractor to obtain a “Notice of No-Objection” from
the Engineer, to the identity of the Sub-contractor and Vendor.
The Contractor shall certify that the cumulative value of the
subcontracts (including those upto Rs.5 million each) awarded
is within the aforesaid 50% limit. Any proposals by the Bidders
in their offer shall not be construed as an approval of the
vendor.

The terms and conditions of the sub-contract are the sole


prerogative of the Contractor & are deemed to be included in
the price(s) quoted by the Bidder. However, the Subcontractor
/ Vendor shall fully comply with the technical specifications
included in the Works Requirements.

It shall be obligatory for the Contractor to obtain Notice of No


Objection from the Engineer for the selection of the Sub-
contractor and vendors for all items of work, even if the name
of the Subcontractor and vendor is named in the Contractor’s
Proposal and the works to be done including purchase of
materials and equipment are in accordance with the Standards
specified in the Contract. List of such major items for sub-
contracting shall be drawn up by the Contractor in consultation
with the Engineer. The terms and conditions of the sub-contract
/ vending agreement are the sole prerogatives of the Contractor
and are deemed to be included in the Contract Price.

218
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Contractor shall provide sufficient superintendence,


whether on the site or elsewhere, to ensure that the work to be
carried out by a Subcontractor complies with the requirements
of the Contract.

The proposed sub-contract terms and conditions shall impose on


the sub-contractor such terms of the Contract as are applicable
and appropriate to the part of the Works to be sub-contracted,
to enable
the Contractor to comply with his obligations under the
Contract.

Notwithstanding any consent to sub-contract given by the


Engineer, if in his opinion it is considered necessary, the
Engineer shall have full authority to order the removal of any
sub-contractor from the Site or off-Site, place of
manufacture/fabrication or storage.

The Contractor shall ensure that their sub-contractors, material


/ equipment suppliers, consultants and other agencies deployed
by them in connection with execution of the Contract do not
make any claim or raise any dispute before Employer. For this,
necessary provision is to be made in the agreement between
Contractor and their Sub contractors / consultants / other
agencies. Similarly, the agreement should also incorporate the
provision of dispute resolution. An undertaking in the following
format shall be submitted by Contractor in respect of each such
agency:

Name of work ................................................ In


connection with above work, M/s ........................,
Contractor has/is engaging M/s …………, as sub-contractor (or
consultant or material / equipment supplier or service
provider). For this, the terms and conditions of agreement
include necessary provisions for resolution of dispute if any
arising between Contractor and subcontractor. It is confirmed
by the subcontractor that any claim/dispute arising out of the
above work shall be resolved in terms of agreement and shall
not be raised before Employer and also shall not make any claim
against Employer before any forum/court.

5 Sub-clause 4.8 The following is added to the existing clause:


Safety and
Subclause 6.7,
Health and Within 8 weeks of the date of Notice to Proceed, the
Contractor shall submit a detailed and comprehensive
Safety contract-specific Site Safety Plan based on the Employer's
Safety, Health and Environment Manual (SHE Manual). The
Contractor is required to make himself aware of all the
requirements of the Employer's Safety, Health and
Environment Manual in this regard and comply with them. The
Site Safety Plan shall include detailed policies, procedures and
regulations which, when implemented, will ensure compliance
with Sub-Clauses 4.8 and 6.7 of General Conditions of Contract.

The Contractor shall, from time to time and as necessary or


required by the Engineer, produce supplements to the Site
Safety Plan such that it is at all times a detailed,
comprehensive and contemporaneous statement by the

219
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Contractor of his site safety and industrial health obligations,


responsibilities, policies and procedures (under the laws of
India) or as stated in the Contract or elsewhere relating to work
on Site.

If at any time the Site Safety Plan is, in the opinion of the
Engineer, insufficient or requires revision or modification to
ensure the security of the Works and the safety of all workmen
upon, and visitors to the Site, the Engineer may instruct the
Contractor to revise the Site Safety Plan. The Contractor shall,
within 14 days, submit the revised plan to the Engineer for
review.

Any omission, inconsistency or error in the Site Safety Plan or


the Engineer concurrence or rejection of the Site Safety Plan
and/or supplements thereto shall be without prejudice to the
Contractor's obligations with respect to site safety and
industrial health and shall not excuse any failure by the
Contractor to adopt proper and recognized safety practices
throughout the execution of the Works.

The Contractor shall adhere to the Site Safety Plan and shall
ensure, that all sub-contractors of all tiers have a copy of the
Site Safety Plan and comply with its provisions.

The Contractor shall provide all necessary access, assistance


and facilities to enable the Engineer and the Employer to carry
out surveillance to verify that the Site Safety Plan is being
properly and fully implemented.

The Contractor shall notify the Engineer immediately of any


occurrence or incident that results in death or serious injury as
defined in the Indian Penal Code. Such initial notification may
be verbal and confirmed in writing thereafter and shall be
followed by a comprehensive written report within 24 hours of
the occurrence/incident. The Contractor shall duly complete
standard forms as required by the Engineer and Statutory
Authorities.

The Contractor shall provide and maintain all necessary


temporary fire protection and firefighting facilities on the Site
during the construction of the Works in accordance with the
statutory regulations and as required by the Engineer. The
Contractor shall ensure that all gases, fuels and other
dangerous Materials and goods are stored and handled in a safe
manner and in accordance with the statutory regulations and
as required by the Engineer.

The obligations and requirements for safety and industrial


health under this Contract are entirely without prejudice to,
and do not derogate from, the Contractor's statutory
obligations, with respect to safety and industrial health.

The Contractor shall provide a training / workshop on Safety,


Health and Environment (SHE) to all its workers / employees /
subcontractors of atleast 2 weeks (96 hours) at the time of
induction. Before posting any of his workers/staff/ employees
/subcontractors, the Contractor shall give a certificate that

220
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

the said person had undergone the requisite SHE is training.


Non-compliance of the above will invoke penalties as per
conditions of contract on SHE.

6 Sub-Clause 4.10 Replace the GC Sub-Clause 4.10 with the provisions as


Site Data under:

The Employer shall have made available to the Contractor with


the Bidding documents such relevant data in Employer’s
possession on hydrological and sub-surface conditions at the
Site, including environmental aspects. The Employer shall
similarly make available to the Contractor all such data, which
come into the Employer’s possession after the Base Date. The
accuracy or reliability of the data/studies/reports and of any
other information supplied at any time by the Employer or
Engineer is not warranted with respect to the viability of his
design and execution of Works and the Contractor shall be
responsible for interpreting all such data. The Contractor shall
conduct further investigations considered necessary by him at
his own cost and any error, discrepancies if found in Employer’s
data at any stage will not constitute ground for any claim for
extra time and costs.

The Contractor shall be deemed to have obtained all necessary


information as to risks, contingencies and other circumstances
which may influence or affect the Tender or Works.

The Contractor shall also be deemed to have inspected and


examined the Site, its surroundings, the above data and other
available information with respect to the viability of his design
and execution of Works and to have satisfied himself before
submitting the Tender, as to all the relevant matters including
without limitation:

(a) the climatic conditions;


(b) the extent and nature of the work, Plant, and Materials
necessary for the execution and completion of the Works and
the remedying of any defects;
(c) the applicable laws, procedures and labour practices
(d) The Contractor’s requirement for access, accommodation,
facilities, personnel, power, transport and other services.
(e) the risk of injury or damage to property adjacent to the
Site and to the occupiers of such property or any other risk.

7 Sub-Clause 4.12, The following is added to the existing clause:


Unforeseeable
Physical This provision applies if unforeseeable physical condition
Conditions continues for more than a period of 60 days in continuation.
Contractor shall be entitled to claim as per clause 8.4 & 20.1
both it is further clarified that if this unforeseeable condition
remains less than 60 days then the Contractor is entitled to
claim time extension only under sub-clause 8.4.

8 Sub-clause 4.15 – The following is added to the existing clause:


Access Route
All operations for the execution of the Works shall be carried
out so as not to interfere unnecessarily with the convenience
of the public or the access to public or private roads or

221
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

footpaths or properties owned by the Employer or by any other


person. The Contractor shall select routes, choose and use such
vehicles so that movement of Contractor's Equipment, Plant
and Materials from and to the Site is so limited that traffic is
not delayed and damage to highways and bridges is prevented.
If there is any delay or damage or injury, the cost of
rectification or reconstruction of highways or bridges shall be
borne by the Contractor. The Contractor shall indemnify the
Employer in respect of all claims, demands, proceedings,
damages, costs, charges and expenses whatsoever arising out
of or in relation to any such matters.

If during the execution of the Works the Contractor shall


receive any claim arising out of the execution of the Works in
respect of damage to highways or bridges, he shall immediately
report the facts to the Engineer. The Contractor shall negotiate
a settlement in respect of such claims and indemnify the
Employer in respect of all claims, proceedings, damages, costs,
charges and expenses in relation thereto.

9 Sub-clause 4.18 Add the following at the end of this sub-clause:


– Protection of
The Environment Outline Environmental Plan shall be in accordance with the
provisions of Employer’s Safety, Health & Environment (SHE)
Manual and shall include in summary form, the Contractor's
proposed means of complying with his obligations in relation
to:
 the Site Environment; and
 System Environment as described in Works
Requirements.

Within 60 days of the date of the Notice to Proceed, the


Contractor shall submit a detailed and comprehensive
Environmental Plan based on the Outline Environmental Plan.
The Environmental Plan shall include detailed policies,
procedures and applicable regulations.

The Contractor shall provide all necessary access, assistance


and facilities to enable the Engineer and the Employer to
monitor and conduct tests at site to verify that the
Environmental Plan is being properly and fully implemented.

10 Sub-clause 4.19 The following is added to the existing clause:


Electricity,
Water and Gas The Contractor shall be allowed, free of charge, traction
power.

11 Sub-clause The following is added to the existing clause:


4.20,
Employer’s
Equipment The Employer will not provide any tools, plant, equipment and
machinery or materials under the Contract.

12 Sub-clause 4.22 The following is added to the existing clause:


– Security of
Site and Safety
of Works The Contractor shall throughout the execution of the Works
including the carrying out of any testing, commissioning

222
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(including Integrated Testing and Commissioning), or


remedying of any defect:

a. take full responsibility for the adequacy, stability, safety


and security of the Works, Plant, Rolling Stock, Contractor's
Equipment, Temporary Works, operations on Site and methods
of manufacture, installation, construction and transportation;
b. have full regard for the safety of all persons on or in the
vicinity of the Site (including without limitation persons to
whom access to the Site has been allowed by the Contractor),
comply with all relevant safety regulations, including provision
of safety gear, and insofar as the Contractor is in occupation
or otherwise is using areas of the Site, keep the Site and the
Works (so far as the same are not completed and occupied by
the Employer) in an orderly state appropriate to the avoidance
of injury to all persons and shall keep the Employer
indemnified against all injuries to such persons.
c. provide and maintain all lights, guards, fences and
warning signs and watchmen when and where necessary or
required by the Engineer or by laws or by any relevant authority
for the protection of the Works and for the safety and
convenience of the public and all persons on or in the vicinity
of the Site; and
d. where any work would otherwise be carried out in
darkness, ensure that all parts of the Site where work is being
carried out are so lighted as to ensure the safety of all persons
on or in the vicinity of the Site and of such work.

Contractor is required to take note of all the necessary


provisions in Employer’s Safety, Health and Environment
Manual (SHE Manual) and the Contractor’s price shall be
inclusive of all the necessary costs to meet the prescribed
safety standards. In the case, the Contractor fails in the above;
the Employer may provide the necessary arrangements and
recover the costs from the Contractor.

The Contractor shall submit a detailed and comprehensive


contract-specific Site Safety Plan and System Safety Assurance
Plan in accordance with the provisions in Employer’s Safety,
Health & Environment (SHE) Manual and Employer’s
Requirements.

The Contractor shall, from time to time and as necessary or


required by the Engineer, produce supplements to the Site
Safety and System Safety Assurance Plans such that they are at
all times detailed, comprehensive and contemporaneous
statements by the Contractor of his site safety measures,
policies and procedures under the laws of India) or as stated in
the Contract or elsewhere.

If at any time the Site Safety Plan and/or System Safety


Assurance Plan is, in the Engineer’s opinion, insufficient or
requires revision or modification, the Engineer may instruct the
Contractor to revise the appropriate Plan. The Contractor
shall, within fourteen days, submit the revised plan to the
Engineer for review.

Any omission, inconsistency or error in the Safety Plans or the


Engineer's consent or rejection of the Safety Plans and/or
223
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

supplements thereto shall be without prejudice to the


Contractor's obligations with respect to safety measures and
shall not excuse any failure by the Contractor to adopt proper
and recognized safety practices throughout the execution of
the Works.

The Contractor shall provide all necessary access, assistance


and facilities to enable the Engineer and the Employer to carry
out surveillance to verify that the Safety Plans are being
properly and fully implemented

14 Clause 5A Design:- The clauses under the head 'Design' are applicable
Design (new only in 'Design & Construct' contracts and in case of 'Part Design
& Construct' contracts, these are applicable only to part of the
Clause & Contract in which the design is the responsibility of the
subclauses) Contractor.

15 Sub-clause The Contractor shall design and provide all necessary


specifications for the Works in accordance with the site plans
5A.1, General and Works Requirements. Any design detail, plan, drawing,
Obligations specifications, notes, annotations, and information required
shall be provided in such sufficient format, details, extent, size
and scale and within such time as may be required to ensure
effective execution of Works and/or as otherwise required by
the Engineer.

The Contractor holds himself, and his designers as having the


experience and capability necessary for the design. The
Contractor undertakes that the designers shall be available to
attend discussions with the Engineer at all reasonable times
during the Contract Period.

The designer shall be the same entity as proposed by the


Contractor at the time of pre-qualification (in the Bid), unless
otherwise approved by the Employer. The Contractor shall
furnish Designer’s Warranty in the format approved by the
Employer.

The Design and Construction Standards shall be in conformity


with the requirements of "Rules for Opening of a Railway or a
Section of a Railway for Public Carriage of Passengers" and
"Rules for Introduction of New Type of Rolling Stock" and to the
satisfaction of the Commissioner of Railway Safety whose
sanction is mandatory for commissioning of the System.

The Works shall be executed in conformity with the Employer’s


Requirements, Specifications and Drawings of the Contract
issued to the Contractor by the Engineer from time to time. If
the Contractor does any work or part in a manner contrary to
the Specifications or Drawings, he shall bear all the costs
arising there from including dismantling and reconstruction
strictly in accordance with the Specifications and Drawings and
shall be responsible for all loss to the Employer.

If any ambiguity arises as to the meaning and intent of any


portion of the Employer’s Requirements, Specifications and
Drawings or as to execution or quality of any work or material
or as to the measurement of the Works, the decision of the
Engineer thereon shall be final and binding.

224
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

16 Sub-clause a. The Contractor shall be fully responsible, for the suitability,


5A.2, adequacy, integrity, durability & practicality of the
Contractor’s proposal.
Contractor’s
warranty of b. The Contractor warrants that the Contractor’s Proposals
meet the Works Requirements and is fit for the purpose
design
thereof. Where there is any inadequacy, insufficiency,
impracticality or unsuitability in or of the Works
Requirements or any part thereof, the Contractor’s
Proposal shall take into account, address or rectify such
inadequacy, insufficiency, impracticality or unsuitability at
Contractor’s own cost.
c. The Contractor warrants that the Works have been or will
be designed, manufactured, installed and otherwise
constructed and to the highest standards available using
proven up-to-date good practice.
e. The Contractor warrants that the Works will, when
completed, comply with enactments and regulations
relevant to the Works.
f. The Contractor warrants that the design of the Works and
the manufacture of plant have taken or will have taken full
account of the effects of the intended manufacturing and
installation methods, Temporary Works and Contractor’s
Equipment
g. The Contractor shall also provide a guarantee from the
Designer for the design for suitability, adequacy,
practicality of design for Works Requirements.
h. The Contractor shall indemnify the Employer against any
damage, expense, liability, loss or claim, which the
Employer might incur, sustain or be subject to arising from
any breach of the Contractor’s design responsibility and/or
warranty set out in this Clause.
i. The Contractor further specifies and is deemed to have
checked and accepted full responsibility ‘for the
Contractor’s Proposal and warrants absolutely that the
same meets the Works Requirements:
 Notwithstanding that such design may be or have been
prepared, developed or issued by the Employer, any of
Contractor’s consultants, his sub-contractors and/or his
qualified personnel/persons or cause to be prepared,
developed or issued by others.
 Notwithstanding any warranties, guaranties and/or
indemnities that may be or may have been submitted by
any other person.
 Notwithstanding that the same have been accepted by
the Engineer

i. The Contractor shall be fully responsible for the Plants,


Materials, goods, workmanship, preparing, developing and
coordinating all design Works to enable that part of the
Works to be constructed and/or to be fully operational in
accordance with the Contract’s requirements.
j. Apart from the Contractor, the above warranty shall also be
applicable for his designer. This warranty shall be a part of
his sub contract with the designer and should be made
available at the time of signing of the Agreement.
k. No claim for additional payment or extension of time shall
be entertained and/or the Contractor shall not be relieved

225
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

from any obligation/liability under the Contract, for any


delay, suspension, impediment to or adverse effect upon
the progress of the Works due to any mistake, inaccuracy,
discrepancy or omission in or between the Contractor’s,
the Definitive Design and the final design, or any failure by
the Contractor to prepare any Design Data or submit the
same to the Engineer in due time and the Contractor shall
promptly make good any such defect at his own cost.

17 Sub-clause The Manufacture Documents shall comprise the technical


5A.3, documents specified in the Works Requirements, documents
required to satisfy all regulatory approvals, documents
Construction described below (Sub-clause 5A.7: As Built Document), and (Sub-
and/or clause 5A.8: Operations and Maintenance Manuals). The
Contractor shall prepare all Manufacture Documents in sufficient
Manufacture
detail and shall also prepare any other document necessary to
Documents instruct the Contractor’s personnel. The Engineer shall have the
right to inspect the preparation of all these documents wherever
they are being prepared.

Each of the Construction and/or Manufacture Documents shall,


when considered ready for use, be submitted to the Engineer for
pre-construction or pre-manufacture review. Unless otherwise
stated in Employer’s Requirements, each review by the Engineer
shall not exceed 21 days, calculated from the date on which the
Engineer receives the Manufacture Document.

The Engineer may during the review period, give notice to the
Contractor that a Manufacture Document fails (to the extent
stated) to comply with the Works Requirements, it shall be
rectified, resubmitted & reviewed (and if specified, approved)
in accordance with this Sub-Clause, at the Contractor's cost.

For each part of the Works, and except to the extent that the
prior consent of the Engineer shall have been obtained:

(a) In the case of a Construction and/or Manufacture Document


which has (as specified) been submitted for the Engineer’s
approval
(i) The Engineer shall give notice to the Contractor that the
Construction and/or Manufacture Document is provided
with no objection, with or without comments, or that it
fails (to the extent stated) to comply with the Contract;
(ii) Execution of such part of the Works shall not commence
until the Engineer has provided with no objection the
Construction and/or Manufacture Document; and
(iii) The Engineer shall be deemed to have provided with no
objection the Construction and/or Manufacture Document
upon the expiry of the review periods for all the
Construction and/or Manufacture Documents which are
relevant to the design and execution of such parts, unless
the Engineer has previously notified otherwise in
accordance with sub-paragraph (i)
(b) construction and/or manufacture of such part of the Works
shall not commence prior to the expiry of the review of the
Construction and/or Manufacture Documents which are
relevant to its design and execution;

226
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(c) construction and/or manufacture shall be in accordance


with such reviewed (and if specified, approved)
Construction and/or Manufacture Documents; and
(d) if the Contractor wishes to modify any design or document
which has previously been submitted for such pre-
construction and/or pre- manufacture review, the
Contractor shall immediately notify the Engineer, & based
on Engineer’s approval shall subsequently submit revised
documents to the Engineer in accordance with the above
procedure.

If the Engineer instructs that further Construction and/or


Manufacture Documents are necessary for carrying out the
Works, the Contractor shall promptly and at Contractor’s cost
prepare such documents,

Errors omissions, ambiguities, inconsistencies, inadequacies and


other defects if found at any stage in construction or any
operations manufacture documents, then shall be rectified by
the Contractor at his own cost and any approval or consent or
review (under this sub-clause or otherwise) by the
Employer/Engineer of the Manufacture and Construction
Documents under this Sub-clause shall not relieve the Contractor
from any obligations or responsibility under the Contract.

Should it be found at any time after notification of consent that


the relevant drawings or documents do not comply with the
Contract or do not agree with drawings or documents in relation
to which the Engineer has previously notified his consent, the
Contractor shall, at his own expense, make such alterations or
additions as, in the opinion of the Engineer, are necessary to
remedy such noncompliance or non-agreement and shall submit
all such varied or amended drawings or documents for the
consent of the Engineer.

18 Sub-clause The Contractor shall submit drawings and documents, as


5A.3.1, required by the Contract, to the Engineer in accordance with
any submittal schedule agreed with the Engineer. This
Submission of submittal shall be made sufficiently before the Works are to be
documents carried out to give the Engineer and the Employer reasonable
(other than time to examine the drawings or other documents, to prepare
comments and for any changes to be accommodated by the
Design Data) Contractor.

Where the consent of the Engineer is required, the Engineer


shall notify the Contractor in writing of his decision either
within such period as may expressly be stipulated in the
Contract or otherwise within a reasonable time.

If the Engineer has reasonable cause for being dissatisfied with


the proposals set out in the Contractor's drawings or
documents, the Engineer shall, within a period of 28 days from
the date of submittal, require the Contractor in writing to make
such amendments thereto as the Engineer may consider
necessary. The Contractor shall make and be bound by such
amendments at no additional expense to the Employer and shall
resubmit the amended drawings or documents for Engineer's
consent.

227
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Within 14 days of notification of the Engineer's consent the


Contractor shall provide the Engineer with the type and number
of sets of the relevant drawings or documents as stipulated in
the Employer's Requirement.

Should it be found at any time after notification of consent that


the relevant drawings or documents do not comply with the
Contract or do not agree with drawings or documents in relation
to which the Engineer has previously notified his consent, the
Contractor shall, at his own expense, make such alterations or
additions as, in the opinion of the Engineer, are necessary to
remedy such noncompliance or non-agreement and shall submit
all such varied or amended drawings or documents for the
consent of the Engineer. No examination by the Engineer of the
drawings or documents submitted by the Contractor, nor any
consent of the Engineer in
relation to the same, with or without amendment, shall absolve
the Contractor from any of his obligations under the Contract
or any liability for or arising from such drawings or documents.

The Operation and Maintenance Manuals and drawings


submitted by the Contractor shall, if required, be updated by
him during the Defects Liability Period and re-submitted for
review and acceptance by the Employer's Representative.

19 Sub-clause In the case of submissions subsequent to the Definitive Design,


the Design Data shall be in accordance with Employer's
5A.3.2, Requirements and the Definitive Design.
Submission of The Contractor shall submit to the Engineer all Design Data,
Design Data together with the relevant Design Certificates certified by the
Contractor, on or before the respective dates for submission
shown on the Design Submission Programme or, as the case may
be, the Works Programme. In the event that a re-submission of
Design Data is required, such re-submission shall be made as
soon as practicable after the receipt of the relevant statement
of objections. All submissions of Design Data shall include the
copies as stipulated in the Employer's Requirements.
Following receipt of a submission of Design Data the Engineer
shall, within 28 days, return one copy of the Design Data to the
Contractor, together with either a Notice of No-Objection, or a
statement of objections which shall identify the aspects of the
Design Data which do not conform to the above requirements.
If the Engineer returns any Design Data with a Notice of No
Objection, the Contractor shall proceed with the Works in
accordance with the Contract.

If the Engineer provides that revisions to a submission of Design


Data/ are appropriate but that such revisions are of minor
design significance, the Engineer may issue a Notice of No
Objection subject to an appended schedule of comments
identifying the relevant revisions. The Contractor shall revise
such Design Data in accordance with such comments but shall
not be obliged to resubmit such Design Data solely on account
of such revisions.

If the Engineer returns any Design Data with a statement of


objections the Contractor shall revise the Design Data to take
account of the stated objections and re-submit such Design
Data to the Engineer, together with new Design Certificates
signed by the Designer and the Contractor.

228
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The issue of a Notice of No Objection in relation to any


submission of Design Data shall be entirely without prejudice to
the review of subsequent submissions of Design Data or to any
subsequent request for a Contractor's Variation, and shall not
bind or fetter the Engineer in any manner whatsoever when
deciding whether or not to raise objections in relation to any
subsequent submission of Design Data or when dealing with a
subsequent request for a Contractor's Variation.

Neither an objection raised to the Design Data nor revisions of


minor design significance under this Clause will, under any
circumstances, constitute an Employer's Variation.

20 Sub-clause  The Contractor shall give notice to the Engineer


5A.4, Delayed whenever the Works are likely to be delayed or disrupted
Drawings or if any necessary drawing or instruction is not issued to
the Contractor within a particular time, which shall be
Instructions reasonable. The notice shall include details of the
necessary drawing or instruction, details of why and by
when it should be issued, and the nature and amount of
the delay or disruption likely to be suffered if it is late.

 If the Contractor suffers delay and/or incurs Cost as a


result of a failure of the Engineer to issue the notified
drawing or instruction within a time which is reasonable
and is specified in the notice with supporting details, the
Contractor shall give a further notice to the Engineer and
shall be entitled subject to Clause 20 to:

o an extension of time for any such delay, if


completion is or will be delayed, under Clause 8.4.
o payment of any such Cost-plus profit, which shall
be included in the Contract Price.
 After receiving this further notice, the Engineer shall
proceed to agree or determine these matters.

 However, if and to the extent that the Engineer’s failure


was caused by any error or delay by the Contractor,
including an error in, or delay in the submission of, any
of the Contractor’s Documents, the Contractor shall not
be entitled to such extension of time, Cost or profit.

21 Sub-clause The design, the Construction and/or Manufacture Documents,


5A.5, Technical the execution and the completed Works (including remedying
Standards and of defects therein) shall comply with the specifications,
Regulations technical standards, building construction, safety and
environmental regulations and other standards specified in the
Works Requirements applicable to the Works or defined by the
applicable laws and regulations.

22 Sub-clause The Contractor shall submit at his own cost the following
5A.6, Samples samples and relevant information to the Engineer for pre-
construction and/or pre-manufacture review in accordance
with the procedure for Construction and/or Manufacture
Documents described in Sub- Clause above “Delayed Drawings
or Instructions”:
 manufacturer's standard samples of Materials
 samples (if any) specified in the Employer's Requirements

229
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Each sample shall be labelled as to origin and intended use in


the Works.

23 Sub-clause The Contractor shall prepare, and keep up-to-date, a complete


5A.7, As-built set of "as-built" records of the execution of the Works, showing
drawings and the exact "as-built" locations, sizes and details of the Works as
executed, with cross references to relevant specifications and
Documents data sheets. These records shall be kept on the Site and shall
be used exclusively for the purposes of this Sub-Clause. Six
copies shall be submitted to the Engineer prior to the
commencement of the Tests on Completion.

In addition, the Contractor shall prepare and submit to the


Engineer "as-built drawings" of the Works, showing all Works as
executed. The drawings shall be prepared as the Works
proceed and shall be submitted to the Engineer for his
inspection. The Contractor shall obtain the consent of the
Engineer as to their size, the referencing system, and other
pertinent details.

Prior to the issue of any Taking Over Certificate, the Contractor


shall submit to the Engineer one microfiche copy, one full-size
original copy and six printed copies of the relevant "as-built
drawings", and any further Construction and/or Manufacture
Documents specified in the Works Requirements. The Works
shall not be considered to be completed for the purposes of
Taking Over under Clause 10 until such documents have been
submitted to the Engineer.

24 Sub-clause Prior to commencement of the Tests on Completion, the


Contractor shall prepare, and submit to the Engineer,
5A.8, Operation Operation and Maintenance Manuals in accordance with the
And Works Requirements and in sufficient detail for the Employer
Maintenance to operate, maintain, dismantle, reassemble, adjust and repair
the Works. The Works shall not be considered to be completed
Manuals for the purposes of Taking Over under Clause 10 until such
Operation and Maintenance Manuals have been submitted to
the Engineer and received his consent.

The Operation and Maintenance Manuals and drawings


submitted by the Contractor shall be updated by him during
the Defects Liability Period and the Contractor shall re-submit
the updated manuals at the end of the DLP for review and
acceptance by the Engineer.

25 Sub-clause The Contractor shall indemnify the Employer and the Engineer
5A.9, from and against all claims and proceedings on account of
infringement (or alleged infringement) of any patent rights,
Intellectual registered designs, copyright, design, trademark, trade name,
Property Rights know-how or other intellectual property rights in respect of the
and Royalties Works, Contractor's Equipment, machines, work method, or
Plant, or Materials, or anything whatsoever required for the
Works and from and against all claims, demands, proceedings,
damages, costs, charges and expenses whatsoever in respect
thereof or in relation thereto. The Contractor shall pay all
traffic surcharges and other royalties, licence fees, rent and
other payments or compensation, if any, for getting stone,
sand, gravel, clay or other materials, machine, process,
systems, work methods, or Contractor’s Equipment required
for the Works. The Contractor shall, in the event of
infringement of Intellectual Property Rights, rectify, modify or
replace at his own cost the Works, Plant or materials or
230
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

anything whatsoever required for the Works so that


infringement no more exist or in the alternative shall procure
necessary rights/license so that there is no infringement of
Intellectual Property Rights.

The Contractor shall be promptly notified of any claim under


this Sub-Clause made against the Employer. The Contractor
shall, at his cost, conduct negotiations for the settlement of
such claim, and any litigation or arbitration that may arise from
it. The Employer or the Engineer shall not make any admission,
which might be prejudicial to the Contractor, unless the
Contractor has failed to take over the conduct of the
negotiations, litigation or arbitration within a reasonable time
after having been so requested. In the event of Contractor
failing to act at Engineer’s notice, the Employer shall be at full
liberty to deduct any such amount of pending claim from any
amount due to the Contractor under this Contract or any other
Contract.

Insofar as the patent, copyright or other intellectual property


rights in any Plant, Design Data, plans, calculations, drawings,
documents, Materials, know-how and information relating to
the Works shall be vested in the Contractor, the Contractor
shall grant to the Employer, his successors and assignees a
royalty-free, nonexclusive and irrevocable licence (carrying
the right to grant sublicenses) to use and reproduce any of the
works, designs or inventions incorporated and referred to in
such Plant, documents or Materials and any such know-how and
information for all purposes relating to the Works (including
without limitation the design, manufacture, installation,
reconstruction, Testing, commissioning, completion,
reinstatement, extension, repair and operation of the Works).

If any patent, registered design or software is developed by the


Contractor specifically for the Works, the title thereto shall
vest in the Employer and the Contractor shall grant to the
Employer a nonexclusive irrevocable and royalty-free licence
(carrying the right to grant sub-license) to use, repair, copy,
modify, enhance, adapt and translate in any form such
Software for his own use.

If the Contractor uses proprietary software for the purpose of


storing or utilising records the Contractor shall obtain at his
own expense the grant of a licence or sub-licence to use such
software in favour of the Employer and shall pay such licence
fee or other payment as the grantor of such licence may
require provided that the use of such software under the
licence may be restricted to use relating to the design,
construction, reconstruction, manufacture, completion,
reinstatement, extension, repair and operation of the Works or
any part thereof. The Contractor's permission referred to
above shall be given, inter alia, to enable the Employer to
disclose (under conditions of confidentiality satisfactory to the
Contractor) programmes and documentation for a third party
to undertake the performance of services for the Employer in
respect of such programmes and documentation.

If any software is developed under the Contract or used by the


Contractor for the purposes of storing or utilising records over
which the Contractor or a third party holds title or other rights,
the Contractor shall permit or obtain for the Employer (as the
case may require) the right to use and apply that Software free
231
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

of additional charge (together with any modifications,


improvements and developments thereof) for the purpose of
the design, manufacture, installation, reconstruction, testing,
commissioning, completion, reinstatement, extension, repair,
modification or operation of the Works, or any part thereof, or
for the purpose of any Dispute.

The Employer reserves the right to use other Software on or in


connection with the Works.

26 Sub-Clause 6.2 Replace the GC Sub-Clause 6.2 with the provisions as under:
Rates of Wages
and Conditions
Full compliance of statutory requirements apart, the
of Labour Contractor shall pay rates of wages and observe conditions of
labour not less favourable than those established for the trade
or the industry where the work is carried out.

The Contractor shall, if required by the Employer, deliver to


the Engineer or to his office, a return in detail, in such form
and at such intervals as the Employer may prescribe, showing
the number of labour employed in different categories by the
Contractor on the Site.

The Contractor shall make himself aware of all labour


regulations and their impact on the cost and build up the same
in the Contract Price. During the Contract Period no extra
amount in this regard shall be payable to the Contractor, for
whatsoever reason including any revision of rates payable to
the labour due to revision of rates payable in Minimum Wages
Act.

Labour provided by the Contractor, either directly or through


subcontractors, for the exclusive use of the Employer or the
Engineer, shall, for the purpose of this Sub-Clause, be deemed
to be employed by the Contractor.

In the event of default being made in the payment of any


money in respect of wages of any person employed by the
Contractor or any of its sub-contractors of any tier in and for
carrying out of this Contract and if a claim therefore is filed in
the office of the Labour Authorities and proof thereof is
furnished to the satisfaction of the Labour Authorities, the
Employer may, failing payment of the said money by the
Contractor, make payment of such claim on behalf of the
Contractor to the said Labour Authorities and any sums so paid
shall be recoverable by the Employer from the Contractor.

27 Sub-Clause 6.4 The following is added to the existing clause:


Labour Laws
(a) In dealing with labour and employees, the Contractor and
his Sub-Contractors (including piece rate and petty
Contractors) shall comply fully with all laws and statutory
regulations pertaining to engagement, payment and upkeep
of the labour in India.
(b) The Contractor shall have a Labour Welfare Organisation
which shall be responsible for labour welfare and
compliance with prevalent labour laws, statutes and
guidelines. In this context, the Contractor is also required
to familiarize himself with Maharashtra Metro Rail
232
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Corporation Limited’s Labour Welfare Fund Rules as


specified in PC or elsewhere in the Contract and comply
with the same.
(c) The Contractor shall prepare and submit compliance
reports of adherence to labour laws as and when desired by
the Engineer.
(d) The Contractor will ensure to open bank accounts for each
worker employed by him and his sub-contractors and all the
payments to workers will be released through bank
accounts.
(e) The Contractor shall, if required by the Employer, deliver
to the Engineer or to his office; a return in detail, in such
form and at such intervals as the Employer may prescribe,
showing the number of labour employed in different
categories by the Contractor or his subcontractors on the
Site.

28 Sub-Clause 6.5 Replace the GC Sub-Clause 6.5 with the provisions as


under:
Working Hours

The Contractor, if required, shall carry out work during night


hours or in shifts, unless specifically provided otherwise in
the Contract. No increase in rates or extra payments shall be
admissible for night work. The Contractor shall provide
adequate lighting and safety arrangements.

29 Clause 7, The following is added to the existing clause:


Workmanship
and Quality Within 28 days of the issue of the Notice to Proceed, the
Contractor shall submit to the Engineer, for his consent, his
Control proposed Site Quality Plan based on the Outline Quality Plan
and the Employer's Requirements. The quality manual should
address the quality system as required by ISO 9001 or
equivalent standard. Any supplement to the Site Quality Plan
shall be submitted at least 14 days before commencement of
the relevant work.

Upon the Engineer notifying his consent to the Site Quality


Plan, or any supplement thereto, the Contractor shall, adhere
to the principles and procedures contained in such document,
except where the Engineer gives his consent to any amended
or varied version thereof. The Contractor shall cause any sub-
contractors to adhere to this Plan.

The Contractor shall appoint a suitably qualified and


experienced person, not otherwise engaged in the
performance of the Contract, to act as manager of the quality
assurance system and shall provide such other personnel and
resources as required to ensure effective operation of the
quality assurance system. The said manager shall carry out
audits of the application of the quality assurance system, and
ensure effective quality control and delivery of quality
assurance.

The Contractor shall provide all necessary access, assistance


and facilities to enable the Engineer to carry out surveillance
visits both on and off the Site to verify that the quality
assurance system is being properly and fully implemented. No
extra payment shall be made in this regard and the cost of

233
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

the Work under this element shall be deemed to be included


in the Contract Price.

30 Sub-Clause 7.1, Add following at the end of GC Sub-Clause 7.1:


Manner of
Execution
The Contractor shall design and provide all necessary
specifications for the Works in accordance with the site plans
and Work’s Requirements. Any design detail, plan, drawing,
specifications, notes, annotations, and information required
shall be provided in such sufficient format, details, extent,
size and scale and within such time as may be required to
ensure effective execution of Works and/or as otherwise
required by the Engineer.

The Contractor holds himself, and his designers as having the


experience and capability necessary for the design. The
Contractor undertakes that the designers shall be available to
attend discussions with the Engineer at all reasonable times
during the Contract Period.

The designer shall be the same entity as proposed by the


Contractor at the time of pre-qualification (in Bid), unless
otherwise approved by the Employer. The Contractor shall
furnish Designer’s Warranty in the format enclosed in
Section X Contract Forms.

The Contractor further warrants that:

a. The Contractor shall be fully responsible, for the suitability,


adequacy, integrity, durability and practicality of the
Contractor’s proposal.
b. The Contractor warrants that the Contractor’s Proposals
meet the Work’s Requirements and is fit for the purpose
thereof. Where there is any inadequacy, insufficiency,
impracticality or unsuitability in or of the Work’s
Requirements or any part thereof, the Contractor’s Proposal
shall take into account, address or rectify such inadequacy,
insufficiency, impracticality or unsuitability at Contractor’s
own cost.
c. The Contractor warrants that the Works have been or will be
designed, manufactured, installed and otherwise
constructed and to the highest standards available using
proven up-to-date good practice
d. The Contractor warrants that the Works will, when
completed, comply with enactments and regulations
relevant to the Works
e. The Contractor warrants that the design of the Works and
the manufacture of plant have taken or will have taken full
account of the effects of the intended manufacturing and
installation methods, Temporary Works and Contractor’s
Equipment
f. The Contractor shall also provide a guarantee from the
Designer for the design for suitability, adequacy,
practicality of design for Work’s Requirements
g. The Contractor shall indemnify the Employer against any
damage, expense, liability, loss or claim, which the
Employer might incur, sustain or be subject to arising from

234
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

any breach of the Contractor’s design responsibility and/or


warranty set out in this Clause.
h. The Contractor further specifies and is deemed to have
checked and accepted full responsibility ‘for the
Contractor’ s Proposal and warrants absolutely that the
same meets the Work’s Requirements:
i. Notwithstanding that such design may be or have been
prepared, developed or issued by the Employer, any of
Contractor’s consultants, his sub-contractors and/or his
qualified personnel/ persons or cause to be prepared,
developed or issued by others.
ii. Notwithstanding any warranties, guaranties and/or
indemnities that may be or may have been submitted by any
other person.
iii. Notwithstanding that the same have been accepted by the
Engineer.

The Contractor shall be fully responsible for the Plants,


Materials, goods, workmanship, preparing, developing and
coordinating all design Works to enable that part of the
Works to be constructed and/or to be fully operational in
accordance with the Contract’s requirements.

Apart from the Contractor, the above warranty shall also be


applicable for his designer. This warranty shall be a part of
his sub contract with the designer and should be made
available at the time of signing of the Agreement.

No claim for additional payment or extension of time shall


be entertained and/or the Contractor shall not be relieved
from any obligation/liability under the Contract, for any
delay, suspension, impediment to or adverse effect upon
the progress of the Work due to any mistake, inaccuracy,
discrepancy or omission in or between the Contractor’s, the
Definitive Design and the final design, or any failure by the
Contractor to prepare any Design Data or submit the same
to the Engineer in due time and the Contractor shall
promptly make good any such defect at his own cost.

31 Sub-Clause 7.6 Add the following at the end of this sub-clause:


Remedial Works
The Contractor shall not be released from any liability or
obligation under the Contract by reason of any such inspection
or testing or witnessing of testing, or by the submission of
reports of inspection or testing to the Engineer.

32 Sub-Clause 7.7 Replace the GC Sub-Clause 7.7 with provisions as under:


Ownership of
Plant and The plant, goods and material not finally taken over as per GC
Materials Clause 10 but payment against which have been made in part
or full against Indemnity Bond / Safety Custody Bank
Guarantee will remain under the Contractor’s custody. The
Contractor shall be responsible for its safety and will bear all
the risks till taken over by the Employer.

33 Sub-Clause 7.9 Undertaking for manufacture and supply of spares


(additional
subclause)

235
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Contractor shall submit an undertaking for manufacture &


supply of spares (including those of its Sub-Contractors /
Vendors) for the equipment supplied in the Contract for at
least 10 years from the date of completion of the Contract.

34 Sub-Clause 8.1, Replace the GC Sub-Clause 8.1 with the provisions as under:
Commencement
of Works Except as otherwise provided in the Particular Conditions of
Contract, the Commencement Date shall be the date indicated
in the Letter of Acceptance.

The Contractor shall commence the execution of the Works as


soon as is reasonably practicable after the Commencement
Date and shall then proceed with the Works with due
expedition and without delay.

35 Sub-clause 8.3, The following is added to the existing clause:


Programme
The Contractor shall prepare and submit his detailed
Programme of Work so as to achieve key dates of various
activities. The Contractor shall complete the work in a phased
manner fixing priorities to the different stages of the work as
per the requirement of project from time to time.

Consent by the Engineer to a Works Programme shall not


relieve the Contractor of any of his duties or responsibilities
under the Contract, nor in the event that a Works Programme
indicates that a Key Date has not or will not be met, constitute
any form of acknowledgement that the Contractor is or may
be entitled to an extension of time in relation to such Key Date
or a Mile Stone.

Design Submission Program

The Contractor shall submit to the Engineer, the Design


Submission Programme and updated versions thereof in the
form and content and at the times prescribed in the Contract,
including the dates on which major decisions should be made.

In the second and subsequent submissions of the Design


Submission Programme, the Contractor shall not, without the
prior written consent of the Engineer:

(a) revise the description or content of any design package


identified in the initial version of Design Submission
Programme:
(b) reduce the periods provided for review by the Engineer of
any submission of Design Data as set out in the initial version
of the Design Submission Programme;
(c) revise the sequence of submissions of Design Data shown in
the initial version of the Design Submission Programme. Any
amendment of the Design Submission Programme in breach of
the above requirements shall have no effect whatsoever under
the Contract.

Manufacture, Installation and Construction Methods

236
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Contractor shall submit complete documents and


information pertaining to the methods of manufacture,
installation and construction which the Contractor proposes to
adopt or use, (and if applicable such calculations of stresses,
strains and deflections and the like that will or may arise in
the Works or to the other works comprising the Project or any
parts thereof during installation from the use of such
methods). The Engineer will then check to see whether, if such
methods are adhered to, the Works can be executed in
accordance with the Contract and without detriment to the
Works (when completed) and to other works comprising the
Project and, in a manner, which minimises disruption to road
and
pedestrian traffic.
The Engineer shall inform the Contractor in writing within 21
days after receipt of the above information;

(a) that the Contractor's proposed methods of manufacture,


installation and construction have the consent of the Engineer;
Or

(b) in what respects, in the opinion of the Engineer the


Contractor's proposed methods of manufacture, installation
and construction:

a. fail to comply with the Employer's Requirements and/or the


Definitive Design and/or the Final Design;
b. would be detrimental to the Works and/or to the other works
comprising the Project;
c. do not comply with the other requirements of the Contract;
or

(c) as to the further documents or information which are


required to enable the Engineer to properly assess the
proposed methods of manufacture, installation and
construction.

In the event that the Engineer does not give his consent, the
Contractor shall take such steps or make such changes in the
said methods or supply such further documents or information
as may be necessary to meet the Engineer's requirements and
to obtain his consent. The Contractor shall not change the
methods of manufacture, installation and construction which
have received the Engineer's consent without further review
and consent in writing of the Engineer.

Notwithstanding the foregoing provisions of this Clause, or


that certain of the Contractor's proposed methods of
manufacture, installation and construction may be the subject
of the consent of the Engineer, the Contractor shall not be
relieved of any liability or obligation under the Contract.

36 Sub-Clause 8.4, Replace the GC Sub-Clause 8.4 with the provisions as under:
Extension of
Time for
Completion The Contractor shall be entitled subject to Sub-Clause 20.1
[Contractor’s Claims] to an extension of the Time for
237
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Completion if and to the extent that completion for the


purposes of Sub-Clause 10.1 [Taking Over of the Works and
Sections] is or will be delayed by any of the following causes:

(a) a Variation (unless an adjustment to the Time for Completion


has been agreed under Sub-Clause 13.3 [Variation
Procedure]) or other substantial change in the Contract,
(b) a cause of delay giving an entitlement to extension of time
under a Sub-Clause of these Conditions, or
(c) exceptionally adverse climatic conditions,
(d) any delay, impediment or prevention caused by or
attributable to the Employer, the Employer’s Personnel, or
the Employer’s other contractors.

If the Contractor considers himself to be entitled to an


extension of the Time for Completion, the Contractor shall
give notice to the Engineer in accordance with Sub-Clause 20.1
[Contractor’s Claims]. When determining each extension of
time under Sub- Clause 20.1, the Engineer shall review
previous determinations and may increase, but shall not
decrease, the total extension of time.

37 Sub-clause 8.7, The following is added to the existing clause:


Delay Damages
The ‘total Contract Value’ used in the GCC sub clause 8.5 for
the purpose of levy of liquidated damages on failure to achieve
Key Dates shall mean the ‘Awarded cost of the work’.

38 Sub-Clause 8.9 The following is added to the existing clause:


Consequences
of Suspension The Contractor shall not be entitled to extra cost (if any),
incurred by him, during the period of suspension of Work, if such
suspension is

a. provided for in the Contract, or


b. necessary for proper execution of Woks or by reasons of
weather condition or by some default on the part of the
Contractor, or
c. necessary for the safety of Works or any part thereof or
d. necessary for the safety of adjoining public or other property
or safety of the public or workmen or those who have to be
at the site or
e. to ensure safety and to avoid disruption of traffic and
utilities, as also to permit fast repairs and restoration of any
damaged utilities, or
f. on account of work carried out by the Contractor not in
accordance with the directions of the Engineer; or
g. on account of any other reason which is not attributable to
the Employer

39 Sub-Clause 9.4, Replace the GC Sub-Clause 9.4 with the provisions as under:
Failure to Pass
Tests on If the Works, or a Section, fail to pass the Tests on Completion
Completion repeated under Sub-Clause 9.3 [Retesting], the Engineer shall
be entitled to:

238
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(a) order further repetition of Tests on Completion under Sub-


Clause 9.3; or
(b) if the failure deprives the Employer of substantially the
whole benefit of the Works or Section, reject the Works or
Section (as the case may be), in which event the Employer
shall have the same remedies as are provided in sub-
paragraph (c) of Sub-Clause 11.4 [Failure to Remedy
Defects].

40 Sub-Clause 9.5 Integrated Testing


(additional
subclause)
Tests on Completion shall also include Integrated Testing where
Integrated applicable as per the contract conditions. The Contractor shall,
Testing and following satisfactory completion of tests on his works,
Commissioning equipment, sub-systems or system, perform, at the direction of
the Engineer, programme of tests to verify and confirm the
compatibility and complete performance of his works,
equipment, sub-systems or system with the works, equipment,
sub-systems or system provided by others.

Compilation of Test Results


The results of the Integrated Testing and Commissioning shall be
compiled and evaluated by the Engineer and the Contractor.

Re-testing
If the Works, or a part thereof, or a Section, fail to pass the
Integrated Testing and Commissioning, the Engineer shall
require such failed Tests, to be repeated under the same terms
and conditions. If such failure and retesting result from a default
of the Contractor and cause the Employer to incur additional
costs, the same shall be recoverable from the Contractor by the
Employer and may be deducted by the Employer from any
monies due, or to become due, to the Contractor.

Failure to pass Test


If the Works, or a part thereof, or a Section, fail to pass
Integrated Testing and Commissioning and the Contractor in
consequence proposes to make any adjustment or modification
to the Works or a part thereof, or a section, the Engineer may,
with the approval of the Employer, instruct the Contractor to
carry out such adjustment or modification, at his own cost and
to satisfy the requirements of Integrated Testing and
Commissioning within such time as the Employer / Engineer may
deem to be reasonable.

Statutory Requirements
The Contractor along with others shall carry out all statutory
tests and trials, under the supervision of the Engineer, necessary
for obtaining sanction of the competent authority for opening
the system for public carriage of passengers.

The Contractor shall, if required by the Employer, deliver to the


Engineer or to his office, a return in detail, in such form and at
such intervals as the Employer may prescribe, showing the
number of labour employed in different categories by the
Contractor on the Site.

239
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Design and Manufacture Standards to be adopted by the


Contractor shall be in conformity with the requirements of
tender specifications as well as "Rules for Opening of a Railway
or a Section of a Railway for Public Carriage of Passengers” and
"Rules for Introduction of New Type of Rolling Stock". Contractor
under the supervision of the Engineer, shall carry out all
statutory tests and trials and shall prepare and submit all
documents as required including the documents required for
obtaining all approvals and sanction of the Commissioner of
Metro Railway Safety (CMRS) and any other Statutory Authority,
that may be required for introduction of Rolling Stock for Public
Carriage of Passengers.

41 Clause 11 The following is added to the existing clause:


Defect Liability
During the Defects Liability Period the Contractor shall provide,
competent and skilled personnel as stated under 1 – Section III -
3.6 Personnel and maintain adequate stock of spares so as to
promptly fulfil his obligations during the Defects Liability Period
as laid down in GCC and Works Requirements at free of cost. A
penalty of Rs.10000/- per day in DLP period will be imposed if
Track failure (only that part which is as per scope of work of
contract Misc-28/2022) is not repaired/replaced within 24 Hrs of
its failure.

Maintenance during Defects Liability Period

Contractor shall establish an office for the purpose with


communication facility so as to facilitate communication for
reporting failures and liaison with maintenance staff manning
the stations round the clock. The supervisor in-charge should be
provided with mobile communication facility to ensure his
presence at the site immediately after reporting. Contractor
shall ensure restoration /rectification/replacement, within
reasonable time, to the satisfaction of Engineer. The Engineer
in case of the delay as deems fit shall be empowered to carry
out the maintenance at the risk and cost of the Contractor.

Routine Maintenance
Submit Monthly status report to the Engineer –in – Charge.

Repairs

All equipment that requires repairing shall be immediately


serviced and repaired.

Complaints

The Contractor shall receive calls for any and all problems
experienced in the operation of the systems, attend to these
within 120 minutes of receiving the complaints and shall take
steps to immediately correct any deficiencies that may exist.

Maintenance Log Book

240
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Contractor shall maintain a Maintenance Log Book at each


Station, the format for which shall be approved by Engineer – in
– charge. In the Maintenance Log book, the details about date of
Routine Maintenance, Routine Maintenance activities
performed, Details of Call – out visit / Break – down
maintenance, etc. shall be maintained. Copy of relevant pages
of the Log book to be submitted to the Engineer – in – charge
with the Monthly status report.
Failure Analysis Report
The Contractor shall submit a report for the Failure Analysis in
the format approved by the “Engineer” giving the details of the
type of fault, cause of fault, analysis of faulty component, etc
correlated with the details of last preventive maintenance
activity performed.

Operation and Maintenance

The Contractor shall provide Expert team for Maintenance and


operation till the end of DLP. The deployment of these Experts
and team shall be continuous. These Experts and team shall work
under the administrative control of the Employer. These Experts
and team shall also ensure that the Client's maintenance staff
acquire necessary skills and follow correct procedures and
practices in the maintenance, overhaul and repair of various
components for the system as well as for the maintenance of the
related software (if any) after the DLP. The qualification and
experience of the Experts to be deployed by the Contractor shall
be as prescribed in the

Works Requirements. Prior approval of the Employer shall be


necessary before the Experts are deployed for maintenance and
operation. The Contractor shall replace promptly, Contractor’s
experts who are not considered suitable by the Engineer.

42 Sub-Clause 11.4 Replace the GC Sub-Clause 11.4 with the provisions as


under:
Failure to
Remedy Defects
If the Contractor fails to remedy any defect or damage within
such time as the Employer / Engineer may deem to be
reasonable, the Employer or the Engineer may fix a date on or
by which to remedy the defect or damage and give the
Contractor reasonable notice of such date. If the Contractor
fails to remedy the defect or damage by such date and the
necessity for such work is due to a cause stated in Sub-Clause
11.2(a), (b) or (c), the Employer may (at his sole discretion):

(a) carry out the work himself or by others, in a reasonable


manner and at the Contractor's risk and cost, but the
Contractor shall have no responsibility for such work: the
costs incurred by the Employer in remedying the defector
damage shall be recoverable from the Contractor by the
Employer;
(b) require the Engineer to determine and certify a reasonable
reduction in the Contract Price ;or
(c) if the defect or damage is such that the Employer has been
deprived of substantially the whole of the benefit of the
Works or parts of the Works, terminate the Contract in
respect of such parts of the Works as cannot be put to the
241
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

intended use ,the Employer shall then be entitled to recover


all sums paid for such parts of the Works together with the
cost of dismantling the same ,clearing the Site and returning
Plant, Rolling Stock and Materials to the Contractor ,and
Sub- Clause 13 shall not apply.
43 Sub-clause 12.3.1 Variation in the Bill of Quantities
(New sub-clause) i) The quantities of items shown in the Bill of Quantities are
approximate, & liable to vary during the actual execution of
the work. Some items/group of items may have to be altered,
added or omitted. The Contractor shall be bound to carry out
and complete the stipulated work as instructed by the
Engineer, irrespective of the magnitude of variations including
additions, alterations or omissions in the Bill of Quantities,
individual items or group of items of Schedule-BLT1 and
Schedule-CR1 specified in the Bill of Quantities.
ii) Each of these Schedules BLT1 and CR-1 shall constitute a Group
of items.
iii) Such variations shall be paid as follows:
a) At the accepted rates of the Contract for Positive variation in
quantities to the extent of 25%. Unless otherwise specifically
provided for in the Bill of Quantities or elsewhere in the
Contract, the variation of 25% shall be applicable to a group
of items mentioned therein and not to individual items. In case
of variation in quantities on minus side, contract rates will be
payable for executed quantities.
b) Variation in the quantity of items individually costing upto 1%
of the total contract value, shall be payable at the rates stated
in the Contract notwithstanding the magnitude of variation
upto 2% of the original Contract Value for each item.
c) In case the variation in individual items or the group of items
as stipulated above, is more than 25% on plus side, the rate
for the varied quantity beyond 25% shall be negotiated
between the Engineer and the Contractor and mutually agreed
rates arrived at before actual execution of the extra quantity.
d) In case Engineer introduces an item for which the Contract
does not contain any rates or prices applicable to the varied
Works, the rate of such items shall be derived, wherever
possible, from rate for similar items available in the Bill of
Quantities of the accepted Tender. In case this is not possible,
the rate may be decided on the following basis:
i. Cost of Materials at current market price, as actually utilised
in the final finished Permanent Works, including a reasonable
percentage for wastage and transportation.
ii. Cost of enabling works if any (unless provided for separately)
worked out on the above basis but with less stringent quality.
Specifications minus salvage value of serviceable material
released after completion of work and cost of material
released as scrap.
iii. Cost of labour actually used at the site of work at rates under
Payment of Minimum Wages Act for the area of work for each
category of worker, further enhanced by a percentage of 10%
of the aforesaid rates to account for labour not directly
utilised at Site and other ancillary and incidental expenses on
labour.
iv. Hire charges for Plant & Machinery, scaffolding, shuttering,
forms, etc., required to be used at the site of the work. The
tools used by the various trades shall not be counted as Plant
& Machinery for this purpose.
v. An amount of 20% of items (i), (ii), (iii) and (iv) above to allow
for Contractor’s overheads, profits and corporate taxes. This
percentage shall also apply to estimated cost of Materials
supplied free to the Contractor.
vi. In all cases where extra items of work are involved, for which
there are no rates in the accepted Bill of Quantities the
Contractor shall give a notice to the Engineer, of at least 7
days before the need for their execution arises.

242
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

In the event of disagreement in respect of items (c) and (d) above,


the Engineer shall fix such rates of price as are, in his opinion
appropriate and shall notify the Contractor accordingly, with a
copy to the Employer. Until such time as rates or prices are agreed
or fixed, the Engineer shall determine provisional rates or prices
to enable on account payments to the Contractor. Alternatively,
in the event of disagreement, the Contractor shall have no claim
to execute extra quantities/new items and the Engineer shall be
free to get such additional quantities beyond 25% new items
executed through any other agency. However, if the Engineer or
the Employer so directs the Contractor shall be bound to carry out
any such additional quantities beyond the limits stated above
original quantities and or new items and the disagreement or the
difference regarding rates to be paid for the same shall be settled
in the manner laid down under the conditions for the settlement
of dispute.
44 Sub-clause Employer’s Variation & Variation Procedure
13.2.1 (New
sub-clause) “Employer’s Variation” means a change in the Works
Requirements which makes necessary alteration or
modification of the Design, quality or scope of Works as
described by or referred to in the Works Requirements.
Changes to any sequence, method or timing of manufacture,
testing and Commissioning including Integrated Testing and
Commissioning and changes to any part of the Site or access
thereto will not constitute Employer's Variation.

An Employer's Variation shall be requested and implemented in


accordance with and subject to the following provisions:

(a) within 14 days (or such other period as the Engineer may
allow) of the Engineer informing the Contractor in writing
of the intention to request an Employer's Variation, the
Contractor shall notify the Engineer in writing whether in
his opinion the Employer's Variation would, if ordered:

(i) give rise to any entitlement to an extension of time; or


(ii) affect the achievement of any Milestone; or
(ii) give rise to any entitlement to additional payment; or
(iii) affect the warranties of the Contractor set out in
Conditions of Contract and shall submit his proposals as
to the terms upon which he would agree to implement
the Employer's Variation.
(b) The Contractor shall furnish sufficient information in terms
of rates/prices of the equipment/components
manufactured by the contractor or sourced from the
Vendors/Sub-contractors such as: estimated man-hours,
man-hours rates for manufactured items, design costs,
basic rate of materials, sub-assemblies, taxes, duties,
overheads & profiles and inflation rate, so as to establish
the reasonableness of the variation price. In assessing work
covered by any sub-contract, the Engineer shall have,
where he deems necessary, access to the original sub-
contract conditions, rates, prices and details of the
variation claimed and may direct the Contractor to provide
a copy of the same, to assist in evaluating any Variations.
(c) any agreement between the Engineer and the Contractor as
to the terms upon which an Employer's Variation may be
implemented shall have no contractual or other legal
effect, until it is in writing and is signed by the Contractor
243
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

and the Engineer. The Engineer before signing such


agreement shall take prior approval of the Employer. The
terms of this agreement will be binding upon the Contractor
and the Employer. This agreement shall determine the
amount which should be added to or deducted from the
relevant Cost Centre Amount and/or the revisions (if any)
which should be made to the Milestone Payment Schedules
as a result of the Variation.

In the event of the Engineer and the Contractor failing to reach


agreement on the revisions to be made to the Cost Centre
Amounts, the Engineer shall, with the approval of the Employer,
determine the amount which should be added or deducted from
the relevant cost centre amount which shall be binding on the
contractor. In case the Contractor supplies part/ incomplete
information or refuses to supply the required information,
Engineer shall determine the cost of Variation based on the
information available to him from any sources which in his
judgment can be used to determine the case. The Contractor
shall proceed with the Work irrespective of whether an
agreement between the Engineer and Contractor as to the terms
and price of the variation have been reached or not but may
submit his Claim if necessary, in accordance with Sub-clause 20
of GCC.

(d) if the Engineer withdraws the request for an Employer's


Variation, the Contractor shall have no claim of any kind
whatsoever arising out of or in connection with any of the
proposals made or any failure to reach agreement. In case
the Employer’s Variation involves omission of part of the
Works, the agreement shall address the issue of reduction
in the Contract Price.

Note: The Contract Forms attached to PC may be modified as


considered necessary at the time of finalization of the Contract.

45 Sub-clause 13.7 The following is added to the existing clause:


Adjustments for The Contract Price shall be adjusted to take into account any
Changes in new taxes or any statutory variation in Custom Duty, GST etc.
Legislation on finished product/item during the contractual completion
period shall be to the Employer’s account for which the
Contractor shall furnish documentary evidence in support of
their claims. However, any increase in the cost due to new taxes
or change in the existing taxes & GST/Custom duty act etc.
introduced during the extended contractual completion period
due to the Contractor’s fault shall be to the Contractor’s
account.

46 Sub-Clause 13.8, Replace the GC Sub-Clause 13.8 with the provisions as


under:
Adjustments for
Changes in Cost The rates as per the accepted Bill of Quantities / Pricing
Document shall be applicable till the completion of the
Works and will be varied only to the extent of permissible
price variation under this clause. However, this
adjustment shall be to the extent that full compensation
for any rise or fall in costs to the Contractor is not covered
by the Price Variation formula, the rates in the accepted
Bill of Quantities / Pricing Document shall be deemed to
include amounts to cover the contingency of such rise or
fall in costs.

244
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The price variation will be payable only on the Indian


currency component (no adjustment for foreign currency
component) of the Contract Price for Bill of Quantity bill
no BLT -1 and CR -1 only of Price Bid as per the following
price variation formula.

Payment as per the Contract shall be subject to


adjustment in accordance with the following Price
Variation formula, and other terms given herein, to
provide for variation in the market rates of inputs like
labour, materials and fuel / energy during the currency of
the Contract:
𝑉 = 𝑉𝐿 + 𝑉𝑆 + 𝑉𝐶 + 𝑉𝐹 + 𝑉𝑀
Where

V Total adjustment on account of all


components/factors

VL Adjustment on account of labour component


𝑙 − 𝑙𝑜
= 𝑝 ∗ 𝑅 ∗ ---------
𝑙𝑜

VS Adjustment on account of steel component


WS – Wso
= q ∗ 𝑅 ∗ --------------------
Wso

VC Adjustment on account of cement component


WC – Wco
= r ∗ 𝑅 ∗ ------------------
Wco

VF Adjustment on account of fuel / lubricant


component
Wf – Wfo
= s ∗ 𝑅 ∗ -------------------
Wfo

VM Adjustment on account of other materials,


machinery and machine tools component
Wm – Wmo
= t ∗ 𝑅 ∗ ------------------
Wmo

p Cost coefficient of labour to the total cost = 0.20

q Cost coefficient of Steel to the total cost = 0.25

245
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

r Cost coefficient of Cement to the total cost = 0.17

s Cost coefficient of Fuel &Lubricants to the total


cost = 0.05

t Cost coefficient of other Materials, machineries,


tools and plants = 0.18

Note: p + q + r + s + t = 0.85, balance 0.15 shall be the


fixed component

R Gross value of the work done by the Contractor for


the period of work under consideration, after
excluding the reform the cost of any materials
supplied free or at fixed rate to the Contractor.

lo Consumer Price Index for Industrial workers,


published in the Labour Bureau, Ministry of Labour
and Employment, Government of India, as
applicable to Pune area for the month preceding the
month in which the last date prescribed for receipt
of tender, falls.

l Average of monthly Consumer Price Index for


Industrial workers published in the Labour Bureau,
Ministry of Labour and Employment, Government of
India, as applicable to Pune area for the month
under consideration.

Wso Wholesale Price Index for Steel published by RBI


Bulletin (with base 2011-12 = 100 for mild steel -
long products) for the month preceding the month in
which the last date prescribed for receipt of tender,
falls

Ws Wholesale Price Index for Steel published by


published by RBI Bulletin (with base 2011-12 = 100
for mild steel - long products) for the month under
consideration

Wco Wholesale Price Index for Cement, Lime, Plaster


(with base 2011-12 = 100) issued by RBI Bulletin for
the month preceding the month in which the last
date prescribed for receipt of tender, falls.

Wc Wholesale Price Index for Cement, Lime, Plaster


(with base 2011-12 = 100) issued by RBI Bulletin for
the month under consideration.

Wfo Wholesale Price Index (Averages) for Fuel & Power


(with base 2011-12 = 100), as published by RBI
Bulletin for the month preceding the month in which
the last date prescribed for receipt of tender, falls.

Wf Wholesale Price Index (Averages) for Fuel & Power


(with base 2011-12 = 100), as published by RBI
Bulletin for the month under consideration.

Wmo Wholesale Price Index (Averages) for Machinery


and Machine Tools (with base 2011-12 = 100) as

246
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

published by RBI Bulletin for the month preceding


the month in which the last date prescribed for
receipt of tender, falls.

Wm Wholesale Price Index (Averages) for Machinery


and Machine Tools (with base 2011-12 = 100) as
published by RBI Bulletin for the month under
consideration.

Period of Work under consideration will mean as under:


 In the case of first "On-account Bill" the period from the months
in which the Bid was opened to the month of measurement of
first bill.
 In the case of second and subsequent "On-account” and Final
bills, the Period from the month of measurement for previous
bill to the month of measurement of that bill.

Note: Responsibility of arranging the RBI Bulletins/CPWD


notifications as desired by the Employer or the Engineer shall
rest with the Contractor.

Procedure in case of delay in Availability of final RBI indices:

Where the final Price Indices are not available in the Reserve
Bank of India Bulletins, while making payment towards on-
account bills, payment towards Price Variation will be made on
provisional basis based on the indices available, to be adjusted
in subsequent bills as and when the final indices figures
become available.

Price Variation for Varied Items:

Normally, no price variation clause shall be applicable to any


extra item/new rates not originally included in the accepted
Bill of Quantities / Pricing Document and for which the rates
are fixed separately under Clause 13 of GCC. It shall, however
be open to the Engineer to accept price variation clause in such
cases where the rates are not based on actuals and work is
likely to continue for more than one year.

Adjustment on account of Price Variation:

Adjustment on account of Price Variations may be positive (in


which case extra amount shall be paid to the Contractor), or
negative (in which case the amount of Price Variation shall be
recovered from the Contractor). Adjustment on account of
Price Variation shall be calculated separately, for each period,
between two successive dates of measurements for bills and
paid along with each bill or separately as claimed by the
Contractor.
After verifying the bill, the Engineer shall certify the
adjustment amount and advise the same to the Employer along
with the 'On Account' bill. Should any extra amount be due to
Contractor, the Employer shall pay the same as far as possible
within 28 days of certification by Engineer. Any amount due

247
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

from Contractor on account of negative adjustment shall be


recovered from his pending or other bills at the earliest.

Price Variation during extended period of completion:

The price adjustment as worked out above i.e. either increase


or decrease will be applicable up to the stipulated date of
completion of the work including the extended period of
completion where such extension has been granted under Sub-
Clause 8.4 & 8.5 of GC or it is specifically mentioned that
extension is with price variation also. However, where
extension has been granted under Sub- Clause 8.7 of GC, price
adjustment will be due as follows:

In case the indices increase above the indices applicable to a


bill made on the last date of original completion period or the
extended period under Sub-Clauses 8.4 & 8.5 of GC, the price
adjustment for the period of extension under Sub-Clause 8.7 of
GC will be limited to the amount payable as per the indices
applicable to a bill made on the last date of the original
completion period or the extended period under Sub-Clauses
8.4 & 8.5 of GC as the case may be.

In case the indices fall below the indices applicable to a bill


made on the last date of the original or extended period of
completion, then the lower indices will be adopted for Price
Adjustment for the period of extension under Clause 8.4 & 8.5
of GC unless the extension has been granted due to
Contractor's fault.

47 Sub-Clause 14.1, Replace the GC Sub-Clause 14.1 with the provisions as under:
The Contract
Price (a) the Contract Price shall be the item rate Accepted Contract
Amount and be subject to adjustments in accordance with
the Contract;
(b) the Contractor shall pay all taxes, levies, duties, cess as per
GST/Custom Tariff Act etc, royalty, rates and fees required
to be paid by him under the Contract, and the Contract Price
shall not be adjusted for any of these costs except as stated
in Sub-Clause 13.7 [Adjustments for Changes in Legislation];
(c) No change
(d) Not applicable
(e) The Contract Price, subject to any adjustment thereto in
accordance with the Contract shall be all inclusive of GST,
Custom duties, royalties etc.

The Bidder/Contractor is required to note the following regarding


Contract prices:

 The Contractor shall submit the proof of registrations under


various fiscal and labour laws like GST, Profession Tax,
Import Export Code, Employee State Insurance, Provident
Fund, Maharashtra Labour Welfare Fund and shall submit an
undertaking that he will get registered with the competent
authority/ies for complying with various laws that are
applicable.

248
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

 Deleted
 The Contractor shall be solely responsible to find out and
ascertain whether their supplies for Maharashtra Metro Rail
Corporation Limited will qualify and be eligible for the
concession duty benefit under Chapter 98.01 of custom
Tariff Act for project Imports & shall manage the Custom
Duty applicability and inclusion in their quoted price
accordingly. After award of the Contract, Employer at the
written request of a contractor shall facilitate the
contractor for obtaining sponsoring / recommendation letter
from the GOM for getting themselves registered for availing
Project Import benefits. However, the responsibility to avail
the concessional benefits under Project Import or otherwise
as extended in accordance with the law of the land shall
solely rest with the Contractor.
 Should the Employer, during execution of the contract,
obtain a waiver of GST/Custom Duty if applicable, in full or
part thereof, the Contractor will be advised on the process
to be followed to obtain exemption /refund of such taxes,
duties etc., from the concerned Authorities. In case of
failure by the Contractor to obtain and remit the refund
within reasonable time (to be decided by the Employer &
intimated to contractor) to the Employer, the same will be
recovered by the Employer from the amounts due as
payment to the Contractor or as debt due from the
Contractor. The decision of the Employer shall be final and
binding. If the Contractor fails to take the required action
to obtain refund or exemption, the Employer may take
action in accordance with condition of Contract.
 The Contractor shall maintain details of GST /Custom Duty
etc. paid to the concerned authority and submit:
 Certificate of the Chartered Accountant in regard to
turnover of the Contractor relating to Maharashtra Metro
Rail Corporation Limited.
 GST return of the Contractor for the relevant period /
periods along with detailed statement & copy of Challans in
regard to deposit of tax.
 The Contractor also will have to submit ‘No Dues Certificate’
for the year / period as and when required by Maharashtra
Metro Rail Corporation Limited.
 The full and final payment to Contractor will be made only
after documents as required above are furnished by him and
checked by Maharashtra Metro Rail Corporation Limited.
 All payments will be subject to GST-TDS provisions, if
applicable in force from time to time.
 Deleted
 Any duty drawback, export / import incentive, concession /
exemption available to the Contractor to be passed on to
Maharashtra Metro Rail Corporation Limited.
 Labour Welfare Fund, ESI, PF and other labour related
payments:
 Primary responsibility for payment statutory dues or other
dues within stipulated time shall be primary responsibility of
the Contractor.
 Maharashtra Metro Rail Corporation Limited at no point of
time shall be responsible for the same.

249
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

 Contractors shall certify on annual basis that there are no


unpaid dues relating to persons working in Maharashtra
Metro Rail Corporation Limited project.
 Maharashtra Metro Rail Corporation Limited has a right to
recover any unpaid dues from the Contractor in the event of
default at his part.
 Income tax
 All payments shall be subject to TDS provisions in force from
time to time.
 The Bidders are expected to submit certificates from
competent authorities for lesser / non-deduction of TDS.
 Deleted
 General Clause
 In case if Maharashtra Metro Rail Corporation Limited
project is approved for exemptions from any tax, duty, cess,
levy at a date later than the date of award of Bid the benefit
so accruing to the Bidder shall be passed on to Maharashtra
Metro Rail Corporation Limited. Appropriate changes will be
made to the Contract Price in such cases.
 The Contractor shall provide Maharashtra Metro Rail
Corporation Limited an authority to deduct such amounts
from any sum payable to the Contractor by Maharashtra
Metro Rail Corporation Limited.
 In case of change in taxation regime, the Contractor shall
comply with the statutory requirements and provide
Maharashtra Metro Rail Corporation Limited with such
documents / certificates / declaration as may be stipulated
by Maharashtra Metro Rail Corporation Limited from time to
time.
 All bill raised should specifically state the amount of taxes
charged separately in detail.
 The bills should mention all the required statutory details
including the registration numbers with various statutory
authorities, declarations, formats as required under various
statutory laws / regulations.
 Maharashtra Metro Rail Corporation Limited shall at no point
of time will be responsible for payment of taxes, duties,
cess, levy, rates, royalty other than which are mentioned in
the Bidding Documents and recovered by the Contractor in
their bills submitted periodically. No recoveries will be
entertained by Maharashtra Metro Rail Corporation Limited
for demands raised by the Contractor at later stage.
The Contractor has to maintain meticulous record of all the
taxes and duties paid under GST, Custom Duty etc. and to
submit the same when required by the Employer.

48 Sub-Clause 14.2, Replace the GC Sub-Clause 14.2 with the provisions as


under:
Advance Payment

The Employer shall make an advance payment, as an interest-


free loan for mobilization and cash flow support, when the
Contractor submits a guarantee in accordance with this Sub-
Clause. The total advance payment, the number and timing of
instalments (if more than one), and the applicable currencies
and proportions, shall be as stated in the Contract Data.

250
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Engineer shall deliver to the Employer and to the


Contractor an Interim Payment Certificate for the advance
payment after receiving a Statement (under Sub-Clause 14.3
[Application for Interim Payment Certificates]) and after the
Employer receives (i) the Performance Security in accordance
with Sub-Clause 4.2 [Performance Security] and (ii) a
guarantee in amounts and currencies equal to the advance
payment. This guarantee shall be issued by a Scheduled
Commercial Bank based in India acceptable to the Employer
and shall be in the form annexed to the Particular Conditions
or in another form approved by the Employer.

The Contractor shall ensure that the guarantee is valid and


enforceable until the advance payment has been repaid, but
its amount shall be progressively reduced by the amount repaid
by the Contractor as indicated in the Payment Certificates. If
the terms of the guarantee specify its expiry date, and the
advance payment has not been repaid by the date 28 days prior
to the expiry date, the Contractor shall extend the validity of
the guarantee until the advance payment has been repaid.

Unless stated otherwise in the Contract Data, the advance


payment shall be repaid through percentage deductions from
the interim payments determined by the Engineer in
accordance with Sub- Clause 14.6 [Issue of Interim Payment
Certificates], as follows:

(a) deductions shall commence in the next interim Payment


Certificate following that in which the total of all certified
interim payments (excluding the advance payment and
deductions and repayments of retention) exceeds 30
percent (30%)of the Accepted Contract Amount; and
(b) deductions shall be made at the amortization rate stated in
the Contract Data of the amount of each Interim Payment
Certificate (excluding the advance payment and deductions
for its repayments as well as deductions for retention
money) in the currencies and proportions of the advance
payment until such time as the advance payment has been
repaid; provided that the advance payment shall be
completely repaid prior to the time when 90 percent (90%)
of the Accepted Contract Amount less Provisional Sums has
been certified for payment.

If the advance payment has not been repaid prior to the issue
of the Taking-Over Certificate for the Works or prior to
termination under Clause 15 [Termination by Employer],
Clause 16 [Suspension and Termination by Contractor] or
Clause 19 [Force Majeure] (as the case may be), the whole of
the balance then outstanding shall immediately become due
and in case of termination under Clause 15 [Termination by
Employer], except for Sub-Clause 15.5 [Employer’s
Entitlement to Termination for Convenience], payable by the
Contractor to the Employer.
49 Sub-clause 14.2.1 Interest in case of delay in repayment of Advances

Should there be delay in the progress and completion of work, as


a result of which it is not possible to recover the advance and
interest thereon, before the date of completion stipulated in the
Contract, then the interest to be charged from the Contractor on
the remaining portion of the advance beyond the original
completion date specified in the Contract, shall be the State Bank

251
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

of India Base Rate plus 3% per annum or 12% per annum, whichever
is higher up to the date of actual recovery affected by the MAHA-
METRO.

If the contract is terminated due to default of the Contractor, the


‘Mobilisation Advance’ would be deemed as interest bearing
advance at an interest rate equal to the State Bank of India Base
Rate, prevailing on the date of issue of Notice of Invitation of Bids
plus 3% per annum or 12% per annum, whichever is higher, to be
compounded quarterly.

The interest will be calculated from the first day of the month in
which an advance is paid to the Contractor and it will be
calculated up to the last day of the month in which the recovery
is made. Interest for the month would be calculated on the month
principal outstanding on the first day on the month.
50 Sub-Clause 14.7, Add following at the end of the Sub-Clause GC 14.7:
Payment
The Employer may, at its sole discretion, authorise the
Engineer to perform the functions of Employer specified in the
GC Clause 14.7.

The Employer may advise arrangements for payment through


the lending Bank. The procedure to be followed for such
payment through the Bank shall be advised to the Contractor
by the Engineer.

Add Further

If and to the extent that the Pricing Document expressly


specifies in relation to a Cost Centre that the Contractor is
entitled to payment in a currency other than Indian Rupees, or
the Engineer makes a determination of Cost in a currency other
than Indian Rupees, all such payments shall be made in the
relevant foreign currency.

In calculating the amount payable to the Contractor for the


Rupee portion, for each item, sums of less than Fifty Paise shall
be mitted and sums of Fifty Paise and more, up to one Rupee,
shall be reckoned as one Rupee. The net payments in foreign
currencies, if applicable, shall also be rounded off to ‘zero’
decimal places.

All the payments to the contractor/supplier for all currency


shall be made by online mode/e-cheque. But no payment will
be issued for an amount of less than Rs. 1000/-. This shall not
apply to the final payment.

Payment procedure shall be as under:


a) The Contractor shall submit the monthly bill for payment
to the Engineer.
b) Immediately after the submission of bill 80 % amount of
the bill shall be released within 7 working days.
c) The remaining 20% of the bill shall be released after detail
scrutiny and subsequent comments / Recommendations by

252
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Engineer within 28 days from the date of submission of bill by


contractor.
d) If any adverse comments regarding the workmanship or
the quality of the work done in the previous bill is made
by the Engineer then appropriate and suitable amount
shall be recovered from successive bills.

Add further

Notwithstanding anything stated herein the Employer’s


Representative retains the right to withhold payment on any item
due for payment when the services is to be performed is not
performed or is not carried to satisfaction of Employers
satisfaction.

51 Sub-Clause 14.8– Replace the GC Sub-Clause 14.8 with the provisions as


Delayed Payment under:

If the Contractor does not receive payment/certificate for


acceptance of payment in accordance with GC and PC Clause
14.7 above, the Contractor shall be entitled to receive interest
on the amount unpaid during the period of delay. This period
of delay shall be deemed to commence from the first working
day after 56 calendar days from the date of issue of the
Interim Payment Certificate.

The interest shall be calculated at an interest rate equal to


State Bank of India prime lending rate.

The Contractor shall submit their claim for the interest for the
above period of delay along with detailed reasons for the said
delays to the Engineer within 14 days of the expiry of the 56
days period. The claimed interest shall be payable to the
Contractor only if it is determined by the Engineer that the
delays are solely attributable to the Employer.

52 Sub-Clause 14.9 Replace the GC Sub-Clause 14.9 with the provisions as


under:

When the Taking-Over Certificate has been issued for the


Works, the first half of the Retention Money shall be certified
by the Engineer for payment to the Contractor. If a Taking-
Over Certificate is issued for a Section or part of the Works, a
proportion of the Retention Money shall be certified and paid.
This proportion shall be half (50%) of the proportion calculated
by dividing the estimated contract value of the Section or
part, by the estimated final Contract Price.

Promptly after the latest of the expiry dates of the Defects


Notification Periods, the outstanding balance of the Retention
Money shall be certified by the Engineer for payment to the
Contractor. If a Taking-Over Certificate was issued for a
Section, a proportion of the second half of the Retention
Money shall be certified and paid promptly after the expiry
date of the Defects Notification Period for the Section. This

253
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

proportion shall be half (50%) of the proportion calculated by


dividing the estimated contract value of the Section by the
estimated final Contract Price.

However, if any work remains to be executed under Clause 11


[Defects Liability], the Engineer shall be entitled to withhold
certification of the estimated cost of this work until it has
been executed.

When calculating these proportions, no account shall be taken


of any adjustments under Sub-Clause 13.7 [Adjustments for
Changes in Legislation] and Sub-Clause 13.8 [Adjustments for
Changes in Cost].
Unless otherwise stated in the Particular Conditions, when the
Taking-Over Certificate has been issued for the Works and the
first half of the Retention Money has been certified for
payment by the Engineer, the Contractor shall be entitled to
substitute a guarantee, in the form annexed to the Particular
Conditions or in another form approved by the Employer and
issued by a scheduled Indian/Foreign bank in India acceptable
to the Employer, for the second half of the Retention Money.
The Contractor shall ensure that the guarantee is in the
amounts and currencies of the second half of the Retention
Money and is valid and enforceable until the Contractor has
executed and completed the Works and remedied any defects,
as specified for the Performance Security in Sub- Clause 4.2.
On receipt by the Employer of the required guarantee, the
Engineer shall certify, and the Employer shall pay the second
half of the Retention Money. The release of the second half of
the Retention Money against a guarantee shall then be in lieu
of the release under the second paragraph of this Sub-Clause.
The Employer shall return the guarantee to the Contractor
within 21 days after receiving a copy of the Performance
Certificate.

If the Performance Security required under Sub-Clause 4.2 is


in the form of a demand guarantee, and the amount
guaranteed under it when the Taking-Over Certificate is issued
is more than half of the Retention Money, then the Retention
Money guarantee will not be required. If the amount
guaranteed under the Performance Security when the Taking-
Over Certificate is issued is less than half of the Retention
Money, the Retention Money guarantee will only be required
for the difference between half of the Retention Money and
the amount guaranteed under the Performance Security.

53 Sub-Clause 14.15 In item no. (e) of Sub-Clause 14.15 the “Central Bank of the
country” would mean the Reserve Bank of India and the Base
Currencies of Date would be the date 28 days before the latest date of
Payment submission of Bid.

54 Sub-Clause 15.2 Add the following at the end of this sub-clause:

On termination of contract due to Contractor’s default the


performance security shall be forfeited by encashing the bank
guarantee and the balance work shall be got done
independently without risk and cost of the failed Contractor.
The failed Contractor shall be debarred from participating in
the tender for executing the balance work. If the failed
contractor is a JV/CONSORTIUM or a partnership firm, then
every member/partner of such JV/CONSORTIUM or
partnership firm shall be debarred from participating in the
254
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

tender for the balance work either in his/her individual


capacity or as a partner of any other
JV/CONSORTIUM/partnership firm.

In case the contractor fails to adhere to the agreed programme


of work by margin of 10% of the stipulated period or 21 days,
whichever is earlier, or fails to complete the Works or parts of
the Works within the stipulated or extended period of
completion, or is unlikely to complete the whole Work or part
thereof within time because of poor record of progress, the
Employer at its sole discretion may terminate only part of the
contract also by taking out some part of the total scope of
work and may complete or arrange for any other entity
through the process of open/limited/single tender or by
calling quotations, to do so at the risk and cost of the
Contractor.

55 Sub-Clause 16.1, Replace the GC Sub-Clause 16.1 with the provisions as


under:
Contractor’s
Entitlement to
Suspend Work If the Engineer fails to certify in accordance with Sub-Clause
14.6 [Issue of Interim Payment Certificates] or the Employer
fails to comply with Sub-Clause 14.7 [Payment], the
Contractor may, after giving not less than 21 days’ notice to
the Employer, suspend work (or reduce the rate of work)
unless and until the Contractor has received the Payment
Certificate, reasonable evidence or payment, as the case may
be and as described in the notice.
The Contractor’s action shall not prejudice his entitlements to
financing charges under Sub-Clause 14.8 [Delayed Payment]
and to termination under Sub-Clause 16.2 [Termination by
Contractor].
If the Contractor subsequently receives such Payment
Certificate, evidence or payment (as described in the relevant
Sub-Clause and in the above notice) before giving a notice of
termination, the Contractor shall resume normal working as
soon as is reasonably practicable.

If the Contractor suffers delay and/or incurs Cost as a result


of suspending work (or reducing the rate of work) in
accordance with this Sub-Clause, the Contractor shall give
notice to the Engineer and shall be entitled subject to Sub-
Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or


will be delayed, under Sub-Clause 8.4 [Extension of Time for
Completion], and
(b) payment of any such Cost-plus profit, which shall be included
in the Contract Price.

After receiving this notice, the Engineer shall proceed in


accordance with Sub-Clause 3.5 [Determinations] to agree or
determine these matters.

56 Sub-Clause 16.2, Replace the GC Sub-Clause 16.2 with the provisions as


under:
Termination by
Contractor
The Contractor shall be entitled to terminate the Contract if:

255
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(a) the Engineer fails, within 56 days after receiving a


Statement and supporting documents, to issue the relevant
Payment Certificate,
(b) the Contractor does not receive the amount due under an
Interim Payment Certificate within 42 days after the expiry
of the time stated in Sub-Clause 14.7 [Payment] within
which payment is to be made (except for deductions in
accordance with Sub-Clause 2.5 [Employer’s Claims]),
(c) the Employer substantially fails to perform his obligations
under the Contract in such manner as to materially and
adversely affect the economic balance of the Contract
and/or the ability of the Contractor to perform the
Contract,
(d) the Employer fails to comply with Sub-Clause 1.6 [Contract
Agreement] or Sub-Clause 1.7 [Assignment],
(e) a prolonged suspension affects the whole of the Works as
described in Sub-Clause 8.11 [Prolonged Suspension], or
(f) the Employer becomes bankrupt or insolvent, goes into
liquidation, has a receiving or administration order made
against him, compounds with his creditors, or carries on
business under a receiver, trustee or manager for the
benefit of his creditors, or if any act is done or event occurs
which (under applicable Laws) has a similar effect to any
of these acts or events.
(g) the Contractor does not receive the Engineer’s instruction
recording the agreement of both Parties on the fulfilment
of the conditions for the Commencement of Works under
Sub- Clause 8.1 [Commencement of Works].

In any of these events or circumstances, the Contractor may,


upon giving 14 days’ notice to the Employer, terminate the
Contract. However, in the case of sub-paragraph (e) or (f), the
Contractor may by notice terminate the Contract
immediately.

In the event the Bank suspends the loan or credit from which
part or whole of the payments to the Contractor are being
made, if the Contractor has not received the sums due to him
upon expiration of the 14 days referred to in Sub-Clause 14.7
[Payment] for payments under Interim Payment Certificates,
the Contractor may, without prejudice to the Contractor's
entitlement to financing charges under Sub-Clause 14.8
[Delayed Payment], take one of the following actions, namely
(i) suspend work or reduce the rate of work under Sub-Clause
16.1 above, or (ii) terminate the Contract by giving notice to
the Employer, with a copy to the Engineer, such termination
to take effect 14 days after the giving of the notice.

The Contractor’s election to terminate the Contract shall not


prejudice any other rights of the Contractor, under the
Contract or otherwise.

57 Sub-clause 17.1 Replace the GC Sub-Clause 17.1 with the provisions as


under:
– Indemnities

“The Contractor shall indemnify and hold harmless the


Employer (Maharashtra Metro Rail Corporation Limited), the
Engineer, the Designated Contractors, representatives and
256
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

employees from and against all actions, sits, proceedings,


claims, damages, losses, expenses and demands of every
nature and description, by reasons of any act or omissions of
the Contractor, his representative or his employees in the
execution of the Works, including professional services
provided by the Contractor or in the guarding the same.

These indemnification obligations shall include but not be


limited to claims, damages, losses, damage proceedings,
charges and expenses which are attributable to:

 sickness, or disease, or death of, or injury to any person; and


 loss of, or damage to, or destruction of any property (other
than the Works) including consequential loss of use; and
 loss, damage or costs arising from the carriage of Plant,
Rolling Stock and Materials and/or ownership or chartering
of marine vessels by the Contractor, or any sub-contractor
of any tier.

The Contractor shall also indemnify and save harmless the


Employer from & against all claims & proceedings on account
of infringements of patents rights, design, trademark name
etc as detailed out in the GC.

All sums payable by way of compensation under these


conditions shall be considered reasonable compensation
payable to the Employer, without reference to the actual loss
or damage sustained, and whether or not any damage shall
have been sustained.

The decision of the Engineer as to compensation claimed shall


be final and binding.”

58 Sub-Clause Add the following at the end of this sub-clause:


18.1
General The Contractor shall obtain all insurances required in the
Requirement Contract from Insurance companies operating in India.
Insurances to cover risks within India as well as Marine and
for Insurances
Transit Insurances shall invariably be effected with an Indian
Insurance Company.

59 Sub-Clause Add the following at the end of this sub-clause:


18.2 Insurance
for Works and
Contractor’s The Contractor shall take Comprehensive All Risk (CAR)
insurance policies duly covering Marine/Transit, Erection cum
Equipment
Storage insurance of cars for value equivalent to the contract
value with deductibles not exceeding one (01) percent value.
Insurance policy shall be valid till three months after expiry of
DLP. The policy shall include insurance for the complete
contract value.

60 New Sub-clause The Contractor shall effect and maintain professional,


18.5, indemnity insurance, in the name of Maharashtra Metro Rail
Corporation Limited, for the amount in Indian Rupees
Professional stipulated in Part A: Contract Data in respect of any design of
Indemnity the Works to be carried out by, or on behalf of the Contractor.
Insurance

257
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

This insurance, which shall ensure the Contractor's liability by


reason of professional negligence and errors in the design of
the works, shall be valid from the date of commencement of
Works, until 5 years after the date of issue of Performance
Certificate or 3 years after commencement of commercial
train operations whichever is later. Alternatively, the
Contractor shall redeem the insurance before the expiry of the
Yearly Insurance in such a way that the entire validity period
is covered.

The Engineer will not issue Final Payment Certificate until the
Contractor has produced evidence that coverage of the
professional indemnity insurance has been provided for the
aforesaid period.

61 Sub-Clause 19.4, Replace the GC Sub-Clause 19.4 with the provisions as


under:
Consequences of
Force Majeure
If the Contractor is prevented from performing his substantial
obligations under the Contract by Force Majeure of which
notice has been given under Sub-Clause 19.2 [Notice of Force
Majeure], and suffers delay and/or incurs Cost by reason of
such Force Majeure, the Contractor shall be entitled subject
to Sub-Clause 20.1 [Contractor’s Claims] to:

(c) an extension of time for any such delay, if completion is or


will be delayed, under Sub-Clause 8.4 [Extension of Time for
Completion], and
(d) if the event or circumstance is of the kind described in
subparagraphs (i) to (iii) of Sub-Clause 19.1 [Definition of
Force Majeure] and, in sub-paragraphs (ii) and (iii), occurs in
the Country, payment of any such Cost, including the costs of
rectifying or replacing the Works and/or Goods damaged or
destroyed by Force Majeure, to the extent they are not
indemnified through the insurance policy referred to in Sub-
Clause 18.2 [Insurance for Works and Contractor’s
Equipment].
After receiving this notice, the Engineer shall proceed in
accordance with Sub-Clause 3.5 [Determinations] to agree or
determine these matters.

62 Sub-clause 19.6: Replace “84 days” and “140 days” mentioned in the sub-clause
with “184 days” and “340 days” respectively.
Optional
Termination,
Payment and
Release

63 Sub-clause 19.8 Any loss or damage caused to Goods/Trains in manufacturer’s


works in India or abroad due to natural calamities like
(New Subclause) flooding, typhoons and heavy storms etc. including rioting, fire
etc. shall be covered by an insurance policy by the Contractor
and he shall not be entitled for any payment against the loss
or damage from the Employer. The Employer may however
consider an extension to the Contract on this account if it is
established that all reasonable precautions were taken by the
Contractor.

Replacement to Clause 20 of Section VIII - GCC: CLAIMS, DISPUTES & ARBITRATION

258
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

64 Sub-Clause 20.1 The following is added to the existing clause:


Procedure of
If the Contractor intends to claim any additional payment under
claim
any clause of these Conditions or otherwise, the contractor shall
give notice to the Engineer as soon as possible and in any event
within 28 days of the start of the event giving raise to the claim.
The Contractor shall keep such contemporary records to
substantiate any claim, either on the Site or at any other
location acceptable to the Engineer. Without admitting the
Employer's liability, the Engineer shall, on receipt of such notice,
inspect such records and may instruct the Contractor to keep
further contemporary records. The Contractor shall permit the
Engineer to inspect all such records, and shall (if instructed)
submit copies to the Engineer.
Within 28 days of such notice, or such other time as may be
agreed by the Engineer, the Contractor shall send to the
Engineer an account, giving detailed particulars of the amount
and basis of the claim. Where the event giving rise to the claim
has a continuing effect, such amount shall be considered as
interim. The Contractor shall then, at such intervals as the
Engineer may reasonably require, send further interim accounts
giving the accumulated amount of the claim and any further
particulars. Where interim accounts are sent to the Engineer, the
Contractor shall send a final account within 28 days of the end of
the effects resulting from the event.
If the Contractor fails to comply with this Sub-Clause, he shall
not be entitled to claim any additional payment.

65 Sub-Clause 20.2 The following is added to the existing clause:


Payment for
The Contractor shall be entitled to have included in any Interim
Claims
Payment Certificate such amount for any claim as the Engineer
considers due, after taking approval from the Employer. If the
particulars supplied are insufficient to substantiate the whole of
the claim, the Contractor shall be entitled to payment for such
part of the claim as has been substantiated.

66 Sub-Clause 20.3 The following is added to the existing clause:


No legal action
Any and all Disputes shall be settled in accordance with the
till Dispute
provisions of Clause 20. No action at law concerning or arising
Settlement
out of any Dispute shall be commenced unless and until all
Procedure is
applicable Dispute resolution procedures set out in Clause 20
exhausted
shall have been finally exhausted in relation to that Dispute or
any Dispute out of which that Dispute shall have arisen with
which it may be or may have been connected.

67 Sub-Clause 20.4 The following is added to the existing clause:


Notice of Dispute
For the purpose of Sub-Clause 20.5, a Dispute shall be deemed to
arise when one party serves on the other party a notice in writing
(hereinafter called a ("Notice of Dispute") stating the nature of the
Dispute provided that no such notice shall be served later than 28
days after the date of issue of Performance Certificate by the
Engineer.

68 Sub-Clause 20.5 The following is added to the existing clause:


Two stages for
Disputes shall be settled through two stages:
Dispute
Resolution

259
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

a. Conciliation procedures as established by "The


Arbitration and Conciliation Act-1996" (as amended from
time to time) and in accordance with this Clause. In the
event this procedure fails to resolve the Dispute then;
b. Arbitration procedures undertaken as provided by "The
Arbitration and Conciliation Act -1996" (as amended from
time to time) and in accordance with this Clause.

69 Additional Sub- The following is added to the existing clause:


Clause 20.5
Within 60 days of receipt of Notice of Dispute, either party shall
Conciliation refer the matter in dispute to conciliation.
Conciliation proceedings shall be initiated within 30 days of one
party inviting the other in writing to Conciliation. Conciliation
shall commence when the other party accepts in writing this
invitation. If the invitation is not accepted then Conciliation shall
not take place. If the party initiating conciliation does not
receive a reply within 30 days from the date on which he sends
the invitation he may elect to treat this as a rejection of the
invitation to conciliate and inform the other party accordingly.
The Conciliation shall be undertaken by one Conciliator selected
from a panel of Conciliators maintained by the Employer. The
Conciliator shall assist the parties to reach an amicable
settlement in an independent and impartial manner.

70 Additional Sub- The following is added to the existing clause:


Clause 20.5
The Employer shall maintain a panel of Conciliators, who shall be
:Conciliation
from serving or retired engineers of Government Departments, or
Procedure
of Public Sector Undertakings. Out of this panel, a list of three
Conciliators shall be sent to the Contractor who shall choose one
of them to act as Conciliator and conduct conciliation
proceedings/ in accordance with "The Arbitration and
Conciliation Act, 1996", of India.
There will be no objection if conciliator so nominated is a serving
employee of MAHA-METRO who would be Deputy level officer and
above.
The Employer and the Contractor shall in good faith co-operate
with the Conciliator and, in particular, shall endeavor to comply
with requests by the Conciliator to submit written materials,
provide evidence and attend meetings. Each party may, on his
own initiative or at the invitation of the Conciliator, submit to
the Conciliator suggestions for the settlement of the dispute.
When it appears to the Conciliator that there exist elements of a
settle which may be acceptable to the parties, he shall
formulate the terms possible settlement and submit them to the
parties for their observations, receiving the observations of the
parties, the Conciliator may reformulate the terms of a possible
settlement in the light of such observations.
If the parties reach agreement on a settlement of the dispute,
they may draw up and sign a written settlement agreement. If
requested by the parties, the Conciliator may draw up, or assist
the parties in drawing up, the settlement agreement.
When the parties sign the settlement agreement, it shall be final
and binding on the parties and persons claiming under them
respectively. The Conciliator shall authenticate the settlement

260
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

agreement and furnish a copy thereof to each of the parties. As


far as possible, the conciliation proceedings should be completed
within 60 days of the receipt of notice by the Conciliator.

71 Additional Sub- The following is added to the existing clause:


Clause 20.5 The parties shall not initiate, during the conciliation
Termination of proceedings, any arbitral or judicial proceedings in respect of a
Conciliation dispute that is the subject matter of the conciliation
Proceedings proceedings.
The conciliation proceedings shall be terminated:
a. by the signing of the settlement agreement by the
parties on the date of agreement; or
b. by written declaration of the conciliator, after
consultation with the parties, to the effect further
efforts at conciliation are no longer justified, on the date
of declaration; or
c. by a written declaration of the parties to the conciliator
to the effect that the conciliation proceedings are
terminated, on the date of declaration; or
d. by a written declaration of a party to the other party and
the conciliator, if appointed, to the effect that the
conciliation proceedings are terminated, on the date of
declaration.
Upon termination of the conciliation proceedings, the conciliator
shall fix the costs of the conciliation and give written notice
thereof to the parties. The costs shall be borne equally by the
parties unless settlement agreement provides for a different
apportionment. All other expenses incurred by a party shall be
borne by that party.

72 Sub-Clause 20.6 The following is added to the existing clause:


Arbitration If the efforts to resolve all or any of the disputes through
conciliation fails, then such dispute or differences, whatsoever
arising between the parties, arising out of touching or relating to
construction/ manufacture, measuring operation or effect of the
Contract or the breach thereof shall be referred to Arbitration in
accordance with the following provisions:
a. Matters to be arbitrated upon shall be referred to a sole
Arbitrator if the total value of the claim is up to Rs.5
million and to a panel of three Arbitrators if total value of
claims is more than Rs.5 million. The Employer shall
provide a panel of three arbitrators which may also
include MAHA-METRO officers for the claims up to Rs.5
million and a panel of five Arbitrators which may also
include MAHA-METRO officers for claims of more than Rs.5
million. The Contractor shall have to choose the sole
Arbitrator from the panel of three and/or one Arbitrator
from the panel of five in case three Arbitrators are to be
appointed. The Employer shall also choose one Arbitrator
from this panel of five and the two so chosen will choose
the third arbitrator from the panel only. The Arbitrator(s)
shall be appointed within a period of 30 days from the date
of receipt of written notice/ demand of appointment of
Arbitrator from either party. Neither party shall be limited
in the proceedings before such arbitrator(s) to the
evidence nor did arguments put before the Engineer for
the purpose of obtaining his decision. No decision given by
the Engineer in accordance with the foregoing provisions
shall disqualify him from being called as a witness and

261
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

giving evidence before the arbitrator(s) on any matter,


whatsoever, relevant to dispute or difference referred to
arbitrator/s. The arbitration proceedings shall be held in
Pune only. The language of proceedings that of documents
and communication shall be English.
b. The Employer at the time of offering the panel of
Arbitrator(s) to be appointed as Arbitrator shall also
supply the information with regard to the qualifications of
the said Arbitrator nominated in the panel along with their
professional experience, phone nos. and addresses to the
contractor.
The award of the sole Arbitrator or the award by majority of
three Arbitrators as the case may be shall be binding on all
parties. The award shall be made claim wise and will be a
speaking award.

73 Sub-Clause 20.6: The following is added to the existing clause:


Interest on Where the arbitral award is for the payment of money, no
Arbitration interest shall be payable on whole or any part of the money for
Award any period, till the date on which the award is made.

74 Sub-Clause 20.6: The following is added to the existing clause:


Arbitration from The cost of arbitration shall be borne by the respective parties.
Time to Time The cost shall, inter alia, include the fees of the Arbitrator(s) as
per rates fixed by the Employer

75 Sub-Clause 20.6: The following is added to the existing clause:


Jurisdiction of Where recourse to a Court is to be made in respect of any
courts matter, the jurisdiction of court shall be: District and Sessions
Court, Pune/ High Court of Judicature at Bombay – Nagpur
Bench, Nagpur/ Supreme Court of India, New Delhi.

76 Additional Sub- The following is added to the existing clause:


Clause The reference to Conciliation / Arbitration shall proceed not
Suspension of withstanding that the works shall not then be or be alleged to be
Work on Account complete, provided always that the obligations of the Employer,
of Arbitration Engineer and the Contractor shall not be altered by reasons of
arbitration being conducted during the progress of the Works.
Neither party shall be entitled to suspend the work or part of the
work to which the dispute relates on account of arbitration and
payments to the Contractor shall continue to be made in terms
of the Contract.
a. All notices to the Contractor, shall be served by post or telex
77 Additional Sub-
or telefax or by hand to the Contractor or his authorized
Clause :Notice of
representatives. In case of notices delivered by post, they
Contractor
will be deemed to have been delivered after 7 days of
dispatch.
b. The Contractor shall, on award of the Contract, furnish to the
Engineer, the name, designation, address and telephone,
telex and telefax numbers and e-mail address of his
representative referred above.
All notices to the Employer or Engineer shall be served by post or
78 Additional Sub-
telex or telefax, or by delivering by hand to the address
Clause : Notice
nominated for the purpose.
to Employer &
Engineer

Parties to the contract may change the nominated address by


79 Additional Sub-
employer with a notice to all concerned.
Clause Sub-
262
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Clause 20.9:
Change of
address

80 Additional Work by persons other than the Contractor


Clause: Work by
persons other
than the If the Contractor shall fail to carry out any work required
under the Contract or refuse to comply with any instruction or
Contractor
order given by the Engineer in accordance with the Contract
within a reasonable time, the Engineer may give the
Contractor 14 days' notice in writing to carry out such work or
comply with such instruction. If the Contractor fails to comply
with such notice, the Employer shall be entitled to carry out
such work or instruction by his own workmen or by other
contractors. Without prejudice to any other right or remedy,
all additional expenditure properly incurred by the Employer
in having such work or instruction carried out shall be
recoverable by the Employer from the Contractor.

If by reason of any accident or failure or other event occurring


to, in, or in connection with the Works any remedial or other
work shall, in the opinion of the Engineer, be urgently
necessary and the Contractor is unable or unwilling at once to
do such remedial or other work, the Engineer may authorize
the carrying out of such remedial or other work by a person
other than the Contractor. If the remedial or other work so
authorized by the Engineer is work, which, in the Engineer's
opinion, the Contractor was liable to do under the Contract,
all expenses properly incurred in carrying out the same shall
be recoverable by the Employer from the Contractor. Provided
that the Engineer shall, as soon after the occurrence of any
such emergency as may be reasonably practicable, notify the
Contractor thereof in writing.

81 Additional Confidentiality of Information


clause:
Confidentiality The Contractor shall not use or divulge, except for the purpose
of Information of the Contract or with the written permission of the
Employer, any information relating to the Works or the Project
provided in the Contract or otherwise provided by the
Employer, or the Engineer. The Contractor shall ensure that
his sub-contractors of any tier shall be bound by a like
confidentiality undertaking.

The Employer, Engineer and any third party to whom an


assignment has been made in accordance with Sub-clause 1.7
of General Conditions of Contract may use any information
provided by the Contractor in accordance with the Contract.
The Employer shall use reasonable endeavours to ensure that
the Engineer and any third party- referred to in aforesaid Sub-
Clause 1.7 shall not, divulge such information except for any
purpose connected with the Contract.

82 Additional In general, the cleanliness, lighting, safety, security, drinking


Clause: water, first aid etc. will be the responsibility of the civil
contractor as specified in the interface document.
Maintaining the
Site The Contractor shall be responsible for maintaining the site.
The daily sweeping and cleaning of the area under his
possession/work shall be his responsibility.

263
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

In case of repeated aberrations notices by the Engineer, a


minimum penalty of Rs.5000/- shall be imposed for each
instance.

83 Additional The Employer will engage suitable agencies for performing


Clause: EIA & SIA Environmental Impact Assessment and Social Impact
Assessment due to the Project. These agencies will suggest
appropriate monitoring mechanism as well as mitigation
measures for implementation by Maharashtra Metro Rail
Corporation Limited. The Contractor will be required to
implement these measures as part of its obligation under SHE
Manual / other relevant conditions. In case, implementing
these measures are beyond the scope of work as detailed in
Bidding Documents, the same shall be taken up as a Variation.

84 Additional The Contractor shall supply spare parts as per the Employers
requirement.
Clause: Spares

(a) The Contractor shall submit a schedule of spare parts duly


indicating, for each item of spares, its description, part
number, drawing number, lead time, shelf life and number of
units required for the system during the first ten years,
principal as well as secondary sources of supply, and also the
unit price with escalation/de-escalation clause.
(b) The Employer may, during a period of ten years from the date
of taking-over of the whole of the Works, purchase as many
parts as required by him, at the rates indicated in the pricing
document and accepted by the Employer.
(c) If during the period of ten years, the Contractor intends to
discontinue the manufacture of spare or replacement parts for
the any equipment / Machine the Contractor shall
immediately give notice to the Employer of such intention.
The Employer shall be given the opportunity of ordering at
reasonable prices such quantities of such spare or replacement
parts as the Employer requires in relation to the anticipated
life of the equipment.

In the event of Contractor failing to supply the spare parts in


accordance with this Clause, he shall in respect of each item
of spare, furnish free of cost to the Employer, the drawings,
specifications, patterns and other information to enable the
Employer to make or have made such spare parts. The
Employer shall be entitled to retain the aforesaid drawings
etc., for such time only as is necessary for the exercise by the
Employer of his rights under this clause and the drawings, if
the Contractor so requires, shall be returned by the Employer
to the Contractor in good order and condition (fair wear and
tear excepted).

Under such circumstances, the Contractor shall also grant to


the Employer, without payment of any royalty or charge, full
right and liberty to make or have made spare or replacement
parts as aforesaid and for such purposes only to use, make and
have made copies of all drawings, patterns, specifications and
other information supplied by the Contractor to the Employer
pursuant to the Contract.

The Contractor will so far as it is reasonably able to bind his


sub-contractors to conform with the requirements of this
Clause and shall, prior to entry into any sub-contracts, provide
264
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

the Employer with full details of any sub-contractor who will


not so conform in which event the Employer may direct the
Contractor to seek an alternative sub-contractor.

If the Contractor fails to provide spare or replacement parts


as described in this Sub-clause and these are available from
the Contractor’s sub-contractor, the Employer shall have the
right to obtain such spare and replacement parts from the
subcontractor or any other supplier and any additional cost
incurred by the Employer shall be recoverable from the
Contractor.

(d) The Employer may require the Contractor to enter into


a Maintenance Contract with the Employer for the
System / Machine provided under the Contract under
terms and conditions to be mutually agreed.

85 Additional The Contractor shall deploy personnel sponsored by the


Clause: Employer during the Contract Period in areas stipulated in the
Works Requirements.
Deployment of
the Personnel by
the Employer The travel expenses, salary and allowances, boarding and
lodging expenses of these sponsored personnel shall be borne
by the Employer, but the Contractor shall provide other
facilities required for the purpose of performing their duties.
The sponsored personnel shall be under the technical and
administrative control of the Contractor.

86 Additional The contractor shall submit a Indemnity Bond in the format


Clause: given in Section X. Contract Forms against payments made
for Plant and Equipment delivered to Pune.
Indemnity Bond

87 Additional (Applicable for items specifically mentioned in the contract).


Clause: Safe
Custody Bank
The Contractor shall submit a Safe Custody Bank Guarantee in
Guarantee the format given in Section X. Contract Forms against
payments made for Plant and Equipment dispatched from
manufacturer’s works . The amount of safe custody Bank
Guarantee shall be equal to 95% percent of the amount due as
per relevant clause wherever applicable. The value of the Safe
Custody Bank Guarantee would be adjusted for the
equipment’s already commissioned

88 Additional The Contractor shall be responsible to interface with the other


contractors as per the interface table provided in the
Clause: Interface contract. Employer will supervise/facilitate the coordination
Requirements between the Contractor and other designated contractors.
However, the Contractor will allow for liaison with, and
modifications to his design to cater for the work of such other
contractors. The list of interface items is indicative only and
the ultimate responsibility of commissioning lies with the
Contractor.

265
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

89 Additional The Contractor shall be responsible for site progress for


Clause: Part meeting the deadlines set by the Engineer for meeting the key
Termination dates/ROD. In the event of failure of the Contractor in the
opinion of the Engineer for performance of any part activity,
Employer reserves the right to notify the Contractor and if
Contractor does not improve in the next 15 days, Employer
may decide to off –load the part of the work and get this work
done through other contractors. The additional cost of the
work, if any, incurred by the Employer shall be recovered from
the Contractor’s payment

90 Additional For the bought-out items (items purchased from vendor) being
Clause: Bought incorporated in the system, Contractor shall ensure the
out Items following:

(i) During Design stage, a confirmation from the vendor is to be


submitted that the utilisation and associated system to the
component / sub-component, being supplied by vendor are in
line with their recommendations / design.
(ii) During Installation, testing and commissioning of the
equipment at site vendor’s engineer shall supervise and certify
that these activities have been carried out as per the
manufacturer’s recommendations.
(iii) Operation and Maintenance requirements prescribed by the
vendor for the component / sub-component must be
included in O&M documents / Maintenance Manuals
prepared by the contractor.
(iv) (Details of maintenance set-up of vendor and a confirmation
from vendor for ensuring availability of Maintenance
support is submitted to Employer.

91 Additional Clause: Notwithstanding anything to the contrary contained in the


Limit of General Conditions of Contract, the Parties expressly agree
Aggregate that the aggregate “payment of any Cost-plus profit”
Damages on (“Damages”) payable under Clauses 1.9, 2.1, 4.7, 7.4, 10.2,
10.3 and 16.1 shall not exceed 10% (ten per cent) of the
Employer
Contract Price. For the avoidance of doubt, the Damages
payable by the Employer under the aforesaid Clauses shall not
be additive if they arise concurrently from more than one
cause but relate to the same part of the Project.

266
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART-III
CONDITIONS OF CONTRACT AND CONTRACT
FORMS
SECTION-X
CONTRACT FORMS

267
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Section X. Contract Forms

Table of Forms

Notification of Award

Contract Agreement

Performance Security

Advance Payment Security

Retention Money Security

Form of Designer’s Warranty

Parent Company Undertaking

Parent Company Guarantee

Contractor’s Warranty

Sub-Contractor’s / Vendor’s Warranty

Indemnity Bond

268
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Notification of Award

Letter of Acceptance
[letterhead paper of the Purchaser]
[date]
To: [name and address of the Supplier]
Subject: Notification of Award Contract No.

This is to notify you that your Bid dated _____________________ [insert date] for
execution of the
____________________________________ [insert name of the contract and
identification
number, as given in the SCC]. for the Accepted Contract Amount of

[insert amount in numbers and words and name of currency], as corrected and
modified in accordance with the Instructions to Bidders is hereby accepted by our
institution.

You are requested to furnish the Performance Security within 14 days in accordance with
the Conditions of Contract, using for that purpose one of the Performance Security Forms
included in Section X, Contract Forms, of the Bidding Document.

Authorized Signature:

Name and Title of Signatory:


______________________________________________________

Name of institution:
____________________________________________________________

Attachment: Contract Agreement

269
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Contract Agreement
(Contract No:)

THIS AGREEMENT made on the _____ day of _________, _____, between Maharashtra
Metro Rail Corporation Limited, a company incorporated under company act 2013, vide
CIN U60100MH2015SGC262054 having its registered office at "Metro House, 28/2, Anand
Nagar, C K Naidu Road, Civil Lines, Nagpur - 440001 and Project Office addressed as Pune
Metro Rail Project, The Orion Building, 1st Floor, 101, Opp. Don Bosco Youth Centre,
Koregaon Park, Pune-411001, hereinafter referred "the Employer" (which expression
shall unless it be repugnant to the context or meaning thereof be deemed to including
his heirs, successors and legal representative) of the one part,
and

___________________________having its registered office at


_________________________, India hereinafter referred "the Contractor" (which
expression shall unless it be repugnant to the context or meaning thereof be deemed to
including his heirs, successors and legal representative), of the other part:

WHEREAS the Employer desires that the Works known as


"____________________________________" should be executed by the Contractor as
the Employer has accepted the Bid of the Contractor for the execution and completion
of these Works and the remedying of any defects therein, for a sum including all taxes
and duties, input credit (if any) royalties, levies, custom tariff, cess, Goods and Service
Tax (GST) etc. as specified in Bid/Tender documents hereinafter referred as "the
Contract Price" of INR ___________.

The Employer and the Contractor agree as follows:

In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
Performance Bank Guarantee No. _____________ and valid up to ____________ for INR
___________ submitted by __________________.
270
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

The Letter of Acceptance bearing No. _____________________ dated _____________


along with all its annexures.
The Financial package opened on _____________.
The Letter of Bid and Appendix to Bid.
Corrigendum __________issued by Maha-Metro.
The entire bid documents issued by Maha-Metro by letter and e-mail.
The entire bid documents ________________ along with Tender clarifications,
confirmations, and other compliances, duly accepted and submitted by Contractor
on¬¬¬¬¬¬¬¬¬¬¬¬¬-__________.
The completed Schedules and any other document forming part of the contract.
Invoicing and Bank Details of Contractor (Annexure Enclosed).

In consideration of the payments to be made by the Employer to the Contractor as


specified in this Agreement, the Contractor hereby covenants with the Employer to
execute the Works and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects therein, the Contract Price
or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of India on the day, month and year specified above.

Employer: Maharashtra Metro Rail Corporation Limited

Signature

Name of Signatory:

Designation:
Contractor:

Signature

Name of Signatory:

Designation:
In the presence of:
271
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Witness:

Sign
Name
Address In the presence of:
Witness:

Sign
Name
Address

272
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Performance Security
(Demand Guarantee)

Beneficiary: Date:
PERFORMANCE GUARANTEE No.:
Guarantor:

We have been informed that (hereinafter called "the Applicant")


has entered into Contract No. dated with the Beneficiary, for the
execution of (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Applicant, we as Guarantor, waiving all objections and defences under the
aforementioned contract, hereby irrevocably and independently undertake to pay the Beneficiary
any sum or sums not exceeding in total an amount of ( ),1 such sum being payable
in the types and proportions of currencies in which the Contract Price is payable, upon receipt by
us of the Beneficiary’s first demand supported by the Beneficiary’s statement, whether in the
demand itself or in a separate signed document accompanying or identifying the demand, stating
that the Applicant has failed to duly perform the aforementioned contract, without the Beneficiary
needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment
under it must be received by us at this office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

[signature(s)]

1 The Guarantor shall insert an amount representing the percentage of the Accepted
Contract Amount specified in the Letter of Acceptance, less provisional sums, if any,
and denominated either in the currency(cies) of the Contract or a freely convertible
currency acceptable to the Beneficiary.
2 Insert the date twenty-eight days after the expected completion date. The Employer
should note that in the event of an extension of this date for completion of the
Contract, the Employer would need to request an extension of this guarantee from the
Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might
consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a
period not to exceed [six months][one year], in response to the Beneficiary’s written

273
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee.”

Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.

274
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Advance Payment Security


Demand Guarantee

To
Maharashtra Metro Rail Corporation Ltd.
PUNE METRO RAIL PROJECT
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune 411001.

Bank Guarantee No._________________________, dt.__________ for


Rs._______________ (Rupees __________________________________________ only).

w.e.f. : ___________
valid upto : ___________
claim upto : ___________

1. In Consideration of M/s Maharashtra Metro Rail Corporation Ltd., (hereinafter


called “the Employer”, which expression shall, unless repugnant to the context or
subject thereof include his successor and assigns) having awarded
M/s.___________________________________ __________________ having its
Registered Office at ______________________________
_____________________________________________________ (hereinafter
referred to as “the Contractor”, which expression shall unless repugnant to the
context of meaning thereof include its successors, administrators, executors and
assigns), a contract by issue of Employers Letter of Acceptance
No.____________________________ dated __________ and the same having
been mutually accepted by the Contractor, resulting in a Contract bearing
No.______________________ for Rs.________________ (Rupees
______________________________________ only) for Contract
_________________ : (Name of work)
____________________________________________________ (hereinafter
called “the Contract”) and the Employer has agreed to make an advance payment
to the Contractor for performance of the said Contract amounting to
Rs.____________________ (Rupees _______
_______________________________ only) of Mobilisation Advance.
2. We, ____________________ constituted under the ___________________ Act,
1955 having it’s Corporate Centre and Central Office at
________________________________________________ __________________
and one of it’s Local Head Office at ________________________________
________________________________________________________ and Branch
Office at
___________________________________________________________________
__________________________ (hereinafter referred to as “the Bank”, which

275
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

expression shall unless repugnant to the context of meaning thereof, include its
successors, administrators, executors and assigns) do hereby guarantee and
undertake to pay the Employer, immediately on demand any or all monies payable
by the Contractor to the extent of Rs._______________________ (Rupees
________________________________________ only) as aforesaid at any time
upto __________ without any demur, reservation, context, recourse or protest
and or without any reference to the Contractor.
3. Any such demand made by the Employer on the Bank shall be conclusive and
binding notwithstanding any difference between the Employer and the Contractor
or any dispute pending before any Court, Tribunal, Arbitrator and shall continue to
be enforceable till the Employer discharges this guarantee. However, not later
than expiry date of guarantee.
4. The Employer shall have the fullest liberty without affecting in any way the
liability of the Bank under this Guarantee, from time to time to vary the advance
or to extend the time for performance of the Contract by the Contractor. The
Employer shall have the fullest liberty without affecting his guarantee, to postpone
from time to time the exercise of any powers vested in them or of any right which
they might have against the Contractor and to exercise the same at any time in any
manner and either to enforce or to forebear to enforce any covenants, contained
or implied, in the Contract between the Employer and Contractor or any other
course or demand or security available to the Employer. The Bank shall not be
redeemed to its obligation under these presents by any exercise by the Employer
of its liberty with reference to the matters aforesaid of any of them or by reason of
any other act or forbearance or other acts of omission or commission on the part of
the Employer or any other indulgence shown by the Employer or by any other
matter or thing whatsoever which under law would but for this provision have the
effect of relieving the bank.
5. The Bank also agrees that the Employer at his option shall be entitled to enforce
this Guarantee against this bank as a principal debtor, in the first instance without
proceeding against the Contractor and notwithstanding any security or other
guarantee that the Employer may have in relation to the Contractor’s liabilities.

Notwithstanding anything contrary contained in any law for the time being in force or
banking practice this guarantee shall not be assignable or transferable by the beneficiary.
Notice or invocation by any person such as assignee, transferee or agent of beneficiary
shall not be entertained by the bank any invocation of guarantee can be made only by the
beneficiary directly.

Notwithstanding anything contained herein:

a) Bank liability under this Bank Guarantee shall not exceed Rs.__________________
(Rupees ______ ___________________________________ only)

b) This Bank Guarantee shall be valid upto ____________.

276
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

c) We are liable to pay the guarantee amount or part thereof under this Bank
Guarantee only & only if you serve upon us a written claim or demand on or before
____________.

d) Thereafter all your rights under this guarantee shall be forfeited and we shall be
released from all our liabilities hereunder irrespective of whether the guarantee in
original is returned to us or not.
Dated __________.

277
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Retention Money Security


Demand Guarantee
DELETED

278
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Form of Designer’s Warranty

(Refer. Sub - Clause 15 of the PC)

THIS AGREEMENT is made the day of


BETWEEN:
(1) [ ] [whose registered office is at]/[of] [ ] ("the
Designer"); and
(2) The Maharashtra Metro Rail Corporation Limited (together with its successors and
assigns, "the Employer") of _________ [address].

WHEREAS:

(a) By a contract ______dated [ ] ("the Contract") made between (1)


Maharashtra Metro Rail Corporation Limited (“the Employer”) and (2) [
] ("the Contractor"), the Contractor has agreed to design, execute, complete, test and
commission (including Integrated Testing and Commissioning) and remedy any defect in
the Works upon the terms and conditions contained in the Contract.
(b) The Designer has had an opportunity of reading and noting the provisions of the Contract
(other than details of the Contractor's prices and rates).
(c) Pursuant to the Contract, the Contractor wishes to enter into an agreement with the
Designer and Designer agrees to the wishes of the Contractor (the Consultancy
agreement) to carry out the Contractor's obligations under the Contract in relation to
the design and functions ascribed to the Designer in the Contract.
(d) The Contract stipulates that the Contractor shall ensure that the Designer executes a
warranty agreement in favour of the Employer.

NOW IT IS HEREBY AGREED as follows:

1. In consideration of the Employer not objecting to the Contractor and the Designer
entering into the Consultancy Agreement, the Designer warrants and undertakes to the
Employer that he has exercised and will continue to exercise all the skill and care to be
expected of a professionally qualified and competent designer experienced in work of
similar nature and scope as the Works in carrying out the design of the Works and in
performing the other duties and functions ascribed to him in the Contract.
2. The Designer agrees that, in the event of the termination of the Contract by the
Employer, the Designer will, if so required by notice in writing given by the Employer,
except subject to Clause 4 the instructions of the Employer or his appointee to the
exclusion of the Contractor in respect of the carrying out and completion of the Works
upon the terms and conditions of the Consultancy Agreement.

279
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

3. The Designer further agrees that he will not, without first giving the Employer not less
than 21 days' previous notice in writing, exercise any rights it may have to terminate
the Consultancy Agreement or to treat the same as having been as repudiated by the
Contractor or to discontinue the performance of any duties to be performed by the
Designer pursuant thereto. The Designer's right to terminate the Consultancy Agreement
or to treat the same as having been repudiated or to discontinue the performance
thereof shall cease if, within such period of notice and subject to Clause 4,the Employer
shall give notice in writing to the Designer requiring the Designer to accept the
instructions of the Employer or his appointee to the exclusion of the Contractor in
respect of the carrying out and completion of the Contract Works upon the terms and
conditions of the Consultancy Agreement.
4. Any notice given by the Employer under Clause 2 or 3 shall state that the Employer or
his appointee accepts liability for payment of the fees payable to the Designer under
the Consultancy Agreement and for performance of the Contractor's obligations under
the Consultancy Agreement, including payment of any fees outstanding at the date of
such notice.
5. The Employer shall be entitled to assign the benefit of this Warranty at any time without
the consent of the Designer being required.
6. All documents arising out of or in connection with this Warranty shall be served:
(1) upon the Employer at [ ] marked for the attention of [ ];
(2) upon the Designer at [ ].
7. The Employer and the Designer may change their respective nominated addresses for
service of documents to another address in India but only by prior written notice to each
other. All demands and notices must be in writing.
8. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.
9. Except to the extent (if any) expressly permitted by the Consultancy Agreement, the
Designer shall not sub-contract any of the Designer's obligations under the Consultancy
Agreement without the prior written consent of the Employer's Representative.
10. Without prejudice to its obligations under this Warranty, the Designer shall maintain
with well established underwriters of repute and on terms and conditions reasonably
acceptable to the Employer, professional indemnity insurance (as per sub-clause 18.1
of the General Conditions) in respect of the Designer and its sub-consultants for Indian
Rupees ………………………………………. (in words………………………. Rupees) in relation to his
design of the Works for any one occurrence or series of occurrences arising out of any
one event from the date of notification of acceptance until 5 years after the issue of
Performance Certificate for the whole of works. The Designer shall immediately inform
the Employer if for any reason professional indemnity insurance is not maintained in
accordance with this Warranty or becomes void or unenforceable.
11. Insofar as the patent, copyright or other intellectual property rights in any Design Data
(as defined in the Contract), plans, calculations, drawings, documents, materials,
computer software, know-how and information relating to the Works shall be vested in
the Designer, the Designer grants to the Employer his successors and assigns a royalty-
free, non-exclusive and irrevocable licence (carrying the right to grant sub-licences) to
use and reproduce any of the works designs or inventions incorporated and referred to
in such documents or materials and any such know-how and information for all purposes

280
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

relating to the Works (including without limitation the design, construction,


reconstruction, completion, reinstatement, extension, repair and operation of the
Works). To the extent beneficial ownership of any such patent, copyright or other
intellectual property right is vested in anyone other than the Designer or the Contractor,
the Designer shall use his best endeavours to procure that the beneficial owner thereof
shall grant a like licence to the Employer. Any such licence granted shall not be
determined if the Designer shall for any reason cease to be employed in connection with
the Works.
12. (1) Any dispute or difference of any kind whatsoever between the Employer and the
Designer arising under out of or in connection with this Warranty shall be referred
to arbitration in accordance with Clause 20 of GC “Claims, Disputes and
Arbitration” as defined in the Contract shall be deemed to include any such
dispute or difference between the Employer and the Designer.
(2) In the event that the Employer is of the opinion that the issues in such a dispute
or difference will or may touch upon or concern a dispute or difference arising
under out of or in connection with the Contract ("the Contract Dispute") then
provided that an arbitrator has not already been appointed, the Employer may
by notice in writing to the Designer require and the Designer shall be deemed to
have consented to the referral of such dispute or difference to the arbitrator to
whom the Contract Dispute has been or will be referred.
(3) Save as expressly otherwise provided, the arbitrator shall have full power to open
up, review and revise any decision, opinion, instruction, notice, order, direction,
withholding of approval or consent, statement of objection, determination,
certificate, assessment or valuation by the Employer's Representative or the
Contractor, relating to the dispute or difference.

IN WITNESS whereof this Warranty has been executed as a deed on the date first before
written.

THE COMMON SEAL of )

[Designer ] )

was affixed hereto in )

the presence of:- )

281
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Parent Company Undertaking

THIS UNDERTAKING is issued on the ______ day of ____________ BY _____________________


[whose registered office is at] / [of] _________ ("the Parent Company").

in favour of

Maharashtra Metro Rail Corporation Limited together with its successors and assigns, (the
Employer"):
………………………….
………………………….
………………………….

WHEREAS

(A) By a Contract for ________in respect of Maharashtra Metro Rail Corporation Limited
Contract No _____/______ ("the Contract") made between
(1) Maharashtra Metro Rail Corporation Limited (the “Employer”) and

(2) ____________ (the “Contractor") the Contractor has agreed to design, execute,
complete and remedy any defects in the works ("the Works") upon the terms and
conditions contained in the Contract.

(B) Pursuant to the terms of the Contract, the Contractor has agreed to procure the
provision of an undertaking in the terms hereof.

(C) The Parent Company is the beneficial owner of ____ % [see Note 1] of the issued share
capital of [the Contractor] [see Note 2].

(D) At the request of the Contractor, the Parent Company has agreed to provide this
undertaking.

NOW IT IS HEREBY UNDERTAKEN AND AGREED as follows:

1. In consideration of the Employer entering into the Contract with the Contractor, the
Parent

282
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Company hereby undertakes to the Employer that, without the written consent of the
Employer, it will not [and will ensure that none of the companies referred to in Recital
(C) will] [see Note 5]:

a. Sell, transfer, assign or otherwise dispose of or deal with ownership of the whole
or any part of EITHER [the share-holding or other interest in the [Contractor]
[see Note 3] OR [the share holdings or other interests] [see Note 4] referred to
in Recital (C) in any way which will affect the beneficial ownership and control
in [the Contractor] [see Note 3] of the Parent Company [and the other companies
referred to in Recital (C)] [see Note 5]; and
b. take any action which may result in the Contractor being unable to comply with
its obligations or perform in any way its duties under the Contract [or take any
action which may result in [the Member forming part of the Contractor] [see
Note 3] being unable to comply with its obligations or perform in any way its
duties under the [Consortium or other relevant] agreement] [see Note 6]

until such time as the Works shall have been completed, all the Contractor's obligations
under the Contract shall have been performed and the Defects Liability Period (as
defined in the Contract) for the whole and every part of the Works shall have elapsed
and further that it will ensure [that the Member forming part of the Contractor will take
all steps necessary to ensure [see Note 6] compliance by the Contractor with the
provisions of the Contract.

2. The obligations of the Parent Company under this Undertaking shall remain in full force
and effect and shall not be affected or discharged in any way and the Parent Company
hereby waives notice of:
a. any suspension of the Works, variation or amendment to the Contract (including
without limitation extension of time for performance) or any concession or
waiver by the Employer in respect of the Contractor's obligations [and/or the
obligations of [ ______ ] [see Note 7]
b. any provision of the Contract being or becoming illegal, invalid, void, voidable
or unenforceable;
c. the termination of the Contract or of the employment of the Contractor and/or
[ ] [see Note 7] under the Contract for any reason;
d. any forbearance or waiver of any right of action or remedy the Employer may
have against the Contractor [and/or [ ______ ]] [see Note 7] or negligence by
the Employer in enforcing any such right of action or remedy;
e. any bond, undertaking, security or other guarantee held or obtained by the
Employer for any of the obligations of the Contractor [and/or [ _____ ]] [see
Note 7] under the Contract or any release or waiver thereof.

1. This Undertaking shall extend to any variation of or amendment to the Contract and to
any agreement supplemental thereto agreed between the Employer and the Contractor
[and/or [ _____ ]] [see Note 7] and for the avoidance of doubt the Parent Company

283
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

hereby authorises the Employer and the Contractor [and/or [ _____ ]] [see Note 7] to
make any such amendment, variation or supplemental agreement.

4. All documents arising out of or in connection with this Undertaking shall be served:
a. upon the Employer, at ________ marked for the attention of ________;
b. upon the Parent Company, at _____

5. The Employer and the Parent Company may change their respective nominated
addresses for service of documents to another address but only by prior written notice
to each other. All demands and notices must be in writing.

6. This Undertaking shall be governed by and construed according to the laws for the time
being in force in India and the Parent Company agrees to submit to the exclusive
jurisdiction of the courts at Pune, Maharashtra, India.

IN WITNESS where of this Undertaking has been executed as a deed on the date first before
written.

Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:

Notes:
(For preparation of but not for inclusion in the engrossment of this Undertaking)
1. If the Parent Company is not the immediate parent company, the chain of ownership must
be recited, identifying each company in the chain and the shareholdings or other interests
in each subsidiary.
2. If the Contractor is a Consortium, that fact and the Consortium or other relevant agreement
must be recited. In such case, insert the name of the Members of the Consortium in respect
of which the parent company undertaking is being given. In such a case, the parent company
of each of the Members is required to give the undertaking.
3. If Note 2 applies, refer to the Member relating to that Parent Company (which is giving this
undertaking) and not the Contractor.
4. If Note 1 applies, use this alternative.
5. If Note 1 applies, add this provision.
6. If Note 2 applies, add this provision.
7. If Note 2 applies, add this provision and insert the name of the Member.

284
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

8. The notarized copy of the board resolution of the Parent Company must also accompany this
Undertaking. In case the Parent Company is a foreign entity, then such board resolution
should be notarized by a notary in its home country followed by the casualisation by the
Indian Embassy there, or apostatised as per Hague Convention, as the case may be.

285
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Parent Company Guarantee

THIS GUARANTEE is made the ______ day of ______ BY _______ whose registered office is at
_____________ [and ___________ whose registered office is at ____________ ] ("the
Guarantor").

To Maharashtra Metro Rail Corporation Limited together with its successors and assigns, "the
Employer") of:
………………………
………………………
………………………

WHEREAS
(A) By a Contract for __________of Pune Metro Rail Project Contract No:P1-T05BR/2019
("the Contract") made between

(1) Maharashtra Metro Rail Corporation Limited (the “Employer”)


and
(2) ____________ (the “Contractor") the Contractor has agreed to design, execute,
complete and remedy any defects in the works ("the Works") upon the terms and on
editions contained in the Contract.
(B) Pursuant to the terms of the Contract, the Contractor has agreed to procure the
provision of a guarantee in the terms hereof. [see Note 1]
(C) At the request of the Contractor, the Guarantor has agreed to guarantee performance
of the
Contract by the [Contractor] [see Note 2] as set out herein.

IT IS HEREBY AGREED AS FOLLOWS:


1. In consideration of the Employer entering into the Contract with the Contractor, the
Guarantor irrevocably and unconditionally guarantees to the Employer as a primary
obligation and not as a surety due performance by the [Contractor] [see Note 2] of all
of its obligations and liabilities under and in accordance with the Contract save that
nothing herein shall be construed as imposing greater obligations or liabilities on the
Guarantor than are imposed on the [Contractor] [see Note 2] in the Contract.
2. The obligations of the Guarantor under this Guarantee shall remain in full force and effect
and shall not be affected or discharged in any way by and the Guarantor hereby waives
notice of:
a. any suspension of the Works, variation to or amendment of the Contract (including without
limitation extension of time for performance) or any concession or waiver by the Employer

286
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

in respect of the Contractor's obligations [and/or the obligations of ______ ] [see Note 3]
under the Contract;
b. any provision of the Contract being or becoming illegal, invalid, void, voidable or
unenforceable;
c. the termination of the Contract or of the engagement of the Contractor [ and / or ______
] [see Note 3] under the Contract for any reason;
d. any forbearance or waiver of any right of action or remedy the Employer may have against
the Contractor [ and / or _____ ] [see Note 3] or negligence by the Employer in enforcing
any such right of action or remedy;
e. any bond, undertaking, security or other guarantee held or obtained by the Employer for
any of the obligations of the Contractor [ and / or _____ ] [see Note 3] under the Contract
or any release or waiver thereof.
3. This Guarantee shall extend to any variation of or amendment to the Contract and to
any
agreement supplemental thereto agreed between the Employer and the Contractor
[and/or ____ ] [see Note 3] and for the avoidance of doubt the Guarantor hereby
authorises the Employer and the Contractor [and/or _____ ] [see Note 3] to make any
such amendment, variation or supplemental agreement.
4. This Guarantee is a continuing guarantee and accordingly shall cover all of the
obligations and liabilities of the [Contractor] [see Note 2] under the Contract and remain
in full force and effect until all the said obligations and liabilities of the Contractor shall
have been carried out, completed and discharged in accordance with the Contract. This
Guarantee is in addition to any other security which the Employer may at any time hold
and may be enforced without first having recourse to any such security or taking any
steps or proceedings against the Contractor.
5. Until expiry of the Defects Liability Period (as defined in the Contract) for the whole
and every part of the Works, the Guarantor shall not on any ground whatsoever make
any claim or threaten to make any claim whether by proceedings or otherwise against
the Contractor [and/or ______ ] [see Note 3] for the recovery of any sum paid by the
Guarantor pursuant to this Guarantee. Any such claim shall be subordinate to any claims
(contingent or otherwise) which the Employer may have against the Contractor [and/or
_____ ] [see Note 3] arising out of or in connection with the Contract until such time as
such claims shall be satisfied by the Contractor [and/or ______ ] [see Note 3] or the
Guarantor as the case may be. To that intent the Guarantor shall not claim or have the
benefit of any security which the Employer holds or may hold for any monies or liabilities
due or incurred by the Contractor [and/or ______ ] [see Note 3] to the Employer and,
in case the Guarantor receives any sum from the Contractor [and/or _____ ] [see Note
3] in respect of any payment by the Guarantor hereunder, the Guarantor shall hold such
sum in trust for the Employer for so long as any sum is payable (contingently or
otherwise) under this Guarantee.
6. The Employer shall be entitled to assign the benefit of this Guarantee at any time
without
the consent of the Guarantor or the [Contractor] [see Note 2] being required.
7. All documents arising out of or in connection with this Guarantee shall be served:
a. upon the Employer, at ________ marked for the attention of ________;

287
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

b. upon the Guarantor, at _____ India [see Note 5]


8. The Employer and the Guarantor may change their respective nominated addresses for
service of documents to another address but only by prior written notice to each other.
All demands and notices must be in writing.
9. This Guarantee shall be governed by and construed according to the laws for the time
being in force in India and the Guarantor agrees to submit to the exclusive jurisdiction
of the courts at Pune, Maharashtra, India.

IN WITNESS whereof this Guarantee has been executed as a deed on the date first before written
...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:

Notes:
(For preparation of but not inclusion in the engrossment of this Guarantee)

1. If the Contractor is a Consortium, that fact and the Consortium or other relevant
agreement and the relationship of the Guarantor to the concerned Members forming
part of the Contractor must be recited.
2. If Note 1 applies, replace the word "Contractor" with name of the concerned Member of
the Consortium being guaranteed.
3. If Note 1 applies, add additional wording and insert the name the concerned Member of
the Consortium being guaranteed.
4. The notarized copy of the board resolution of the Guarantor must also accompany this
Guarantee. In case the Guarantor is a foreign entity, then such board resolution should
be notarized by a notary in its home country followed by the casualisation by the Indian
Embassy here, or apostatised as per Hague Convention, as the case may be.
5. The address for service shall be in India.

288
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Contractor’s Warranty

THIS WARRANTY is made the ______ day of _______

BY ________ of _________ [and [see Note 1]] ([jointly] "the Contractor")

To Maharashtra Metro Rail Corporation Limited together with its successors and assigns,
"the Employer") of:

………………………….
………………………….
………………………….

WHEREAS

(A) By a Contract for ___________ of Pune Metro Rail Project

Contract No: _______ ("the Contract") made between

(1) Maharashtra Metro Rail Corporation Limited (the “Employer”)

and

(2) ____________ (the “Contractor"), the Contractor has agreed to design, execute,
complete, test and commission (including Integrated Testing and Commissioning) and
remedy any defects in the works ("the Works") upon the terms and conditions contained in
the Contract.

(B) [See Note 3].

(C) At the request of the Employer and pursuant to the terms of the Contract the Contractor
has agreed to provide this Warranty.

NOW IT IS AGREED AS FOLLOWS:

1. The Contractor hereby warrants and undertakes that:

289
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

a. the Contractor will design, execute, complete, test and commission (including Integrated
Testing and Commissioning) and remedy any defect in the Works in accordance with the
terms of the Contract; and

b. the Contractor owes a duty of care to the Employer in relation to the performance of its
duties under the Contract; and

c. the Contractor will rectify or replace free of cost to the Employer any defect or failure
of equipment provided in the Works for a period of 24 months from the date of taking over
of section of the Works; and

d. the Contractor agrees that should any modification be required to any part of the
construction work as a consequence of failure analysis, the aforesaid period of 24 months
shall re-commence from the date when the modified part is commissioned into service if
the date of modification is later than the date of taking over of last trainset, and such
modification shall be carried out free of cost to the Employer in all sections; and

e. the Contractor shall maintain the manufacture & supply of spares (including those of its
Sub-Contractors / vendors) for the equipment supplied in the Contract-work for at least 5
years from the date of Completion of the Contract; and

f. the Contractor has exercised and will continue to exercise in the design of the Works all
the skill and care to be expected of a professionally qualified and competent designer
experienced in work of similar nature and scope as the Works; and

g. the Works will, when completed, comply in all respects with the Employer's
Requirements, the Contractor’s Technical Proposals, the final Design Document and the
intended use of the Works; and

h. the Works has been or will be designed and manufactured to the highest standards
available using internationally proven up-to-date good practice; and

i. the Works will, when completed, comply with enactments and regulations relevant to the
Works; and

j. no Materials generally known to be deleterious or not in accordance with good


engineering practice have been or will be specified or selected or incorporated in the Works
by the Contractor.

290
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2. The liability of [the companies comprising [see Note 3]] the Contractor under this
Warranty [shall be joint and several and [see Note 3]] shall not be released, diminished or
in any way affected by any independent inquiry or investigation into the Works or any
matter related to the Contract whether carried out by or on behalf of the Employer or any
liability or right of action which may arise out of such inquiry or investigation.

3. Insofar as the copyright or other intellectual property rights in any plans, calculations,
drawings, documents, materials, plant, know-how and other information relating to the
Works shall be vested in [the Contractor] [see Note 5], the [Contractor] [see Note 5] grants
to the Employer its successors and assigns a royalty free, non-exclusive and irrevocable
licence (carrying the right to grant sub-licences) to use and reproduce any of the works
designs, inventions or other information incorporated and referred to in such documents
or materials and any such know-how and information for all purposes relating to the Works
of the PUNE METRO RAIL PROJECT including without limitation the design, manufacture,
installation, completion, testing and commissioning (including Integrated Testing and
Commissioning) reinstatement, extension and the remedy of any defect in the Works. To
the extent that beneficial ownership of any such copyright or other intellectual property
rights is vested in anyone other than the [Contractor] [see Note 5],, the [Contractor] [see
Note 5], shall use best endeavours to procure that the beneficial owner thereof shall grant
a like licence to the Employer. For the avoidance of doubt, any such licence granted shall
not be determined if the [Contractor] [see Note 5], shall for any reason cease to be
employed in connection with the Works.

4. The provisions of this Warranty shall be without prejudice to and shall not be deemed or
construed so as to limit or exclude any rights or remedies which the Employer may have
against the Contractor, whether in tort or otherwise.

5. Nothing contained in this Warranty shall vary or affect the Contractor's rights and
obligations under the Contract.

6. The address for service of all documents arising out of or in connection with this Warranty
shall be:

a. Upon the Employer at:

………………………….
………………………….
………………………….

b. Upon the Contractor at _______ India. [Note 4]

291
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

7. The Employer and the Contractor may change their respective nominated addresses to
another address in India but only by prior written notice to each other. All notices must be
in writing.

8. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.

9.
(1) Any dispute or difference of any kind whatsoever between the Employer and the
Contractor arising under out of or in connection with this Warranty shall be referred to
arbitration in accordance with the provisions relating to ‘Conciliation and Arbitration’ as
set out in the General Conditions of Contract. “Dispute” as defined in the Contract shall
be deemed to include any such dispute or difference between the Employer and Contractor.

(2) In the event that the Employer is of the opinion that the issues in such a dispute or
difference will or may touch upon or concern a dispute or difference arising under out of
or in connection with the Contract ("the Contract Dispute") then provided that an arbitrator
has not already been appointed pursuant to Clause 9(1), the Employer may by notice in
writing to the Contractor require and the Contractor shall be deemed to have consented to
the referral of such dispute or difference to the arbitrator to whom the Contract Dispute
has been or will be referred.

(3) Save as expressly otherwise provided, the arbitrator shall have full power to open up,
review and revise any decision, opinion, instruction, notice, order, direction, withholding
of approval or consent, determination, certificate, statement of objections relating to the
dispute.

(4) Subject to the foregoing provisions of this clause 9, the Employer and the Contractor
agree to submit to the exclusive jurisdiction of the Courts of India at Pune.

IN WITNESS whereof this Warranty has been executed as a deed on the date written at the
head hereof.

...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:

292
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Notes:
(for preparation of and not inclusion in the engrossment of this Warranty)

1. If the Contractor is a Consortium, each Member of such Consortium shall be a party and
liability under this warranty will be joint and several, with consequential grammatical
changes.

2. If Note 1 applies, that fact and the Consortium or other relevant agreement must be
recited.

3. Delete if Note 1 does not apply.

4. The address for service shall be in India.

5. If Note 1 applies, then insert the name of each Member.


Sub-Contractor’s / Vendor’s Warranty

(As applicable)

THIS WARRANTY is made the ______ day of _______

BY _____________ [whose registered office is at] / [of] _______ ("the Sub-contractor")


and

TO Maharashtra Metro Rail Corporation Limited together with its successors and assigns,
"the Employer") of:

………………………….
………………………….
………………………….

WHEREAS

(A) By a Contract for __________ of Pune Metro Rail Project

Contract No: ______ ("the Contract") made between

293
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

(1) Maharashtra Metro Rail Corporation Limited (the “Employer”)

and

(2) ____________ (the “Contractor"), the Contractor has agreed to _________ and remedy
any defects in the works ("the Works") upon the terms and conditions contained in the
Contract.

(B) The Sub-contractor / vendor has had an opportunity of reading and noting the
provisions of the Contract (other than details of the Contractor's prices and rates).

(C) Pursuant to the Contract, the Contractor wishes to enter into an agreement (“the Sub-
contract”) with the Sub-contractor / Vendor to carry out and complete a part of the
Works as more particularly described in the Sub-contract ("the Sub-contract Works").

(D) The Contract stipulates that the Contractor shall obtain the consent of the Engineer
before entering into the Sub-contract, and that the Contractor shall procure that the
Sub-contractor executes a warranty in favour of the Employer.

NOW IT IS HEREBY AGREED as follows:

1. In consideration of the Engineer consenting to the Contractor and the Sub-contractor


/ Vendor entering into the Sub-contract, the Sub-contractor warrants and undertakes
to the Employer that:

a. he will execute and complete the sub-contracted Works / supply, and will carry out
each and all of the obligations, duties and undertakings of the Sub-contractor / Vendor
under the Sub-contract when and if such obligations, duties and undertakings shall
become due and performable, in accordance with the terms of the Sub-contract (as
the same may from time to time be varied or amended with the consent of the
Employer); and

b. he will supply to the Contractor and in specific cases wherever required to the
Engineer with all information as may be required from time to time in relation to
progress of the Sub-contract Works.

2. The Sub-contractor / Vendor undertakes to indemnify the Employer against each and
every liability which the Employer may have to any person whatsoever and against
any claims, demands, proceedings, loss, damages, costs and expenses sustained,

294
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

incurred or payable by the Employer provided that the Sub-contractor / Vendor shall
have no greater liability to the Employer by virtue of this Warranty than the liability
of the Contractor to the Employer under the Contract insofar as and to the extent
that the same has arisen by reason of the execution of the Sub-Contract or any breach
by the Sub-contractor / Vendor of his obligations under the Sub-contract.

3. No allowance/extension of time by the Employer hereunder or by the Contractor


under the Sub-contract nor any forbearance or forgiveness in or in respect of any
matter or thing concerning this Warranty or the Sub-contract on the part of the
Employer or the Contractor, nor anything that the Employer or the Contractor may do
or omit or neglect to do, shall in any way release the Sub-contractor / Vendor from
any liability under this Warranty.

4. The Sub-contractor / Vendor agrees that he will not without first giving the Employer
not less than 21 day’s prior notice in writing exercise any right he may have to
terminate the Sub-contract or treat the same as having been repudiated by the
Contractor or withhold performance of its obligations under the Sub-contract.

5.
(1) In the event that the Contract or the employment of the Contractor under the
Contract is terminated for any reason whatsoever and if so requested by the Employer
in writing within 21 days of such termination, the Sub-contractor / Vendor shall carry
out and complete his obligations under this Warranty and shall enter into a novation
agreement with the Employer and the Contractor in which the Sub-contractor will
undertake inter alia to perform the Sub-contract and be bound by its terms and
conditions as if the Employer had originally been named as a contracting party in place
of the Contractor. The said novation agreement will be in such form as the Employer
may reasonably require.

(2) In the event that the Employer does not require the Sub-contractor / Vendor to enter
into a novation agreement as required by Sub-clause 5 (1), the Sub-contractor shall
have no claim whatsoever against the Employer for any damage, loss or expense
howsoever arising out of or in connection with this Warranty.

6. Insofar as the copyright or other intellectual property rights, in any plans,


calculations, drawings, documents, materials, know-how and information relating to
the Sub-contract Works shall be vested in the Sub-contractor / Vendor, the Sub-
contractor / Vendor grants to the Employer, his successors and assignees a royalty
free, non-exclusive and irrevocable licence (carrying the right to grant sub-licences)
to use and reproduce any of the works designs, inventions or other information
incorporated and referred to in such documents or materials and any such know-how
and information for all purposes relating to the Works of the Pune Metro Rail Project,
without limitation the design of enabling facilities, construction, installation,
reconstruction, completion, reinstatement, extension, remedy of any defect of the
Works. To the extent beneficial ownership of any such copyright or other intellectual

295
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

property right is vested in anyone other than the Sub-contractor / Vendor, the Sub-
contractor shall use best endeavours to procure that the beneficial owner thereof
shall grant a like licence to the Employer. For the avoidance of doubt, any such licence
granted shall not be determined if the Sub-contractor / Vendor shall for any reason
cease to be employed in connection with the Sub-contract Works.

7. In the event of any ambiguity or conflict between the terms of the Sub-contract and
this Warranty, the terms of this Warranty shall prevail.

8. The provisions of this Warranty shall be without prejudice to and shall not be deemed
or construed so as to limit or exclude any rights or remedies which the Employer may
have against the Sub-contractor / Vendor whether in tort or otherwise.

9. Nothing contained in this Warranty shall vary or affect the Sub-contractor's / Vendor’s
rights and obligations under the Sub-contract.

10. The Employer shall be entitled to assign the benefit of this Warranty at any time
without the consent of the Sub-contractor / Vendor being required.

11. All documents arising out of or in connection with this Warranty shall be served:

a. Upon the Employer at:

…………………..
…………………..

b. Upon the Sub-Contractor / Vendor at _______ India.

12. The Employer and the Sub-contractor / Vendor may change their respective
nominated addresses for service of documents to another address in India but only by
prior written notice to each other. All demands and notices must be in writing.

13. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.

14.
(1) Any dispute or difference of any kind whatsoever between the Employer and the Sub-
contractor / Vendor arising under out of or in connection with this Warranty shall be

296
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

referred to arbitration in accordance with the arbitration provisions as described in


the Contract.

(2) In the event that the Employer is of the opinion that the issues in such a dispute or
difference will or may touch upon or concern a dispute or difference arising under
out of or in connection with the Contract ("the Contract Dispute") then provided that
an arbitrator has not already been appointed pursuant to Clause 14 (1), the Employer
may by notice in writing to the Sub-contractor / Vendor require and the Sub-
contractor / Vendor shall be deemed to have consented to the referral of such dispute
or difference to the arbitrator to whom the Contract Dispute has been or will be
referred.

(3) Save as expressly otherwise provided, the arbitrator shall have full power to open up,
review and revise any decision, opinion, instruction, notice, order, direction,
withholding of approval or consent, determination, certificate, statement of
objection, assessment or valuation by the Engineer or the Contractor relating to the
dispute or difference.

(4) Subject to the foregoing provisions of this clause 14, the Sub-Contractor agrees to
submit to the exclusive jurisdiction of the Courts at Pune, Maharashtra.

IN WITNESS whereof this Warranty has been executed as a deed on the date first before
written

...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:

Note: The notarized copy of the board resolution of the Sub-Contractor/vendor must also
accompany this Warranty. In case the Sub-Contractor/vendor is a foreign entity, then such
board resolution should be notarized by a notary in its home country followed by the
consularisation by the Indian Embassy there, or apostilised as per Hague Convention, as
the case may be.

297
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Indemnity Bond

THIS INDENTURE made on ..........between ..............(hereinafter called the Contractor)


which expression shall where the context do admits or implies be deemed to include its
executors, administrators and assigns of the one part and the Maharashtra Metro Rail
Corporation Limited (hereinafter called MAHAMETRO) of the other part.

WHEREAS by the agreement (LOA No ........ dated.........) (hereinafter called the said
agreement) the contractor has agreed to “-----------------------------------------------” and whereas
the contractor has applied to the MAHAMETRO that they may be allowed advance on the security
of materials absolutely belonging to them and brought by them to the site of the works covered
under the project of the said agreement for use in the construction of such of the work as they
have under taken to execute at rates fixed for the finished work (inclusive of the cost of
materials and labour and other charges).

AND WHEREAS the MAHAMETRO has agreed to make stage payment to the contractor the total
sum of Rs.------ ------(Rupees ---------------only) for stage payment Bill. The quantities and other
particulars of which are detailed in this bill for the said works signed by the Contractor on
“..................” and MAHAMETRO has reserved to itself option of making any further advances
till date on the security of other materials brought by the contractor to site of the said work.

NOW THIS INDENTURE WITNESS that in pursuance of the said agreement and its consideration
of the sum of Rs. -------------- (Rupees -----------------------only) on or before the execution of
these present amount paid to the contractor by the MAHAMETRO (the receipt where of the
contractor) both hereby acknowledge and of such further Stage payment, if any, as may be
made to him so aforesaid to the contractor do the covenant and agreed with the MAHAMETRO
and declare as follows:

1. That the said sum of Rs. ----------- (Rupees ------------------- only) so Stage Payment by
the MAHAMETRO to the contractors as aforesaid and all or any further sum or sum’s advanced
as aforesaid shall be employed by the contractor in or towards the execution of the said works
and for no other purpose whatsoever.

2. That the Stage Payment detailed in the said running account bill which have been
offered to and accepted by the MAHAMETRO as security are absolutely the contractor’s own
property and free from encumbrances of any kind and the contractor’s shall not make any
application for or receive any further payments on the security of work executed which are not
absolutely his own property and free from encumbrances of any kind the Contractor indemnifies
the MAHAMETRO against all claims on any materials in respect of which any Stage Payment has
been made to him as aforesaid.

3. That the Stage Payment detailed in the said running account bill and all other stage
payments on the security of which further payments or Stage Payment any hereafter be made
as aforesaid (hereinafter called the said materials) shall be used by the contractor solely in the

298
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

execution of the said works in accordance with the directions of the Engineer / MAHAMETRO
and in the terms of the said agreement.
4. That the contractor shall be fully liable for the materials/components and shall make
at his own cost all necessary and adequate arrangement for the proper watch, safe custody and
protection against all risks including, but not limited to acts of the God of the said
materials/components.

5. That the contractor shall be liable to provide on approved insurance in favour of


Maharashtra Metro Rail Corporation Limited for all such materials/components used for the
purpose of entire Metro project. However, the takingover of the works will be governed by
terms and conditions of GC clause 10 (Employer Taking Over) of the Contract. The said materials
shall remain at the site of said works in the contractor’s custody and on his own responsibility
and shall at the time be open to inspection by the Engineer/ Maharashtra Metro Rail Corporation
Limited. That the Contractor shall be responsible for all such losses incurred towards such
damage and/ or loss of goods in storage and custody and shall indemnify MAHA-Metro towards
the same.
This insurance will be valid for a period until this material is approved and fixed in the building
or advance has been fully recovered from contractor and the validity of all such insurance
documents shall be ensured by MAHA-Metro.
That the title to Material shall pass to Maha-Metro upon payment and shall become and remain
sole property of Maha-Metro.
6. That the said materials/components in the Contractor’s custody shall not on any account
be removed and/or shifted except with the written permission of the Engineer/ Maharashtra
Metro Rail Corporation Limited, obtained after cumulative inspection by Contractor, Engineer
and Maha-Metro.
The said material shall be shifted to Maha Metro Store (In Depot or elsewhere as per
Maha-Metro’s discretion) constructed by the Contractor on the land allotted by Maha Metro only
upon the instruction of Maha-Metro.
7. That issue of any Stage Payment excess of what is finally required to be used at site
would be the contractor’s property without any liability on Maharashtra Metro Rail Corporation
Limited., who would recover the cost of this from the contractor.
8. That the contractor hereby charges all the said materials components with the
repayment to the MAHAMETRO of the said sum of Rs. --------------- (Rupees ---- ---------------only)
and any further sum or sums advanced as aforesaid and all cost charges. Damages and expenses
payable under these presents provided always and it is hereby agreed and declared that not
with power contained therein, if any, whenever the convenient for payment, and repayment
herein before contained shall become enforceable and the money owned shall not be paid in
accordance therewith, the MAHAMETRO., may at any time thereafter adopt all or any of the
following courses as he may deem best.

a. That if the contractor shall at any time not be able to complete any part of the
Component / equipment as per provision in contract Agreement it shall be considered as the
work being left incomplete by the contractor and action as per the conditions of the contract
shall be taken.

299
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

b. Deduct all or any of the money owning out of the performance security or any sum due
to the contractor under the said agreement.
That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail.

This widening shall be co-extensive to the agreement dated ....... between Maharashtra Metro
Rail Corporation Limited, ______. (Client) and .................................... (Contractor).

IN WITNESS where of the said contractor and by the order under the direction of MAHAMETRO
has here set their respective hands the day and years first above written.

Signed, Sealed & Delivered by the said Contractor:

IN THE PRESENCE OF: WITNESS:


1. NAME: Signature:
SIGNED BY (ADDRESS)

BY THE ORDER AND DIRECTION OF THE MAHAMETRO IN THE PRESENCE OF:


SIGNATURE: WITNESS
(NAME AND ADDRESS)

300
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Guarantee for Safe Custody


(To be stamped in accordance with Stamp Act, of the country of issuing bank)
To:
MAHARASHTRA METRO RAIL CORPORATION LIMITED,
____________________
_____________________
WHEREAS – the Consortium/ Joint venture consisting of:

(Name of Lead Member of the Group and address)


(Name of Member of the Group and address)
(Name of Member of the Group and address)

(hereinafter called “the Contractor”), with M/s-------------------------------- as the lead member


has undertaken, in pursuance of Contract No. [ ] dated ............for [Note 4] (hereinafter called
“the Contract”), AND WHEREAS according to the said Contract the Employer is obliged to pay
to the Contractor the sum of [ ] ([ ]) (“the Payment on delivery”) as set out in the priced Bill
of Quantities.

(A) Pursuant to the said activities, [Note 4] are to be manufactured offshore or in India for
subsequent delivery to the Contractor’s premises in Pune, India and held in safe custody by the
Contractor.

(B) Pursuant to the terms of the Contract, the Contractor, as a condition precedent to his
entitlement to receive any payment for items including an element of [Note 4] Contract [ ] to
the Contractor’s premises in Pune, is obliged to provide a Guarantee in the terms hereof for 95
percent of the Payment.

AND WHEREAS we (Insert name and address of scheduled commercial bank based in India) have
agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor up to a total of --------- (amount of Guarantee)-------------- (in words), such
sum being payable in the types and proportion of currencies in which the Contract Price is
payable and we hereby unconditionally, irrevocably and without demur undertake to
immediately pay you, upon your first written demand and without cavil or argument any sum
or sums within the limits of ------- (amount of guarantee) as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.
1. We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.

301
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

2. We further agree that no change or addition to or other modification of the terms of


the contract or of the Works to be performed there under or of any of the contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under the guarantee and we hereby waive notice of any such change, addition or
modification.
3. The Bank shall pay to the Employer the amount thus demanded without requiring further
evidence or proof of:
a. the default of the Contractor; or
b. the Employer’s entitlement to terminate the Contract or the employment of the
Contractor under the Contract; or
c. any termination of the Contract or the employment of the Contractor under the
contract; or
d. of the amount due and payable under this bank Guarantee.
4. The liability of the Bank under this Guarantee shall remain in full force and effect and
shall not be affected or discharged in any way by and the Bank hereby waives notice of:
a. any suspension of the Works, variation to or amendment of the Contract (including
without limitation extension of time for performance or adjustment to the Tender Total or
other payment under the Contract) or any concession or waiver by the Employer in respect of
the Contractor’s obligations under the Contract;
b. the termination of the Contract or of the employment of the Contractor under the
Contract solely as a result of default by the Contractor under the Contract;
c. any forbearance or waiver of any right of action or remedy the Employer may have
against the Contractor or negligence by the Employer in enforcing any such right of action or
remedy;
d. any other security or guarantee held or obtained by the Employer for any of the
obligations of the Contractor under the Contract or any release or waiver thereof;
e. any act or omission of the Contractor pursuant to any other arrangement with the
Surety.
5. The liability of the Bank under this Guarantee shall cease on whichever of the following
events first occurs:
a. payment by the Bank of the Guaranteed Sum in full to the Employer; or
b. receipt of written notification from the Employer that the[Note 4] have been installed
and tested to the satisfaction of the Employer.
6. Until the MAHAMETRO has issued an instruction to the Bank to the effect that this
Guarantee can be released, the Bank undertakes to extend the validity under the same
conditions for successive periods of six (6) calendar months at a time and to forward the
appropriate extension sheets to the MAHAMETRO.

SIGNATURE AND SEAL OF THE GUARANTOR


---------------------------------------------------------------
NAME OF THE BANK----------------------------------

302
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

ADDRESS--------------------------------------------------
DATE--------------------------------------------------------

Notes:
1. The stamp papers of appropriate value shall be purchased in the name of the Bank, who
issues the ‘Bank Guarantee’.
2. The Bank Guarantee shall be from a scheduled commercial bank based in India,
acceptable to the Employer.
3. The amount payable under this Guarantee shall be 95 percent of the aggregate of the
installments of the Payment made to the Contractor prior to the date of the written demand
referred to above less the aggregate of any sums in respect of items installed, tested and
certified by the Employer’s Representative (as defined in the Contract) in accordance with the
terms of the Contract.
4. Enter name of the Contract.

303
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of Signage


of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan
Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail
Project.

TENDER NO.
P1 Misc-28/2022

PART-III
CONDITIONS OF CONTRACT AND CONTRACT FORMS
SECTION-XI
SHE MANUAL

304
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

LIST OF CONTENTS

PART-I SHE MANAGEMNT


1.0 GENERAL 520

2.0 ‘SHE’ TARGETS AND GOALS 522

3.0 COMPLIANCE 522

4.0 CONTRACTOR SHE POLICY AND PLAN 524

5.0 DESIGNER’S ROLE 526

6.0 CONTRACTOR SHE


ORGANISATION…………………………………………………………………………………… 527
7.0 CONTRACTOR SHE COMMITTEE……………………………………………………………………………………………………………528

8.0 ID CARD & FIRST DAY AT WORK,SHE ORIENTATION TRAINING 531

9.0 SHE TRAINING 531

10.0 SHE INSPECTION 533

11.0 SHE AUDIT 534

12.0 SHE COMMUNICATION 538

13.0 SHE SUBMITTALS TO THE EMPLOYER 538

14.0 ACCIDENT REPORTING AND INVESTIGATION 539

15.0 EMERGENCY PREPAREDNESS PLAN 542

16.0 EXPERTS / AGENCIES FOR SHE SERVICES 543

PART-II SAFETY
17.0 HOUSEKEEPING 544

18.0 WORKING AT HEIGHT 545

19.0 OVERHEAD PROTECTION 555

20.0 SLIPPING, TRIPPING, CUTTING, DROWNING AND FALLING HAZARDS 555

21.0 LIFTING APPLIANCES AND GEAR 556

22.0 LAUNCHING OPERATION 559

23.0 CONSTRUCTION MACHINERY 560

24.0 MACHINE AND GENERAL AREA GUARDING 564

25.0 MANUAL LIFTING AND CARRYING OF EXCESSIVE WEIGHT 564

26.0 SITE ELECTRICITY 564

27.0 LIGHTING 567

Page 305
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

28.0 HAND TOOLS AND POWER TOOLS 568

29.0 WELDING, GOUGING AND CUTTING 570

30.0 DANGEROUS AND HARMFUL ENVIRONMENT 570

31.0 FIRE PREVENTION, PROTECTION AND FIGHTING SYSTEM 572

32.0 CORROSIVE SUBSTANCES 572

33.0 DEMOLITION 572

34.0 EXCAVATION 573

35.0 WORK PERMIT SYSTEM 575

36.0 TRAFFIC MANAGEMENT 575

37.0 WORK ADJACENT TO LIVE RAILWAYS 577

38.0 BATCHING PLANT AND CASTING YARD LAYOUT 577

39.0 PERSONAL PROTECTIVE EQUIPMENTS (PPEs) 578

40.0 VISITORS TO SITE 580

PART-III OCCUPATIONAL HEALTH AND WELFARE


41.0 PHYSICAL FITNESS OF WORKMEN 582

42.0 MEDICAL FACILITIES 582

43.0 NOISE 584

44.0 VENTILATION AND ILLUMINATION 588

45.0 RADIATION 589

46.0 WELFARE MEASURES FOR WORKERS 589

PART-IV ENVIRONMENTAL MANAGEMENT


47.0 ENVIRONMENTAL MANAGEMENT--------------------- 592

48.0 WATER QUALITY 596

49.0 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION 597

50.0 LANDSCAPE AND GREENERY 597

51.0 FELLING OF TREES 597

52.0 FLY ASH 598

53.0 BIODIVERSITY 598

54.0 EROSION AND SEDIMENT TRANSPORT 598

55.0 WASTE 599

PART-V LOCAL LABOUR AND RELATIONS WITH LOCAL COMMUNITIES

Page 306
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

56.0 HAZARDOUS WASTE


MANAGEMENT…………………………………………………………………………………….602
57.0 ENERGY MANAGEMENT
……………………………………………………………………………………………………….602
58.0 LOCAL LABOUR & RELATION WITH LOCAL
COMMUNITY…………………………………………………….602
59.0 LOCAL RECRUITMENT
OFFICE……………………………………………………………………………………………..603
60.0 TRASPORT &
ACCOMODATION…………………………………………………………………………………………….604
61.0 DAMAGE TO PEOPLE &
PROPERTY……………………………………………………………………………………..604
62.0 LAND ACQUISITION & LAND
TAKE……………………………………………………………………………………….604
63.0
TRAFFIC……………………………………………………………………………………………………………
………………….605

PART-VI PENALTY AND AWARDS


64.0 CHARGES TO BE RECOVERED FROM CONTRACTOR FOR UNSAFE ACT OR CONDITION 606

65.0 STOPPAGE OF WORK 618

66.0 AWARDS 619

APPENDIX NO.: 1 ................................................................................................ 620


Memorandum of Understanding between Maharashtra Metro Rail Corporation Limited
and the Contractor for safe execution of contract work
APPENDIX NO.: 2 ................................................................................................ 622
Safety, Welfare and Occupational Health requirements as per BOCW Act 1996 and
Rules 1998 and Maharashtra BOCW Rules 2003
APPENDIX NO.: 3 ................................................................................................ 626
SITE SHE PLAN
APPENDIX NO.: 4 ................................................................................................ 629
WORKPLACE POLICY ON HIV / AIDS PREVENTION & CONTROL FOR
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/001 ...................... 630
MINIMUM MANPOWER REQUIREMENTS OF SHE ORGANIZATION BASED ON
CONTRACT VALUE
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/002 ...................... 631
MINIMUM QUALIFICATION AND EXPERIENCE FOR (SHE) SAFETY, ELECTRICAL,
ENVIRONMENTAL, TRAFFIC ENGG. AND OCCUPATIONAL HEALTH PROFESSIONALS
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/003 ...................... 634
MINIMUM REQUIREMENTS OF SHE MONITORING AND AUDIO-VISUAL EQUIPMENTS

General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/004 ...................... 636
Topics for First day at work SHE orientation training of Workmen
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/005 ...................... 638

Page 307
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

ID Card Format
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/006 ...................... 639
SHE Training details for Managers and Supervisors
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/007 ...................... 642
SHE Training Matrix
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/008 ...................... 644
DAYS TO BE OBSERVED FOR CREATING SHE AWARENESS
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/009 ...................... 646
Minimum Requirements of SHE Communication Posters / Signages / Video
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/010 ...................... 650
Experts / Agencies for SHE Services
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/011 ...................... 655
Minimum Lighting Requirements
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/012 ...................... 657
Warning Traffic Sign
Form No. SF/001 ................................................................................................ 658
FORMATION OF SITE SHE COMMITTEE
Form No. SF/002 ................................................................................................ 660
MINUTES OF SHE COMMITTEE MEETING

Page 308
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

PART I: SHE MANAGEMNT


GENERAL

1.1 Scope
1.1.1 This document defines the principal requirements of the Employer on Safety, Health
and Environment (SHE) associated with the Contractor / sub-contractor and any
other agency to be practiced at construction worksites at all time.
1.2 Definition / languages
1.2.1 The Environmental Quality Management Manual (EQM) forms an essential part of the
overall Environmental Protection System employed by Maharashtra Metro Rail
Corporation Limited for the construction of Pune Metro Rail Project.
1.2.2 Definition & Abbreviations
(a) “Environment” means the total surroundings of an organism including water, air
and land and other living creatures.
(b) “Environmental Pollutant” means any solid, liquid or gaseous substance present
in such concentration as may be or tend to be injurious to environment.
(c) “Environmental Pollution” means the presence in the environment of any
environmental pollutant.
(d) “Nuisance” is annoyance, which results from any construction activity that
affects the material comfort and quality of life of the inhabitants of the area
surrounding the construction site.
(e) “Monitoring” is the use of direct or indirect reading field instrumentation to
provide information regarding the levels of pollutants released during
construction.
(f) “Construction Site” is the contract limits for construction. It shall be all the
area within the limits of the work as shown on the Plans. Construction Site shall
also include staging, and debris disposal areas and transportation routes to and
from these areas.
(g) “Noise” is any unwanted sound disturbance of the environment around the area
of construction operations.
(h) “Decibel” is a measure on a logarithmic scale of the magnitude of a particular
quantity (such as sound pressure, sound power) with respect to a standardized
reference quantity.
(i) “A - weighted Noise levels” in Decibels (referenced to 20 micro-Pascal) as
measured with A-weighting network of standard sound level meter, abbreviated
dB (A).
(j) “Energy Equivalent Level (Leq)” is the level of a steady noise which has the same
energy as the fluctuating noise level integrated over the period of measurement.
Lmax is the maximum Noise Level during the period of measurement. L10 and
L90are the percentile exceeding levels of sound which is exceeded 10% and 90%
of the time of measurement.
(k) “Waste” is unwanted surplus substance arising from the application of all
construction operations and any substance or article, which is required to be
disposed.
(l) “Suspended Particulate Matter” is abbreviated as SPM and measured in µg/m3.
(m) “Environmental Quality Management Manual” is abbreviated as EQM.
(n) “Air Monitoring and Control Plan” is abbreviated as AMCP.

Page 309
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(o) “Noise Monitoring and Control Plan” is abbreviated as PMCP.


(p) “Ministry of Environment and Forests, Government of India” is abbreviated as
MOEF.
(q) “Central Pollution Control Board” is abbreviated as CPCB.
(r) Notwithstanding the definition of “Site” of Clause 1.1.6.7 of the GCC and in the
context of the present specification the ESHS specifications, the word
“Worksite(s)” means:
(i) The land where work will be carried out, or
(ii) the land necessary for the implantation of Worksite facilities (work camp,
workshops, offices, storage areas, concrete production plants) and including
special access roads, or
(iii) quarries for aggregates, rock material and riprap, or
(iv) borrow areas for sand and other selected material, or
(v) stockpiling areas for backfill material or other demolition rubble, or
(vi) any other location, specifically designated in the Contract as a Worksite
The term « Worksite(s) » encompasses any individual Worksite or all Worksites.
1.2.3 In this document:
(i) The use of “shall’ indicates a mandatory requirement.
(ii) The use of “should” indicates a guideline that is strongly recommended.
(iii) The use of “may” indicates a guideline that is to be considered.
(iv) “SHE” means Safety, Health and Environment.
(v) “Employer” means Maharashtra Metro Rail Corporation Limited
(vi) “Chief Safety Officer” means an officer nominated by Maharashtra Metro
Rail Corporation Limited who is overall responsible for monitoring all SHE
functions prescribed in this document.
(vii) “BOCWA” means Building & Other Construction Workers (Regulation of
Employment and Conditions of Service) Act, 1996
(viii) “BOCWR” means Building & Other Construction Workers (Regulation of
Employment and Conditions of Service) Central Rules, 1998
(ix) “DG” means Director General of Ministry of Labour, Govt. of India.
(x) “BOCWWCA” means Building & Other Construction Workers’ Welfare Cess
Act, 1996
(xi) “BOCWWCR” means Building & Other Construction Workers Welfare Cess
Rules 1998
(xii) “MBOCWR” means Maharashtra Building and Other Construction Workers
(Regulation of Employment and Conditions of Service) Rules, 2003
(xiii) “Notifications” (Central and state) – collection of cess.
(xiv) “CIIBC” means Chief Inspector of Inspection of Building and Other
Constructions of Government of Maharashtra
(xv) “HIRA” means Hazard Identification and Risk Assessment

1.3 Application of this document

Page 310
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.3.1 This document applies to all aspects of the Contractor’s scope of work, including all
aspects conducted by sub-contractors and all other agencies. There shall be no
activity associated to the Contract, which is exempted from the purview of this
document.

Pursuant to Clause 4.4 of the GCC, the Contractor is fully liable for all actions, non-
compliance and negligence by subcontractors, their representatives, employees and
workers, to the same degree as it would be held liable for its own actions, non-compliance
or negligence or that of its own representatives, employees or workers.

1.4 Purpose of this document


1.4.1 The objective of these guidelines is to ensure that adequate precautions are taken
to avoid accidents, occupational illness and harmful effects on the environment
during construction.
1.4.2 This document :-

(i) Describes the SHE interfaces between Employer and the Contractor
(ii) Details the processes by which the Contractor shall manage SHE issues while
carrying out the work under the Contract.
(iii) Describes by reference, the practices and procedures as given in the
Maharashtra Metro Rail Corporation Limited Project Safety, Health &
Environment Manual for best SHE performance.

1.4.3 These requirements shall be read together with Maharashtra Metro Rail Corporation
Limited’s Project SHE Manual, OHSAS 18001-1999 Occupational Health and Safety
Management System and ISO 14001: 2004 Environmental Management Systems.
Definition of key terms used in these requirements related to OHSAS 18001 & ISO
14001 standards are found in Maharashtra Metro Rail Corporation Limited’s Project
SHE Manual.

‘SHE’ TARGETS AND GOALS


1.5 The SHE targets, goals and aim for the Works are to achieve:

(i) Zero total recordable injuries.


(ii) Zero reportable environmental incidents
(iii) All personnel inducted in accordance with the approved contractor SHE plans
(iv) Total compliance of conducting inspections and audits as per approved SHE
plan
(v) 100% incident recording and reporting
(vi) 100% adherence of usage of appropriate PPEs at work
(vii) Executing construction work with least disturbance to the environment,
adjoining area road users and traffic

COMPLIANCE

Page 311
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.6 Memorandum of Understanding (MOU)

1.6.1 A Memorandum of Understanding placed at Appendix No. 1 shall be executed before


the award of Contract by the Contractor with regard to various provisions on Safety,
Health and Environment to be practiced during the construction work.
1.7 Maharashtra Metro Rail Corporation Limited’s SHE Policy and Management Systems
1.7.1 The construction works shall be undertaken in accordance with Maharashtra Metro
Rail Corporation Limited’s SHE Policy and Management Systems as amended from
time to time provided in Project SHE Manual.
1.8 Indian statutory requirements
1.8.1 Primary statutory regulations
1.8.1.1 Contractor shall develop thorough understanding about Building and Other
Construction Workers (Regulation of Employment and Conditions of Service) Act
1996, Central Rules 1998, The Building & Other Construction Workers Welfare Cess
Act 1996 and Central Welfare Rules 1998, Maharashtra Building and Other
Construction Workers (Regulation of Employment and Conditions of Service) Rules,
2003, Building and Other Construction Workers Welfare Cess act 1996 and Central
Rules 1998, Notification [Central & State] – Collection of Cess, not only to satisfy the
Inspectors’ perspective but the use of legislation as the strong tool for effective SHE
management at construction worksites. Contractor is strongly advised to practice
the principle of voluntary compliance.
1.8.1.2 In order to facilitate the Contractor for better understanding on the various
provisions of the above Act and Rules, a tabulated information highlighting the
Sections/Rules referring to the corresponding registration of Contractors,
maintenance of registers and records, hours of work and wages, cess & welfare,
medical facilities and safety requirements are given in Appendix No. 2. It is an
indicative one and not a limiting list.
1.8.2 In addition, the construction works shall be undertaken in accordance with all
applicable legislation and Indian statutory requirements listed below but not limiting
to:

(i) Indian Electricity Act 2003 and Rules 1956


(ii) National Building Code, 2005
(iii) Factories Act, 1948, Maharashtra Government Factories Rules, 1963
(iv) Motor Vehicles Act as amended in 1994 and The Central Motor Vehicles Rules,
1989
(v) The Motor Transport Workers Act 1961 &Maharashtra Rules 1965
(vi) Indian Road Congress Code IRC: SP: 55-2001 ‘Guidelines on Safety in Road
Construction Zones’
(vii) The Petroleum Act, 1934 and Rules 1976
(viii) Gas Cylinder Rules, 2003
(ix) Indian Explosives Act, 1884, along with the Explosives Substance Act 1908 and
the Explosives Rules 1983
(x) The (Indian) Boilers Act, 1923
(xi) The Public Liability Insurance Act 1991 and Rules 1991
(xii) Minimum Wages Act, 1948 and The Minimum Wages (Maharashtra Rules) 1961

Page 312
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(xiii) The Contract Labour (Regulation & Abolition) Act 1970 & The Contract Labour
(P&R) (Maharashtra) Rules, 1972
(xiv) The Child Labour (Prohibition & regulation) Act 1986 and Maharashtra Rules
1994
(xv) Environment Protection Act, 1986 and Rules 1986
(xvi) Air (Prevention and control of Pollution) Act, 1981
(xvii) Water (Prevention and Control of Pollution) Act, 1974
(xviii) The Noise Pollution (Regulation & Control) Rules, 2000
(xix) Notification on Control of Noise from Diesel Generator (DG) sets, 2002
(xx) Recycled Plastic Usage Rules, 1998
(xxi) Notification, Central Ground Water Board, Act January 1997
(xxii) The Manufacturing, Storage and Import of Hazardous Chemical Rules, 1989
(xxiii) Chemical Accidents (Emergency Planning, Preparedness and Response) Rules,
1996
(xxiv) The Hazardous Waste (Management, Handling & Trans-boundary Movement)
Rules, 2007
(xxv) Relevant Rules / Guidelines regarding Preservation of Trees
(xxvi) Batteries (Management and Handling) Rules
(xxvii) Fly ash utilization notification, Sept 1999 as amended in August 2003.
(xxviii) Guidelines of Pune Urban Development Authority
(xxix) Guidelines of Maharashtra Pollution Control Board

1.8.3 Workman Compensation Act, 1923 along with allied Rules :- The Contractor shall
ensure that all his employees / workmen are covered under ‘Workmen Compensation
Act’ and shall pay compensation to his workmen as and when the eventuality for the
same arises.
1.8.4 Notwithstanding the above Act/Rules, there is nothing in those to exempt the
Contractor from the purview of any other Act or Rule in Republic of India for the
safety of men and materials.
1.8.5 The Contractor is responsible for the sanitary repatriation of Contractor’s Personnel
in the event of a serious injury or illness. The Contractor will take out the necessary
insurance to cover the cost of the sanitary repatriation of its Contractor’s Personnel.

1.9 International Standards, Guidelines & ISO Certifications


1.9.1 The Contractor complies with norms, standards and discharge limit values
recommended by the specialised international organisations affiliated to the United
Nations, as described in clause 3.4.2 below.
1.9.1.1 The specialised international organisations affiliated to the United Nations referred
to in Clause 9.2 include:
- World Bank, including the IFC and its Environmental, Health and Safety
guidelines available from http://www.ifc.org/ehsguidelines
For matters not addressed in the IFC above document, the norms, standards and
discharge limit values of the following institutions shall apply:
- World Health Organization (WHO)

Page 313
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

- Inter-national Labour Organization (ILO) (in particular in pursuance to Clauses


6.20, 6.21, 6.23 and 6.24 of the GCC)
- International Maritime Organization (IMO)

3.4.3 The works should be undertaken in accordance with the applicable international
guidelines, standards and specifications on SHE and every contract shall aim to
achieve ISO certifications listed below during the currency of the contract:

OHSAS 18001-1999 : Occupational Health and Safety Management System.


ISO 14001-2004 : Environmental Management Systems.

1.9.4 The process of certification shall start immediately after the award of the work and
complete within reasonable time. Towards this, the Contractor shall undertake the
required steps including appointment of ISO consultant for obtaining the certification
on Occupational Health and Safety Management System and Environment
Management System.
1.9.5 In case of failure on the part of the Contractor, the Employer at the cost of the
Contractor shall do the same.

1.10 Method Statement and Risk Assessment


1.10.1 Method Statement should be submitted by the Contractor. The Method Statement
should include activity list, job step, equipment list, HIRA (Hazard Identification and
Risk Assessment) etc.

CONTRACTOR SHE POLICY AND PLAN


1.11 The Contractor as per Section 39 of the BOCW Act shall formulate a SHE policy and
get it approved by DG/CIIBC and display it at conspicuous places at work sites in
Hindi and local languages understood by the majority of construction workers.
1.12 Within 4 weeks of the notification of acceptance of the tender, the Contractor shall
submit a detailed and comprehensive Contract specific SHE Plan. The SHE Plan shall
include detailed policies, procedures and regulations which, when implemented, will
ensure compliance of the contract provisions. The SHE Plan shall include the
following but not be restricted to:

(i) A statement of the Contractor’s policy, organisation and arrangements for SHE
including the resources available for the implementation of the same.
(ii) The name(s) and experience of person(s) within the Contractor’s proposed
management who shall be responsible for co-ordinating and monitoring the
Contractor’s SHE performance;
(iii) The number of SHE staffs who shall be employed on the Works, their
responsibilities, authority and line of communication with the proposed
Contractor's agent;
(iv) A statement of the Contractor’s policy and procedures for identifying and
estimating hazards, and the measures for addressing the same;

Page 314
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(v) A list of SHE hazards anticipated for this Contract and sufficient information to
demonstrate the Contractor’s proposals for achieving effective and efficient
health and safety procedures;
(vi) A description of the SHE training courses and emergency drills which shall be
provided by the Contractor, with an outline of the syllabus to be followed;
(vii) Details of the safety equipment which shall be provided by the Contractor,
including personal protective equipment;
(viii) A statement of the Contractor’s policy and procedures for ensuring that
Contractor's Equipment used on the Project Site are maintained in a safe
condition and are operated in a safe manner;
(ix) A statement of the Contractor’s policy and procedures for ensuring that sub-
contractors comply with the Contractor's safety plan;
(x) A statement of the Contractor’s disciplinary procedures with respect to SHE
related matters, and
(xi) A statement of the Contractor’s procedure for reporting and investigating
accidents, dangerous occurrences or occupational illnesses

1.13 The Contractor shall, from time to time and as necessary are required by the
Employer to produce supplements to the SHE Plan such that it is at all times a
detailed, comprehensive and contemporaneous statement by the Contractor of his
site safety, industrial health and environment obligations, responsibilities, policies
and procedures relating to work on Site. Any and all submissions of supplements to
the SHE Plan shall be made to the Employer in accordance with the agreed
procedures.
1.14 If at any time the SHE plans is, in the Employer’s opinion, insufficient or requires
revision or modification to ensure the security of the Works and the safety of all
workmen upon and visitors to the Site, the Employer may instruct the Contractor to
revise the SHE plans, and the Contractor shall within 7 days submit the revised plan
to the Employer for review.
1.15 Any omissions, inconsistencies and errors in the SHE Plan or the Employer’s
acceptance or rejection of the SHE Plan and/or supplements thereto shall be without
prejudice to the Contractor's obligations with respect to site safety, industrial health
and environment and shall not excuse any failure by the contractor to adopt proper
and recognised safety practices throughout the execution of the Work.
1.16 The Contractor shall adhere to the SHE Plan and shall ensure, as far as practically
possible, that all sub-contractors of all tiers require that contracting parties each
have a copy of the Site SHE Plan and comply with its provisions.
1.17 The details of contents to be covered in the site SHE plans are given in Appendix No.
3.

DESIGNER’S ROLE
1.18 Designer’s role in Safety, Health and Environment
Designer’s primary role includes to minimise the risk to health and safety of those who are
going to construct, maintain, clean, repair, dismantle or demolish the structures and anyone
else like adjoining road users/general public, who might be affected by the work.
1.19 General Philosophy: - When considering health and safety in designer’s work, they
shall be expected to do what is reasonable at the time the design is prepared. It may
be possible for hazards, which cannot be addressed at the feasibility stage to be
looked at during detailed design. In deciding what is reasonably practicable, the risk

Page 315
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

to health and safety produced by a feature of the design has to be weighed against
the cost of excluding the feature. The overall design process does not need to be
dominated by a concern to avoid all risks during the construction phase and
maintenance. However, a judgement has to be made by weighing up one
consideration against another, so the cost is counted not just in financial terms, but
also those of fitness for purpose, aesthetics, build ability or environmental impact.
By applying these principles, it may be possible to make decisions at the design
stage, which will avoid or reduce risks during construction work. In many cases, the
large number of design considerations will allow a number of equally valid design
solutions. What is important is the approach to the solutions of design problems. This
should involve a proper exercise of judgement, which takes account of health and
safety issues.
1.20 Hierarchy of Risk Control
1.20.1 Designers shall need, so far as reasonably practicable, to avoid or reduce risks by
applying a series of steps known as the hierarchy of risk control or principles of
prevention and protection. The steps to be adopted shall include the following:-
(i) consider if the hazard can be prevented from arising so that the risk can be
avoided (e.g., alter the design to avoid the risk);
(ii) if this cannot be achieved, the risk should be combated at source (e.g., ensure
the design details of items to be lifted include attachment points for lifting);
(iii) failing this, priority should be given to measures to control the risk that will
protect all people;
(iv) only as a last resort should measure to control risk by means of personal
protection be assumed (e.g., use of safety harnesses).
1.21 Duty to provide health and safety risks in the drawing itself
1.21.1 In case of situations where the designers have carried out the design work and
concluded that there are risks, which are not reasonably practicable to avoid,
detailed information shall be given about the health and safety risks, which remain.
This information needs to be included with the design to alert others to the risks,
which they cannot reasonably be expected to know. This is essential for the parties
who have to use the design information.
1.21.2 If the designers’ basic design assumptions affect health or safety, or health and
safety risks are not obvious from the standard design document, the designer shall
provide additional information. The information shall include a broad indication of
the assumptions about the precautions for dealing with the risks. The information
will need to be conveyed in a clear manner; it shall be included on drawings, in
written specifications or outline method statements. The level of detail to be
recorded will be determined by the nature of the hazards involved and the associated
level of risk.
1.22 Employer’s approval
1.22.1 Every structure like scaffold, false work, launching girder, earth retaining structures
etc. shall have its design calculations included in the method statements in addition
to health and safety risks. Employers’ designer or his approved proof check
consultants as applicable as per the contract conditions shall approve all these
designs.
1.23 Any non-standard structures like trestles made up of re-bars or structures which are
very old, corroded, repaired for many times etc. for which no design calculations
can be made accurately from any national standards, shall not be allowed to be used
at sites even for short duration.

Page 316
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.24 If any of the above-mentioned clauses are not adhered penalty shall be imposed
depending upon the gravity of the unsafe act and or condition
CONTRACTOR SHE ORGANISATION
1.25 Education and Experience
1.25.1 The Contractor shall appoint the required SHE personnel as prescribed in General
Instruction Maharashtra Metro Rail Corporation Limited /SHE/GI/001 (enclosed at
the end) based upon the statutory requirement and establish the safety organisation
based upon the Contract value. The minimum educational qualification & the work
experience are given in General Instruction Maharashtra Metro Rail Corporation
Limited /SHE/GI/002.
1.25.2 In order to effectively interact on labour welfare matters with the Employer and the
statutory authorities enforcing the labour welfare legislations every Contractor shall
employ a full time Labour Welfare Officer duly qualified and experienced as per
Clause 6.1.1.
1.26 Conduct and competency
1.26.1 The conduct and functioning of the Contractor SHE personnel shall be monitored by
the Employer. Any default or deficiency shall attract penalty as per details given
under penalty Clause 56.0 of this document.
1.26.2 All Contractors Personnel are made aware and acknowledge their understanding of
the rules of procedure and the associated provisions. Rules of procedure document
are initialled by all contractors Personnel prior to the start of any physical work at
any Project site.
1.26.3 The rules of procedure include a list of acts considered as serious misconduct and
which must result in dismissal from any Project Area by the Contractor, or by the
Engineer if the contractor is not acting in due course, should a contractor’s Personnel
repeatedly commit an offence of serious misconduct despite awareness of the rules
of procedure, and this is without prejudice to any legal action by any public authority
for non-compliance with applicable regulations
a) Drunkenness during working hours, leading to risks for the safety of local
inhabitants, customers, users and personnel.
b) Punishable statements or attitudes, and sexual harassment in particular.
c) Violent behaviour.
d) Intentional damage to the assets and interests of others, or the environment.
e) Repeated negligence or impudence leading to damage or prejudice to the
environment, the population or properties, particularly breaching provisions
intended to prevent the spreading of STD and AIDS.
f) Drug use
g) Possession and /or consumption of meat or any other part of an endangered
animal or plant as defined in the Washington convention (CITES) and National
Regulation.
Serious misconduct such as organization of sex trade (pimping) committing paedophile,
physical aggression, drug trafficking, deliberate and severe pollution, trading and /or
trafficking in all or part of protected species, shall lead to immediate dismissal as of the
first report of misconduct is detected, in application of the rules of procedure and labour
laws.
The contractor establishes a record for each case of serious misconduct and a copy will be
provided to the contractors Personnel in question indicating all action taken to terminate
the misconduct by the Contractor’s personnel. This record will be shared with the Engineer.

Page 317
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Any person suspected by the engineer to be under the influence of alcohol or controlled
substance on any Project Area is immediately suspended from his position by the Contractor,
pending the results of medical tests.

Page 318
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.26.4 The Contractor shall ensure that all personnel are competent to perform the job
assigned to them. In the event that the Contractor is unable to demonstrate the
competency of any person whose activities can directly impact on the Works’ SHE
performance, the Employer shall remove that person from the site without any
procedural formalities.
1.27 Approval from Employer
1.27.1 The name, address, educational qualification, work experience and health condition
of each personnel deployed for SHE jobs shall be submitted to the Employer in the
format prescribed for the purpose for comments and approval well before the start
of the work. Only on approval by the Employer these personnel are authorised to
work. In case any of the SHE personnel leaves the Contractor the same shall be
intimated to the Employer. The Contractor shall recruit new personnel and fill up
the vacancy.
1.28 Responsibility of SHE personnel
1.28.1 For all works carried out by the Contractor and his sub-contractors, the responsibility
of ensuring the required SHE manpower lies with the main Contractor only. The
minimum required manpower indicated by the Employer includes the sub-
contractors’ work also. It shall be the responsibility of the main Contractor to provide
required SHE manpower for all the works executed by all Contractors. Necessary
conditions shall be included in all sub-contract documents executed by the main
Contractor.
1.29 Employment status of SHE personnel
1.29.1 No Contractor shall engage SHE manpower from any outsourcing agencies in which
case the effectiveness would be lost. All SHE manpower shall be on the payroll of
the main Contractor only and not on the payroll of any subcontractor or outsourcing
manpower agencies etc. This condition does not apply to positions like traffic
marshals who are engaged almost on a daily requirement basis.
1.30 Reporting of SHE personnel
1.30.1 All SHE personnel are to report to the Chief SHE Manager who shall report directly
to the Chief Project Manager. The Employer shall monitor adherence to this
procedure at all times. In case of non-adherence penalty shall be levied as indicated
in the penalty clause.
1.31 Inadequate SHE personnel
1.31.1 In case if the Contractor fail to provide the minimum required manpower as
illustrated in General Instruction Maharashtra Metro Rail Corporation Limited
/SHE/GI/001 or fail to fill up vacancies created within 14 days, the same shall be
provided by the Employer at Contractor’s cost. Any administrative expenses
involved, providing the same like as paper advertisement or manpower consultant
charges, etc shall also be at the cost of Contractor.
1.32 Prohibition of performance of other duties
1.32.1 As per Schedule VIII of BOCWR, no SHE personnel shall be required or permitted to
do any work which is unconnected to, inconsistent with or detrimental to the
performance of the SHE duties for respective category mentioned in General
Information Maharashtra Metro Rail Corporation Limited / SHE / GI / 001
1.33 Facilities to be provided to SHE personnel

1.33.1 As per Schedule VIII of BOCWR, the Contractor shall provide all SHE personnel with
such facilities, equipment and information that are necessary to enable him to
dispatch his duties effectively.

Page 319
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.33.2 The minimum Employer’s requirements of such facilities / equipment’s to be


provided for SHE personnel are given in the General Instruction Maharashtra Metro
Rail Corporation Limited /SHE/GI/003
CONTRACTOR SHE COMMITTEE
1.34 All employees should be able to participate in the making and monitoring of
arrangements for safety, industrial health and environment at their place of work.
The establishment of site SHE committees in which employees and Contractor and
sub-contractor management are represented can increase the involvement and
commitment of employees. The Contractor shall ensure the formation and monitor
the functioning of Contractor SHE committees.
1.35 Terms of Reference
1.35.1 The Terms of Reference for the committee shall be as follows:
(i) To establish company safety policies and practices
(ii) To monitor the adequacy of the contractor’s site SHE plans and ensure its
implementation
(iii) To review SHE trainings
(iv) To review the Contractor’s monthly SHE report.
(v) To identify probable causes of accident and unsafe practices in building or
other construction work and to suggest remedial measures
(vi) To stimulate interest of Employer and building workers in safety by organizing
safety week, safety competition, talks and film-shows on safety, preparing
posters or taking similar other measures as and when required or as necessary.
(vii) To go around the Construction Site with a view to check unsafe practices and
detect unsafe conditions and to recommend remedial measures for their
rectifications including first-aid medical and welfare facilities.
(viii) Committee team members should perform a site inspection before every
committee meetings and to monitor SHE inspection reports.
(ix) To bring to the notice of the Employer the hazards associated with use,
handling and maintenance of the equipment used during the course of building
and other construction work
(x) To suggest measures for improving welfare amenities in the construction site
and other miscellaneous aspect of safety, health and welfare in building or
other construction work.
(xi) To look into the health hazards associated with handling different types of
explosives, chemicals and other construction materials and to suggest remedial
measures including personal protective equipment.
(xii) To review the last safety committee meeting minutes and to take action
against persons/sub-contractors for non-compliance if any
1.36 Within 14 days of award of Contract, the SHE Committee shall be constituted and
notification regarding the same shall be communicated to the members and
employees as per the format provided in Form No. SF 001
1.37 Site SHE Committee meeting shall be conducted at least once in a month with the
minimum members listed below:

Chairman Project Manager

Secretary SHE Manager (In-charge)

Page 320
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Members i) Labour Welfare Officer


ii) In charge of plant and machinery
iii) In charge of site electrics
iv) In charge of stores.
v) Senior Managers/ Engineers heading different sub
functions.
vi) Sub – contractor’s representative
vii) Labour Contractor’s representative
viii) Workers’ representative
ix) Co-contractor representative.
x) SHE staffs

Employer’s Maharashtra Metro Rail Corporation Limited SHE in charge and


Representatives other representatives

1.38 Construction SHE Committee meeting shall be conducted at least once in a week
with the minimum members listed below:

Chairman Project Manager

Secretary SHE Manager (In-charge)

Members (i) Labour Welfare Officer


(ii) In charge of plant and machinery
(iii) In-charge of site electricity
(iv) Senior Managers / Engineers heading different sub
functions
(v) Sub- Contractor’s representative
(vi) Labour contractor’s representative
(vii) Workers’ representatives
(viii) All SHE Staffs

1.39 Co-contractors’ participation


1.39.1 In case of depot, station and other contiguous areas where more than one main
contractors are working together, the Employer shall instruct the other contractors
to join for the monthly SHE committee meeting of the main civil contractor, so as to
discuss and decide about the common provision of security, lighting, toilet, drinking
water etc. and sharing the maintenance cost of the same etc.
1.39.2 The general principle for sharing the cost shall be either based on the Contract value
of works executed at the contiguous area or the daily average number of workmen
employed by each contractor in the contiguous area.
1.40 Minimum time between two monthly SHE Committee meetings
1.40.1 A minimum period of 21 days shall be maintained between any two SHE monthly
committee meetings.
1.41 Agenda

Page 321
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.41.1 The Secretary shall circulate the agenda of the meeting at least seven working days
in advance of the scheduled date of the meeting to all members.
1.41.2 The agenda should broadly cover the following:
(i) Confirmation of minutes
(ii) Chairman’s review/overview of site SHE performance / condition
(iii) Previous month SHE statistics
(iv) Incident and Accident Investigation / dangerous occurrence / near miss
report
(v) Site SHE inspection
(vi) Sub-contractors’ SHE issues
(vii) Safety presentation by Members
(viii) Report from Employer
(ix) Matters arising
(x) Any other business

1.42 Minutes of the meeting


1.42.1 The Minutes of the meeting shall be prepared as per the format provided at Form
No. SF-002 and sent to all members within 2 working days preferably by mail/fax
followed by hardcopy. Safety Committee meeting minutes shall also be displayed in
the notice board for wider publicity to all concerned.
1.43 Disciplinary Action
1.43.1 The chairman shall inform the members of any outstanding issues in the meeting and
in case of repeated offence/ non-compliance by some members or other co/sub-
contractors and propose suitable disciplinary action including provisions of monitory
penalty as per the relevant contract clauses, the Employer shall ensure that the same
is implemented.

ID CARD AND FIRST DAY AT WORK, SHE ORIENTATION TRAINING


1.44 The Contractor shall ensure that all personnel working at the site receive an
induction SHE trainings explaining the nature of the work, the hazards that may be
encountered during the site work and the particular hazards attached to their own
function within the operation. The training shall cover the contents as given in the
General Instruction Maharashtra Metro Rail Corporation Limited /SHE/GI/004.
1.45 All personnel shall be issued a photo identity card of size 85mm x 55mm duly signed
by the authorized representative of the Contractor before they are engaged for any
work as per the format given in the General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/005
1.46 Contractor shall also issue some personnel SHE handbook in a language known to the
workers, which provides information on SHE and emergency procedures that all
personnel working on contract are required to know and the need to follow.
Contractor shall ensure that this is distributed, and its content introduced to all
personnel working at the site.
SHE TRAINING
1.47 The behaviour of people at all levels of the Contractor is critical for SHE
performance.

Page 322
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.48 The Contractor shall organise quality SHE training to engage Managers, supervisors
and other personnel in behavioural change and improve safety performance.
1.49 Training sessions are two -fold: introductory sessions for starting work at the Project
Area, and technical training as required in relation to the execution of the works.

(i) Starting work sessions are organised for each Contractor’s Personnel and shall
cover as a minimum
a) Rules of procedure
b) Safety rules on Project Areas.
c) Protection of areas adjacent to Project Area
d) Risks relating to sexually transmitted diseases, prostitution, human trafficking and
sexual
e) Basic health: combating malaria and water borne diseases, improving hygiene.

1.50 The Contractor shall analyse the training requirements for all the employees and
initiate a training program to demonstrate that all persons employed, including
subcontractors, are suitably qualified, competent and fit. This will include:
(i) Orientation training -covering all the trainings mentioned in 9.3 above
(ii) Detailed Job descriptions for all personnel, to include their specific SHE
responsibilities
(iii) Specification of qualifications, competency and training requirements for all
personnel
(iv) Assessment and recording of training needs for all personnel, including
subcontractors’ employees in the workforce, vendor representatives and site
visitors
(v) A system for assessing new hirers e.g. previous training
(vi) A means of confirming that the system is effective
(vii) A matrix and schedule of training requirements, covering general, task–specific
and SHE-related training, showing the training frequency and interval between
refresher courses
(viii) Timely, competent delivery of training courses

1.51 The Contractor shall arrange behavioural-based training programmes for all the
executives to identify, recognise and eliminate unsafe act and unsafe conditions.
1.52 The minimum Employer’s requirement of training needs for various categories of
employees are given in General Instruction Maharashtra Metro Rail Corporation
Limited /SHE/GI/006
1.53 The contents of SHE training to Managers/Supervisors as given in General Instruction
Maharashtra Metro Rail Corporation Limited /SHE/GI/007 shall be conducted.
1.54 The refresher-training programme to all employees shall be conducted once in six
months.
1.55 Toolbox talk as given in the Employer’s Project SHE Manual shall be conducted to all
high-risk workmen every day.
1.56 On-the spot practical skill development training on height safety including scaffold
safety, crane safety, welding safety, electrical safety, traffic safety for marshals

Page 323
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

shall also be conducted to all foremen/ workmen who were associated to the
concerned jobs.
1.57 Every employee including workman shall take safety Oath daily without fail.
1.58 All vehicle drivers including heavy vehicle operators shall be trained on defensive
driving at training institute recognized by Maharashtra State Road Transport
Corporation / Government of Maharashtra, or any other driving institute registered
under Motor Vehicles Act.
1.59 All the above listed training programmes except at Clause 9.11 shall be organised by
the Contractor only after taking approval from the Employer for the training faculty
/ organisation, content and durations.
1.60 In case of failure on the part of the Contractor to provide all the above-mentioned
training programs to all employees in time, the same shall be provided by the
Employer through accredited agencies if required by formulating a common scheme
to all contractors. Any administrative expenses and training fee towards the same
shall be at the cost of the Contractor.
1.61 The Contractor detail in the training programme the actions and ESHS training for
subcontractors and other members of the joint venture when applicable.

Page 324
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

SHE INSPECTION
1.62 The Contractor shall evolve and administer a system of conducting SHE inspections
and other risk management analysis on a periodical basis.
1.63 The purpose of SHE inspection is to identify any variation in construction activities
and operations, machineries, plant and equipment and processes against the SHE
Plan and its supplementary procedures and programs.
1.64 Following SHE inspections program shall be adopted:

(i) Planned General Inspection


(ii) Routine Inspection
(iii) Specific Inspection
(iv) Other Inspection

1.64.1 Planned General Inspection


1.64.1.1 Planned general inspections are performed at predetermined intervals and it
usually involves the representation from both Contractor and the Employer.
1.64.1.2 Inspections that will be classified under this inspection program are:

(i) Monthly contractor and sub-contractors site safety committee Inspection.


(ii) Weekly safety inspection by construction supervisors (Contractors and Sub-
contractors)
(iii) Daily safety inspection by contractor site SHE team.

1.64.2 Routine Inspection


1.64.2.1 Routine inspections are often referring to the inspection of work site, equipment
and temporary structures performed by site and equipment operators and
temporary structure erectors.

Inspections that will be classified under this inspection program are:

(i) Daily Inspection of plant and equipment by operator


(ii) Weekly Inspection of scaffold by scaffolding supervisor
(iii) Monthly Inspection of electrical hand tools by competent electrical supervisor
(iv) Quarterly Inspection of temporary electrical systems by competent electrical
supervisor
(v) Half-yearly inspection of lifting machinery, lifting appliances, equipment and
gears by Govt. approved competent person.

1.64.2.2 The list mentioned above is not exhaustive. Contractor may add additional
categories. Contractors’ Site SHE Manager will ensure that a system of routine
inspections is carried out periodically to all plants, equipment, powered tools and
any other temporary structures that will pose a hazard to operators and workmen.

Page 325
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Specific Inspection
1.64.2.3 Specific inspections are performed on activities without a predetermined date.
Competent supervisors usually perform inspections for ensuring an activity whether
it is executed in accordance to a general set of rules; method statement submitted
or developed procedures.
The following are examples that will be commonly performed as required on the
construction site:

(i) Inspection performed before a heavy lifting operation.


(ii) Inspection performed before and after the entry of person into a confined
space.
(iii) Inspection performed before and after a welding and gas cutting operation.
(iv) Inspection of formwork before concreting by formwork erector.

The list mentioned above is not exhaustive. The Contractor shall ensure that a competent
supervisor inspects all high-risk processes and activities.
1.64.3 Other Inspection
Other inspections include the following:
(i) Mandatory Inspections by Labour Department of Government.
(ii) Maharashtra Metro Rail Corporation Limited site SHE management team

1.64.4 The Contractor shall prepare all required safety inspection checklist for all activity
operations and equipment. Checklists will be prepared based on the Indian
standards, rules and regulations and Employer’s requirements. The formats provided
in the Project SHE manual may be referred.
1.64.5 All inspection records and reports will be properly kept and filed for audit purpose.
Inspection reports of Planned General Inspection and Routine Inspection will be used
for discussion during Safety Committee Meetings.
SHE AUDIT
1.65 General
1.65.1 The purpose and scope of SHE audits is to assess potential risk, liabilities and the
degree of compliance of construction Safety, Health & Environmental plan and its
supplementary procedures and programs against applicable and current SHE
legalisation regulations and requirements of the Employer.
1.65.2 Project Manager holds the ultimate responsibility in ensuring implementation of SHE
audit program during the construction work.
1.66 Monthly Audit Rating Score (MARS)
1.66.1 Monthly Audit Rating Score (MARS) will be performed once in a month. A team
consisting of Project Manager and Employer representative based on the pre-
designed score-rating format will conduct it. The details of the pre-designed monthly
audit score rating formats are given in the Project SHE Manual.
1.66.2 This Monthly SHE Audit Rating Score (MARS) report will enable the Employer to
evaluate the general compliance by the Contractor with the Conditions of Contract,
the Employer’s Project SHE Manual and the Contractor’s site specific SHE Plan.

Page 326
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.66.3 Monthly Audits will be conducted in accordance with Maharashtra Metro Rail
Corporation Limited Guidelines. The Project Manager accompanied by the
Employer’s Representatives shall carry out the Audit. The Contractor’s senior
manager and SHE in-charge should also be invited to attend.
1.66.4 Timing :- The Monthly Audit Rating Score (MARS) should be conducted at least 7 days
prior to the scheduled date of Monthly SHE Committee meeting.
1.66.5 Evaluation

1.66.5.1 The numerical scoring has been weighed on a 1-10 scale. The audit team will use
their observations noted in evaluating the points to be awarded against each of the
elements of the audited section. Wherever some topics and sub-topics are not
applicable the score rating need not be given. The overall audit ratings shall be
achieved by:

𝐴𝑐𝑡𝑢𝑎𝑙 𝑆𝑐𝑜𝑟𝑒 𝐴𝑐ℎ𝑖𝑒𝑣𝑒𝑑


𝑂𝑣𝑒𝑟𝑎𝑙𝑙 𝐴𝑢𝑑𝑖𝑡 𝑅𝑎𝑡𝑖𝑛𝑔 = ∗ 100
𝑀𝑎𝑥 𝑃𝑜𝑠𝑠𝑖𝑏𝑙𝑒 𝑆𝑐𝑜𝑟𝑒

1.66.5.2 The criticality of the required actions for the respective sections of the Audit will
be classified as:

SN Score Description Action

1 < 60% Immediate Require Contractor to rectify within 24 hours

2 < 75% Improvement Contractor rectification within 7 days and


Necessary confirmed in writing to Employer

3 < 90% Improvement Contractor rectification within one month and


Desirable confirmed in writing to Employer

1.66.3 Report :- A copy of each Audit Report will be sent to Employer and to all
subcontractors, with whom it will then be discussed in detail at the Monthly SHE
Committee Meeting in order to ensure that any corrective actions are agreed upon.
1.67 Monthly Electrical Safety Audit
1.67.1 A team comprising of Contractor’s senior SHE (Electrical) engineer and Employer’s
Representative shall conduct monthly electrical safety audit covering the following
and submit the report to Employer:

(i) Electrical accidents investigation findings and remedy


(ii) Adequacy of power generation and power requirements
(iii) Power distribution and transmission system in place
(iv) Updated electrical single line diagram showing the current condition of power
source and distribution including the IP44 DBs arrangement.
(v) Electrical protection devices – selection, installation and maintenance.

Page 327
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(vi) Earth or ground connection and earth pit maintenance details


(vii) Education and training of electrical personnel undertaken
(viii) Routine electrical inspection details
(ix) Electrical maintenance system and register.
(x) Name plate details of major electrical equipment
(xi) Classified zones in the site, if any.

1.68 External SHE Audit


1.68.1 External SHE audits are to be conducted by external agencies that are competent
with ISO qualified auditors with the prior approval of the Employer.
1.68.2 Areas of competence of Audit team

1.68.2.1 Practical understanding of BOCW Act and Rules, statutory requirements on


health/medical and welfare of workmen, construction hazards and its prevention
and control, traffic management, electrical safety, rigging, safety of construction
equipment and environment management.
1.68.2.2 Audit shall be conducted as per the guidelines of ISO, ILO, and national standards.
Audit report shall also be presented as per the above formats.
1.68.3 External SHE audits shall be conducted on a quarterly basis throughout the currency
of the Contract.
1.68.4 Targets of SHE Audit :- The contents and coverage of the external audit shall include
the following items
1.68.4.1 SHE management

(i) Organization
(ii) Communication and Motivation
(iii) Time office
(iv) Inspection
(v) Emergency preparedness
(vi) Budget allocation
(vii) Education and Training
(viii) Work permit system

1.68.4.2 Technical

(i) Building and Structure


(ii) Construction operational safety
(iii) Material safety
(iv) Hand tools and Power tools
(v) Electrical system
(vi) Safety Appliances

Page 328
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(vii) Fire prevention and control


(viii) Housekeeping
(ix) Maintenance and Machinery safety
(x) First-aid and Medical Facilities
(xi) Welfare measures
(xii) Environmental Management

1.68.5 Audit Documents


1.68.5.1 Contractor shall make the below listed documents available for the review by the
Audit team.
(i) SHE policy
(ii) SHE manual
(iii) SHE Rules and Regulation
(iv) SHE organization chart
(v) Annual SHE objectives / programs
(vi) Accident / near miss statistics and analysis
(vii) SHE Training program / records for all personnel
(viii) Operating manuals and maintenance manual of all equipment’s
(ix) Safe worthiness certificates of all lifting appliances and gears
(x) Medical fitness record for all personnel
(xi) Risk identification, assessment and control details
(xii) Environmental management reports
(xiii) Emergency management records including mock drill

1.68.6 Audit Preparation


(i) Audit team members are required to gather information by observations through
interviews and by checks of hardware and documentation.
(ii) Audit team shall prepare checklist to cover all parts based on SHE legislations
rules and regulations and Maharashtra Metro Rail Corporation Limited
requirements.
(iii) Audit team members shall verify the facts and findings leading to the identified
gaps and weakness.
(iv) Audit leader has overall responsibility for reaching a conclusion.

1.68.7 Reporting
1.68.7.1 Audit report shall be prepared and directly sent to the Employer within 7 days of
conducting the audit with a copy to the contractor.
1.68.8 Report contents

Page 329
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(i) Executing summary: Based on the finalized checklists as written the findings to
the Employer by the audit team members, the audit leader will compile a
concise and accurate summary of observations and findings.
(ii) Introduction: This will contain basic information regarding the facilities or
organization audited, the specific audit dates (inclusion of those for preparation
and post-audit activities).
(iii) Principal positive findings: This will contain the summary of positive aspects as
observed by the auditors. It will also contain highlights of those issue, which may
warrant dissemination as best practice regarding methodology used or
achievement.
(iv) Audit Findings: All audit findings as detailed in the audit checklists shall be
grouped together as priority 1 and 2 as detailed below in a separate listing.

a. Priority 1: Actions to rectify gaps or weakness should generally be


implemented within 2 – weeks, if risk potential is high or unacceptable.
b. Priority 2: Actions should be generally implemented or rectified with a
maximum of 3 – 4 weeks, if not rectified would create a likelihood of minor
injury or business loss.

1.68.9 Conformity Report & Action by Employer


1.68.9.1 The auditor shall inspect the site after 14 days of conducting initial audit for
checking the adequacy of implementation of items maintained under priority 1 by
the Contractor and shall submit a conformity / non-conformity report to the
Employer with a copy to the contractor.
1.68.9.2 The auditor shall again inspect after 28 days of conducting initial audit for checking
the adequacy of implementation of items mentioned under priority 2 by the
Contractor and shall submit a conformity / non-conformity report to the Employer
with a copy to the Contractor.
1.68.9.3 In case of non-conformity of items mentioned by auditor, the Employer shall take
necessary steps including stoppage of work and or imposing any penalty for getting
the item implemented.
1.68.10 Failure of Contractor to conduct External SHE Audit
1.68.10.1 If the Contractor fails to conduct the external SHE audits in time, the Employer
at the cost of Contractor shall get it done.
SHE COMMUNICATION
1.69 The Contractor shall take every effort to communicate the Safety, Occupational
health and Environment management measures through posters campaigns /
billboards / banners / glow signs being displayed around the work site as part of the
effort to rise safety awareness amongst to the work force. Posters should be in
Marathi, Hindi and English and. Posters / billboards / banners/ glow signs should be
changed at least once in a month to maintain the impact.

1.70 The Contractor shall also observe important days as listed in General Instruction
Maharashtra Metro Rail Corporation Limited /SHE/GI/008and printing and displaying
safety signage and posters as listed in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/009
1.71 The list indicated are the minimum requirements of the Employer and the Contractor
is encouraged to further the SHE communication activities by formulating suitable

Page 330
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

reward schemes for safety performers and any other activities, which deem fit for
the purpose.
SHE SUBMITTALS TO THE EMPLOYER
1.72 The Contractor’s SHE management should send the following reports to the Employer
periodically:
(i) Daily Reporting of total number of workmen (as given in Clause 13.2)
(ii) Monthly SHE Report (as given in Clause 13.3)
(iii) SHE Committee Meeting Minutes (as given in Clause 7.9.1)
(iv) SHE Inspection Reports
(v) SHE Audit Reports
a. Monthly Audit Rating Score (MARS) report
b. External SHE Audit
c. Electrical Safety Audit
(vi) Air and Noise Quality monitoring report

1.73 Daily Reporting of total number of workmen


1.73.1 The Contractor shall report to the Employer the total number of workmen engaged
by all including any subcontractor within 2 hours of starting of any shift in any day.
This reporting shall be the primary duty of the Chief SHE Manager of the Contractor
and reporting shall be through tele-fax / email. The onus of checking the receipt of
the same by the Employer lies with the Contractor. If the information is not received
or received more than 2 hrs after starting of the shift, penalty shall be levied as per
relevant clause.
1.74 Monthly SHE Report
1.74.1 The Contractor shall prepare a monthly SHE reports consisting of the following and
submit 3 copies within 7thof next month to the Employer as specified in the Project
SHE Manual.
(i) Monthly man-hour details as specified in the Project SHE manual
(ii) Monthly accident / incident details as specified in the Project SHE manual
(iii) SHE committee details
(iv) Details of SHE trainings conducted in the month
(v) SHE Inspection
(vi) SHE internal audit details like electrical audit etc.
(vii) SHE Communication activities under taken in the month indicating the
number of posters displayed and balance availability in stock.
(viii) Air quality
(ix) Toolbox talks details
(x) PPE details: Quantity purchased, issued to the workmen and stock available.
(xi) Details on IP 44 panel boards, lighting poles, welding & cutting equipment’s,
Ladders, Hoists, tools & tackles.
(xii) Monthly Lux meter study results
(xiii) Housekeeping

Page 331
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(xiv) Barricade maintenance details


(xv) No of critical excavations
(xvi) Health & Welfare activities
(xvii) Safety walk conducted by Contractors’ Project Manager in the month
(xviii) SHE Activities Planned for next month
ACCIDENT REPORTING AND INVESTIGATION
1.75 Reporting to Employer
1.75.1 All accidents, “near miss” and dangerous occurrences shall immediately be informed
verbally to the Employer. This will enable the Employer to reach to the scene of
accident / dangerous occurrences to monitor/assist any rescue work and/or start
conducting the investigation process so that the evidences are not lost.
1.75.2 Reports of all accidents (fatal / injury) and dangerous occurrences shall also be sent
within 24 hours as per approved format.
1.75.3 No accident / dangerous occurrences are exempted from reporting to the Employer.
1.75.4 Any wilful delay in verbal and written reporting to the Employer shall be penalised
as per relevant clause.
1.75.5 Near Miss
An incident or a situation with clear potential for an undesirable outcome to occur, even
though no actual negative consequences happened. In other words, it is an event with
potential to cause injury, property damage, environmental release or an adverse community
reaction. Generally, the following events are some examples of near miss when:

(i) A person trips over an object and falls to the ground but did not get injured
(ii) A person has to dive or jump out of the way to avoid a collision with a motorized
vehicle, a moving object like a suspended part on a conveyor or from an
uncontrolled suspended load;
(iii) A person has to jump from a falling ladder;
(iv) An object with significant mass falls from a distance of sufficient height that
would cause injury to a person if they were struck;
(v) A machine part becomes a projectile;
(vi) A person works on a piece of equipment that he/EHS believes is de-energized
and that equipment starts up putting that person in jeopardy;
(vii) A low speed collision occurs, and an occupant of that vehicle is not wearing a
seat belt and is not injured.
(viii) Stored energy unexpectedly releases which could cause injury if a person were
struck or contacted, e.g. a high-tension spring (like your garage door spring)
breaks or a pocket of steam releases;
(ix) Any steps of the vessel entry procedure are omitted in a vessel entry;
(x) Any emergency equipment (fire extinguisher, Scott Air Pack, Oxygen sensor,
eye wash, etc) fails to operate properly when called on in an emergency.

If Protective Equipment is called for and worn and it prevents an injury, then in this case it
would not be a near miss. As an example, a mechanic is wearing a hard hat in a barricaded
area where hard hats must be worn and a 100gram bolt falls from a height of 2 meters and

Page 332
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

strikes his hard hat and no injury occurs. That would not be a near miss. But if he were not
wearing a hardhat and the bolt falls a meter away, then it would be a near miss.

14.1.6 Each non-conformity will be documented by a digital photograph with captions to


provide a visual illustration, explicitly indicating the location, date of inspection
and the non-conformity in question.
1.76 Reporting to Government organisations
1.76.1 In addition to the above verbal and written reporting to the Employer, as per Rule
210 of BOCWR, notice of any accident to a worker at the building or construction
site that:
(i) causes loss of life; or
(ii) disables a worker from working for a period of 48 hours or more immediately
following the accident;
(iii) shall forthwith be sent by telegram, telephone, fax, or similar other means
including special messenger within four hours in case of fatal accidents and 72
hours in case of other accidents, to:

a. the Regional Labour Commissioner, wherein the Contractor has registered


the firm/ work
b. the board with which the worker involved was registered as a beneficiary;
c. Director General and
d. the next of kin or other relative of the worker involved in the accident;
1.76.2 Further, notice of accident shall be sent in respect of an accident which:
(i) causes loss of life; or
(ii) disables the injured worker from work for more than 10 days to
a. the officer-in-charge of the nearest police station;
b. the District Magistrate or, if the District Magistrate by order so desires, to
c. the Sub-Divisional Magistrate
1.76.3 In case of an accident causing minor injury, first-aid shall be administered, and the
injured worker shall be immediately transferred to a hospital or other place for
medical treatment.

1.76.4 Where any accident causing disablement that subsequently results in death, notice
in writing of such death, shall be sent to the authorities mentioned in Clause 14.2.1
and 14.2.2 above within 72 hours of such death.
1.76.5 Reporting of dangerous occurrences
1.76.5.1 The following classes of dangerous occurrences shall be reported to the Inspector
having jurisdiction, whether or not any disablement or death caused to the worker,
namely:

(a) collapse or failure of lifting appliances, or hoist, or conveyors, or similar


equipment for handling of building or construction material or breakage or
failure of rope, chain or loose gears; or overturning of cranes used in
construction work;

Page 333
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(b) falling of objects from height;


(c) collapse or subsidence of soil, pipe lines, any wall, floor, gallery, roof or any
other part of any structure, launching girder, platform, staging, scaffolding or
means of access including formwork;
(d) explosion of receiver or vessel used for storage of pressure greater than
atmospheric pressure, of any gas or gases or any liquid or solid used as building
material;
(e) fire and explosion causing damage to any place on construction site where
building workers are employed;
(f) spillage or leakage of any hazardous substance and damage to their container;
(g) collapse, capsizing, toppling or collision of transport equipment;
(h) leakage or release of harmful toxic gases at the construction site;

1.76.6 In case of failure of launching girder, lifting appliance, loose gear, hoist or building
and other construction work, machinery and transport equipment at a construction
site, such appliances, gear, hoist, machinery or equipment and the site of such
occurrence shall, as far as practicable, be kept undisturbed until inspected by the
Authorities;
1.76.7 Every notice given for fatal accidents or dangerous occurrences shall be followed by
a written report to the concerned Authorities under Section 39 of BOCWA and the
Director General in the specified Form XIV of BOCWR.
1.77 Accident investigation
1.77.1 General
1.77.1.1 Investigations should be conducted in an open and positive atmosphere that
encourages the witnesses to talk freely. The primary objective is to ascertain the
facts with a view to prevent future and possibly more serious occurrences.
1.77.1.2 Accidents and Dangerous Occurrences which result in death, serious injury or
serious damage must be investigated by the Contractor immediately to find out the
cause of the accident/occurrence so that measures can be formulated to prevent
any recurrence.
1.77.1.3 Near misses and minor accidents should also be investigated by the Contractor as
soon as possible as they are signals that there are inadequacies in the safety
management system.
1.77.2 Procedure of incident investigation
1.77.2.1 It is important after any accident or dangerous occurrence that information relating
to the incident is gathered in an organised way. The following steps shall be
followed:
(a) take photographs and make sketches
(b) examine involved equipment, workplace or material and the environmental
conditions
(c) interview the injured, eye-witnesses and other involved parties
(d) consult expert opinion where necessary
(e) identify the specific Contractor or sub-contractor involved.
1.77.2.2 Having gathered information, it is then necessary to make an analysis of incident
(a) establish the chain of events leading to the accident or incident

Page 334
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(b) find out at what stage the accident took place


(c) consider all possible causes and the interaction of different factors that led up
to the accident, and identify the most probable cause. The cause of an accident
should never be classified as carelessness. The specific act or omission that
caused the accident must be identified.
1.77.2.3 The next stage is to proceed with the follow-up action
(a) report on the findings and conclusions
(b) formulate preventive measures to avoid recurrence
(c) publicise the findings and the remedial actions taken
1.78 Employers’ independent incident investigation

1.78.1 In case of fatal / dangerous occurrence the Employer shall also conduct independent
investigation. Contractor and his staff shall extend necessary co-operation and
testify about the accident.
1.78.2 The Contractor shall take every effort to preserve the scene of accident till the
Employer completes the investigation.
1.78.3 All persons summoned by the Employer in connection to witness recording shall obey
the instructions without delay. Any wilful suppression of information by any person
shall be removed from the site immediately and / or punishable as per relevant
penalty clause.
EMERGENCY PREPAREDNESS PLAN
1.79 The Contractor shall prepare as required under Rule 36 of BOCWR, an Emergency
Response Plan for all work sites as a part of the Contractor SHE Plan. The plan shall
integrate the emergency response plans of the Contractor and all other
subcontractors. The Emergency Response Plan shall detail the Contractor’s
procedures, including detailed communications arrangements, for dealing with all
emergencies that could affect the Site. This include where applicable, injury,
sickness, evacuation, fire, chemical spillage, severe weather and rescue.
1.80 The Contractor shall ensure that an Emergency Response Plan is prepared to deal
with emergencies arising out of:

(i) Fire and explosion


(ii) Collapse of lifting appliances and transport equipment
(iii) Collapse of building, sheds or structure i.e.-structural failure
(iv) Gas leakage or spillage of dangerous goods or chemicals
(v) Bomb threatening, Criminal or Terrorist attack
(vi) Drowning of workers
(vii) Landslides getting workers buried floods, Earthquake, storms & other natural
calamities.
(viii) Loss of containment of dangerous substance
1.81 Fire extinguishers are made available in each building at clearly identified locations,
and fires are strictly forbidden outside of the cooking area.
1.82 Arrangements shall be made for emergency medical treatment and evacuation of the
victim in the event of an accident or dangerous incident occurring, the chain of
command and the responsible persons of the Contractor with their telephone

Page 335
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

numbers and addresses for quick communication shall be adequately publicized &
conspicuously displayed in the workplace.
1.83 Contractors shall require to tie-up with the hospitals and fire stations located in the
neighbourhood for attending to the casualties promptly and emergency vehicle kept
on standby duty during the working hours for the purpose.
1.84 Contractor shall conduct an onsite emergency mock drill once in every month for all
his workers and his subcontractor’s workers.
1.85 It shall be the responsibility of the Contractor to keep the Local Law & Order
Authorities informed and seek urgent help, as the case may be, so as to mitigate the
consequences of an emergency. Prompt communication to Maharashtra Metro Rail
Corporation Limited, telephonically initially and followed by a written report, shall
be made by the Contractor.

EXPERTS / AGENCIES FOR SHE SERVICES


1.86 Contractors may utilise the services of experts/agencies empanelled under Rule 250
of BOCWR for the purpose of training, internal audit and any other SHE services with
prior approval of the Employer.
1.87 As an aide to contractors, a list of experts/agencies and the offered service are given
in General Instruction Maharashtra Metro Rail Corporation Limited /SHE/GI/010 for
ready reference. In addition to it if the Contractor would like to use any
expert/agencies’ services for any SHE activities the same can also be allowed
provided that they are competent and meet to the general requirements of
Employer. In every case prior approval of the Employer is mandatory.

Page 336
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

PART II: SAFETY

HOUSEKEEPING
1.88 Housekeeping is the act of keeping the working environment cleared of all
unnecessary waste, thereby providing a first-line of defence against accidents and
injuries.
1.89 Contractor shall understand and accept that improper housekeeping is the primary
hazard in any construction site and ensure that a high degree of housekeeping is
always maintained. Indeed “Cleanliness is indeed next to Godliness”
1.90 Housekeeping is the responsibility of all site personnel, and line management
commitment shall be demonstrated by the continued efforts of supervising staff
towards this activity.
1.91 General Housekeeping shall be carried out by the Contractor and ensured at all times
at Work Site, Construction Depot, Batching Plant, Labour Camp, Stores, Offices and
toilets / urinals. Towards this the Contractor shall constitute a special group of
housekeeping personnel as per General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/001. This group shall ensure daily cleaning at work sites
& surrounding areas and maintain a register as per the approved format by the
Employer.
1.92 Adequate time shall be assigned to ensure that good housekeeping is maintained.
Team of housekeeping squad shall carry out this.
1.93 The Contractor shall be responsible to provide segregated containers for disposal of
debris at required places and regular cleaning of the same.
1.94 Full height fence, barriers, barricades etc. shall be erected around the site in order
to prevent the surrounding area from excavated soil, rubbish etc, which may cause
inconvenience to and endanger the public. The barricade especially those exposed
to public shall be aesthetically maintained by regular cleaning and painting as
directed by the Employer. These shall be maintained in one line and level.
1.95 The structure dimension of the barricade, material and composition, its colour
scheme, Maharashtra Metro Rail Corporation Limited logo and other details shall be
in accordance with specifications laid down in tender document.
1.96 All stairways, passageways and gangways shall be maintained without any blockages
or obstructions. All emergency exits passageways, exits fire doors, break-glass alarm
points, firefighting equipment, first aid stations, and other emergency stations shall
be kept clean, unobstructed and in good working order.
1.97 Lumber with protruding nails shall be bent or removed and properly stacked.
1.98 All surplus earth and debris are removed/disposed-off from the working areas to
officially designated dumpsites. Trucks carrying sand, earth and any pulverized
materials etc. in order to avoid dust or odour impact shall be covered while moving.
The tyres of the trucks leaving the site shall be cleaned with water, wherever the
possibility of spillage on carriageways meant for regular road traffic exists.
1.99 No parking of trucks/trolleys, cranes and tRailers etc. shall be allowed on roads,
which may obstruct the traffic movement. All truck drivers should generally be
accompanied by a Cleaner.
1.100 Roads shall be kept clear and materials like: pipes, steel, sand boulders, concrete,
chips and brick etc. shall not be allowed on the roads to obstruct free movement of
road traffic.

Page 337
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.101 Water logging or bentonite spillage on roads shall not be allowed. If bentonite
spillage is observed on road endangering the safety of road users, the Contractor
shall be penalised as per relevant clause.
1.102 Proper and safe stacking of material are of paramount importance at yards, stores
and such locations where material would be unloaded for future use. The storage
area shall be well laid out with easy access and material stored / stacked in an
orderly and safe manner.
1.103 Unused/surplus cables, steel items and steel scrap lying scattered at different places
within the working areas shall be removed to identified locations(s).
1.104 All wooden scrap, empty wooden cable drums and other combustible packing
materials, shall be removed from work place to identified location(s).
1.105 Empty cement bags and other packaging material shall be properly stacked and
removed.
1.106 The Contractor shall ensure that all his sub-contractors maintain the site reasonably
clean through provisions related to house keeping
WORKING AT HEIGHT/BELOW GROUND
1.107 Definitions
1.107.1 “access” and “egress” include ascent and descent.
1.107.2 “fragile surface” means a surface, which would fail if any reasonably
foreseeable loading were to be applied to it.
1.107.3 “line” includes rope, chain or webbing
1.107.4 “personal fall protection” means:
(i) a fall prevention, work restraint, work positioning, fall arrest or rescue system,
other than a system in which the only safeguards are collective safeguards; or
(ii) rope access and positioning techniques;
1.107.5 "work at height" means:
(i) work in any place, including a place at or below ground level;
(ii) obtaining access to or egress from such place while at work, except by a staircase
in a permanent workplace, where, if protective measures were not taken, a
person could fall a distance liable to cause personal injury;
1.107.6 “work equipment" means any machinery, appliance, apparatus, tool or
installation for use at work (whether exclusively or not) and includes:
(a) a guard-Rail, toe-board, barrier or similar collective means of protection
(b) a working platform
(c) a net, airbag or other collective safe guard for arresting falls
(d) personal fall protection system
(e) ladders
1.107.7 “working platform” means:
(i) any platform used as a place of work or as a means of access to or egress from a
place of work;
(ii) includes any scaffold, suspended scaffold, cradle, mobile platforms, trestle,
gangway, gantry and stairway which is so used.
1.108 Organisation and planning :- The Contractor shall ensure that work at height is:
(i) properly planned for any emergencies and rescue

Page 338
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(ii) appropriately supervised; and


(iii) carried out in a manner, which is reasonably practicable safe.
1.109 The Contractor shall ensure that work at height is carried out only when the weather
conditions do not jeopardise the health or safety of persons involved in the work.
1.110 Competence:- The Contractor shall ensure that no person engages in any activity,
including organization, planning and supervision, in relation to work at height or
work equipment for use in such work unless he is competent to do so or, if being
trained, is being supervised by a competent person.
1.111 Avoidance of risks from work at height:- The Contractor shall ensure that work is
not carried out at height where it is reasonably practicable to carry out the work
safely otherwise than at height.
1.112
1.113 Where work is carried out at height, the Contractor shall take suitable and sufficient
measures as given below to prevent, so far as is reasonably practicable, any person
falling a distance liable to cause personal injury.
(i) his ensuring that the work is carried out:
a. from an existing place of work; or
b. (in the case of obtaining access or egress) using an existing means, complying
to the requirements as given in Clause18.15

Where it is reasonably practicable to carry it out safely and under appropriate


ergonomic conditions; and

(ii) Where it is not reasonably practicable for the work to be carried out in
accordance with sub-paragraph (a), his providing sufficient work equipment for
preventing, so far as is reasonably practicable, a fall occurring.
1.114 Where the measures taken under Clause 18.6 do not eliminate the risk of a fall
occurring, every Contractor shall:
(i) So far as is reasonably practicable, provide sufficient work equipment to
minimise:
a. The distance and consequences; or
b. Where it is not reasonably practicable to minimise the distance, the
consequences, of a fall; and
(ii) Without prejudice to the generality of Clause 18.4, provide such additional
training and instruction or take other additional suitable and sufficient measures
to prevent, so far as is reasonably practicable, any person falling a distance
liable to cause personal injury.
1.115 Selection of ‘work equipment’ for work at height
(i) The Contractor, in selecting work equipment for use in work at height, shall:
a. Give collective protection measures priority over personal protection
measures; and
b. Take account of:
1. The working conditions and the risks to the safety of persons at the place
where the work equipment is to be used;

Page 339
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

2. In the case of work equipment for access and egress, the distance to be
negotiated;
3. The distance and consequences of a potential fall;
4. The duration and frequency of use;
5. The need for easy and timely evacuation and rescue in an emergency; and
6. Any additional risk posed by the use, installation or removal of that work
equipment or by evacuation and rescue from it;
(ii) The Contractor shall select work equipment for work at height which:
a. has characteristics including dimensions which:
1. Are appropriate to the nature of the work to be performed and the
foreseeable loadings; and
2. Allow passage without risk; and
b. Is in other respects the most suitable work equipment, having regard in
particular to the purposes specified in Clause18.5 and 18.6.
Special requirements for using cranes and hoists underground
1. underground hoists must be designed to allow powering of the hoist drum
in both directions so that the brakes are automatically applied upon power
release or failure.
2. Hoist operator must have a closed-circuit voice communication system
with speaker microphone to communicate with individual landing station
3. When sinking shafts 22.8m or less, cages, skips and buckets may swing,
bumper snag against shaft sides must be guided by fenders, Rails, ropes or
a combination. If shaft is greater than 22.8m then hoisted objects must be
rope guided for full length of travel.
1.116 Fragile surfaces
1.116.1 The Contractor shall ensure that no person at work passes across or near, or
working on, from or near, a fragile surface where it is reasonably practicable to carry
out work safely and under appropriate ergonomic conditions without his doing so.
1.116.2 Where it is not reasonably practicable to carry out work safely and under
appropriate ergonomic conditions without passing across or near, or working on, from
or near, a fragile surface, every Contractor shall:
(i) ensure, so far as is reasonably practicable, that suitable and sufficient
platforms, coverings, guard Rails or similar means of support or protection are
provided and used so that any foreseeable loading is supported by such supports
or borne by such protection;
(ii) where a risk of a person at work falling remains despite the measures taken
under the preceding provisions of this regulation, take suitable and sufficient
measures to minimise the distances and consequences of his fall.
1.116.3 Where any person at work may pass across or near, or work on, from or near,
a fragile surface, every Contractor shall ensure that:
(i) prominent warning notices are so far as is reasonably practicable affixed at the
approach to the place where the fragile surface is situated; or
(ii) where that is not reasonably practicable, such persons are made aware of it by
other means.
1.117 Falling objects

Page 340
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.117.1 The Contractor shall, where necessary to prevent injury to any person, take
suitable and sufficient steps to prevent, so far as is reasonably practicable, the fall
of any material or object.
1.117.2 where it is not reasonably practicable to comply with the requirements of
Clause18.9, every Contractor shall take suitable and sufficient steps to prevent any
person being struck by any falling material or object which is liable to cause personal
injury.
1.117.3 The Contractor shall ensure that no material or object is thrown or tipped
from height in circumstances where it is liable to cause injury to any person.
1.117.4 Every Contractor shall ensure that materials and objects are stored in such a
way as to prevent risk to any person arising from the collapse, overturning or
unintended movement of such materials or objects.
1.118 Danger areas
1.118.1 Without prejudice to the preceding requirements of these Regulations, every
Contractor shall ensure that,
(i) Where a workplace contains an area in which, owing to the nature of the work,
there is a risk of any person at work;
a. falling a distance; or
b. being struck by a falling object,

which is liable to cause personal injury, the workplace is so far as is reasonably


practicable equipped with devices preventing unauthorised persons from entering
such area; and
(ii) such area is clearly indicated.
1.119 Inspection of work equipment
1.119.1 The Contractor shall ensure that, where the safety of work equipment
depends on how it is installed or assembled, it is not used after installation or
assembly in any position unless it has been inspected in that position.
1.119.2 The Contractor shall ensure that work equipment exposed to conditions
causing deterioration which is liable to result in dangerous situations is inspected
(i) at suitable intervals; and
(ii) each time that exceptional circumstances which are liable to jeopardise the
safety of the work equipment have occurred,
to ensure that health and safety conditions are maintained and that any deterioration can
be detected and remedied in good time.
1.119.3 Without prejudice to Clause 18.12.1, the Contractor shall ensure that a
working platform
(i) used for construction work; and
(ii) from which a person could fall 2 metres or more,
is not used in any position unless it has been inspected in that position or, in the case of a
mobile working platform, inspected on the site, within the previous 7 days.
1.119.4 The Contractor shall ensure that the reports of all inspections are properly
maintained and shown to the Employer as and when required.
1.119.5 In this clause "inspection",

Page 341
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(i) means such visual or more rigorous inspection by a competent person as is


appropriate for safety purposes; and
(ii) includes any testing appropriate for those purposes,
1.120 Inspection of places of work at height :- The Contractor shall so far as is reasonably
practicable ensure that the surface and every parapet, permanent Rail or other such
fall protection measure of every place of work at height are checked on each
occasion before the place is used.
1.121 Duties of persons at work
1.121.1 Any workmen employed by the Contractor shall report to the supervisor about
any defect relating to work at height which he knows is likely to endanger the safety
of himself or another person.
1.121.2 Every workman shall use any work equipment or safety device provided to
him for work at height by the Contractor, in accordance with:
(i) any training in the use of the work equipment or device concerned which have
been received by him; and
(ii) the instructions respecting that use which have been provided to him by the
Contractor as per the requirements of the Employer
1.122 Requirements for existing places of work and means of access or egress at height
every existing place of work or means of access or egress at height shall:
(i) be stable and of sufficient strength & rigidity for the purpose for which it is
intended to be or is being used;
(ii) where applicable, rest on a stable, sufficiently strong surface;
(iii) be of sufficient dimensions to permit the safe passage of persons and the safe
use of any plant or materials required to be used and to provide a safe
working area having regard to the work to be carried out there;
(iv) possess suitable and sufficient means for preventing a fall;
(v) possess a surface which has no gap
a. through which a person could fall;
b. through which any material or object could fall and injure a person; or
c. giving rise to other risk of injury to any person, unless measures have been
taken to protect persons against such risk;
(vi) be so constructed and used, and maintained in such condition, as to prevent,
so far as is reasonably practicable:
a. the risk of slipping or tripping; or
b. any person being caught between it and any adjacent structure;
(vii) where it has moving parts, be prevented by appropriate devices from moving
inadvertently during work at height.
1.123 Requirements for guard Rails, toe-boards, barriers and similar collective means of
protection
(i) Unless the context otherwise requires, any reference in this section to means of
protection is to a guard Rail, toe-board, barrier or similar collective means of
protection.
(ii) Means of protection shall
a. be of sufficient dimensions, of sufficient strength and rigidity for the purposes
for which they are being used, and otherwise suitable;

Page 342
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

b. be so placed, secured and used as to ensure, so far as is reasonably


practicable, that they do not become accidentally displaced; and
c. be so placed as to prevent, so far as is practicable, the fall of any person, or
of any material or object, from any place of work.
(iii) In relation to work at height involved in construction work
a. the top guard-Rail or other similar means of protection shall be at least 950
millimetres above the edge from which any person is liable to fall;
b. toe-boards shall be suitable and sufficient to prevent the fall of any person,
or any material or object, from any place of work; and
c. any intermediate guard Rail or similar means of protection shall be positioned
so that any gap between it and other means of protection does not exceed
470 millimetres.
(iv) Any structure or part of a structure which supports means of protection or to
which means of protection are attached shall be of sufficient strength and
suitable for the purpose of such support or attachment.
1.124 Requirements for all Working Platforms
(i) Every working platforms requires a supporting structure for holding it
(ii) Any surface upon which any supporting structure rests shall be stable, of
sufficient strength and of suitable composition safely to support the supporting
structure, the working platform and any loading intended to be placed on the
working platform.
(iii) Stability of supporting structure
Any supporting structure shall
a. be suitable and of sufficient strength and rigidity for the purpose for which
it is being used;
b. in the case of a wheeled structure, be prevented by appropriate devices
from moving inadvertently during work at height;
c. in other cases, be prevented from slipping by secure attachment to the
bearing surface or to another structure, provision of an effective anti-slip
device or by other means of equivalent effectiveness;
d. be stable while being erected, used and dismantled; and
e. when altered or modified, be so altered or modified as to ensure that it
remains stable.
f. Have suitable base plates and properly footed thereby.
(iv) Stability of working platforms
A working platform shall
a. be suitable and of sufficient strength and rigidity for the purpose or purposes
for which it is intended to be used or is being used;
b. be so erected and used as to ensure that its components do not become
accidentally displaced so as to endanger any person;
c. when altered or modified, be so altered or modified as to ensure that it
remains stable; and
d. be dismantled in such a way as to prevent accidental displacement.
(v) Safety on working platforms
A working platform shall

Page 343
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

a. be of sufficient dimensions to permit the safe passage of persons and the


safe use of any plant or materials required to be used and to provide a
safe working area having regard to the work being carried out there;
b. possess a suitable surface and, in particular, be so constructed that the
surface of the working platform has no gap
1. through which a person could fall;
2. through which any material or object could fall and injure a person;
or
3. giving rise to other risk of injury to any person, unless measures have
been taken to protect persons against such risk; and
c. be so erected and used, and maintained in such condition, as to prevent,
so far as is reasonably practicable
1. the risk of slipping or tripping; or
2. any person being caught between the working platform and any
adjacent structure.
(vi) Loading :- A working platform and any supporting structure shall not be
loaded so as to give rise to a risk of collapse or to any deformation, which
could affect its safe use.
(vii) Additional requirements for scaffolding
Strength and stability calculations for scaffolding shall be carried out
unless
a. a note of the calculations, covering the structural arrangements
contemplated, is available; or
b. it is assembled in conformity with a generally recognised standard
configuration.
(viii) Depending on the complexity of the scaffolding selected, a competent person
shall draw up an assembly, use and dismantling plan. This may be in the form
of a standard plan, supplemented by items relating to specific details of the
scaffolding in question.
(ix) A copy of the plan, including any instructions it may contain, shall be kept
available for the use of persons concerned in the assembly, use, dismantling
or alteration of scaffolding until it has been dismantled.
(x) The dimensions, form and layout of scaffolding decks shall be appropriate to
the nature of the work to be performed and suitable for the loads to be
carried and permit work and passage in safety.
(xi) While a scaffold is not available for use, including during its assembly,
dismantling or alteration, it shall be marked with general warning signs in
accordance with and be suitably delineated by physical means preventing
access to the danger zone.
(xii) Scaffolding may be assembled, dismantled or significantly altered only under
the supervision of a competent person and by persons who have received
appropriate and specific training in the operations envisaged which addresses
specific risks which the operations may entail and precautions to be taken,
and more particularly in:
a. understanding of the plan for the assembly, dismantling or alteration of
the scaffolding concerned;
b. safety during the assembly, dismantling or alteration of the scaffolding
concerned;

Page 344
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

c. measures to prevent the risk of persons, materials or objects falling;


d. safety measures in the event of changing weather conditions which could
adversely affect the safety of the scaffolding concerned;
e. permissible loadings;
f. any other risks which the assembly, dismantling or alteration of the
scaffolding may entail.
1.125 Requirements for collective safeguards for arresting falls
(i) Collective safeguard is a safety net, airbag or other collective safeguard for
arresting falls
(ii) A safeguard shall be used only if
a. a risk assessment has demonstrated that the work activity can so far as is
reasonably practicable be performed safely while using it and without
affecting its effectiveness;
b. the use of other, safer work equipment is not reasonably practicable; and
c. a sufficient number of available persons have received adequate training
specific to the safeguard, including rescue procedures.
(iii) A safeguard shall be suitable and of sufficient strength to arrest safely the fall
of any person who is liable to fall.
(iv) A safeguard shall:
a. in the case of a safeguard which is designed to be attached, be securely
attached to all the required anchors, and the anchors and the means of
attachment thereto shall be suitable and of sufficient strength and
stability for the purpose of safely supporting the foreseeable loading in
arresting any fall and during any subsequent rescue;
b. in the case of an airbag, landing mat or similar safeguard, be stable; and
c. in the case of a safeguard, which distorts in arresting a fall, afford
sufficient clearance.
(v) Suitable and sufficient steps shall be taken to ensure, so far as practicable,
that in the event of a fall by any person the safeguard does not itself cause
injury to that person.
1.126 Requirements for personal fall protection systems
(i) A personal fall protection system shall be used only if
a. a risk assessment has demonstrated that
1. the work can so far as is reasonably practicable be performed safely
while using that system; and
2. the use of other safer work equipment is not reasonably practicable;
and
b. the user and a sufficient number of available persons have received
adequate training specific to the operations envisaged, including rescue
procedures.
(ii) A personal fall protection system shall
a. be suitable and of sufficient strength for the purposes for which it is being
used having regard to the work being carried out and any foreseeable
loading;
b. where necessary, fit the user;

Page 345
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

c. be correctly fitted;
d. be designed to minimise injury to the user and, where necessary, be
adjusted to prevent the user falling or slipping from it, should a fall occur;
and
e. be so designed, installed and used as to prevent unplanned or
uncontrolled movement of the user.
(iii) A personal fall protection system designed for use with an anchor shall be
securely attached to at least one anchor, and each anchor and the means of
attachment thereto shall be suitable and of sufficient strength and stability
for the purpose of supporting any foreseeable loading.
(iv) Suitable and sufficient steps shall be taken to prevent any person falling or
slipping from a personal fall protection system.
(v) All fall protection system should be inspected weekly as a minimum.
1.127 Requirements for Ladders
(i) Every Contractor shall ensure that a ladder is used for work at height only if
a risk assessment has demonstrated that the use of more suitable work
equipment is not justified because of the low risk and
a. The short duration of use; or
b. Existing features on site, which he cannot alter.
(ii) Only metal ladders shall be allowed. Bamboo ladders are prohibited.
(iii) Any surface upon which a ladder rests shall be stable, firm, of sufficient
strength and of suitable composition safely to support the ladder so that its
rungs or steps remain horizontal, and any loading intended to be placed on
it.
(iv) A ladder shall be so positioned as to ensure its stability during use
(v) A suspended ladder shall be attached in a secure manner and so that, with
the exception of a flexible ladder, it cannot be displaced, and swinging is
prevented.
(vi) A portable ladder shall be prevented from slipping during use by:
a. securing the stiles at or near their upper or lower ends;
b. an effective anti-slip or other effective stability device; or
c. any other arrangement of equivalent effectiveness.
(vii) A ladder used for access shall be long enough to protrude sufficiently above
the place of landing to which it provides access, unless other measures have
been taken to ensure a firm handhold.
(viii) No interlocking or extension ladder shall be used unless its sections are
prevented from moving relative to each other while in use.
(ix) A mobile ladder shall be prevented from moving before it is stepped on.
(x) Where a ladder or run of ladders raises a vertical distance of 9 metres or
more above its base, there shall, where reasonably practicable, be provided
at suitable intervals sufficient safe landing areas or rest platforms.
(xi) Every ladder shall be used in such a way that
a. a secure handhold and secure support are always available to the user;
and

Page 346
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

b. the user can maintain a safe handhold when carrying a load unless, in the
case of a step ladder, the maintenance of a handhold is not practicable
when a load is carried, and a risk assessment has demonstrated that the
use of a stepladder is justified because of
1. the low risk; and
2. the short duration of use.
(xii) Ladders should be inspected weekly for any damage or corrosion.
1.128 Detailed requirements for Scaffolding
1.128.1 Scaffold General :- This procedure provides general information about the
competent person, erection, inspection, and use of both welded-frame and tube-
and-coupler scaffolds.
(i) Scaffolds are intended to provide safe working positions at elevations. To
eliminate fall exposures, scaffolds must have complete hand Rails, mid-Rails,
and decking. Do not use fall arrest equipment as a substitute for hand Rails, mid-
Rails, or a complete deck.
(ii) Before erecting scaffolds, consider all nearby or overhead hazardous energy
sources such as electrical, mechanical, pneumatic, thermal, and chemical.
(iii) Welded-frame scaffolds are made of basic prefabricated end frames, cross-
bracing, and frame-connecting devices to hold the parts firmly in place. Tube
and-coupler and system scaffolds are made of various lengths of tubing clamped
together by special patented couplers to support working platforms of various
shapes.
(iv) All complete scaffolds will have a top hand Rail approx. 1.1 meter above the
platform, mid Rail approx. 0.6 meter above the platform & a toe plate 10 cm
tall from the platform.
(v) Do not inter mix scaffold components manufactured by different manufacturers
unless the component parts fit together without force or modification.
(vi) Bamboo components are not permitted on Maharashtra Metro Rail Corporation
Limited Sites.

Competent person: one who is capable of identifying existing and predictable hazards in
the surroundings or working conditions which are unsanitary, hazardous, or dangerous to
employees, & who has authorization to take prompt, corrective measures to eliminate
those.

Qualified person: one who, by possession of a recognized degree, certificate, or


professional standing, or who by extensive knowledge, training, and experience, has
successfully demonstrated his or her ability to solve or resolve problems related to the
subject matter, the work, or the project.
1.128.2 Erecting Scaffolds
(i) Only employees who have been trained by and are under the supervision of a
competent person will erect scaffolds. The Maharashtra Metro Rail
Corporation Limited Project Safety Manager must approve scaffolds higher
than 50 feet (15 meters) above the base plates.
(ii) Where fall hazards cannot be eliminated, use fall-arrest systems while
erecting, modifying, and dismantling scaffolds. It is the responsibility of the
competent person to determine the feasibility and type of fall-arrest system
to be used.

Page 347
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(iii) Set scaffold legs on base plates placed on foundations or mudsills that are
adequate for supporting the maximum intended loads. Scaffold boards and
(iv) masonry blocks are not appropriate scaffold foundations. The total load on a
scaffold consists of the sum of the weight of the workers and materials on a
scaffold plus the weight of the scaffold.
(v) Install adjusting screws only between the base plate and the vertical frame
section. Never use adjusting screws together with casters. Do not extend
adjusting screws beyond 12 inches (30 centimetres).
(vi) The position and number of braces used on a scaffold not only restricts the
amount of side movement, but also determines the strength of the scaffold.
Never use cross-braces as substitutes for hand Rails or mid Rails.
(vii) When the height of a scaffold exceeds three times the smallest width of the
base, secure it to the building or structure at every other lift and every 9
meters horizontally. The scaffold should be secured by both ties and braces
to prevent movement Equip scaffold working platforms with hand Rails
approximately one-meter-high, mid Rails, and toe boards, all secured rigidly.
Working platforms should be completely decked with safety planks,
manufactured scaffold decking, or laminated wooden planks.
(viii) To allow access to the working platform of a tubular welded frame scaffold,
the ladder built into the end frames can be used if it has been specifically
designed and constructed by the manufacturer for the purpose of access.
(ix) Employees engaged in erecting or dismantling tubular-welded frame scaffolds
may use the end-frame horizontal members for access provided they are
parallel, level, and are not more than 22 inches apart vertically. Hook-on
attachable ladders shall be installed as soon as scaffold erection has
progressed to a point that permits safe installation and use. Consideration
should be given to breaking the ladder at approximately 6-meter intervals.
Retractable or vertical lifelines should be used for fall protection while
climbing more than 20-feet.
(x) When portable straight or extension ladders are used for access to tube-and
coupler scaffolds, the 4-to-1 slope should be maintained to avoid a horizontal
tube interfering with the use of the ladder.
(xi) Scaffold users should be able to step off the scaffold access ladder directly
onto the working platform. Provide entry gates for scaffolds to eliminate the
need for users to climb over handRails.
(xii) Tag or otherwise identify scaffolds that should not be occupied or that require
particular safety precautions. The tag should indicate special requirements,
the date of erection, and the signature of the competent person.
(xiii) Scaffolds and their components must be capable of supporting, without
failure, at least four times the maximum intended load. Materials should be
evenly distributed on platforms and not concentrated in one small area.
(xiv) During erection of scaffolds, the electrical clearances shall be maintained as
per the tabulation mentioned herein in this document
1.128.3 Scaffold Inspection
(i) A competent person shall visually inspect all components of the scaffold for
defects prior to each shift's use and following any occurrence that could
affect the scaffold's structural integrity. Defective components will be
immediately discarded.
(ii) Before erecting and while dismantling scaffolds, inspect all components.
Scaffold components should be straight and free from bends, kinks, dents,

Page 348
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

and severe rusting. Immediately discard defective components. Inspections


should include an evaluation of the following components:
a. Hand Rails, mid-Rails, toe boards, cross-bracing and steel tubing for nicks
and other damage, especially near the centre span, and for signs that
welding arcs may have struck the equipment
b. weld zones on the scaffold frame for cracks
c. the end of tubing for splits or cracks
d. manufactured decks for loose bolts or rivet connections and bent, kinked,
or dented frames
e. safety planks for rot, cracks, cuts, and other external damage
f. tie rods or bolts and angle iron cleats
g. cams, springs, threaded connection, toggle pins, or other quick-connecting
devices
h. Casters for rough rolling surfaces, "sticky" swivels & defective locking
mechanisms.
(iii) Scaffold Inspection Tag, Boards, identifying that the scaffold is “Safe for Use”
or “Scaffolds Under Construction” must be attached to all scaffolds.
1.128.4 Scaffold Training
(i) Employees involved in the erection, dismantling, moving, repairing, etc., of
scaffolding shall receive training from a competent person. The purpose of
the training is to recognize any hazards associated with the work in question.
Training shall consist of:
a. The nature of scaffold hazards
b. The correct procedures for erecting, disassembling, moving, operating,
repairing, inspecting, and maintaining the type of scaffold.
c. The design criteria, maximum intended load-carrying capacity, and
intended use of the scaffold.
(ii) Employees who perform work while on a scaffold shall be trained by a
qualified person, so they will recognize hazards associated with the type of
scaffold being used and understand the procedures to control those hazards.
Training will cover the following topics as necessary:
a. The nature of any electrical hazards, fall hazards, & falling object hazards
in the work area.
b. The correct procedures for dealing with electrical hazards and for
erecting, maintaining, and disassembling the fall protection systems and
falling object protection systems used.
c. The proper use of the scaffold and the proper handling of materials on the
scaffold.
d. The maximum intended load and the load-carrying capacities of the
scaffolds used.

1.128.5 Suspended Scaffolding


Swinging stages, toothpicks, boatswain chairs, float, and needle beams require special
approval prior to use.

Page 349
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Attach & secure safety harness before stepping on these scaffolds & do not remove until
clear of the scaffold. Tie off to independent lifeline or building structure. One lifeline per
person.
OVERHEAD PROTECTION
1.129 All contractors shall provide overhead protections as per Rule 41 of BOCWR.
1.130 Overhead protection should be erected along the periphery of every building which
is under construction and the building height shall be 15m or above after
construction.
1.131 Overhead protection shall be minimum 2m wide and the outer edge shall be 150mm
higher than the inner edge and an angle not more than 20º to its horizontal sloping
into the building.
1.132 Overhead protection shall not be erected more than a height of 5m from the base of
the building.
1.133 Areas of inadvertent hazard of falling of material shall be guarded or barricaded or
roped-off thereby by the Contractor.
SLIPPING,TRIPPING,CUTTING,DROWNING & FALLING HAZARDS :- As per Rule 42 of BOCWR:
1.134 All places should be free from dust, debris or similar materials.
1.135 Sharp projections or any protruding nails or similar objects shall be suitably guarded
or shall even be avoided to make the place safe to work.
1.136 Contractor shall not allow workmen to work or use platforms, scaffolds/passageways
or any walkways, which has water, or oil or similar substances spilt and has a slipping
hazard, unless it is cleaned off or covered or sanded or saw dusted or make it safe
with any suitable material.
1.137 When workers are exposed to areas where fall into water is possible, the Contractor
shall provide suitable and adequate equipment for saving the workers from drowning
and rescuing from such hazard. If the Employer considers, the Contractor shall
provide well-equipped boat or launch, manned with trained personnel at the work
place.
1.138 Open side or opening where worker, equipment, vehicle or lifting appliance may fall
at a building or outside shall be guarded suitably except in places of free access by
reasons of nature of work.
1.139 Suitable safety net shall be provided at places of material / man falling is possible
in accordance with national standards.
1.140 The collapse of formwork in the construction industry has the potential for severe
injury and death. The four stages of the use of formwork (erection, adjustment,
concrete placement and dismantling) all need to be managed in a risk assessment
framework. Implementing suitable control measures can eliminate or reduce the
potential for events such as the collapse of formwork. Suitable control measures
include:

(i) keeping the documentation for the formwork at the workplace;


(ii) following the formwork documentation;
(iii) planning to ensure that all elements of the process are conducted in a safe
manner – eg ensuring operators such as crane operators, concrete placers are
suitably licensed and trained, appropriate personal protective equipment is
used etc;
(iv) erecting the formwork on foundations which will support the loads to be
imposed on the formwork;

Page 350
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

(v) not erecting formwork near excavation;


(vi) ensuring materials used in the erection of formwork are not defective;
(vii) securing loose material which may be dislodged as a result of inclement
weather;
(viii) inspecting the formwork assembly before and during the placement of
concrete;
(ix) not attaching equipment to the formwork assembly unless specifically designed
for this purpose; and not using a stripping process which may cause damage to
the permanent structure.
LIFTING APPLIANCES AND GEAR
1.141 Lifting appliances means a crane, hoist machinery, derrick, winch, gin pole, sheer
legs, jack, hoist drum, slewing machinery, slewing bearing fasteners, loffing
machinery sheaves, pulley blocks, hooks or other equipment used for lifting
materials, objects or building workers and lifting gears means ropes, chain slings,
shackles, hooks, lifting lugs, wire ropes, lifting eyebolts and eyenuts and other
accessories of a lifting appliance.
1.142 No machine shall be selected to do any lifting on a specific job until its size and
characteristics are considered against:

(i) the weights, dimensions and lift radii of the heaviest and largest loads
(ii) the maximum lift height, the maximum lift radius and the weight of the loads
that must be handled at each
(iii) the number and frequency of lifts to be made
(iv) how long the crane will be required on site
(v) the type of lifting to be done (for example, is precision placement of loads
important?)
(vi) the type of carrier required (this depends on ground conditions and machine
capacity In its operating quadrants) capacity is normally greatest over the rear,
less over the side, and non-existent over the front
(vii) whether loads will have to be walked or carried
(viii) whether loads will have to be suspended for lengthy periods
(ix) the site conditions, including the ground where the machine will be set up,
access roads and ramps it must travel, space for erection and any obstacles
that might impede access or operation
1.143 The Contractor shall ensure that a valid certificate of fitness issued as per Clause
21.5 is available for all lifting appliances including synchronised mobile jacks, pre-
stressing hydraulic jacks, jacks fitted with launching girders etc. and Employer’s
approval before inducting to the site. Only after obtaining the approval from the
Employer any lifting appliances and gear shall be used.
1.144 The laminated photocopies of fitness certificate issued by competent person, the
Employers’ approval letter, the operators’ photo, manufacturer’s load chart and
competency certificate shall always be either kept in the operator cabin or pasted
on the visible surface of the lifting appliances.
1.145 All lifting appliances and loose gears shall be clearly marked for its safe working load
and identification by stamping or other suitable means.

Page 351
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

1.146 The Contractor shall also maintain a register containing a system of identification of
all tools & tackles, its date of purchase, safe working load, competent person date
of examination etc.
1.147 Test and periodical examination of lifting appliances and gears
1.147.1 All lifting appliances including all parts and gears thereof, whether fixed or
movable shall be thoroughly tested and examined by a competent person once at
least in every six months or after it has undergone any alterations or repairs liable
to affect its strength or stability. Within the validity, if the lifting appliances are
shifted to a new site, re-examination by the same competent person for ensuring its
safety shall also be done.
1.147.2 Contractors can utilise the services of any competent person as defined in
Factories Act, 1948 and approved by Chief Inspector of Factories with the permission
of the Employer.
1.147.3 All alarms and signals like automatic safe load indicators (SLI), boom angle
indicators, boom extension indicators, over lift boom alarm, swing alarm, hydraulic
safety valves, mechanical radius indicators, load moment indicators etc. shall be
periodically examined and maintained always in working condition
1.148 Automatic safe load indicators
1.148.1 As stipulated in relevant Rule of GBOCWR 2003, no lifting appliances gear or
any other material handling appliance is used, if:
(i) the Inspector having jurisdiction is not satisfied with reference to a certification
of test or examination or to an authenticated record maintain as provided under
these rules; and
(ii) in the view of such Inspector, the lifting appliance, lifting gear or any other
material handling appliance is not safe for use in building or other construction
work; and
(iii) no pulley block is used in building or other construction work unless the safe
working load and its identification are clearly marked on such block.
1.148.2 Every lifting appliances and gears like cranes, hydras etc, if so constructed
that the safe working load may be varied by raising or lowering of the jib or otherwise
shall be attached with an automatic indicator of safe working loads approved by
Bureau of Indian standards/ International certifying bodies which gives a warning to
the operator and arrests further movements of the lifting parts.

1.149 Qualification of operator of lifting appliances and of signaller etc.


1.149.1 The Contractor shall not employ any person to drive or operate a lifting
machine-like crane, hydra etc whether driven by mechanical power or otherwise or
to give signals to work as a operator of a rigger or derricks unless he:
(i) is above twenty-one years of age and possesses a valid heavy transport vehicle
driving licence as per Motor Vehicle Act and Rules.
(ii) is absolutely competent and reliable
(iii) possesses the knowledge of the inherent risks involved in the operation of
lifting appliances by undergoing a formal training at any institution of
national importance acceptable to Employer
(iv) is medically examined periodically as specified in Schedule VII of BOCW Rules.
1.150 General requirements of appliances
1.150.1 Out-off level :- One of the most severe effects of being out-off fit level is that side
loads develop in the boom. Because of side loads all mobile cranes lose capacity

Page 352
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

rapidly as the degree of out-of-level increases & therefore control of out-of-level


is of utmost importance.
1.150.2 Boom
(i) The boom is one of the more critical elements of the crane and must be in
perfect condition at all time. No boom section with a bent lattice member
shall be allowed
(ii) All welds shall be crack and corrosion free
(iii) No member of the boom shall be bent
(iv) All telescopic boom shall be free from cracks, rust, flaking or cracked paint,
bulges, greases or varnishes
1.150.3 The sweep area (work area) of the construction machinery shall be always
free from obstructions.
1.150.4 All hydraulic piping and fittings shall be maintained leak proof.
1.150.5 The operator cab shall posses good and safe:
(i) structure, windows and windshield wipers
(ii) Drivers chair and foot rest
(iii) Control handles
(iv) Cab instrumentation
(v) Telecommunication
(vi) Cab out fitting
(vii) wind indicator with an adjustable set point shall be in a position
representative for the wind on the crane. The indicator shall give continuous
information regarding constant speeds and gusts.
1.151 Mandatory rigging requirements
1.151.1 Rigging shall be done under experienced and qualified rigger only.
1.151.2 The primary requirement in rigging shall be to assess the weight of load
before attempting any lift.
1.151.3 All hooks shall be fitted with Master Rings having certificate of fitness from
the competent person, so that the hooks are subjected to balanced vertical loading
only.
1.151.4 Only four legged slings shall be allowed which includes master link (ring),
intermediate master link (ring) if necessary, chain / wire rope sling, sling hook or
other terminal fitting.
1.151.5 Hand spliced slings up to 32mm diameter shall not be used at site for any
lifting purpose.
1.151.6 No load shall be slewed over public areas without stopping the pedestrians
and road traffic first.
1.151.7 Requirements of outriggers
(i) All outriggers shall be fully extended and at all tyres are clear of the ground
(ii) Heavy duty blocking having large bearing area shall be necessary to prevent
sinking of floats
1.151.8 All loads shall have tag-lines attached in order to ensure that the load can be
controlled at all times.

Page 353
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.151.9 No close working to any live overhead power line is permitted without the
operation of a strict Permit to Work.
1.151.10 Minimum lighting is to be ensured at all lifting operations.
1.152 Failure to do any of the above shall attract penalty from the Employer as per relevant
clause
LAUNCHING OPERATION
1.153 As launching operation is one of the riskiest job, the Contractor shall take utmost
precaution at all stages like; planning, establishing casing yard, casting segments,
transporting segments, fabrication and erection of launching girders, launching of
segments, pre-stressing, auto launching of girders and dismantling of launching
girders.
1.154 The Contractor shall prepare a comprehensive Method Statement for the launching
operation, adhering to the SHE conditions laid down in conditions of contract on SHE
and Project SHE Manual. Particular reference shall be made to the provisions on
working at height. As the entire process of launching has to be undertaken at an
elevated level, the safety of workers and the girder is paramount important. The
following general guidelines shall be adhered throughout the launching operation.

(i) Necessary ‘working platforms’ and fall protection anchorage arrangement shall
be provided in the launching girder itself.
(ii) Provisions for mounting light fittings shall also be made available in the
launching girder.
(iii) The casting yard shall be established ensuring the provision given in Clause 38.0
(iv) The workmen engaged in fabrication of reinforcement, concreting the segment
shall be provided with necessary PPEs including compulsory hand protection
gloves.
(v) Casting and curing of segment shall be undertaken under the direct supervision
of the responsible engineer of the Contractor.
(vi) Trucks with valid registration, licence, safe worthiness certificate, Employer’s
approval certificate, and pollution under check certificate shall only be used
for transport of segments.
(vii) All vehicle drivers including heavy vehicle operators shall be trained on
defensive driving at training institute recognized by Maharashtra State Road
Transport Corporation / Government of Maharashtra, or any other driving
institute registered under Motor Vehicles Act.
(viii) Drivers shall also have undergone proper medical examination as per relevant
clause mentioned under ‘Medical Facilities’.
(ix) The segments shall be rigidly secured to the truck with necessary wooden
wedges and necessary red indicators/safety tapes provided so that the vehicle
is clearly seen by other road users both in day / night time. Further, necessary
arrangements / modification should be made in the tRailer and Engineer /
Employer approval shall be obtained before the transportation starts.
(x) Every launching girder shall have a responsible engineer on duty all the time.
(xi) All the time from erection to dismantling the area between the two piers
wherein launching is in progress shall always be barricaded.

Page 354
Maha-Metro/PMRP

Tender No: P1-T06/2021

(xii) Unloading of segments from trucks, lifting of segments, shifting of segments,


gluing shall be done under the direct supervision of the approved engineer of
the Contractor.
(xiii) Auto launching shall be done only after approval from the Employer. After
every auto launching the stability of launching girder shall be ensured.
(xiv) The vertical deflection of launching girder shall be monitored at all critical
stages like with/without loads and after every auto launching.
(xv) A register containing all important operational details from erection to
dismantling of launching girders shall be maintained and made available to
Employer whenever called for.
(xvi) Test certificate for all lifting gears including Macalloy bars shall be maintained
at a location closer to the launching girder itself so that it can be referred
during all inspections.
(xvii) Adequate lighting at all time shall be ensured in the entire area of operation.
(xviii) Access to drinking water & toilet shall be ensured to all workmen engaged for
launching process.
(xix) Proper access ladders/stairways shall be maintained for safe ascending /
descending of workmen / engineers.
1.155 Non-adherence to any of the clauses mentioned above shall be viewed seriously by
the Employer and penalty levied as per relevant clause.
CONSTRUCTION MACHINERY
1.156 Construction machineries may include dumpers and dump trucks, lift trucks and
telescopic handlers piling rigs, vibro hammers, Rail welding equipment’s, mobile
elevating work platforms, cranes, tipper lorries, lorry loaders, skip wagons, 360°
excavators, 180° backhoe loaders, crawler tractors, scrapers, graders, loading
shovels, trenchers, side booms, pavers, planers, chippers, road rollers, locomotives,
tankers and browsers, tRailers, hydraulic and mechanical breakers etc.
1.157 Safe worthiness certificate
1.157.1 Every construction equipment shall be in sound mechanical working condition
and certified by either competent person under Factories Act or manufacturers’
warranty in case of brand new equipment’s or authorized persons / firms approved
by Employer before induction to any site.
1.157.2 Every such certificate shall have the date of purchase, main overhauling
undertaken in the past, any accident to the equipment, visual examination details,
critical components safety check, list of safety devises and its working condition,
manufacturer’s maintenance checklist, past projects wherein the equipment’s were
used etc as its minimum content.

1.158 Reverse Horns :- All Vehicles shall be fitted with audible reverse alarms and
maintained in good working condition. Reversing shall be done only when there is
adequate rear-view visibility or under the directions of a banks man
1.159 General operating procedures
(i) Drivers entering site shall be instructed to follow the safe system of work
adopted on site. These shall be verbal instructions or, preferably, written

Page 355
Maha-Metro/PMRP

Tender No: P1-T06/2021

instructions showing the relevant site rules, the site layout, delivery areas,
speed limits, etc.
(ii) No passengers shall be carried, unless specific seating has been provided in
accordance with the manufacturers’ recommendations.
(iii) Working on gradients beyond any equipment’s capability shall not be allowed.
(iv) Prevention of dumper and dump truck accidents should be managed by
providing wheel stops at a sufficient distance from the edges of excavations,
spoil heaps, pits, etc.
(v) The manufacturer’s recommended bucket size must not be exceeded in
excavators.
(vi) If excavators operating on a gradient which cannot be avoided, it must be
ensured that the working cycle is slowed down, that the bucket is not extended
too far in the downhill direction, and that travel is undertaken with extreme
caution. A large excavator must never be permitted to travel in a confined
area, or around people, without a banks man to guide the driver, who should
have the excavator attachment close in to the machine, with the bucket just
clear of the ground. On wheeled excavators, it is essential that the tyres are
in good condition and correctly inflated. If stabilizing devices are fitted, they
should be employed when the machine is excavating.
(vii) When the front shovel of the 180° backhoe loaders is being employed, the
backhoe attachment shall be in its “travel” position, with the safety locking
device in place.
(viii) When operating the backhoe in poor ground conditions, the stabilisers tend to
sink into the surface of the ground, reducing stability. Therefore, frequent
checks shall be made for the stability of the machine. The loading shovel should
always be lowered to the ground to stabilise the machine when the backhoe is
employed.
(ix) The netting operation of the skip wagons should be carried out prior to lifting
the skip to reduce the risks of working on the rear platform.
(x) If a tractor dozer is employed on clearing scrub or felling trees, it shall be
provided with adequate driver protection.
(xi) When two or more scrapers are working on the same job, a minimum distance
of at least 25m shall be kept between them.
(xii) In case of hydraulic breakers, hydraulic rams & hoses shall be in good working
condition.
1.160 All wood working machines shall be fitted with suitable guards and devices such as
top guard, riving knife, push stick, guards for drive belts and chains, and emergency
stop switch easily accessible by the operator.
1.161 Requirements related to use of Bulldozers
1.161.1 General
(i) Be careful when working near the edge of banks, ditches, cuts or fills, or near
overhanging material. The vibration and weight of the machine may cause the edge
to give way or overhanging material to fall.
(ii) Before starting work, ensure that an observer is present when plant is required to
work in water where the depth may endanger the operator.

Page 356
Maha-Metro/PMRP

Tender No: P1-T06/2021

(iii) Avoid obstacles such as rocks or logs. If forced to cross them, use extreme caution
and change to the lowest gear.
(iv) Ease up to the balance point and ease down to minimise the jolt on contact with the
other side.
(v) When receiving a wire rope on a drum or through Sheaves, operators should
disengage the master clutch, idle the engine, and lock the brakes.
NOTE: All operators should stop engines before working with ropes wound on front-
mounted drums.
1.161.2 Clearing Operations
(i) When clearing trees, watch out for dead branches in treetops.
(ii) Dozer operators should make sure that all persons are standing clear before pushing
over trees, dozing rocks or rolling logs.
(iii) A long rope should be used to pull over large dead trees. (Make sure in advance
that a falling tree will clear the machine and operator).
(iv) In excavation work, operators should be alert to dangers from overhanging dirt and
rocks. In such cases, dozers should be equipped with the relevant overhead
protection.

Page 357
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.162 Requirements related to use of Excavators


(i) When excavating trenches, place the excavated material at a distance of one and
a half times the depth of the trench from the edge of that trench. Where this is not
practicable, place excavated materials at least one (1) metre from the edge of the
trench.
(ii) Ensure the ground beneath the machine is not undercut.
(iii) Watch boom clearance when travelling. Uneven ground may cause the boom to
weave and collide with obstructions.
(iv) Avoid jerky slewing or sudden braking. These can make the machine unstable and
overload machine components.
(v) Ensure the operator has the appropriate restricted operator’s licence if the
excavator is to be used in the crane mode.
(vi) When an excavator is used in the crane mode, check that the lifting weight is well
within the approved lifting capacity for the machine. This lifting capacity shall be
clearly and permanently marked on each machine.
(vii) Only operate attachments while stationary, as operation during travelling may
starve one of the Track drive motors and result in an unintended turn.
(viii) Consider implementing a ‘Permit to Work’ system, particularly when working near
power lines or underground power for example: - that the height of power lines is
known; - that the underground location is known; and - visible measure, such as
tiger tails, are put in place.
1.163 Requirements related to use of Trucks
1.163.1 General
(i) Drive defensively
(ii) Obey road signs
(iii) Never race with other vehicles
(iv) When following another vehicle, always allow enough distance to stop safely.
(v) One truck length for every 10 km per hour of truck speed should be the minimum
distance between vehicles.
(vi) Reversing is the most hazardous truck operation. Reversing alarms, which are fitted
on some trucks, are effective in warning persons of the danger. Reverse trucks only
when they are under the direction of a signalman or when satisfied that the way is
clear and will remain clear.
(vii) Be cautious of spillage from loaded units and any hazards the spillage might present
to people on the ground and to the tyres of other plant.
(viii) Trucks sometimes fall over a tip head because the driver backs over the edge or
the edge collapses under the weight of the truck.
(ix) Use a protective beam or timber baulk or back under the control of a signalman in
order to avoid this happening.
(x) Principal Contractors should provide an earth mound to at least half the wheel
diameter. This is a known control that is also used in the mining industry.
(xi) Where ground conditions are soft, or the tip head is likely to subside, dump loads
back from the edge and have a dozer move the material over the edge.
1.163.2 Loading
(i) Never enter or leave the cab during loading.

Page 358
Maha-Metro/PMRP

Tender No: P1-T06/2021

(ii) Watch for and avoid other vehicles, personnel and rock outcrops on entering or
leaving the loading area.
(iii) Stay a safe distance from trucks ahead at the loading point and follow the directions
of the signalman or loader operator before moving into the loading position.
(iv) Move off when signalled that loading is complete.
(v) Load material, e.g. timber, so that it does not project beyond the truck body and
present a hazard to other plant, people or structures.
(vi) Where material is to be transported on a public road, maintain a distance of 1.2
metre or more beyond the front or rear of the vehicle, or 150 mm on either side,
shall have a visible red flag or object fastened to the projecting end.
(vii) Unusually wide or long loads require a permit from the Police Department.
(viii) Secure loads at the lowest possible level on the tray with ropes or chains and take
special care when the truck is to travel over rough terrain.
(ix) Truck operators are responsible for giving load placement requirements to crane
operators before loading operations begin.
(x) The load should be placed so that it will remain stable during loading, unloading
and travelling.
1.163.3 Unloading
(i) Lower truck bodies before leaving the dump area.
(ii) Only raise truck bodies to unload materials on surfaces where the vehicle will
remain stable and upright.
(iii) Never raise truck bodies to within a specified distance of overhead power line.
(iv) Take special care when tipping a load or spreading screenings on a road.
(v) With the tray up, trucks are less stable and are more likely to roll over, particularly
on hilly sections or roads with surface irregularities or steep shoulders.
(vi) Check that the raised tray will not foul overhead power lines or telephone wires.
(vii) Never place part of your body under a raised truck body unless the truck body is
securely propped.
1.163.4 Transporting personnel
(i) Trucks shall not be used to transport personnel unless they are specifically designed
to do so.
(ii) Where a bus is employed for the transportation of personnel, the bus shall: -be
enclosed; have seats which are attached to the vehicle; have a safe means of access
and exit; and, have two means of exit in case of emergency.
(iii) Drivers transporting personnel should be alert, dependable and careful.
(iv) Relevant safety rules include: never allow passengers to ride with their arms
outside the vehicle; only start the vehicle after everyone is seated; persons should
only get on or off the vehicle when it is stationary; tools, plant or gear should be
stored in a compartment separate from passengers, i.e. compartments that are
designed for storage and transportation and are separate from where personnel are
seated.
(v) All items stored in this compartment should be secured against movement; and
ensure that exhaust fumes do not enter the passengers' compartment.
1.163.5 Towing
(i) When towing another vehicle, take the following precautions: ensure the towing
cable is undamaged and has a safe working load adequate for the job.

Page 359
Maha-Metro/PMRP

Tender No: P1-T06/2021

(ii) Slings, straps or chains which are used for towing should not be used for lifting any
gear or materials and should be identified as such, e.g. slings and chains, etc.
should be tagged "not for use in hoisting operations";
(iii) Before reversing, ensure everyone is clear. Get help from a signalman if the rear
view is obstructed;
(iv) Attach the towing cable securely to the machines at the points recommended by
the manufacturer.
(v) If these are not known, ensure fixing points are selected that will not damage the
tow cable or the machine;
(vi) check what brakes are operational on the towed vehicle. There is unlikely to be
any power assistance available for the brake system. Do not rely on parking brakes
as a means of control;
(vii) When moving off, take up the slack carefully. Do not jerk the cable, and keep it
taut to avoid damage;
(viii) keep towing speed down and as constant as possible;
(ix) Keep clear of the area between the towing vehicle and the towed vehicle; & attach
a warning sign on the rear of the towed vehicle or machine which reads "Vehicle
Under Tow".
1.164 Penalty:- If any of the above clauses are not adhered, penalty shall be imposed as
per relevant clause depending upon the gravity of the unsafe act and or condition.
MACHINE AND GENERAL AREA GUARDING
1.165 The Contractor shall ensure at the construction site all motors, cogwheels, chains
and friction gearing, flywheels, shafting, dangerous and moving parts of machinery
are securely fenced or legged. The fencing of dangerous part of machinery is not
removed while such machinery is in motion or in use.
MANUAL LIFTING AND CARRYING OF EXCESSIVE WEIGHT
1.166 The Contractor shall ensure at his construction site of a building or other construction
work that no building worker lifts by hand or carries overhead or over his back or
shoulders any material, article, tool or appliances exceeding in weight as said below
as per Rule 38 of BOCWR, unless aided by another building worker or device.

Person Maximum weight in kg

Adult man 55

Adult woman 30

1.167 No building worker aided by other building worker shall lift or carry weight higher
than or exceeding the sum of total of maximum limits set out for each building
worker separately as mentioned in the table above.
SITE ELECTRICITY
1.168 Competency of Electrical personnel
1.168.1 The Contractor shall employ qualified and competent electrical personnel as
specified in General Instruction Maharashtra Metro Rail Corporation Limited
/SHE/GI/001.
1.169 Assessment of power

Page 360
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.169.1 The Contractor shall assess the size and location of the electrical loads and
the manner in which they vary with time during the currency of the Contract.
1.169.2 The Contractor shall elaborate as to how the total supply is to be obtained /
generated. The details of the source of electricity, earthing requirement, substation
/ panel boards, distribution system shall be prepared and necessary approval from
Employer obtained before proceeding of the execution of the job.
1.169.3 The main Contractor shall take consideration, the requirements of the sub /
petty contractors’ electric power supply and arrive at the capacity of main source
of power supply from diesel generators.
1.169.4 As the sub / petty contractors’ small capacity generators create more noise
and safety hazard, no small capacity diesel generators shall be allowed for
whatsoever the type of job to be executed under this contract.
1.169.5 If any unsafe noise making small capacity diesel generators are found used by
sub / petty contractors the main contractor shall only be penalised.
1.170 Work on site :- The Contractor shall also submit electrical single line diagram,
schematic diagram and the details of the equipment for all temporary electrical
installation and these diagrams together with the temporary electrical equipment
shall be submitted to the Employer’s for necessary approval. Failure to do so shall
invite penalty as per relevant clause.
1.171 Strength and capability of electrical equipment:- No electrical equipment shall be
put into use where its strength and capability may be exceeded in such a way as may
give rise to danger.
1.172 Adverse or hazardous environments:- Electrical equipment, which may reasonably
foreseeably be exposed to:
(a) Mechanical damage;
(b) the effects of the weather, natural hazards, temperature or pressure;
(c) the effects of wet, dirty, dusty or corrosive conditions; or
(d) any flammable or explosive substance, including dusts, vapours or gases,
shall be of such construction or as necessary protected as to prevent, so far as is reasonably
practicable, danger arising from such exposure.
1.173 Distribution system
1.173.1 The Contractor shall provide distribution system for control and distribution
of electricity from a main AC supply of 50Hz for typical appliances:
(a) Fixed plant – 400V 3 phase
(b) Movable plant fed via tRailing cable over 3.75 kW – 400V, 3 phases
(c) Installation in site buildings – 230V single phase
(d) Fixed flood lighting – 230V single phase
(e) Portable and hand tools – 115V single phase
(f) Site lighting - 115V single phase
(g) Portable hand lamps – 115V single phase
1.174 Electrical protection circuits

Page 361
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.174.1 Precautions shall be taken, either by earthing or by other suitable means, to


prevent danger arising when any conductor (other than a circuit conductor) which
may reasonably foreseeable become charged as a result of either the use of a system,
or a fault in a system, becomes so charged. A conductor shall be regarded as earthed
when conductors of sufficient strength and current-carrying capability to discharge
electrical energy to earth connect it to the general mass of earth.

If a circuit conductor is connected to earth or to any other reference point, nothing which
might reasonably be expected to give rise to danger by breaking the electrical continuity or
introducing high impedance shall be placed in that conductor unless suitable precautions
are taken to prevent that danger.
1.174.2 Appropriate electrical protection shall be provided for all circuits, against
over load, short circuit and earth fault current.
1.174.3 The Contractor shall provide sufficient ELCBs (maintain sensitivity 30 mA) /
RCCBs for all the equipment’s (including Potable equipment’s), electrical
switchboards, distribution panels etc. to prevent electrical shocks to the workers.
1.174.4 All protection devices shall be capable of interrupting the circuit without
damage to any equipment’s and circuits in case of any fault may occur.
1.174.5 Rating of fuses and circuit breakers used for the protection of circuits should
be coordinate with equipment power ratings.
1.174.6 Protection against lightning shall be ensured to all equipment kept in open at
sites.
1.175 Cables
1.175.1 Cables shall be selected after full consideration of the condition to which
they shall be exposed and the duties for which they are required. Supply cable up to
3.3 kV shall be in accordance with BS 6346.
1.175.2 For supplies to mobile or transportable equipment where operating of the
equipment subjects the cable to flexing, the cable shall conform to any of these
codes BS 6007/BS 6500/BS 7375.
1.175.3 Flexible cords with a conductor cross sectional area smaller than 1.5 mm2
shall not be used and insulated flexible cable shall conform to BS 6500 and BS 7375.
1.175.4 Where low voltage cables are to be used, reference shall be made to BS 7375.
The following standards shall also be referred to particularly for underground cables
BS 6346 and BS 6708
1.175.5 Cables buried directly in the ground shall be of a type incorporating armour
or metal sheath or both. Such cables shall be marked by cable covers or a suitable
marking tape and be buried at a sufficient depth to avoid their being damaged by
any disturbance of the ground. Cable routes shall be marked on the plans kept in the
site electrical register.
1.175.6 Cabling passing under the walk way and across way for transport and mobile
equipment shall be laid in ducts at a minimum depth of 0.6 meters.
1.175.7 Cables that need to cross open areas, or where span of 3m or more are
involved, a catenary wire on poles or other supports shall be provided for convenient
means of suspension. Minimum height shall be 6m above ground.
1.175.8 Cables carrying a voltage to earth in excess of 65V other than supply for
welding process shall have metal armour or sheath, which has been effectively

Page 362
Maha-Metro/PMRP

Tender No: P1-T06/2021

earthed and monitored by the contractor. In case of flexible and tRailing cables such
earthed metal sheath and/or armour should be in addition to the earth core in the
cable and shall not be used as the protective conductor.
1.175.9 Armoured cables having an over-sheath of polyvinyl chloride (PVC) or an oil
resisting, and flame-retardant compound shall be used whenever there is a risk of
mechanical damage occurring
1.176 Plugs, socket-outlets and couplers
1.176.1 The Contractor shall ensure plugs, socket-outlets, and couplers available in
the construction site as “splash proof” type. The minimum degree of Ingress
Protection should be of IP44 in accordance with BS EN 60529.
1.176.2 Only plugs and fittings of the weatherproof type shall be used, and they
should be colour coded in accordance with the Internationally recognised standards
for example as detailed as follows:
(i) 110 volts: Yellow
(ii) 240 volts: Blue
(iii) 415 volts: Red
1.177 Connections
1.177.1 Every joint and connection in a system shall be mechanically and electrically
suitable for use to prevent danger. Proper cable connectors as per
national/international standards shall only be used to connect cables.
1.177.2 No loose connections or tapped joints shall be allowed anywhere in the work
site, office area, stores and other areas. Penalty as per relevant clause shall be put
in case of observation of any tapped joints.
1.178 Portable and hand-held equipment’s:- The Contractor shall ensure the use of
double insulated or all-insulated portable electrical hand equipment may be used
without earthing (i.e. two core cables), but they shall still be used only on 110V
because of the risk of damage to Railing leads.
1.179 Other equipment’s:
1.179.1 All equipment shall have the provision for major switch/cut-off switch in the
equipment itself.
1.179.2 All non-current carrying metal parts of electrical equipment shall be earthed
through insulated cable
1.179.3 Isolate exposed high-voltage (over 415 Volts) equipment, such as transformer
banks, open switches, & similar equipment with exposed energized parts & prevent
unauthorised access.
1.179.4 Approved perimeter markings shall be used to isolate restricted areas from
designated work areas and entryways and shall be erected before work begins and
maintained for entire duration of work. Approved perimeter marking shall be
installed with either red barrier tape printed with the words "DANGER—HIGH
VOLTAGE" or a barrier of yellow or orange synthetic rope, approximately 1 to 1.5
meter above the floor or work surface.
1.180 Work on or near live conductors:- No person shall be engaged in any work activity
on or so near any live conductor (other than one suitably covered with insulating
material so as to prevent danger) that danger may arise unless:
(a) it is unreasonable in all the circumstances for it to be dead; and

Page 363
Maha-Metro/PMRP

Tender No: P1-T06/2021

(b) it is reasonable in all the circumstances for him to be at work on or near it while
it is live; and
(c) suitable precautions (including where necessary the provision of suitable
protective equipment) are taken to prevent injury.
1.181 Inspection and Maintenance
1.181.1 All electrical equipment should be permanently numbered, and a record kept
of the date of issue, date of last inspection and recommended inspection period.
1.181.2 Fixed installations shall be inspected at least at three monthly intervals;
routine maintenance being carried out in accordance with equipment manufactures
recommendations.
LIGHTING
1.182 The Contractor shall provide sufficient site lighting, of the right type and at the right
place for it to be properly effective. Lighting ought not to introduce the risk of
electric shock. Therefore, 230V supplies should be used for those fittings, which are
robustly installed, and well out of reach e.g. flood lighting or high-pressure discharge
lamps.
1.183 Selection of Luminaries:- The Contractor shall select the luminaries as per the area
requirement indicated below:

SN Type of Area of Requirement Luminaries


Lighting

1 Area Workmen and  Shovel type: non-symmetrical


Lighting vehicles to move
about in safely.  Symmetrical or non-symmetrical
tungsten halogen

2 Beam Concentrated light  Portable flood light (Conical beam)


flood over an area from a
lighting relatively great  Wide angle flood (fan shaped beam)
distance.  Medium or narrow angle flood
(Conical beam)

3 Dispersive Lighting for indoor  Dispersive (Mercury florescent)


lighting  Cargo cluster
 Florescent trough
4 Walkway Lighting for  Well glass unit
lighting stairways, ladder
ways, corridors,  Bulkhead unit (tungsten filament)
scaffold access  Bulk head unit (Florescent)
routes, etc.

5 Local Lighting on sites  PAR (Parabolic Aluminised Reflector)


lighting and fittings are lamp cluster
generally accessible
to operatives  Festoons (with or without shades)
 Adjustable florescent work lamp
 Portable flood lamp (mounted on
own cable drum)

Page 364
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.184 The Contractor shall ensure that luminaries should always be placed so that no
person is required to work in their own shadow and so that the local light for one
person is not a source of glare for the others. Strongly made clamps should be
available for attaching luminaries to poles and other convenient supports.
1.185 Luminaries should be robust, resistant to corrosion and rain proof especially at the
point of the cable entry.
1.186 The correct type of lamp for each luminary should always be used and when lamps
need to be replaced if shall be in accordance with the supply voltage.
1.187 Lamp holders not fitted with a lamp should be capped off.
1.188 The Contractor shall take every effort to illuminate the work site as per the
Employer’s requirement illustrated in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/011.
HAND TOOLS AND POWER TOOLS
1.189 General
1.189.1 The Contractor is wholly responsible for the safe condition of tools and
equipment used by his employees and that of his sub-contractors.
1.189.2 Use of short / damaged hand tools shall be avoided and the Contractor shall
ensure all his hand tools used at his worksite are safe to work with or stored and
shall also train his employees (including his sub-contractors) for proper use thereby.
1.189.3 All hand tools and power tools shall be duly inspected before use for safe
operation.
1.189.4 All hand tools and power tools shall have sufficient grip and the design
specification on par with national/international standards on anthropometrics.
1.190 Hand tools
1.190.1 Hand tools shall include saws, chisels, axes and hatches, hammers, hand
planes, screw drivers, crow bars, nail pullers.
1.190.2 The Contractor shall ensure that,
(a) For crosscutting of hardwood, saws with larger teeth points (no. of points per
inch) shall be preferred to avoid the saw jumping out of the job.
(b) Mushroom headed chisels shall not be used in the worksite where the fragments
of the head may cause injury.
(c) Unless hatchet has a striking face, it shall be used as a hammer.
(d) Only knives of retractable blades shall be used in the worksite.
(e) No screwdrivers shall be used for scraping, chiselling or punching holes.
(f) A pilot hole shall always be driven before driving a screw.
(g) Wherever necessary, usage of proper PPEs shall be used by his employees.
1.191 Power tools
1.191.1 Power tools include drills, planes, routers, saws, jackhammers, grinders,
sprayers, chipping hammers, air nozzles and drills.
1.191.2 The Contractor shall ensure that:
(i) Electric tools are properly grounded or / and double insulated.

Page 365
Maha-Metro/PMRP

Tender No: P1-T06/2021

(ii) GFCIs/ RCCBs shall be used with all portable electric tool operated especially
outdoors or in wet condition.
(iii) Before making any adjustments or changing attachments, his workers shall
disconnect the tool from the power source.
(iv) When operating in confined spaces or for prolonged periods, hearing
protection shall be required. The same shall also apply to working with
equipment’s, which gives out more noise as mentioned in Clause 43.0 of this
document.
(v) Tool is held firmly, and the material is properly secured before turning on the
tool.
(vi) All drills shall have suitable attachments respective of the operations and
powerful for ease of operation.
(vii) When any work / operation need to be performed repeatedly or continuously,
tools specifically designed for that work shall be used. The same is applicable
to detachable tool bit also.
(viii) Size of the drill shall be determined by the maximum opening of the chuck in
case of drill bit.
(ix) Attachments such as speed reducing screwdrivers and buffers shall be
provided to prevent fatigue and undue muscle strain to his workers.
(x) Stock should be clamped or otherwise secured firmly to prevent it from
moving.
(xi) Workers shall never stand on the top of the ladder to drill holes in walls /
ceilings, which can be hazardous, instead standing on the fourth or fifth rung
shall be recommended.
(xii) Electric plane shall not be operated with loose clothing or long scarf or open
jacket.
(xiii) Safety guards used on right angle head or vertical portable grinders must
cover a minimum of 180° of the wheel and the spindle / wheel specifications
shall be checked.
(xiv) All power tools / hand tools shall have guards at their nip points.
(xv) Low profile safety chain shall be used in case of wood working machines and
the saw shall run at high rpm when cutting and also correct chain tension
shall be ensured to avoid “kickback”.
(xvi) Leather aprons and gloves shall be used as an additional personal protection
auxiliary to withstand kickback.
(xvii) Push sticks shall be provided and properly used to hold the job down on the
table while the heels move the stock forward and thus preventing kickbacks.
(xviii) Air pressure is set at a suitable level for air actuated tool or equipment being
used. Before changing or adjusting pneumatic tools, air pressure shall be
turned off.
(xix) Only trained employees shall use explosive actuated tools and the tool shall
also be unloaded when not in use.
(xx) Usage of such explosive actuated tools shall be avoided in case of places
where explosive/flammable vapours or gases may be present.

Page 366
Maha-Metro/PMRP

Tender No: P1-T06/2021

(xxi) Explosive actuated tools and their explosives shall be stored separately and
be taken out and loaded only before the time of immediate use.
(xxii) Misfired cartridges of explosive actuated tools must be placed in a container
of water and be removed safely from the project.
(xxiii) No worker shall point any power operated / hand tool to any other person
especially during loading / unloading.

WELDING, GOUGING AND CUTTING


1.192 Gas cylinders in use shall be kept upright on a custom-built stand or trolley fitted
with a bracket to accommodate the hoses and equipment or otherwise secured. The
metal cap shall be kept in place to protect the valve when the cylinder is not
connected for use.
1.193 Hose clamp or clip shall be used to connect hoses firmly in both sides of cylinders
and torches.
1.194 All gas cylinders shall be fixed with pressure regulator and dial gauges
1.195 Non-return valve and Flashback arrester shall be fixed at both end of cylinder and
torch.
1.196 Domestic LPG cylinders shall not be used for Gas welding and Cutting purpose.
1.197 DCP or CO2 type Fire Extinguisher not less than 5 kg shall be fixed at or near to
welding process zone in an easily accessible location. Fire Extinguisher should
confirm to IS 2190: 1992.
1.198 Use firewatchers if there is a possibility of ignition unobserved by the operator (e.g.
on the other side of bulkheads).
1.199 Oxygen cylinders and flammable gas cylinders shall be stored separately, at least 6.6
meters (20 feet) apart or separated by a fire proof, 1.5 meters (5 feet) high partition.
Flammable substances shall not be stored within 15 meters of cylinder storage areas.
1.200 Transformer used for electrical arc welding shall be fixed with Ammeter and
Voltmeter and also fixed with separate main power switch.
1.201 Welding grounds and returns should be securely attached to the work by cable lugs,
by clamps in the case of stranded conductors, or by bolts for strip conductors. The
ground cable will not be attached to equipment or existing installations or apparatus.
1.202 Use a low voltage open circuit relay device if welding with alternating current in
constricted or damp places.
1.203 Take precautions against the risk of increased fume hazards when welding with
chrome containing fluxed consumables or high current metal inert gas (MIG) or
tungsten inert gas (TIG) processes.
1.204 Avoid being in contact with water or wet floors when welding. Use duckboards or
rubber protection.
1.205 All electrical installations shall meet the IS: 5571: 1997 and NFPA 70 for gas cylinder
storage area and other hazardous areas.
1.206 The current for Electric arc welding shall not exceed 300 A on a hand welding
operation.
DANGEROUS AND HARMFUL ENVIRONMENT

Page 367
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.207 A confined space is any space that:


(i) Is large enough and so configured that an worker can bodily enter (any portion
of the body) and perform assigned work,
(ii) Has limited or restricted mean for entry and/or exit,
(iii) Is not designed for continuous occupancy
(iv) Contains or has the potential to contain a hazardous atmosphere,
(v) Contains a material that has the potential for engulfing an entrant,
(vi) Has an internal configuration such that an entrant could be trapped or
asphyxiated by inwardly converging walls or by a floor which slopes downward
and tapers to a smaller cross section, or
(vii) Contains other recognized serious safety or health hazard.
1.208 Contractors must ensure all confined spaces are identified and managed using
documented site confined space management methods.
1.209 As per BOCWR Rule 40:
(i) No worker shall be allowed into any confined space or tank or trench or
excavation wherein there is given off any dust, fumes / vapours or other
impurities which is likely to be injurious or offensive, explosive or poisonous or
noxious or gaseous material or other harmful articles unless steps are carried
out by the Contractor and certified by the responsible person to be safe.
1.210 Dangerous Substances: -
30.4.1 A substance is considered dangerous if one or several of its properties render it
dangerous. The Contractor identifies and manages dangerous substances planned for
use on the Worksite in the manner described in the present Clause.
1.210.2 The transport to the Worksite and use of dangerous substances requires prior
authorisation from the Engineer.
1.210.3 Details of risks and related prevention and protection measures are included
in the health and safety plan.
1.210.4 The Contractor obtains all necessary authorisations and/or licenses for the
storage and use of dangerous substances from local authorities. A copy of the
authorisations is provided to the Engineer.
1.210.5 For each dangerous substance used, the Contractor will implement the
recommendations described (i) in the Material Safety Data Sheets (MSDS), and (ii) by
the Globally Harmonized System of Classification and Labelling of Chemicals
established by the United Nations for hazardous chemicals.
1.210.6 Copies of MSDSs are kept on the Worksite and made available to personnel.
The Contractor provides the Engineer with copies of all MSDSs.
1.210.7 Storage of Dangerous substances :- Storage area are designed and equipped
by the Contractor based, not only on the chemical and physical properties of the
products, but also on the types of containers stored, the number of people requiring
access, and the quantities of the substance used.

Pursuant to SHE Clause 53.11, the Contractor anticipates and plans for the storage
and management of hazardous waste.

Page 368
Maha-Metro/PMRP

Tender No: P1-T06/2021

Storage areas for dangerous substances are subject to strict rules, which are
regularly checked by the SHE manager appointed. The rules include the following as
a minimum:
a) Access to the storage area is limited to trained and authorised individuals.
b) An inventory is maintained up-to-date.
c) MSDSs must be available for all stored dangerous substances, and the substances
must be clearly labelled.
d) A strict and methodical storage system is implemented (storage plan posted,
large or heavy packaging may not be stored at heights, equipment and tools may
not be stored in the dangerous substance storage room).
e) Compliance with product expiry dates and implementation of a disposal
procedure for substances which are not needed, or which have expired.
f) Entrances, exits and access to emergency equipment are kept clear at all times.

Storage areas are clearly identified with warning signs at the entrance. The
Contractor displays the storage plan (location of the different products, maximum
inventory), a summary of labelling system and information on chemical
incompatibilities.

Chemicals which could react together (leading to explosions, fire, projections or the
emission of dangerous gases) are physically separated.
Products that react violently with water are stored so as to prevent contact with
water, even in the event of flooding.
Inflammable products are stored separately in a dedicated area with adequate
ventilation at all times.
Buildings used to store large quantities of dangerous substances are isolated from
other buildings to avoid the spreading of fire. Such buildings are constructed using
solid and non-combustible building materials and are equipped with evacuation
systems and the appropriate firefighting equipment. Access to the buildings is clear,
allowing for rapid evacuation in the event of an accident. The electrical systems are
reduced to the essential minimum, and access points are equipped with adequate
lighting (300 lux).
All storage areas are equipped with secondary retentions. Each storage area acts as
a general secondary retention. Suitable absorbents (neutralising and non-
combustible) are available in the storage area to clean up any spills and leaks.
The Contractor maintains the storage area at a suitable temperature for dangerous
substances to prevent overpressure and bursting of containers.

FIRE PREVENTION, PROTECTION AND FIGHTING SYSTEM

1.211 The Contractor shall ensure that construction site is provided with fire extinguishing
equipment sufficient to extinguish any probable fire at construction site. An
adequate water supply is provided at ample pressure as per national standard.

Page 369
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.212 Recharging of fire extinguishers and their proper maintenance should be ensured and
as a minimum should meet Indian National Standards
1.213 All drivers of vehicles, foreman, supervisors and managers shall be trained on
operating the fire extinguishers and fire-fighting equipment.
1.214 As per the GBOCW Rules 2003, all lifting appliances’ driver cabin should be provided
with a suitable portable fire extinguisher.
1.215 Combustible scrap and other construction debris should be disposed-off site on a
regular basis. If scrap is to be burnt on site, the burning site should be specified and
located at a distance no less than 12 metres from any construction work or any other
combustible material.
1.216 Every fire, including those extinguished by Contractor personnel, shall be reported
to the Employer representatives.
1.217 Emergency plans and Fire Evacuation plans shall be prepared and issued. Mock drills
should be held on a regular basis to ensure the effectiveness of the arrangements
and as a part of the programme, the Telephone Number of the local fire brigade
should be prominently displayed near each telephone on site.
CORROSIVE SUBSTANCES: - As per BOCWR Rule 44, corrosive substances including alkalis
and acids shall be stored and used by a person dealing with such substances at a
building / construction site in a manner that it does not endanger the building worker
and suitable PPE shall be provided by the Contractor to the worker during such
handling and work. In case of spillage of such substances on building worker, the
Contractor shall take immediate remedial measures.
DEMOLITION
1.218 The Contractor shall ensure that:
(i) all demolition works be carried out in a controlled manner under the
management of experienced and competent supervision.
(ii) the concerned department of the Government or local authority be informed,
and permission obtained wherever required. Media shall also be informed
regarding this concern.
(iii) all glass or similar materials or articles in exterior openings are removed before
commencing any demolition work and all water, steam, electric, gas and other
similar supply lines are put-off and such lines so located or capped with
substantial coverings so as to protect it from damage and to afford safety to the
building workers and public.

(iv) examine the walls of all structures adjacent to the structure to be demolished
to determine thickness, method of support to such adjacent structures
(v) no demolishing work be performed if the adjacent structure seems to be unsafe
unless and until remedial measures life sheet piling, shoring, bracing or similar
means be ensured for safety and stability for adjacent structure from collapsing.
(vi) debris / bricks and other materials or articles shall be removed by means of:
a. chutes
b. buckets or hoists
c. through openings through floors or

Page 370
Maha-Metro/PMRP

Tender No: P1-T06/2021

d. any other safe means

(vii) no person other than building workers or other persons essential to the
operation of demolition work shall be permitted to enter a zone of demolition
and the area be provided with substantial barricades.
1.219 Damages to people and property.
3.2.1 Pursuant to Clauses 4.14 and 17.1 of the GCC, the Contractor is responsible for damages to
people and property caused by the execution of the works or the procedures used for
execution.
3.2.2 The Engineer is informed of any damage caused to people, or the property of individuals,
other than the Contractor’s personnel, within 6 hours of the event, regardless of the value
of the prejudice.
3.2.3 Housing existing before the start of the works, located within a minimum radius of 800 m
around the perimeter of the quarries and within a minimum radius of 500 m around the
other Worksites that will be subject to blasting, will be examined by a bailiff unless agreed
upon otherwise with the Engineer.
3.2.4 The bailiff’s sworn statement is prepared and provided to the Engineer with the
SEPP.
3.2.5 Should any problems be detected due to the intensity of blasting, the Engineer is entitled
to request that the Contractor carry out seismic measurements of the intensity of the
vibrations induced by the blasting, at variable distances from the blasting points, under the
supervision of the Engineer, and at the cost of the Contractor.
EXCAVATION
1.220 Excavation: The Contractor shall ensure:
(i) where any construction building worker engaged in excavation is exposed to
hazard of falling or sliding material or article from any bank or side of such
excavation which is more than one 1.5 m above his footing, such worker is
protected by adequate piling and bracing against such bank or side.
(ii) where banks of an excavation are undercut, adequate shoring is provided to
support the material or article overhanging such bank.
(iii) excavated material is not stored at least 0.65 m from the edge of an open
excavation or trench and banks of such excavation or trench are stripped of loose
rocks and the banks of such excavation or trench are stripped of loose rocks and
other materials which may slide, roll or fall upon a construction building worker
working below such bank.

Page 371
Maha-Metro/PMRP

Tender No: P1-T06/2021

(iv) metal ladders and staircases or ramps are provided, as the case may be, for safe
access to and egress from excavation where, the depth of such excavation
exceeds 1.5 m and such ladders, staircases or ramps comply with the IS 3696
Part 1&2 and other relevant national standards.
(v) trench and excavation are protected against falling of a person by suitable
measures if the depth of such trench or excavation exceeds 1.5 m and such
protection is an improved protection in accordance with the design and drawing
of a professional engineer, where such depth exceeds 4m.
1.221 Piling
1.221.1 General Precautions
There are certain hazards which are common to all types of piling, and the following
precautions are necessary:
(i) prior to piling, all underground services should be located and made safe. A check
should be made to ensure there are no cellars, underground water courses or ground
conditions which might cause hazards; there should be a firm level base for the
crane, or crane mats provided;
(ii) when working on piling operations one must wear a safety helmet, and ear and eye
protection where necessary;
(iii) All cranes, lifting appliances and lifting gear must have appropriate certificates of
testing and thorough examination, and should be large enough for the job;
(iv) particular attention should be paid to the risk of damage to lifting gear from sharp
edges;
(v) Cranes used for raising or lowering workers must be fitted with a dead man’s handle
and lowering should be done under power; you must be carried in properly
constructed cages which cannot spin or tip;
(vi) piling contractors should be asked to provide a written method statement setting out
the precautions relevant to the type of piling they are to employ;
(vii) Induction training and information for you as supervisor or operative should be
specifically related to the method statement.
1.221.2 Bored Piles: - Workers may need to enter a borehole for inspection or for
clearing out in undercuts, and there are certain precautions which must be taken
prior to entry:
(i) the borehole should be at least 75 cm in diameter;
(ii) the borehole should be treated as a confined space and the precautions which are
advised elsewhere to ensure a satisfactory atmosphere must be closely followed;
(iii) waste material from the borehole should be kept clear of the borehole;
(iv) Descent into a borehole should be in properly designed skips, chains or cages fitted
with an anti-spin device. The power source of the lifting appliance should be kept
running throughout the time someone is underground;
(v) while a worker is working down a borehole he/she must wear a safety harness;
(vi) all workers concerned must be trained and competent in rescue from deep
boreholes, and emergency rescue drills should be carried out at regular intervals;
(vii) A banksman who can see workers in the borehole should be present at all times;
(viii) There must be adequate lighting at safe reduced voltage and a means of
communication from the borehole.
(ix) Wherever possible, the need for workers to enter pile boreholes should be avoided
by the use of television cameras and other techniques for remote inspection.

Page 372
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.222 Warning signs and notices:- The Contractor shall ensure that:
(i) suitable warning signs or notices, required for the safety of building workers
carrying out the work of an excavation, shall be displayed or erected at
conspicuous places in Hindi and in a language understood by majority of such
building workers at such building such excavation work.
(ii) such warning signs and notices with regard to compressed air working shall
include
a. the danger involved in such compressed air work
b. fire and explosion hazard
c. the emergency procedures for rescue from such danger or hazards.
WORK PERMIT SYSTEM
1.223 The Contractor shall develop a Work Permit system, which is a formal written system
used to control certain types of work that are potentially hazardous. A work permit
is a document, which specifies the work to be done, and the precautions to be taken.
Work Permits form an essential part of safe systems of work for many construction
activities. They allow work to start only after safe procedures have been defined and
they provide a clear record that all foreseeable hazards have been considered.
Permits to Work are usually required in high-risk areas as identified by the Risk
Assessments.
1.224 A permit is needed when construction work can only be carried out if normal
safeguards are dropped or when new hazards are introduced by the work. Examples
of high-risk activities include but are not limited to:
(i) Entry into confined spaces
(ii) Work in close proximity to overhead power lines and telecommunication
cables.
(iii) Hot work
(iv) To dig where underground services may be located
(v) Work with heavy moving machinery
(vi) Working on electrical equipment
(vii) Work with radioactive isotopes
(viii) Heavy lifting operations and lifting operations closer to live power line
1.225 The permit-to-work system should be fully documented, laying down:
(i) How the system works;
(ii) The jobs it is to be used for;
(iii) The responsibilities and training of those involved; and
(iv) How to check its operation;
1.226 A Work Permit authorisation form shall be completed with the maximum duration
period not exceeding 12 hours.
1.227 A copy of each Permit-to-Work shall be displayed, during its validity, in a conspicuous
location in close proximity to the actual works location to which it applies.
TRAFFIC MANAGEMENT

Page 373
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.228 The basic objective of the following guidelines is to lay down procedures to be
adopted by Contractor to ensure the safe and efficient movement of traffic and also
to ensure the safety of workmen at construction sites.
1.229 All construction workers should be provided with high visibility jackets with
reflective tapes as most of viaduct and station works or either above or under right-
of-way. The complicity of workmen at all times shall be increased so as to protect
from speeding vehicular traffic.
1.230 The guiding principles to be adopted for safety in construction zone are to:
(i) Warn the road user clearly and sufficiently in advance.
(ii) Provide safe and clearly marked lanes for guiding road users.
(iii) Provide safe and clearly marked buffer and work zones
(iv) Provide adequate measures that control driver behaviour through
construction zones.
1.231 Legal permission
1.231.1 In all cases, the Contractor shall employ proper precautions. Wherever
operations undertaken are likely to interfere with public traffic, specific traffic
management plans shall be drawn up and implemented by the Contractor in
consultation with the approval of local police authorities and/or the concerned
metropolitan/civil authorities as the case may be.
1.231.2 Such traffic management plans shall include provision for traffic diversion
and selection of alternative routes for transport of equipment. If necessary, the
Contractor shall carry out road widening before commencement of works to
accommodate the extra load.
1.232 The primary traffic control devices used in work zones shall include signs,
delineators, barricades, cones, pylons, pavement markings and flashing lights.
1.233 The road construction and maintenance signs which fall into the same three major
categories as do other traffic signs, that are Regulatory Signs, Warning Signs and
Direction (or guidelines) Signs shall only be used. The IRC: 67 (Code of Practice for
Road Signs) provide a list of traffic signs. The size, colours and placement of sign
shall confirm to IRC: 67.
1.234 Regulatory signs :- Regulatory signs impose legal restriction on all traffic. It is
essential, therefore, that they are used only after consulting the local police and
traffic authorities.
1.235 Warning signs
1.235.1 Warning signs in the traffic control zone shall be utilised to warn the drivers
of specific hazards that may be encountered.
1.235.2 The Contractor shall place detour signage at strategic locations and install
appropriate warning signs. In order to minimize disruption of access to residences
and business, the Contractor shall maintain at least one entrance to a property where
multiple entrances exist.
1.235.3 A warning sign as given in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/012 shall be installed at all secondary road which
merges with the primary road where the construction work is in progress at sufficient
distance before it merges with the primary road so as to alert the road users
regarding the ‘Metro Work in Progress’.

Page 374
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.235.4 Materials hanging over / protruded from the chassis / body of any vehicle
especially during material handling shall be indicated by red indicator (red light/flag)
to indicate the caution to the road users.
1.236 Delineators :- The delineators are the elements of a total system of traffic control
and have two distinct purposes:
(i) To delineate and guide the driver to and along a safe path
(ii) As a taper to move traffic from one lane to another.
1.236.1 These channelizing devices such as cones, traffic cylinders, tapes and drums
shall be placed in or adjacent to the roadway to control the flow of traffic. These
should normally be retro-reflectors complying with IRC: 79 - Recommended Practice
for Road Delineators.
1.236.2 Traffic cones and cylinders :- Traffic cones of 500mm, 750mm and 1000mm
high and 300mm to 500mm in diameter or in square shape at base and are often
made of plastic or rubber and normally have retro-reflectorized red and white band
shall be used wherever required.
1.236.3 Drums :- Drums about 800mm to 1000mm high and 300mm in diameter can
be used either as channelizing or warning devices. These are highly visible, give the
appearance of being formidable objects and therefore command the respect of
drivers.
1.236.4 Barricades
(i) Full height fence, barriers, barricades etc. shall be erected around the site
in order to prevent the working area from the risk of accidents due to speedy
vehicular movement. Same the way barricades protect the road users from
the danger due to construction equipment and other temporary structures.
(ii) The structure dimension of the barricade, material and composition, its
colour scheme, Maharashtra Metro Rail Corporation Limited logo & other
details shall be in accordance with specifications laid down in tender
document.
(iii) All barricades shall be erected as per the design requirements of the
Employer, numbered, painted and maintained in good condition and also
Barricade in-charge maintains a barricade register in site.
(iv) All barricades shall be conspicuously seen in the dark/night time by the road
users so that no vehicle hits the barricade. Complicity shall be ensured by
affixing retro reflective stripes of required size and shape at appropriate
angle at the bottom and middle portion of the barricade at a minimum gap
of 1000mm. In addition, minimum one red light or red-light blinker should be
placed at the top of each barricade.

1.236.5 The Contractor shall ensure that all his construction vehicles plying on public
roads (like dump trucks, tRailers, etc.) have proper license to ply on public roads
from the State Transport Authority. Drivers holding proper valid license as per the
requirements of Motor Vehicles Act shall drive these vehicles.
1.236.6 The Contractor shall not undertake loading and unloading at carriageways
obstructing the free flow of vehicular traffic and encroachment of existing roads by
the contractor applying the excuse of work execution.

Page 375
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.236.7 Tow away vehicle :- The Contractor shall make arrangements keeping tow
away van / manpower to tow away any breakdown vehicle in the traffic flow without
losing any time at his cost.
1.236.8 Cleaning of roads :- The Contractor shall ensure the cleanliness of roads and
footpaths by deploying proper manpower for the same. The Contractor shall have to
ensure proper brooming, cleaning washing of roads and footpaths on all the time
throughout the entire stretch till the currency of the contract including disposal of
sweepage.
WORK ADJACENT TO LIVE RAILWAYS
1.237 Whenever work is to be conducted in close proximity to the live Railways then the
following measures shall need to be addressed:
(i) The rules provided for in the Railway’s manual should be followed.
(ii) No persons are allowed to encroach onto the Railway unless the owner has
given specific authority.
(iii) Adequate protection in accordance with the Railway owner’s requirements
shall be followed. (Provision of Block Inspectors, Flagmen and Lookouts)
(iv) All persons shall wear high visibility clothing at all times.
(v) Any induction training requirements of the Railways shall be strictly observed
BATCHING PLANT AND CASTING YARD LAYOUT
1.238 The batching plant / casting yard shall be effectively planned for smooth flow of
unloading and stacking the aggregates reinforcements and cement, batching plant,
transport of concrete, casting the segment, stacking the segment and loading the
segments to the trucks. As far as possible the conflicts should be avoided.
1.239 The batching plant / casting yard shall be barricaded and made as a compulsory PPE
zone
1.240 If in case of material unloading area is not maintainable as PPE zone, the same shall
be segregated properly and made as a non-PPE zone with appropriate barrications.
1.241 Electrical system shall also be suitably planned so that location of diesel generator,
if any, location of DBs, routing of cables and positioning of area lighting poles/masts
does not infringe on any other utility and pose danger.
1.242 Drainage shall be effectively provided, and waste water shall be disposed after
proper treatment
1.243 Time office, canteen, drinking water, toilet and rest place shall be suitably located
for the easy access to workers. All the facilities shall be properly cleaned and
maintained during the entire period of operation.
1.244 Manual handling of cement shall be avoided to a larger extent. Whenever it is
absolutely necessary the workmen shall be given full body protection, hand
protection and respiratory protection as a basic measure of ensuring better health.
1.245 The PPEs provided to cement handling workmen shall conform to international
standards.
1.246 Access roads and internal circulation roads shall be well laid and maintained properly
at all time.
1.247 Non-adherence to any of the above provision shall be penalised as per relevant
penalty clause.

Page 376
Maha-Metro/PMRP

Tender No: P1-T06/2021

PERSONAL PROTECTIVE EQUIPMENTS (PPEs)


1.248 The Contractor shall provide required PPEs to workmen to protect against safety and
/ or health hazards. Primarily PPEs are required for the following protection
(i) Head Protection (Safety helmets)
(ii) Foot Protection (Safety footwear, Gumboot, etc)
(iii) Body Protection (High visibility clothing (waistcoat/jacket), Apron, etc)
(iv) Personal fall protection (Full body harness, Rope-grap fall arrester, etc)
(v) Eye Protection (Goggles, Welders glasses, etc)
(vi) Hand Protection (Gloves, Finger coats, etc)
(vii) Respiratory Protection. (Nose mask, SCBAs, etc.)
(viii) Hearing Protection (Ear plugs, Ear muffs, etc)

1.249 The PPEs and safety appliances provided by the Contractor shall be of the standard
as prescribed by Bureau of Indian Standards (BIS). If materials conforming to BIS
standards are not available, the Contractor as approved by the Employer shall
procure PPE and safety appliances.
1.250 All construction workers should be provided with high visibility jackets with
reflective tapes confirming to the requirement specified under BS EN 471: 1994 as
most of viaduct and station works are executed either above or under right-of-way.
The complicity of workmen at all times shall be increased so as to protect them from
speeding vehicular traffic.
1.251 The Contractor shall provide safety helmet, safety shoe and high visibility clothing
for all employees including workmen, traffic marshal and other employees who are
engaged for any work under this contract as per the following requirement.

All employees of the Contractor Traffic marshals


including workmen

Hard hat with company Logo Hard hat with reflective tape

Safety boots Safety boots

Hi-visibility waistcoat covering upper Hi-visibility jacket covering upper body


body and meeting the following and meeting the following requirements
requirements as per BS EN 471:1994: as per BS EN 471:1994:

(a) Background in fluorescent (a) Background in fluorescent orange-red


orange-red in colour in colour
(b) Two vertical green strips of 5cm (b) Jackets with full-length sleeves with
wide on front side, covering the two bands of retro reflective
torso at least 500 cm2 material, which shall be placed at the
same height on the garment as those
of the torso. The upper band shall
encircle the upper part of the sleeves

Page 377
Maha-Metro/PMRP

Tender No: P1-T06/2021

All employees of the Contractor Traffic marshals


including workmen
(c) Two diagonal strips of 5 cm wide between the elbow and the shoulder;
on back in an ‘X’ pattern covering the bottom of the lower band shall
at least 570cm2 not be less than 5cm from the bottom
of the sleeve.
(d) Horizontal strips not less than
5cm wide running around the (c) Two vertical green strips of 5cm wide
bottom of the vertical strip in on front side, covering the torso at
front and ‘X’ pattern at back. least 500 cm2
(e) The bottom strip shall be at a (d) Two diagonal strips of 5 cm wide on
distance of 5cm from the bottom back in an ‘X’ pattern covering at
of the vest. least 570cm2
(f) Strips must be retro reflective (e) Horizontal strips not less than 5cm
and fluorescent wide running around the bottom of
the vertical strip in front and ‘X’
(g) Waistcoat shall have a side
pattern at back.
adjustable fit and a side and front
tear-away feature on vests made (f) The bottom strip shall be at a
of nylon. distance of 5cm from the bottom of
the vest.
(g) Strips must be retro reflective and
fluorescent.

1.251.1 Colour coding for helmets

Safety Helmet Colour Code


(Every Helmet should have Person to use
the LOGO* affixed /painted)

Maharashtra Metro Rail Corporation Limited


White
staffs

Grey All Designers, Architect, Consultants, etc.

Violet Main Contractors (Engineers / Supervisors)

Blue All Sub-contractors (Engineers / Supervisors)

Red Electricians (Both Contractor and Sub-contractor)

Safety Professionals(Both Contractor & Sub-


Green
contractor)

Orange Security Guards / Traffic marshals

Yellow All workmen

Page 378
Maha-Metro/PMRP

Tender No: P1-T06/2021

White (with “VISITOR”


Visitors
sticker)

Note: LOGO*

(i) Logo shall have its outer dimension 2”*2” and shall
be conspicuous
(ii) Logo shall be either painted or affixed
(iii) No words shall come either on Top / Bottom of Logo

Logo of the corresponding main contracting company for their employees and sub-
contracting company for their employees shall only be used.
1.252 In addition to the above any other PPE required for any specific jobs like, welding
and cutting, working at height etc shall also be provided to all workmen and also
ensure that all workmen use the PPEs properly while on the job.
1.253 The Contractor shall not pay any cash amount in lieu of PPE to the workers/sub-
contractors and expect them to buy and use during work.
1.254 The Contractor shall at all time maintain a minimum of 10% spare PPEs and safety
appliances and properly record and show to the Employer during the inspections.
Failing to do so shall invite appropriate penalty as per the provisions of the contract.
1.255 It is always the duty of the Contractor to provide required PPEs for all visitors.
Towards this required quantity of PPEs shall be kept always at the security post.
VISITORS TO SITE
1.256 No visitor is allowed to enter the site without the permission of the Employer. All
authorised visitors should report at the site office. Contractor shall provide visitor’s
helmet (White helmet with visitor sticker) and other PPEs like Safety Shoe, reflective
jacket, respiratory protection etc. as per requirement of the site.
1.257 All Visitors shall be accompanied at all times by a responsible member of the site
personnel.
1.258 The Contractor shall be fully responsible for all visitors’ safety and health within the
site.
1.259 As indicated earlier in this Manual, the Engineer shall undertake regular audits at
quarterly intervals, of the Contractor’s onsite practices and procedures as a means
of assessing the ongoing performance of the Contractor.
1.260 The criteria against which the audits will be undertaken shall be derived from the
clauses within the Environment Protection Requirements, contract-specific Site
Environmental Plan and previous site inspection results.
1.261 In addition to the quarterly audits by the Engineer, site inspection shall be
undertaken by the Contractor’s staff to inspect the construction activities in order
to ensure that appropriate environmental protection and pollution control measures
are properly followed and implemented.
1.262 The frequency of site inspection shall be at least once a week.
1.263 The Contractor shall prepare an ‘Environmental Inspection and Action Reporting
System’ and submit to the Engineer for approval and make amendments as

Page 379
Maha-Metro/PMRP

Tender No: P1-T06/2021

suggested. It shall contain a contract specific comprehensive Environment Inspection


checklist as requirement of Site Environmental Plan.
1.264 The area of inspection shall not be limited to environmental compliance within the
site but areas outside the site which are likely to be affected, directly or indirectly
by activities at site.
1.265 Results of inspection shall be discussed with Engineer and his recommendations on
better environmental protection shall be notified to the Contractor for taking
immediate action and rapid resolution of identified non-compliance.
1.266 If significant environmental problems are identified or if there is an environmental
complaint or as a part of investigation work, then the Engineer shall also carry out
ad hoc site inspection which shall be attended by Contractor’s Representative.
1.267 Reporting System
1.267.1 Reporting under the Environmental Management System will contain results
of monitoring and inspection programs.
1.267.2 In Site Environmental Plan, the Contractor shall prepare and submit monthly
Environmental Quality Management Reports in accordance with requirements as per
Contract.
1.267.3 The monthly report shall include (but not limited to) the following:
a. Executive Summary
b. Brief mention of construction activities
c. Monitoring results under AMCP
d. Interpretation of monitoring results, significance and influencing factors
e. Graphical representation of monitored results over past four reporting periods.
f. Measures to control spill under Spill Prevention and Control Plan (SPCP).
g. Action taken on recommendations under site inspection programme or specific
directions.
h. Summary of complaints, results of investigations and follow-up action
i. Future key issues
1.268 Complaint Response Process
1.268.1 Inquiries, complaints and requests for information can be expected from a
wide range of individuals and organizations both private and government. The
majority of complaints are likely to be received by Maharashtra Metro Rail
Corporation Limited, although the site offices are also likely to be contacted.
1.268.2 The objective of complaint process is to ensure that public and agency
complaints are addressed and resolved consistently and expeditiously.
1.268.3 The Contractor’s Site Manager will be notified immediately on receipt of
complaint that may relate to environmental impacts. The Site Manager will
immediately inform the Engineer and through him the Maharashtra Metro Rail
Corporation Limited.
1.268.4 Field investigation should determine whether the complaint has merit, and if
so action should be taken to address the impact.

Page 380
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.268.5 The outcome of the investigation and the action taken shall be documented
on a complaint Performa prepared by the Contractor and approved by the Engineer
in advance of the works.
1.268.6 Where possible, a formal response to each complaint received shall be
prepared by the Contractor within seven days in order to notify the concerned
person(s) that action has been taken.
1.269 Completion of the EQM Programme
1.269.1 The construction of Project will be undertaken as a series of individual
construction contracts with necessarily different construction program and
completion dates.
1.269.2 The Engineer shall maintain an overview of the ‘impact causing potential’ of
each site or contract and monitoring parameter with a view to maintaining the most
cost-effective use of the environmental resources dedicated to the Project.
1.269.3 Termination of EQM should focus on the percentage contract completion
status and on the basis of a history of environmental impact arising from the site
over a representative period of monitoring.
1.269.4 Justifiable application for termination of EQM shall be put forward by the
Contractor to the Engineer, as necessary throughout the construction period.

Page 381
Maha-Metro/PMRP

Tender No: P1-T06/2021

PART III : OCCUPATIONAL HEALTH AND WELFARE

PHYSICAL FITNESS OF WORKMEN


1.270 The Contractor shall ensure that his employees / workmen subject themselves to
such medical examination as required under the law or under the contract provision
and keep a record of the same.
1.271 The Contractor shall not permit any employee / workmen to enter the work area
under the influence of alcohol or any drugs.
MEDICAL FACILITIES
1.272 Medical Examination
1.272.1 The Contractor shall arrange a medical examination of all his employees
including his sub-contractor employees employed as drivers, operators of lifting
appliances and transport equipment before employing, after illness or injury, if it
appears that the illness or injury might have affected his fitness and, thereafter,
once in every two years up to the age of 40 and once in a year, thereafter.

(i) The Contractor shall maintain the confidential records of medical


examination or the physician authorized by the Employer.
(ii) No building or other construction worker is charged for the medical
examination and the cost of such examination is borne by Contractor
employing such building worker.
(iii) The medical examination shall include:
a. Full medical and occupational history
b. Clinical examination with particular reference to:
(a) General Physique;
(b) Vision: Total visual performance using standard Orth orator like
Titmus Vision Tester should be estimated and suitability for
placement ascertained in accordance with the prescribed job
standards.
(c) Hearing: Persons with normal must be able to hear a forced whisper
at twenty-four feet. Persons using hearing aids must be able to hear
a warning shout under noisy working conditions.

Contactors personnel exposed to noise levels above 80dB(A) in order


to establish initial audiograms. Annual tests are carried out to monitor
any changes and detect any deterioration.
(d) Breathing: Peak flow rate using standard peak flow meter and the
average peak flow rate determined out of these readings of the test
performed. The results recorded at pre-placement medical
examination could be used as a standard for the same individual at
the same altitude for reference during subsequent examination.
(e) Upper Limbs: Adequate arm function and grip
(f) Spine: Adequately flexible for the job concerned.

Page 382
Maha-Metro/PMRP

Tender No: P1-T06/2021

(g) Lower Limbs: Adequate leg and foot concerned.


(h) General: Mental alertness and stability with good eye, hand and foot
coordination.
c. Any other tests which the examining doctor considers necessary and
requested by engineer. All costs to be born by Contractor
1.272.2 If the Contractor fails to get the medical examination conducted as
mentioned above, the Employer will have the right to get the same conducted by
through an agency with intimation to the Contractor and deduct the cost and
overhead charges.
1.273 Occupational Health Centre :- The Contractor shall ensure at a construction site an
occupational health centre, mobile or static is provided and maintained in good
order. Services and facilities as per the scale lay down in Schedule X of BOCWR. A
construction medical officer appointed in an occupational health centre, possess the
qualification as laid down in Schedule XI of BOCWR.
1.274 Ambulance van and room :- The Contractor shall ensure at a construction site of a
building or other construction work that an ambulance van and room are provided at
such construction site or an arrangement is made with a nearby hospital for providing
such ambulance van for transportation of serious cases of accident or sickness of
workers to hospital promptly and such ambulance van and room are maintained in
good repair and is equipped with standard facilities specified in Schedule IV and
Schedule V of BOCWR.
1.275 First-aid boxes :- The Contractor shall ensure at a construction site one First-aid box
for 100 workers provided and maintained for providing First-aid to the building
workers. Every First-aid box is distinctly marked “First-aid” and is equipped with the
articles specified in Schedule III of BOCWR.

The Contractor equips the Project Area with a communication system exclusively for the
purpose of communication with the first aid services. Information on how to communicate
with the first aid services is clearly indicated near the communication equipment.
1.276 HIV/ AIDS prevention and control
1.276.1 The Contractor shall adopt the Employer’s Policy on “HIV / AIDS Prevention
and Control for Workmen Engaged by Contractors” and the copy of the policy is given
in Appendix No. 4.
1.276.2 The Employer will engage a professional agency for implementing the
guidelines laid down in the policy and communicate to the Contractor.
1.276.3 The Contractor shall extend necessary support to the appointed agency by
deputing the workmen to attend the awareness creation programmes.
1.276.4 The Contractor shall also extend necessary organizational support to the
appointed agency for the effective implementation of the Employers’ workplace
policy on HIV/AIDS for workmen of the Contractors.
1.276.5 As laid down in the policy the Contractor shall identify peer educators (1 for
every 100 workers) and refer them for professional training to the Employers’
appointed agency for the purpose.
1.276.6 The peer educators on completion of the training shall serve as the focal point
for any information, education & awareness campaign among the workmen
throughout the contract period.

Page 383
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.276.7 The peer educators will be paid a monthly honorarium as fixed by the
Employer for rendering his services in addition to his regular duty.
1.276.8 The total number of peer educators (1 for 100 workers) shall always be
maintained by the Contractor.
1.276.9 In case if these peer educators leave the Contractor by creating vacancy,
then the Contractor at his own expense train the new replacement peer educator
from the Employers’ appointed agency for the purpose.
1.276.10 It is suggested to the Contractor that due care should be taken to select the
peer educators from among the group of workmen so that they remain with the
Contractor throughout the contract period.
1.277 Prevention of mosquito breeding
1.277.1 Measures shall be taken to prevent mosquito breeding at site. The measures
to be taken shall include:
(i) Empty cans, oil drums, packing and other receptacles, which may retain water
shall be deposited at a central collection point and shall be removed from the
site regularly.
(ii) There should not be accumulation of still water at any site, In case of still water,
it should be covered by earth and levelled.
(iii) Contractor’s equipment and other items on the site, which may retain water,
shall be stored, covered or treated in such a manner that water could not be
retained.
(iv) Water storage tanks shall be provided.
1.277.2 Posters in Hindi and English, which draw attention to the dangers of
permitting mosquito breeding, shall be displayed prominently on the site.
1.277.3 The Contractor at periodic interval shall arrange to prevent mosquito
breeding by fumigation / spraying of insecticides. Most effective insecticides shall
include SOLFAC WP 10 or Baytex, The Ideal Larvicide etc.
1.278 Alcohol and drugs
1.278.1 The Contractor shall ensure at all times that no employee is working under
the influence of alcohol / drugs which are punishable under Government regulations.
1.278.2 Smoking at public worksites by any employee is also prohibited as per
Government regulations.
NOISE
1.279 The Contractor shall consider noise as an environmental constraint in his design,
planning and execution of the Works and provide demonstrable evidence of the same
on Employer’s request. The Contractor shall, at his own expense, take all
appropriate measures to ensure that work carried out by the Contractor and by his
sub-Contractors, whether on or off the Site, will not cause any unnecessary or
excessive noise which may disturb the occupants of any nearby dwellings, schools,
hospitals, or premises with similar sensitivity to noise.

1.279.1 Without prejudice to the generality of the foregoing, noise level reduction
measures shall include the following:

Page 384
Maha-Metro/PMRP

Tender No: P1-T06/2021

(i) The Contractor shall ensure that all powered mechanical equipment used in the
Works shall be effectively sound-reduced using the most modern techniques
available including but not limited to silencers and mufflers.
(ii) The Contractor shall construct acoustic screens or enclosures around any parts
of the Works from which excessive noise may be generated.
1.279.2 The Contractor shall ensure that noise generated by work carried out by the
Contractor and his sub-Contractors during daytime and night time shall not exceed
the maximum permissible noise limits, whether continuously or intermittently, as
given in the project SHE Manual. The same may be varied from time to time by and
at the sole discretion of the Employer. In the event of a breach of this requirement,
the Contractor shall immediately re-deploy or adjust the relevant equipment or take
other appropriate measures to reduce the noise levels and thereafter maintain them
at levels which do not exceed the said limits. Such measures may include without
limitation the temporary or permanent cessation of use of certain items of
equipment.
1.279.3 The noise monitoring requirements are given in the project SHE Manual and
the monitoring locations shall be identified.
1.280 Noise Monitoring
1.280.1 The activities which are expected to cause noise during the construction of
Project, include noise from construction equipment, construction activities such as
portal construction, boring for piling, earthwork excavation, concreting, viaduct
construction (including shifting of launching truss / girder) and removal of spoil and
movement of construction vehicles and delivery vehicles, travelling to and from the
construction and disposal sites.
1.280.2 The level of impact of these noise sources depends upon the noise
characteristics of the equipment and activities involved the construction schedule,
and the distance from noise sensitive receptors.
1.280.3 The Noise Monitoring Control Plan (PMCP) will provide guidance for
construction activity. It shall also address noise performance criteria used in the
selection of construction equipment.
1.280.4 The Noise Control Plan shall provide for:
(i) Definition of noise-sensitive uses in the zones affected by construction;
(ii) Calculation of future noise levels at the closest noise-sensitive receptors to the
construction activity based on construction activity and ambient noise levels;
(iii) Evaluation and specification of the noise abatement measures that can be
applied to meet the noise objectives;
(iv) Monitoring construction activity and providing adjustments to noise abatement
controls that may be required to increase their effectiveness;
(v) It shall specify the night-time and daytime construction activities.

1.280.5 In defining the requirements of the PMCP, available measures for noise
control, such as, the use of equipment with special exhaust silencers or enclosures,
and the construction of temporary enclosures or noise barriers around specific
construction site activity areas shall be considered. It should also specify the
measures to be adopted to counter the impact of noise pollution for public and
workers working at site during construction.

Page 385
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.280.6 If the measured noise levels exceed the noise limits, the noise levels shall be
reduced by appropriate abatement measures.
1.280.7 The Engineer shall monitor Contractor’s performance of tasks specified and
will inspect the procedures related to the control of noise.
1.280.8 In no case shall the Contractor expose the public to construction noise levels
exceeding 90dBA (slow) or to impulsive noise levels with a peak sound pressure level
exceeding 140dB as measured on an impulse sound level meter.
1.280.9 Limit for construction noise is based on the existing ambient noise levels in
areas adjoining the construction sites.
1.280.10 The noise levels emanating from any source during construction, shall not
exceed 5 dBA or more above existing ambient pre-construction noise levels. The
same may be varied from time to time by and at the sole discretion of the Engineer.
1.280.11 Where there are no ambient noise measurements, the construction activities
shall be limited to levels at a distance of 200 feet from the construction limits or at
the nearest affected building, whichever is closer, as given in Table-2.
Table 2: Allowable Construction Noise

Land Use Maximum Noise Level LmaxdBA

Day Time Night Time

Residential 75 65

Commercial (all times) 85

Industrial (all times) 90

1.280.12 At the surface of the construction site during night time hours, the Contractor
shall use only equipment that operating under full load meets the noise limits
specified in Table3, if a sensitive receptor would be affected.

Table 3: Noise Emission Limits for Construction Equipment used during night hours
(Measured at 50 feet from Construction Equipment)

SN Equipment Category Lmax Level dBA

1. Backhoe 80

2. Bar Bender 75

3. Chain Saw 81

4. Compactor 80

5. Compressor 80

Page 386
Maha-Metro/PMRP

Tender No: P1-T06/2021

6. Concrete Mixer 85

7. Concrete Pump 82

8. Crane 85

9. Dozer 85

10. Front end loader 80

11. Generator 82

12. Gradall 85

13. Grader 85

14. Paver 85

15. Pneumatic tools 85

16. Scrapper 85

17. Tractor 84

Noise emission limits apply to equipment used at surface of the construction site during
night time hours of 9 pm to 6 am.

1.280.13 The adjustments for close-in equipment noise shall be made in accordance
with Table4.
Table 4: Adjustments for Close-in Equipment Noise

Distance (Feet) Level to Estimate Sound Level at 50 Feet dB


(A)

19-21 8

22-23 7

24-26 6

27-29 5

30-33 4

34-37 3

38-42 2

Page 387
Maha-Metro/PMRP

Tender No: P1-T06/2021

Distance (Feet) Level to Estimate Sound Level at 50 Feet dB


(A)

43-47 1

48-50 0

Table 5: Construction Vibration Limits (Vibration Type and Permissible)

Aggregate Duration Limit

Sustained (1 hour / day) 0.01 in/sec (80 VdB re 10-6 in/sec)

Transient (< 1 hour / day) 0.03 in/sec (90 VdB re 10-6 in/sec)

Transient (< 10 minutes / 0.10 in/sec (100 VdB re 10-6 in/sec)


day)

1.280.14 When Diesel Generator (DG) Sets are used for operation of equipment and
machinery, then ‘Standards and Guidelines for control of Noise Pollution from
Stationery DG Sets’, under Environment (Protection) Act, 1986 shall apply.
1.280.15 Where the Engineer determines that the recorded Noise level is significantly
greater than the acceptable levels, the Engineer may direct the Contractor to take
effective remedial measures including, but not limited to, reviewing noise sources
and modifying working procedures.
1.280.16 The Contractor shall inform the Engineer of all steps taken to investigate
cause of exceedance & immediate action taken to avoid further exceedance through
written reports and proposals for action under an Event Contingency Plan.
1.281 Control Requirements
1.281.1 Construction material should be operated and transported in such a manner
as not to create unnecessary noise as outlined below:
(i) Perform Work within the procedures outlined herein and comply with applicable
codes, regulations, & standards established by the Central & State Govt.& their
agencies.
(ii) Keep noise to the lowest reasonably practicable level. Appropriate measures
will be taken to ensure that construction works will not cause any unnecessary
or excessive noise, which may disturb the occupants of any nearby dwellings,
schools, hospitals, or premises with similar sensitivity to noise. Use equipment
with effective noise-suppression devices and employ other noise control
measures as to protect the public.
(iii) Schedule and conduct operations in a manner that will minimize, to the
greatest extent feasible, the disturbance to the public in areas adjacent to the
construction activities and to occupants of buildings in the vicinity of the
construction activities.

Page 388
Maha-Metro/PMRP

Tender No: P1-T06/2021

(iv) The Contractor shall submit to the Employer a Noise Monitoring and Control
Plan (PMCP) under contract specific Site Environmental Plan. It shall include
full and comprehensive details of all powered mechanical equipment, which he
proposes to use during daytime and night time, and of his proposed working
methods and noise level reduction measures. The PMCP shall include detailed
noise calculations and vibration levels to demonstrate the anticipated noise
generation and vibrations by the Contractor.
(v) The PMCP prepared by the Contractor shall guide the implementation of
construction activity. The PMCP will be reviewed on a regular basis and updated
as necessary to assure that current construction activities are addressed. It may
appear as a regular agenda item in project coordination meetings, if noise is an
issue at any location in the contract.
1.282 Occupational Noise
(i) Protection against the effects of occupational noise exposure should be
provided when the sound level exceeds the threshold values as provided in
Project SHE Manual.
(ii) When employees are subjected to sound levels exceeding those listed in the
Table above, feasible administrative or engineering controls should be utilized
as given in this document and Maharashtra Metro Rail Corporation Limited’s
Project SHE Manual.
(iii) If such controls fail to reduce sound levels within the levels of the table,
personal protective equipment shall be provided and used to reduce sound
levels within the levels of the table.
(iv) When the daily noise exposure is composed of two or more periods of noise
exposure of different levels, their combined effect should be considered,
rather than the individual effect of each. Exposure to different levels for
various periods of time shall be computed according to the formula and sample
computations, as given in project SHE Manual.
1.283 Vibration Level
1.283.1 In locations where the alignment is close to historical / heritage structures,
the Contractor shall prepare a monitoring scheme prior to construction at such
locations. This scheme for monitoring vibration level at such historical / heritage
sites shall be submitted to Employer for his approval. This scheme shall include:
(i) Monitoring requirements for vibrations at regular intervals throughout the
construction period;
(ii) Pre-construction structural integrity inspections of historic and sensitive
structures in project activity;
(iii) Information dissemination about the construction method, probable effects,
quality control measures and precautions to be used;
(iv) The vibration level limits at work sites adjacent to the alignment shall conform
to the permitted values.
VENTILATION AND ILLUMINATION
1.284 Ventilation
1.284.1 The Contractor shall ensure at a construction site of a building or other
construction work that all working areas in a free tunnel are provided with
ventilation system as approved by the DG/CIIBC and the fresh air supply in such

Page 389
Maha-Metro/PMRP

Tender No: P1-T06/2021

tunnel is not less than 6m3/min for each building worker employed underground in
such tunnel and the free air flow movement inside such tunnel is not less than
9m/min.
1.284.2 The oxygen level shall not be less than 19.5% in the working environment.

1.285 Illumination
1.285.1 The Contractor shall take every effort to illuminate the work site as per the
Employer’s
requirement illustrated in General Instruction MAHA-METRO/SHE/GI/011.

1.285.2 The Contractor shall conduct a monthly illumination monitoring by lux meter for all
the locations and the report shall be sent to the Employer within 7th of the next
month and the same shall be reviewed during the monthly SHE committee meeting.

RADIATION
1.286 The use of radioactive substances and radiating apparatus shall comply with the
Government regulatory requirements and all subsidiary legislation
1.287 Operations involving ionising radiation shall only be carried out after having been
reviewed without objection by the Employers representative and shall be carried out
in accordance with a method statement.
1.288 Each area containing irradiated apparatus shall have warning notices and barriers,
as required by the Regulations, conspicuously posted at or near the area.
1.289 Radioactive substances will be stored, used or disposed shall be strictly in
accordance with the Government Enactments.
1.290 The Contractor shall ensure that all site personnel and members of the public are
not exposed to radiation.
1.291 Asbestos :- Asbestos fibres are naturally occurring and extremely aerodynamic.
Because of this, almost everyone is exposed to asbestos. Asbestos fibres can become
a health risk if inhaled at high concentrations over extended periods of time.
Asbestos is only dangerous if it becomes airborne. As long as asbestos-containing
materials are not damaged, the asbestos fibres do not become airborne, and do not
pose a health hazard to building occupants.

As a preventive action, no asbestos containing material will be used during any of the site
activity mitigate the hazard
1.292 Lead-Based Paint :- Lead-based paint is a source of lead poisoning. Ingestion and
inhalation of lead dust that is created as lead-based paint chips and peels, or from
improper sanding or scraping of lead-based painted surfaces can lead to exposure.
Paints and other chemicals used for painting should be stored in a proper contained area.
Empty Paint containers, waste paint brushes, clothes stained with paint should be properly
disposed.
WELFARE MEASURES FOR WORKERS
1.293 Latrine and Urinal Accommodation

Page 390
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.293.1 The Contractor shall provide one latrine seat for every 20 workers up to 100
workers and thereafter one for every additional 50 workers. In addition, one urinal
accommodation shall be provided for every 100 workers.
1.293.2 When women are employed, separate latrine and urinals accommodation
shall be provided on the same scale as mentioned above.
1.293.3 Latrine and urinals shall be provided as per Section 33 of BOCWA and
maintained as per Rule 243 of BOCWR and shall also comply with the requirements
of public health author
1.293.4 Moving sites :- In case of works like Track laying, the zone of work is
constantly moving at elevated level. In such cases mobile toilets with proper facility
to drain the sullage shall be provided at reasonably accessible distance.
1.293.5 In case if the Contractor fail to provide required number of urinals and
latrines or fail to maintain it as per the requirements of Public Health laws, the
Employer shall have the right to provide/maintain through renowned external
agencies at the cost of the Contractor.
1.294 Canteen :- In every workplace wherein not less than 250 workers are ordinarily
employed, the Contractor shall provide an adequate canteen conforming to Section
37 of BOCWA, Rule 244 of BOCWR and as stipulated in Rule 247 of BOCWR the charges
for food stuff shall be based on ‘no profit no loss’ basis. The price list of all items
shall be conspicuously displayed in such canteen.

The contractor defines and implements actions in order to guarantee (i)the quality and
quantity of food stuff(ii)compliance with health rules when preparing meals (iii)fitting out
and servicing premises and equipment, both in the kitchen and food storage areas.

Contractor inspects the cleanliness of food transport vehicles, temperature control and the
cold chain, as well as best before dates and takes the necessary corrective actions. The
temperature of chillers is regularly checked.

The contractor checks that health requirements are met for food storage conditions in the
kitchen or other locations, food prepared products are left prior to consumption, to ensure
no health risks. Prepared food is eaten or thrown away, no food remains are reused.

The contractor recruits trained canteen personnel and ensures that supervisors monitor
compliance with sanitary instructions. The Contractor ensures that canteen personnel have
means of ensures that supervisors monitor compliance with sanitary instructions. The
Contractor ensures that canteen personnel have means of ensuring compliance with health
rules (changing rooms,linen,hand washers,condition of flooring and paint and existence of
a cleaning plan.).This area needs to be checked every three months.

1.295 Serving of tea and snacks at the workplace :- As per Rule 246 of BOCWR, at a
building or other construction work where a workplace is situated at a distance of
more than 200 m from the canteen provided under Rule 244(1) of BOCWR, the
Contractor employing building works shall make suitable arrangement for serving tea
and light refreshment to such building works at such place.

Page 391
Maha-Metro/PMRP

Tender No: P1-T06/2021

Proper Housekeeping should be maintained at such locations where tea & snacks are served.
1.296 Drinking water
1.296.1 As per Section 32 of BOCWA the Contractor shall make in every worksite,
effective arrangements to provide sufficient supply of wholesome drinking water
with minimum quantity of 5 litres per workman per day. Quality of the drinking water
shall conform to the requirements of national standards on Public Health IS 10500
1.296.2 While locating these drinking water facilities due care shall be taken so that
these are easily accessible within a distance of 200m from the place of work for all
workers at all location of work sites.
1.296.3 All such points shall be legible marked “Drinking Water” in a language
understood by a majority of the workmen employed in such place. Unless the supply
of drinking water vis provided by a certified supplier, the quality of the drinking
water provided to workers is tested at least at the start of the works and then on a
monthly basis. The protocol for taking and analysing samples is based on the
recommendation of the World Health Organization. The results shall be documented
and made available on the Project Area.
1.297 Labour Accommodation :- The Contractor shall provide free of charges as near as
possible, temporary living accommodation to all workers conforming to provisions of
Section 34 of BOCWA. These accommodations shall have cooking place, bathing,
washing and lavatory facilities.
The Contractor provides one drinking water tap per 10 personnel, one toilet for 15
contractors Personnel as a minimum and one toilet per 15 persons.
Hygiene-Sanitary areas (sinks, toilets, bathing areas, wash basins) are cleaned & disinfected
by the contractors cleaning service at least once every 24 hours.
The canteen, kitchen and kitchen utensils are cleaned after each meal service.
1.298 Creches :- In every workplace where in more than 50 female workers are ordinarily
employed, there shall be provided and maintained a suitable room for use of children
under age of 6 yrs, conforming to the provisions of Section 35 of BOCWA.
1.299 Heat Stress :- Contractors/Subcontractors shall establish the necessary programs to
ensure that project employees work safely in heat stress conditions. The reduction
of adverse health effects can be accomplished by engineering controls, work
practices, training, acclimatization, monitoring, water & electrolyte balance and the
recognition and treatment of heat stress emergencies.

Page 392
Maha-Metro/PMRP

Tender No: P1-T06/2021

PART- IV ENVIRONMENTAL MANAGEMENT

Protection of adjacent areas


47.1.1 The Contractor uses construction methods and means of protection in order to
avoid or minimize adverse effects that are incurred on vegetation, soils,
groundwater and surface water ,biodiversity, natural drainage and the water
quality in areas within any Project Area and its surroundings for the entire
duration of the works.
47.1.2 Wetland areas include marshes, fens, mires or natural or artificial bodies of
water ,whether permanent or temporary, where water is stagnant or flowing,
fresh, saline or briny, including seawater with a low -tide depth of six meters
or less .Filling of all or part of a wetland area is not permitted, unless the
works are necessary according to the provisions of the Contract or the
instructions of the Engineer.
47.1.3 With the exception of access situated around the site with a distance specified
srxistence and conditions of residential building roads, or unless instructed
otherwise by the Engineer ,the entire perimeter of land sites with a a surface
area of less than 2 hectares is physically demarcated by a perimeter Track,
road, signs or any other means leaving no possible ambiguity as to the location
of the Project Area perimeter.
47.1.4 Unless instructed otherwise by the Engineer, the Contractor defines the
perimeter of the Project Area at a distance of at least:
a) 50 m from any permanent water course and outside of floodable areas.
b) 300 m from sensitive urban services and buildings (health centre, school,
water-supply for populations )
c) 200 m from any housing and
d) 300 m from housing in the specific case of work requiring the use of
explosives.
47.1.5 If the footprint of the works are located in the situations a) to d) above and
unless agreed otherwise by the Engineer, the Contractor will contract a bailiff
to make a sworn statement regarding the existence and conditions of
residential buildings situated around the site with a distance specified in the
above paragraph from b)to d).
47.1.6 The bailiff’s sworn statement is prepared and provided to the Engineer with
the Environment Protection Plan.
47.2 Selection of Borrow Areas, Backfill material stockpiles sites and access road.
47.2.1 The Contractor will submit to the Engineer for prior approval (i) the location
of proposed borrow areas or areas to be excavated, or (ii)proposed backfill
material stockpile locations or zones designated for the rubble from
demolition works.
47.2.2 This requirement also applies to the side casting during the construction of
linear infrastructure (roads, pipelines, transport routes) and which are
included in the category of stockpiling of waste material.
47.2.3 The opening or rehabilitation of all access routes between Project Areas Will
be shown on a map and approved by the Engineer prior to the start of the
corresponding works.

Page 393
Maha-Metro/PMRP

Tender No: P1-T06/2021

47.3 Environmental Monitoring


47.3.1 The Contractor’s Environmental Team shall carry out the monitoring of
environmental impacts during construction. Representative sensitive receivers in
the vicinity of the works shall be monitored for air quality impacts.
47.3.2 For carrying out impact monitoring for air, equipment shall be provided, operated
and maintained by the Contractor. The equipment shall be kept in a good state of
repair in accordance with the manufacturer’s recommendations and maintained in
proper working order with sufficient spare equipment available in the event of
breakdown to maintain the planned monitoring program.
47.3.3 The calibration of monitoring instruments and their respective calibrators shall be
carried out in accordance with the manufacturer’s requirements to ensure they
perform to the same level of accuracy as stated in the manufacturer’s
specifications.
47.3.4 Suspended Particulate Matter (SPM) levels shall be measured by following the
standard high volume sampling method as set out in High Volume Method for
Suspended Particulate, BIS: 5182-1981
47.3.5 24-hour average SPM concentration shall be measured by drawing air through a High
Volume Sampler (HVS) fitted with pre-weighted Glass Fibre filter paper at an
average flow rate not less than 1.1m3 per minute.
47.3.6 The minimum requirements to the specifications of sound level meter should be as
given in IS: 9779-1981. (However, monitoring is deleted).
47.3.8 Engineer will undertake baseline monitoring to establish background levels. Action
Level of the Contractor shall be based on the results of baseline monitoring
program, which will be made available to him prior to start of construction.
47.3.9 The Contractor’s monitoring program is summarized in Table 1.
Table 1: Summary of Contractor’s Monitoring Programme

Parameter Air

Sampling RSPM, SPM


24-hours of the day
CO: 12 hours from 0800 to 2000 hrs

Frequency at each location Two 24-hour samples every 15 days at


uniform intervals

Locations To be determined by the Contractor based on


air sensitive receptors

Number of locations Two locations

Duration of Monitoring by During civil construction


Contractor

Additional Requirements Ad hoc monitoring as required

Page 394
Maha-Metro/PMRP

Tender No: P1-T06/2021

Monitoring Reports should be submitted every month along with the Monthly SHE
Report
47.4 Event Contingency Plan :- The Contractor shall prepare an Event Contingency Plan
under his Site Environmental Plan. The purpose is to provide, in addition to
monitoring activities, procedures for ensuring that if any environmental
exceedance of limiting values (either accidental or through inadequate
implementation of mitigation measures on part of the Contractor) does occur, the
cause is quickly identified and remedied, and that the risk of a similar event
recurring is reduced.
47.5 Air Quality
47.5.1 The Contractor shall take all necessary precautions to minimise fugitive dust
emissions from operations involving excavation, grading, and clearing of land and
disposal of waste. He shall not allow emissions of fugitive dust from any transport,
handling, construction or storage activity to remain visible in atmosphere beyond
the property line of emission source for any prolonged period of time without
notification to the Employer.
47.5.2 The Contractor shall use construction equipment designed and equipped to
minimise or control air pollution. He shall maintain evidence of such design and
equipment and make these available for inspection by Employer.
47.5.3 If after commencement of construction activity, Employer believes that the
Contractor’s equipment or methods of working are causing unacceptable air
pollution impacts then these shall be inspected, and remedial proposals shall be
drawn up by the Contractor, submitted for review to the Employer and
implemented.
47.5.4 In developing these remedial measures, the Contractor shall inspect and review all
dust sources that may be contributing to air pollution. Remedial measures include
use of additional / alternative equipment by the Contractor or maintenance /
modification of existing equipment of the Contractor.

In the event that approved remedial measures are not being implemented and
serious impacts persist, the Employer may direct the Contractor to suspend work
until the measures are implemented, as required under the Contract.
47.5.5 Contractor’s transport vehicles and other equipment shall conform to emission
standards fixed by Statutory Agencies of Government of India or the State
Government from time to time. The Contractor shall carry out periodical checks
and undertake remedial measures including replacement, if required, so as to
operate within permissible norms.
47.5.6 The Contractor shall establish and maintain records of routine maintenance
program for internal combustion engine powered vehicles and equipment used on
this project. He shall keep records available for inspection by Employer.
47.5.7 The Contractor shall cover loads of dust generating materials like debris and soil
being transported from construction sites. All trucks carrying loose material should
be covered and loaded with sufficient free- board to avoid spills through the
tailboard or sideboards.
47.5.8 The Contractor shall promptly transport all excavation disposal materials of
whatever kind so as not to delay work on the project. Stockpiling of materials will
only be allowed at sites designated by the Employer. The Contractor shall place

Page 395
Maha-Metro/PMRP

Tender No: P1-T06/2021

excavation materials in the dumping/disposal areas designated in the plans as given


in the specifications.
47.5.9 The temporary dumping areas shall be maintained by the Contractor at all times
until the excavate is re-utilised for backfilling or as directed by Employer. Dust
control activities shall continue even during any work stoppage.
47.5.10 The Contractor shall place material in a manner that will minimize dust production.
Material shall be minimized each day and wetted, to minimize dust production.
During dry weather, dust control methods must be used daily especially on windy,
dry days to prevent any dust from blowing across the site perimeter.
47.5.11 The Contractor shall water down construction sites as required to suppress dust,
during handling of excavation soil or debris or during demolition. The Contractor
will make water sprinklers, water supply and water delivering equipment available
at any time that it is required for dust control use. Dust screens will be used, as
feasible when additional dust control measures are needed especially where the
work is near sensitive receptors.
47.5.12 The Contractor shall provide a wash pit or a wheel washing and/or vehicle cleaning
facility at the exits from work sites such as construction Depot and batching plants.
At such facility, high-pressure water jets will be directed at the wheels of vehicles
to remove all spoil and dirt.
47.5.13 The Contractor shall design and implement his blasting techniques so as to minimise
dust, noise, vibration generation and prevention fly rock.
47.5.14 Blasting technique should be consistent not only with nature and quaintly of rock
to be blasted but also the location of blasting.
47.5.15 Contractor shall give preference to explosives with better environmental
characteristics.
47.5.16 The Contractor shall protect structures, utilities, pavements roads and other
facilities from disfiguration and damage as a result of his activities. Where this is
not possible, the Contractor shall restore the structures, utilities, pavements, roads
and other facilities to their original or better, failing which the
rectification/restoration work shall be carried out at the risk and cost of the
Contractor.
47.5.16 The Contractor shall submit to the Employer an Air Monitoring and Control Plan
(AMCP) under contract specific Site Environmental Plan to guide construction
activity insofar as it relates to monitoring, controlling and mitigating air pollution.
47.6 Air Monitoring
47.6.1 Construction activities that will generate dust impacts include excavation
(including related activities), material handling and stockpiling, vehicular
movement, and wind erosion of unpaved work areas.
47.6.2 The impact of fugitive dust on ambient air pollution depends on the quantity
generated, as well as the drift potential of the dust particles injected into the
atmosphere. Large dust particles will settle out near the source and smaller
particles are likely to undergo dispersal over greater distance from the sources and
impeded settling. SPM levels will be monitored to evaluate the dust impact during
the construction phase of the Project.
47.6.3 The Air Quality Monitoring and Control Plan (AMCP) in contract-specific Site
Environmental Plan prepared by the Contractor shall establish procedures to
monitor impact air quality and measures to control air pollution including dust

Page 396
Maha-Metro/PMRP

Tender No: P1-T06/2021

suppression due to construction activities at work sites. This plan shall contain
description of activities that will cause degradation in air quality, environmental
procedures to manage pollutants to minimise the air pollution, monitoring program,
record keeping and reporting.
47.6.4 The Engineer shall monitor Contractor’s performance of tasks specified, and will
inspect necessary records, reports & procedures related to the control of air quality
given in AMCP.
47.6. 5Information gathered during the AMCP will be catalogued and maintained by the
Contractor and shall be available for review by the Engineer.
47.6.6 The exact location of the air monitoring stations located near air sensitive receptors
adjoining the construction sites, such as residences, schools, hotels and hospitals
and placement of monitoring equipment thereat shall be agreed with the Engineer
prior to commencement of air monitoring program.
47.6.7 Impact monitoring during the course of the Works shall be carried out at the
monitoring stations for two days (continuous twenty-four hours) every fifteen days
and where there is a perceived air quality problem.
47.6.8 The Contractor shall construct suitable fence, lockable gate, 220V AC power point
and suitable access at each air monitoring station. Monitoring stations shall be free
from local obstructions or sheltering.
47.6.9 Should impact monitoring record dust levels which are:
 indicative of a deteriorating situation such that closer monitoring is reasonably
indicated, or
 when in the opinion of the Engineer additional measurements are required in view
of deteriorating air quality,

Then the Engineer may require the Contractor to increase the frequency of impact
monitoring at any one or more of the monitoring stations until the results indicate
an improving and acceptable level of air quality.
47.6.10 The Contractor shall keep records of air quality monitoring (including location,
date, time). The Contractor shall submit a copy of monitoring results to the
Engineer. The results should represent a statistical evaluation of data by calculating
maximum, minimum, mean, standard deviation, geometric mean and percentile
calculations for evaluation of frequency distribution, trends, and comparison with
emission standards.
47.6.11 The National Ambient Air Quality Standards given in Air (Prevention and Control of
Pollution) Act, 1981 may be referred by the Contractor for Limit Levels of SPM in
ambient air which may be followed in estimating the pollution level caused by
Contractor’s activities.
47.6.12 Where the Engineer determines that the recorded dust level is significantly greater
than the Limit levels, the Engineer may direct the Contractor to take effective
remedial measures including, but not limited to, reviewing dust sources and
modifying working procedures.
47.6.13 Where the recorded baseline levels exceed the ambient air quality standards, then
at such locations the action level is the recorded base line. Contractor shall take
all effective remedial measures to contain the levels to their baseline value as a
result of his activities. The action level may be varied by and at the sole discretion
of the Engineer.

Page 397
Maha-Metro/PMRP

Tender No: P1-T06/2021

47.6.14 The Contractor shall inform the Engineer of all steps taken to investigate
cause of accidence and immediate action taken to avoid further accidence through
written reports and proposals for action under an Event Contingency Plan.
WATER QUALITY
1.300 The Contractor shall comply with the Indian Government legislation and other State
regulations in existence in Pune insofar as they relate to water pollution control and
monitoring. A drainage system should be constructed at the commencement of the
Works, to drain off all surface water from the work site into suitable drain outlet.
1.301 The Contractor shall provide adequate precautions to ensure that no spoil or debris
of any kind is pushed, washed, falls or deposited on land adjacent to the site
perimeter including public roads or existing stream courses and drains within or
adjacent to the site. In the event of any spoil or debris from construction works being
deposited or any silt washed down to any area, then all such spoil, debris or material
and silt shall be immediately removed, and the affected land and areas restored to
their natural state by the Contractor to the satisfaction of the Employer.
1.302 Due to lowering of potable water supplies in Pune and subsequent contamination of
ground water, the Contractor is not allowed to discharge water from the site without
the approval of the Employer. The Contractor must comply with the requirements of
the Central Ground Water Board for discharge of water arising from dewatering. Any
water obtained from dewatering systems installed in the works must be either re-
used for construction purposes and this water may subsequently be discharged to the
drainage system or, if not re-used, recharged to the ground water at suitable aquifer
levels. The Contractor must submit his proposals for approval of Employer, on his
proposed locations of dewatering of excavation and collection of water for either
construction re-use or recharge directly to aquifers. The Contractor’s recharge
proposals must be sufficient for recharging of the quantity of water remaining after
deduction of water re-used for construction. During dewatering, the Contractor shall
monitor ground water levels from wells to ensure that draw down levels do not
exceed allowable limits. The Contractor will not be permitted to directly discharge,
to the drainage system, unused ground water obtaining from the excavation without
obtaining approval of Employer or the Agency controlling the system.
1.303 The Contractor shall ensure that earth, bentonite, chemicals and concrete agitator
washings etc. are not deposited in the watercourses but are suitably collected and
residue disposed off in a manner approved by local authorities.
1.304 All water and waste products (surface runoff and wastewater) arising on the site
shall be collected and removed from the site via a suitable and properly designed
temporary drainage system and disposed off at a location and in a manner, that will
cause neither pollution nor nuisance.
1.305 Any mud slurry from drilling, diaphragm wall construction or grouting etc. shall not
be discharged into the drainage system unless treatment is carried out that will
remove silt, mud particles, bentonite etc. The Contractor shall provide treatment
facilities as necessary to prevent the discharge of contaminated ground water.
1.306 The Contractor shall discharge wastewater arising out of site office, canteen or toilet
facilities constructed by him into sewers after obtaining prior approval of agency
controlling the system. A wastewater drainage system shall be provided to drain
wastewater into the sewerage system.
1.307 The bentonite mixing, treatment and handling system shall be established by the
Contractor giving due regard to its environmental impacts. The disposal of redundant

Page 398
Maha-Metro/PMRP

Tender No: P1-T06/2021

bentonite shall be carefully considered whether in bulk or liquid form. The disposal
location will be advised and agreed with the relevant authorities.
1.308 The Contractor shall take measures to prevent discharge of oil and grease during
spillage from reaching drainage system or any water body. Oil removal / interceptors
shall be provided to treat oil waste from workshop areas etc.
1.309 The Contractor shall apply to the appropriate authority for installing bore wells for
water supply at site.
ARCHAEOLOGICAL AND HISTORICAL PRESERVATION
1.310 The Contractor shall seek to accommodate archaeological and historical preservation
concerns that may arise due to the construction of the project especially in close
vicinity of such areas where such monuments may be located.
1.311 The Contractor shall consult the Archaeological Survey of India (ASI) and other
parties, on the advise of the Employer, to identify and assess construction effects
and seek ways to avoid, minimize or mitigate adverse effects on such monuments.
1.312 Adverse effects may include reasonably foreseeable effects caused by the
construction that may occur later in time, be farther removed in distance or those
that alter, howsoever temporarily, the significance of the structure.
LANDSCAPE AND GREENERY
1.313 As far as is reasonably practicable, the Contractor shall maintain ecological balance
by preventing deforestation and defacing of natural landscape. In respect of
ecological balance, the Contractor shall observe the following instructions.
50.1.2 Specific agreement from the Engineer is obtained prior to any clearing works.
50.1.3 Vegetation clearing chemicals is not permitted
50.1.4 Vegetation clearing using bulldozer is not permitted in zones less than 30 m from areas
designated as sensitive by the Engineer, where only manual clearing is authorised.
50.1.4 Unless otherwise specified in the Contract or if otherwise insrtructed by the Engineer,
burning vegetation is not permitted.
50.1.5 Areas cleared prior to undertaking earthworks are shown on a plan with a minimum scale of
1/10,000. Plans are submitted to the Engineer for validation prior to starting clearing works.
50.1.6 Clearing is undertaken without damage to adjacent non -cleared areas. Topsoil is stored
within the cleared areas at the vedge of the cleared zone. Clearing is undertaken working
from the edge of the zone inwards.
1.314 The Contractor shall, so conduct his construction operations, as to prevent any
avoidable destruction, scarring or defacing of natural surroundings in the vicinity of
work.
1.315 Where destruction, scarring, damage or defacing may occur as a result of operations
relating to Permanent or Temporary works, the same shall be repaired, replanted or
otherwise corrected at Contractor’s expense. All work areas shall be smoothened
and graded in a manner to conform to natural appearance of the landscape as
directed by the Employer.
1.316 A suggested list of trees / shrubs suitable for planting and landscaping is found in
Employer’s Project SHE Manual.
FELLING OF TREES

Page 399
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.317 The Contractor shall identify the number and type of trees that are required to be
felled as a result of construction of works and facilities related to Project and inform
the Employer.
1.318 All trees and shrubbery, which are not specifically require to be cleared or removed
for construction purposes, shall be preserved and shall be protected from any
damage that may be caused by Contractor’s construction operations and equipment.
The Contractor shall not fell, remove or dispose of any tree or forest produce in any
land handed over to him for the construction of works and facilities related to Project
except with the previous permission obtained from the Forest Department.
1.319 The Employer shall arrange permission from the forest department for trees to be
felled or transplanted. The Employer will permit the removal of trees or shrubs only
after prior approval.

1.320 Special care shall be exercised where trees or shrubs are exposed to injuries by
construction equipment, blasting, excavating, dumping, chemical damage or other
operation and the Contractor shall adequately protect such trees by used of
protective barriers or other methods approved by the Employer. Trees shall not be
used for anchorage.
FLY ASH
1.321 The Employer may require the Contractor to use fly ash as a percentage substitution
of cement, in concrete for certain structures and works.
1.322 In all such uses of Fly Ash, the Contractor shall maintain a detailed record of usage
of Fly Ash. The Contractor shall also collect related details and provide to the
Employer.
1.323 The reporting details on consumption of Fly Ash are found in Employer’s SHE Manual.
Biodiversity- :- Contractor shall ensure that all personnel are informed and aware of
the importance to protect Fauna and flora. Information and awareness training is
documented.
1.324 The Contractor shall ensure that all personnel are informed and aware of wildlife
encounters procedures. Information and awareness training is documented.
1.325 Wherever possible areas shall be cleared from one side to another, or from the inside
out, to prevent animals becoming trapped.
1.326 The Contractor personnel shall not approach, injure, hunt capture, possess feedc,
transport, rear or trade wild animal and /or collect birds eggs while working on the
project.
1.327 The con tractors personnel shall not collect flora species while working on the
project.
1.328 The Contractor shall protect excavations with temporary fencing to prevent injury
to animal.
1.329 The contractor shall release any trapped uninjured animals immediately and report
the same to the Engineer.
1.330 The Contractor shall not start forest fires.
1.331 The Contractor shall not introduce invasive alien species
1.332 All construction machinery imported from overseas shall be inspected to detect IAS
and washed before dispatching to the Project Areas.

Page 400
Maha-Metro/PMRP

Tender No: P1-T06/2021

1.333 The Contractor plans earthworks and optimises the management of space to ensure
that all cleared surfaces and areas exposed to soil erosion are minimised on all
Project Areas.
54 Erosion and Sediment Transport
54.1 The Contractor plans earthworks and optimises the management of space to ensure
that all cleared surfaces and areas exposed to soil erosion are minimised on all
Project Areas.
54.2 Top soil -unless indicated otherwise by the Engineer, the top 25 centimetres of the
soil start of works and removal of topsoil. Barriers can be used for the will be
considered as top soil.
54.3 Earthworks for the temporary occupation of the Project Area are preceded by the
clearing of topsoil and the storage of this soil separately from underlying sterile
soil.
54.4 Topsoil is stored according to the provision approved by the Engineer to enable
reuse during Project Area rehabilitation.
54.2 Draining and rainwater run -off
54.2.1 The gradient of Project Area allows the collection and drainage of rainwater from
the entire surface area to one or several discharge points. No pools of water are
created.
54.2.2 Suspended solids in rainwater are removed using sediment traps/settling ponds.
Rainwater from vehicle parking areas, machinery areas, workshops is subject to
treatment with only water separators.
54.2.3 Rainwater pre -treatment units are sized, cleaned, maintained and accessible to
ensure compliance with the effluent quality criteria.
54.2.3 The Contractor installs sediment control barriers to slow the flow of water and
control sediment transport at Project Areas with (i) a gradient of more than 20%and
(ii) where land is disturbed by the works or where stockpiled mineral material
exposed to sheer or rill erosion.
54.2.4 Sediment control barriers are installed on the slope or at the v base of the slope to
protect the natural drainage system from sediment accumulation at levels higher
than the natural situation. These barriers comply with the followi9ng principles
a) Made with geo textiles or straw bales or any other means pre -approved b y the
Engineer.
b) Deployed before the physical demarcation of working areas.
c) Installed cleaned, maintained & replaced according to manufacturer
recommendations.
d) Drainage surface area does not exceed 1,000 m2 per 30 m of barrier. The length
of the
slope behind the barrier is less than 30 m and is not used for flows in excess of
30l/s.
54.3 Back filling and stockpiling of backfill materials
54.3.1 To ensure stability and resistance to rainwater runoff erosion. mineral material
stockpiles do exceed a height of 6m, with a maximum slope of 3H:2V (height :
volume).The slope is crossed at a height of 3 m by a berm with a minimum width of
2m and with a peripheral drainage trench.

Page 401
Maha-Metro/PMRP

Tender No: P1-T06/2021

54,3.2 For permanent backfill material stockpiles, the stockpiles is shaped and compacted
every 30 cm to ensure long -term stability.
54.3.3 Temporary stockpiles for more than 60 days are protected against runoff erosion by
(i) revegetation using fast growing grass species, either by direct seeding or by
hydro seeding or (ii) using other natural anti-erosion cover with prior approval from
the Engineer.
54.4.4 Side casting during the construction of linear structures (roads, pipelines, transport
lines) will be permitted in the following conditions
54.4.5 For natural gradients with a slope <40% the side cast materials are piled to create
a slope of less than 2H:IV

For natural gradients with a slope >40% to ensure stability 3m wide berms will be
installed perpendicular to the slope and onto which the side cast material is
deposited. Regular earthwork s to maintain the form of the side case and long term
stability of the side cast is carried out .The slope of the side cast in general does
not exceed 3H:2V
55 WASTE
55.1.1 The Contractor is required to develop, institute and maintain a Waste Management
Programme (WMP) during the construction of the project for his works, which may
include:
(i) Identification of disposal sites
(ii) Identification of quantities to be excavated and disposed off
(iii) Identification of split between waste and inert material
(iv) Identification of amounts intended to be stored temporarily onsite location of
such storage.
(v) Identification of intended transport means and route.
(vi) Obtaining permission, where required, for disposal.
55.1.2 Such a mechanism is intended to ensure that the designation of areas for the
segregation and temporary storage of reusable and recyclable materials are
incorporate into the WMP. The WMP should be prepared and submitted to the
Engineer for approval.
55.1.3 The Contractor shall handle waste in a manner that ensures they are held securely
without loss or leakage thus minimizing potential for pollution. The Contractor shall
maintain and clean waste storage areas regularly.
55.1.4 The Contractor shall remove waste in a timely manner and disposed off at landfill
sites after obtaining approval of the competent authorities namely Pune Municipal
Corporation etc.
55.1.6 Burning of wastes is prohibited. The Contractor shall not burn debris or vegetation
or construction waste on the site but remove it in accordance with Clause50.1
above.
55.1.7 The Contractor shall make arrangement to dispose of metal scrap and other
saleable waste to authorized dealer and make available to the Employer on request,
records of such sales.

Page 402
Maha-Metro/PMRP

Tender No: P1-T06/2021

55.1.8 The Contractor selects suppliers having a voluntary and documented policy to
reduce the volume and weight of packaging, and to select recyclable or
biodegradable packaging.
55.1.9 The Contractor establishes and maintains a waste register which is at the disposal
of the Engineer. This register will record all waste management operations:
production, collection, transport, treatment. The following aspects are
documented in this register:
a) Type of waste, using the nomenclature specified in Clause 53.12;
b) Waste quantities ;
c) Name and address of the third-party waste management facilities receiving
waste or parties taking possession of the substances no longer considered as
waste;
d) Name and address of waste transport contractors;
e) Planned waste trématent.
55.1.10 The contractor files and maintains at the disposition of the Engineer the waste
manifests for the collection, transport, treatment and/or elimination of waste.
55.1.11 The waste register is established and available as of the Contractors mobilisation
to the Worksite. This register will be archived for at least 1 year after the
provisional acceptance of the works.
55.1.12 The Contractor implements specific waste management practices adapted to the
level of danger for human health or the natural environment. Three waste
categories are identified for Worksites and in Tracking documents:
a) Hazardous waste: any waste with one or several dangerous properties as listed
in appendix 2 of these SHE specifications.
b) Non-hazardous waste: any waste with no properties rendering it hazardous.
Non-hazardous waste contaminated by hazardous material will be considered
as hazardous waste, unless indicated otherwise by the Engineer.
c) Inert waste: any waste unaffected by any significant physical, chemical or
biological modifications, which does not decompose burn or produce any
physical or chemical reaction, is not biodegradable and does not damage any
substance with which it comes into contact in a manner likely to cause damage
to the environment or human health.
55.1.13 The Contractor assesses, document and effectively implements any local recycling
or re-use options for its waste.
55.1.14 Waste is categorised and stored separately prior to removal from the Worksites,
depending on the level of danger, phase (liquid, solid or gas), the waste
management solution to be applied and its potential in terms of recycling or reuse.
55.1.15 Waste is collected from each Worksite at the same rate that it is produced and is
placed in temporary locations meeting the following criteria:
a) Located at a distance of over 100 m from any natural sensitive area and over
500 m from any socioeconomic sensitive area (school, market, healthcare
centre, water well or catchment area), with the exception of waste storage area
in camps.
b) Protected from moving machinery and vehicles, but easy to access for regular
collection.

Page 403
Maha-Metro/PMRP

Tender No: P1-T06/2021

c) Located on a flat impervious surface to prevent infiltrations.


d) Under cover for non-inert waste.
e) Stored in containers of the appropriate size, tightness and level of resistance
depending on the danger and phase (solid, liquid, gas) of the waste.
f) Liquid wastes storage is equipped with secondary retention with a volume at
least equal to the volume of the waste contained in the containers.
g) Hazardous waste stored pursuant to Clause 30.4.7 of the present SHE
specifications.
55.1.16 Waste is removed from Worksites and transported to recycling, treatment and
waste management facilities on a regular basis. The frequency of removal,
approved by the Engineer, guarantees:
a) No over flow from containers.
b) No unpleasant odour or emissions which are dangerous for human health.
c) No proliferation of insects, rodents, dogs or other animals which are harmful or
dangerous for human health.
d) Regular cleaning of containers and surfaces on which they are located.
55.2 Unless otherwise specified in the Contract or instructed by the Engineer, waste
incineration is prohibited on Worksites. Two exceptions are medical waste and
green waste, which unless instructed to the contrary by the Engineer, are managed.
55.2.1 The use of third party waste management services is subject to a documented prior
audit of the treatment, storage and recycling facilities by the Contractor, to
guarantee the conformity with the provisions of the present ESHS specifications on
waste.
55.2.2 The provisions applicable to the Contractor regarding waste management also apply
to any third part waste management contractors. The Engineer reserves the right
to inspect third party waste management facilities and prohibit the Contractor from
using the facilities if considered unacceptable.
55.2.3 The management of non-hazardous waste complies with the following conditions.
55.2.4 Non-contaminated inert waste is removed and can be disposed of to landfill with
unused backfill material. The location, capacity & environmental protection
measures, particularly for water courses, implemented by the Contractor or
subcontractor, will comply with the provisions of the present ESHS specifications.
55.2.5 Non-hazardous waste that cannot be recycled is disposed of to landfill, and
complying with the following criteria :
a) Walls and base sealed by a geo-membrane or a layer of compacted clay with a
permeability 10-7 cm/s.
b) Drained for the recovery of leachates, which are routed to a lagoon
aerobic/anaerobic treatment prior to discharge into the natural environment or
collected in a temporary storage prior to regular collection and transfer to a
treatment unit (septic tank or wastewater treatment plant).
c) Regularly compacted and covered by earth to limit odours and the proliferation of
insects.

Page 404
Maha-Metro/PMRP

Tender No: P1-T06/2021

d) When the landfill has reached full capacity, vents are installed to evacuate gases,
and the landfill covered by a geo-membrane with a minimum thickness of 1 mm, or
a layer of compacted clay, and a top layer of 1.5 m of topsoil, which is revegetated.

Page 405
Maha-Metro/PMRP

Tender No: P1-T06/2021

a. HAZARDOUS WASTE MANAGEMENT


56. If encountered or generated as a result of Contractor’s activity, then waste classified
as hazardous under the “Hazardous Waste (management, handling and trans-
boundary movement) rules, 2007 and amendment 2008” shall be disposed off in a
manner in compliance with the procedure given in the rules under the aforesaid act.
56.1 Chemicals classified as hazardous chemicals under “Manufacture, Storage and Import
of Hazardous Chemical Rules, 1989 of Environment (Protection) Act, 1986 shall be
disposed off in a manner in compliance with the procedure given in the rules under
the aforesaid act.
56.2 The Contractor shall identify the nature and quantity of hazardous waste generated
as a result of his activities and shall file a ‘Request for Authorisation’ with State
Pollution Control Committee along with a map showing the location of storage area.
56.3 Outside the storage area, the Contractor shall place a ‘display board’, which will
display quantity and nature of hazardous waste, on date. Hazardous Waste needs to
be stored in a secure place.
56.4 It shall be the responsibility of the Contractor to ensure that hazardous wastes are
stored, based on the composition, in a manner suitable for handling, storage and
transport. The labelling and packaging is required to be easily visible and be able to
withstand physical conditions and climatic factors.
56.5 The Contractor shall approach only Authorised Recyclers of Hazardous Waste for
disposal of Hazardous Waste, under intimation to the Employer.
56.6 Submittal of all environment related documents and records pertaining to monitoring
and trend analysis on key parameters such as but not limited to
consumption/efficient use of resources such as energy, water, material such as
cement, fly ash, iron and steel, recycle/reuse of waste etc. that shall have
demonstrated continual improvement in the implementation of Environmental
Management System. In case of failure to do so, the Employer shall impose
appropriate penalty as indicated under penalty clause.

b. ENERGY MANAGEMENT
57.1 The Contractor shall use and maintain equipment so as to conserve energy and shall
be able to produce demonstrable evidence of the same upon Employer’s request.
57.2 Measures to conserve energy include but not limited to the following:
1. Use of energy efficient motors and pumps
2. Use of energy efficient lighting, which uses energy efficient luminaries
3. Adequate and uniform illumination level at construction sites suitable for the task
4. Proper size and length of cables and wires to match the rating of equipment
5. Use of energy efficient air conditioners

The Contractor shall design site offices maximum daylight and minimum heat gain.
The rooms shall be well insulated to enhance the efficiency of air conditioners and
the use of solar films on windows may be used where feasible.

58 Part v- Local Labour and Relations with Local Communities

Page 406
Maha-Metro/PMRP

Tender No: P1-T06/2021

58.1 Labour Conditions- The Contractor should ensure decent labour conditions for
workers and notably compliance with applicable Indian law and regulations. This
includes Workers rights related to wages, working hours, rest and leave, overtime,
minimum age, regular payment, compensation and benefits .The Contractor should
respect and facilitate workers rights to organise & provide a grievance mechanism
for all direct and indirect workers. The Contractor should implement non-
discrimination and equal opportunity practices, and ensure prohibition of child or
forced labour.
58.2 Local Recruitment
58.2.1 Local recruitment is defined as the number of positions actually allocated to people
residing in the region of the Works (less than two hours by land transport to the
Project Area) for more than one year and Indian Citizen.
58.2.2 The Contractor implements a voluntary local recruitment policy for its personnel for
the duration of the Works and shall enforce this policy to its Subcontractors.
58.2.3 The Contractor demonstrates the effective implementation of this voluntary policy
to the Engineer in its monthly activity report.
58.2.4 The Contractor develops a training programme aiming to support the voluntary local
recruitment policy.
58.2.5 This training programme must be available to women and adjusted to their level of
education.
58.2.6 An incentive mechanism to increase the share of women recruited by the Contractor
and Sub Contractor may be established.
58.2.7 Local labour needs are estimated prior to the start of works and described in the
worksite with following information
a) Identification of positions that could be filled by local staff and the level of
qualification required.
b) Definition of the planned procedure for the effective recruitment of these
members of staff
c) Establishment of mechanisms to ensure non-discrimination of women in accessing
recruitment procedures.
d) Deployment schedule for these positions.
e) Initial training to be provided by the Contractor for each job description.
56.2.8 In order to prevent outsiders from entering the Project Area, local recruitment at
the Project Area, including at the entrance is prohibited.

59 Local Recruitment office


59.1.1 One month prior to the start of works, the contractor establishes a local recruitment
office in the district where the main Project Area is located, at a location pre-
approved by the Engineer.
59.1.2 A representative of the Contractor is present in this office at least two mornings each
week, from the start of the works to a date pre-approved by the engineer.
59.1.3 The representative provides information on job vacancies with the Contractor for the
execution of the works (required qualifications, duration and location) and on the
information to be provided in applications.

Page 407
Maha-Metro/PMRP

Tender No: P1-T06/2021

59.1.4 Lists of local candidates are drafted by the representative allocated to the office and
forwarded to the Contractor‘s human Resources manager on a weekly basis.
59.1.5- The Contractors Human Resources manager selects candidates listed by the local
recruitment office based on requirements for the Works and the Contractor’s
recruitment procedures. A written contract between the Contractor and the local
Contractors Personnel is drafted, signed and archived by the contractor.
59.1.6 If the Project Areas are located near to several different communities, the Human
Resources manager ensures a fair distribution of local recruitment between the
different communities.
59.1.7 The Human Resources manager will ensure that recruitment campaigns in local
communities have been spread to women and that the latter have not been
discriminated in recruitments.
59.1.8 The Contractor maintains one record per local Contractors Personnel indicating the
housekeeper person allocated to the works, the type of tasks carried out, the wages
paid, and any training provided. Records are available at the main Project Area at
all times, so the Engineer and the authorised representatives of the government can
assess the content.
60 Transport & Accommodation
60.1 Unless specified otherwise in the Contract, or instructed otherwise by the Engineer,
the Contractor provides or enables access to daily transport for Contractor’s
Personnel not housed in the camps managed by the Contractor and living more than
fifteen minutes’ walk from the Project Area and less than one hour by land transport.
60.2 The transport is organised under conditions which comply with local regulations and
which ensure the safety of the people transported.
60.3 The Contractor organises collective transport: pick -up times and locations are
defined and services organised appropriately.
60.4 If the Project Area is moved during the working season and if the contractor retains
the local personnel trained at the start of the works, the accommodation of the
Contractor’s Personnel is managed by the Contractor
a) Within a mobile camp with the other non -local Contractor’s Personnel: or
b) In villages located near to the mobile Project Area, in this case, each local
Contractor’s Personnel will receive a housing allowance in addition to his wages.
Part VI
61 Damage to People and Property
61.1 The Contractor shall not disturb or interfere with the inhabitants of local
communities close to or in the Project Area, and shall respect their houses,
cultures, animals, properties, customs and practices..
61.2 The Contractor is responsible for damages to people and property caused by the
execution of the works or the procedures used for execution.
61.3 Access to the Project Area is prohibited to unauthorised persons. The Contractor is
responsible for the security and access control of the Project Areas.
61.4 The Engineer is informed of any damage caused to people, or the property of
individuals, other than the Contractor’s personnel, within 6 hours of the event
regardless of the value of the prejudice.

Page 408
Maha-Metro/PMRP

Tender No: P1-T06/2021

61.5 Housing existing before the start of the works, located within a minimum radius of
800 m around the perimeter of the quarries and within a minimum radius of 500 m
around the other Project Areas that will be subject to blasting, will b e examined
by a bailiff unless agreed upon otherwise with the Engineer.
61.6 The Bailiff’s sworn statement is prepared and provided to the engineer with the
Environmental Protection Plan.
61.7 Should any problem be detected due to the intensity of blasting, the Engineer is
entitled to request that the Contractor carry out seismic measurements of the
intensity of the vibrations induced by the blasting, at variable distances from the
blasting points, under the supervision of the Engineer ,and at the cost of the
contractor.
Part VII
62 Land Acquisition and Land Take
62.1 The Contractor will cover(1) occupancy indemnities for the extraction or use of
construction materials & (2) the cost of acquiring the necessary land to stockpile
excess backfill material.
62.2 The Contractor provides compensation for any prejudice suffered by the owners of
the land mentioned in clause 60.1 above but also for any prejudice incurred by users
of this land, if these users are not the same parties as the owners.
62.3 The Contractor demonstrates to the Engineer (i) who are the owner and the users, if
different parties have been identified and and (ii) a written agreement governing
the temporary occupancy or acquisition of this land has been negotiated and duly
paid up to the two parties, if different.
Part VIII
63. Traffic
63.1 The Contractor defines the characteristics of its fleet of vehicle and site machinery
in the worksite, in the form of traffic management plan.
63.2 The Contractor defines in the traffic management plan the itineraries used on a map
for each route between the different Project Areas and for each phase of the
construction works, and obtains the validation of the Engineer. The Contractor
requests that the Employer obtain the authorisations of the competent
administrative authorities if public roads are used. Ny Engineers instruction to
update the traffic management plan shall be implemented.
63.3 Within one month of the physical start of works, the Contractor informs the
administrative authorities of areas crossed by the Contractors vehicles, of the
itinerary and characteristics (frequency of passing, size and weight of trucks,
materials carried) of the Contractors fleet of vehicles.
63.4 If public roads are used, unless approved otherwise by the Engineer, the Contractor
mandates the bailiff to make a sworn report regarding the state of road prior to use
by the Contractor’s vehicles. The report is annexed to the work site.
63.5 The Contractor describes in the traffic management plan the expected traffic
created by its fleet of vehicles (frequency of trips between Project Areas, working
hours ,convoys)
63.6 The Contractor also describes the number and positioning of flagmen.

Page 409
Maha-Metro/PMRP

Tender No: P1-T06/2021

63.7 Unless specified otherwise in the Contract or instructed otherwise by the Engineer,
heavy vehicles (i.e. With a GVWR of more than 3.5 tons) may not be used at night
between 22.00 and 06.00
63.8 Speed Limits
63.8.1 The Contractor takes action to limit and check the speed of all ve4hicles and
machinery used to execute the works.
63.8.2 The maximum speed of all machinery and vehicles of the Contractor comply with the
lowest of the following. The speed limit defined according to the employer’s country
regulations or the following limits
a) 10km/h within the Project Areas,
b) 30km/h in villages or hamlets, in towns, from 100 m before the first house.
c) 80km/h on unpaved roads outside of towns, villages, hamlets and camps.
63.8.3 In coordination with the competent Authorities, the Contractor provides and installs
signs for the fleet of vehicles along public roads , when public signs are inadequate.
63.8.4 The Contractor provides each of its drivers with a map at the appropriate scale of
the roads authorised for the execution of the works clearly indicating the maximum
speeds authorised, and ensures their understanding.
63.9 It is strictly prohibited to transport people, equipment or products other than those
required for the works and the management of Project Areas on board any of the
Contractor’s vehicles. The provision also applies to the transport of live animal and
meat obtained from hunting, fishing or poaching.
63.10 The trailers, and skips used to carry materials which could be projected (sand,
crushed material, aggregates, selected materials are covered with a tarpaulin for
the entire itinerary between two Project Areas.
63.11 The Contractor carries out a regular inspection along the roads used by its fleet of
vehicles to ensure compliance with the provisions of its clause 61.7 to 61.10 of the
above specification. The Contractor records these inspections and the results and
transmits a summary of checks carried out for the previous month to the Engineer
on a monthly basis.

PART - VI: PENALTY AND AWARDS

64. CHARGES TO BE RECOVERED FROM CONTRACTOR FOR UNSAFE ACT OR CONDITION

a. Maharashtra Metro Rail Corporation Limited intends to build an image of safety


conscious organisation. Any reportable accident (fatality / injury) results in loss of
life and/or property damage. These accidents not only result in loss of life but also
damage the reputation of Maharashtra Metro Rail Corporation Limited. Most of the
accidents are avoidable and caused preliminarily due to Contractors’ negligence.

Page 410
Maha-Metro/PMRP

Tender No: P1-T06/2021

Hence Maharashtra Metro Rail Corporation Limited shall recover the cost of
damages from the Contractors for every reportable incident (fatality / injury).
b. In addition, every Maharashtra Metro Rail Corporation Limited work site is exposed
to public scrutiny as the work is executed just on the right-of-way. Any unsafe act
/ unsafe condition observed by public further damage Maharashtra Metro Rail
Corporation Limited’s reputation. In view of this, Maharashtra Metro Rail
Corporation Limited has decided to establish safety-enforcing organisation. The
cost of establishing such organisation is to be recovered from Contractors for all
observed safety violations at sites.
c. The following table indicates the Safety, Health and Environment violation (unsafe
act / unsafe condition) and charges to be recovered from contractors.
d.

SN Topic Unsafe Act / Unsafe condition Range Deductible Amount


of
Levels

1. SHE Poilicy & i) SHE policy. L1→L2 L1- Rs 5,000 per


Plan single violation,
a) non-compliance of clause 4.1
compounded to a
maximum of Rs
25,000 at any single
instance.
L2- Rs 10000 per
single violation,
compounded to a
maximum of Rs
50,000 at any single
instance.

ii) SHE Plan L1→L2 L1- Rs 100000 per


single violation,
a) Not as per Employers’ compounded to a
content and coverage (Clause maximum of Rs
4.2,4.7) 200000 at any single
instance.
b) Delay in submission (Clause
L2- Rs 200000 per
4.2, 4.4)
single violation,
compounded to a
c) Not updated as per
maximum of Rs
Employer’s instruction as per
400000 at any single
Clause 4.4
instance.
d) Copies not provided to all
required supervisors/engineers

2. SHE Not complying to the minimum L1→L2 L1- Rs.100000 per


Organisation manpower requirements as month for first month
mentioned in General Instruction and Rs 200000 for
Maharashtra Metro Rail subsequent months.

Page 411
Maha-Metro/PMRP

Tender No: P1-T06/2021

Corporation Limited L2- Rs.250000 per


/SHE/GI/001 (Clause 6.1.1) month for first month
and Rs 500000 for
subsequent months.

Not filling up the vacancies L1-Rs 50000 for first


created due to SHE personnel month and Rs 100000
leaving the Contractor within 14 for subsequent
days. (Clause 6.7) months.
L2-Rs 150000 for first
month and Rs 300000
for subsequent
months.

SHE organization not provided L1- Rs 50000 for first


with required Audiovisual and violation and Rs
other equipment’s as per 100000 for
General Instruction. Maharashtra subsequent
Metro Rail Corporation Limited violations.
/SHE/GI/012 (Clause 6.9.2)
L2- Rs 150000 for first
violation and Rs
Employing through outsourcing
300000 for
agencies and SHE personal are
subsequent
not in the payroll of the main
violations.
Contractor. (Clause 6.5.1)

Disobedience/Improper conduct
of any SHE personnel. (Clause
6.2)

Chief SHE Manager not reporting


directly to CPM of Contractor.
(Clause 6.6)

3. SHE Committee Failed to formulate or conduct L1→L2 L1- Rs 100000 for the
SHE Committee meeting for any first violation and Rs
month (Clause 7.4) 500000 for the
subsequent
violations.
L2- Rs 200000 for the
first violation and Rs
1000000 for the
subsequent
violations.

Contractor and Sub-contractor L1- Rs 5000 to the


representatives not attending contractor of the
SHE Committee meetings (Clause member who had not
7.10) attended the meeting
for first violation and
Rs 25000 for
subsequent

Page 412
Maha-Metro/PMRP

Tender No: P1-T06/2021

violations. L2- Rs
10000 to the
contractor of the
member who had not
attended the meeting
for first violation and
Rs 50000 for
subsequent
violations.

Failed to conduct Site inspection L1-Rs 25000 for first


before conducting SHE violation and Rs
Committee meeting (Clause 50000 for subsequent
7.2.1 (viii)) violations.
L2-Rs 50000 for first
Failed to send SHE Committee
violation and Rs
Meeting minutes or Agenda to
100000 for
Employer in time (Clause 7.8.1,
subsequent
7.9.1)
violations.
Non-adherence of Clause 7.7.1

Non-adherence of Clause 7.9

4. ID Card Non-adherence of Clause 8.1, L1→L2 L1- Rs 100000 for first


8.2 and 8.3 violation and Rs
200000 for
subsequent
violations.
L2- Rs 250000 for first
violation and Rs
500000 for
subsequent
violations.

5. SHE Training Not complying to the L1→L2 L1- Rs 50000 for first
requirements as mentioned in violation on & Rs
conditions of contract on SHE 100000 for
and project SHE manual with subsequent
regard to : violations.
L2- Rs 150000 for first
a) Induction training not given
violation on & Rs
(Clause 8.1)
300000 for
subsequent
b) Supervisor/engineer/manager
violations.
training not conducted as per
Clause 9.6

c) Refresher training as per


Clause 9.7 & 9.11 not conducted

Page 413
Maha-Metro/PMRP

Tender No: P1-T06/2021

d) Tool-box talk not conducted


as per Clause 9.8

e) Skill development training not


conducted as Clause 9.9

f) Daily Safety Oath not


conducted as per Clause 9.1

g) Under ground construction


training not given clause 13.2

h) Top management behavior


based SHE training conducted
(Clause 9.4)

6. SHE Inspection i) Not complying to the L1→L2 L1- Rs 50000 for first
requirements as mentioned in violation on and Rs
conditions of contract on SHE 100000 for
and project SHE manual as per subsequent
Clause 10.0 violations.
L2- Rs 150000 for first
ii) Non-compliance of clause
violation on and Rs
10.3.6
300000 for
subsequent
violations.

7. SHE Audit Internal Audit : MARS L1→L2 L1- Rs 50000 for first
violation on and Rs
i) Not conducted as per SHE Plan
100000 for
(Clause 11.2.1)
subsequent
ii) Report not sent to Employer violations.
(Clause 11.2.6)
L2- Rs 150000 for first
iii) Action not taken for any violation on and Rs
month (Clause 11.2.4) 300000 for
subsequent
violations.

External Audit L1-Rs 100000 for first


violation and Rs
i) Not conducted as per SHE Plan
200000 for
(Clause 11.4.3)
subsequent
ii) Report not sent to Employer violations.
(Clause 11.4.7)
L2-Rs 250000 for first
iii) Action not taken for any violation and Rs
quarter (Clause 11.4.9) 500000 for
subsequent
violations.

8. Important days to be observed L1→L2 L1-Rs 10000 for first


for SHE awareness as furnished violation and Rs

Page 414
Maha-Metro/PMRP

Tender No: P1-T06/2021

by Employer not observed 50000 for subsequent


SHE
(Clause 12.2) violations.
Communication
L2- Rs 20000 for first
violation and Rs
100000 for
subsequent
violations.

Posters as furnished by Employer L1- 2,00,000 per


not printed and displayed contract
(Clause 12.2)
L2- 4,00,000 per
contract

9. SHE Submittals Non-compliance of Clause 13.1 L1→L2 L1- Rs 50000 for first
violation on & Rs
100000 for
subsequent
violations.
L2- Rs 150000 for first
violation on & Rs
300000 for
subsequent
violations.

Non-compliance of Clause 13.2 L1-Rs 100000 for first


violation and Rs
Non-compliance of Clause 13.3 200000 for
subsequent
violations.
L2-Rs 250000 for first
violation and Rs
500000 for
subsequent
violations.

10. Injury and Fatal Accidents L3 L3-Rs.500000 penalty


Incidence & enforcement of
reporting embargo for first
fatality, and Rs
1000,000 penalty and
enforcement of
embargo for every
subsequent fatality.

Injury Accident L2→L3 L2-Rs 100000 for first


grievously injured
person and Rs 200000
for every subsequent
grievously injured
person (Grievous
Injury as defined by

Page 415
Maha-Metro/PMRP

Tender No: P1-T06/2021

Workmen
Compensation Act).
L3- Rs 250000 for first
grievously injured
person and Rs 500000
for every subsequent
grievously injured
person

Abnormal delay in reporting L2→L3 L2-Rs 100000 for first


accidents or willful suppression violation and Rs
of information about any 200000 for
accidents/dangerous occurrence subsequent
as per Clause 14.1.4 violations.
L3-Rs 250000 for first
violation and Rs
500000 for
subsequent
violations.

Non-compliance of the Clause L2→L3 L2- Rs 50000 for first


14.4 violation on & Rs
100000 for
The contractor shall create a subsequent
fund to cater, from which in any violations.
case of fatal accident or
L3- Rs 200000 for first
permanent disability, payments
violation on & Rs
will be made to the aggrieved
400000 for
party over and above the
subsequent
statutory requirements.
violations.

11. Emergency Non-compliance of the Clause L2→L3 L2- Rs 100000 for non-
preparedness 15.1, 15.2, 15.3, 15.4, 15.5 and compliance of any of
Plan 15.6 the clauses.
L3- Rs 200000 for non-
compliance of any of
the clauses.

12. House keeping Housekeeping maintenance L1→L2 L1- Rs 10000 per


register not properly maintained single violation
up to date (Clause 17.4) Compounded to a
maximum of
Surrounding areas of drinking Rs.100000 at any
water tanks/taps not single instance.
hygienically
L2- Rs 20000 per
cleaned/maintained(Clause17.4)
single violation
Compounded to a
Office, stores, toilet/urinals not
maximum of Rs
properly cleaned & maintained.
(Clause 17.4)

Page 416
Maha-Metro/PMRP

Tender No: P1-T06/2021

200000 at any single


Required dustbins at appropriate
instance.
places not provided/not
cleaned. (Clause 17.6)

Stairways, gangways,
passageways blocked. (Clause
17.9)

Lumber with protruding nails left


as such (Clause 17.10)

Openings unprotected (Clause


17.7)

Excavated earth not removed


within a reasonable time.
(Clause 17.15)

Truck carrying excavated earth


not covered / tires not cleaned.
(Clause 17.11)

Vehicles / equipment’s parked /


placed on roads obstructing free
flow of traffic (Clause 17.13)

Unused surplus cables / steel


scraps lying scattered (Clause
17.17)

Wooden scraps, empty wooden


cable drums lying scattered
(Clause 17.18)

Water stagnation leading to


mosquito
breeding(Clause42.6.1)

13. Working at Not using or anchoring Safety L2→L3 L1-Rs 10000 per single
Height / Belt (Clause 18.9) violation
Ladders and Compounded to a
Scaffolds Not using Safety Net (Clause maximum of Rs
18.18) 100000 at any single
instance.
Absence of life line or anchorage
L2-Rs 20000 per single
point to anchor
violation
safety belt (Clause 18.19) Compounded to a
maximum of Rs
Non-compliance of Clause 18.17 200000 at any single
instance.
Using Bamboo ladders (Clause L1→L2
18.20)

Page 417
Maha-Metro/PMRP

Tender No: P1-T06/2021

L3-Rs 30000 per single


Painting of ladders L1→L2
violation
Improper usage (less than 1m L2→L3 Compounded to a
extension above landing point, maximum of Rs
not maintaining 1:4 ratio) 300000 at any single
(Clause 18.20) instance.

Aluminum ladders without base


rubber bush (Clause 18.20)

Usage of broken / week ladders


(Clause 18.20)

Usage of re-bar welded ladders


(Clause 18.20)

Improper guardRail, toe board,


barriers and other means of
collective protection (Clause
18.16)

Improper working platform


(Clause 18.17)

Working at unprotected fragile


surface (Clause 18.9)

Working at unprotected edges


(Clause 20.0)

14. Lifting Non-availability of fitness L2→L3 L2-Rs 50000 per single


appliances certificate as per Clause 21.3 violation
Compounded to a
and gear
Documents not displayed on the maximum of Rs
machine or not available with 500000 at any single
the operator as per Clause 21.4 instance.
L3-Rs 100000 per
Maximum Safe Working Load not
single violation
written on the machine as per
Compounded to a
Clause 21.5
maximum of Rs
1000000 at any single
Non-compliance of Clause 21.6
instance.
Non-compliance of Clause 21.7

Automatic safe load indicator


not provided or not in working
condition as per Clause 21.8

Age of the operator less than 21


years or without any license and
non-compliance of other item as
per Clause 21.9

Page 418
Maha-Metro/PMRP

Tender No: P1-T06/2021

Non-compliance of Clause 21.10

Non-compliance of any of the


items mentioned regarding
rigging requirements as per
Clause 21.11

Failure to submit method


statement in case of all critical
lifting (Clause 21.3)

Person riding on crane. (Clause


23.4)

Creating more noise and smoke


(Clause 43.1.1)

Absence of portable fire


extinguisher in driver cabin
(Clause 31.5)

Fail to guard hoist platform


(Clause 24.0)

No fencing of hoist rope


movement area (Clause 24.0)

Hoist platform not in the


horizontal position (Clause 21.2)

15. Launching Non-adherence of any of the L2→L3 L2-Rs 50000 for first
operation provisions mentioned in Clause violation and Rs
22.2 100000 for
subsequent
violations.
L3-Rs 150000 for first
violation and Rs
300000 for
subsequent
violations.

16. Site Electrical Non-compliance of Clause 26.1.1 L2→L3 L2-Rs 10000 per single
Safety violation
Non-compliance of Clause Compounded to a
26.2.3, 26.2.4 & 26.2.5 maximum of Rs
100000 at any single
Non-compliance of Clause 26.3.1 instance.
L3-Rs 20000 per single
Non-compliance of Clause 26.7,
violation
26.8 and 26.9.1

Page 419
Maha-Metro/PMRP

Tender No: P1-T06/2021

Compounded to a
Non-compliance of Clause 26.10
maximum of Rs
and 26.13
200000 at any single
instance
Non-compliance of Clause 28.3.2

Exposed electric lines


(fermentative damage) and
circuits in the workplace.
(Clause 26.5.1)

Inserting of wires directly into


the socket

Improper grounding for the


electrical appliances Clause
26.7.1)

Electrical cables running on the


ground (clause 26.8.5 & 26.8.6)

Non-compliance Clause 27.0

17. Hand tools and Non-compliance of Clause 28.0 L2→L3 L2-Rs 10000 per single
Power tools violation
Compounded to a
maximum of Rs 50000
at any single
instance.
L3-Rs 20000 per single
violation
Compounded to a
maximum of Rs
100000 at any single
instance.

18. Gas Cutting Wrong colour coding of cylinder. L2→L3 L2-Rs 10000 per single
violation
Cylinders not stored in upright Compounded to a
position. (Clause 29.1) Flash maximum of Rs 50000
back arrester, non-return valve at any single
and regulator not present or not instance.
in working condition. (Clause
29.3 & 29.4)

Page 420
Maha-Metro/PMRP

Tender No: P1-T06/2021

L3-Rs 20000 per single


Fail to put cylinders in a cylinder
violation
trolley. (Clause 29.1)
Compounded to a
maximum of Rs
Damaged hose and fail to use
100000 at any single
hose clamps (Clause 29.2)
instance.
Using domestic LPG cylinders
(Clause 29.5)

Fail to store cylinder 6.6m away


from fire prone materials
(Clause 29.8)

Fire extinguisher not placed in


the vicinity during operation
(Clause 29.6)

19. Welding Voltmeter and Ammeter not L2→L3 L2-Rs 10000 per first
working (Clause 29.9) violation and Rs
50000 for subsequent
Non-availability of separate violations.
switch in the transformer
L3-Rs 100000 per first
(Clause 29.9)
violation and Rs
500000 for
Improper grounding and return
subsequent
path. (Clause 29.10)
violations.
Damaged and bare openings in
the welding cable. (Clause
29.10)

Damaged holder (Clause 29.10)

Fire extinguisher not placed in


the vicinity during operation
(Clause 29.6)

20. Fire precaution Smoking and open flames in fire L2→L3 L2-Rs 5000 per single
prone area (Clause 31.6) violation
Compounded to a
Using more than 24V portable maximum of Rs 25000
electrical appliances in the fire at any single
prone area (Clause 34.2.3) instance.
L3-Rs 10000 per single
Not proper ventilation in violation
cylinder storage area. (Clause Compounded to a
29.8) maximum of Rs
500000 at any single
Absence of fire extinguishers instance.
(Clause 31.1)

Fire extinguishers not refilled


once in a year. (Clause 31.2)

Page 421
Maha-Metro/PMRP

Tender No: P1-T06/2021

Fire extinguisher placed in a not


easily accessible location

21. Excavation and Non-compliance of Clause 34.1.1 L2→L3 L2-Rs 10000 per single
confined space violation
Non-compliance of Clause 34.2.3 Compounded to a
maximum of Rs 50000
at any single
instance.
L3-Rs 20000 per single
violation
Compounded to a
maximum of Rs
100000 at any single
instance.

Non-compliance of Clause 34.4 L2-Rs 10000 per first


violation and Rs
50000 for subsequent
violations.
L3-Rs 100000 per first
violation and Rs
500000 for
subsequent
violations.

22. Work permit Non-compliance of Clause 35.2 L2→L3 L2- Rs 50000 per first
system violation and Rs
Non-compliance of Clause 100000 for
21.11.9 subsequent
violations.
L3- Rs 100000 per first
violation and Rs
200000 for
subsequent
violations.

23. Traffic Non-compliance of Clause 36.4.1 L2→L3 L2-Rs 100000 per first
Management violation and Rs
Non-compliance of Clause 36.8.3 200000 for
subsequent
Non-compliance of Clause 36.9.2 violations.
L3-Rs 250000 per first
Non-compliance of Clause 36.9.3
violation and Rs
500000 for
Non-compliance of Clause 36.9.7
subsequent
Non-compliance of Clause 36.9.8 violations.

Barricades (Clause 36.9.4) L2 Rs 25000 per single


violation
Compounded to a

Page 422
Maha-Metro/PMRP

Tender No: P1-T06/2021

i) Not Cleared, ii) Not in maximum of Rs


alignment, iii) Not numbered, iv) 100000 at any single
Not Painted, v) Red lights / instance
reflectors not working, vi)
Damages not repaired, vii) Not
secured properly, viii) Barricade
inspector not employed, ix)
Protruding parts / portions
repaired, x) Barricades
maintaining register not properly
maintained up to date

Contractor Vehicles (Clause L2 Rs 25000 per single


36.9.5 & 36.9.6) violation
Compounded to a
i) Over loading of vehicles, ii)
maximum of Rs
Unfit drivers or operators, iii)
100000 at any single
Unlicensed vehicles, iv) Absence
instance
of traffic marshals v) Absence of
reversing alarm vi) Absence of
fog light (at winter) vii) Power /
hand brakes not in working
condition.

Splashing of Bentonite on roads L2 a) Rs 100000 on first


/ non-cleaning of tyres of observation.
dumpers and transit mixers
b) Rs 200000 on
(Clause 17.11 & 17.14)
second observation.
i) Mishandling of bentonite like
c) Rs.300000 on third
splashing of bentonite outside
and subsequent
specified width of barricading,
observations
ii) Non-cleaning of tyres of
dumpers and transit mixers
before leaving the site and
thereby creating a traffic safety
hazard to road users.

24. Batching plant Non-adherence of any of the L2 Rs 10000 for single


/ Casting yard provisions mentioned in Clause violation
38.0. compounded to a
maximum of Rs
100000 at any single
instant.

25. PPE (Personal Not having (Clause 39.1) L2→L3 L2-Rs 200 per single
Protective violation.
Equipment) Not wearing (or) using and kept
L3-Rs 400 per single
it elsewhere (Clause 39.1)
violation.
Using damaged one (Clause 39.2)

Using wrong type (Clause 39.5)

Page 423
Maha-Metro/PMRP

Tender No: P1-T06/2021

Using wrong colour helmet or L1→L2


helmet without logo (Clause
39.4.1)

Using for other operation (e.g. L2→L3


Using safety helmet for storing
materials or carrying water from
one place to other) (Clause 39.5)

Not conforming to BIS standard L2-Rs 10000 for first


(Clause 39.2) violation and Rs
50000 for subsequent
violations.
L3-Rs 100000 for first
violation and Rs
200000 for
subsequent violations

Non-compliance of Clause 39.6, L2-Rs 50000 for first


39.7 and 39.8 violation and Rs
100000 for
subsequent
violations.
L3-Rs 100000 for first
violation and Rs
200000 for
subsequent
violations.

26. Occupational Fail to conduct Medical L1→L2 L1-Rs 10000 per single
Health examination to workers (Clause violation
42.1) Compounded to a
maximum of Rs
Absence of ambulance van & 100000 at any single
room (Clause 42.3) instance.
L2-Rs 20000 per single
Workers not having ID card
violation
(Clause 8.2)
Compounded to a
maximum of Rs
Absence of first-aid person in L2→L3
200000 at any single
work site (Clause 42.4)
instance.
Absence or inadequacy of first- L3-Rs 30000 per single
aid box (Clause 42.4) violation
Compounded to a
Misuse of first-aid box (Clause L1→L2 maximum of Rs
42.4) 300000 at any single
instance.
First-aid box not satisfy the
minimum Indian standard.
(Clause 42.4)

Page 424
Maha-Metro/PMRP

Tender No: P1-T06/2021

Smoking inside the construction


site (Clause 42.7.2)

Drink and drive or work (Clause


42.7.1)

Fumigation / insecticides not


sprayed to prevent Mosquito
breeding (Clause 42.6.3)

Non-compliance of Clause 44.1


and 44.2

27. Labour Welfare Inadequate number of toilets L1→L2 L1-Rs 10000 per single
measures (Clause 46.1.1) violation
Compounded to a
Toilets not cleaned properly maximum of Rs 50000
(Clause 46.1.3) at any single
instance.
Toilet placed more than 500m
L2-Rs 20000 per single
from the work site (Clause
violation
46.1.3)
Compounded to a
maximum of Rs
Absence of water facilities for
100000 at any single
toilets and washing places
instance.
(Clause 46.1.3)

Accommodation not provided as


per BOCWA (Clause 46.5.1))

Absence of drinking water


(Clause 46.4)

Excessive noise and vibration


(Clause 43.0)

Canteen not provided (Clause


46.2)

Food stuff not served on no loss


no profit basis (Clause 46.3)

Creche not provided (Clause


46.6)

Non-adherence of Labour
welfare provisions of BOCWA
(Clause 3.3.1.2)

Fail to register establishment


and display the registration
certificate at workplace (Clause
3.3.1.2)

Page 425
Maha-Metro/PMRP

Tender No: P1-T06/2021

Absence of workers register and


records (Clause 3.3.1.2)

Absence of muster roll and


wages register (Clause 3.3.1.2)

Fail to display an abstract of


BOCWA and BOCWR (Clause
3.3.1.2)

28. Environmental Tyre wash facility not provided L1→L2 L1-Rs 10000 per single
Management (Clause 47.12) violation
Compounded to a
Spillage from vehicles not arrest maximum of Rs 50000
(Clause 48.9) at any single
instance.
Air monitoring not practiced
L2-Rs 20000 per single
(Clause 47.17)
violation
Compounded to a
The values of air monitoring not
maximum of Rs
within acceptable limits (Clause
100000 at any single
47.17, 43.2.1)
instance.
Dust control measures at sites
not practiced (Clause 47.13)

Improper disposal of debris /


residues

Non-compliance of Clause 53.0 &


54.0

e. Without limiting to the unsafe acts and or conditions mentioned above in Clause
56.3 the Employer shall have the right to deduct charges for any other unsafe act
and or condition depending upon the gravity of the situation on a case-to-case basis.
The charges shall be in comparison with that of the similar offence indicated in
Clause 56.3.
f. Non-conformities detected during inspections carried out by the Engineer are
subject to a process adapted to the severity of the situation. Non-conformities are
divided into 4 categories as follows:
i. Notification of observation of minor non-conformities. The non-conformity
results in a notification to the on-site Contractor’s representative, followed-
up by a signed notification of observation prepared by the Engineer. The
multiplication of notifications of observation at the Worksite, or absence of
corrective actions by the Contractor, can result in the severity of the non-
conformity being raised to that of level 1.
ii. Level 1 non-conformity: Non-conformities that do not represent a serious
immediate risk for health and environment. The non-conformity is the subject
of a report addressed to the Contractor and which shall be resolved within five
(5) days. The Contractor addresses to the Engineer a report explaining how

Page 426
Maha-Metro/PMRP

Tender No: P1-T06/2021

the non-conformity has been corrected. Further to an inspection and a


favourable evaluation of effectiveness of the corrective action, the Engineer
signs a close-out report for the non-conformity. In all cases where a
non-conformity of level 1 is not resolved within one (1) month, the severity of
the non-conformity is raised to level 2.
iii. Level 2 non-conformities: applies to all non-conformities that have resulted in
damage to health or the environment or which represent a high risk to health
and the environment. The same procedure as for level 1 non-conformities is
applied. Corrective action shall be taken by the Contractor within three (3)
days. The Contractor addresses a report explaining the corrective actions
implemented. All level 2 non-conformities which are not resolved within one
(1) month, are raised to level 3.
iv. Level 3 non-conformities: applies to all non-conformities that represent a risk
with major consequences to health and the environment. The highest levels of
the Contractor’s and Engineer’s hierarchies present in the Employer’s country
are informed immediately and the Contractor has twenty-four (24) hours to
bring the situation under control. Clause 14.7 of the Particular Conditions of
Contract (PC), a level 3 non-conformity results in the suspension of interim
payments until the non-conformity has been resolved. If the situation requires,
and in pursuance to Clause 8.8 of the PC, the Engineer can order the suspension
of work until the resolution of the non-conformity.
65. STOPPAGE OF WORK
g. The Employer shall have the right to stop the work at his sole discretion, if in his
opinion the work is being carried out in such a way that it may cause accidents and
endanger the safety of the persons and / or property, and / or equipment’s. In such
cases, the Contractor shall be informed in writing about the nature of hazards and
possible injury / accident.
h. The Contractor shall not proceed with the work until he has complied with each
direction to the satisfaction of Employer.
i. The Contractor shall not be entitled for any damages / compensation for stoppage
of work, due to safety reasons and the period of such stoppage of work shall not be
taken as an extension of time for Completion of the Facilities and will not be the
ground for waiver of levy of liquidated damages.

66. AWARDS
The following categories will be considered for awards as per the scheme in practice of
Employer:

(i) For every safe million-man hour working without any reportable incidents
(ii) Zero fatality contracts
(iii) 100% adherence to voluntary reporting of all accidents throughout the currency
of contract
(iv) Safest project team of the year.
(v) Best SHE team of the year.
(vi) Safest Contractor of the year.

Page 427
Maha-Metro/PMRP

Tender No: P1-T06/2021

Page 428
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 APPENDIX NO.: 1

i. Memorandum of Understanding between Maharashtra Metro Rail Corporation


Limited and the Contractor for safe execution of contract work

This Memorandum of Understanding is made and executed by and between MAHARASHTRA


METRO RAIL CORPORATION LIMITED (MAHA-METRO), a Company registered under the
Companies Act 1956 & having its registered office at XXXX or their authorized
representative(s), hereinafter referred to as “EMPLOYER” (which expression shall wherever
the context so requires or admits be deemed to mean and include its successors in business
and assigns) of the one party

AND

M/s _______________________________________________________ having its registered


office at ______________________________________________________________
hereinafter referred to as the “CONTRACTOR” (which expression shall wherever the context
so requires or admits be deemed to mean and include its successors in business and assigns)
of the other party

WITNESSETH THAT

WHEREAS the EMPLOYER gives highest importance to the occupational safety, health and
environment during execution of work, seeks cooperation from the CONTRACTOR in this
endeavour.

Thus, this Memorandum of Understanding is for promoting the safety, health and
environment aspects required to be followed at workplace/site and will be applicable to
any site job to be done by the CONTRACTOR

AND

WHEREAS the CONTRACTOR has read all the terms and conditions of the EMPLOYER and
whereas the CONTRACTOR has studied the following documents:

(i) Tender Documents, including Notice Inviting Tender, General Conditions, Special
Conditions;

Page 429
Maha-Metro/PMRP

Tender No: P1-T06/2021

(ii) Conditions of Contract on Safety, Health and Environment and Project Safety, Health
and Environment Manual;
(iii) Building and Other Construction Workers (Regulations of Employment and Conditions
of Service) Act 1996, Central Rules 1998 and subsequent Maharashtra BOCW Rules
2003, Building and Other Construction Workers Welfare Cess Act 1996 and Rules 1998
and notification [Central & State] Collection of cess.
(iv) Indian Electricity Act 2003 and Rules 1956;
(v) Corresponding International / Bureau of Indian Standard Codes.

Including the amendments to any of the above rules and any other rules & regulations or
procedures, circulars, notices & advices laid down by the EMPLOYER from time to time.

Now it is hereby AGREED AND DECLARED by and between the EMPLOYER and the
CONTRACTOR as follows:

Clause - I The CONTRACTOR shall abide by the terms and conditions stipulated in
Condition of Contract on Safety, Health & Environment and Project
Safety, Health & Environment Manual.

Clause - II The CONTRACTOR shall undertake full responsibility for safe execution
of job at work place/site and safety of his personnel and adjoining road
users during work.

Clause - III Without giving any prior notice, the EMPLOYER shall from time to time
be entitled to add/or amend any or all terms and conditions with a view
to improving safety and occupational health of personnel and safety of
work, with immediate effect and the same shall be binding on the
CONTRACTOR. The Contractor agrees to implement all such
amendments, which shall be laid down by the EMPLOYER.

Clause - IV Besides following the guidelines, safety rules and regulations, safety
codes given in various safety procedures/documents mentioned above,
the CONTRACTOR shall also prepare detailed method statement which
includes job safety analysis wherever there are complicated and
hazardous/high risk working involved and get it approved from Employer
before execution of work.

Clause - V Any negligence or violation in implementing any of the provision of the


conditions of contract on Safety, Health & Environment and Maharashtra
Metro Rail Corporation Limited Safety, Health & Environment Manual
shall be viewed seriously, and the Contractor is liable to compensate the
Employer for the loss of reputation. The cost of damage shall be fixed
on case-to-case basis.

In witness thereof, the Parties hereto by representatives duly authorised have executed this
Memorandum of Understanding on ____________________ day of ________________
20____.

Page 430
Maha-Metro/PMRP

Tender No: P1-T06/2021

Signed on Signed on

For and on behalf of Maharashtra Metro Rail


For and on behalf of (Contractor)
Corporation Limited

__________________________ __________________________

Signature: Signature:

Name: Name:

Title: Title:

Page 431
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 APPENDIX NO.: 2

ii. Safety, Welfare and Occupational Health requirements as per BOCW Act 1996
and Rules 1998 and Maharashtra BOCW Rules 2003

(This list has been prepared in chronological order with primary importance to Section of
Act and secondary importance to Rules)

S- Refers relevant Sections in BOCWA


R- Refers relevant Rules in BOCWR
C- Refers relevant Chapter No. in BOCWR
P- Refers to relevant rules in BOCWWCR 1998
G- Refers to relevant rules in Maharashtra BOCWR 2003

Relevant Sections / Rules in


SN Items
BOCWA and MBOCWR 2003

1. Registration of establishment S – 7,
R – 23 to 27

2. Display of registration certification at workplace R – 26 (5)

3. Hours of work S – 28
R – 234 to 237

4. Register of overtime S – 28; S – 29


R – 241(1) Form XXII

5. Weekly rest and payment at rest R – 235

6. Night shift R – 236

7. Maintenance of workers registers and records S – 30


R – 238

8. Notice of commencement and completion S – 46


R – 239

Page 432
Maha-Metro/PMRP

Tender No: P1-T06/2021

Relevant Sections / Rules in


SN Items
BOCWA and MBOCWR 2003

9. Register of persons employed as building workers R – 240

10. Muster roll and wages register R – 241(1) (a); Form XVI and
XVII

11. Payment of wages R – 248

12. Display of notice of wages regarding R – 249

13. Register of damage or loss R – 241(1)(a); Form XIX, XX,


XXI

14. Issue of wages book R – 241(2)(a); Form XXIII

15. Service certificate for each worker R – 241(2)(b); Form XXIV

16. Display an abstract of BOCWA and BOCWR R – 241(5)

17. Deduction of welfare cess by the government P – 4(3)


agencies

18. Annual return R – 242; Form XXV

19. Drinking water S – 32

20. Latrines and Urinals S – 33


R – 243

21. Accommodation S – 34

22. Creches S – 35

23. First-aid boxes S – 36


R – 231 and Schedule III

24. Canteens S – 37
R – 244

25. Food stuff and other items served in the canteens R – 245

26. Supply of tea and snacks in work place R – 246

27. Food charges on no loss no profit basis R – 247

28. GBOCWR 2003 welfare Board Rules

29. Safety committee S – 38


R – 208

Page 433
Maha-Metro/PMRP

Tender No: P1-T06/2021

Relevant Sections / Rules in


SN Items
BOCWA and MBOCWR 2003

30. Safety officer S – 38


R – 209 and Schedule VII

31. Reporting of accidents and dangerous S – 39


occurrences
R – 210

32. Procedure for inquiry in to the causes of R – 211


accidents

33. Responsibility of employer S - 44


R–5

34. Responsibility of Architects, Project engineer & R–6


Designers

35. Responsibility of workmen R–8

36. Responsibility for payment of wages and S – 45


compensation

37. Penalties and Procedures S – 47; S – 55

38. Excessive noise, vibration etc R – 34

39. Fire Protection R – 35

40. Emergency action plan R – 36

41. Fencing of motors R – 37

42. Lifting of carrying of excessive weight R – 38

43. Health, Safety and Environmental Policy R – 39

44. Dangerous and Harmful Environment R – 40

45. Overhead protection R – 41

46. Slipping, Tripping, Cutting, Drowning and Falling R – 42


Hazards

47. Dust, Gases, Fumes, etc R – 43

48. Corrosive substance R – 49

49. Eye Protection R – 45

50. Head Protection and other protection apparel R – 46; R – 54

Page 434
Maha-Metro/PMRP

Tender No: P1-T06/2021

Relevant Sections / Rules in


SN Items
BOCWA and MBOCWR 2003

51. Electrical Hazards R – 47

52. Vehicular traffic R – 48

53. Stability of structure R – 49

54. Illumination R – 50; R – 124

55. Stacking of materials R – 51

56. Disposal of debris R – 52

57. Numbering and marking of floors R – 53

58. Lifting appliances and gears C – VII; R – 55 to 81

59. Runways and Ramps C – VIII; R – 82 to 85

60. Working on or adjacent to water C – IX; R – 86 & 87

61. Transport and earthmoving equipment’s C – X; R – 88 to 95

62. Concrete work C – XI; R – 96 to 107

63. Demolition C – XII; R – 108 to 118

64. Excavation works C – XIII; R – 119 to 168

65. Ventilation R – 153

66. Construction, repair and maintenance of step roof C – XIV; R – 169 to 171

67. Ladders and Step ladders C – XV; R – 172 to 174

68. Catch platform & hoardings, chutes, safety belts C – XVI; R – 175 to 180
and nets

69. Structural frame and formworks C – XVII; R – 181 to 185

70. Stacking and unstacking C – XVIII; R – 186 & 187

71. Scaffold C – XIX; R – 188 to 205

72. Cofferdams and Caissons C – XX; R – 206 to 211

73. Explosives C – XXI; R – 212 & 213

74. Piling C – XXII; R – 214 to 222

Page 435
Maha-Metro/PMRP

Tender No: P1-T06/2021

Relevant Sections / Rules in


SN Items
BOCWA and MBOCWR 2003

75. Medical Examination for building & other R – 81; R – 223(a)(iii) and
construction worker, Crane operator a Transport Schedule XII
vehicle driver

76. Medical examination for occupational health R – 223(a)(iv)


hazards

77. Charging of workers for Medical Examination R – 223(b)

78. Occupational health centres and Medical officers R – 225 and Schedule X &XI

79. Ambulance van & room R – 226 & 227 and Schedule IV
&V

80. Stretchers R – 228

81. Occupational health service for building workers R – 229

82. Medical examination for occupational health R – 223(a)(iv)


hazards

83. Emergency care services and emergency R – 232


treatment

84. Panel of experts and agencies Central Rule 250

85. Power of inspectors Central rule 251


Maharashtra State Rules

Page 436
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 APPENDIX NO.: 3

iii. SITE SHE PLAN

Contract No

Contractor Name

Project Name

1. Project Highlights

i) Title of the content


ii) Contractor Number
iii) Brief scope of work
iv) Location map/ key plan
v) Period of the project

2. SHE Policy

3. Site Organisation Chart

Chart indicating reporting of SHE personnel

4. Roles & Responsibility

Individual responsibility of the:

i) Project Manager
ii) Construction Manager
iii) Construction Supervisors
iv) SHE Committee Members

Page 437
Maha-Metro/PMRP

Tender No: P1-T06/2021

v) SHE In charge
vi) Site Engineers
vii) First Line Supervisors
viii) Sub-contractors

5. SHE Committee

i) Details - Chairman, Members, Secretary and Employer’s representative


ii) Procedures for effective conduct of meeting

6. SHE Training

7. Subcontractor Evaluation, Selection and Control

8. SHE Inspection

9. SHE Audit

10. Accident Investigation And Reporting Procedures

11. Occupational Health Measures

12. Labour Welfare Measures

13. Risk assessment and mitigation procedures

Page 438
Maha-Metro/PMRP

Tender No: P1-T06/2021

14. Safe Work Procedures

i) Work at Height
ii) Structural Steel Erection
iii) Launching of segments
iv) Floor, Wall Openings and Stairways
v) Welding, Cutting and Bracing
vi) Lifting appliances
vii) Work Permit Systems
viii) Electrical Equipment’s
ix) Mechanical Equipment’s
x) Excavation
xi) Fire Prevention
xii) Hazardous Chemicals and Solvents
xiii) Ionising Radiation
xiv) Lighting
xv) Abrasive Blasting

15. Work Permit System

16. List of standard job specific PPEs to be used in the site

17. Maintenance of Regime for construction Equipment and Machinery

18. Traffic management

19. Housekeeping

20. Environmental Management

21. Emergency Management

22. Visitors and Security arrangement

Page 439
Maha-Metro/PMRP

Tender No: P1-T06/2021

Page 440
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 APPENDIX NO.: 4

iv. WORKPLACE POLICY ON HIV/AIDS PREVENTION & CONTROL FOR

WORKMEN ENGAGED BY CONTRACTORS

“Being mobile in and of itself is not a risk factor for HIV infection. It is the situations
encountered and the behaviours possibly engaged in during mobility or migration that
increase vulnerability and risk regarding HIV / AIDS.”

UNAIDS, Technical update on ‘Population, Mobility and AIDS’, February 2001, p.5

Maharashtra Metro Rail Corporation Limited recognizes HIV / AIDS as a developmental


challenge and realizes the need to respond to it by implementing regular HIV / AIDS
prevention programmes and creating a non-discriminatory work environment for HIV
infected workmen engaged by contractors. For the purpose, of making conscientious,
sensitive and compassionate decision in addressing the realities of HIV / AIDS, Maharashtra
Metro Rail Corporation Limited has established these guidelines based on ILO code of
practice on HIV / AIDS.

 Creating awareness through professional agency using IEC (Information, Education and
Communication) package specially designed for migrant workers.

 Institutional capacity building by training the project implementation team, Safety,


Health & Environment (SHE) Managers, establishing linkages for efficient diagnosis and
treatment of the affected workers, effective monitoring of implementation and
documentation for further learning.

 Establishing peer educators by selecting them in consultation with Contractors and


training them through professional agencies so that they become focal point for any
information, education and awareness campaigns among the workmen throughout the
contract period.

 Promotion of social marketing of condoms through State Aids Control Society

Page 441
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/001

v. MINIMUM MANPOWER REQUIREMENTS OF SHE ORGANIZATION BASED ON CONTRACT VALUE

1 2 3 4 5 6 7 8 9 10 11 12 13

Occupational Health officer


Awarded Contract value (in

Barricade Maintenance Squad


*Junior SHE (Fire) Manager

Senior SHE (Traffic) Engineer


Environmental Manager

Labour Welfare Officer


Junior SHE (Electrical)
Senior SHE (Electrical)

with Necessary Nursing

House Keeping Squad


/ **Senior SHE (Fire)
Junior SHE Manager
Senior SHE Manager
Chief SHE Manager

Safety Steward

(Refer Note 4)

(Refer Note 4)
Engineer

Engineer
Rs Cr.)

Upto - - 1 - 1 - - - - -
2

Upto - 1 1 - 1 1 1 1
10 (PT)

Upto 1 1 1* 1 1 1 1
25 (PT)

Upto 1 1 1* 1 1 1 1
100 (FT)

Upto 1 1 1** 2 1 1 1 with


250 support
(FT)
staff
Refer Note 1

Refer Note 1

Refer Note 1

Refer Note 2

Refer Note 5

Refer Note 6

More 1 1 2** 2 1 with 1 1 with


than support support
(FT)
250 staff staff

Note 1: Adequate, qualified and trained SHE Professionals with required support staff to be
deployed at each worksite at each shift.
Note 2: Adequate, qualified and trained Electrical Engineers / supervisors to be deployed at
each worksite at each shift.
Note 3: (PT) means Part-Time and (FT) means Full-time.
Note 4: Senior SHE (Traffic) Engineer Post & Barricade Manager (including the staff) Posts are
applicable to contracts where the work has to be executed either below or over the

Page 442
Maha-Metro/PMRP

Tender No: P1-T06/2021

right-of-way like Viaduct Contracts wherein erection and maintenance of barricades are
paramount important.
Note 5: One Barricade Manager supported by required supervisors and workmen.
Note 6: One Housekeeping Manager supported by required supervisors and workmen.
Note 7: The Contractor appoints a person responsible for relations with external stakeholders
for the site: local communities, administrative authorities, and representatives of
economic activities located within one-hour travel from the Worksite. This person will
be based on the Worksite on a permanent basis. Administrations and local authorities
will be informed of the existence of this person as of the start of works and will be
provided with telephone contact details so as to be able to contact this person if a
problem arises during the execution of works or concerning the behaviour of the
Contractor’s employees outside the Worksite.

Page 443
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/002

vi. MINIMUM QUALIFICATION AND EXPERIENCE FOR (SHE) SAFETY, ELECTRICAL,


ENVIRONMENTAL, TRAFFIC ENGG. AND OCCUPATIONAL HEALTH PROFESSIONALS

SN Experience (in
Designation Qualification
years)

1 Chief SHE The Chief SHE Manager shall have 2 {for all
Manager qualified in any of the following category
degree/diploma: except (iv) and
5yrs for
category (iv)}
i) Post Graduate Diploma in Industrial Safety
& Environmental Management (PGDISEM)
from National Institute of Industrial
Engineering, Mumbai
ii) M.E.in Industrial Safety from NIT, Trichy,
Tamil Nadu
iii) M.E. in Industrial Safety from MepcoSchlenk
Engineering College, Sivakasi, Tamil Nadu
iv) B.E. in Fire and Safety Engg. From Cochin
University of Science and Engg. Cochin,
Kerala
v) B.E. with advanced Safety Management
Diploma from CLI/RLI
Mumbai/Chennai/Kolkata and Kanpur.
vi) B.E / B.Arch., with one year Full Time
advanced Safety diploma from NICMAR,
Hyderabad.
vii) B.E / B.Tech with any other equivalent
State and Central Govt. recognized full
time Degree / Diploma in Safety.
viii)International qualifications like CSP
(Certified Safety Professional), NEBOSH,
MIOSH, MSISO etc.

2 Senior SHE As stated in SN1 & in addition the 2 {for category


Manager following categories: (i), (ii) and (iii)
only}

Page 444
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Experience (in
Designation Qualification
years)

i) B.Sc.(Physics/Chemistry/Maths) with one


year Full Time advanced Safety diploma
from NICMAR, Hyderabad
ii) B.Sc. / Diploma in Engg with advanced
Safety Management Diploma from CLI /
RLI / Mumbai / Chennai / Kolkata and
Kanpur.
iii) B.Sc. (Physics/Chemistry/Maths) with One
year Full Time diploma in Safety
Engineering offered by West Bengal State
Technical Education Departments and
similar courses by other states.
iv) Any Graduate or diploma holder with 7
years of work experience in full fledged
SHE department of any Public
Sector/Leading Private Sector/MNC/with
prior approval of employer on a case to
case basis

3 Junior SHE i) Degree in Science/Diploma in Engineering 2 (for category


Manager with Govt. recognized safety diplomas from (i) only)
Correspondence course of NICMAR, Annamalai
University, National & State Productivity
Councils, Other State Technical Education
Boards etc.
ii) Any Graduate or diploma holder with 5 years
of work experience in full fledged SHE
department of any Public Sector / Leading
Private Sector / MNC / with prior approval of
employer on a case to case basis

4 Safety Any basic qualification with any SHE 2


Steward related certificate courses.

5 Senior SHE Degree in Electrical Engineering + Govt. 2


(Electrical) recognized Electrical Licence holder
Manager

6 Junior SHE Diploma in Electrical Engineering + Govt. 1


(Electrical) recognized Electrical Licence holder
Manager

7 Senior SHE i) B.E. (Fire) from National Fire Service College, 2 (for category
(Fire) Pune (i) and (ii)
Manager only)
ii) B.E (Fire & Safety) from Cochin
University

Page 445
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Experience (in
Designation Qualification
years)
iii) Graduate with any Govt. recognized
diploma in Fire Safety with 5 years of
experience

8 Junior SHE Any Diploma holder with any Govt. recognized 1


(Fire)Manager diploma in Industrial Fire Safety.

9 Occupational MBBS with Govt. recognized degree/diploma 1


Health in Industrial/ occupational health
Officer

10 Environment Govt. recognized PG Degree / PG Diploma / 2


Manager Degree in Environmental Engineering /
Science

11 Senior SHE Govt. recognized PG Degree / Degree / 1


(Traffic) Diploma in Traffic/Transportation Engineering
Engineer or Planning

12. House Any Diploma in Engineering 1


Keeping
Squad -
Manager

13 Barricade Any Diploma in Engineering 1


Manager

14 Labour Any Degree with Govt. Recognized Degree / 2


Welfare Diploma / P G Diploma in Labour Welfare
Officer related fields like Law, Personnel / Industrial
Relations etc.

Note 1: In some extraordinary cases where the candidate had earlier worked in any metro projects
in India, they can be considered for the following posts:
 Senior SHE Manager
 Junior SHE Manager
 Safety Steward
depending upon the qualification and number of years of experience on a case-to-case basis even if
they do not possess the prescribed qualification as listed above.

Note 2: In all other cases other than listed under Note 1 irrespective their earlier experience with
metro projects in India the candidates shall qualify as specified above.

Page 446
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/003

vii. MINIMUM REQUIREMENTS OF SHE MONITORING AND AUDIO-VISUAL EQUIPMENTS

1. For the purpose of minimum requirements of Audio-visual and Other equipment the
contracts are categorized into the following groups:

Contract Value (Initial awarded value of contract) Group

Upto 25 Cr A

Upto 100 Cr B

Upto 250 Cr C

More than 250 Cr D

2. Every contractor falling into the above groups shall provide the following minimum required
audio-visual aids for conducting weekly review, monthly safety committee and other post
review meeting of all fatal and major incidences effectively. These audio-visual
equipment’s are a must for conducting periodical in-house safety presentations in the
training programmes.

3. In addition to the above portable hand held digital sound level meter (SLM) and portable
hand held digital lux meter are also to be provided.

SN SHE monitoring and Audio-Visual SHE monitoring and Audio-Visual


Equipment details equipment required for

Group A Group B Group C Group D


Contract Contrac Contrac Contrac
t t t

1. Portable hand held Digital Sound


Level Meter (SLM) Noise Monitoring 1 1 1 1
deleted

2. Portable hand held Digital Lux


1 1 1 1
Meter

Page 447
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN SHE monitoring and Audio-Visual SHE monitoring and Audio-Visual


Equipment details equipment required for

Group A Group B Group C Group D


Contract Contrac Contrac Contrac
t t t

3. Laptop Computer with standard


configuration including multimedia 1 1 1 1
facilities

4. Colour Printer 1 1 1 1

5. Computer projector with screen - 1 1 1

6. Overhead projector 1

7. 35mm Camera (For taking accident


investigation photos in which case
1 1 1 1
the images cannot be easily
altered)

8. Digital camera with flash of


minimum 4 mega pixel and video 1 1 1 2
facility

9. Digital still camera with flash of


1 2 4 6
minimum 4 mega pixels

10. Portable loudspeaker (for tool-box


1 1 2 6
talk and emergency purpose)

11. Communication facility like mobile For all supervisors and


phone, walky-talky etc managers/engineers working in Safety,
Health & Environment

12. Accident investigation Kit 1 1 1 2


containing the following:

a) Chalk piece for marking

b) Measuring tape for measuring


Flexible tape – 2m length
Metal Foot long scale and
Metal tape – 30m

c) Equipment tags

d) Multipurpose Flash light

e) Barrier tape of 20m length

f) Accident investigation Forms and


checklists

Page 448
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN SHE monitoring and Audio-Visual SHE monitoring and Audio-Visual


Equipment details equipment required for

Group A Group B Group C Group D


Contract Contrac Contrac Contrac
t t t

g) Enough Paper for witness recording


and other noting

h) Emergency Phone Numbers list

Page 449
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/004

viii. Topics for First day at work SHE orientation training of Workmen

1. Hazard Identification Procedure


Hazards on site:

 Falls
 Earthing work
 Electricity
 Machinery
 Handling materials
 Transport
 Site housekeeping
 Fire

2. Personal Protective Equipment

 What is available?
 How to obtain it?
 Correct use and care

3. Health

 Site welfare facilities


 Potential health hazards
 First Aid/Cardio-Pulmonary Resuscitation (CPR)

4. Duties of the Contractor

 Brief outline of the responsibilities of the Contractor by law


 Details of Contractor’s accident prevention policy
 Maharashtra Metro Rail Corporation Limited’s SHE manual

Page 450
Maha-Metro/PMRP

Tender No: P1-T06/2021

 Building and other Constructions Welfare Law

5. Employee's Duties

 Brief outline of responsibilities of employee under law


 Explanation of how new employees fit into the Contractor's plan for accident
prevention. (Induction and orientation).

Page 451
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/005

ix. ID Card Format

(85 mm x 55mm)

Front side of ID card:

Pune Metro Rail Project


Name & Address of Main /
Sub / Labour contractor

Name:
Designation:
Photo
Blood Group:
Valid up to:

Authorised Signatory

Backside of ID card:

Employee Address: ____________________________


___________________________________________
___________________________________________
___________________________________________

1 This card is the property of “XX“(Main / Sub / Labour Contractor) and must be returned on
demand and on transfer / cancellation of employment.
2 A charge will be levied for replacement of the card due to loss or theft
3 If found please return it to:

Main contractors’ Address

Page 452
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/006

x. SHE Training details for Managers and Supervisors

1. The Law and Safety 2. Policy and Administration

Statutory requirement Effect of incentive on accident prevention


Appropriate regulations Human relations

Duties of employer and employee Consultation

Safety Officer: duties, aims, objectives

3. Safety and the Supervisor 4. Principles of Accident Prevention

Safety and efficient production go together Attitudes of management, supervision and


operations
Accidents affect morale and public relations

Methods of achieving safe operations

Accident and injury causes

5. Site Inspection 6. Human Behaviour

The role of management Motivating agencies

Hazard Identification Procedure Individual behaviour

Records results Environmental effects

Follow-up procedures Techniques of persuasion

Feedback

7. Site housekeeping 8. Health

Site organization Medical examination

Relationship of site housekeeping to accident Hazard to health on site


occurrence
Sanitation and welfare

Site access Protective clothing

Equipment storage First Aid/CPR

Material stacking

Page 453
Maha-Metro/PMRP

Tender No: P1-T06/2021

Materials handling

9. Personal Protective Equipment 10. Electricity

Eye, face, hands, feet and legs Appreciation of electrical hazards

Respiratory protective equipment Power tools

Protection against ionizing radiation Arc welding

Low voltage system

Lighting and power system on sites

ELCB, RRCB, Grounding/Ground fault circuit


interrupters (GFCIs)

11. Oxygen and Acetylene Equipment 12. Equipment

Cylinder storage and maintenance Accidents related to moving parts of


machinery

Condition and maintenance of valves, regulators, Appreciation of principles of guarding


and gauges

Condition and maintenance of hoses and fittings Importance of regular maintenance

Pressures

13. Transportation 14. Excavations

Transport to and from site Method of shoring

Hazard connected with site transport Precautions while shoring

Competent drivers Precautions at edge of excavations

Dumpers Removal of shoring

Tipping trucks Sheet steel piling

Movement near excavations

15. Working platforms, Ladders, and Scaffolding 16. Cranes and other Lifting Machines

Hazards connected with the use of ladders Licensing, certification and training required
for operation of cranes
Maintenance and inspection

Type of scaffold Slinging methods

Overloading Signalling

Work on roofs Access to crane(s)

Fragile material Maintenance and examination

Page 454
Maha-Metro/PMRP

Tender No: P1-T06/2021

Openings in walls and floors Ground conditions

Use of safety belts and nets Hazards and accident prevention methods
connected with the use of different types of
cranes/heavy equipment

Crane Lift Plan for all lifts

17. Lifting Tackle 18. Fire Prevention and Control

Slings - single and multi-legged Principle causes determining fire

Safe working loads (SWLs) Understanding fire chemistry

Safety hooks and eyebolts Fire fighting equipment

Cause of failure Fire fighting training

Maintenance and examination

19. Communications 20. Manual Handling

Effective methods of communication (particular Body posture and procedure for lifting,
interest to non-English speaking workers) pushing, pulling, dragging, sitting and walking

Method and preparation of reports Ergonomics

Safety committees Stretching exercises

Safety meeting

Page 455
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/007

xi. SHE Training Matrix

Page 456
Maha-Metro/PMRP

Tender No: P1-T06/2021

Page 457
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/008

xii. DAYS TO BE OBSERVED FOR CREATING SHE AWARENESS

1st Monday to Road Safety Week (Subjected to confirmation from Ministry of


Sunday of Road Transport, Govt. of India every year.)
January

16th February Kyoto Protocol Day

March Red Cross Month

4th March National Safety Day

7th April World Health Day

14th April Fire Safety Day

April 18 to 22 Earth Week

20th April Earth Day

20th April Noise Awareness Day

28th April ILO World Day for Safety and Health at Work

Page 458
Maha-Metro/PMRP

Tender No: P1-T06/2021

May 1 to 7 Emergency Preparedness Week

5th June World Environmental Day

12th June World Day against Child Labours

9th July Occupational Health Day

17th October World Trauma Day

1stDecember World AIDS Day

Page 459
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/009

xiii. Minimum Requirements of SHE Communication Posters / Signages / Video

1. For the purpose of Minimum requirements of SHE Communication Posters /


Signages / Video the contracts are categorized into the following groups:

Contract Value (Initial awarded value of contract) Group

Upto 25 Cr A

Upto 100 Cr B

Upto 250 Cr C

More than 250 Cr D

2. Every contractor falling into the above groups shall prepare a SHE Communication
Plan as a part of site specific SHE Plan and shall include the following minimum
requirement of Posters / Signage’s / Video as applicable. In case readymade
posters are available in any of the category from National Safety Council, Loss
Prevention Association of India or any other safety related organisations they may
procure the same and display it. In case the same is not available then the
contractors shall make necessary arrangements to get the posters designed and
printed on their own.

All the above are to be detailed in the Site SHE Plan and get an approval from the
Employer before displaying the posters.

Table 1: Minimum number of Posters

Page 460
Maha-Metro/PMRP

Tender No: P1-T06/2021

No. of Posters / Signage / Video


Min No. of
concepts
SN SHE Poster Title Group A Group B Group C Group D
in each
Contrac Contrac Contrac Contract
title
t t t

1. Safety Culture 5 Each 10 Each 50 Each 75 Each 100

2. Daily Safety 1 Each 100 Each 200 Each 500 Each 1000
Oath English,
1 Hindi

3. Mandatory PPE Usage

a) Signages to 2 types Each 25 Each 50 Each 75 Each 200


display the of sizes
messages like made up
PPE ZONE, NO of metal
PPE ZONE, HARD sheet to
HAT AREA etc. be
mounted
at
different
locations

b) Helmet 5 Each 25 Each 50 Each 75 Each 200

c) Shoe 5 Each 25 Each 50 Each 75 Each 200

d) Goggles & Ear Each 25 Each 50 Each 75 Each 200


5
Protection

e) Full Body Each 25 Each 50 Each 75 Each 200


5
Harness

f) Hi-Vi Jacket 5 Each 25 Each 50 Each 75 Each 200

4. Emergency Each 25 Each 50 Each 75 Each 200


Management 5
Plan

5. Working at Each 25 Each 50 Each 75 Each 200


10
Heights

a) Ladder, Stairway, 5 types Each 25 Each 50 Each 75 Each 200


Scaffold - Signages of sizes
to display the made
messages like up of
SAFE, UNSAFE, FIT metal
sheet
to be

Page 461
Maha-Metro/PMRP

Tender No: P1-T06/2021

No. of Posters / Signage / Video


Min No. of
concepts
SN SHE Poster Title Group A Group B Group C Group D
in each
Contrac Contrac Contrac Contract
title
t t t
FOR USE, AVOID mounte
USE etc. d at
differen
t
location
s

6. Site Electricity 5 Each 25 Each 50 Each 75 Each 200

7. Fire and Explosion 5 Each 25 Each 50 Each 75 Each 200

8. Crane Safety 5 Each 25 Each 50 Each 75 Each 200

9. Slings 5 Each 25 Each 50 Each 75 Each 200

10. Rigging Procedures 5 Each 25 Each 50 Each 75 Each 200

11. Excavation 5 Each 25 Each 50 Each 75 Each 200

12. Occupational Each 25 Each 50 Each 75 Each 200


Health (Mosquito
Control, HIV/AIDS
awareness, Dust
10
Control, Noise
Control, No
Smoking/Spitting,
etc.)

13. First – Aid 3 Each 25 Each 50 Each 75 Each 200

14. Labour Welfare Each 25 Each 50 Each 75 Each 200


Measures (Payment
of Minimum Wages,
Avoidance of Child
5
labour, signing in
the Muster Roll, in
case of accidents-
what to do? Etc

15. Importance of
1 25 50 75 200
“Safety Handbook”

16. Traffic Safety (Speed 5 Each 25 Each 50 Each 75 Each 200


limit, safe crossing

Page 462
Maha-Metro/PMRP

Tender No: P1-T06/2021

No. of Posters / Signage / Video


Min No. of
concepts
SN SHE Poster Title Group A Group B Group C Group D
in each
Contrac Contrac Contrac Contract
title
t t t
and working within
barricaded area etc.)

17. Environmental Each 25 Each 50 Each 75 Each 200


Monitoring
(Spillage of Muck,
hazardous 5
material, Improper
drainage, water
spray for dust
containment etc.)

18. Video in Hindi on


PPE usage – 15 1 - - - 1
minutes duration

Note 1: Items mentioned under 17 is video. Items under 3 (a) and 5 (a) are metal
signage boards and all other items are posters.

Table 2: Size of Posters / Signages

SN Item Size

1. Posters – Standard 17”x22” –135 GSM 4 Colour


Printing

2. Posters – Special (Wherever required) 17”x22” card laminated FA


Poster

3. Posters - Mega size (Wherever 32”x40” Flex FA Poster


required)

4. First-Aid Booklet 6”x4”

5. Safety Handbook 6”x4”

6. Signages Small : 12”x6”


Big : 24”x12”

7. Road Traffic Sign Boards Strictly as per Indian Road


Congress (IRC) specifications

Page 463
Maha-Metro/PMRP

Tender No: P1-T06/2021

Table 3: Safety Signage Colour (as per IS 9457)

SN Type of signage Colour

1 Mandatory Blue

2 Danger Yellow

3 Prohibit Red

4 Safe conditions Green

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/010

Page 464
Maha-Metro/PMRP

Tender No: P1-T06/2021

xiv. Experts / Agencies for SHE Services

xv.

SN Organisation Services

1. Bureau Veritas Industrial Services (India)  External SHE Audit


Pvt. Ltd.,
 SHE Management / Technical
B-21 & 22, First Floor, Sector-16, Training
NOIDA-201 301 (U.P.)
Phone: 0120 – 2515055, Fax: 0120 -
2515248
E-mail: [email protected]

2. Central Labour Institute SHE Management / Technical


Training
Post box no: 17851, NS Monkikar Marg
Sion , Mumbai- 400 022
Tel.: 022- 4092203, Fax: 022 – 4071986
E-mail: [email protected]

3. Construction Industry Development Council SHE Management / Technical


Training
801, 8th Floor, Hemkunt Chambers,
89, Nehru Place,
New Delhi – 110 019
E-mail: [email protected]

4. Delhi Productivity Council SHE Management / Technical


Training
1E/10, Swami Ramtirath Nagar
New Delhi – 110 055
Tel.: 23522835

5. Det Norske Veritas AS,  External SHE Audit


203, Savitri Sadan 1,  SHE Management / Technical
11 Preet Vihar Community Centre, Training

New Delhi-110 092


Phone: 011-22531502/2253/1503,
22427688/22531278
Fax: 011-2253 0247
Website: www.dnv.com

Page 465
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Organisation Services

6. Dr AV Baliga Memorial trust HIV / AIDS awareness


Link House, Bagadur Shah Zafar Marg
Press Area, New Delhi – 110 002
Phone: 011 – 23311119

7. Dr.Cris Research Centre For Occupational  Ambulance Room & Van


Health & Safety
 Communication Materials
306, Guru Arjuna Dev Bhawan,
 First-aid box
Ranjit Nagar Complex, New Delhi – 110 008
 First-aid Training
Phone: 9810040406,
 HIV / AIDS awareness
Fax: 011 – 25702929
 ID Card
E-mail: [email protected]
 Medical Facilities
Website: www.drcris.com
 SHE Orientation Training

8. DuPont Safety Resources, SHE Management Training


E.I. DuPont India Private Limited,
Arihant Nitco Park 6th Floor,
90, Dr.Radha krishnan Salai,
Mylapore, Chennai-600 004
Phone: 044-2847 2800, 2847 3752
Fax: 044-2847 3800
Mobile: 9381201040
Website: in.dupont.com

9. EQMS INDIA PVT. LTD.  ISO Certification


304 & 305, 3rd Floor, Rishabh Towers,  SHE Management / Technical
Plot No. 16, Community Centre, Training

Karkardooma, Delhi - 110092.


Phone: 011 - 22374729 / 22374775
Fax: 011- 22374662
E-mail: [email protected]
Website: www.eqmsindia.com

10. Green Cross Consultants SHE Management / Technical


Training
59, 7th Cross, 1st Floor,

Page 466
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Organisation Services
Jai Bharath Nagar, Banglore-560 033
Phone: 080-2549 6782
E-mail: [email protected]

11. HSRTC, PENTASAFE, SHE Practical Field Training for


Height Safety
201, 2nd Floor, Town Centre,
AndheriKurla Road, Marol,
Andheri (East), Mumbai-400 059
Phone: 022-2850 2210/20/50
Fax: 022-2850 2260
E-mail: [email protected]

12. Institute of Driving Training & Research, SHE Technical Training for
Vehicle Drivers.
Wazirabad Road,
Adjoining Loni Road flyover.
New Delhi – 110 094
Phone: 011 – 22813474, 22815833
Fax: 011 - 22811131

13. Institute for Research, Development & SHE Technical /Field Training
Training of Construction Trades &
Management,
An Educational Institute, Society and Trust,
1st Floor, UVCE Alumni Association
Building,
K.R. Circle, Bangalore-560 001
Phone: 080-22294291/22243257
Fax: 080-22243257
E-mail: [email protected]
Website: www.instructindia.org

14. International Engineering Company  Crane and Lifting appliances


K – 10, South Extension, and Gears Certification

Part – 2, New Delhi – 110 049  SHE Practical Field Training


for Crane Safety
Phone: 011 – 26254761, 26258130
Mobile: 9312260130
E-mail: [email protected]

Page 467
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Organisation Services

15. L & T Eutectic SHE Practical Field Training for


Welding Safety
32, Sivaji Marg, New Delhi – 110 015
Phone: 011 - 51419538, 51419539
Fax: 011 - 51419600
Website: www.lnteutecticwelding.com

16. Loss Prevention Association of India Ltd. SHE Management / Technical


Training
Warden House,
Sir P.M. Road,
Mumbai – 400 001
Website: www.lpaindia.org

17. MFA Crucial Moments Healthcare Pvt. Ltd., First-aid Training


42, Okhla Industrial Estate, Phase – II
New Delhi – 110 020
Phone: 011 – 55624000
Fax: 011 – 55624010
E-mail: [email protected]

18. Modi care Foundation HIV / AIDS awareness


4 Community Centre, New Friends Colony,
New Delhi – 110 065
Phone: 011 – 5167235059
Fax: 011 – 26915469
E-mail: [email protected]
[email protected]
Website: www.modicarefoundation.org

19. National Safety Council SHE Management / Technical


Training
HQ and Institute Building
98A, Sector 15, industrial Area
C.B.D Belapur, Navi Mumbai – 400614
Phone: 27579924

20. NICMAR (National Institute of Construction SHE Management / Technical


Management and Research) Training

Page 468
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Organisation Services
910,9th Floor, Hemkunt Chambers,
89, Nehru Place,
New Delhi – 110 019
Phone: 011 – 51618415, 51618417,
51618418
Fax: 011 – 51618416

21. Quality Growth Services Pvt. Ltd. ISO Certification


H-13, Kirti Nagar,
New Delhi – 110 015
Fax: 011 – 25431737 / 25438598 / 25918332
E-mail: [email protected]
Website: www.qgspl.com

22. Safety Engineers Association / Safety SHE Management / Technical


Educational Trust – India Training
2/257, First Floor, Dr.Ambedkar Nagar,
Manapakkam, Chennai – 600 116
Phone: 044 – 22523461
E-mail: [email protected]

23. SHE Management Consultancy & Support SHE Management / Technical


Services, Training
145 A, Pocket-VI, (DDA Flats),
KondliGharoli, MayurVihar-II,
Delhi-110 096
Fax: 011-2262 5015
Mobile: 9811153873
E-mail: [email protected]

24. St. Johns’ Ambulance First-aid Training


Red Cross Road
New Delhi – 110 001

25. Vexil Business Process Services Pvt. Ltd.  Emergency Preparedness


208, A/4, Savitri Nagar, Mock drill

New Delhi – 110 017  SHE Management / Technical


Training

Page 469
Maha-Metro/PMRP

Tender No: P1-T06/2021

SN Organisation Services
Mobile: 9350232714, 98102832201,
9350232716
E-mail: [email protected]
Website: www.vexilbps.com

26. Welding Research Institute SHE Practical Field Training for


Welding Safety
Bharat Heavy Electricals Ltd. (BHEL)
Trichirappalli,
Tamil Nadu – 620 014
Phone: 0431 – 2577029, 2577283
Fax: 0431 – 2520770
E-mail: [email protected]

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/011

xvi. Minimum Lighting Requirements

xvii.

SN Facility or Function Luminance – Ix (Im/ft2)

1. Administrative areas (offices, drafting and 540 (50)


meeting rooms, etc.)

2. Construction areas

 general indoor 55 (5)


 general outdoor 33 (3)

Page 470
Maha-Metro/PMRP

Tender No: P1-T06/2021

3. Access ways

 exit ways, walkways, ladders, stairs 110 (10)

4. Maintenance / Operating areas / shops

 vehicle maintenance shop 325 (30)


 carpentry shop 110 (10)
 outdoors field maintenance area 55 (5)
 refueling area, outdoors 55 (5)

 shops, fine details work 540 (50)

 shops, medium detail work 325 (30)

 welding shop 325 (30)

5. Mechanical/electrical equipment rooms 110 (10)

6. Hoists, Elevators, freight and passenger 215 (20)

7. Warehouses and storage rooms/area

 indoor stockroom, active/bulk storage 110 (10)


 indoor rack storage 270 (25)
 outdoor storage 33 (3)

8. Health Centers and First aid stations and 325 (30)


infirmaries

9. Toilets, wash and dressing rooms 110 (10)

10. Work areas – general (not listed above) 325 (30)

11. Parking areas 33 (3)

12. Visitor areas 215 (20)

13. Laboratories 540 (50)

Page 471
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/012

xviii. Warning Traffic Sign

Page 472
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 Form No. SF/001

xix. FORMATION OF SITE SHE COMMITTEE

Contract No.

Contractor Name

Contract Title

CIRCULAR
Committee
The following SHE Committee is constituted with immediate effect:
Chairman:
Members:
1.
2.
3.
4.
5.
Secretary

Periodicity
The committee will meet at least once in a month on the day (specify date)

Agenda
Secretary will circulate agenda of the meeting at least two days in advance of the schedule date
of the meeting.

Page 473
Maha-Metro/PMRP

Tender No: P1-T06/2021

Circulation
Gist of the meeting will be minuted in the standard format and circulated to the following
under the signature of the secretary

1. Chairman 3. Maharashtra Metro Rail Corporation Limited Representatives


2. Members 4. Others concerned

Date: Signed By: ------------------------

CHAIRMAN

Page 474
Maha-Metro/PMRP

Tender No: P1-T06/2021

MAHARASHTRA METRO RAIL CORPORATION LIMITED

 Form No. SF/002

xx. MINUTES OF SHE COMMITTEE MEETING

Contract No.

Contractor Name

Contract Title

Meeting No. Date of Meeting

Location of Meeting

MEMBERS PRESENT INVITEES MEMBERS ABSENT

REPORT SENT TO

No. of Name / Dept. No. of Name / Dept. No. of Name / Dept.


Copies
Copies Copies

Page 475
Maha-Metro/PMRP

Tender No: P1-T06/2021

Prepared by: Location: Date:

MINUTES OF SHE MEETING

Item No. Description of Discussion Action By Target Remarks

Complaints received from Clients and


1
corrective and preventive action

2 Review of MOM of previous meeting

3 NCR's / Observation from third party

First - Aid cases / Reportable accident


4
cases

5 Future jobs and specific requirement

6 Status of implementation of Safety plan

7 Sub-contractor performance

8 Analysis of first-aid cases

Need for any specific system / training /


9
PPE's / resources

Observation of SHE committee during last


10
walk down

Next SHE Meeting is scheduled on:


Date:
Chief SHE Manager
(Signature & Name)

Date:
Project Manager
(Signature & Name)

Page 476
Maha-Metro/PMRP

Tender No: P1-T06/2021

(B) Environment and Social Management


Plan (ESMP) for
Pune Metro Rail Project

This report is based on environmental and social management plan proposed for
construction phase of Pune Metro Rail Project

Page 477
Maha-Metro/PMRP

Tender No: P1-T06/2021

Table of Contents
1. INTRODUCTION ...................................................................................
1.1 Environmental and Social Management Plan for Pune Metro Rail project (PMRP) ....
2.1 Organization Structure ........................................................................
1.1 General Conditions for Environment and Social Welfare .................................
Tables
Table 1- Environmental Management/Monitoring Plan ..............................................
Table 2- Social Management/Monitoring Plan ........................................................
Table 3 – General Conditions for Environment and Social Welfare ................................
Charts
Chart 1 – Contractor SHE Organization ................................................................
Annexures
Annexure 1 – Guidelines for Waste Management .....................................................

Page 478
Maha-Metro/PMRP

Tender No: P1-T06/2021

1. INTRODUCTION
Environmental Impact Assessment (EIA) and Social Impact Assessment (SIA) documents,
issued to contractors/bidders along with tender document are integral part of the
project documentation and are submitted to various authorities and presented at
various forums in context of this project. The environmental/social management plans
are primarily devised from environmental impact assessment and social impact
assessment documents prepared and approved for this project and SHE Manual given
in the tender document.

This ESMP is a generic document, applicable for all packages of Pune Metro Rail Project
(PMRP). The contractors/bidders should consider this document as guidebook for
environment/ social management during construction phase. In case further
reference/ discussion is required over any issue given in this document, provisions of
EIA/SIA reports, SHE manual and tender/contract document shall prevail.
The EIA and SIA documents discuss the environmental and social impacts of the project
during the design, construction and operational phases of the project. It identifies the
positive and negative impacts on environmental and social conditions during different
phases of project and also proposes the measures to minimize the impacts.
In addition to identification of impacts and proposing mitigation measures it also
proposes the monitoring plant to monitor the suitability of implemented mitigation
measures. Mitigation measures and monitoring plan for a particular impact combined
termed as Environmental Management Plan (EMP) or Social Management Plant (SMP)
for that particular impact. Implementation of EMP/SMP for construction phase is
responsibility of the civil contractor throughout the period of construction till the
handover of the unit to PMRCL.
1.1 Environmental and Social Management Plan for PMRP
Table 1 and Table 2 given below presents the EMP and SMP for the PMRP. It identifies
various environmental and social aspects/receptors which are likely to be impacted on
account of project activity during construction phase and proposed the management
and monitoring plan for each of them. The environmental/social management plans
are primarily devised from environmental impact assessment and social impact
assessment documents prepared and approved for this project and SHE Manual given
in the tender document.

It is expected that contractor shall be primarily responsible for implementation of


EMP/SMP and monitoring plans as given in Table 1 & Table 2 for PMRP. Contractor shall
also be responsible for submitting the monitoring reports as outlined in the EMP/SMP.
2.1 Organization Structure
To implement EMP/SMP contractor shall employ adequate number of skilled SHE staff
throughout the construction period. Number of staff required at various levels of
contractor’s SHE organization depends on value of contract awarded to contractor.
Educational qualifications required for key SHE staff and number of SHE personnel
required is given in clause 70 of SHE Manual. The proposed structure for contractor’s

Page 479
Maha-Metro/PMRP

Tender No: P1-T06/2021

SHE Organization is given in Chart 1 below.

Chart 1 – Contractor SHE Organization

Page 480
Maha-Metro/PMRP Tender No: P1-T06/2021

Table 1- Environmental Management/Monitoring Plan

Sr . Environmental Onsite
N o. Aspect/Recept General Intent Management Plan Monitoring Plan
ors Responsibility

1 Ambient and To ensure Excavated materials to be disposed on a In Charge / Workplace dust shall bevisually
that regular basis so that it does not Project noted and
Workplace Air
accumulate at worksite; Manager/ SHE
ambient and Water to be sprinkled on stored soil/sand ensured that it does not aggravate;
Quality Personnel
workplace air on daily basis to avoid dust emissions; Ambient Air Quality to be monitored two
PME in charge
(02) Site times in a month (for 1st
quality during Height of heaps of accumulated excavated fortnight & 2nd fortnight), at suitably
construction materials should not be more than height identified location. Every Diesel
works is of barricade. Generator stack to be monitored for air
within emissions at least once in a six month
permissible If for some reason soil is stored on site for
more than 72 hours it has to be covered Maintenance records for DGs shall be
limits
to avoid dust emissions; kept for
inspection as and when required by
Diesel Generators operated within the GC/PMRP
sites to be suitably maintained at regular
intervals;

Page 481
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Sr . Environmental Onsite
N Aspect/Recepto General Intent Management Plan Monitoring Plan
rs Responsibility
o.

Internal Combustion Engine equipment


operated within site must comply with
minimum Bharat Stage III emission
standards.

2 Ambient and To ensure that Impact piling should not be allowed for ProjectManager Internal Workplace noise levels to be
piling works other than in very hard rock taken on weekly basis. Authenticated
Workplace Nois ambient and /Site In
strata record to be verified by third party.
e workplace
Charge / P&MIn
Quality noise quality Internal Combustion Engine equipment charge/SHE
during operated within site must comply with personal
construction Govt. of India Emission standards
works is
within Diesel Generators to be operated with Third party ambient noise levels to be
permissible the suitable noise abating enclosures; measured at least once in a month at the
limits suitable location decided by SHE
personnel/site in charge

Provision of earplugs for workers working


within the site boundaries;

Page 482
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Sr . Environmental
General Onsite
N Aspect/Recepto Management Plan Monitoring Plan
Intent Responsibility
o. rs

Heightof barricade needs to


ensure as per
standards given by PMRP

Barricades to be aligned properly to


minimize the dissipation of sound;

3 Vibration To reduce the Latestpilingtechnologies to be deployed Project Vibration monitoring to be done on a


Control by Manager monthly basis though planned
degree of
preventive maintenance with the
impact due to contractor to reduce the impactson /Site In
help of professional third-party
vibration nearby
charge/P&M service provider
structures;
during In
construction Impact piling should not be allowed for charge/SHE
phase. piling works other than in very hard rock personal
strata;

4 Waste To ensure The contractor shall prepare the waste Project Manager Proper records shall be maintained for
Management the management plan and submit the /Site In charge/ disposal of hazardous wastes, solid
(At environment PMRP/GC for concurrence. The guidance SHE personal wastes, C&D waters, liquid (site runoff)
Construction ally for preparing the waste management plan wastes etc.
Site and at acceptable is given in Annexure-1 of this ESMP
Utility works) disposal document.
/recycling of
wastes Contractor shall dispose-off hazardous
generated wastes as per the provisions of SHE Volume
8 Clause No. 66.

Page 483
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

during For further guidance please refer to


construction Annexure 1 of this ESMP document.

Page 484
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Sr . Environmental Onsite
Aspect/Receptor General Intent Management Plan Monitoring Plan
N Responsibility
s
o.
Contractor shall dispose-off non-
hazardous solid wastes, non-
hazardous liquid wastes,
biomedical wastes as per the
provisions of SHE Volume 8 Clause
No. 65. For further guidance please
Contractor shall dispose-
off construction and
demolition wastes as per the
provisions of SHE Volume 8 Clause
No. 66. For further guidance please
refer to Annexure 1 of this
document.

5 Sanitation and To ensure Sufficient number Project Manag Location plans to be submitted
of urinals as given in SHE er forsanitary
Sewage hygienic sanitary
Volume 8 Clause No. 51 should be
/Site In charge facilities at casting yard
Management at conditions for Contractor shall make sufficient / and batching plants;
constructionand workers at arrangements as given in SHE SHE personal Cleaning schedule and records to be
Volume 8 Clause 51.4 for drinking maintained and to be made available
utility facilities worksites and water facilities for construction for inspection of GC/PMRP as and when
in camps. workers demanded.
To ensure Site housekeeping shall be always
Worker camps and canteen facilities
Environmentally should be protected from airborne maintained at generally acceptable
acceptable and soil born insects and pests by levels throughout the construction
taking suitable measures as period
Disposal of
described in SHE Volume 8 Clause

Page 485
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

domestic wastes 56. & Clause 57.0 and its


generated at subsections
construction sites
and

Page 486
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

S Environmental Onsite
r Monitoring
Aspect/Receptor General Intent Management Plan Responsibilit
. Plan
s y
N
General Housekeeping shall be carried out
by the
Contractor and ensured at all
times at Work
Site, Construction ea, Batching
Camp, Stores, Offices and toilets / urinals.
Towards this the Contractor shall constitute
a
General Instruction PMRP/SHE/GI/001.

In compliance to Clause 40.5 of SHE


Volume 8, for disposal of sanitary waste
generated at worker camps at batching
plant, casting yards, suitable sanitary
treatment like bio digester or equivalent
/disposal to existing sewage system.
Mobile sanitary facilities shall be
deployed at
construction sites for workers
Authorized agencies shall be deployed for
disposal of sewage and other solid waste
generated at worker camps and
construction sites

Page 487
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
All the provisions of Clause 60 of SHE
Volume 8 regarding Water Quality are
applicable to the contractor at all sites
wherever he is performing the work.
To ensure
that suitable As per provisions of Clause 60.1 of SHE
Volume 8, Contractor shall construct a
drainage is drainage system at the commencement of Layout plans to be submitted for
planned at the works, to drain off all surface water sanitary facilities
from the work site into suitable drain at casting yard and batching
construction outlet.
ProjectManager plants;
Sites and at Cleaning schedule and records to be
Drainage System The Contractor shall provide adequate /Site Incharge/ maintained
utility sites.
at precautions to ensure that no spoil or SHE
6 So
Construction/utili debris of any kind is pushed, washed, falls andto be made available for inspection
ty sites that public or deposited on land adjacent personal/Plann of
drainage er
to the siteperimeter including GC/PMRP as and when demanded.
systems and public roads or Monsoon preparedness plan to be
surface and submitted prior to onset of monsoon for
Existing stream courses anddrain approval of GC/PMRP
GW quality s within or
are not adjacent to the site.
affected.
Contractor is not allowed to discharge
water from the site without the approval
of the Employer. The Contractor must
comply with the requirements of the

Page 488
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Sr . Environmental
General Onsite
N Aspect/Recepto Management Plan Monitoring Plan
Intent Responsibility
o. rs

Central Ground Water Board for discharge


of water arising from dewatering (refer
Clause 60.3 of SHE Volume 8)

In the event of any spoil or debris from


construction works being deposited or any
silt washed down to any area, then all
such spoil, debris or material and silt shall
be immediately removed and the affected
land and areas restored to their natural
state by the Contractor to the satisfaction
of GC/PMRP (refer Clause 60.2 of SHE
Manual)

Prior to arrival of monsoon (in month of


May)
suitable monsoon
preparedness plan shall be
prepared by the contractor and suitable
resources to be made available prior to
onset of monsoon

7 Disposal of To ensure Contractor shall dispose the ProjectManager


Muck from that muck/dry soil
sites/Soil
generated at construction sites at a
mutually agreed location by

Page 489
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Erosion soil erosion /Site Incharge/


The boundaries of identified and mutually
Control Plan from SHE
agreed disposal location shall be
construction earmarked by contractor. Initial levels of personal/Plann
(prior to start of soil/muck disposal) er Reconciliation records for soil disposal
site is shall be submitted to GC/PMRP once in
disposal area has to be recorded by the
prevented to contractor with the help of surveyors and a three months;

check the to be submitted to Records for dumpers shall be kept for


inspection at sites which shall include
ambient air the safety checklist for dumpers
quality,public disposing the soil;
inconvenienc
e

Page 490
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

S Environmental Onsite Monitoring


r Aspect/Receptor General Intent Management Plan
. Responsibility Plan
s
N
and general PMRP/GC.
aesthetics
outside the Contractor shall carry out the
reconciliation for the
construction/ disposed soil and quantities shall submit
ut to PMRP
ility sites on quarterly basis.

Wheel wash facilities shall be provided


at every exit gate to clean or wash the
wheels of every outgoing vehicle from
Sufficient staff shall be made available
at site to control the disposal of
muck/soil from site such as a
supervisor, labors for wheel cleaning,
brooms for wheel cleaning and concrete
The dumpers carrying the muck/dry soil
has to be covered while plying on the
roads on the way to disposal location.
Resources have to be provided for road
cleaning for accidental soiling of roads
during muck disposal.

Page 491
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

The resources include raw water, labors,


traffic
marshal, brooms for road cleaning

Page 492
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
8 Tree To ensure Contractor is only allowed to cut the ProjectManager Records of trees which are cut and
that trees which are falling in a ROW and protected
protection/Cutti /Site Incharge/
which are already identified.
ng and Disposal overall green SHE shall besubmitted in
cover of city For the trees which needs to be cut monthlyenvironmental
personal/Plann
is maintained during construction activities but for
er reports and as and when demanded
which prior approval is not taken,
by
necessary approval from concerned
GC/PMRP
authorities shall be arranged by the PMRP

Contractor shall keep necessary records


for the disposal of biomass which is
generated from tree cutting.
Biomass shall not be stored at site for
more than 15 days.
Contractor shall protect the tree which
are located within the site boundaries,
but which are not required to be cut
during the construction phase

Page 493
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

To ensure Contractor shall take all necessary Soil and Ground water quality shall be
that precautions such that construction
ProjectManager checked at
material, diesel, grease, waste oil,
soil and
/Site Incharge/ the locations identified by
Soil and Water groundwater chemicals etc. does not spill on GC/PMRP or
9 SHE
Quality ground. independent environmental experts and
and surface
Suitable storage area for such materials personal/Plann records shall be submitted. The GW and
water quality shall be prepared and equipment shall be er Soil leachate quality shall be checked
are not made available for handling of these once in six months
materials.
affected on

Page 494
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Sr . Environmental
General Onsite
N Aspect/Receptor Management Plan Monitoring Plan
Intent Responsibility
o s
.
construction Latest version of Hazardous waste disposal
and handling rules and guidelines given in
SHE Manual Clause 66 shall be referred for
the storage areas and for provision of PPEs
and other equipment.

10 Energy To ensure Contractor shall try and Project Monthly consumption of diesel and
that reduce the direct Manager/PME power units shall be compiled and
Management//
Head/SHE submitted to GC/PMRP
bestpractices consumption of fossil fuels on site through
Conservation Personnel
use of energy efficient equipment at their
are adopted
project office and at construction
during sites
construction Construction Equipment shall be duly
serviced to ensure that they are operated
phase to at optimum level of fuel efficiency
optimize DGs shall be regularly serviced for energy
Only Five star labeled equipment by
energy BEE/or its equivalent shall be used at
consumption project offices.
Maximum use of grid power shall be
planned at construction sites and at
project offices

Page 495
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
11 Water To ensure Contractor shall try and PME/SHE Monthly records for consumption of
that reduce the water water for
Management/ Heads/Site In
Conservation bestpractices consumption through use of energy charge domestic and construction
efficient water fixtures at sites and purposes shall be
are adopted
project offices. submitted in environmental reports
during
Leakage of water should not be allowed
construction through pipes and valves.
phase to Reuse of water used for curing and for
optimize other uses to be planned
energy
consumptio

Page 496
Maha-Metro/PMRP Tender No: P1 Misc-28/2022

Table 2- Social Management/Monitoring Plan

S. Project related General Intent Management Plan Monitoring Plan Responsibility


N Issues
o
1 Management of Minimize the The buyers of shops will park their vehicles in by- Public Relations PMRP
adverse lanes and visit shops thereby managing the Department of PMRCL
Economic suffering
economic sufferings to the business adjoining
impact on
by adjoining construction sites.
adjoining
Businesses along businesses PMRCL will coordinate with NMC to allow short
barricading term parking of vehicles at designated places in
2. Labor Camps Providing safe The project Contractor shall construct a labor GC would monitorthat Contractor’s
camp site which is duly confirming the labor laws. Project
Habitation to Contractor comply
Manager/Admin/
workers Emergency response plan will be in place towards through
SHE
meeting unforeseen emergencies. routine site visits

3 Residential Ensure that all All possible effort will be made to minimize GC and Land PMRP
/Commercial and CPR persons displaced displacement of persons and land acquisition of Acquisition team from
permanently or private persons .Social Impact assessment PMRP to work with PMC
temporarily are consultant would provide the information and or R&R issues
settled as per the Metro samwad to make people aware of metro
Govt of project and grievance address system for persons
Maharashtra being displaced. Ensure that persons being
displaced have the same or better living

Page 497
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

S. Project related General Management Plan Monitoring Plan Responsibility


N Issues Intent
o
3. Sanitation, Providing hygi Proper sanitation facilities at the GC would Contractor’s
Sewerage and enic construction workers camp shall monitor that Project
waste disposal be provided. Manager/Admin/
conditions contractor
in worker’s SHE
in L Provision of Bio- comply through
camp.
abor digesters/treatment units to routine site visits
camps and achieve the desired quality of
adequate treated waste disposal and shall
be taken care by contractor for
Housekeepin
workers camp.
g in
Labor camps The municipal solid wastes
generated in worker’s camp shall
be collected and stored at
designated place and shall be
disposed-off at nearest identified
disposal / landfill sites of local
authority. Domestic refuse shall
be collected separately for bio-
degradable waste and inert
Wastage of Please refer Table 1- Environmental Management/Monitoring Plan (Water
4.
water Management/Conservation)

5. Traffic Avoid and min Location specific Traffic GC would Contractor’s


management imize management plan shall be monitor that Project
prepared to handle traffic flow Manager/Admin/
inconvenienc contractor
particularly during peak hours. S
e to comply
Coordination and securing HE
public due assistance from local police for
to traffic control during the
congestion construction. Providing traffic
and traffic marshals along construction
jams during sites/ openings in barricades to
construction manage and assist traffic.
Safety measures shall also be
undertaken by installing road
6. Dust
suppression Please refer Table 1- Environmental Management/Monitoring Plan

7. Noise level Please refer Table 1- Environmental Management/Monitoring Plan

8. Air Quality Please refer Table 1- Environmental Management/Monitoring Plan

Page 498
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

9. Occupation Workers shall be equipped with GC would Contractor’s


Health & proper safety gears like helmets, monitor that Project
gloves and gum boots. Periodic Manager/
Safety and contractor
health checkup of construction SHE/Stores
comply
Safety workers. Safety education and
with vehicles, fines.
people
and livestock

1.1 General Conditions for Environment and Social Welfare


In addition to implementation of EMP as outlined in the Table 1, contractor is expected
to comply with the general conditions outlined under various clauses of SHE Conditions
Volume 8 of tender document. The general conditions and reference SHE clauses are
listed below :

Table 3 – General Conditions for Environment and Social Welfare

Reference
Sr. from SHE
General Condition Responsibility
No.
manualof
PMRCL
The Contractor as per Rule 69 of the MBOCW shall PART I SHE
formulate a Safety & Health policy and get it Management Corporate SHE
approved by Chief Inspector and display it at
1 Clause 4.0 Head/Project
conspicuous places at work sites in Hindi and
Marathi i.e. languages understood by the majority and its Manager
of construction workers. subsections

Contractor shall set the goals for environmental PART I SHE


performance for certain periods of project Management Corporate SHE
2 Head/Project
duration and shall develop the plans to improve Clause 2.0
the performance and monitor it Manager/SHE Head
and its

PART I SHE
Contractor shall prepare the method statement for Management
major activities which will be undertaken at sites. Project
3 It should be ensured that environmental risk Clause 3.0 Manager/SHE
assessment should be done for every activity and and its Head/Quality Head
suitable plan is developed to mitigate the impact.
subsections

Page 499
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Contractor shall ensure that designer (appointed Project


by the
PART I SHE Manager/Designed
contractor) shall include/prepare designs in a way Management /SHE Head
that
4 Clause 5.0
minimize the risk to health and safety of those
who are going to construct, maintain, clean, and its
repair, dismantle or demolish the structures and
subsections
anyone else like adjoining road users/general
public, who might be affected by the work.

The Contractor shall appoint the required SHE PART I SHE


personnel as prescribed in General Instruction Management
PMRP/SHE/GI/001 based upon the statutory Corporate SHE
5 requirement and establish the safety organization Clause 6.0
Head/Project
based upon the Contract value. The minimum and its Manager/SHE Head
educational qualification and the work experience
subsections
are given in General Instruction
PMRPL/SHE/GI/002.

Page 500
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Reference
Sr.
General Condition from SHE Responsibility
No.
manual of
The Contractor shall ensure the formation and PART I SHE Corporate SHE
monitor the functioning of Contractor SHE Managemen
6 Head/Project
committees..All employees should be able to t
Manager/SHE
participate in the making and monitoring of
Clause 7.0 Head
arrangements for safety, industrial health and
The Contractor shall ensure that all personnel PART I SHE
working at the site receive an induction SHE Managemen
trainings explaining the nature of the work, the Corporate SHE
t
7 hazards that may be encountered during the site Head/Project
work and the particular hazards attached to their Clause 8.0
Manager/SHE
own function within the operation. The training and its Head
shall cover the contents as given in the General
Instruction PMRP/SHE/GI/004. subsections

The Contractor shall organize SHE training to PART I SHE Corporate SHE
engage Managemen
8 t Head/Project
managers, supervisors and Manager/SHE
other personnel in behavioral change and Clause 9.0 Head
improve safety performance. The environmental
and its
The Contractor shall evolve and administer a PART I SHE
system of conducting environmental Managemen
9 inspections twice in a month. Contractor key t Clause 10 Project
Manager/SHE Head
personnel including the project manager shall and its
attend the site environmental inspections and
subsections
necessary compliance shall be arranged for
Monthly environmental report shall be submitted
by the contractor to GC/PMRP on or before 10th PART I SHE
of day of every month. The report shall Track the Managemen
progress in brief, compliance status of t Clause 11 Project
10
observations given by GC/PMRP during site visits, and its Manager/SHE Head
general compliance with ESMP/EMP,
monitoring records and other notable subsections
environmental issues related to site. The report
shall include the demonstrative site photographs
PART I SHE Project
Contractor shall develop the work permit system Managemen Manager/SHE Head
11 such that it considers the environmental aspects t Clause 11
of major activities carried on site. and its
subsections

Page 501
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Reference
Sr.
General Condition from SHE Responsibility
No.
manual of
The Contractor shall take every effort to
communicate the Environment management
measures through posters campaigns /
billboards / banners / glow signs being displayed
around the work site as part of the effort to raise
environmental/social awareness amongst the
work force. Posters should be in Hindi, English, PART I SHE
and other suitable language as deemed Managemen
appropriate. Posters / billboards / banners/ glow t Clause 11 Project
12 signs should be changed at least once in a month and its Manager/SHE Head
to maintain the impact. The Contractor shall also
observe important days as listed in General subsections
Instruction
PMRP/SHE/GI/008 andprinting and displaying
safety
Signage and posters as listed in General
Instruction PMRP/SHE/GI/009

Contractor shall report significant environmental PART I SHE


incidents to PMRP/GC within 8hrs of event and Managemen
shall necessary measures to rectify it as t Clause 14
13 soon as possible. The environmental incident and its
shall include but not limited to excessive road
subsections
soiling, excessive oil spills, excessive dust
generation etc.

Page 502
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Annexure 1 – Guidelines for Waste Management

Waste Type Example of Storage Methods Disposal Method


Waste Items
Solid Hazardous Waste Oil, Dedicated storage To be disposed with t
Waste Solid Used area as per
he help of authorized
Waste Batteries, Oil provisions of
Contaminate Hazardous Waste by MPCB) recyclers.
d Clothes, Handling and
Non- Scrap Steel, Earmarked open Disposed to
Hazardous Wooden storage within site recycylers.
Solid Material Steel boundaries
Waste Material etc.
Constructi Concrete Earmarked open storage To be disposed as
on and Debris, per PMC guidelines.
within site boundaries
broken bricks
Demolitio
etc.
n Waste
Domestic Tea Cups, Color Coded waste Domestic waste to
Waste Refreshment bins to be provided be disposed with
packets, for storage Biomass help of PMC
biomass could be stored at approved waste
earmarked open/ disposal agency
shaded storage Biomass to be
within site delivered free of
boundaries cost to user
operated by PMCs

Liquid Process Wash water, Should be collected Could be disposed


Waste Water curing water, through a suitable to public drain only
seepage from drainage system if, after primary
muck within site treatment water
boundaries. Reuse complies with
after primary municipal
treatment, if standards of
possible disposal to public
drains.
Surface Wash water, Should be collected Could be disposed
Runoff seepage from and disposed after to sewers if it
muck, sedimentation. complies with
Domestic Domestic Should be collected Could be disposed
Liquid Waste through a suitable to public rain only
Effluent generated drainage system if, after primary
from urinals within site treatment water
and toilet boundaries. Reuse complies with
boxes. after primary municipal
treatment, if standards of
possible. disposal to public
drains.

Biome First Aid Chemically Should be stored in Could be disposed


dical Wastes contaminated colour coded with the help of
Waste cottons, storage bin at first hospitals who have
s syringes, aid facility. tied up with
bandages etc. authorized
biomedical wastes
disposers.

Page 503
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022

Maharashtra Metro Rail Corporation Limited

(A Joint Venture of Government of India and Government of Maharashtra)

PUNE METRO RAIL PROJECT

Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of


Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4 stations
viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune
Metro Rail Project.

TENDER NO.
P1 Misc-28/2022

PART- IV
TENDER DRAWINGS

Page 504
MMRCL EIR
(Employers Information Requirements)

1|Page
Document Status

Document Title MMRCL Employers Information Requirements

Document Number MMRCL-Pune Metro-EIR V1.0

Publication Date 20-April-2017

Issue Status For MMRCL acceptance

Prepared by

Reviewed by

Approved by

Revision Status

Date Revision Made Revision by Approved by

2|Page
References

No Title Version Date

1 MMRCL EIR Standards, Methods and Procedures 20-April-


2017

2 BS1192:2007+A2:2016 2007+A2 2016


Collaborative production of architectural,
engineering and construction information. Code of
practice

3 PAS 1192-2:2013 2013


Specification for information management for the
capital/delivery phase of construction projects using
building information modelling

4 MMRCL CAD Standard V1.0 20-April-


2017

5 MMRCL - Engineering Assurance File Naming V1.0 20-April-


Convention 2017

6 MMRCL Design Review and Acceptance Procedure

7 MMRCL Master Information Delivery Plan Template V1.0 20-April-


(MIDPT) 2017

8 MMRCL Master Delivery List V1.0 20-April-


2017

9 MMRCL Master Production Delivery Table V1.0 20-April-


2017

10 MMRCL Level 2 BIM E2E Workflow Process V1.0 20-April-


2017

11 MMRCL Level 3 Drawing Process V1.0 20-April-


2017

12 MMRCL Level 3 Model Process V1.0 20-April-


2017

3|Page
Table of Contents
1. PURPOSE ......................................................................................................................................... 6
2. THE EMPLOYERS 5D BIM OBJECTIVES ............................................................................................. 7
2.1 The Employer’s Objectives ...................................................................................................... 7
2.2 Project Objectives ................................................................................................................... 8
3. INFORMATION UTILISATION AND PLANNING................................................................................. 9
3.1 Primary Uses of Data and Information ................................................................................... 9
3.2 Stage Gate Digital Assurance .................................................................................................. 9
3.3 Technical and Design Reviews .............................................................................................. 11
3.4 LOD (Level of Definition) - Principles and Requirements...................................................... 12
3.4.1 Purpose and Scope........................................................................................................ 12
3.4.2 LOD Principles ............................................................................................................... 12
3.5 Master Production and Delivery Table (MPDT): The Employers Requirement .................... 18
3.6 Value Engineering ................................................................................................................. 18
3.7 Health and Safety and Construction Design Management (CDM) ....................................... 18
3.8 Asset Information ................................................................................................................. 19
3.9 Training Arrangements ......................................................................................................... 19
4. STANDARDS, METHODS AND PROCEDURES ................................................................................. 19
4.1 Standards .............................................................................................................................. 19
4.2 Security ................................................................................................................................. 20
4.3 Roles and Responsibilities ..................................................................................................... 20
4.4 Naming Conventions ............................................................................................................. 22
4.5 Classification ......................................................................................................................... 22
5. INFORMATION MANAGEMENT..................................................................................................... 22
5.1 System Performance and Constraints................................................................................... 22
5.2 Planning and Work Segregation............................................................................................ 22
5.3 Common Data Environment (CDE)........................................................................................ 24
5.3.1 Task WIP (Work in Progress) Team Data Environment................................................. 25
5.4 Collaboration Process ........................................................................................................... 25
5.5 Compliance Plan.................................................................................................................... 25
6. DIGITAL ENGINEERING .................................................................................................................. 26
6.1 Software Platforms ............................................................................................................... 26
6.1.1 Collaboration Platforms ................................................................................................ 26
6.1.2 Content Development and Analysis Platforms ............................................................. 26
6.2 Information Exchange Formats ............................................................................................. 26
6.3 Coordinates ........................................................................................................................... 27

4|Page
7. COMMERCIAL REQUIREMENTS..................................................................................................... 27
8. DEFINITIONS .................................................................................................................................. 28

5|Page
1. PURPOSE
The purpose of this Employer Information Requirements (EIR) document (as a part of
“Business Requirement Document”) is to provide specific details and instructions relating to
Production Information and Handover Information [Information Artefacts] about the
engineering solution of the MMRCL (Maha Metro Rail Corporation Ltd) asset and how these
shall be captured, authored, managed and submitted to MMRCL or its agent [the Employer]
by the Supplier / Detailed Design Consultant / Contractor [the Supplier] .

The EIR sets out MMRCLs EIR standards, methods and procedures to be used for producing
and managing Information Artefacts during each project phase, to make sure that the
developed engineering solution meets project objectives and desired outcomes and benefits.

As such, it is incumbent on the Supplier to explain:

Pre-contract (if applicable):

As part of the Supplier tender submission and scope of services, and specifically within the
pre-contract BEP (BIM Execution Plan):

 how the Supplier intends complying with the MMRCL Design, Review and Acceptance
procedure
 how the Supplier intends complying with MMRCL EIR SMP (Standards, Methods and
Procedures)
 how the Supplier will help MMRCL achieve its BIM objectives in a manner which helps
eliminate risk from the project and which promotes collaboration, innovation and
right first time design
 how the Supplier intends producing and delivering Information Artefacts in
compliance with MMRCL standards

Post Contract:

As part of the Supplier post-contract BEP (BIM Execution Plan) and in addition to the pre-
contract points listed above:

 how the Supplier intends developing the scope and delivery schedule for the MIDP
(Master Information Delivery Plan) for agreement with MMRCL
 how the supplier intends to make sure that Information Artefacts are submitted in
accordance with the MIDP, to the required schedule, LOD and quality
 how the Supplier intends publishing Drawing information to support Design Reviews,
costing or any other identified purpose
 how the Supplier intends sharing and publishing Modelling information for
Coordination and Collaboration purposes
 how the Supplier intends working collaboratively with interfacing disciplines and
contracts in order to eliminate coordination issues, design clashes and constructability
issues
 how the Supplier intends satisfying the Level of Definition (LOD) requirements

6|Page
The EIR sets out Level of Definition requirements. This is a collective term used to describe
both the ‘Level of Model Detail’ and the ‘Level of Information Detail‘ to be authored and
issued to the Employer by the Supplier.

The ‘Level of Model Detail’ is the description of graphical content of models which is required
during each (applicable) project phase (for example during CONCEPT DESIGN, PRELIMINARY
DESIGN, DETAILED DESIGN etc)

The ‘Level of Model Information’ is the description of non-graphical content of models which
is required during each project phase.

The LOD principles and requirements are set out in sections 3.4 and 3.5 respectively.

Note that this EIR document has been produced in alignment with BS1192 [Ref 2] and PAS
1192:2-2013 [Ref 3] and uses terminology consistent with this standard including:

 Task Team
 Master Information Delivery Plan (MIDP)
 Master Production Delivery Table (MPDT)
 BIM Execution Plan (BEP)

A glossary of key terms used in this EIR can be found in section 8 Definitions.

The following sections of this EIR document describe the Employers Objectives, the EIR
Standards Methods and Protocols and Supplier obligations in more detail.

2. THE EMPLOYERS 5D BIM OBJECTIVES


It is MMRCL’s objective to have a common strategy for the adoption of 5D BIM. The strategy
includes an approach to describing information requirements across all aspects of the asset
lifecycle with the Information Requirements (EIR) for such, being described in this document.

2.1 The Employer’s Objectives

 To achieve a world-class quality of service, achieve efficiency and practice better


control over the financial transactions and project activities

 Establish uniform standards for excellence in operations, project management, human


resource management, financial management and performance reporting

 To drive efficiencies in the production, modification, operation and decommissioning


of its engineered assets through data driven information, improving decision making
and delivering best value to its stakeholders

 To institutionalise the use of the 5D BIM processes and solutions with the expectation
that the solutions to become the backbone of the project during the design and build
phase and subsequently for operations upon go-live of the project; with no change in
the platforms envisaged unless the technology solution is declared obsolete and out
of support

7|Page
 To make sure that project execution stays within the defined timelines and budgets
with the best of quality resulting from world-class practices on scheduling, estimation
and engineering

 To institute good practise, collaborative techniques and behaviours which results in


on-time and within budget project execution as follows:

o A focus on design beyond 2D drafting and 3D modelling


o Early visualisation and comprehension by MMRCL – enabling faster approval
cycles
o Ease of coordination between construction documents
o Spatial Coordination between disciplines
o Clash detection and conflict resolution limiting issues on-site and during
construction.
o Extraction of intelligent data and automated schedules
o Ability to take-off materials and quantities
o Ability to link Models, Projects Schedules and Construction Sequencing
o Projecting future construction sequence conflicts
o Tracking and identifying location of material and pieces on-site in a simulated
environment
o Transparent and realistic picture of the actual activities in the Project
o Visualisation of construction-sites for contractors, sub-contractors and clients
onsite
o Integration of BIM with mobile-devices for managing construction and
commissioning / hand-over.
o View the current cost and compare it to the estimated total target cost of
projects as well as interim costs against design during design phases
o Effective strategic and operational setup right from the beginning of the
Project
o Implementation of an effective Operational Excellence in Initialisation &
Execution
o True and fair view on financials, reliable forecast and what-if-scenarios
o Cost and Time optimised Program Management with early warning system in
place for on-time management action

 To procure / produce, manage and maintain data and information about the MMRCL
engineered assets that is complete, consistent and can be trusted and re-used for
operational purposes and for future business intelligence

2.2 Project Objectives

The Employer’s 5D BIM objectives for the Pune Metro Project / Contracts are to:

 achieve target capital delivery cost


 deliver best value through innovation
 obtain digital assurance and evidence, through the use of Information Artefacts,
verifying the integrity and completeness of the design of the engineered solution at
each stage of the Project / Contract
 obtain digital assurance and evidence, through the use of Information Artefacts,
validating the buildability of the engineered solution

8|Page
 obtain digital assurance and evidence, through the use of Information Artefacts,
verifying that (and how) the asset(s) can be efficiently constructed / installed
 obtain digital assurance and evidence, through the use of Information Artefacts that
health and safety and CDM requirements have been identified and met
 obtain digital assurance and evidence, validating the integrity and completeness of
the (Handover) Information Artefacts
 obtain structured (Asset) data to populate Asset Management Information Systems

3. INFORMATION UTILISATION AND PLANNING


3.1 Primary Uses of Data and Information

The Employer’s primary uses for the Information Artefacts, throughout the lifecycle of the
asset(s), are as detailed in Table 3-1.

Table 3.1 – Primary Use


Reference Description
PU01 Assurance

To verify that MMRCL assurance requirements are satisfied and evidenced


PU02 Project Coordination

To verify coordination and integration between disciplines and with adjacent


works / contracts
PU03 Business Case and Whole Life Cost

To validate the business case and whole life cost forecasts, making sure they
are robust and outcomes and benefits can be / will be achieved.
PU04 Cost

Facilitate the population of the cost and estimating systems


PU05 Operations and Maintenance

To validate that the assets will meet the operational and maintenance
requirements as set out in the (Asset sections of the) Model Production and
Delivery Table (MPDT)
PU06 Asset Registration

To facilitate the asset registration process and subsequently populate the


Asset Management Information Systems
PU07 Benefits Management

To help verify that the project outcomes and benefits have been achieved

3.2 Stage Gate Digital Assurance

All Information Artefacts, as explicitly defined in the MIDP, shall be submitted to MMRCL
using the MMRCL Common Data Environment (CDE), in order to:

9|Page
 provide the requisite level of assurances in accordance with the Employers
Requirements
 inform stage gate decisions, as defined below to enable Stage Gate sign-off:
o Stage 1: INITIATION

Have business outcomes and benefits (that the projects must deliver) been
established?
o Stage 2: CONCEPT DESIGN

Are the business outcomes and benefits achievable?

Is there an option that delivers optimum value?

o Stage 3: PRELIMINARY DESIGN

Have the design principles been defined?

Can the scope of the project be frozen?

o Stage 4: DETAILED DESIGN

Will the designed solution deliver the required outcomes?

Can the detailed design be used for contracting delivery of the works?

o Stage 5: CONSTRUCTION (INSTALLATION)

Have all (Production) Information Artefacts been provided and verified?

o Stage 6: HANDOVER

Have all (Handover) Information Artefacts been provided and verified?

Have the assets been accepted by the end user?

o Stage 6: OPERATIONS

10 | P a g e
Note: the table below provides a cross-reference between the generic project stages listed
above and contract specific project stages

Stage 1 Stage 2 Stage 3 Stage 4 Stage 5 Stage 6 Stage 7


CONCEPT PRELIMINARY DETAILED CONSTRUCTION
INITIATION HANDOVER OPERATIONS
DESIGN DESIGN DESIGN (INSTALLATION)
Concept Preliminary Detailed Commissioning & Operation &
Viaduct Initiation Construction
Design Design Design Handover Mantenance
Concept Preliminary Detailed Commissioning & Operation &
Station Initiation Construction
Design Design Design Handover Mantenance
Material/ Equipment
Operations &
Traction Initiation Preliminary Detailing Procurement Commission
Maintenance
Installation & Testing
Procurement
Testing &
(Manufacturing &
Commissioning
Electrical & Inspection) Operations &
Initiation Preliminary Detailed
Mechanical Maintenance
Supply Integrated Testing
Installation Handing Over
Delivery
Interface test &
Installation Test
Configuration
Procedures
Revenue
Own Commissioning &
Telecom Initiation Concept Preliminary Detailed ITC Operations
Configuration
(Final Testing) Date
Partial Acceptance
System Configuration
Trail Runs
System Acceptance Test
Mock Integrated Testing
Rolling Production & Commissioning
Initiation Preliminary Pre-final Detail Operations
Stocks
Testing & Commissioning Trail Run

FAT Testing &


Signalling Initiation Preliminary Detail Delivery Commissiong Operations
Installation As-Built
Depot
Track

 facilitate the primary uses as set out in Table 3-1


 deliver the required types of documentation as part of the (Handover) Information
Artefacts, as defined in the MIDP (Master Information Delivery Plan).

NOTE: The Supplier shall identify and capture within the MIDP, the Information Artefacts that
will be delivered to support and inform the stage decisions and assurances, as set out within
the MMRCL Design Review and Acceptance Procedure [Ref 6].

For details of the required types of documents to be delivered as part of the Handover
Information, refer to the Operations and Maintenance section of the MIDP.

3.3 Technical and Design Reviews

All Technical and Design Reviews are to be undertaken in accordance with the MMRCL
Design, Review and Acceptance procedure [Ref 6]. This procedure specifically identifies the
types, frequency and events at which reviews will be undertaken.

The MMRCL Design, Review and Acceptance procedure [Ref 6] provides a comprehensive list
of questions which are be answered at each Design Review. The Supplier shall provide the
agreed Information Artefacts needed to adequately answer all design review questions and
provide the requisite evidence of assurance.

11 | P a g e
All Information Artefacts for Technical and Design Reviews shall be submitted by the Supplier
through the CDE in accordance with the relevant MMRCL EIR Standards, Methods and
Procedures [Ref 1]

3.4 LOD (Level of Definition) - Principles and Requirements

3.4.1 Purpose and Scope

The purpose of this section is to define the LOD principles and requirements for each of the
primary systems and components within each Discipline for each project stage.

The Employer’s LOD requirements are specified in the Employer’s MDPT (Master Delivery Plan
Table) – which is provided as a referenced document to this EIR document. The Employers
MDPT declares:

 The list of systems for which models are required


 The project stage or stages (eg DETAILED DESIGN) at which models are to be
developed by the Supplier

NOTE: see section 3.5 Master Production and Delivery Table (MPDT): The Employers
Requirement, for the stages at which models are to be developed by the Supplier

 the required LOD for each of the systems models


 the intended purpose of the models
 the native and deliverable formats in which the models are to be issued to the CDE

NOTE: The Supplier shall develop the MIDP and BEP to provide assurances and evidence as
to how the points above will be addressed

3.4.2 LOD Principles

The Level of Definition is a collective term used to describe both the ‘Level of Model Detail’
[LOD] and the ‘Level of Information Detail‘ [LOI] to be authored and issued to the Employer
by the Supplier.

The ‘Level of Model Detail’ is the description of graphical content of models which is required
during each (applicable) project stage (for example during DETAILED DESIGN etc)

The ‘Level of Model Information’ is the description of non-graphical content of


models which is required during each project phase.

These principles are based on PAS1192-2 [Ref 3] as illustrated below:

12 | P a g e
In principle, the LOD and LOI and matures progressively throughout the project lifecycle as
illustrated in the diagram below.

Figure 1. Plan of Work and the progressive Level of Definition.

Table 3.4.1 below declares MMRCL’s overall vision and principles for modelling, LOD and LOI
across the project lifecycle.

13 | P a g e
Table 3.4.1 - Generic principles of Levels of Model definition for building and infrastructure projects
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Systems to be N/A As per MPDT As per MPDT As per MPDT As per MPDT As per MPDT As per MPDT
covered requirements requirements requirements requirements requirements requirements
Graphical
Illustration
(Building Project)

Graphical
Illustration
(Infrastructure
Project)

What the model Model information Models which A dimensionally correct A dimensionally correct An accurate model of the asset An accurate record of the An updated record of the
communicating the communicate the initial and coordinated model and model that can be before and during construction asset as a constructed at asset at a fixed point in
can be relied
brief, performance response to the brief, which communicates the used to verify compliance incorporating coordinated handover, including all time incorporating any
upon for requirements, aesthetic intent and response to the brief, with regulatory specialist subcontract design information required for major changes made since
performance outline performance aesthetic intent and some requirements. The model models and associated model operation and maintenance. handover, including
benchmarks and site requirements. The performance information can be used as the start attributes. The model can be performance and condition
constraints model can be used for that can be used for point for the incorporation used for sequencing of data and all information
early design analysis, design of specialist contractor installation and capture of as required for operation and
development, analysis development and early design models and can installed information maintenance.
and co-ordination. contractor engagement. include information that
Model content is not The model can be used for can be used for
fixed and may be co-ordination, sequencing fabrication, co-ordination,
subject to further and estimating purposes sequencing and estimating
design development. including the agreement of purposes, including the
The model can be used a first stage target price agreement of a target
for co-ordination, price/guaranteed
sequencing and maximum price.
estimating purposes.

Output Project brief and Refined project brief Approval of coordinated Integrated production As constructed systems, Agreed final account. In
procurement strategy and concept approval developed design information. Complete operation and maintenance use performance
fabrication and manufacturing information. Agreed final compared against Project
details, system and element account Building Log Book Brief. Project process
verification, operation and Information gathered as key feedback: risk;
maintenance information elements are completed to procurement information
Modify to represent as feed installation management, soft landings
installed model with all information for the later
associated references. packages.

14 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Parametric Project needs update: Sufficient date to Co-ordinated Developed Production information for Production record for the Updated: Geometry and Revisions for modifications
definition of function(s), estimate per square Design for the project the project: Specific project: Specific systems, installed product to the facility during its life.
Information
operation, quality and metre rates and other setting: generic systems, systems, objects and objects and assemblies information, "as
time. similar metrics. objects, or assemblies assemblies accurate in accurate in terms of constructed"
Benchmarking updated: Wireframe for represented with, detailed terms of specification, size, specification, size, form, Accuracy/resolution of
capital cost, surfaces/solids. form, function, cost, form, function and function and location with information. Commissioned
maintenance cost, time, Concepts, site context defining all components in location. Critical interfaces detailing, fabrication, performance for: OPEX,
health & safety, risk placeholder/ volumes/ terms of overall size, flagged Fixing assembly, and installation energy, and carbon Detailed
procurement contract. package volumes, typical detail, performance Methodology Confirmed information Detailed routing of maintenance methodology.
Performance system routings, site and outline specification, clash free detailed system Fixings and interfaces Snagging action status.
requirements: Priorities selection, datum points primary geometry frozen, production program details to be used. Updated:
and aspirations for: & levels. Integrated integration of standard sequence. Updated: energy use and embodied and
function, mix of uses, concept for the project designs and systems, energy use and embodied in use carbon, detailed design
scale, location, quality, setting scope, scale, builders work strategy for and in use carbon, detailed and construction program.
performance in use, form and primary significant interfaces, design and construction
cost (CAPEX & OPEX), design criteria: energy use, embodied and program
value, time, health & architectural form and in use carbon.
safety, embodied and in spatial arrangements, Maintenance plan Detailed
use carbon, energy and services philosophy and design and construction
resources needs, special arrangements program.
standard designs. Site preliminary assessment
constraints: geo-spatial, of energy use and
available site embodied/in-use
information. carbon, incorporation
of standard systems

Employer
activities

15 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Critical N/A Environmental control Assumed procurement Allocated procurement Progressive capture of actual As constructed 3D scan As modified survey data.
philosophy and special package performance ad package relationships, dimensional data for critical Element performance test
Interfaces and
allocations for spatial boundaries; Other performance and special interface dimensions. results. System
logic ventilation; Availability relationships between boundaries; Actual Progressive capture of Commissioning status.
of the site and outline procurement packages; dimensional interface information for calculating
construction Assumed design codes requirements; Records of material requirements for
methodology regarding dimensional any derogations approved; follow on packages. Capture of
assumptions; Services tolerances of related Actual on-site to offsite object status for progress
capacity for the site systems; Foundation interface specifications. reporting and collaborative
Permitted working tolerances for use of off- planning.
hours on site site modular system;
Assessment of predicted
movements (thermal,
loading, creep, shrinkage
etc.)

Construction N/A Crane use zones; Traffic Confirmed crane (or other Actual crane (or other Status of construction Confirmed status that the Design of any construction
diversions lifting system) zones lifting system) zones and requirements. Safety briefing construction aids have been requirements, eg:
requirements
framework details. Traffic movement sequences. information. Construction removed. temporary safety supports
(Examples) diversion details. Construction methodology, sequence and or restraint supports or
methodology, sequence movements, critical to restraint systems if
and movements, critical to installation. Formwork details structural defects have
how the production design including install and removal been discovered.
is developed. sequence. Actual traffic
diversion details.
Project Costs Initial project budget. Feasibility cost plan. Commitment Cost Plan. Contract Sum/Target Contract Sum/ Target Price/ Final account. Actual in-use costs. Asset
Order of cost estimate. Feasibility life cost plan. Contractor's first stage bid price/ Agreed Maximum Agreed Maximum Price. Pre- replacement sinking fund.
submission. Detailed Price. Pre-construction construction whole life cost
whole life cost plan. whole life cost plan plan.

Project Logistics Client requirements, eg Assumed access and A feasible logistics Finalised logistics Object status progress Remote monitoring systems Remote monitoring
to avoid impact on egress points; Potential sequence for the sequences. Details of recording to initiate demand status. systems status.
and off site
other operations. delivery and lay down construction sequence; actual off-site system to be pull signals for deliveries.
activities zones. Confirmed modular used.
(examples) strategy (volumetric,
panelised, hybrid or other)

16 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Project facilities Collaboration tools; Assumed access and Confirmed access zones Finalized, costed plan, Recording status of security Security system operational, Security system
Data standards welfare zones; Design and design team Critical lead times critical areas (EG unchecked, potentially using model operational. Facilities
(Welfare, IT
team collocation. collocation. confirmed. Off-site sweep in progress, screened information for lines of sight management systems
Infrastructure, manufacturing capacity and secured) from cameras, PAVA zone running on model
security etc) reserved. controls, etc. generated information
onsite and Geometry for letting
activities accessed from "as
offsite
constructed" model
(examples)

Notes and Management systems Technical strategy Provides the basis for Updated: maintenance Detailed construction Approximate final account N/A (project closed)
for information and studies. Commissioning Integrated Production plan, risk management methodology, Updated health Maintenance procurement
associated
decision making philosophy NRM1 Information to be plan, detailed construction and safety risk management pricing Remedial works,
project Approval policies. capital cost plan NRM3 produced on a package methodology, NRM2 plan NRM3 maintenance cost handover and maintenance
documents, maintenance cost plan basis with limited risk of procurement pricing plan program.
based on model changes to primary schedule, NRM3
coordination Room maintenance cost an,
information
Information sheets, health and safety risk
Detailed construction management plan, risk
methodology NRM2 and management plan.
NRM3 cost plans Health
and safety risk
management Risk
Management plan.

17 | P a g e
3.5 Master Production and Delivery Table (MPDT): The Employers Requirement

The Employers MPDT Requirements define the minimum LOD and LOI required for each
System. These are explicitly defined in the Employers MDPT, which are referenced by to this
EIR document.

NOTE: It is MMRCL’s requirement that model Information Artefacts should be developed from
the start of DETAILED DESIGN stage of the project. 2D drawings approved at the end of the
preliminary stage should be used for developing the 3D Model which is only to be submitted
for Review. On Final approval (Level A or Level B) of the 3D Model, 2D drawings are extracted
and submitted for review with 3D drawings for Construction certification.

The Supplier shall develop the MIDP and BEP to provide assurances and evidence as to how
the points below will be addressed:

 How models shall be developed to the required LOD/LOI.


 How models (and 2D drawings) shall be developed and issued to the CDE in the
identified native and deliverable formats

 How the Supplier intends working collaboratively with interfacing disciplines and
contracts in order to eliminate coordination issues, interface and design clashes and
constructability and construction sequencing issues
 How all information artefacts (both models and drawings) shall comply with the
MMRCL - Engineering Assurance File Naming Convention [Ref 5]
 How all information artefacts (both models and drawings) shall comply with the
MMRCL CAD Standard [Ref 4]

3.6 Value Engineering

NOTE: The Supplier shall provide details of how Information Artefacts will be used to show the
effectiveness (and provide assurance and evidence) of value engineering.

Value engineering must be integrated into the Design Review procedure. An MMRCL
Operations Representative must have access to all relevant Information Artefacts and attend
all value engineering reviews.

NOTE: The Supplier shall provide details of how Information Artefacts will be presented and
approved during the review process.

3.7 Health and Safety and Construction Design Management (CDM)

NOTE: The Supplier shall provide details of how Information Artefacts will be utilised to
support health and safety and CDM obligations; identifying, eliminating and reducing hazards
and risks and providing better safety management.

Where the Supplier is contracted to carry out Detailed Design they shall provide details of
process for integrating the construction plan with other components of the Production
Information. Details shall include how safety measurements will be validated and how
compliance with safety regulations will be checked.

18
3.8 Asset Information

Table 3-5 provides details of the Employer’s corporate solutions for the management of Asset
Information and the vehicle for delivery of the required information.

Table 3.5 – Asset Information


Description
System Data / Information Information Exchange Format
Bentley AssetWise Documentation Word/Excel/PDF
Bentley ProjectWise Graphical Data Refer to Table 6.2
Non-Graphical Data Excel

Note: Where the MMRCL MPDT Requirements extend to the CONSTRUCTION, HANDOVER or
OPERATIONs phases, the Supplier shall develop and include a MDPT response within the
Suppliers BEP providing assurances and evidence as to how the points below will be
addressed:

 How Asset Information Artefacts shall be developed to the required LOD/LOI for each
of the listed systems and project stages
 How Asset Information Artefacts (and 2D drawings) shall be developed and issued to
the CDE in the identified native and deliverable formats
 How Asset Information Artefacts shall comply with the MMRCL - Engineering
Assurance File Naming Convention [Ref 5]
 How Asset Information Artefacts (drawings) shall comply with the MMRCL CAD
Standard [Ref 4]

3.9 Training Arrangements

The Supplier is responsible for making sure that their staff (and that of their Sub-contractors
of any tier) are adequately briefed and trained to undertake the Information Management
and Information Modelling aspects of the project.

The Supplier shall provide details of how they will make sure (and manage and maintain) their
staff (and that of their Sub-contractors) have the capability and competency to provide
verified and coordinated Information Artefacts in accordance with these EIRs.

4. STANDARDS, METHODS AND PROCEDURES


4.1 Standards

All Information Artefacts, as specified in the MPDT and as defined and agreed in the MIDP,
shall be produced, managed and submitted into the CDE in accordance with the standards and
procedures listed below and in any case in compliance with the MMRCL EIR Standards,
Methods and Procedures [Ref 1].

Table 4.1 – Industry Standards


Standard Ref Title Revision

19
BS 1192:2007+A2:2016 Collaborative production of architectural, N/A
engineering and construction information. Code of
practice
BIP2207 Standard Framework and Guide to BS1192:2007
PAS 1192-2:2013 Specification for information management for the
capital/delivery phase of construction projects using
building information modelling
Digital Plan of Work (NBS https://toolkit.thenbs.com/
Toolkit)
CIC BIM Protocol 2013

Table 4.1 – Project Standards & Procedures


Standard Ref Title Revision
MMRCL CAD Standard MMRCL CAD Standard V1.0

4.2 Security

NOTE: The Supplier shall provide details and assurances within the BEP of how the following
potential security concerns will be addressed:

Note: that the scope and context of these security concerns relates to the Suppliers
production and management of Information Artefacts, in particular when working outside of
the MMRCL CDE

 How the Supplier will comply with all relevant MMRCL security policies
 How the Supplier will protect MMRCL IP (Intellectual Property)
 How the Supplier will make sure that access to Information Artefacts will be restricted
only to the relevant, authorised personnel
 How the Supplier will protect Information Artefacts against malicious attach

4.3 Roles and Responsibilities

The role of a Project Information Manager shall be appointed by the Supplier.

The responsibilities of the Project Information Manager include:

 making sure that the BEP has been completed and agreed with the Employer and
(where appropriate) briefed to Sub-contractors or suppliers of the Supplier and the
relevant the Project / Task Team members
 making sure that the BEP is updated as works progress, in compliance with project
change control procedures
 making sure that all Employer standards, methods and procedures are fully complied
with
 promoting collaborative behaviours
 providing the focal point for all Information Artefact management issues on the
project

20
 making sure that all Information Artefacts are compliant with the requirements of the
contract and all relevant Employer standards
 making sure that all Information Artefacts are managed and submitted through the
CDE and that all mandatory meta-data has been populated
 making sure that the Supplier, Sub-contractors or suppliers of the Contractor /
Consultant, and the relevant the Project / Task Team members (as applicable) have
continued and appropriate access to the Project Data Environment
 providing clear instructions, including on the following areas:
o which Information Artefacts are required, by whom and for what purpose;
o who will generate the Information Artefacts and maintain them;
o how Information Artefacts will be sorted and distributed;
o how frequently Information Artefacts will be shared (for example for inter-
disciplinary coordination purpose); and
o what actions should be taken on receipt of Information Artefacts
The Roles and Responsibilities relating to the authoring, checking, sharing, publishing and
management of the Information Artefacts can be found in the MMRCL EIR Standards,
Methods and Procedures [Ref 1].
The Supplier shall assure MMRCL that that responsibilities have been adequately allocated
and that a contact list of those assigned to the project, including Curriculum Vitaes (CV) is
maintained for assurance purposes.

21
4.4 Naming Conventions

The Supplier shall make sure that a single File Naming convention is used for all Information
Artefacts and that File Names are unique across the Project.

The File Naming Convention is defined in MMRCL EIR Standards, Methods and Procedures
document [Ref 1].

4.5 Classification

The Supplier shall structure all Information Artefacts; categorising the functional and physical
characteristics of the assets such that they can be efficiently identified, grouped and utilised

5. INFORMATION MANAGEMENT
5.1 System Performance and Constraints

The Supplier shall provide details of any limitations / restrictions of all IT systems; this should
as a minimum determine limitations on files size and any restrictions on the use of the
MMRCL recommended software platforms.

The Supplier is responsible for procuring, testing and implementing any required IT
infrastructure, hardware and software in advance of project mobilisation and on-boarding.

5.2 Planning and Work Segregation

Zoning and Volume Strategy

The Contractor / Consultant shall provide details of their massing strategy in accordance with
Section 3.4 Level of Definition – Principles and Requirements which shall define the extents
of the proposed design, including:

 shape
 general size
 location
 orientation.

Modelling Strategy

The Supplier shall provide details of their modelling strategy, which must explicitly define how
Information Artefacts will be developed to allow;

 parallel working across discipline / Task Teams


 coordination within (and across) interfacing disciplines / Task Teams and all adjacent
works /contracts
 efficient Information Artefact exchange through the CDE
 delivery of graphical information in accordance with the MMRCL CAD Standard [Ref
4]

22
23
Volume Strategy

The Supplier shall provide details of their volume strategy, which must explicitly define how
the extents of the massing strategy are sub-divided into spaces within which discipline / Task
Teams can effectively coordinate their designs (i.e. rooms, horizontal and vertical circulation,
structures, service routes).

The Supplier shall provide details of their processes for utilising the volume strategy to:

 federate models
 provide assurances and evidence of coordination between interfacing disciplines /
Task Teams and all adjacent works / contracts
 design within each volume
 provide assurances and evidence of the coordination and integration between the
volumes

Please refer to Section 3.4 Level of Definition – Principles and Requirements for more details.

5.3 Common Data Environment (CDE)

All Information Artefacts shall be authored, checked, shared, published and managed through
the CDE, in accordance with MMRCL EIR Standards, Methods and Procedures [Ref 1] – but
see qualifying notes below with respect to authoring and checking.

The CDE comprises:

 A Project Data Environment

MMRCL will provide a designated system accessible to all Task Teams and other
relevant stakeholders (as authorised by MMRCL), which shall be used as a managed
‘single source of truth’ for all Information Artefacts shared for (non-contractual)
coordination and collaboration purposes and for all Information Artefacts published
for (contractual) MMRCL Design Review and Acceptance purposes

 Task Team Data Environment(s)

MMRCL will provide each Task Team with a dedicated, secure working area (the Task
Team Data Environment) where Information Artefacts shall be Shared and Published,
in accordance with the Master Information Delivery Plan (MIDP).

All Shared and Published Information Artefacts shall first be approved by the Task
Team Manager before issue to the relevant Shared or Published Area of the Project
Data Environment

All Shared and Published Information Artefacts shall first be approved by the Task Team
Manager before issue to the relevant Shared or Published Area of the Project Data
Environment

MMRCL shall provide the Project Data Environment as described in MMRCL EIR Standards,
Methods and Procedures [Ref 1]. All other details relating to the Collaboration Tools used to
support the CDE are documented below.

24
The Employer Collaboration tool is declared in Table 6.1a. Details of how the Supplier (and
their Sub-contractors) shall access and interact with the system, including the security model,
access rights and training and support to be provided is documented in the MMRCL EIR
Standards, Methods and Procedures [Ref 1].

5.3.1 Task WIP (Work in Progress) Team Data Environment

Note that Suppliers may optionally choose to develop WIP Information Artefacts within the
MMRCL Task Team Data Environment.

On request, MMRCL shall provide each Task Team with a secure WIP (Work in Progress)
working area, where the Supplier can author and check Information Artefacts in advance of
issuing to the relevant Shared or Published Area of the Project Data Environment should the
Supplier choose to work this way – the Supplier shall notify and document this intent within
the Suppliers BEP response

5.4 Collaboration Process

The Supplier shall make sure that all Information Artefacts are checked, approved and verified
as Information Artefacts are issued to or are passed through the CDE.

The types of checks and approvals shall be determined by the purpose for which the
Information Artefacts is being shared (refer to Section 8 of the SMP for further details).

The Supplier shall provide the following details:

 processes for checking, approving and verifying Information Artefacts within the CDE
 triggers for sharing / exchanging Information Artefacts
 purposes of sharing / exchanging Information Artefacts
 assurances of compliance against the prescribed information exchange format
 frequency and purpose of each design review / coordination workshop

5.5 Compliance Plan

The Supplier shall provide details and evidence of how Information Artefacts, delivered
through the CDE, are:

 verified against Project Requirements (including the EIR)


 compliant with the standards set out in section 4.1,
 progressed to the agreed LOD as set out in the MIDPs and BEP
 spatially coordinated in relation to the assets physical space, operational space and
maintenance space
 useable by the software platforms identified in Table 6-1
 in the information exchange formats identified in Table 6-2; and
 checked and approved for technical content, in accordance with the MMRCL Design,
Review and Acceptance Procedure [Ref 6]

25
6. DIGITAL ENGINEERING
6.1 Software Platforms

6.1.1 Collaboration Platforms

The Employers Collaboration Platforms are listed in Table 6-1.

Table 6.1 – Employer Collaboration Platforms


Use Platform Version
CDE: Project Data Environment –
Bentley ProjectWise
Collaboration Tool
CDE: Project Data Environment – DMS
Bentley AssetWise
(Document Management System)
3D/4D/5D integration RIBiTwo
Project Scheduling Primavera
Enterprise Reporting SAP

6.1.2 Content Development and Analysis Platforms

The Employer shall not place any restrictions on the content development or analysis tools to
be used by the Supplier.

However, in order to minimise compatibility and interoperability issues, the Employers


mandates that any DWG format which is issued to the CDE is published using AutoCAD version
14 or higher.

The Supplier shall document assurances to this affect through the BEP response.

6.2 Information Exchange Formats

The Supplier shall deliver Information Artefacts (issued through the CDE), in accordance with
the MIDP and in the exchange formats declared in Table 6-2 and where appropriate in
accordance with NRMCL CAD Standard [Ref 4].

Data/Information Exchange Format


Documentation PDF, DOC, XLS
2D Drawings (Design & Construction) DGN, PDF
2D Drawings (As Built & Operations & Maintenance) DGN, PDF

Native 3D discipline based models (Graphical Data) DGN


Deliverable 3D models (Graphical Data) iModel
4D Simulation (Graphical Data and Non-Graphical Data) iModel, DGN

Survey data (for Design & Engineering context) 3MX, CSV, SHP
Cost Data (Non-Graphical Data) XLS
Programs XER, PLF, MPP, PDF, XLS

26
If necessary, the Supplier shall provide details of how interoperability issues will be addressed
to make sure that Information Artefacts are delivered in the formats prescribed above.

6.3 Coordinates

All geographical Information Artefacts shall be exchanged, through the CDE, in compliance
with the MMRCL Project Grid:

 Survey information, including mapping


 All Information Artefacts which represent the fixed geographical location of an asset
or assets.

Details relating to the MMRCL Project Grid are listed below:

Details relating to the dimensional consistency / units of measure are found in the MMRCL
CAD Standard [Ref 4].

7. COMMERCIAL REQUIREMENTS

27
The Supplier shall respond to this EIR in the form of a BIM Execution Plan (BEP); the template
for which shall be provided by MMRCL.

8. DEFINITIONS
Table 8 – Definitions
Term Definition
Asset Management Systems used to store and manage data about assets.
Information System
BEP (BIM Execution Plan) A document within which the proposed approach, capability,
capacity and competencies of the prospective or selected
Contractor / Consultant sets out the response to the EIRs
CDE (Common Data The agreed solution for the production, use and management of
Environment) Model File(s), Composite Model(s), Non-Graphical Data,
Document Definition(s) and Document Rendition(s), as set out in
the SMP, BEP and MIDP(s)
Composite Model Computer Aided Design (CAD) file(s) displaying one or more
Model Files (attached as references), for the purpose of
performing coordination activities and / or compiling Document
Definitions.
Data Authoring Creation of Production Information and Handover Information
Data Capture Collecting, from various sources, Graphical Data and Non-
Graphical Data relating to asset(s)
Data Coordination Use of Graphical Data and Non-Graphical Data, about the
asset(s), to virtually assure and evidence coordination across all
task teams, existing infrastructure and adjacent works
Data Simulation Use of Graphical Data and Non-Graphical Data to virtually test
the design, construction, operation and maintenance of the
asset(s)
Data Validation Rule based tools used to validate and check all Production
Information and Handover Information against the EIR and
Standards
Data Visualisation Visually representing Graphical Data and Non-Graphical Data to
support decision making.
Document Definition Data file produced, containing a view of the Non-Graphical Data
and / or Model File(s) and / or Composite Model(s), to derive
meaning for a specific purpose
Document Rendition A data file in an immutable format, derived from a Document
Definition
Handover Information Model File(s), Composite Model(s), Non-Graphical Data,
Document Definition(s) and Document Rendition(s) which have
been agreed between the Parties to be produced, updated,
maintained and delivered as set out in the Master Information
Delivery Plan(s) in accordance with the Employers requirements
Information Artefacts The collective term for Production Information, Handover
Information and any other model or drawing deliverables
identified in the within the MIDP and MPDT – all Information
Artefacts shall be authored, shared, published and archived
within the CDE

28
MIDP (Master Information A forward looking schedule of the Model File(s), Composite
Delivery Plan) Model(s), Non-Graphical Data, Document Definition(s) and
Document Rendition(s) which are to be produced, maintained
and delivered as Information Artefacts
Model File Computer Aided Design (CAD) file(s) containing shape(s) with
defined origin, orientation and dimensions, communicating the
physical characteristic of the assets. A Model File may also
include Non-Graphical Data, associate to the CAD file(s) and / or
shape(s), identifying the functional characteristics of the asset(s)
Non-Graphical Data Data file containing alphanumeric characters, communicating the
physical and functional characteristics of the asset(s)
Primavera MMRCL Project Planning Tool

Production Information The Model File(s), Composite Model(s), Non-Graphical Data,


Document Definition(s) and Document Rendition(s), including
Engineering Information which have been agreed between the
Parties to be produced, updated and maintained in order to
provide the Works and be delivered during the design and
construction stages of the Project, as set out in the MIDP(s).

Referred to within PAS1192-2 as the PIM (Project Information


Model).

29
MMRCL EIR Standards, Methods and Procedures

1|Page
Document Status

Document Title MMRCL EIR Standards, Methods and Procedures

Document Number MMRCL-Pune Metro-SMP V1.0

Publication Date 20-April-2017

Issue Status For MMRCL acceptance

Prepared by

Reviewed by

Approved by

Revision Status

Date Revision Made Revision by Approved by

2|Page
References

No Title Version Date

1 MMRCL-Pune Metro-EIR V1.0 2007 + 20-April-


A2 2017

2 BS1192:2007+A2:2016 2016
Collaborative production of architectural,
engineering and construction information. Code of
practice

3 PAS 1192-2:2013 2013


Specification for information management for the
capital/delivery phase of construction projects using
building information modelling

4 MMRCL CAD Standard V1.0 20-April-


2017

5 MMRCL - Engineering Assurance File Naming V1.0 20-April-


Convention 2017

6 MMRCL Design Review and Acceptance Procedure 20-April-


2017

7 MMRCL Master Information Delivery Plan Template V1.0 20-April-


(MIDP) 2017

8 MMRCL Master Delivery List (MDL) V1.0 20-April-


2017

9 MMRCL Master Production Delivery Table (MPDT) V1.0 20-April-


2017

10 MMRCL Level 2 BIM E2E Workflow Process V1.0 20-April-


2017

11 MMRCL Level 3 Drawing Process V1.0 20-April-


2017

12 MMRCL Level 3 Model Process V1.0 20-April-


2017

3|Page
Table of Contents
1. PURPOSE ......................................................................................................................................... 6
2. SCOPE .............................................................................................................................................. 6
3. PROJECT DOCUMENTS .................................................................................................................... 6
4. MASTER INFORMATON DELIVERY PLAN ......................................................................................... 6
5. COMMON DATA ENVIRONMENT (CDE) PROCEDURES ................................................................... 6
5.1 General.................................................................................................................................... 6
5.2 CDE Procedure ........................................................................................................................ 9
5.2.1 Task Team WIP (Work in Progress) Area (Optional) ....................................................... 9
5.2.2 Project Shared Area ........................................................................................................ 9
5.2.3 Project Published Area .................................................................................................. 10
5.2.4 Archive .......................................................................................................................... 11
5.3 Information Security and Access........................................................................................... 11
5.3.1 General .......................................................................................................................... 11
5.3.2 CDE Roles and CDE Competencies ................................................................................ 11
6. INFORMATION EXCHANGES .......................................................................................................... 11
6.1 Task Team Data Environment ............................................................................................... 11
6.2 Project Data Environment..................................................................................................... 12
6.3 Supplier Responsibility .......................................................................................................... 12
6.4 Site Information (including Survey) ...................................................................................... 13
6.4.1 Site Information ............................................................................................................ 13
6.5 Employer Document Control (Employer use only) ............................................................... 13
7. ROLES AND RESPONSIBILITIES (for Information Artefacts)........................................................... 13
7.1 Design Coordination Manager (appointed by the Supplier) ................................................. 13
7.2 Lead Designer (appointed by the Supplier) .......................................................................... 14
7.3 Task Team Managers (appointed by the Supplier) ............................................................... 14
7.4 Interface Manager (appointed by the Supplier) ................................................................... 14
7.5 Project Information Manager (appointed by the Supplier) .................................................. 15
7.6 CAD Coordinator (appointed by the Supplier) ...................................................................... 15
7.7 CAD Manager (appointed by the Supplier) ........................................................................... 15
7.8 Project Manager (appointed by the Employer) .................................................................... 16
7.9 Designated Technical Lead / Manager (appointed by the Employer) .................................. 16
7.10 Lead Reviewer (appointed by the Employer) ....................................................................... 16
7.11 Employer Information Manager (appointed by the Employer) ............................................ 16
7.12 Document Controller (appointed by the Employer) ............................................................. 17
8. INFORMATION ARTEFACTS: CHECKS, APPROVALS & ACCEPTANCE ............................................. 17

4|Page
8.1 Checks and Approvals ........................................................................................................... 17
8.2 Employer Acceptance ........................................................................................................... 19
9. UNIQUE FILE IDENTIFICATION....................................................................................................... 19
10. METADATA ................................................................................................................................ 19
11. DEFINITIONS .............................................................................................................................. 20
APPENDIX A: DOCUMENT MAP ............................................................................................................ 22
APPENDIX B: CDE (COMMON DATA ENVIRONMENT) .......................................................................... 23
APPENDIX C: INFORMATION ROLES AND RESPONSIBILITIES ................................................................ 24
APPENDIX D: CDE – HIGH LEVEL WORKFLOW ...................................................................................... 25

5|Page
1. PURPOSE
The purpose of this document is to set out the MMRCL SMP (Standards, Methods and
Procedures), for the Pune Metro Project, including those relating to the MMRCL CDE
(Common Data Environment), the means by which Information Artefacts, as set out in the
MIDPs (Master Information Delivery Plans), are to be produced, used and managed.

The intent is to provide a common set of processes (including those in relation to the
Common Data Environment) for the production, use and management of the Model Files,
Composite Models, Non-Graphical Data and Document / Drawing Renditions.

This document shall be read in conjunction with MMRCL-Pune Metro-EIR V1.0 [Ref 1],
BS1192:2007+A2:2016 [Ref 2] and PAS 1192-2:2013 [Ref 3].

2. SCOPE
This SMP applies to all parties (including the Employer) involved in the Pune Metro Project,
who are engaged in the production, use and management of Information Artefacts as set out
and agreed in the MIDP(s).

3. PROJECT DOCUMENTS
See Appendix A: Document Map for the relationship between this and other EIR related
documentation.

4. MASTER INFORMATON DELIVERY PLAN


The Supplier / Detailed Design Consultant / Contractor [the Supplier] shall provide one MIDP
per organisation, per organisational role (as applicable).

The MIDP shall be populated and agreed and included as part of the Suppliers BEP response,
during the mobilisation period, prior to commencement of any production information.

Note that all updates to the MIDP shall follow project change control procedures.

5. COMMON DATA ENVIRONMENT (CDE) PROCEDURES


5.1 General

The Supplier shall produce, use and manage all Information Artefacts in accordance with the
procedures set out in Section 5.2 below.

The CDE comprises:

6|Page
 A Project Data Environment

MMRCL will provide a designated system accessible to all Task Teams and other
relevant stakeholders (as authorised by MMRCL), which shall be used as a managed
‘single source of truth’ for all Information Artefacts shared for (non-contractual)
coordination and collaboration purposes and for all Information Artefacts published
for (contractual) MMRCL Design Review and Acceptance purposes

 Task Team Data Environment(s)

MMRCL will provide each Task Team with a dedicated, secure working area (the Task
Team Data Environment) where Information Artefacts shall be Shared and Published,
in accordance with the Master Information Delivery Plan (MIDP).

All Shared and Published Information Artefacts shall first be approved by the Task
Team Manager before issue to the relevant Shared or Published Area of the Project
Data Environment

Note that on request, MMRCL will provide each Task Team with a secure WIP (Work in
Progress) working area, where the Supplier can author and check Information
Artefacts in advance of issuing to the relevant Shared or Published Area of the Project
Data Environment should the Supplier choose to work this way – the Supplier shall
notify and document this intent within the Suppliers BEP response.

Employers
Employers Information
Information Requirements
Requirements

Scope of
EIR IM Protocol Contract
Services

Project
Project Information
Information Requirements
Requirements Handover
Handover
Requirements
Requirements

Design,
EIR Standards, Document BIM Execution
Review &
Methods & Control Plan
Acceptance
Procedures Procedure (Template)
Procedure

Master
Information TBD
Delivery Plan

Commercial Employer Supplier


Document Document Document

Please refer to

7|Page
Appendix B: CDE (Common DATA ENVIRONMENT)

5.2 CDE Procedure

5.2.1 Task Team WIP (Work in Progress) Area (Optional)

Note that Suppliers may optionally choose to develop WIP Information Artefacts within the
MMRCL Task Team Data Environment.

On request, MMRCL shall provide each Task Team with a secure WIP (Work in Progress)
working area, where the Supplier can author and check Information Artefacts in advance of
issuing to the relevant Shared or Published Area of the Project Data Environment should the
Supplier choose to work this way

The Task Team WIP Area of the CDE is where a Task Team can develop content using their
organisations systems and tools. This is the only area of the CDE where Information Artefacts
are to be produced and / or edited.

Access to each Task Team’s WIP Area shall be restricted to those Task Team members who are
authorised (by the Task Team Manager) to author Information Artefacts. Information
Artefacts within this area of the CDE are not to be disseminated or used by other Task Teams,
or the Employer, for any purpose.

All WIP Information Artefacts shall carry a preliminary revision that includes the major
revision and minor version and the suitability ‘S0 – Non Verified Data’ (refer to Appendix D:
CDE – High Level Workflow).

Before Information Artefacts are shared with other Task Teams and other parties including
the Employer, the Task Team Manager shall make sure that all checks and reviews, as
applicable for the purpose for which the Information Artefact is being shared (as set out in
Section 8), have been carried out. The Task Team Manager shall then approve the Information
Artefacts for issuing to the Project Shared Area (forming part of the Project Data
Environment).

Before issuing Information Artefacts to the Project Shared Area, the Task Team Manager shall
make sure that the applicable suitability code and revision have been designated (refer to
Section 8).

5.2.2 Project Shared Area

The purpose of the Project Shared Area (of the Project Data Environment), is to serve as a
‘single source of truth’ for each Task Team’s issued Information Artefacts. Only Information
Artefacts within this area of the CDE are to be referenced by other Task Teams and other
parties including the Employer. The Information Artefacts are to be used in accordance with
assigned suitability codes. Refer to MMRCL CAD Standard [Ref 4] for a list of suitability codes.

Only Information Artefacts with applicable suitability code and revision, refer to MMRCL CAD
Standard [Ref 4], that have been approved by the applicable Task Team Manager are to be
held within the Project Shared Area of the CDE.

8|Page
All Information Artefacts in the Project Shared Area of the CDE shall be read-only and shall not
to be edited by any Task Team or any other party (including the Employer).

Where changes to the Information Artefacts are required, a new version shall be created and
the revision incremented, ‘+1’ and the minor version reinstated. Refer to MMRCL CAD
Standard [Ref 4]. The new version shall be placed in the Task Team WIP Area and the old
version retained in the Project Archive Area of the CDE.

Before accepting the Information Artefacts and issuing to the Project Published Area, the
Project Manager shall make sure that:

 all relevant approvals are in place and the acceptance criteria have been met
 the applicable suitability code and revision have been assigned

5.2.3 Project Published Area

As part of the Project Data Environment, the Project Published Area of the CDE holds all the
Information Artefacts which have been accepted by the Project Manager.

Only Information Artefacts that have been accepted, meet the acceptance criteria and have
been assigned an applicable suitability code and revision (refer to MMRCL CAD Standard
[Ref4]) are to be held within the Project Published Area.

All Information Artefacts in this area of the CDE shall be read-only and shall not to be edited
by any Task Team, or any other party (including the Employer).

Where changes to the Information Artefacts are required a new version of the file shall be:

 created, its revision incremented, ‘+1’ from its previous revision and the minor version
reinstated (refer to MMRCL CAD Standard [Ref 4])
 placed in the WIP Area and the old version retained in the Archive area of the CDE

9|Page
5.2.4 Archive

The Archive area of the CDE (within both the Task Team Data Environment and Project Data
Environment) shall hold inactive and / or superseded Information Artefacts.

Information Artefacts in the Archive area are not to be amended or updated.

5.3 Information Security and Access

5.3.1 General

Security and access to the data and information held in each area of the CDE shall be assigned
according to CDE Roles and Competencies.

5.3.2 CDE Roles and CDE Competencies

All Task Team members and other parties including the Employer’s team shall be assigned to a
CDE Role as defined in Section 7. Access to the Area(s) of the CDE shall be determined by
these Roles.

Persons who are required to perform specific tasks (create, edit, approve, or accept) in a given
area of the CDE shall be assigned the appropriate CDE Role.

Note: Although a project team member can be assigned one or more Competency, they
shall not approve Information Artefacts that they have authored.

6. INFORMATION EXCHANGES
6.1 Task Team Data Environment

When Information Artefacts to be shared with others shall be:

 approved by the Task Team Manager


 issued to the Project Data Environment and a version retained in the Task Team
Shared Area

10 | P a g e
6.2 Project Data Environment

Information Artefacts shall only to be shared with other Task Teams or other parties include
the Employer, through the Project Data Environment.

Information Artefacts to be shared, can be copied from the Project Data Environment to the
Task Team’s Shared Area for (read-only) use, in accordance with the assigned suitability.

The MMRCL CDE is to be used as the Project Data Environment. The Project Data Environment
has been configured to allow all Task Team Managers and the Employer to issue Information
Artefacts, approved by the Task Team Manager, to the Project Shared Area; all other Task
Team members have read-only access to the Project Shared Area.

Information Artefacts shall be shared, as a minimum:

 when a change to the design occurs which may impact another Task Team
 when a Task Team needs more space than that which has been allocated in order to
meet design requirements and / or connection points / location of integration
changes
 for design review meetings
 at each of the agreed project stages (in line with the Accepted Programme), at which
time the Production Information and / or Handover Information shall be in
accordance with MMRCL Standards (see Section 12.1).

Details of information exchanges between the Supplier and Sub-contractor(s) are to be


included within the BIM Execution Plan, to be provided by the Supplier.

6.3 Supplier Responsibility

Before publishing Information Artefacts to the Project Shared Area Task Team Managers shall:

 make sure that Information Artefacts are review and checked in accordance with the
suitability code for which Artefact is being shared
 make sure that the appropriate suitability code is assigned
 make sure that the appropriate revision code is assigned
 make sure that all mandatory metadata is assigned

In addition to the above, the Supplier shall make sure that all Information Artefacts, to be
shared for Employer review and acceptance are:

 developed to a level of detail, as agreed within the MDPT and in accordance with
agreed acceptance criteria
 checked, reviewed and approved in accordance with all relevant standards
 delivered in accordance with agreed project dates, the MIDP(s), MDPT, SMP and BEP

11 | P a g e
6.4 Site Information (including Survey)

6.4.1 Site Information

If Site Information is to be provided to the Supplier then this shall be documented within the
MIDP and issued as part of the tender documents.

A list of the available Site Information to be provided by the Employer, along with its
suitability for purpose, shall be documented in the MIDP by the Employer.

All Site Information shall be distributed through the Employer’s Project Data Environment.

6.5 Employer Document Control (Employer use only)

The following systems are the Employer’s internal solutions for the management of
Information Artefacts.

Table 6.1 – Data / Information Systems


System Data Contact
Bentley AssetWise Non-Graphical Data and OSO
Document renditions
Bentley ProjectWise CAD data OSO
CMS (TBD) Non-Graphical Data OSO

All Information Artefacts, as per the agreed MIDP shall be distributed, by the Employer’s
Document Controller, through the applicable system (as per Table 6-1).

7. ROLES AND RESPONSIBILITIES (for Information Artefacts)


The purpose of this section is to define the roles and responsibilities anticipated to be
required in order to produce and manage Information Artefacts. The emphasis is on
ownership, responsibility and authority. These are in addition to roles and responsibilities
already defined within the contract.

The Supplier shall maintain a list of persons assigned to each of these roles. It should be noted
that project team members can be allocated one or more of these responsibilities as
necessary.

7.1 Design Coordination Manager (appointed by the Supplier)

The Design Coordination Manager (also known as the Design Manager on some contracts)
responsibilities include:

 providing the single point of contact for all communications between the design and
construction teams
 making sure that all design deliverables, including that of sub-contractors, designers
and specialist designers are integrate with the construction programme

12 | P a g e
 making sure that that design deliverables are delivered in accordance with the agreed
programme and MIDP(s).

7.2 Lead Designer (appointed by the Supplier)

The Lead Designer responsibilities include:

 making sure that all Information Artefacts have been listed in the MIDP(s) and agreed
by all parties
 making sure that the project Zones (used to segment the project into manageable
subdivisions) are defined and maintained for the duration of the works (it is
anticipated that a shared Zone Model File shall be maintained for this purpose)
 managing coordination and integration of the design, including the development and
approvals of the Information Artefacts
 making sure the design is fully co-ordinated and integrated across all disciplines,
existing infrastructure and any adjacent works
 Make sure all Information Artefacts are strictly controlled and shared through the
Project Data Environment

7.3 Task Team Managers (appointed by the Supplier)

The Task Team Manager responsibilities include:

 the production of the design output for a particular task, or set of tasks allocated to
the Task Team
 making sure that all checks and reviews, as applicable for the purpose for which the
Information Artefact is to be shared (refer to Section 8), have been carried out
 approving of the Task Team Information Artefacts for issuing to the Project Shared
Area
 providing authorisation for access to the Task Team WIP Area

7.4 Interface Manager (appointed by the Supplier)

The Interface Manager responsibilities include:

 as part of the Task Team, managing the spatial interface with other Tasks (the volume
strategy determines the spatial allocation for each Task Team)
 proactively proposing resolutions to co-ordination clashes

For example: If a task requires additional space (i.e. the mechanical task team need to
increase the area required for ventilation units) the interface manager for that task will
discuss the impact of making additional space available with interface managers whose tasks
are/or maybe affected

13 | P a g e
7.5 Project Information Manager (appointed by the Supplier)

The Project Information Manager responsibilities include:

 making sure that the BEP:


o has been completed
o is agreed with the Employer
o is briefed to all Task Teams and other Parties including the Employer
o is managed through the project change control procedures
 making sure that project processes are fully complied with and that collaborative
behaviours pervade across the project
 providing the focal point for all Information Artefacts management issues on the
project
 making sure that all Information Artefacts are compliant with the requirements of the
contract and all applicable MMRCL Standards
 making sure that all Information Artefacts are managed through the CDE including
that all mandatory meta-data have been captured and populated
 making sure that the Supplier, sub-contractors or supplier of the Supplier and others
(as applicable) have continued and appropriate access to the Project Data
Environment
 providing clear instructions to the Project Team including on the following areas:
o what Information Artefacts are required, by whom and for what purpose
o who will generate the Information Artefacts and maintain then
o how it will be sorted and distributed
o how frequently it is shared
o what actions should be taken on receipt of the Information Artefacts

7.6 CAD Coordinator (appointed by the Supplier)

The CAD Coordinator responsibilities include:

 making sure that there is a consistent approach to modelling assets physical and
functional characteristics across the project
 coordinating the project needs for IT solutions
 responsibility to the Task Team Managers and the Project Information Manager

7.7 CAD Manager (appointed by the Supplier)

CAD Manager responsibilities include:

 making sure that CAD Information Artefacts are compliant with agreed standards
 making sure that all CAD files are shared using the agreed IT solutions

14 | P a g e
7.8 Project Manager (appointed by the Employer)

The Project Manager responsibilities include:

 Making sure that that only compliant Information Artefacts are accepted and if
applicable, making sure that any concessions required are in place before hand

7.9 Designated Technical Lead / Manager (appointed by the Employer)

The Designated Technical Lead / Manager responsibilities include:

 Registration of notifications and submittals


 Making sure that the Information Delivery Plan (comprising the Task Information
Delivery Plan and Modelling Information Delivery Plan) covering submittals from the
Supplier has been prepared
 Distributing within GC and MMRCL as appropriate
 Distributing to internal parties including Operations and Maintenance and external
parties through MMRCL as required
 Collating comments and responses and convening working group meetings with the
Supplier to resolve issues in presence of MMRCL representatives wherever required
and receive resubmissions as required
 Convening technical, cost, value management and programming meetings within GC
and MMRCL to properly review the content of deliverables
 Preparing reports on submissions, summarizing key issues, cost variations and
programming impacts with associated recommendations

7.10 Lead Reviewer (appointed by the Employer)

The Lead Reviewer responsibilities include:

 Preparing a check list of reviewable data and inputs required by/from other disciplines
 Responding to the deliverables by the stipulated deadlines, and signing off as
acceptable or otherwise each aspect of the design submission
 Delegating responsibility for acceptance and sign-off in cases of leave or other
absence
 Identifying other parties or reviewers that require to have input into the review
 Reviewing comments provided by reviewers before issuing to back to the Supplier

7.11 Employer Information Manager (appointed by the Employer)

The Employer Information Manager responsibilities include:

 Completing, maintaining and implementing this document and making sure that it is
available to all Task Teams and other Parties including the Employer
 managing the processes for information exchanges between the Supplier and
Employer
 making sure that project processes are being followed by all Task Teams and other
Parties, including the Employer
 providing the focal point for Information Modelling and Management issues

15 | P a g e
 making sure that collaborative behaviours are embraced

7.12 Document Controller (appointed by the Employer)

The Document Controller responsibilities include:

 making sure that project document control procedures are being followed by all Task
Teams members and any other relevant Parties
 making sure that all Information Artefacts are delivered using the agreed IT solutions
 making sure that only Information Artefacts listed and agreed to be delivered in the
MIDP(s), are delivered and accepted
 making sure all Information Artefacts, accepted by, or on behalf of the Project
Manager, are distributed to the applicable MMRCL system (refer to Section 6.5)

8. INFORMATION ARTEFACTS: CHECKS, APPROVALS & ACCEPTANCE


8.1 Checks and Approvals

Before any Information Artefact is issued to the Project Shared Area, it shall first be checked
and approved by the Task Team Manager. The level of checking and approval required will
depend on the purpose for which the Information Artefact is being shared.

See Appendix D: High Level Workflow

 Sharing for Coordination

Information Artefacts shall be shared for coordination purposes (with the suitability,
S1 – Issued for Coordination) in accordance with the MIDPs.

Before being issued to the Project Shared Area, all Information Artefacts to be shared
for coordination purposes shall be:

o checked and verified against all applicable data and information standards
(including the SMP and BEP)
o checked for technical content (in accordance with the Design Management Plan)
o approved for issue by the Task Team Manager
Information Artefacts, which have been shared for coordination, shall be used by other
Task Teams and / or stakeholders to coordinate their design

 Sharing for Review and Comment

Information Artefacts shall be shared for review and comment purposes (with the
suitability ‘S3 - For Review and Comment’) in accordance with the MIDPs.

The Circumstances under which Information Artefacts are issued for review and
comments shall be specifically identified within the MIDPs but these may include:

16 | P a g e
o If there is a change to a Task Team’s design which potentially impacts on other
Task Teams and / or stakeholders
o the Task Team requires additional space than that already allocated and / or
connection points
o The Task Team requires location integration changes
Where Information Artefacts are to be used, for example in Design Reviews,
Coordination meetings, Inter-Disciplinary Design Review, Inter-Disciplinary Design
Checks, they shall be shared for comment.

Before being issued to the Project Shared Area, all Information Artefacts to be
shared for review and comment purposes shall be:
o checked and verified against all applicable data and information standards
(including the SMP and BEP)
o checked for technical content (in accordance with the Design Management Plan)
o approved for issue by the Task Team Manager

Task Teams and / or other Parties, including the Employer, shall comment as
applicable to make sure issues are identified and resolved.

Note that, Task Teams and / or other Parties, including the Employer, shall not
change or coordinate their design based on Information Artefacts which have been
issued for Review and Comment.

 Sharing for Employer Review and Acceptance

Information Artefacts shall be shared for Employer Review and Approval (S4 – Issued
for Approval) in accordance with the MIDPs.

At the agreed project stages, as captured in the MIDP(s) and aligned with the
accepted programme, Information Artefacts shall be shared using the suitability, S4 –
Issued for Approval.

Before being approved, by the Task Team Manager and published to the Project
Shared Area for Employer Review and Acceptance, the Supplier shall make sure that
all Information Artefacts:

o are checked and verified against all applicable data and information standards
(including the SMP and BEP)
o have the technical content checked (in accordance with the agreed DMP)
o meet design requirements (appropriate for the stage of the project at which it is
being accepted)
o comply with all applicable MMRCL Standards
o are developed to the Level of Development, agreed within the MIDP(s)
o are approved by the Lead Designer as a coordinated and complete dataset; CAD
files, Non-Graphical Data and Documentation cross-referenced and aligned
o all Model File content is approved by the Lead Designer as being spatially
coordinated

17 | P a g e
8.2 Employer Acceptance

Prior to Information Artefacts being accepted by the Project Manager and moved to the
Project Published Area (of the Project Data Environment), all acceptance criteria shall be in
place; and any comments returned to the Supplier for incorporation prior to acceptance.

When accepted, the Employer shall move the Information Artefacts to the Project Published
Area, in accordance with the Document Control procedure.

Document Renditions are NOT to be accepted until the Model File(s), Composite Model(s),
Non-Graphical Data and Document Definition(s) used to produce them have first been
accepted.

9. UNIQUE FILE IDENTIFICATION


All Information Artefacts shall be allocated a unique file identifier (file ID).

The file ID shall be composed of joining the fields (metadata) as defined in compliance with
the MMRCL - Engineering Assurance File Naming Convention [Ref 5]

10. METADATA
In addition to the metadata required for the unique file ID, all Information Artefacts shall be
attributed the metadata shown in Table 10-1.

Table 10.1 – Mandatory Metadata


Field Example
Unique File See Section 9 Unique File Identification
Identification

Revision P04

Suitability S3 (For Comment)

Title Station Lift Shaft 1

Created (Author)

Approved

Authorised

Grid Reference MMRCL Project Grid


System

Security MMRCL Restricted


Classification

18 | P a g e
Lifecycle Stage Detailed Design

Project / Contract

11. DEFINITIONS

Table 12.1 – Definitions


Term Definition
BIM Execution Plan A document within which the proposed approach, capability, capacity
(BEP) and competencies of the prospective or selected Supplier sets out the
response to the EIRs
CAD (Computer Electronic file produced using a CAD application (such as MicroStation or
Aided Design) File AutoCAD)
CDE (Common Data The environment, which encapsulates the processes set out in SMP and
Environment) BIM Execution Plan, for the production, use and management of Model
File(s), Composite Model(s), Non-Graphical Data, Document Definition(s)
and Document Rendition(s) as agreed between the Parties and set out in
the MIDP(s)
Composite Model Computer Aided Design (CAD) file(s) displaying one or more Model Files
(attached as references), for the purpose of performing coordination
activities and / or compiling Document Definitions
Documentation A collection of Document Renditions
Document Data File produced, containing a view of the Non-Graphical Data and / or
Definition Model File(s) and / or Composite Model(s), to derive meaning for a
specific purpose
Document A data file in an immutable format, derived from a Document Definition
Rendition
Handover Model File(s), Composite Model(s), Non-Graphical Data, Document
Information Definition(s) and Document Rendition(s) which have been agreed
between the Parties to be produced, updated, maintained and delivered
as set out in the MIDP(s)
until the Defects Certificate has been issued
Information The collective term for Production Information, Handover Information
Artefacts and any other model or drawing deliverables identified in the within the
MIDP and IMPDT – all Information Artefacts shall be authored, shared,
published and archived within the CDE
MIDP (Master A forward looking schedule of the Model File(s), Composite Model(s),
Information Non-Graphical Data, Document Definition(s) and Document Rendition(s)
Delivery Plan) which are to be produced, updated, maintained and delivered as
Information Artefacts by the Supplier
Model File Computer Aided Design (CAD) file(s) containing shape(s) with defined
origin, orientation and dimensions, communicating the physical
characteristics of the works. A Model File may also include Non-Graphical
Data, associated to the CAD file(s) and / or shape(s), identifying the
functional characteristics of the works
Non-Graphical Data file containing alphanumeric characters, communicating the
Data physical and functional characteristics of the works

19 | P a g e
Production The Model File(s), Composite Model(s), Non-Graphical Data, Document
Information Definition(s) and Document Rendition(s) which have been agreed
between the Parties to be produced, updated and maintained in order to
provide the Works and be delivered, during the design and construction
stages of the Project, as set out in the MIDP(s).

Referred to within PAS1192-2 as the PIM (Project Information Model).


Task Team Any team assembled to complete a task, which is typically discipline
based (e.g. architectural task team, structural task team, bridge task
team, track task team etc.)

20 | P a g e
APPENDIX A: DOCUMENT MAP

Employers
Employers Information
Information Requirements
Requirements

Scope of
EIR IM Protocol Contract
Services

Project
Project Information
Information Requirements
Requirements Handover
Handover
Requirements
Requirements

Design,
EIR Standards, Document BIM Execution
Review &
Methods & Control Plan
Acceptance
Procedures Procedure (Template)
Procedure

Master
Information TBD
Delivery Plan

Commercial Employer Supplier


Document Document Document

21 | P a g e
APPENDIX B: CDE (COMMON DATA ENVIRONMENT)
For the CDE End to End Process please refer to the following procedure:
 MMRCL Level 2 BIM E2E Workflow Process [Ref 10]

22 | P a g e
APPENDIX C: INFORMATION ROLES AND RESPONSIBILITIES

NMRCL/GC
NMRCL/GC Consultant
Consultant // Contractor
Contractor

Project Manager Project Manager

Designated Project Information


Information Manager Lead Designer,
Technical Lead Manager
Design Coordination Manager

Document Task Team Document


Lead Reviewer
Controller Manager(s) Controller

CAD Coordinator Interface Manager

CAD Manager

Task Team Roles

Notes:
Notes:

The
The purpose
purpose of
of this
this diagram
diagram isis only
only to
to illustrate
illustrate the
the primary
primary information
information management
management roles
roles
Lines
Lines of
of authority
authority may
may vary
vary
An
An individual
individual may
may undertake
undertake oneone or
or more
more roles
roles

23 | P a g e
APPENDIX D: CDE – HIGH LEVEL WORKFLOW
For the CDE High Level Workflows please refer to the following procedures:
 Drawing Information Artefacts: MMRCL Level 3 Drawing Process [Ref 11]
 Model Information Artefacts: MMRCL Level 3 Model Process [Ref 13)

24 | P a g e
1.1 IT Requirement of Employer - MMRCL Digital Project management platform to be used
for PMRCL

1.1.1 Employer‟s Enterprise wide IT system i.e.“Digital Project Management Platform” will be the
working environment that enables higher efficiency and effectiveness, not only in internal
functions, but also across the entire ecosystem of the Employer including Contractors and
DDC‟s. The digital platform has following application stack:

(a) Collaborative drawing, transmittals and related document control and management
services (using Bentley ProjectWise and AssetWise solution)
(b) Scheduling services (using Oracle Primavera P6 Enterprise Project Portfolio
Management (EPPM))
(c) Project Management with progress and performance reporting (using Primavera P6 &
Unifier solution)
(d) Progress and performance reporting with visualization (using RIB iTWO )
(e) RFI‟s RA Bills, document submissions to GC and PMRCL (letters , daks, files etc.) using
Enterprise wide ERP SAP implementation
(f) Asset Information management in O&M phase

1.1.2 The proposed IT system has been conceptualized for facilitating preservation of important
artifacts (3D virtual construction federated BIM Models in line with “Modelling guidelines”,
drawings, notes, documents, plans, reports etc.) in a secure and manageable environment in
digitized format. Appropriate triggers shall generate dashboards and management reports
every time an event causes a substantial shift in the project risk or a deviation in processes is
developed. The envisaged system would expedite decision-making, ensure better planning
and coordination between different functions, better data management, effective reporting,
knowledge management etc. Program management shall provide senior management with
critical information related to various contracts, activities and funds in the form of
management dashboards with inbuilt triggers to ensure timely decision-making. Clause 1.1.6
details out the bidder‟s expected involvement on PMRCL‟s Digital platform

1.1.3 The effective use of such IT platform requires availability of system at all requisite locations
i.e. with Employers‟ various offices, Engineer‟s offices, Contractors‟ end, major sub-
contractors‟ end, design consultant ends etc. with certain definite users‟ rights. Data
uploading by various authorized and trained users is key to effective use of the IT system.
Employer has recognized this aspect, and the Contractors are required to consider in their
proposal the cost of PMRCL‟s software usage as „IT administrative charge‟s.

1.1.4 In view of the above, the Contractor (or it‟s approved sub-vendor) shall be required to:

(a) Follow and comply the system guidelines to be issued by Employer


(b) Comply all the software system and required BIM competency which include appropriate
BIM technology, BIM enabled resources & BIM process as per BS 11922007+A2:2016
(shall have to submit pre-contract “BIM Execution Plan”; BEP in prescribed format and be
subjected to precontract BIM assessment process to be qualified for bidding) requirement
by taking training from Employer and/or Employer‟s recommended Agency .
(c) Upload f Project Plans as per the template and using software defined by the Employer;
(d) Maintenance and updating of uploaded Project Plans in software used by the Employer;
(e) Upload models, drawings / designs created by the Contractor as per the classification and
on the software platform defined by the Employer;
(f) Key contract related communication and progress related data as per processes defined
on the software platform deployed by the Employer
(g) Asset creation and tagging to be done in the BIM models in line with Employer‟s “Asset
Strategy/Asset Information Requirement“ & “Modelling guidelines” along with details need
to be updated in the system in the format prescribed by the Employer;

Bidder is expected to review section 1.1.6 for more details for bidder‟s expected involvement on
Employer‟s Digital platform
1.1.5 Employer, his IT Project Team and IT Implementation Agency shall render necessary
assistance for the training of contractor staff.

1.1.6 Bidder will need to be accessing Employer‟s digital platform for at least the mentioned
functions as applicable as per bidder‟s respective scope of work. However the function list is
indicative and precise activities from bidder on Employer‟s digital platform will be updated and
communicated to bidder on time to time basis.

Following are the deliverables in form of collaboration with 5D BIM by Bidder:

1.1.6.1 Creation of 3D engineered intelligent Models using discipline specific modeling/engineering


applications.

1.1.6.2 Creating 2D drawings extracted from 3D engineered intelligent Models, in CAD – plan,
section, elevation and other relevant details (based on specific engineering disciplines) to be
accessed by the contractors for construction.

1.1.6.3 Bidder need to comply with the following requirements in regards to the production of all the
CAD (3D/2D) data files and building information modeling (BIM) work.

1.1.6.3.1 Model file production principles


1) Bidder need to follow British Standard BS 1192:2007+A2:2016 for Collaborative production of
architectural, engineering and construction information - Code of practice as a guide for
drawing practice, convention, CAD data structure and translation.
2) Bidder need to model all design and construction information as an individual discipline model
and then collaborate it in single master 3D composite model (free from any clashes both soft
& hard), using object based software, allowing for 2D models to be extracted as required.
3) Bidder need to create and share details of individual components of 3D models for each
discipline involved.
4) Bidder need to share all individual discipline models as well the collaborated single master
model through the Engineering Information & Collaborative document control and
management services (using Bentley ProjectWise and AssetWise solution) in specified file
format (Refer “Employer‟s Information Requirement”; EIR) System for review by GC/PMRCL.
Clash detection and resolution process will run in this composite area. All 3D model data
together with all 2D drawing extractions needs to be spatially coordinated with the Geospatial
System.WGS84/UTM Zone 43N coordinate system (refer “Employer‟s Information
Requirement”; EIR) needs to be followed for proper geo-referencing of all the engineered 3D
models that will be created.

1.1.6.3.2 Model file composition

1) Bidder need to generate model files using seed files/template (2D and 3D) in line with
Employer‟s “modelling guidelines”. Seed files/template will standardize all the new drawings
that one creates. It will standardize the same global origin, color table, cell library
attachments, working units, views etc.
2) All graphical elements need to be placed in the model view
3) Model files need to have a title box placed in the sheet view
4) All model files need to be created at 1:1 scale

1.1.6.3.3 Model Outputs

1) Within the engineering collaboration system the central premise is that only approved data is
shared. Each discipline WIP area can only reference data from the shared area i.e. approved
data. When this data comes together in the composite model it can be fully coordinated and
composite renditions can be produced in 3D.

1.1.6.3.4 Model Reviews

1) Bidder needs to ensure that the level of complexity and granularity for each discipline CAD
model is appropriate for the stage of Works.
2) DDC‟s/D&C‟s needs to ensure that all disciplines integrate and coordinate their outputs in
terms of both spatial and functional provision. This shall be demonstrated through the
extensive use of coordinated design review sessions which shall include for the coming
together of all relevant discipline models into a common master model (model composite)
where engineering assurance and coordination checks shall take place.

1.1.6.3.5 Existing Infrastructure data sets

1) Bidder need to model existing infrastructure and systems in sufficient detail as to provide
integration with the works under contract
2) Bidder need to clearly highlight the unresolved areas of non-coordination in
structure/services/finishes/clashes on the drawings and the model at all times in case of
existing infrastructure data sets
3) Bidder need to report back to the owner any discrepancy with the existing data for their action

1.1.6.3.6 Coordination and integration – Drawing Packages

1 Within the BIM environment each of the disciplines need to reference other models in a timely
manner for coordination purposes. The head of each discipline group shall decide the extent
and nature of supporting discipline data that shall be displayed in each of their own discipline
drawing submissions. Clash detection software routines needs to be run on the multi-
discipline model and on combined master models and any clashes resolved. The reports of
which will be submitted on request of the Engineer
2 Specific drawing packages are required from each discipline. The drawings need to comprise
of 2D extractions of the 3D models from the engineering collaboration system.
3 All CAD drawings need to be comprised of 2D models extracted from the 3D master model.
Any subsequent design scheme changes that are required to be fully coordinated shall be
modelled in 3D and the drawing extraction re-run to produce revised plots.
4 All plot composition files need to be checked as prescribed by the workflow setup in the
engineering collaboration system before submission to the Engineer.

1.1.6.4 The bidder shall take full advantage of the 3D object attributes available in the BIM
environment to prove cost, constructional logic, fabrication, and program as required by the
PMRCL/GC. Engagement modality expected for Project Management works including 4D &
5D BIM requirements: -
1. Bidder will access Project Monitoring application (Primavera) of PMRCL
2. Bidder will have to create Work Breakdown Structure (WBS) for its scope of work in the
master project prepared and released by PMRCL on Primavera.
3. Bidder will have to create all the relationships between various activities to generate a Critical
Path Network on Primavera.
 The project plan will be detailed to reflect the planned construction progress as per the
elements defined in the 3D BIM model. Primavera plan will get linked to 3D BIM
collaborated intelligent model to reflect and review time based planned progress of
project on a BIM model. Bidder‟s project plan on PMRCL Primavera platform will be
required at this level.
4. Once the network has been scheduled and baseline by PMRCL, the Project Coordinator will
have to provide periodical updates for various activities.
5. Bidder will also be required to furnish key cost / budget details along with resources on
PMRCL‟s Primavera platform. Level of details for time plan, cost, and resources from bidder
will be communicated to bidder at appropriate stage.
6. During the execution stage bidder will be required to operate on PMRCL‟s Primavera platform
to reflect details towards work performed, progress achieved, resources consumed, forecast
dates, forecast resources, remaining work along with any other key details as required by
PMRCL / GC. PMRCL will be communicating on level of details as well frequency of such
interactions at appropriate stage.
7. Bidder shall update and revise their work program on the integrated master schedule of the
project subject to directions & approval from PMRCL.
8. Bidder will be required to periodically capture actual progress visualization of respective
package work using suitable technology which can be updated in 5D BIM platform.

1.1.6.5 In order to adopt 5D BIM platform bidder need to follow Employer‟s Information Requirement
(EIR), Standards Methods & Procedures (SMP), BIM Execution stage Plan (BEP) template,
CAD standards, BIM Assessment Form and Asset Information Requirement (AIR)
Documents. prepared Bidder has to collect and comply with all these requirements while
bidding. The EIR will enlist the standards, methods and procedures that one has to follow in
order to be BIM Compliant. EIR will have details such as file naming convention, CAD file
transfer format, geo-coordinate system, Common Data Environment (CDE) process, Roles &
Responsibilities, Level Of Definition (LOD) requirements etc. along with other artefacts e.g.
Document Review & Acceptance (DRA) process, CAD standards along with layer naming
convention, Attribute Standards, etc., BIM standards, modelling guidelines, Asset Information
Requirement (AIR) along with asset data Dictionary, Asset Classes, etc.

1.1.6.6 Bidder shall access the enterprise wide Maha metro‟s SAP system to create/provide/ submit
the data and documents for RFI, Billing, Quality inspection records, safety compliance, &
communications with PMRCL & GC like file, dak, letter etc.

1.1.6.7 Bidder shall comply to the requirements in case of changes to the digital platform done to
towards process improvements and statutotry comliances.

1.1.6.8 Minimum login credentials (as decided by PMRCL) per bidder will be provided by PMRCL to
the bidder to access PMRCL digital platform as per against „IT administrative charges‟ as
mentioned in clause 1.1.3. In case, bidder envisages more user licenses for their internal data
preparation through their internal user (like detailed drawing or project plan preparation by
multiple users) which is required for finalizing data to be entered in PMRCL‟s digital platform,
then it will be bidder‟s responsibility to ensure own licenses. However the access to PMRCL‟s
digital platform will be through provided user credential only.

1.1.6.9 Penalty of 0.5% from the bills will be levied in case of non compliance of the process & data
on the MMRCL Digital platform .

1.1.6.10 The engineering collaboration platform will be provided by PMRCL and is mandated
for the structure and the controlled sharing of the information created during the process

1.1.6.11 Reference documents :


1.1.6.11.1 EIR (Employers Information Requirement) including SMP
1.1.6.11.2 CAD Standards template
1.1.6.11.3 BEP (BIM Execution Plan) including BIM assessment form
1.1.6.11.4 Model Guidelines
Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

Category 1 Standard
Computer Aided Design
(CAD) Data

Issue No.: A0 Issue date: Oct 2016

Maha Metro Rail Corporation Ltd. Review date: Oct 2016


Cad Manual Page 1
Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

Contents
1 Purpose ____________________________________________________________ 3
2 Scope _____________________________________________________________ 3
3 Requirements _______________________________________________________ 3
3.1 General requirements __________________________________________________ 3
3.2 CAD File requirements _________________________________________________ 3
3.3 Model file requirements _________________________________________________ 5
3.4 Drawing definition requirements___________________________________________ 5
3.5 Presentational requirements _____________________________________________ 6
3.6 Lifecycle stages _______________________________________________________ 7
3.7 Status _______________________________________________________________ 9
3.8 CAD File & layer naming _______________________________________________ 11
3.9 CAD File naming convention ____________________________________________ 11
3.10 CAD Layer naming convention __________________________________________ 12
3.11 Appendix 1 CAD Symbol and Blocks ______________________________________ 21
4 Responsibilities _______________________________________________________ 32
4.1 Author ______________________________________________________________ 32
4.2 Approver____________________________________________________________ 32
4.3 Authorizer ___________________________________________________________ 32
4.4 MMRCL CAD Support Team _____________________________________________ 32
4.5 MMRCL Principal Infrastructure Protection Engineer __________________________ 32
4.6 MMRCL Procurement Agent_____________________________________________ 32
5 Supporting information _________________________________________________ 32
5.1 Background _________________________________________________________ 32
6 References _________________________________________________________ 33
6.1 References __________________________________________________________ 33
6.2 Abbreviations ________________________________________________________ 34
6.3 Definitions ___________________________________________________________ 34
6.4 Technical content manager ______________________________________________ 36
6.5 Document history ______________________________________________________ 36

Cad Manual Page 2


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

1 Purpose
1.1 The purpose of this standard is to define requirements for data contained within, and
Meta-data associated with, Computer Aided Design (CAD) files.
2 Scope
2.1 This standard applies to CAD data and meta-data captured, created or generated by MMRCL or
on behalf of MMRCL by its Suppliers.
3 Requirements

3.1 General requirements


3.1.1 CAD files shall be delivered in Bentley’s v8i DGN / DWG (Acad 2014 or Newer) file format.

3.1.2 Designs that have been developed using other CAD file formats, shall:

a) Have layers, line-types, line-weights, fonts and colors mapped to those fully
Compatible with Bentley’s v8i DGN / DWG (Acad 2014 or Newer) file format; and

3.1.3 Ownership of the data contained within CAD files shall be clear. (As per EIR)

3.1.4 CAD files meta-data, defined within 3.2.9 shall be displayed in both electronic and printed form.

3.1.5 Where CAD layers (see 3.10) are required, but not supplied by MMRCL, these shall be
added to the contracted organization’s library.

3.1.6 Each contracted organization is responsible for the entire content of their CAD files.

3.1.7 Each contracted organization is responsible for ensuring their CAD files are compliant
with this standard.

3.2 CAD File requirements


3.2.1 CAD file requirements shall apply to model files, composite models and drawing
Definition files.

3.2.2 Document numbers shall be assigned following the CAD file naming convention (see
3.9). (See EIR)

3.2.3 CAD files shall carry the meta-data, ‘Created’, to identify the author at each revision.

3.2.4 CAD files shall carry the meta-data, ‘Approved’, to identify the approver at each
revision.

3.2.5 CAD files shall carry the meta-data, ‘Authorised’, to identify who has accepted each
revision, on behalf of MMRCL.

3.2.6 Custom line styles shall use a scale factor of 1 (one) and be delivered to MMRCL within a

Cad Manual Page 3


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


design library file.

3.2.7 A tag shall be placed in each CAD file containing the following mandatory file meta-data:

Field Clause
a) Project As per Naming
Convention in EIR
b) Owner Organization As per Naming
Convention in EIR
c) Asset Class As per Naming
Convention in EIR
d) Location (LCS Level 1) / Level As per Naming
Convention in EIR
e) Suitability 3.7.2
f) Revision 3.7.3
g) Drawing Number 3.2.2
h) Created (Author) 3.2.3/4.1
i) Approved 3.2.4/4.2
j) Authorized 3.2.5/4.3
k) Title 3.3.1/3.4.1

Notes: Tags containing fields for the mandatory file meta-data will be supplied by the Client.

3.2.8 Additional mandatory meta-data shall be captured against the CAD file (but not placed within the
file), as shown in the table below:

Field Clause
a) Level As per Naming
Convention in EIR
b) Type (of information) As per Naming
Convention in EIR
c) Organizational Role As per Naming
Convention in EIR
d) Number As per Naming
Convention in EIR
e) Pathway Project Code (supplied by Client) N/A
f) Lifecycle Stage 3.6

3.2.9 Should CAD files pass through an environment that cannot track meta-data (MS Windows, CD,
email etc.) then the mandatory file meta-data shall be delivered with the associated CAD files,
within an approved import / export spread sheet.

Cad Manual Page 4


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.2.10 CAD files shall have file settings set to the values shown below:

Setting Value
a) 2D Global Origin offset from Design Plane Centre -214748.3648, -
(excludes Drawing Definition files (DR)) 214748.3648
b) -214748.3648,-
3D Global Origin offset from Design Plane Centre
214748.3648, 0
(excludes Drawing Definition files (DR))

c)
Resolution 10000 per Distance
Meter
d)
Working units - Accuracy 0.1234
Spatial Data
e)
Working units - Master units Meters (label m)
f)
Working units - Sub units Millimeters (label mm)
Non-Spatial Data
g)
Working units - Master units Millimeters (label mm)

3.3 Model files requirements (Please also see detailed EIR)


3.3.1 All model files (including Composite Models) shall be given a title to identify the
contents, captured as file meta-data.

3.3.2 Model files (including Composite Models) shall contain a single model design only.

3.3.3 Elements shall be placed in the model file at a scale of 1:1.

3.3.4 All references within Model Files shall have display turned off when issued to MMRCL.

3.4 Drawing definition requirements


3.4.1 All drawing definition files shall be given a title to identify the contents, captured as file meta-
data.

3.4.2 Drawings shall be composed through the use of a ‘Drawing Definition File’, which contains
only the relevant annotation, dimensions etc. with all design information attached as reference
file(s), via a composite model (with the exception of schematics and details) (see 7.1).

3.4.3 Drawing definition CAD files shall contain a single drawing definition only.

3.4.4 Drawing borders shall be referenced in the sheet model at a scale of 1:1.

Cad Manual Page 5


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.4.5 Annotation, dimensioning etc. shall be placed on presentational CAD layers as defined in
3.13.8.

3.4.6 Dimensions shall be associative for all ‘drawn to scale’.

3.4.7 Non-displaying references shall be detached prior to being issued to MMRCL.

Note: i. Wherever possible (e.g. for ‘drawn to scale’ design drawings), dimensioning should
be associative. Indicative or not to scale dimensions should have, ‘NTS’ placed
next to them

3.5 Presentational requirements


3.5.1 Fonts for texts : ISOCP and ARIAL
The texts width factor cannot be changed. Italics not to be used
The texts must be in « TEXT » layer

3.5.2 Text shall be written in sentence case.

3.5.3 Text height shall conform to BS EN ISO 3098.

• Text heights (For A1 sheet)


2.0mm, 2.5 mm and 3.5 mm: Dimensional text & General text, Notes.

5.0 mm: Normal titles

7.0 mm: Major titles

The recommended minimum text height is 2.5mm or 3.5mm for A1 drawings in case these need to be
printed in A3 size also.

• Text heights (For A3 sheet)


1.8mm, Dimensional text & General text, Notes.

2.5 mm: Normal titles

3.5 mm: Major titles

3.5.4 All measurements (dimensions, volumes, weights etc.) shall be expressed using units
based on the metric system (international system of units, SI).

Dimensions

• All dimensions shall be associative.


• Unit is millimeter
• The styles are the styles defined in the template file and shall not be modified.
• The dimensions must be in layer « DIM »
• The dimensions with forced values are not allowed.

3.5.5 Scales used on drawings shall confirm to BS EN ISO 5455, preferred scales shown below:

Cad Manual Page 6


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

Recommended Metric Scales

1:2 1:5 1:10

1:20 1:50 1:100

1:200 1:500 1:1000

1:250 1:5000 1:1250

1:2000 1:10000

1:2500

Cad Manual Page 7


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.5.6 Terms and abbreviations not defined shall be clearly defined on the associated drawing sheet.

3.5.7 Line types


• They shall conform to the file of line types located in Support directory of the project
• The scale of the line types shall be 1 whatever paper space scale is used
• Line Styles will be accordance with the style defined in the CAD Modele.dwt file.the for example :

3.5.8 Frame and title Block

• Layout will be composed of two parts.

First, a block containing the attributes of the drawing: Titles, numbers, dates …and a table with
the list of all Xref used to produce the drawing.

The second part will be a reference file containing the non-amendable objects of the drawing:
Frame, logos, Project name ….

• These two parts will be set in the paper space, at scale 1=1 mm.
• The block will not be split.
• The reference file of the Title Block will not be merged.
• Only one title block in one file is permitted.
• One File = One Paper space drawing = One Title block

Cad Manual Page 8


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.5.9 Drawing sheets shall state clearly the following information:

a) Asset Classification g) Purpose of Issue


b) Drawing number h) Revision
c) File name i) Scale(s)
d) Location j) Suitability
e) Originator k) Title
f) Project
3.5.10 Drawing definitions shall be presented to allow drawing renditions and printed drawings
to be derived as an exact copy.

Note: i. If drawing renditions / printed drawings are intended to be displayed as monochrome, the
drawing definition shall be presented in monochrome, not color.

3.6 Lifecycle stages


3.6.1 CAD files shall carry the meta-data of ‘Lifecycle Stage’, to indicate the stage within the
Project that the contained information has been approved for use.

3.6.2 One of the following Lifecycle Stages shall be used:

• Initiation
• Concept Stage
• Preliminary Stage
• Detailed Design Stage
• Construction (Installation)
• Hanover
• Operations and Maintenance

3.7 Status
3.7.1 CAD files shall be assigned a status, consisting of:

a) Suitability (see 3.7.2); and

b) Revision (see 0).

Cad Manual Page 9


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.7.2 Suitability Status

3.7.2.1 CAD files shall carry the meta-data of ‘suitability’, to indicate the approved use
of the contained information.

3.7.2.2 Suitability codes shall be one or two alpha-numeric and shall be reserved for
use with a specific phase of the collaboration process, as defined in the table
below:

Code Description Model Drawing


Files Renditions
Work in Progress (Non-Contractual)
S0 Non Verified Design yes yes
The File is in Work in Progress, not be shared
with others
Shared (Non-Contractual)
S01 Coordination (for Use) yes yes
The file is shared and can be used by others for
the purpose of design coordination and / or
MMRCL
acceptance
S02 yes yes
For Comment

The file is shared and is to only be used, by


others, to identify and communicate potential
impacts of the change to the design
Published (Contractual)
GFC Good for Construction yes yes
The file contents has been accepted and
verified by MMRCL for construction purposes.
AB As Built yes yes
The file contents have been accepted by
MMRCL, as being verified as to what has been
built/ installed.

Note: i. ‘As Surveyed’ and ‘As Designed’ are additional to the requirements of
BS1192. ‘For Information’ has been removed to prevent ambiguity around the
suitability of use of that data / information.

Cad Manual Page 10


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.7.3 Revision

3.7.3.1 CAD files shall carry the meta-data of ‘revision’, indicating the issue sequence
of the contained information.

3.7.3.2 as with suitability codes, different sets of revision codes shall be reserved for use within
each section of the defined Common Data Environment (CDE) process.

3.7.3.3 Within ‘Work in Progress’, preliminary revisions shall be 1.1, 1.2, or 2.1, 2.2, etc. The suffix
(.1, .2 etc.) is known as a ‘minor version’ and shall be used to track the iterative progress of
the file prior to being approved for sharing.

3.7.3.4 CAD files approved for sharing shall carry a preliminary revision, 1.0, 2.0, 3.0, etc.

3.8 CAD File & layer naming


3.8.1 Names assigned with CAD files and layers within the CAD file shall be created by
Joining together codes in the specified fields, in the specified order, using only the “-”
Hyphen character, which is therefore not allowed in any code.

3.8.2 The only exceptions to 3.10.1 shall be the codes for ‘level’ and ‘description’
which are appended following an underscore “_”.

3.8.3 Codes shall be selected from field codes (defined within 3.13).

3.8.4 Codes shall not imply meaning that may be duplicated in other fields.

3.8.5 Characters shall be uppercase.

3.8.6 Codes shall be generated and governed by the MMRCL CAD Support Team.

Notes: i. CAD files and layer naming is compliant with BS1192.


See 3.9 and 3.10.

3.8 CAD File naming convention

Please refer to EIR Documents for File Naming Convention.

Cad Manual Page 11


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.10 CAD Layer naming convention


3.10.1 Layer names within CAD files shall be composed by joining the fields shown in the
table below:

Cad Manual Page 12


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project

3.10.1 Examples of CAD Layers Discipline-wise (Final shall be as per Project requirement) :- CAD layers
(Architecture)

Cad Manual Page 13


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.2 CAD layers (Architecture Landscaping)

Landscaping CAD Laying System

Cad Manual Page 14


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.3 CAD layers (Electrical)

Electrical CAD Laying System

Cad Manual Page 15


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.4 CAD layers (Fire Detection)

Fire Detection CAD Laying System

Cad Manual Page 16


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.4 CAD layers (HVAC)

HVAC CAD Laying System

Cad Manual Page 17


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.5 CAD layers (Plumbing)

Plumbing CAD Laying System

Cad Manual Page 18


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.6 CAD layers (Highways)

Highway CAD Laying System

Cad Manual Page 19


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.10.7 CAD layers (Structure)

Structure CAD Laying System

Cad Manual Page 20


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11 APPENDIX 1 – CAD Symbols & Blocks

3.11.1 ARCHITECTURE SYMBOLS & ABBREVIATIONS

Architecture Symbols & Abbreviation

Cad Manual Page 21


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.2 ELECTRICAL SYMBOLS & ABBREVIATIONS (SH-1)

Electrical Symbols & Abbreviation (Sh-1)

Cad Manual Page 22


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.3 ELECTRICAL SYMBOLS & ABBREVIATIONS (SH-2)

Electrical Symbols & Abbreviation (Sh-2)

Cad Manual Page 23


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.4 FIRE DETECTION AND FIRE FIGHTING SYMBOLS & ABBREVIATIONS (SH-1)

Fire Detection & Fire Fighting Symbols & Abbreviation (Sh-1)

Cad Manual Page 24


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.5 FIRE DETECTION AND FIRE FIGHTING SYMBOLS & ABBREVIATIONS (SH-2)

Fire Detection & Fire Fighting Symbols & Abbreviation (Sh-2)

Cad Manual Page 25


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.6 HVAC SYMBOLS & ABBREVIATIONS (SH-1)

HVAC Symbols & Abbreviation (Sh-1)

Cad Manual Page 26


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.7 HVAC SYMBOLS & ABBREVIATIONS (SH-2)

HVAC Symbols & Abbreviation (Sh-2)

Cad Manual Page 27


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.8 PLUMBING SYMBOLS & ABBREVIATIONS (SH-1)

Plumbing Symbols & Abbreviation (Sh-1)

Cad Manual Page 28


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.9 PLUMBING SYMBOLS & ABBREVIATIONS (SH-2)

Plumbing Symbols & Abbreviation (Sh-2)

Cad Manual Page 29


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.10 HIGHWAYS LEGEND & ABBREVIATIONS

Highway Symbols & Abbreviation (Sh-1)

Cad Manual Page 30


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


3.11.11 CIVIL (STRUCTURE) SYMBOLS

Cad Manual Page 31


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


4 Responsibilities

4.1 Author

4.1.1 Accuracy of graphical and non-graphical elements within a CAD file.


4.1.2 Compliance with this standard.
4.2 Approver

4.2.1 Approving CAD files to be shared and used for the suitability (see 3.7.2) indicated.
4.2.2 Maintaining an audit trail to capture the checks and reviews carried out to gain approvals.

4.3 Authorizer

4.3. 1On behalf of MMRCL, authorizing (accept / reject) CAD files submitted to MMRCL for publishing
for the suitability (see 3.7.2) indicated.

4.4 MMRCL CAD Support Team

4.4.1 Generation and governance of field codes.


4.4.2 Supply and management of MMRCL CAD data, resources and licensed mapping.

4.5 MMRCL Principal Infrastructure Protection Engineer

4.5.1 Approving external requests to MMRCL for CAD data, not originating from within an MMRCL
project.

4.6 MMRCL Procurement Agent

4.6.1 The MMRCL Procurement Agent shall be responsible for incorporating the requirements of
this engineering standard in any contract to which it is relevant and shall stipulate that
a programme of audits is implemented by the contractor which ensures that these
requirements are complied with.

5 Supporting information
5.1 Background

5.1.1 The requirements within this document shall be read in conjunction with the reference
documents listed in 6.1.1.
5.1.2 If you need any technical assistance with any of the requirements within this document,
you can contact the MMRCL CAD Support Team at

Cad Manual Page 32


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


6 References

6.1 References

6.1. Refer to EIR

6.1.2 Industry standards

Document no. Title

BS 1192 Collaborative production of AEC information


BS 8888 Technical product specification - Specification
BS EN ISO 5455 Technical drawings - Scales
EN ISO 3098-5 CAD lettering of the Latin alphabet, numerals and marks
BS ISO 12006-2 Unified Classification for the construction industry (Uniclass)
BS EN ISO 5457 Sizes and layout of drawing sheets
PAS-1192(2) Collaborative production of AEC information For BIM
PAS-1192(3) Collaborative production of AEC information for Asset Information

Cad Manual Page 33


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


6.2 Abbreviations

The following abbreviations are created:

a) Within MMRCL Glossary of Terms (a Category 1 Standard);


b) From published sources that are clearly identified.

Abbreviation Definition Source


AEC Architectural, Engineering and Construction a
CAD Computer Aided Design a
MMRCL Maha Metro Rail Corporation Limited a
OS Ordnance Survey a

6.3 Definitions

Topic specific definitions

Term Definition
Asset Class Highest level of classification of London Underground’s Engineering Assets, as defined in
CAT 1 Standard S1041
CAD Computer Electronic file produced by a CAD application (such as MicroStation or AutoCAD).
Aided Design) Examples of CAD files include Drawing Definitions and Model files.
File
Classification
Systematic arrangement of design and construction activities and assets,
including construction elements, systems and products
Common Data A designated environment with a defined process used to manage all relevant
Environment information. A CDE may comprise of one or more systems supporting a consistent
(CDE) collaborative approach.
Composite
Computer Aided Design (CAD) file that contains one or more Model Files, as references,
Model
for the purpose of spatial coordination; there is no ‘live’ geometry within the file. It may
form part of a Drawing Definition.
Data Set of digital values stored, but not yet interpreted or analysed (un-processed), in a form
that is convenient to move or process. Data is generally represented in a structured and
often tabulated form (rows and columns). ‘Raw Data’ is a relative term and therefore not
used.
DGN Proprietary Bentley Systems file format

Document
Information recorded for a specific purpose, providing a means tocommunicate the
briefing, design, construction, operation, maintenance or decommissioning of an asset.
This includes, but is not limited to, correspondence, Drawing Renditions, schedules,
specifications, calculations, spreadsheets. Note: Documentation must either be in an
immutable format or incorporate a means of controlling changes.

Cad Manual Page 34


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


Term Definition
Drawing Definition A CAD file created solely for the purpose of creating a Drawing Rendition or
Printed Drawing. The graphical content of the drawing definition is contained
in other CAD files (e.g. Model Files and/or Composite Models) which are
attached as References. Only annotation and dimensions are ‘live’ within the
Drawing Definition file. Examples may include As-built Drawing Definitions.
Drawing Rendition
Electronic file, in an immutable format such as PDF, derived from a Drawing
Definition. Examples may include As-built Drawing Renditions.
Drawing Sheet
CAD file containing the graphics of a blank drawing border and title block, of
Predefined paper sizes. Used as a reference by all drawing definitions.
Information
Data which has been interpreted and processed (such as formatting andprinting) to
take on meaning in some context for its intended receiver.
Layer Synonymous with the level functionality in the DWG File format.
Level
Floor level within a building (refer to S0135, Location Coding System)
Meta-data
‘Data about the data’. Information about one or more aspects of certain
items content. For example: size of document, date created etc.
Model File
A Computer Aided Design (CAD) file which consists of geometry that represents the
physical characteristics (may also include functional characteristics) of the works,
produced at a scale of 1:1. It may form part ofthe Composite Model and/or Drawing
Definition.
Model rendition
An immutable file, in a format such as PDF, which is derived from a Model File or
Composite Model.
Newlyn
Mean sea level (MSL) calculated from observation taken at Newlyn, Cornwall and
used as the official basis for height calculation.
Printed Drawing
Static, hard-copy document, derived from a Drawing Definition (as an exact copy)
or Drawing Rendition.
Project
A unique set of co-ordinated activities, with definite starting and finishing points,
undertaken by an individual or organization to meet specific objectives within defined
schedule, cost and performance parameters.
Reference
An Auto Cad/Bentley MicroStation term meaning a CAD file attached to another
CAD file such that all or part of its graphical content is visible but not editable in the
file to which it is attached.
Status
Defines the suitability of information.
Spatial Data
Geometry aligned to the physical location of an asset, to a specified grid
system.
Tag
An Auto Cad /Bentley MicroStation term meaning a non-graphical attribute attached
to
an element within a CAD file.

Cad Manual Page 35


Title: Computer Aided Design (CAD) Data

Maha Metro Rail Project


6.4 Technical content manager

Paragraph Technical content manager


number
All Head of Engineering Information

6.5 Document history

Issue no Date Changes Author

A1 October 2016 Authorised for use

Cad Manual Page 36


Maha Metro Rail Project

Maha Metro Rail Corporation


Pune Metro

Post Contract-Award Building


Information Modelling (BIM) Execution
Plan (BEP)
Contract Name:
Contract Description:

Contract Address:

Contract Number:

Date:

Document No:
Date: October 2016
Revision: R0
Status: Published
Maha Metro Rail Project

Document Control Sheet


Rev. Status Page Nos. Amendment Date By

Authored by:
Maha Metro Rail Project

The Post Contract-Award Building


Information Modelling Execution Plan (BEP)

Preface
The BEP shall be prepared for each contract and shall be utilised by the supply chain within each
contract for the Project Information Model authoring, coordination, quality assurance and
sharing/publishing processes. The BEP shall list the supplier, Detailed design consultant, contractor
[the supplier] agreed targets for responsibility, timely delivery, exchange, reuse and final handover to
MMRCL or its agents [the Employer]. It will also list all agreed elements as outlined in MMRCL’s
Employers Information Requirements.
This BEP is structured in accordance with MMRCL EIR which is guided by PAS 1192-2-2013

Project Delivery Manager


This document is owned and maintained by the current Project Delivery Manager listed below.
Project Delivery Manager - Name Company Responsible

Project Team Representatives and Role


Company Representative and Authorised Role
Name Responsible Agent

Document Authority
This project plan has been agreed by the representatives of the project team as listed above with the
authority of their parent companies to accept this document as the agreed BIM Execution Plan.
Maha Metro Rail Project

Contents
1 Contract Information ........................................................................................................................... 6
2 Information required by the EIR ......................................................................................................... 7
2.1 Planning of work and data segregation......................................................................................... 7
2.2 Co-ordination and clash detection ................................................................................................ 7
2.3 Collaboration process ................................................................................................................... 7
2.4 Health and safety management .................................................................................................... 7
2.5 Compliance plan ........................................................................................................................... 7
3 Management ........................................................................................................................................ 8
3.1 Roles, responsibilities and authorities........................................................................................... 8
3.2 Major project milestones ............................................................................................................... 9
3.3 Project information model delivery strategy ................................................................................ 10
3.4 Survey strategy ........................................................................................................................... 11
3.5 Approval of information ............................................................................................................... 11
3.6 Production Information authorisation process ............................................................................. 12
4 Planning and documentation ........................................................................................................... 12
4.1 Revised Project Implementation Plan ......................................................................................... 12
4.2 Agreed project processes for collaboration and information modelling ....................................... 13
4.3 Agreed matrix of responsibilities across the supply chain ........................................................... 14
4.4 (Task and) Master Information Delivery Plan (MIDP) ................................................................. 16
5 Standard method and procedure ..................................................................................................... 16
5.1 Production Information origin and orientation ............................................................................. 16
6 IT solutions ........................................................................................................................................ 16
6.1 Software versions ....................................................................................................................... 17
6.2 Exchange formats ....................................................................................................................... 17
6.3 Process and data management systems .................................................................................... 17
Maha Metro Rail Project

List of Tables

TABLE 1 – PROJECT INFORMATION................................................................................................................. 7


TABLE 2 – ROLES AND RESPONSIBILITIES ....................................................................................................... 9
TABLE 3 – ROLE AUTHORITIES ....................................................................................................................... 9
TABLE 4 – MAJOR PROJECT MILESTONES ..................................................................................................... 10
TABLE 5 – STRATEGY FOR INFORMATION DELIVERY ....................................................................................... 10
TABLE 6 – SURVEY STRATEGY..................................................................................................................... 11
TABLE 7 – SCHEDULE OF INFORMATION APPROVAL RESPONSIBILITIES .............................................................. 11
TABLE 8 – SUPPLIER RESOURCE SUMMARY .................................................................................................. 12
TABLE 9 – PROCESSES FOR COLLABORATION AND INFORMATION MODELLING ................................................... 12
TABLE 10 – CLASH RENDITION VIEWER ......................................................................................................... 13
TABLE 11 – AUTHORISATIONS FOR SECURITY, EXTRANET AND DOCUMENT DISTRIBUTION ................................... 13
TABLE 12 – RESPONSIBILITY MATRIX FOR INFORMATION PRODUCTION ............................................................. 14
TABLE 13 – TEMPLATE FOR TASK INFORMATION DELIVERY PLANS .................................................................... 17
TABLE 14 – RECORD OF INFORMATION MODEL ORIGIN AND ORIENTATION ......................................................... 18
TABLE 15 – TEMPLATE FOR FILE NAMING ...................................................................................................... 18
TABLE 16 – PROJECT CODE(S) .................................................................................................................... 18
TABLE 17 – ORIGINATOR CODES ................................................................................................................. 19
TABLE 18 – TEMPLATE FOR DEFINING PROJECT VOLUMES .............................................................................. 19
TABLE 19 – LEVEL OR LOCATION CODES ....................................................................................................... 20
TABLE 20 – AGREED FILE TYPES FOR DRAWINGS AND MODELS (SEE BS1192:2007, PAS1192-2)..................... 20
TABLE 21 – AGREED FILE TYPES FOR DOCUMENTS (SEE BS1192:2007, PAS1192-2) ..................................... 20
TABLE 22 – DISCIPLINE CODES (SEE BS1192-5) .......................................................................................... 21
TABLE 23 – EXTENDED DISCIPLINE CODES FOR THIS PROJECT ........................................................................ 21
TABLE 24 – METADATA STATUS CODES FROM PAS1192-2 ............................................................................ 22
TABLE 25 – LAYER NAMING CONVENTION...................................................................................................... 23
TABLE 26 – AGREED TOLERANCES FOR CONSTRUCTION ELEMENTS ACCORDING TO PROJECT DISCIPLINE ............. 23
TABLE 27 – LIST OF DRAWING SHEET TEMPLATES .......................................................................................... 23
TABLE 28 – DRAWING SHEET SCALES .......................................................................................................... 24
TABLE 29 – AGREED UNITS OF MEASUREMENT .............................................................................................. 24
TABLE 30 – AGREED SOFTWARE VERSIONS .................................................................................................. 25
TABLE 31 – AGREED EXCHANGE FORMATS FOR MODELS AND DRAWINGS ......................................................... 25
Maha Metro Rail Project

1 Contract Information

Table 1 – Contract information


Contract Name
Contract Address
Contract Number (Clients Project Number or
reference)
Contract Form
Contract Design Start Date
Contract Construction Start Date
Contract Completion and Handover Date
Contract Description
Contract Brief and Health and Safety [reference]
requirements (Construction Design and
Management)
Contract Deliverable Refer To EIR
Maha Metro Rail Project

2 Information required by the EIR


The following subsections of the BEP respond to the parts of the EIR specifically requesting the
suppliers response.

2.1 Planning of work and data segregation

The management of the modelling process (e.g.model management, naming conventions, etc.)
needs to explicate the compliance strategy to the EIR requirements.The planning of work and
data segregation aspects of the project are described in later parts of the BEP, in particular
Section 3 Management, Section 4 Planning and documentation and Section 5 Standard method
and procedure.

2.2 Co-ordination and clash detection


This section of the BEP contains the bidders‟ proposals for managing the co-ordination process.
The requirements for co-ordination are stated in EIR.

2.3 Collaboration process


This section of the BEP contains the agreed strategy for the management of the collaboration
process in compliance to the EIR requirements.

This is described in Section 4.2. Refer to the EIR for the requierements.

2.4 Health and safety management


This section of the BEP contains the bidders‟ proposals for using BIM and the Common Data
Environment to support the management of Health and Safety requirements and the related
Health and Safety artifacts.

2.5 Compliance plan


This section of the BEP contains the bidders‟ proposals for managing the co-ordination process
and the strategies for compliance to the EIR requirements.

[Type text] Page 7


Maha Metro Rail Project

3 Management
This section of the BEP covers the requirements of Employers Information Requirements in a
reference to the management procedures:

• roles, responsibilities and authorities;


• major contract milestones consistent with the contract programme and the overall
MMRCL programme;
• project information model deliverable strategy in compliance to the EIR;
• survey strategy including the use of point clouds, photogrammetry, light detecting and
ranging (LIDAR) or global navigation satellite systems (GNSS);
• existing legacy data use;
• approval of information; and
• Project Information Model authorization process;

3.1 Roles, responsibilities and authorities


At the start of a project it is important to identify the roles and responsibilities of the design
teams. Table 2 is used to record the names and contact details of the individuals fulfilling the
necessary project roles
Table 2 – Roles and responsibilities
Role Name Email and Telephone number
Company

Lead Designer Representative


Company...........

Employer Information Manager


Company...........
Document Controller
Company...........
Design Coordination Manager
Company ………
Construction Manager / Project
Manager
Company............
Designated Technical Lead /
Manager
Company............

Project Information Manager


Company……….
Company……….
Task Team Manager *
Company……….
Company……….
Task Team Information Manager *
Company……….
Company……….
Task Team Interface Manager *
Company……….
Company……….

[Type text] Page 8


Maha Metro Rail Project

CAD Coordinator
Company……….

CAD Manager
Company……….

Task Team BIM Authors *


Company……….
Company……….
Company……….

* Note – specify these roles for each task team involved in the project
The responsabilities of the different roles related to production and management of information
are described in the MMRCL EIR Standards, Methods and Procedures (SMP) document.

The standard authorities of the different roles related to production and management of
information are described in the table 3.

Table 3 – Role authorities


Role Authority
Employers Information Manager Enforce the application of the Employers Information Requirements
and ensure the delivery of the information in compliance to
standards from the Employer side.
Project Information Manager Enforce the BEP and the other Governance Procedures and ensure
delivery of the Information requirements specified in the EIR from
the Supplier side
Lead Designer Enforce spatial coordination
Task Team Manager Enforce documentation standards
Interface Manager Negotiate space allocation
Task Team Information Manager Reject non compliant models, drawings & documents
CAD Coordinator and Manager Enforce CAD related Project BIM Standards
Design Coordination Manager Ensure the timely delivery of the deliverables.
Project Manager Enforce the timely delivery of the deliverables.
… other authorities as required per
contract

3.2 Major project milestones


Table 4 – Major project milestones
Start Date Design Detail Design Construction As Handover.
Completion Completion + Constructed
Fabrication Models,
Documents
and Data

[Type text] Page 9


Maha Metro Rail Project

Only the Major milestones are listed. A more detail and co-ordinated MIDP and Project Plan
must be developed and agreed with the stakeholders.

3.3 Project information model delivery strategy


The major goals and objectives for the BIM implementation must be considered and stated as
a project strategy document, append to this document, under the headings listed in Table 5.
Table 5 – Strategy for information delivery
Brief Concept Definition Design Build & Handover & In use
Commission Closeout

[specify and/or refer the process here]

[Type text] Page 10


Maha Metro Rail Project

3.4 Survey strategy


Table 6 – Survey strategy
Survey Method Delivery Survey Details, notes
Format Origin
Point cloud
Light detecting and
ranging (LIDAR)
Global navigation
satellite systems
(GNSS)
<<others as
appropriate>>

[specify and/or refer the process here]

3.5 Approval of information


To ensure that model, drawing files and spreadsheet extraction are adequately checked, some
form of agreed approvals process needs to be in place to enable the design teams and the
contractor (or client) to approve and sign-off the development of the design information for a
project and to assign responsible team members.
Table 7 – Schedule of information approval responsibilities
Role or Title Models Drawings Peer Review Lead Client Review
Designer/Lead Team
Contractor

[specify and/or refer the process here]

[Type text] Page 11


Maha Metro Rail Project

3.6 Production Information authorisation process


The design and construction approval process should be specified, agreed and documented as
early as possible in the project. This includes the sign off of specialist design completion
information.
Sign off and authorisation process to be agreed and published in coordination with the abilities
of the collaboration or EDMS solution and inserted here.

[specify and/or refer the process here]

4 Planning and documentation


This section of the BEP covers the requirements of Employers Information Requirements and
in specific the requirements for planning and documentation:

• revised Project Implementation Plan confirming the capability of the supply chain;
• agreed project processes for collaboration and information modelling;
• agreed matrix of responsibilities across the supply chain;
• TIDP; and
• MIDP;

4.1 Revised Project Implementation Plan


The revised PIP confirms the capability of the supply chain.

i Supply chain capability readiness


The PIP consists of the following completed supply chain assessment forms documentation:

Supply chain capability summary form, which summarises the contents of …

Supplier building information management assessment form(s)

Supplier IT assessment form(s)

Supplier resource assessment form(s)


These are available as separate templates provided by MMRCL.
S
The supplier resource for the project shall be summarised as per the example in Table 8. Table
8 – Supplier resource summary
Supplier Discipline Resource Levels of Years of Names of
numbers competence Experience individuals
<<name 1>> Qualified 2 RIBA,
Architect CAD/BIM,
Specification
Author
Architectural 3 CIAT, CAD/BIM
Technologist Trained
(CIAT)
Architectural 5 Certificate of
Technician CAD or Model
Competence

[Type text] Page 12


Maha Metro Rail Project

<<name 2>> Qualified 3 MIStructE,


Structural
Engineer
Etc

ii Supply Chain Capability development and support

The supply chain capability must be continuously developed and supported (e.g. training and
support). The related strategy shall be referenced here.

4.2 Agreed project processes for collaboration and information


modelling
Table 9 – Processes for collaboration and information modelling
Company Solution Network Database File based Comments

[specify and/or refer the process here]

The clash rendition viewer to be used across the whole contract.


Table 10 – Clash rendition viewer
Agreed clash rendition viewer Version

This section of the BEP also covers the agreed authorisations for security and extranet access
and authority to distribute documents.
Table 11 – Authorisations for security, extranet and document distribution
Company Authorised Manager Authority (Upload, download,
change Access/Distribution)

[Type text] Page 13


Maha Metro Rail Project

4.3 Agreed matrix of responsibilities across the supply chain


It is important to define who models what (the BIM Author) and to what Level of Definition (LOD).
There are 7 levels of definition defined in the EIR which do not reflect specific modelling guidelines for any particular software, rather a generic definition of
model detail (graphical), how individual objects display themselves and the level of information as a minimum to answer the English question stated in the EIR.
The responsibility matrix will specify who is responsible for the production of the deliverables related to the specific systems as per the MPDT (Master Production
Delivery Table) Requirements issued with the EIR.
The deliverables list and their responsibility will be specified in the MIDP (Master Information Delivery Plan) which will be reflected, monitored and maintained
in Bentley AssetWise.
The production of the 3D deliverables in alignment with the table 12 below and the MPDT Requirement will be enforced via MIDP.
Refer to the EIR section 3.4 for more guidance.

Table 12 – Responsibility matrix for information production


Plan of Work
Software(s) Native Exchange 1 2 3 4 5 6 7
Format (s) Format(s) Initiation Concept Definition Design Construction Commissioning Operation
(Installation) & Handover
Systems (as per
MPDT)
[originator [originator [originator [originator [originator [originator code] [originator
code] code] code] code] code] code]
Maha Metro Rail Project
Maha Metro Rail Project

4.4 (Task and) Master Information Delivery Plan (MIDP)


A task information delivery plan (TIDP) for each task (performed by a specific sub-contractor/sub-consultant)
within the Contract shall be prepared using the template below and shall be agreed with the Lead
Supplier/Contractor.
The master information delivery plan (MIDP) shall be developed by combining the separate Task Information
Delivery Plans (TIDP) produced for each task within the contract. The detailed, co-ordinated MIDP must be
developed and agreed with all the stakeholders producing information within the Contract. When completed
the MIDP should be
• appended to this document inserted into Bentley AssetWise environment for monitoring. The Supply
Chain will deliver the information in accordance to the MIDP into the CDE (Common Data
Environment) as per the Employer Information Requirements. Refer to the “MMRCL Task and Master
Information Delivery Plan – Template” for more details.

5 Standard method and procedure


This section of the BEP covers the requirementsfor the standard method and procedure:
• the volume strategy;
• Production Information origin and orientation (which may also be geo-references to the earth’s surface
using a specified projection);
• file naming convention;
• layer naming convention, where used;
• agreed construction tolerances for all
• disciplines;
• drawing sheet templates;
• annotation, dimensions, abbreviations and
symbols; and attribute data;

5.1 Production Information origin and orientation


The origin and orientation of the project are based on the Contract location and its reference to other global or
local grids,
Refer to the EIR for the requirements.
. Table 14 – Record of information model origin and orientation
Point Grid intersection Easting (m) Northing (m) Elevation or
notation site Datum

Site local grid


origin
Grid origin
Bottom Left
Intersection

Grid Intersection
Bottom Right
Grid Intersection
Top Left

5.2 Engineering Assurance File Naming Convention


Refer to the EIR for the requirements.

5.3 Agreed construction tellerances for all disciplines


Refer to the CAD Standard.
Maha Metro Rail Project

5.4 Drawing sheet templates


Refer to the CAD Standard.

5.5 Annotations, dimensions, abbreviations and symbols


Refer to the CAD Standard.

5.6 Attribute data


Refer to the EIR for the requirements and to the MPDT.

6 IT solutions
This section of the BEP is intended to demonstrate the supply chain IT capability and understanding of the
requirements included within the Employers Information requirements, clause 6.

6.1 Software versions


The CAD software and versions that will be used by the design teams shall be agreed before starting the project.
Table 30 – Agreed software versions
Company Database CAD Version Format Comments
software

6.2 Exchange formats


The agreed formats for model and drawing file exchange are
Refer to the EIR.

[specify and/or refer any additional process here]

6.3 Process and data management systems


The process and data management systems shall be described under section 4.2 Agreed project processes for
collaboration and information modelling.
BIM CDE End to End Deliverables Workflow Process
Key/Legend DDC Contractor GC/MMRCL CDE Custom eB-PW Connector

1. Create Drawing
Deliverable(s) as 2.Use Add Doc 8. Non CAD 15. Create
per agreed Task Wizard for single Placeholder container Transmittal for 23.Acknowledge
Information placeholders created in MDL 14. Prepare Package(s) for Package Receipt of GC
Document Controller

A Deliverables or Bulk Import Utility CAD? No Structure Submission in accordance submission(s) Transmittal
Plan(s) and Scope for multiples 9. Notify responsible C Level A? Yes End
with Task Information 16. Send containing DRCF
of Services under 3. Structure MDL Task Team of Delivery Plan Transmittal 24. Notify Task Team
DDC

Conditions of deliverables Yes deliverables Notification to GC of review results


Contract DC
4. Drawing No
MMRCL Placeholders Created
CDE Doc in PWDI Contract
Creation Work Package Folders
Wizard

10. Produce non


B 5. WIP CAD
deliverable(s)
11. Hold internal
reviews where
relevant
Task Team(s)

12. Upload non


CAD deliverable
DDC

6. Shared to CDE when 13. Files &


ready for Metadata
submission published into
Level B; C; D CAD deliverable
dgn
Non CAD placeholders
imodel Level B; C; D
7. Published
pdf

19. GC Lead Reviewer create


Employers Rep

Deliverables Review Comment


22. GC DC update Review
17. GC DC Acknowledge Receipt Form(DRCF) and attach to review
Outcomes on CDE
of DCC Transmittal/Submission workflow
deliverables
D & notify GC Manager 20. Assign Reviewers including
20. Issue completed
18. GC Manager Initiate Review MMRCL where relevant
DRCSF via Transmittal to
Process & Assign Lead Reviewer 21. Consolidate Review Comments
DDC DC.
& prepare final DRCSF including
markups
Management of Drawing Data
Task
CAD Senior PDF Drawings Suitability
Activities Revision Action Designer
Check Designer
Design
Rendition
GC MMRCL
Workflow Code
Manager
Task Initiation

1 – Design Task assignment


Inputs: Programme Requirement
Outputs: eB Placeholder document &
automatically created WIP Model R C
placeholder in ProjectWise

2 - Create eB Placeholder (Deliverable)


Inputs: Allocated design task
Assetwise

Outputs: eB Placeholder document and


automatically created WIP Model (i) R
or Drawing (ii) placeholder in
ProjectWise

3 – Produce CAD Drawing from Approved


Models
From 7,
Inputs: - eB Created Placeholder
8, or 10
- Models Approved for
Publication
References: CAD Standards Work in
Outputs: Referenced WIP CAD Drawings Progress

Supersede R

4 – Automated CAD Compliance Check

Inputs: Referenced WIP CAD Drawings


Increase Major Revision (e.g. P01.1 to P02.1)

Increase Minor Version (e.g. P01.1 to P01.2)

References: CAD Standards R


Work in Progress (WIP) Drawings

CAD QA
Outputs: Passed: WIP CAD Drawings
Failed: Non-compliant Drawingl S0
returned to WIP

5a – CAD Design Content Check


Inputs: CAD Compliant WIP Drawings
References: Design Requirements; Standards;
Legislation; Interfacing Data R
Outputs: Design Compliant CAD Drawings

Technical
5b – CAD Drawing Approval Check
Inputs: CAD Compliant WIP Drawings
References: Design Requirements; Output
Purpose R
Outputs: Drawings Approved for
Authorisation (S4)

6 – Authorise CAD Drawings for Publication


Inputs: Drawings Approved for
Authorisation (S4)
Authorise for
Outputs: Drawings Authorised for R S4
Shared

Publication Publication

7 – Publish Authorised CAD Drawings


Inputs: Authorised CAD Drawings
Outputs: Published Authorised CAD R
Drawings ready for PDF Rendition
& import to AssetWise (eb)
A or B
Authorised S2 or S3
To eB for D1 to D4
8 – Revise Authorised CAD Drawings Publication As Per
Inputs: Authorised CAD Drawings BS1192
Published

Outputs: Published Authorised CAD


Drawings ready for PDF Rendition R
& import to AssetWise (eb)
Management of Model Data
Task
CAD Senior Models Suitability
Activities Revision Action Designer
Check Designer
Design GC MMRCL
Workflow Code
Manager
Task Initiation

1 – Design Task assignment


Inputs: Programme Requirement
Outputs: eB Placeholder document &
automatically created WIP Model
R C
placeholder in ProjectWise

2 - Create eB Placeholder
Inputs: Allocated design task
Outputs: eB Placeholder document and
automatically created WIP Model (i) R
or Drawing (ii) placeholder in
ProjectWise
eB

3 – Edit Model
Inputs: - eB Created Placeholder From 7,
- Allocated Design Task 8, or 10
References: - Design Requirements
- Standards
- Legislation Work in
- Interfacing Models approved for Progress
Coordination
Outputs: WIP Model in ProjectWise Supersede R

4 – Automated CAD Compliance Check


Inputs: WIP Model
References: CAD Standards
Increase Major Revision (e.g. P01.1 to P02.1)

Increase Minor Version (e.g. P01.1 to P01.2)

Outputs: Passed: CAD Compliant WIP Model R CAD QA


Failed: Non-compliant Model
returned to WIP

5a – CAD Technical Check


Inputs: CAD Compliant WIP Model
References: CAD Standards
Outputs: Passed: CAD Compliant WIP Model R
Failed: Non-compliant Model
returned to WIP as new minor S0
version
Technical
5b – CAD Technical Check Check
Inputs: CAD Compliant WIP Model
References: CAD Standards
Outputs: Passed: CAD Compliant WIP Model R
Failed: Non-compliant Model
Work in Progress (WIP) Models

returned to WIP as new minor


version

6a – Engineering Content Check


Inputs: CAD Compliant WIP Model
References: Design Requirements; Standards;
Legislation; Interfacing Models R
approved for Coordination
Outputs: Checked WIP Model
Engineering
6b – Engineering Content Check Check
Inputs: Checked WIP Model
References: Design Requirements; Output
Purpose R
Outputs: Model Approved for Coordination
(Shared)

7a – Manage Task Coordination / Review

Inputs: Model Approved for Task


Coordination R Reference
Outputs: Task Coordinated Models

Task
To 3
7b – Approve Task Coordinated Models Coordination

Inputs: Task Coordinated Models


Outputs: Models Approved for Group R
Coordination

8a – Manage Group Coordination / Review S1


Inputs: Model Approved for Group
Coordination R Reference
Outputs: Group Coordinated Models

To 3
8b – Approve Group Coordinated Models Group
Shared Models

Coordination
Inputs: Group Coordinated Models
Outputs: Models coordinated, approved, and
fit for Authorisation (S4) R

From
9&10
Management of ProjectWise Model Data
Task
CAD Senior Models Suitability
Activities Revision Action Designer
Check Designer
Design GC NMRCL
Workflow Code
Manager
9 – Authorise CAD Drawings for Publication
Mod
Inputs: Models Approved for
Rev
Authorisation (S4)
Authorise for
Outputs: Drawings Authorised for R S4
Shared

Publication Publication

10a – Publish Authorised CAD Drawings


Inputs: Authorised CAD Drawings
Outputs: Published Authorised CAD R
Drawings ready for PDF Rendition
& import to AssetWise (eb)
A or B
Authorised S2 or S3
To eB for D1 to D4
10b – Revise Authorised CAD Drawings
Inputs: Authorised CAD Drawings Publication As Per
Outputs: Published Authorised CAD BS1192
Published

Drawings ready for PDF Rendition R


& import to AssetWise (eb)
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1200X300
1.1 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1 1.1.1a
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
1.1
2 5 mm THK 0-40 ACRYLIC 2
3 LED MODULE 6500 K 8
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2 1.2
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SIT E 1
5.2 150 X 150 X 6mm THK MS PLATE 1
3
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4

1200

EXPLODED VIEW
1.2 4

80
TOP VIEW 1.4
2

250 700 250


150 5.2

5.5

50 5.1

42
5.3 5.4
FIXED WITH M6X25 NUT AND BOLT

300
300

3M BLOCKOUT VINYL AS PER


APPROVED ARTWORK & COLOUR
1200 80

ISOMETRIC VIEW
FRONT VIEW SIDE VIEW
NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
1200

1196 TOP PROFILE AND MS ANGLE 25X25X3.0


FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE

80
FIXED WITH POP RIVET
SECTION B-B

1200

ACRYLIC INSERT FROM TOP


80

174 30 85 30

4
C 80

16 32
B B

300
296
300

32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4

150 150

6
150
22
12

AS PER SITE
25

AS PER SITE
19

50

150
25
13

50
7.5

50
260
80

50
4
DETAIL D 42 10
SCALE 1 : 0.8
5.0mm FELLET WELD
175
75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1500X300
1.1 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 1.1.1b
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
2 5 mm THK 0-40 ACRYLIC 2 2
3 LED MODULE 6500 K 17 1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
1.2
5.2 150 X 150 X 6mm THK MS PLATE 1
5.3 DIA 42 X 2 MM THK MS PIPE 260 1 3
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4

1500
150

75

80
EXPLODED VIEW
150 TOP VIEW
1.2 4

1.4
247 1006 247 2
150

5.5 5.2

50 FIXED WITH M6X25 NUT AND BOLT

5.1
470

42
5.3

5.4

300
300

3M BLOCKOUT VINYL AS PER


1500 80 APPROVED ARTWORK & COLOUR

FRONT VIEW SIDE VIEW ISOMETRIC VIEW


NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
1500
TOP PROFILE AND MS ANGLE 25X25X3.0
FIXED WITH M4 CSK ALLEN BOLT
1496
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET
80

SECTION B-B

1500
ACRYLIC INSERT FROM TOP
80

174 30 85 30

C 80 4

16 32
B B

300
296
300

32
25 25
D
C
1500 SECTION C-C
DETAIL E
SCALE 1 : 4

150 150

6
150
22 12

AS PER SITE
AS PER SITE
25

50
19

150
25
13

50
7.5

50
260

50
80

4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLES Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1800X300
1.1 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 1 1.1.1c
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 1
1.4 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
DOUBLE SIDED
2 5 mm THK 0-40 ACRYLIC 2 2
3 LED MODULE 6500 K 20
1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
5.1 DIA 50 X 2 MM THK MS PIPE 400 1
1.2
5.2 150 X 150 X 6mm THK MS PLATE 1
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1 3
5.5 50X50X5.0mm THK MS RIB 4

1800
150

75

80
EXPLODED VIEW
150 TOP VIEW

4
1.2
1.3
247 1306 247 150 2

5.5
FIXED WITH M6X25 NUT AND BOLT
5.2
50
470

5.1

42
5.3

5.4

300
300

80 3M BLOCKOUT VINYL AS PER


1800
APPROVED ARTWORK & COLOUR

FRONT VIEW SIDE VIEW ISOMETRIC VIEW


NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
TOP PROFILE AND MS ANGLE 25X25X3.0
1800 FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
1796 MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET
80

SECTION B-B

1800 ACRYLIC INSERT FROM TOP


80

174 30 85 30

C 80 4

16 32
B B

300
296
300

32
25 25
D
C
1800 SECTION C-C
DETAIL E
SCALE 1 : 4

150 150

6
150
22 12

AS PER SITE
AS PER SITE
25

50
19

150
25
13

50
7.5

50
260

50
80

4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 1.1.1d CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 600X300
1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 1.1.1d
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
2
2 5 mm THK 0-40 ACRYLIC 2
3 LED MODULE 6500 K 6 1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
5.2 150 X 150 X 6mm THK MS PLATE 1 1.2
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4

600
4
EXPLODED VIEW
1.2

80
1.4

TOP VIEW 2

5.2
300
150

5.5
5.1

50
FIXED WITH M6X25 NUT AND BOLT

5.4
42
5.3

300
300

3M BLOCKOUT VINYL AS PER


80 APPROVED ARTWORK & COLOUR
600

FRONT VIEW SIDE VIEW ISOMETRIC VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
600

596

TOP PROFILE AND MS ANGLE 25X25X3.0

80
FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
SECTION B-B MS ANGLE AND SIDE PROFILE
4 FIXED WITH POP RIVET

600

16 32
80

ACRYLIC INSERT FROM TOP

32
25 25

DETAIL E
SCALE 1 : 4 80
C

B B
300

D
C
600 SECTION C-C

150 150

6
150
22 12

AS PER SITE
AS PER SITE
25

50
19

150
25
13

50
7.5

50
260

50
80

4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75

DRAWING DRAWING NUMBER DESIGN BY R. GARG


TITLE
SUSPENDED SIGN 4.1a (ILLUMINATED- DOUBLE SIDE) CHECKED BY Mr. SUKHVINDER P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER Plot No 108, Sec-44,
PUNE METRO 1:10 0 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1200X300
1.1 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1 1.1.1e
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
1.1
2 5 mm THK 0-40 ACRYLIC 2
3 LED MODULE 6500 K 8
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2 1.2
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
5.2 150 X 150 X 6mm THK MS PLATE 1
3
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4

1200

EXPLODED VIEW
1.2 4

80
TOP VIEW 1.4
2

250 700 250


150 5.2

5.5

50 5.1

42
5.3 5.4
FIXED WITH M6X25 NUT AND BOLT

300
300

3M BLOCKOUT VINYL AS PER


APPROVED ARTWORK & COLOUR
1200 80

ISOMETRIC VIEW
FRONT VIEW SIDE VIEW
NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
1200

1196 TOP PROFILE AND MS ANGLE 25X25X3.0


FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE

80
FIXED WITH POP RIVET
SECTION B-B

1200

ACRYLIC INSERT FROM TOP


80

174 30 85 30

4
C 80

16 32
B B

300
296
300

32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4

150 150

6
150
22
12

AS PER SITE
25

AS PER SITE
19

50

150
25
13

50
7.5

50
260
80

50
4
DETAIL D 42 10
SCALE 1 : 0.8
5.0mm FELLET WELD
175
75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY. 1200X300
1 AL EXTRUSION FRAME 1
1.1.2a
1.1 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 NON -LIT
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 DOUBLE SIDED
1.4 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1 1
1.5 1
1.1
2 5 mm THK 0-40 ACRYLIC 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SIT E 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.2
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4

1200

EXPLODED VIEW
1.2
150

75

80
150 TOP VIEW 1.4
2

247 706 247


150
3.2
3.5 FIXED WITH M6X25 NUT AND BOLT

50
3.1
470

42
3.3
3.4

300
300

3M BLOCKOUT VINYL AS PER


1200 80 APPROVED ARTWORK & COLOUR

FRONT VIEW SIDE VIEW ISOMETRIC VIEW


NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
1200

1196 TOP PROFILE AND MS ANGLE 25X25X3.0


FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE

80
FIXED WITH POP RIVET
SECTION B-B

1200

ACRYLIC INSERT FROM TOP


80

174 30 85 30

4
80
C

16 32
B B

300
296
300

32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4

15 150
0

6
150
22
12

AS PER SITE
25

AS PER SITE
19

150
50
13

25

50
7.5

50
260

50
80

4
DETAIL D 4 1
SCALE 1 : 0.8 2 0
5.0mm FELLET WELD
17
5 7
5

P1 Misc-28/2022
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 450X450
1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 1 1.1.2b
1.2 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 3 NON - ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 DOUBLE SIDED
2 5 mm THK 0-40 ACRYLIC 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.1
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4

1.2

450
1.2
EXPLODED VIEW

80 1.2
TOP VIEW
225 2
3.2
150

3.5

3.1
50
FIXED WITH M6X25 NUT AND BOLT

42 3.4
3.3

450
450

3M BLOCKOUT VINYL AS PER


APPROVED ARTWORK & COLOUR
450 80

FRONT VIEW SIDE VIEW ISOMETRIC VIEW


NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
450

446

TOP PROFILE AND MS ANGLE 25X25X3.0


FIXED WITH M4 CSK ALLEN BOLT

80
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE
SECTION B-B
FIXED WITH POP RIVET
4

450

16 32
80

32
25 25 ACRYLIC INSERT FROM TOP

C 80 DETAIL E
SCALE 1 : 4

B B
450

D
C SECTION C-C
450

150 150

6
150
12
22

AS PER SITE
AS PER SITE
25

50

150
19

50
13

50
7.5 25

260

50
80

4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 2.1.9a (ILLUMINATED- DOUBLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 450X700 2
1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 1 1.1.3a
1.1
1.2 80mm AL EXTRUSION PROFILE 700 RAL CLASSIC 7046 PC 2 NON- ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDE
1.4 80mm AL EXTRUSION PROFILE 450 1
2 4.0mm THK ACP SHEET WITH PURE WHITE PA INT 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.2
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4
4.0 5mm THK 0.40 ACRYLIC

450

EXPLODED VIEW
1.2

80
TOP VIEW
225 1.4

24 3.2
3.5
150

3.1

50 FIXED WITH M6X25 NUT AND BOLT

42
3.3
3.4

700
700

3M BLOCKOUT VINYL AS PER


APPROVED ARTWORK & COLOUR
450 80
FRONT VIEW SIDE VIEW ISOMETRIC VIEW
NOTE - TECH SPECS FOLLOW AS PER PROTO

P1 Misc-28/2022
450
446

TOP PROFILE AND MS ANGLE 25X25X3.0


FIXED WITH M4 CSK ALLEN BOLT

80
25X25 X3.0mm THK-50mm
SECTION B-B MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET

450 4
80

16 32
32
C 80
25 25 ACRYLIC INSERT FROM TOP

DETAIL E
SCALE 1 : 4
700

B B

SECTION C-C 150 150


450C

6
150
12

AS PER SITE
AS PER SITE 50

150
25

50
19
13

50
260

50
7.5

4
42 10
80
5.0mm FELLET WELD
DETAIL D 175
SCALE 1 : 0.8 75

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 2.1.1a ( NON- ILLUMINATED- SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1500X300 4
1.1 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 1.1.3c
2.1.1a 1.1
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 ILLUMINATED
1.2
1.3 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 SINGLE SIDE 3
1.4 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 1496 1
3 4.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
15
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2
5 LED MODULE 6500 K 19

115

65
6 POWER SUPPLY 1

25
WALL
EX
PL
OD
ED
VIE
W 1.2 6

1.3

80
2
1500

TOP VIEW
20 25
TOP PROFILE TO BE OPENABL E

15
FIXED WITH M4 CSK ALLEN BO LT
1500

15
1496
3M BLOCKOUT VINYL AS PER

80
APPROVED ARTWORK & COLOUR

SECTION H-H 25

DETAIL I ISOMETRIC VIEW


SCALE 1 : 3
25 25

25
H H

300
115
300
300

20

25
80 1500
1500

FRONT VIEW SIDE VIEW BACK VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO


DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 2100X300 4
1.1
1.1 80mm AL EXTRUSION PROFILE 2100 RAL CLASSIC 7046 PC 1 NEW
2.1.1bITEM
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 ILLUMINTED 1.2

1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDED


1.4 80mm AL EXTRUSION PROFILE 2100 RAL CLASSIC 7046 PC 1 3
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 2096 1
3 4.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2 15

5 LED MODULE 6500 K 27


6 POWER SUPPLY 1

115
25 65
EX
PL
WALL OD
ED
VIE
W 6
1.2

2 1.4

80
2100

TOP VIEW
20 25 TOP PROFILE TO BE OPENABLE
FIXED WITH M4 CSK ALLEN BOLT

15
2100 3M BLOCKOUT VINYL AS PER
2096 APPROVED ARTWORK & COLOUR

80
SECTION H-H 25
SCALE 1 : 15 ISOMETRIC VIEW
DETAIL I
SCALE 1 : 3
25 25

25
H H

300

115
300
300

20

25
80 2100
2100

BACK VIEW
FRONT VIEW SIDE VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO


DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT P1 Misc-28/2022
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.

PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 600X300
1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 2.1.1c
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 ILLUMINTED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDE 1.1 3 4
1.4 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 15
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 596 1
1.2

115

65
3 4.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2

25
5 LED MODULE 6500 K 7
6 POWER SUPPLY 1

WALL
EX 6
PL
OD 1.2
ED
VIE 1.4
W
2

80
600
TOP PROFILE TO BE OPENABLE
TOP VIEW FIXED WITH M4 CSK ALLEN BOLT

20 25
600

15
596
3M BLOCKOUT VINYL AS PER
APPROVED ARTWORK & COLOUR

80
SECTION H-H

25
ISOMETRIC VIEW
DETAIL I
25 25
SCALE 1 : 3

25
H H

300
115
300
300

20

25
80 600
600

FRONT VIEW SIDE VIEW BACK VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO


DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1500X300 4
1.1 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 2.1.3a
2.1.2a 1.1
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 NON- ILLUMINATED
1.2
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDED 3
1.4 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 1496 1
3 3.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
15
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2

115

65
25
WALL
EX
PL
OD
ED
VIE
W 1.2

1.4

80
2
1500

TOP VIEW
20 25
TOP PROFILE TO BE OPENABLE

15
FIXED WITH M4 CSK ALLEN BOLT
1500

15
1496
3M BLOCKOUT VINYL AS PER

80
APPROVED ARTWORK & COLOUR

SECTION H-H 25

DETAIL I ISOMETRIC VIEW


SCALE 1 : 3
25 25

25
H H

300
115
300
300

20

25
80 1500
1500

FRONT VIEW SIDE VIEW BACK VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO


DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1189X841 1.1
1.1 80mm AL EXTRUSION PROFILE 1189 RAL CLASSIC 7046 PC 1 3.1.1a
2.1.2b 3
NON ILLUMINATED 1.2
1.2 80mm AL EXTRUSION PROFILE 841 RAL CLASSIC 7046 PC 2
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDED
1.4 80mm AL EXTRUSION PROFILE 1189 RAL CLASSIC 7046 PC 1
2 5 mm THK 0-40 ACRYLIC SIZE 837 X 1185 1 15
3 4.0mm THK ACPSHEET AT BACK RAL CLASSIC 7046 PC 1

115
25 65
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2

WALL 2 4

EX
PL
OD
ED 1.2
VIE

80
1189
W
TOP PROFILE TO BE OPENABLE
1.4 FIXED WITH M4 CSK ALLEN BOLT
TOP VIEW

20 25

15
1189

15
1185

80
SECTION H-H
SCALE 1 : 15
25
3M BLOCKOUT VINYL AS PER
DETAIL I APPROVED ARTWORK & COLOUR
SCALE 1 : 3
25

25 ISOMETRIC VIEW

25
H H

841

115
841
841

25
20

80 1189
1189 BACK VIEW
SIDE VIEW
FRONT VIEW

NOTE - TECH SPECS FOLLOW AS PER PROTO


DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN 3.1.1a CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 R0 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
297X210 (2.1.3a) 2 .0mm THK AL SHEET
PLATE SIGN FINISH WHITE POWDER COAT

3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
OVER AL SHEET

297

WALL

210
210

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
2 .0mm THK AL SHEET
210X300 (2.1.3b) FINISH WHITE POWDER COAT
PLATE SIGN

210 3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
2 OVER AL SHEET

WALL

300
300

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UN. Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 4 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X300 (2.1.3c) 2 .0mm THK AL SHEET
PLATE SIGN FINISH WHITE POWDER COAT

3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
OVER AL SHEET

450

WALL

300
300

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 5 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
150X225 (2.1.4a)
PLATE SIGN
2 .0mm THK AL SHEET
FINISH WHITE POWDER COAT

3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
OVER AL SHEET

150

WALL

225
225

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
2 .0mm THK AL SHEET
210X297 (2.1.4b) FINISH WHITE POWDER COAT
PLATE SIGN

210 3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
2 OVER AL SHEET

WALL

297
297

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 3 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X300 (2.1.4c) 2 .0mm THK AL SHEET
PLATE SIGN FINISH WHITE POWDER COAT

3M VINYL AS PER APPROVED


ARTWORK & COLOUR PASTED
OVER AL SHEET

450

WALL

300
300

3M VHB TAPE

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 5 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
300X475
(2.1.5a)
292
NON -LIT SIGN
30

300

4
SECTION C-C 29
SCALE 1 : 4

4.0mm THK ACP SHEET FIXED ON

29

3
25X25X3.0mm THK MS ANGLE MS ANGLE FRAME BY CSK SCREW

25
FINISH RAL CLASSIC 7046 PC APPROVED VINYL PASTED OVER IT

300
29
A
C C

2.0MM THK MS 30X30 SQ


WELD WITH MS ANGLE FRAME

467 (MS ANGLE)


475

30

475
475

R3

20
30
R5
256

A SECTION A-A
SCALE 1 : 4

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN 300X475 SAFETY MESSAGES CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 18-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X700
(2.1.5b)
442 NON -LIT SIGN
30

450

4
SECTION C-C 29
SCALE 1 : 6

4.0mm THK ACP SHEET FIXED ON


MS ANGLE FRAME BY CSK SCREW

3
25X25X3.0mm THK MS ANGLE APPROVED VINYL PASTED OVER IT

25
FINISH RAL CLASSIC 7046 PC

450
29
A

C C

2.0MM THK MS 30X30 SQ


WELD WITH MS ANGLE FRAME

692 (MS ANGLE)


700

30

700
700

R3

20
30
R5
A 406

SECTION A-A
SCALE 1 : 6
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN 450X700 SAFETY MESSAGES CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DATE 18-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
3.1.1c ITEM NO. DESCRIPTION LENGTH FINISH QTY.
25X25X1.6 AL TUBE WELD
450 1 SIGNAGE ASSEMBLY 1
WITH EXTRUSION FOR MOUNTING
80 1.1 AL EXTRUSION FRAME 1
1.1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 2
SIGNAGE FIXED WITH 1.1.2 80mm AL EXTRUSION PROFILE 800 RAL CLASSIC 7046 PC 2

33
M8 X75 NUT & BOLT 1.2 4 MM THK ACP 2
80

1.3 25X25X1.6 AL TUBE WELD WITH EXTRUSION 2


USE SPACER IF REQ 2 POST ASSEMBLY SS 316 GRADE 1
TOP VIEW 2.1 SS PIPE DIA 60 X 2 THK 2000 SS 316 1
FRONT AND REAR SHEET 2.2 150 X 150 X 8 SS BASE PLATE SS 316 1
FIXED WITH CSK SCREW / REVET 2.3 35 X50 X 5 RIB SS 316 4
2.4 END CAP SS 316 1
450 2.5 350X40X5.0mm THK STRIP WELD WITH PIPE SS 316 2
3 1.2mm THK COVER PLATE SS 316 1
80
A

33
1.2

2.4
800

735

800
1.3
1.1.1 2.1

1.2

3M BLOCKOUT VINYL
AS PER APPROVED
33

ARTWORK AND COLOUR 2.5


2000

SIGNAGE BOLT WITH


PIPE PLATE
1200

1.3

1.2

3
2.3

60 EXPLODED VIEW

2.2
61

175
175 150 ISOMETRIC VIEW
A 175 SECTION A-A SIDE VIEW
FRONT VIEW SCALE 1 : 12

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 3.1.9a (NON- ILLUMINATED SINGLE SIDE) CHE Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022

PROJECT NAME CLIENT NAME SCALE REVISION DAT 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 R1 SHEET NO. 1 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
150
25

25
274
14

5
DOWN 90° R 1.2
DOWN 30° R 1.2

DOWN 30° R 1.2

DOWN 30° R 1.2


DOWN 90° R 1.2

DOWN 90° R 1.2


350
32

80 DOWN 60° R 1.2

DOWN 60° R 1.2

DOWN 60° R 1.2

137
50 250 50

20

12
40
40

0 .5
R4
696
736

175

27
12

R4
175

125
0.5
2000

125
1232

22
F

240
°
41

45
61

210°
61

1.2
19
F 10 155
35 175
50

SECTION F-F
5 150 SCALE 1 : 4
8

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 3.1.9a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
3.1.1.d 80 ITEM NO. DESCRIPTION LENGTH FINISH QTY.
USE PACKING TO
28 25 28 1 SIGNAGE ASSEMBLY 1
PREVENT LOOSENESS
1.1 AL EXTRUSION FRAME 1
1800
1.1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 2
875 1.1.2 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 2
1.2 2 MM THK AL SHEET AT FRONT RAL 9010 WHITE PC 1
1.3 2.0mm THK AL SHEET AT REAR RAL CLASSIC 7046 PC 1
1.4 25X25X1.6 AL FRAME WELD WITH EXTRUSION 1
80

1.4.1 25X25X1.6 AL PIPE 800 RAL CLASSIC 7046 PC 2


TOP VIEW 1.4.2 25X25X1.6 AL PIPE 560 RAL CLASSIC 7046 PC 2
2 POST ASSEMBLY 1
25 2 2.1 DIA 60X2mm THK SS 316 GRADE PIPE 2500 2
2.2 3.0mm THK SS 316 GRADE END CAP 2
USE SPACER IF REQ 2.3 800X40X5.0mm SS 316 GRADE STRIP WELD WITH PIPE 2
2.4 DIA 50X2mm THK SS 316 GRADE PIPE 700 1
DETAIL B SIGNAGE FIX WITH POST 2.5 150X150X8.0mm THK SS 316 GRADE BASE PLATE 2
SCALE 1 : 1.2 BY M8X75 NUT & BOLT 2.6 50X35X5.0mM THK SS 316 GRADE GUSSET PLATE 8
A 3 1.2mm THK COVER PLATE SS 316 2

1.2
1800
800 80 1.1.2 2.2
2.3

1.1.1
600

596

600
560

1.4.1

1.4.2
3M BLOCKOUT VINYL
AS PER APPROVED
50

ARTWORK AND COLOUR

2.1
1.3
SIGNAGE BOLT WITH
PIPE PLATE

2500
FRONT AND BACK AL SHEET
FIX WITH CSK SCREW / RIVET
2.6 2.5
1900

1760

60

700 3
58
61

61

150 175
175 FRONT VIEW
A SECTION A-A EXPLODED VIEW
SIDE VIEW ISOMETRIC VIEW
SCALE 1 : 18
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 2.1.7a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
800 25
150
120 280 280 120
14

25
100
150

560
560
25
27
20
12

DETAIL D
40
SCALE 1 : 5

10
DETAIL F
SCALE 1 : 5
800
120 280 280 120 60
32

DOWN 90° R 1.2


175 DOWN 30° R 1.2
540
40

DOWN 60° R 1.2

DOWN 60° R 1.2

DOWN 30° R 1.2


DOWN 90° R 1.2

274
R4
175

0.5
DOWN 60° R 1.2

DOWN 30° R 1.2


2500

DOWN 90° R 1.2


2500

137

700
1760

22
E

240
°
19 41

45
1.2

210°
61

61
50

35 150
E 10 155
150 175
8

SECTION E-E
SCALE 1 : 5

DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 2.1.7a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
5.1.2a
R450.00 150.00

Back Lit Pune Metro


Logo
Alu Extrusion Profiles
with approved Finish

Station Name Back Lit Signage


900.00 5mm thk Acrylic with approved
Vinyle Graphics.

4388.00 Clip On Alu Profile fixed on


4mm thk ACP with approved
Finish.
785.00

3254.00
Imformation Sign Facia Imformation Sign Facia
4mm thk ACP with approved 4mm thk ACP with approved
Vinyle Graphics. Vinyle Graphics.

450.00

830.00 Clip On Alu Profile fixed on


4mm thk ACP with approved
4mm thk ACP in Finish.
approved Finish

150.00
400.00 10mm thk MS Base Plate.
Front View Isometric View
Side View
M16 X 200mm Chemical Fastener
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 1 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
1072.00
5.1.2a

400.00 150.04

Side View

A R450.00 150.00 B

Alu Extrusion Profile-1


900.00

Alu Extrusion Profile-2


84.00

900.90

DETAIL B MS Internal Structure

975.00
4388.00
785.00 873.80
3254.00
3254.00
Alu Extrusion Profile-3

448.80
C

975.00

830.00 936.90 Alu Clip On Profile


for Branding.

150.00 150.00
A 10.00
Front View Side View
SECTION A-A DETAIL C

DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 2 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:25 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
Aluminium Profile

16.50 61.04 20.50

15.00

150.04
32.77

PROFILE - 1

Aluminium Profile
35.04

2.50 84.04 2.50


Aluminium Profile

57.79
56.50

34.00
PROFILE - 3

144.04

PROFILE - 2

DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 3 of 7
Totam Profile COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
Internal MS Structure

1060.00

3.00 3mm thk MS


Plate

100, 3mm thk MS


Round Pipe

MS Pipe Frame

3216.00

3558.29

Base Assembly
621.00 Isometric View

179.00

Front View

DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 4 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
1060.00

80.00 TOP VIEW

80X80x5mm THK Square pipe


1060.00
155.00
80.00

40x80X3mm THK pipe


1291.00

40.00
3216.00 725.00 3216.00

ISOMETRIC VIEW

635.00

525.00

590.00
40.00 SIDE VIEW
FRONT VIEW

DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 5 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a 3mm thk ring

400.00

60x60X8mm thk
Square Pipe

400.00

6mm thk Gusset


10mm Base Plate
20.00 @12

Top View

ISometric View

60.00 67.00

89.41

100.00

100.00 200.00
12.00 @3 in
Pipe and also ring
800.00
800.00
100.00 200.00

250.00
200.59

400.00 10.00

Exploded View
Front View Side View

DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 6 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:10 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
BASE ASSEMBLY RING 5.1.2a

67.00 248.21

DOWN 90° R 3

DOWN 90° R 3

DOWN 90° R 3
67.00

100.00

3.00
63.00
TOP VIEW

67.00 67.00 FLAT VIEW

12.00 @2

100.00 100.00

3mm THIK MS Sheet

SIDE VIEW
FRONT VIEW

ISOMETRIC VIEW
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 7 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.1a 5.1.1b 5.1.1c
5.1.1d

5.1.1e
5.1.1f
5.1.1h

5.1.1g

5.1.1j
5.1.1i Street Signage Graphics
P1 Misc-28/2022
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Ground Level (Identification Signages)
DATE - 11-11-2021 REV. - 1

SIGN TYPE FACE ILLUMI-


SIGN NO. SIZE IN MM FIXING ARTWORK REMARKS
AS PER BOQ TYPE NATION

ID01 297x210 2.1.3a FACE 1 SIDED NI

ID02 297x210 2.1.3a FACE 1 SIDED NI

ID03 297x210 2.1.3a FACE 1 SIDED NI

ID04 297x210 2.1.3a FACE 1 SIDED NI

ID05 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 1
ID06 297x210 2.1.3a FACE 1 SIDED NI

ID07 297x210 2.1.3a FACE 1 SIDED NI

ID08 297x210 2.1.3a FACE 1 SIDED NI

ID09 297x210 2.1.3a FACE 1 SIDED NI

ID10 1500x300 2.1.2a FACE 1 SIDED NI

ID11 297x210 2.1.3a FACE 1 SIDED NI

ID12 1500x300 2.1.2a FACE 1 SIDED NI

P1 Misc-28/2022
Page 2
Only for Reference

STATION NAME (M)


ID13 3600x1800 2.1.7a FACE 1 SIDED Quantity as per actual IL

STATION NAME (E)

Ground Level (Way Finding Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

WF01 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF02 1500x300 1.1.1b PROJECTED 2 SIDED IL

WF03 1800x300 1.1.1c SUSPENDED 2 SIDED IL

P1 Misc-28/2022 Page 3
WF04 1500x300 1.1.1b PROJECTED 2 SIDED IL

WF05 1800x300 1.1.1c SUSPENDED 2 SIDED IL

Ground Level (Information Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

IN01 500x500 5.1.1a POST 2 SIDED NI

P1 Misc-28/2022
Page 4
IN02 1100x4200 5.1.2a TOTEM 2 SIDED IL

IN03 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN04 1189X841 3.1.1a POST 1 SIDED NI

P1 Misc-28/2022
Page 5
IN05 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN06 1189X841 3.1.1a POST 1 SIDED NI

IN07 500x500 5.1.1a POST 2 SIDED NI

IN08 500x500 5.1.1a POST 2 SIDED NI

P1 Misc-28/2022
Page 6
IN09 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN10 1189X841 3.1.1a POST 1 SIDED NI

IN11 1100x4200 5.1.2a TOTEM 2 SIDED IL

P1 Misc-28/2022 Page 7
IN12 500x500 5.1.1a POST 2 SIDED NI

IN13 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN14 1189X841 3.1.1a POST 1 SIDED NI

IN15 500x500 5.1.1a POST 2 SIDED NI

P1 Misc-28/2022
Page 8
IN16 1100x4200 5.1.2a TOTEM 2 SIDED IL

Ground Level (Statutory Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

ST01 297x210 2.1.3a FACE 1 SIDED NI

ST02 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 9
ST03 297x210 2.1.3a FACE 1 SIDED NI

ST04 297x210 2.1.3a FACE 1 SIDED NI

ST05 297x210 2.1.3a FACE 1 SIDED NI

ST06 150x225 2.1.4a FACE 1 SIDED NI

ST07 150x225 2.1.4a FACE 1 SIDED NI

ST08 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 10
ST09 150x225 2.1.4a FACE 1 SIDED NI

ST10 150x225 2.1.4a FACE 1 SIDED NI

P1 Misc-28/2022
Page 11
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Concourse Level (Identification Signages)
DATE - 11-11-2021 REV. - 1

SIGN TYPE FACE ILLUMI-


SIGN NO. SIZE IN MM FIXING ARTWORK REMARKS
AS PER BOQ TYPE NATION

ID01 297x210 2.1.3a FACE 1 SIDED NI

ID02 297x210 2.1.3a FACE 1 SIDED NI

ID03 297x210 2.1.3a FACE 1 SIDED NI

ID04 297x210 2.1.3a FACE 1 SIDED NI

ID05 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 12
ID06 450x700 1.1.3a SUSPENDED 1 SIDED NI

ID07 297x210 2.1.3a FACE 1 SIDED NI

ID08 2100x300 2.1.1b FACE 1 SIDED IL

ID09 297x210 2.1.3a FACE 1 SIDED NI

ID10 297x210 2.1.3a FACE 1 SIDED NI

ID11 1500x300 2.1.2a FACE 1 SIDED NI

ID12 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 13
ID13 210x297 2.1.3a FACE 1 SIDED NI

ID14 1500x300 2.1.2a FACE 1 SIDED NI

ID15 297x210 2.1.3a FACE 1 SIDED NI

ID16 297x210 2.1.3a FACE 1 SIDED NI

ID17 297x210 2.1.3a FACE 1 SIDED NI

ID18 297x210 2.1.3a FACE 1 SIDED NI

ID19 2100x300 2.1.1b FACE 1 SIDED IL

P1 Misc-28/2022 Page 14
ID20 297x210 2.1.3a FACE 1 SIDED NI

ID21 297x210 2.1.3a FACE 1 SIDED NI

ID22 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL

ID23 1500x300 2.1.1a FACE 1 SIDED IL

ID24 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL

ID25 297x210 2.1.3a FACE 1 SIDED NI

ID26 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 15
ID27 1500x300 2.1.2a FACE 1 SIDED NI

ID28 297x210 2.1.3a FACE 1 SIDED NI

ID29 1500x300 2.1.2a FACE 1 SIDED NI

ID30 450x700 1.1.3a SUSPENDED 1 SIDED NI

ID31 297x210 2.1.3a FACE 1 SIDED NI

ID32 297x210 2.1.3a FACE 1 SIDED NI

ID33 1500x300 2.1.2a FACE 1 SIDED NI

P1 Misc-28/2022
Page 16
ID34 297x210 2.1.3a FACE 1 SIDED NI

ID35 297x210 2.1.3a FACE 1 SIDED NI

ID36 210x297 2.1.3a FACE 1 SIDED NI

ID37 297x210 2.1.3a FACE 1 SIDED NI

ID38 210x297 2.1.3a FACE 1 SIDED NI

ID39 297x210 2.1.3a FACE 1 SIDED NI

ID40 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 17
ID41 297x210 2.1.3a FACE 1 SIDED NI

ID42 1500x300 2.1.1a FACE 1 SIDED IL

ID43 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL

ID44 297x210 2.1.3a FACE 1 SIDED NI

ID45 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 18
Concourse Level (Way Finding Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

WF01 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF02 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF03 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF04 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF05 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF06 1500x300 1.1.1b SUSPENDED 2 SIDED IL

P1 Misc-28/2022
Page 19
WF07 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF08 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF09 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF10 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF11 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF12 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF13 1500x300 1.1.1b PROJECTED 2 SIDED IL

P1 Misc-28/2022 Page 20
WF14 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF15 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF16 1500x300 1.1.1b PROJECTED 2 SIDED IL

WF17 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF18 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF19 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF20 1800x300 1.1.1c SUSPENDED 2 SIDED IL

P1 Misc-28/2022
Page 21
WF21 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF22 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF23 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF24 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF25 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF26 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF27 1500x300 1.1.1b SUSPENDED 2 SIDED IL

P1 Misc-28/2022 Page 22
WF28 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF29 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF30 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF31 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF32 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF33 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF34 1800x300 1.1.1c SUSPENDED 2 SIDED IL

P1 Misc-28/2022
Page 23
WF35 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF36 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF37 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF38 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF39 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF40 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF41 1500x300 1.1.1b PROJECTED 2 SIDED IL

P1 Misc-28/2022 Page 24
WF42 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF43 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF44 1500x300 1.1.1b PROJECTED 2 SIDED IL

WF45 1800x300 1.1.1c SUSPENDED 2 SIDED IL

WF46 1500x300 1.1.1b SUSPENDED 2 SIDED IL

WF47 1500x300 1.1.1b SUSPENDED 2 SIDED IL

Concourse Level (Information Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

P1 Misc-28/2022
Page 25
IN01 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN02 1189X841 3.1.1a POST 1 SIDED NI

Design under approval (


IN03 1189X841 2.1.2b FACE 1 SIDED NI
In English Language)

Design under approval (


IN04 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)

P1 Misc-28/2022 Page 26
Design under approval (
IN05 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)

IN07 AS/ SITE 2.1.6a FACE 1 SIDED ONLY FOR REFRENCE VINYL

IN08 600x1800 3.1.1b POST 1 SIDED NI

Page 27
P1 Misc-28/2022
IN09 600x1800 3.1.1b POST 1 SIDED NI

IN10 600x1800 3.1.1b POST 1 SIDED NI

P1 Misc-28/2022 Page 28
IN11 600x1800 3.1.1b POST 1 SIDED NI

IN12 1189X841 3.1.1a POST 1 SIDED Design under approval NI

IN14 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

P1 Misc-28/2022
Page 29
IN15 1189X841 3.1.1a POST 1 SIDED NI

IN16 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

IN17 1189X841 3.1.1a POST 1 SIDED NI

Design under approval (


IN18 1189X841 2.1.2b FACE 1 SIDED NI
In English Language)

P1 Misc-28/2022 Page 30
Design under approval (
IN19 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)

Design under approval (


IN20 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)

Design under approval (


IN21 1189X841 2.1.2b FACE 1 SIDED NI
In English Language)

Design under approval (


IN22 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)

P1 Misc-28/2022 Page 31
Design under approval (
IN23 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)

IN24 AS/ SITE 2.1.6a FACE 1 SIDED ONLY FOR REFRENCE VINYL

IN25 600x1800 3.1.1b POST 1 SIDED NI

P1 Misc-28/2022 Page 32
IN26 600x1800 3.1.1b POST 1 SIDED NI

IN27 600x1800 3.1.1b POST 1 SIDED NI

P1 Misc-28/2022 Page 33
IN28 600x1800 3.1.1b POST 1 SIDED NI

IN29 1189X841 3.1.1a POST 1 SIDED Design under approval NI

Design under approval (


IN30 1189X841 2.1.2b FACE 1 SIDED NI
In English Language)

P1 Misc-28/2022 Page 34
Design under approval (
IN31 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)

Design under approval (


IN32 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)

Concourse Level (Statutory Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

ST 01 297x210 2.1.3a FACE 1 SIDED NI

ST 02 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 35
ST 03 297x210 2.1.3a FACE 1 SIDED NI

ST 04 297x210 2.1.3a FACE 1 SIDED NI

ST 05 450x700 2.1.5b FACE 1 SIDED NI

ST 06 210x300 2.1.3b FACE 1 SIDED NI

ST 07 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 36
ST 08 150x225 2.1.4a FACE 1 SIDED NI

ST 09 150x225 2.1.4a FACE 1 SIDED NI

ST 10 297x210 2.1.3a FACE 1 SIDED NI

ST 11 297x210 2.1.3a FACE 1 SIDED NI

ST 12 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 37
ST 13 450x700 2.1.5b FACE 1 SIDED NI

ST 14 297x210 2.1.3a FACE 1 SIDED NI

ST 15 297x210 2.1.3a FACE 1 SIDED NI

ST 16 297x210 2.1.3a FACE 1 SIDED NI

ST 17 150x225 2.1.4a FACE 1 SIDED NI

P1 Misc-28/2022 Page 38
ST 18 150x225 2.1.4a FACE 1 SIDED NI

ST 19 297x210 2.1.3a FACE 1 SIDED NI

ST 20 150x225 2.1.4a FACE 1 SIDED NI

ST 21 150x225 2.1.4a FACE 1 SIDED NI

ST 22 210x300 2.1.3b FACE 1 SIDED NI

P1 Misc-28/2022 Page 39
ST 23 450x700 2.1.5b FACE 1 SIDED NI

ST 24 210x300 2.1.3b FACE 1 SIDED NI

ST 25 450x700 2.1.5b FACE 1 SIDED NI

ST 26 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 40
ST 27 150x225 2.1.4a FACE 1 SIDED NI

ST 28 150x225 2.1.4a FACE 1 SIDED NI

ST 29 297x210 2.1.3a FACE 1 SIDED NI

ST 30 297x210 2.1.3a FACE 1 SIDED NI

ST 31 297x210 2.1.3a FACE 1 SIDED NI

ST 32 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 41
ST 33 450x700 2.1.5b FACE 1 SIDED NI

ST 34 210x300 2.1.3b FACE 1 SIDED NI

ST 35 450x700 2.1.5b FACE 1 SIDED NI

ST 36 297x210 2.1.3a FACE 1 SIDED NI

ST 37 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 42
Concourse Level (Fire Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

FI 01 600x300 2.1.1c FACE 1 SIDED IL

FI 02 600x300 2.1.1c FACE 1 SIDED IL

FI 03 600x300 2.1.1c FACE 1 SIDED IL

FI 04 600x300 2.1.1c FACE 1 SIDED IL

FI 05 600x300 1.1.1d SUSPENDED 2 SIDED IL

P1 Misc-28/2022 Page 43
FI 06 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

FI 07 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 08 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 09 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

P1 Misc-28/2022 Page 44
FI 10 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 11 600x300 2.1.1c FACE 1 SIDED IL

FI 12 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 13 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

FI 14 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

P1 Misc-28/2022
Page 45
FI 15 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 16 600x300 2.1.1c FACE 1 SIDED IL

FI 17 600x300 2.1.1c FACE 1 SIDED IL

P1 Misc-28/2022
Page 46
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Platform Level (Identification Signages)
DATE - 11-11-2021 REV. - 1

SIGN TYPE FACE ILLUMI-


SIGN NO. SIZE IN MM FIXING ARTWORK REMARKS
AS PER BOQ TYPE NATION

ID01 297x210 2.1.3a FACE 1 SIDED 1 SIDED NI

ID02 297x210 2.1.3a FACE 1 SIDED NI

ID03 1500x300 2.1.2a FACE 1 SIDED NI

ID04 297x210 2.1.3a FACE 1 SIDED NI

ID05 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022 Page 47
ID06 1500x300 2.1.2a FACE 1 SIDED NI

ID07 297x210 2.1.3a FACE 1 SIDED NI

ID08 297x210 2.1.3a FACE 1 SIDED NI

Platform Level (Way Finding Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

WF01 1200x300 1.1.1a SUSPENDED 2 SIDED IL

WF02 1200x300 1.1.1a SUSPENDED 2 SIDED IL

P1 Misc-28/2022 Page 48
WF03 1200x300 1.1.1a PROJECTED 2 SIDED IL

WF04 1200x300 1.1.1a SUSPENDED 2 SIDED IL

WF05 1200x300 1.1.1a SUSPENDED 2 SIDED IL

WF06 1200x300 1.1.1a SUSPENDED 2 SIDED IL

WF07 1200x300 1.1.1a PROJECTED 2 SIDED IL

WF08 1200x300 1.1.1a SUSPENDED 2 SIDED IL

P1 Misc-28/2022
Page 49
Platform Level (Information Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

IN01 1800x600 3.1.1d POST 1 SIDED NI

IN02 600x1800 3.1.1b POST 1 SIDED NI

IN03 450x450 1.1.2b SUSPENDED 2 SIDED NI

IN04 450x450 1.1.2b SUSPENDED 2 SIDED NI

P1 Misc-28/2022
Page 50
IN05 600x1800 3.1.1b POST 1 SIDED NI

IN06 1800x600 3.1.1d POST 1 SIDED NI

IN07 1200x300 1.1.2a SUSPENDED 2 SIDED NI

IN08 1200x300 1.1.2a SUSPENDED 2 SIDED NI

P1 Misc-28/2022
Page 51
IN09 1800x600 3.1.1d POST 1 SIDED NI

IN10 600x1800 3.1.1b POST 1 SIDED NI

IN11 450x450 1.1.2b SUSPENDED 2 SIDED NI

IN12 450x450 1.1.2b SUSPENDED 2 SIDED NI

P1 Misc-28/2022 Page 52
IN13 600x1800 3.1.1b POST 1 SIDED NI

IN14 1800x600 3.1.1d POST 1 SIDED NI

Platform Level (Statutory Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

ST01 450x300 2.1.3c FACE 1 SIDED NI

FLOOR
ST02 140500x100 4.1.1b FACE 1 SIDED
VINYL

P1 Misc-28/2022
Page 53
ST03 450x800 3.1.1c POST 1 SIDED NI

ST04 210x300 2.1.3b FACE 1 SIDED NI

ST05 210x300 2.1.3b FACE 1 SIDED NI

Location as per metro door FLOOR


ST06 300x300 5.3a FACE 1 SIDED
marking VINYL

ST07 297x210 2.1.3a FACE 1 SIDED NI

P1 Misc-28/2022
Page 54
ST08 150x225 2.1.4a FACE 1 SIDED NI

ST09 150x225 2.1.4a FACE 1 SIDED NI

ST10 297x210 2.1.3a FACE 1 SIDED NI

ST11 300x475 2.1.5a FACE 1 SIDED NI

Location as per metro door FLOOR


ST12 300x300 5.3a FACE 1 SIDED
marking VINYL

P1 Misc-28/2022 Page 55
ST13 210x300 2.1.3b FACE 1 SIDED NI

ST14 210x300 2.1.3b FACE 1 SIDED NI

ST15 450x800 3.1.1c POST 1 SIDED NI

ST16 450x300 2.1.3c FACE 1 SIDED NI

P1 Misc-28/2022 Page 56
ST17 450x300 2.1.3c FACE 1 SIDED NI

ST18 450x800 3.1.1c POST 1 SIDED NI

ST19 210x300 2.1.3b FACE 1 SIDED NI

ST20 210x300 2.1.3b FACE 1 SIDED NI

P1 Misc-28/2022 Page 57
Location as per metro door FLOOR
ST21 300x300 5.3a FACE 1 SIDED
marking VINYL

ST22 300x475 2.1.5a FACE 1 SIDED NI

ST23 297x210 2.1.3a FACE 1 SIDED NI

ST24 150x225 2.1.4a FACE 1 SIDED NI

ST25 150x225 2.1.4a FACE 1 SIDED NI

P1 Misc-28/2022
Page 58
ST26 297x210 2.1.3a FACE 1 SIDED NI

Location as per metro door FLOOR


ST27 300x300 5.3a FACE 1 SIDED
marking VINYL

ST28 210x300 2.1.3b FACE 1 SIDED NI

ST29 210x300 2.1.3b FACE 1 SIDED NI

ST30 450x800 3.1.1c POST 1 SIDED NI

P1 Misc-28/2022 Page 59
FLOOR
ST31 140500x100 4.1.1b FACE 1 SIDED
VINYL

ST32 450x300 2.1.3c FACE 1 SIDED NI

Platform Level (Fire Signages)


SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION

FI 01 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 02 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

P1 Misc-28/2022 Page 60
FI 03 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 04 1200x300 1.1.1e SUSPENDED 2 SIDED IL

FI 05 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 06 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

Page 61
P1 Misc-28/2022
FI 07 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 08 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

FI 09 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 10 1200x300 1.1.1e SUSPENDED 2 SIDED IL

P1 Misc-28/2022 Page 62
FI 11 600x300 1.1.1d SUSPENDED 2 SIDED IL

FI 12 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI

P1 Misc-28/2022 Page 63
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TOWARDS PCMC STATION TOWARDS RANGE HILL STATION

A A

B B

C C

D D

E E

F F

G G

H H

I I

Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A

ID Identification Sign

ST Statutory Sign
IN Information Sign

FI Fire Identity Sign


NOTES: COUNTER
THE RESPONSIBILITY OF CONTROL, CHECK & VERIFICATION OF ACCURACY, CORRECTNESS, COMPLETENESS,
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS MENTIONED.
2. ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
INTEGRATION & FULL COMPLIANCE OF THE CONTRACT PROVISIONS IN RESPECT OF DESIGN, ANALYSIS AND
THIS DRAWING INCLUDING ITS DESIGN AND DETAILING HAS BEEN
PROOF CHECKED INDEPENDENTLY AND FOUND SUITABLE FOR
Proof checked & Approved by GC SIGNED BY PROJECT: PUNE METRO RAIL PROJECT
DRAWINGS RESTS WITH THE DETAILED DESIGN CONSULTANT / DETAILED DESIGN CONSULTANT & CONTRACTOR. THE EXECUTION PURPOSE AND IS RECOMMENDED FOR GFC / NO MAHARASHTRA The Orion Building, 1st Floor, Opposite Don Bosco
3. ANY DISCREPANCY MUST BE BROUGHT TO THE NOTICE OF THE Being Given No Objection
K IT IS CERTIFIED THAT THERE IS NO CHANGE IN THIS GFCD FROM THE ALREADY APPROVED CR DWG NO. ".................................... REV......." APPROVED ON DATE ................ METRO RAIL K

ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. P1 Misc-28/2022
SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: GROUND LEVEL- SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:

REV NO DATE DESCRIPTION SIGN


P1D01-AYE-AR-PRM-PP1-DDT-7001
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TBA
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TOWARDS PCMC STATION TOWARDS RANGE HILL STATION

A A

B B

C C

D D

E E

F F

G G

H H

I I

Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A

ID Identification Sign

ST Statutory Sign
IN Information Sign

FI Fire Identity Sign


NOTES: COUNTER
THE RESPONSIBILITY OF CONTROL, CHECK & VERIFICATION OF ACCURACY, CORRECTNESS, COMPLETENESS,
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS MENTIONED.
2. ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
INTEGRATION & FULL COMPLIANCE OF THE CONTRACT PROVISIONS IN RESPECT OF DESIGN, ANALYSIS AND
THIS DRAWING INCLUDING ITS DESIGN AND DETAILING HAS BEEN
PROOF CHECKED INDEPENDENTLY AND FOUND SUITABLE FOR
Proof checked & Approved by GC SIGNED BY PROJECT: PUNE METRO RAIL PROJECT
DRAWINGS RESTS WITH THE DETAILED DESIGN CONSULTANT / DETAILED DESIGN CONSULTANT & CONTRACTOR. THE EXECUTION PURPOSE AND IS RECOMMENDED FOR GFC / NO MAHARASHTRA
P1 Misc-28/2022 The Orion Building, 1st Floor, Opposite Don Bosco
3. ANY DISCREPANCY MUST BE BROUGHT TO THE NOTICE OF THE Being Given No Objection
K IT IS CERTIFIED THAT THERE IS NO CHANGE IN THIS GFCD FROM THE ALREADY APPROVED CR DWG NO. ".................................... REV......." APPROVED ON DATE ................ METRO RAIL K

ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. CORPORATION
Center, Near Saint Mira's Girls College, Koregaon
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- LOCATION: TYPICAL STATION
AB
NAME: --- NAME: ---
A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ACCEPTED
L ICBY IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER)
L REVIEWED BY APPROVED BY
P P TITLE: CONCOURSE LEVEL- IDENTIFICATION AND STATUTORY SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:

REV NO DATE DESCRIPTION SIGN


P1D01-AYE-AR-PRM-PP1-DRP-2011
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TBA
♠c
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TOWARDS PCMC STATION TOWARDS RANGE HILL STATION

A A

B B

C C

D D

E E

F F

G G

H H

I I

Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A

ID Identification Sign

ST Statutory Sign
IN Information Sign

FI Fire Identity Sign


NOTES: COUNTER
THE RESPONSIBILITY OF CONTROL, CHECK & VERIFICATION OF ACCURACY, CORRECTNESS, COMPLETENESS,
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS MENTIONED.
2. ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
INTEGRATION & FULL COMPLIANCE OF THE CONTRACT PROVISIONS IN RESPECT OF DESIGN, ANALYSIS AND
THIS DRAWING INCLUDING ITS DESIGN AND DETAILING HAS BEEN
PROOF CHECKED INDEPENDENTLY AND FOUND SUITABLE FOR
Proof checked & Approved by GC SIGNED BY PROJECT: PUNE METRO RAIL PROJECT
DRAWINGS RESTS WITH THE DETAILED DESIGN CONSULTANT / DETAILED DESIGN CONSULTANT & CONTRACTOR. THE EXECUTION PURPOSE AND IS RECOMMENDED FOR GFC / NO MAHARASHTRA The Orion Building, 1st Floor, Opposite Don Bosco
3. ANY DISCREPANCY MUST BE BROUGHT TO THE NOTICE OF THE Being Given No Objection
K IT IS CERTIFIED THAT THERE IS NO CHANGE IN THIS GFCD FROM THE ALREADY APPROVED CR DWG NO. ".................................... REV......." APPROVED ON DATE ................ METRO RAIL K

ARCHITECTURE
OBJECTION'. P1 Misc-28/2022 Center, Near Saint Mira's Girls College, Koregaon
PMRP BEFORE EXECUTION OF WORK AT SITE. CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- LOCATION: TYPICAL STATION
AB
NAME: --- NAME: ---
A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: CONCOURSE LEVEL- INFORMATIONS SIGNAGE
DETAIL DESIGN CONSULTANT :
AP AP
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:

REV NO DATE DESCRIPTION SIGN


P1D01-AYE-AR-PRM-PP1-DRP-2011
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TBA
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TOWARDS PCMC STATION TOWARDS RANGE HILL STATION

A A

DELETED

DELETED

DELETED

DELETED

DELETED
B B

C C

A
B

A
B

D D

E E
A
B

F F

G G

H H

I I

Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A

ID Identification Sign

ST Statutory Sign
IN Information Sign

FI Fire Identity Sign


NOTES: COUNTER
THE RESPONSIBILITY OF CONTROL, CHECK & VERIFICATION OF ACCURACY, CORRECTNESS, COMPLETENESS,
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS MENTIONED.
2. ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
INTEGRATION & FULL COMPLIANCE OF THE CONTRACT PROVISIONS IN RESPECT OF DESIGN, ANALYSIS AND
THIS DRAWING INCLUDING ITS DESIGN AND DETAILING HAS BEEN
PROOF CHECKED INDEPENDENTLY AND FOUND SUITABLE FOR
Proof checked & Approved by GC SIGNED BY PROJECT: PUNE METRO RAIL PROJECT
DRAWINGS RESTS WITH THE DETAILED DESIGN CONSULTANT / DETAILED DESIGN CONSULTANT & CONTRACTOR. THE EXECUTION PURPOSE AND IS RECOMMENDED FOR GFC / NO MAHARASHTRA The Orion Building, 1st Floor, Opposite Don Bosco
3. ANY DISCREPANCY MUST BE BROUGHT TO THE NOTICE OF THE Being Given No Objection
K IT IS CERTIFIED THAT THERE IS NO CHANGE IN THIS GFCD FROM THE ALREADY APPROVED CR DWG NO. ".................................... REV......." APPROVED ON DATE ................ P1 Misc-28/2022 METRO RAIL K

ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: CONCOURSE LEVEL- WAYFINDING AND FIRE SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:

REV NO DATE DESCRIPTION SIGN


P1D01-AYE-AR-PRM-PP1-DRP-2011
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TBA
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

TOWARDS PCMC STATION TOWARDS RANGE HILL STATION


A A

B B

C C

D D

E A A E
B B

F F

G G

H H

I I

Legend
Symbol Code Description
J A
A WF Wayfinding Sign J
ID Identification Sign

ST Statutory Sign
IN Information Sign

FI Fire Identity Sign


NOTES: COUNTER
THE RESPONSIBILITY OF CONTROL, CHECK & VERIFICATION OF ACCURACY, CORRECTNESS, COMPLETENESS,
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS MENTIONED.
2. ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
INTEGRATION & FULL COMPLIANCE OF THE CONTRACT PROVISIONS IN RESPECT OF DESIGN, ANALYSIS AND
THIS DRAWING INCLUDING ITS DESIGN AND DETAILING HAS BEEN
PROOF CHECKED INDEPENDENTLY AND FOUND SUITABLE FOR
Proof checked & Approved by GC SIGNED BY PROJECT: PUNE METRO RAIL PROJECT
DRAWINGS RESTS WITH THE DETAILED DESIGN CONSULTANT / DETAILED DESIGN CONSULTANT & CONTRACTOR. THE EXECUTION PURPOSE AND IS RECOMMENDED FOR GFC / NO MAHARASHTRA The Orion Building, 1st Floor, Opposite Don Bosco
3. ANY DISCREPANCY MUST BE BROUGHT TO THE NOTICE OF THE Being Given No Objection
K IT IS CERTIFIED THAT THERE IS NO CHANGE IN THIS GFCD FROM THE ALREADY APPROVED CR DWG NO. ".................................... REV......." APPROVED ON DATE ................ METRO RAIL K

ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. P1 Misc-28/2022 Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: PLATFORM LEVEL- SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P HOD
L T T SCALE: NTS DATE: L
O O STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:

REV NO DATE DESCRIPTION SIGN


P1D01-AYE-AR-PRM-PP1-DDT-7021
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TBA

You might also like