DMRC/MU/LINE-6/BC/01R1 : “Part design and construction of viaduct and 3 elevated stations viz., IIT-Powai, (W) and Vikrholi (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50m to 14358.00 m including ramp for Depot entry uptochainage 14490.60m of Swami Samarth Nagar –JVLR – SEEPZ - KanjurMarg(W) –(EEH) Metro Corridor (Line 6) of Metro Rail Project .” Contract No:- BC-01R1

SUMMARY SHEET (Modification in Tender Documents)

(ADDENDUM NO-1)

S.No. Tender Clause No./ Page- Addendum / Corrigendum Remarks Document Item No. No.

Volume-1 NIT

1 NIT Clause 1 & 2 Key dates extended Page 1 & 2 are 1.1.2 replaced with Page 1R & 2R 2 NIT Clause 3 Clause 1.1.3.1 iv is modified. Page 3 is 1.1.3.1 iv replaced with Page 3R 3 NIT Clause 5 Clause 1.1.3.2 A is modified. Page 5 is 1.1.3.2A replaced with Page 5R Volume-3 EMPLOYER’S REQUIREMENT(GENERAL,FUNCTIONAL,DESIGN,CONSTRUCTION,APPENDICES)

4 Clause 20 Clause 2.1.6(p-i) is modified. Page 20 is 2.1.6(p-i) replaced with Employer’s Page 20R Requirement- 5 Functional Clause 27 Clause 2.9.7 is modified. Page 27 is 2.9.7 replaced with Page 27R 6 Employer’s Appendix 63 Appendix 2A is modified Page 63 is Requirement- 2A replaced with Appendices Page 63R Volume -4 Technical Specifications 7 Technical Clause B.7 159 Clause B.7 is modified Page 159 is Specifications Installatio replaced with n Page 159R Volume-6 Bill of Quantities 8 Preamble - Preamble is Modified Preamble is Modified 9 Summary of Summary of schedules A, B & C is Summary of Schedule ‘Á’ , Modified schedules C is Bill of ‘B’ & ‘Ç’ Modified - Quantities

10 Schedule ‘Ç’ - Schedule C is Modified Schedule C is Modified Contract: DMRC/MU/LINE6/BC/01R1: Part design and construction of viaduct and 3 elevated stations viz. IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50 m to 14358.00 m including ramp for Depot entry upto chainage 14490.60 m of Swami Samarth Nagar – JVLR – SEEPZ – Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line – 6) of Rail Project.

...... NOTICE INVITING TENDER (NIT) (e-Tender) 1.1 GENERAL 1.1.1 Name of Work:

Delhi Metro Rail Corporation (DMRC) Ltd. Invites open e-tenders from eligible applicants, who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work “Contract DMRC/MU/LINE6/BC/01R1 :Part design and construction of viaduct and 3 elevated stations viz.IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH) (excluding Architectural finishing and Pre- engineered steel roof structure of Stations) from chainage 9586.50 m to 14358.00 m including ramp for Depot entry upto chainage 14490.60 m of Swami Samarth Nagar – JVLR – SEEPZ – Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line – 6) of Mumbai Metro Rail Project. The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer’s Requirement (Volume-3).

i. This is a MMRDA funded work. As per the MOU signed between DMRC and MMRDA, this work is being executed by DMRC on deposit work basis wherein there is provision of Closure of Contracts and Taking Over which is reproduced as below, “Accordingly, Tenderer shall ensure due closure of this Contract for execution of works with DMRC. Tenderer shall ensure that all risks, rewards and claims associated with this contract are settled before closure of this contract. Tenderer to note above while submitting bid with DMRC. However, if this closure is not possible within one year of Revenue Operation Date (ROD) due to arbitration etc, the further management of this contract will be handled by MMRDA.

1.1.2 Key details :

Approximate cost of work INR 390.33 Crore INR 3.90 Crore Validity of Tender Security in case of BG: 18.06.2019 Tender Security in case of BG, FDR, Demand Draft, Banker’s Cheque (in original) as per clause C18 of ITT shall be accepted only up to 1500 hrs on 22.10.2018 29.10.2018 in the office of Chief General Manager/Contracts at the address Tender Security mentioned hereinafter. In case of RTGS/NEFT & IMPS transactions, bidders shall required to upload the scanned copies of transaction of payment (clearly indicating tender number i.e. BC-01R1 in the remarks or description column) of tender security / EMD at the time of online bid submission. The detail of bank account of DMRC is mentioned below this table. Completion period of the Work 30 (Thirty) months

R

DMRC/MU/LINE6/BC-01R1/Vol-1/NIT Page 1 Contract: DMRC/MU/LINE6/BC/01R1: Part design and construction of viaduct and 3 elevated stations viz. IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50 m to 14358.00 m including ramp for Depot entry upto chainage 14490.60 m of Swami Samarth Nagar – JVLR – SEEPZ – Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line – 6) of Mumbai Metro Rail Project.

......

From 12.09.2018 to 22.10.2018 29.10.2018 (up to 1500 hrs) on e-tendering website portal https://eprocure.gov.in/eprocure/app Tender document can Tender documents on sale only be obtained online after registration of tenderer on the website www.eprocure.gov.in/eprocure/app. For further information in this regard bidders are advised to contact on 011-23417910 & 011-23415838

INR 23,600/- (inclusive of 18% GST) Non-Refundable

(Payment of tender document cost/ tender fee is to be made only by RTGS, NEFT & IMPS. No other mode of payment will be accepted. The detail of bank account of DMRC is Cost of Tender documents mentioned below this table. The bidders are required to upload scanned copies of transaction of payment (clearly indicating tender number i.e. BC-01R1 in the remarks or description column) of tender document cost/ tender fee at the time of online bid submission.)

Last date of Seeking Clarifications 24.09.2018 upto 1500 Hrs. Queries/clarifications from bidders after due date and time shall not be acknowledged. Pre-bid Meeting 27.09.2018 at 1100 hrs.

Last date of issuing addendum 08.10.2018 15.10.2018 Tender submission start date: (1100 hrs) 12.10.2018 Date & time of Submission of Tender 17.10.2018 online Tender submission end date: (1500 hrs) 22.10.2018 29.10.2018

Date & time of opening of Tender 23.10.2018 30.10.2018 at 1500 hrs. online

Authority and place for submission of Chief General Manager/Contracts, Bid Document cost, Tender Security Delhi Metro Rail Corporation, th amount, seeking clarifications & Pre 5 floor, A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, Bid Meeting New Delhi –110 001

To facilitate payment of tender fee and tender Security through RTGS, NEFT & IMPS, the details of bank account of DMRC is mentioned below: Name Account Name & of Bank’s Address Account Type IFSC code no. Bank 9A, Phelps Building, DMRC Ltd, Tender ICICI Connaught cell A/c, Current ICIC0000007 Bank Place, New Delhi- 000705045337 110001

R

DMRC/MU/LINE6/BC-01R1/Vol-1/NIT Page 2 Contract: DMRC/MU/LINE6/BC/01R1: Part design and construction of viaduct and 3 elevated stations viz. IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50 m to 14358.00 m including ramp for Depot entry upto chainage 14490.60 m of Swami Samarth Nagar – JVLR – SEEPZ – Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line – 6) of Mumbai Metro Rail Project.

......

1.1.3 QUALIFICATION CRITERIA :

1.1.3.1 Eligible Applicants : i. The tenders for this contract will be considered only from those tenderers (proprietorship firms, partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite eligibility criteria prescribed in the sub-clauses of Clause 1.1.3 of NIT. In the case of a JV or Consortium, all members of the Group shall be jointly and severally liable for the performance of whole contract. ii. (a) A non-Indian firm is permitted to tender only in a joint venture or consortium arrangement with any other Indian firm having minimum participation interest of 26% or their wholly owned Indian subsidiary registered in India under Companies Act-2013 with minimum 26% participation. (b) A tenderer shall submit only one bid in the same tendering process, either individually as a tenderer or as a partner of a JV/Consortium. A tenderer who submits or participates in, more than one bid will cause all of the proposals in which the tenderer has participated to be disqualified. No tenderer can be a subcontractor while submitting a bid individually or as a partner of a JV/Consortium in the same bidding process. A tenderer, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. iii. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more parties in this bidding process, if: (a) a tenderer has been engaged by the Employer to provide consulting services for the preparation related to procurement for on implementation of the project; (b) a tenderer is any associates/affiliates (inclusive of parent firms) mentioned in subparagraph (a) above; or (c) a tenderer lends, or temporarily seconds its personnel to firms or organisations which are engaged in consulting services for the preparation related to procurement for on implementation of the project, if the personnel would be involved in any capacity on the same project. iv. A firm, who has purchased the tender document in their name, can submit the tender either as individual firm or in joint venture/Consortium. However, the lead partner in case of JV/Consortium shall be one who has experience of similar works as defined in clause 1.1.3.2 A of NIT. v(a) DMRC / any other Metro Organisation (100% owned by Govt.) /Ministry of Housing & Urban Affairs / Order of Ministry of Commerce, applicable for all Ministries must not have banned business with the tenderer (including any member in case of JV/Consortium) as on the date of tender submission. The tenderer should submit undertaking to this effect in Appendix-19 of Form of Tender. v(b) Also no contract of the tenderer of the value more than 10% of NIT cost of work, executed either individually or in a JV/Consortium, should have been rescinded / terminated by DMRC/ any other Metro Organisation (100% owned by Govt.)after award during last 03 years (from the last day of the previous month of tender submission) due to non-performance of the tenderer or any of JV/Consortium members. The tenderer should submit undertaking to this effect in Appendix-19 of Form of Tender. v(c) The overall performance of the tenderer (all members in case of JV/Consortium separately) shall be examined for all the ongoing Civil Engineering Works awarded by

R

DMRC/MU/LINE6/BC-01R1/Vol-1/NIT Page 3 Contract: DMRC/MU/LINE6/BC/01R1: Part design and construction of viaduct and 3 elevated stations viz. IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50 m to 14358.00 m including ramp for Depot entry upto chainage 14490.60 m of Swami Samarth Nagar – JVLR – SEEPZ – Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line – 6) of Mumbai Metro Rail Project.

...... agreement/ MOU submitted vide foot note (d) of Appendix 6 of Form of Tender, providing clearly that any abrogation/subsequent re-assignment of any responsibility by any substantive/non-substantive partner of JV/Consortium in favour of other JV/Consortium partner or any change in constitution of partners of JV/Consortium (without written approval of Employer) from the one given in JV agreement /MOU at tender stage, will be treated, as ‘breach of contract condition’ and/or ‘concealment of facts’ (as the case may be), vide GCC clause 4.33.1 [a (ii) and (iii)] and acted accordingly. The Employer in such cases, may in its sole discretion take action under clause 4.33.1 (b) and/or under clause 4.33.1(c) of GCC against any member(s) for failure in tenderer’s obligation and declare that member(s) of JV/Consortium ineligible for award of any tender in DMRC or take action to terminate the contract in part or whole under clause 13 of GCC as the situation may demand and recover the cost/damages as provided in contract.

1.1.3.2 Minimum Eligibility Criteria:

A. Work Experience: The tenderers will be qualified only if they have successfully completed work(s)**, completion date(s) of which falling during last seven years ending last day of the month previous to the month of tender submission as given below:

(i) At least one “similar work”* of value of 312.26 Crore or more. OR (ii) Two “similar works”* each of value of INR 195.16 Crore or more. OR (iii) Three “similar works”* each of value of INR 156.13 Crore or more.

If the tenderer is a JV/Consortium having foreign partner(s) and above work(s) have been executed by the foreign partner of JV/Consortium and the work(s) were done in the country of the foreign partner, then in addition to this the foreign partner must have executed works (which need not to be similar in nature) of total minimum value INR 156.13 crore or more outside the country of the foreign partner. Additional requirement for meeting of minimum eligibility criteria of work experience for all the substantial partners in case of JV/ Consortium either Indian or foreign partners: If the tenderer is a JV/Consortium, each of the substantial partners of JV/Consortium must have executed at least one similar work of minimum value of INR 156.13 crore (completion date(s) of which falling during last seven years ending last day of the month previous to the month of tender submission) for which tenderer is required to submit documentary proof as defined in notes below.

 * The “Similar works” for this contract shall be “Construction of Viaduct (which may include station along with viaduct)/ Bridge/ Flyover (excluding approaches & embankments) having a pre-stressed concrete superstructure”.  ** Value of successfully completed portion of any ongoing work up to last day of the month previous to the month of tender submission will also be considered for qualification of work experience criteria. In case of on-going works of viaduct / bridge / flyover, tenderer shall submit certificate issued by competent authority certifying substantial completion that includes substructure as well as superstructure of viaduct. Notes: 1. The tenderer shall submit details of works executed by them in the Performa of Appendix-17, and 17A of FOT for the works to be considered for qualification of work experience criteria. 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 C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall also be submitted.

R

DMRC/MU/LINE6/BC-01R1/Vol-1/NIT Page 5 DMRC/MU/LINE-6/BC/01R1 : “Part design and construction of viaduct and 3 elevated stations viz., IIT-Powai, Kanjur Marg(W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50m to 14358.00 m including ramp for Depot entry upto chainage 14490.60m of Swami Samarth Nagar –JVLR – SEEPZ - KanjurMarg(W) – Vikhroli (EEH) Metro Corridor (Line 6) of Mumbai Metro Rail Project .” l. Preparing detailed designs, general drawings and working drawings for various components of the works and obtaining approval in respect thereof from the Engineer, inclusive of incorporation of all modifications, alterations, changes, etc. that may be required to be carried as directed. m. Barricading: The contractor shall have to provide boundary wall/ barricading as per tender drawing including message design as directed by employer at all the land to be used for Construction Depot, store, site office, casting yard, etc. The barricading of same are included in lump sum quoted price except the barricading specified in Clause 2.9.2 of Employer’s Requirements-Functional. Other requirements of Safety, Health & Environment as specified in condition of contract on SHE version 1.2 is included in Lump sum quoted price. Locations where road vehicles / pedestrians are moving, along the Viaduct / Stations / Construction sites as directed by Engineer contractor shall provide & maintain barricading as per the drawing provided in the tender drawing, the payment of the same shall be made as per the relevant head of schedule ‘B’ and the rates of this items include shifting of barricading at new location during the currency of the project. n. Tree cutting & transplanting after getting permission of Tree authority / forest department / nodal agencies. Necessary permission for tree cutting shall be obtained by the contractor. Employer will provide assistance in getting the permission. The payment of the same shall be made as per the relevant head of Schedule ‘C’. o. Results of sub-surface investigations conducted at project site are enclosed with the tender document. This information about the soil and sub-soil water conditions is being made available to the contractor in good faith and the contractor shall have to obtain the details of sub soil investigation independently. No claim whatsoever on account of any discrepancy between the sub surface conditions that may be actually encountered at the time of execution of the work and those given in these tender documents shall be admissible to the contractor under any circumstances except for the variation in Pile depth which is payable/deductible as per clause 2.1.1.1 p. Road Construction / Maintenance / Reinstatement to the original position i. Maintaining roads & Footpaths within the barricades:- a) Maintaining roads, road signage’s, central verge, drainage, Footpaths and any other services within the barricade is in the scope of lump sum part of contract till contract period / handing over to the owning agencies. b) Reinstatement of roads, road signage’s, central verge, drainage, Footpaths and any other services to the original shape/ position is also included in lump sum scope of work. Final restoration wearing course of road (i.e. bituminous/ concrete roads) within barricading area i.e. area affected by construction to be done as per original before handing over to road owing agencies is also included in lump sum price of Schedule ‘A’. c) Reinstatement of Central verge: Alignment of this Metro corridor package is running mostly at the central verge of bituminous/ concrete roads. After construction of piers, width as well as location of central verge may change. Therefore restoration of central verge in total length of package shall be done with new kerb stones (suitable to type of roads that is bituminous/ concrete roads) including earth filling, painting, horticulture works etc. as per approved restoration plan and handing over to owning agency is included in the lump sum price of Schedule ‘A’. ii. Maintenance of roads, road signage’s, central verge, drainage, Footpaths and any other services outside the barricaded area :- Maintenance of roads, road signage’s, central verge, drainage, Footpaths and any other services outside the barricaded area for entire road width during contract period / handing over to road owning agencies is in scope of contract. The expenditure incurred for repair will be reimbursed to contractor under Schedule “C” of Vol.6. iii. Road and footpath outside barricade- Diversion / Widening:- Construction of road diversion, footpath, widening &laying of drainage lines is required to facilitate traffic movement / diversions as directed by Engineer in Charge. The expenditure incurred for construction of road diversion / widening will be paid to contractor under Schedule ‘C’ of vol. 6.

DMRC/MU/LINE 6/BC 01R1 /Volume-3/ Employer's Requirements/Section–B/Functional Page 20R DMRC/MU/LINE-6/BC/01R1 : “Part design and construction of viaduct and 3 elevated stations viz., IIT-Powai, Kanjur Marg(W) and Vikhroli (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50m to 14358.00 m including ramp for Depot entry upto chainage 14490.60m of Swami Samarth Nagar –JVLR – SEEPZ - KanjurMarg(W) – Vikhroli (EEH) Metro Corridor (Line 6) of Mumbai Metro Rail Project .”

(iv) The MPR shall be submitted by the end of each calendar month. It shall account for all works actually performed from twenty sixth day of the last month and up to twenty fifth day of the current month. (v) A monthly / biweekly meeting to monitor the progress of the project shall be convened by the Engineer, Contractor’s site agent and site agent of all interfacing contractors shall attend the meeting. The Employer may also be present in the meeting. (vi) All the partners those who are holding power of attorney must remain present in quarterly review meeting in MMDRA, Mumbai. The Scope of work (2.1 to 2.8) unless specified otherwise shall be included in Lump sum quoted price. 2.9 SCOPE OF WORK UNDER BOQ ITEMS (SCHEDULE ‘B’ & ‘C’) 2.9.1 Tree cutting and (or) transplantation along the alignment after getting permission from Tree authority/forest department/nodal agency. Permission for cutting/transplantation will be obtained by the contractor. The payment of the same shall be made as per Schedule-“C”. 2.9.2 Traffic barricade with blinker, reflective tapes and other necessary traffic signage should be provided wherever required as per detailed plan. Temporary traffic diversion for smooth flow of traffic will be provided during construction including necessary traffic signs, repairs to diverted route/services lanes if required. Traffic marshals shall be deployed for the period of diversion to guide the road users and to avoid traffic congestion. Restoration of diverted route in original condition etc. shall be done by Contractor. Contractor shall be paid under relevant item under Schedule ‘B’ & ‘C’ items. 2.9.3 The shifting of the utility(s) would be undertaken only in exceptional circumstances where in the opinion of the Employer no other option is available. The utilities are to be diverted with proper liaising and approval of the utility owning agencies. For the utilities which are not to be diverted proper supporting shall be done to prevent any damage. Contractor shall be paid for diverting the utilities under relevant item heads. No payment shall however be made for supporting and protecting the utilities during course of the work. 2.9.4 DELETED 2.9.5 Barricading - Locations where road vehicles / pedestrians are moving, along the Viaduct / Stations / Construction sites directed by Engineer, shall be provided & maintained with barricading as per the drawing provided in the tender drawing .Traffic barricade with blinker, reflective tapes and other necessary signages shall be provided wherever required as per detailed plan. Temporary traffic diversion for smooth flow of traffic will be provided during construction including necessary traffic signs. Traffic marshals shall be deployed for the period of diversion to guide the road user and to avoid traffic congestion. The payment of the same shall be made as per schedule ‘B’. 2.9.6 Inserts/Fixtures/Supports/Hangers for system contractor not shown in tender drawings. 2.9.7 Utility diversions, and other miscellaneous works to be paid under relevant sub-heads of Schedule ‘C’. As indicated in the description of Schedule ‘C’ (Vol. 6), it is reiterated that all utilities shifting i.e. civil and other utilities shall be carried out under schedule ‘C’. Any other contingent items related to civil works, utilities/shifting of any structures etc. shall also be executed under schedule ‘C’. The excess/savings under schedule ‘C’ shall be dealt as per the provision of GCC. It is further clarified that the rates given in the schedule ‘C’ includes all taxes (including labour cess etc.), refer NOTES of Volume 6 Schedule C. 2.10 UTILITIES Utility identification at foundation locations will be done by the contractor and in case utility(ies) is encountered or obligatory requirement is to be met out; the contractor shall modify the span configuration at such location out of the standard span’s configurations provided in the tender drawing to save the utility(ies) or to meet obligatory requirements within the accepted price.

DMRC/MU/LINE 6/BC 01R1 /Volume-3/ Employer's Requirements/Section–B/Functional Page 27R DMRC/MU/LINE-6/BC/01R1 : “Part design and construction of viaduct and 3 elevated stations viz., IIT-Powai, Kanjur Marg (W) and Vikhroli (EEH)(excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50m to 14358.00 m including ramp for Depot entry upto chainage 14490.60m of Swami Samarth Nagar – JVLR –SEEPZ - Kanjur Marg – Vikhroli (EEH) Metro Corridor (Line-6) of Mumbai Metro Rail Project .”

EMPLOYER'S REQUIREMENTS APPENDIX 2A WORKS AREAS

The employer will provide the work areas of Approx. 35000 sq.m. within 20 Km radius of work site as per availability for construction of U-Girders and pier caps for viaducts construction & stacking Depot. All the work areas (land for Batching Plant & site office) are to be handed over back to the Employer within 28 days from the date of issue of Take over Certificate. Only bare land will be provided for casting yard on ‘as is where is’ basis. Necessary grading/ leveling/ compaction shall be done by the contractor at his own cost, in case the area is low lying and requires filling of earth, the quantity/ work beyond average depth of 0.50 m shall be paid separately to the contractor. Engineer’s decision regarding extent of filling requirement, shall be final.

DMRC/MU/LINE 06/BC-01R1/ Volume-3/ Employer’s Requirement/Appendices Page 63R DMRC/MU/LINE-6/BC/01R1 : “Part design and construction of viaduct and 3 elevated stations viz., IIT-Powai, KanjurMarg(W) and Vikrholi (EEH) (excluding Architectural finishing and Pre-engineered steel roof structure of Stations) from chainage 9586.50m to 14358.00 m including ramp for Depot entry uptochainage 14490.60m of Swami Samarth Nagar –JVLR – SEEPZ - KanjurMarg(W) –Vikhroli(EEH) Metro Corridor (Line 6) of Mumbai Metro Rail Project .”

Specifications for civil works ______

B.5 Design

The design of elastomeric bearings shall be in accordance with EN 1337 part I and part III.

The design, drgs and detailed method statements for installation and replaceability of the bearings shall be checked and certified by approved independent agency before submitting to the Engineer for approval.

B.6 Storage and handling

Each elastomeric bearing shall be clearly labelled or marked. The bearing shall be wrapped in a cover. They shall be packed in timber crates with suitable arrangement to prevent movement and to protect corners and edges.

Care shall be taken to avoid mechanical damage, contamination with oil, grease and dirt, undue exposure to sunlight and weather to the bearings during transport and handling prior to and during installation.

B.7 Installation

Installation procedure shall conform to the guidelines listed in clause 4.5 of the IRICEN publication and clause 2005.6 of the MORTH specifications, Cost of Non- shrink grout above and below the bearing is included in the cost of bearing. irrespective of mentions in above documents, no grout will be allowed above/below bearings. Cost of steel wedge plates/ steel plates is included in the lump sum price Sch-A of Vol-6.

C SHEAR KEY DEVICE

C.1 GENERAL DISCRIPTION OF THE SYSTEM

C.1.1 General

The shear key is made of concrete cast in place in second pour after concrete decks are assembled.

The shear keys shall take all horizontals loads (longitudinal and transverse). It is equipped with a system of fixation with high strength bars to one end of the deck, and with 5 vertical bearings taking the transverse horizontal loads and the rotations.

C.1.2 Description of the proposed system

The system of fixation of the shear key to the deck is performed by high strength tensile bars installed. The system shall satisfy with the two main following requirements: - construction easiness - Maintenance easiness. The high strength tensile bars shall have a good resilience and a good resistance to fatigue because due to the rotation of the deck and the braking/acceleration loads the bars are almost consciously loaded.

159R