+ All Categories
Home > Documents > DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 ,...

DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 ,...

Date post: 21-Apr-2018
Category:
Upload: dangnga
View: 229 times
Download: 1 times
Share this document with a friend
498
NOTICE INVITING TENDER NO. : DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 . THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD KOLKATA – 700 013 www.kolkatamycity.com
Transcript
Page 1: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

NOTICE INVITING TENDER NO. : DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 .

THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD

KOLKATA – 700 013 www.kolkatamycity.com

Page 2: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

THE KOLKATA MUNICIPAL CORPORATION 5, S. N. BANERJEE ROAD, KOLKATA - 700 013

(WEST BENGAL) INDIA

Open Tender Notice No. DG (WS)/ 102 (R) /2010-11/KMC; dated 19.10.2010; for CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT, in Two Packet System i.e. (a) Technical Bid and (b) Commercial Bid. Sealed tenders are invited by Kolkata Municipal Corporation from reputed firms with relevant experience & financial capacity including those carrying out or had carried out works in the last 5 years for CPWD or MES or Railways or DOT or State PWD or any Central Govt/ State Govt Undertaking or Municipal Body or Autonomous Body or Public Limited Company listed in BSE/ NSE for execution of the work of “CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT.” in Kolkata, West Bengal, India. Brief Scope of work: The scope of work includes construction of an underground Pump House building with G+1 annex building, equipped with four High Capacity Pumps with attendant Electro Mechnical equipments, construction of a non- berthing jetty in river Hoogly supported on R.C.C Piles, Jacking of R.C.C Casing Pipes below Railway embankment and laying of Mild Steel Suction Pipes 914mm OD at LLWL from the Pump House, through the R.C.C Casing Pipes below and across the Railway embankment and over the river jetty to draw raw water from the Hoogly river. Approximate value of the work: Rs.39.72crore Earnest Money: Rs. 39.72 lakhs to be deposited in the form of Demand Draft/ Pay Order/ Banker’s Cheque drawn on any Scheduled Bank in favour of Kolkata Municipal Corporation, Kolkata for credit to their Account. Completion period: 18(Eighteen Months)) Months

Page 3: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

Cost of Tender Documents: A non - refundable fee per set of Rs.10000/- (Rupees ten thousand) only in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank in favour of RITES Ltd., Kolkata for credit to their Account with Axis Bank Ltd , Kolkata. Sale of Tender Documents: Tender Document will be issued from the Consultant's office of General Manager(C)/RITES LTD, Kolkata Project Office, 56, C. R. Avenue, 2nd floor, Metro Rly service Bldg; Kolkata - 700 012 from 11-00 hrs to 16.00 hrs on all working days from 25.10. 2010 to18. 11. 2010. Since the bid document will be available from 25.10.2010; meanwhile bidders may inspect the site to have a clear idea about the project. Also GA drgs of intake facilities hoisted with this notice may be referred to. Bidders may contact RITES Project office at the above address for further details on on any working day from 11-00 hrs to 15-00 hrs. Date of Pre-bid conference: 08.11.2010 at 15.30. hrs at the Conference Hall of Kolkata Municipal Corporation at 5, S. N. Banerjee Road, Kolkata - 700 013. Date of Submission of Tender: Not later than 14:00 hrs. on 19.11.2010 at the office of RITES Ltd of above address. Date of Opening of Technical Bid: At 14:30 hrs and onwards-on 19.11.2010 at the office of RITES Ltd of above addresses. Date of Opening of Commercial Bid: The date & time shall be intimated later to the technically successful bidders only and will be opened at the office of RITES Ltd of above address. Tender Documents requested by mail will be dispatched by Courier / Speed Post / Registered Post on payment of an extra amount of Rs 1000/- (Rupees one thousand only). For full details, please visit www.kolkatamycity.com or www.rites.com or contact RITES office at 56, C.R. Avenue, 2nd Floor, Metro Rly. Service Bldg; Kolkata 700 012.

Director General (WS)

Kolkata Municipal Corporation

Page 4: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT

- TECHNICAL BID – - CONTENTS -

SECTION No.

DESCRIPTION PAGE No.

1 NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

2 TENDER AND CONTRA0CT FORM

3 SPECIAL CONDITIONS

4 SCHEDULES A TO F

5 TECHNICAL SPECIFICATIONS

6 DRAWINGS (LIST OF DRAWINGS)

7 CONDITIONS OF CONTRACT

8 CLAUSES OF CONTRACT (WITH MODIFICATIONS TO CLAUSES OF CONTRACT)

9 SAFETY CODE

10 MODEL RULES FOR WORKERS

11 CONTRACTOR’S LABOUR REGULATIONS

FOLDER WITH 5 DRAWINGS (REFER SECTION 6)

Page 5: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

TECHNICAL BID

Section - 1

NOTICE INVITING TENDER AND

INSTRUCTIONS TO TENDERERS

Page 6: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 Tender Notice Tenders are invited by KOLKATA MUNICIPAL CORPORATION (KMC), 5, S.N.BANERJEE ROAD, KOLKATA 700 013 (Employer) from reputed firms with relevant experience and financial capacity including those carrying out or had carried out in the last 5 years (reckoned from the date of opening of tender), works for CPWD or MES or Railways or DOT or any State PWD or any Central Government / State Government Undertaking or any Municipal Body or any Autonomous Body or any Public Limited Co. listed in BSE/NSE for execution of the work of CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT in Kolkata, West Bengal, India. (Note: Throughout these bidding documents the terms “bid” and “tender” and their derivatives are synonymous. This would be a Turnkey contract based on fixed price and no price

escalation would be allowed.

1.2 Estimated Cost of Work The work is estimated to Cost Rs. 39.72Crores (Rupees Thirty nine crores and Seventy Two lakhs) only. This Estimate, however, is given merely as a rough guide. 1.3 Time for Completion The time period for completion of the work will be 18(Eighteen Months)) Months from the date of issue of Letter of Acceptance. 1.4Brief Scope of Work The work is to be executed under the direct supervision of RITES Ltd. (a Public Sector Undertaking under the Ministry of Railways) who have been appointed as Project Management Consultants by Kolkata Municipal Corporation, for this work. Salient features of the Civil and Electrical Engineering works involved as well as details of the Mechanical and Electrical Plants & Equipments to be supplied and installed have been

Page 7: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

given in Para 1 of Section 5 Technical Specifications. RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 / 09. Sheet 1 of 5 to 5 of 5 attached in Section 6 of the Tender Document shows details of the Site Plan of the proposed infrastructure, General arrangements of Pump House and Jetty and the arrangement of Pipe line from the Jetty to the Pump House and on to the Manifold leading to the rising main. Auto CAD drawing would be supplied on demand to the bidders who have purchased the bid document. Brief descriptions of the work are as follows: i) Pump House Design, manufacture, supply, erection, testing and commissioning of a composite pump house

a) Four independent sets of pumps powered by Electric Moters, two of which will work continuously while other two will remain on standby, to meet the pumping requirements of raw water each pump should be capable to discharge 3800 cu.mtr of water per hour. Each pump would be fed through an independent suction line.

b) Closed coupled, single stage, single shaft, single entry, Single / double volute and double suction centrifugal type pump sets would be used to suck water from LLWL (Lowest Low Water Level) of Hooghly River. Basically it would be positive suction. However, for ease of maintenance impeller eye would be kept 1 Metre above LLWL and for this reason priming arrangement is to be made to charge the suction end fully prior to starting the impeller.

c) About 846 Sq. mtr would be developed to set up infrastructure for the Pump House intake facilities. Pumps and Motors will be installed in the Basement floor which would be minimum 11.00 Mtr below GL and comprising of approximately 386 Sq. mtr. with an upper floor. Ground floor of the annex building would provide accommodation for control panel, HT Bus bar, Batteries, Transformers and for CESC; covering an approximate area of 230 Sq. mtr while a covered area of 230 sq. mtr would be developed at first floor of the annex building for the purpose of rest room and office room with toilet block.

d) The pump house would be equipped with EOT cranes to handle the machineries in it. Pump house at basement level would be with forced ventilation. Total control systems of pump and motor operation, lighting, air-conditioning (for control panel room) etc. are to be provided. Pump house yard including pipe jacking area (Railway embankment up to river bank) will have to be illuminated.

ii) Pipe Layout – Suction, Delivery & Manifold

Page 8: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

4

a) Four Suction Pipes each of Mild Steel 914mm O.D. will be provided

one for each pump. The Suction Pipes will be laid so that they get fully immersed even when Hoogly river is at Lowest Low Water level. Circular Railway track bank is situated between the site of proposed pump house and Hoogly river. The Suction Pipes from the Pumps will have to be taken across the Circular Railway embankment at a depth of about 10.00 Metre below the track formation level. To ensure minimum disruption to rail traffic, it has been proposed to have the pipe crossing executed through the Pipe Jacking method. As per Railway requirements, water pipes crossing Railway embankments cannot be inserted as such but will have to be housed in a Casing Pipe of dia min. 500mm more than the water carrier pipe. RC Casing Pipes of internal dia not less than 1414mm have been proposed to be used as Casing Pipes and the length to be pipe jacked across the Railway bank has been assessed as approximately 25.00 metres.

b) All four Suction pipes emerging from the RC Casing Pipes on the river

side of Railway bank will be led on to the river bed supported on steel bracings inter connecting RC piles of Jetty structure to be constructed. Each of the Suction Pipes will jut into the river bed for about 30 metres with top of inside of pipe at LLWL, till it ends after a Bend in a bell mouth the bottom of which will be at about 3.20M below LLWL. Total length of each Pipe including bell mouth to rest on Jetty will be about 50.0 Metres.

c) The delivery pipes of Dia as stipulated by the Pump Manufacturer but

subject to minimum outer dia of 914 mm and thickness 10 mm (Minimum) to the same Metallurgical specification as suction pipes of OD 914 mm. All the four delivery pipes will be connected to a Manifold pipe of outer diameter 1626 mm to be made available free of cost by the Employer at any of their depots situated within 50 km of site of work. The Manifold will be connected to the rising main of Mild Steel pipe of 1321mm OD leading to Dhapa Water Treatment Plant.

d) The Pipes layout with also involve for each Pump the following valves and Meters. i) In each of four suction pipes, between the pump and wall of the

Pump House on stretch towards riverside, one sluice gate valve will be provided to suit 914 mm outer diameter suction pipe. The Sluice gate valve shall be of dia 900mm as per Technical Specifications at Annexure K of Section 5.

Page 9: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

5

ii) In each of four delivery pipes in the stretch between the pump and the manifold pipe, one actuator valve, one non-return valve and one sluice gate wall will be provided to suit the diameter of the delivery pipe. The “Butter fly Valve” shall be of 900 mm dia and Electrically controlled with actuator of ROTORK or AWMA Engg. Make. The Non-return valve shall be of 900mm dia with Hydraulic shock absorber. The Sluice Gate Valve shall be of dia 900mm. All Valves shall otherwise conform to the Technical Specifications at Annexure K of Section 5.

iii) In the manifold pipe, there will be one sluice gate valve, two air

valves and one flow meter with no butter fly valve, all to suit the pipe of outer diameter 1626 mm. The Sluice Gate Valve (Not in the scope of Bidder) shall be of dia 1300mm. Air Valves shall be of dia 300mm (12”) of Kinetic type IS Marked full bore electromagnetic type Water flow Meter shall be complete with all fittings with display of Electro magnetic supported with PLC & SCADA System (Crohne Marshall make or any other make subject to approval of the Employer) All the valves and water Flow Meter shall otherwise conform to the Technical Specifications at Annexure K of Section 5.

e) All suction pipes, delivery pipes and manifold pipe whether laid inside

or outside the pump house, will be painted inside and outside and have their joints welded. However Suction Pipes laid on the Jetty on cradles on bracings will be provided with flanged joints. All pipes will be given cathodic protection.

f) The scope of work involves procurement of Mild steel Suction Pipes

914mm OD, Delivery Pipes of dia as recommended by the pump manufacturer, Manifold pipe of dia as designed, different types of valves and a flow meter as well as Bends and Bell Mouths. The Suction Pipes after painting inside and outside and joints welded circumferentially outside will be provided with a Sluice Gate Valve and then inserted in RCC Casing Pipes laid across the Railway Bank, the Suction Pipe will be supported on high-density polyethelene spacers at suitable intervals with the annular space at both ends of RC Casing pipe plugged with Cement Concrete, for about 40 metres and laid on top of bracings inter connecting piles in Jetty till the pipes end in Bell Mouths for a distance of total of about 35 Metres. Delivery pipes and Manifold pipe will also be laid after after painting inside and

Page 10: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

6

outside and within joints welded. Suitable connection of Manifold pipe with the 1321 mm OD rising main will have to be arranged.

g) All the four pumps shall be of Double volute Type. Single volute type

pumps are not acceptable. iii) Enabling Works a) Design, Manufacture, supply and laying in position across Railway embankment at about 10.00 metres below formation level four RCC Casing pipes of dia min. 1414 mm. The RCC Casing pipes will be pipe jacked across the Railway embankment for a length of about 25.00 Metres. The Pump House Basement floor will be suitably strengthened to act as the Jacking Pit and a Receiving Pit will have to be consturcted on the river side to facilitate Pipe Jacking work. b) Design and Construction of a Jetty with RCC Working piles with Mild Steel Plate liner painted with Epoxy paint, braced together, jutting into the river for a length of about 35 metres. The Suction Pipes will be carried supported on cradles on the bracings. Fender piles with mild steel liner painted with Epoxy paint, will be provided to protect the working piles from impact of straying marine vessels etc. A RCC catway 3.00 M wide and of about 30.00M length Jutting into the river from the river bank and a similar catway for a length of about 17.00M along the river but of 4M width will be provided at about 2.15 Metres above HHWL (Highest High Water Level). A steel catway 29.00 metres long and 1.00M wide will be provided at about 0.500M above LLWL connecting the Bell mouths of all the four Suction Pipes. Two steel stairways 0.60m wide each will connect RCC Catway on top with Steel catway at bottom. Two more Steel catways 1.00m wide and about 28.00m long will be provided at about 0.50m above LLWL, Jutting into the river. The catways are to facilitate inspection of the Suction Pipes and in particular Bell mouth area. To prevent floating objects clogging the Suction Pipes, in addition to the screens at the Bell Mouths, all the Bell Mouths will be encircled by a frame work of screens closed at top and sides extending to 1.50M above LLWL and going down to 1.20 M below Bell Mouth bottom.

1.5 Availability of Site River bed is available for construction of jetty, water body will be handed over in stages based on the Contractor’s work programme. Pump house site is presently not available, however, site would be made available on acquisition of land and demolition of existing structures by KMC.

Page 11: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

7

1.6 Basic conditions for issue of Tender Document :- 1.6.1 The Tender Document will be issued to any Contractor who satisfies

the following conditions.

i) He should have deposited the Cost of Tender Document as stipulated in Paras 5.2 and 5.3.

ii) Tender documents including drawings can also be downloaded from RITES website (www.rites.com) or from website (www.kolkatamycity.com) and in such a case, the tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of separate Demand Draft /Pay order and enclosed in the envelope containing the Earnest Money Deposit. The amendments / clarifications to the Tender Documents will also be available on the above websites.

1.6.2 The intending tenderers are advised that in this case of Tender in

a Two Packet System, the technical bids of only those Tenderers who have deposited the requisite Earnest Money in an acceptable form will be opened. Financial Bids of only those tenderers whose Technical Bids are found acceptable by the Employer (KMC) shall be opened and evaluated.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed. 2.2 Joint venture will be allowed as detailed in Para 5 of Annex-I and

the bidder including a Joint Venture, if he desires so, can have a tie up with one specialized agency for Pipe jacking work and another for Supply and installation of Electro Mechanical items of work.

2.3 No subcontractors other than the specialized agencies for Pipe Jacking work and for Electro-Mechanical work will be permitted except with the prior approval of the Employer. Even if permitted, the subcontractor’s experience and resources will not be taken into account in determining the bidder’s compliance with the Qualification Criteria.

Page 12: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

8

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA

3.1 Other than Joint Ventures

The tenderer shall furnish a Letter of Transmittal as given in ANNEXURE II A enclosing the documents mentioned therein/listed in para 7(a) of ANNEXURE I.

3.2 Joint Ventures – The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given in ANNEUXRE II B enclosing the documents mentioned therein/listed in Para 7(b) of Annexure I.

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the

Documents listed below: Technical Bid Packet

SECTION No.

CONTENTS

1 Notice Inviting Tender and Instructions to Tenderers

2 Tender and Contract Form

3 Special Conditions

4 Schedules A to F

5 Technical Specifications

6 Drawings

7 Conditions of Contract

8 Clauses of Contract

9 Safety Code

10 Model Rules for Workers

11 Contractor’s Labour Regulations

Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

Page 13: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

9

5.0 ISSUE OF TENDER DOCUMENT 5.1A complete set of Tender Document (Technical and Financial Bid)

described in Para 4.1 above can be seen in the office of the General Manager (Civil), RITES Ltd., Kolkata Project Office, 56, C.R. Avenue, 2nd Floor, Kolkata 700 012 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2Tender Document may be purchased from the office of General

Manager (Civil), RITES Ltd., Kolkata Project Office, 56, C.R. Avenue, 2nd Floor, Kolkata 700 012 from 25.10.2010 to 18.11.2010 for a non refundable fee per set of Rs.10,000 (Rupees Ten Thousands only) in the form of Demand Draft/ Pay Order/ Banker’s Cheque drawn on any Scheduled Bank in favour of RITES Ltd. Kolkata, for credit to their account with AXIS Bank Ltd., Kolkata.

5.3Tender Documents requested by mail will be dispatched by Courier /

Speed Post / Registered Post on payment of an extra amount of Rs.1000/- (Rupees one thousand only). The Employer will not be held responsible for the delay, if any, in the delivery of the Documents or non-receipt of the same

5.4Tender documents downloaded from the website shall be considered

valid for participating in the tender process. In such a case the tenderer shall deposit cost of tender documents as prescribed in para 1.6.1(ii). During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected.

In case the bid of a tenderer who has downloaded the document from website is accepted, the contract shall be executed only on the Manual copy as originally issued by RITES Ltd., Project Office, Kolkata.

5.5Clarifications on Tender Documents

A prospective tenderer requiring any clarification on the Tender Document may notify General Manager (Civil), RITES Ltd., Kolkata Project Office (The official nominated for this purpose or his

Page 14: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

10

representative) in writing or by telefax / cable at the address 56, C.R. Avenue, 2nd Floor, Kolkata 700 012.

6.0 PRE-BID MEETING

6.1 The tenderer or his official representative is invited to attend a Pre-bid Meeting which will take place at the Central Municipal Office Building, Kolkata Municipal Corporation, 5, S.N. Banerjee Road, Kolkata – 700 013 on 08.11.2010 at 15.30 hours.

6.2 The purpose of the Meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

6.3 The tenderers are required to submit any question in writing or by telefax / cable to reach the General Manager (Civil), RITES Ltd., Kolkata Project Office, (official nominated) as far as possible not later than three days before the Meeting.

6.4 Minutes of the Meeting including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the Tender Documents and also uploaded on the websites referred to in Para 1.6.1 (ii) above. Any modification of the Tender Documents listed in Para 4.1 which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum pursuant to Para 7.0 and not through the Minutes of the Pre-bid Meeting.

6.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a tenderer.

7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of Tenders, the Tender Document

may be modified by the Employer (KMC) by issue of Addenda/Corrigendum.

7.2 Any Addendum/Corrigendum issued shall be part of the Tender

Documents and shall be communicated in writing by Registered Post or by tele fax / cable to all the purchasers of the Tender

Page 15: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

11

Documents. The Prospective Tenderers shall acknowledge receipt of each Addendum/ Corrigendum similarly in writing or by telefax / cable to the General Manager (Civil), RITES Ltd., Kolkata Project Office, (official nominated). RITES will assume no responsibility for postal delays. Addendum/ Corrigendum will also be available on the websites referred to in Para 1.6.1 (ii) above.

7.3 To give prospective tenderers reasonable time in which to take the

Addenda/ Corrigenda into account in preparing their tenders, extension of the deadline for submission of Tenders may be given as considered necessary by the Employer.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date

for submission of Tender or any extended date as indicated in Sub Para below.

8.2 In exceptional circumstances, prior to the expiry of the original time

limit for Tender Validity, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs.39.72

lakhs(Rupees Thirty five Lacs twenty five thousand only) in any of the forms given below:-

Banker’s Cheque / Pay Order/ Demand Draft payable at Kolkata, drawn in favour of Kolkata Municipal Corporation.

9.2 Any Tender not accompanied by Earnest Money in an acceptable

form shall be rejected by the Employer as non-responsive. 9.3 Refund of Earnest Money Two Packet System

Page 16: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

12

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned as soon as scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but whose bid is ultimately unsuccessful, will be returned immediately after issue of LOA to the successful Bidder, subject to provisions of Para 9.4 (b).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening during the period of bid validity or issue of Letter of Acceptance, whichever is earlier, any tenderer

i) withdraws his tender or ii) makes any modification in the terms and conditions of

the tender which are not acceptable to the Employer. iii) Withdraws or modifies the bid after the deadline for

submission of bids. b) in case any statement/information/document furnished by

the tenderer is found to be incorrect or false. c) in the case of a successful tenderer, if the tenderer

i)fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract”.

ii)Fails to commence the work within 15 days after the date of issue of Letter of Acceptance or from the date of handing over of the site, whichever is later.

In case of forfeiture of Earnest Money as prescribed here in above, the tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers, which comply strictly with the requirements of the Tender Document. Alternatives or any modifications shall render the Tender invalid except where specifically provided for in the Tender Document.

11.0 SUBMISSION OF TENDER

Page 17: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

13

11.1 The tenderer shall submit the Tender in original in two Packets as under:- (a) PACKET A :- TECHNICAL BID Envelope 1 i)Earnest Money. ii)Cost of tender

document ( In case tender document downloaded from website).

Envelope 2 “Authority to Sign” and Qualification Information along with all enclosures /documents as per Letter of Transmittal/ Checklist given in Annexure IIA / Annexure IIB. As regards “Authority to Sign” Para 11.2 below may be referred to.

Technical Bid (Section Nos. 1 to 11) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer in token of confirmation of having understood the Contents

(b) PACKET B :- FINANCIAL BID Envelope 3 -Schedule/Bill of Quantities.

Each page of the Financial Bid should be signed by the tenderer. In the last page of Financial Bid, at the end, the tenderer should sign in full with the name of the Company, Seal of the Company and Date.

Each Correction, Cutting, Addition and overwriting should be initialed by the tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and

Page 18: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

14

considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities.

11.2 Authority to Sign

a)If the Applicant is an individual, he should sign above his full type written name and current address.

b)If the Applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c)If the Applicant is a firm in partnership, the Documents should be signed by all the Partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by a Partner holding Power of Attorney for the firm in the Format at Annexure IV.

d)If the Applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i)There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers.

ii)Conditional Offer/ Tender will be rejected. As regards conditional rebates / discounts subpara (iii) below may be referred to. Unconditional rebates/ discounts in the Financial offer will however be accepted.

iii)The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the

Page 19: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

15

conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise

result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the Work and Name of the Tenderer. In addition, the following should also be superscribed on the respective Envelopes. Envelope 1i)Earnest Money ii)Cost of tender document ( In case

tender document downloaded from website)

Envelope 2 Authority to Sign and Qualification Information/ documents as per checklist in Annexure IIA / Annexure IIB.

Technical Bid (Section Nos. 1 to 11) including Drawings Both the Envelopes should be put in a Packet which should be sealed. The following should be superscribed on the Packet: i)Packet A – Technical Bid ii)Name of the Work iii)Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in a Packet (Envelope 3) which should be sealed. The following should be superscribed on the Packet. i) Packet B (Envelope 3) – Financial Bid

ii)Name of the Work

iii) Name of the tenderer

Page 20: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

16

(c) Both Packets A and B should be put inside an outer Envelope and

sealed. This Envelope should be superscribed with the following details:

i)Tender for (Name of Work) ii)Tender Number

iii)Date and Time of opening of Tender

iv)From (Name of tenderer)

v)Addressed to

11.4.2 Single Packet System (Not applicable) 11.4.3 If the envelopes and packets are not superscribed and sealed as

indicated in Para 11.4.1 or 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address

Not later than 14:00 hrs. on 19.11.2010. In the event of the specified date for the submission of the Tender being declared a holiday by the Employer/ strike/ bandh or on any account office being closed, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: General Manager (Civil) RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata 700 012.

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the tenderer previously subject to the original deadline will be subject to new deadline.

Page 21: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

17

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of tender will be returned unopened to the tenderer.

11.7 Deleted 11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in

writing before the deadline prescribed in para 11.5. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed,

marked and delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked “Modification” or “Withdrawal” as appropriate. The envelopes for modifications on “Technical Bid” and “Financial Bid” shall be submitted in separate sealed envelopes and marked as “Modifications of Technical Bid” or “Modifications of Financial Bid” as the case may be.

11.8.3 No bid may be modified after the deadline for submission of bids. 11.8.4 Withdrawal or modification of a bid after the deadline for

submission of bids shall result in forfeiture of the Earnest Money.

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS

12.1 The Employer will open all the Tenders received (except those

received late or delayed) as described in para 12.2 below, in the presence of the Tenderers or their representatives who choose to attend at 14.30 Hrs. on 19.11.2010 in the office of General Manager (Civil), RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata 700 012.

In the event of the specified date of the opening being declared a holiday by the Employer/ strike/bandh or on any account office being closed, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System

Page 22: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

18

(a)The PACKET A will be opened and Envelope 1 containing “Earnest

Money of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable Form will then be opened. The tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by RITES Ltd. on behalf of the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked if the seals are intact. All such PACKETS B will be put in an Envelope and sealed. RITES official opening the Tender will sign on this Envelope and will also take the signatures of two or three Tenderers or their representatives present. This Envelope will be kept in safe custody by RITES on behalf of the Employer.

(b)The Employer will scrutinise the Technical Bids accepted for evaluation

to determine whether each Tenderer.

(i)has submitted `Authority to sign’ as per para 11.2 above (ii)meets the Qualification Criteria stipulated in Para 2.0 and (iii)conforms to all terms, conditions and specifications of the

Tender Document without any modifications or conditions. (c) If required, the Employer may ask any such tenderer for

clarifications on his Technical Bid. The request for clarification and the response from the tenderer will be in writing. If a tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the Time and Date and place where and when the PACKET B (Financial Bid) will be opened.

Page 23: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

19

(d) At the appointed place, time and date, in the presence of the tenderers or their representatives who choose to be present, RITES Ltd. on behalf of the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The tenderer’s name, the Tender amount quoted and such other details as he may consider appropriate will be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, infrastructure for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i)If required, the Employer may ask any tenderer the breakdown of unit rates. If the tenderer does not submit the clarification by the date and time set in the Employer’s request for clarification, such tender is likely to be rejected.

(ii)The competent authority on behalf of the Employer does not

bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in

Page 24: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

20

which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected.

15.0 CANVASSING PREOTIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prEOTibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection. 16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The tenderer shall not be permitted to tender for works if his near

relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in RITES/ Kolkata Project Office or as an officer in any capacity between Senior Administrative and Assistant Officer grades (both inclusive) of Kolkata Municipal Corporation. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in Kolkata Municipal Corporation. Any breach of this condition by the Contractor would render his Tender to be rejected.

No Engineer of Gazetted rank or other Officer employed in Engineering or Administrative duties in an Engineering Department of Kolkata Municipal Corporation is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the tenderers shall sign a declaration

under the officials Secret Act 1923, for maintaining secrecy of the

Page 25: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

21

tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not

permitted. Such tender is liable for rejection. 17.4 In the case of Item Rate Tenders, only rates quoted shall be

considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will, unless otherwise provided, be taken as correct and not the amount.

17.5 In the case of any tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 All rates shall be quoted on the tender form. The amount for each

item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

Page 26: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

22

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or

any other tax / Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Employer after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 The tender for the work shall not be witnessed by a Contractor or

Contractors who himself/themselves has/ have tendered for the same work. Failure to observe this condition would render tenders of the Contractors tendering, as well as witnessing the tender, liable to summarily rejection.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1The tenderer whose tender has been accepted will be notified of the

award by the employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI. Within the period specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful tenderer shall deliver to the Employer, Performance Guarantee. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.1.1 The tenderer whose tender is accepted shall be required to submit

stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance. The cost of the stamp papers shall be borne by the tenderer.

18.2 At the same time the Employer notifies the successful tenderer that

his tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII.

Page 27: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

23

ANNEXURE I

QUALIFYING CRITERIA: 1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs 26.48 crores (Rupees Twenty six crores and Forty Eight Lacs) in any one of the last 5 financial years.

Notes :

(i) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit. Closing stocks in whatsoever manner should not form part of Turnover.

(ii) Foreign currency turn over will be converted into Indian Rupees based on RBI reference rate applicable as on the date of opening of tender without assigning any weightage factor.

(iii)Weightage of 5% (compounded annually) shall be given for

equating the financial turnover of the previous years to the current year, in cases of turn over based on Indian Currency Contracts.

(iv)For considering the financial years, for this work for which the tender is being opened in financial year 2010-11, the last five financial years shall be 2009-10, 2008-09, 2007-08, 2006-07 and 2005-06. For a tender to be opened during F.Y. 2010-11, with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous Five Financial Years will be: F.Y. 2009-10 = 1.050; F.Y. 2008-09= 1.103; F.Y. 2007-08 = 1.158; F.Y. 2006-07 = 1.216; F.Y. 2005-06 = 1.276.

(v)The tenderer should submit self-attested copy of Auditor’s report along with Balance Sheet and Profit and Loss statement along with Schedules for the relevant financial year in which the minimum criterion is met. Provisional audit repots or certified statements shall not be accepted.

(vi)The tenderer should also furnish in a Tabular form details of the Annual Financial Turnover for each of the last five financial years

Page 28: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

24

giving reference of the relevant document (with page number) relied upon in support of meeting the Qualification Criteria.

(vii) In case the bidder is a J.V. with two partners as permitted in Para 5 below the Partner-in-charge/ Lead Member as well as the other partner shall jointly meet the criteria of Annual Turnover each to the extent of his financial participation in the JV.

2. Work Experience a) Similar Works Experience

The Bidder should have satisfactorily completed in his own name as a prime contractor or proportionate share as member of a Joint Venture, atleast one similar work of minimum value of Rs.31.78 crores or two similar works each of minimum value of Rs19.86crores or three similar works each of minimum value of Rs. 15.89 crores during the last 5 (five) years prior to the date of submission of the bid. Works completed prior to he cut off date shall not be considered. Similar Works

Similar works shall mean the work of construction of i) Jetty or (ii) Pump House or (iii) Water Retaining Structure below ground level / in water or (iv) Offshore structure or (v) Major bridge with well / pile foundation or (vi) combination of one or more above.

Notes : (i)A weightage of 5% (compounded annually from the date of

completion of the work to the submission of the bid) shall be given for equating the value of works of the previous years to the current year. This will be applicable for only Indian Currency Contracts. For Foreign Currency Contracts the value of works will be converted into Indian Currency based on RBI reference rate applicable as on the date of opening of tender without assigning any weightage factor.

(ii) Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

Page 29: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

25

(iii) The bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed. In the case of works carried out as a member of Joint Venture, the value of work to be considered for this Qualification Criterion will be determined based on the extent of his financial participation in the Joint Venture. In support of having completed these works, the bidder should submit self attested copies of the completion certificates of the owner/Client which should be in unequivocal terms, indicating the name of the work, the description of work done by the bidder, value of work executed by the bidder, extent of financial participation by the bidder in case of JV, date of start, date of completion (stipulated and actual) and value of the material obtained fromthe Client. The value of work executed should be inclusive of the value of free supply items and escalation amount, if any. The Bidder should include details of only such works in Proforma 1 which satisfy the qualification criteria and submit supporting details / credentials of only such works.

(iv)Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies / Municipal Bodies/Public Ltd Cos. listed in BSE / NSE shall only be accepted for assessing the eligibility of a tenderer. Certificates issued by such Public Ltd. Cos. must be supported by TDS Certificates evidencing the value of work.

(v) The cut-off date shall be calculated backwards from the date of submission/opening of tender i.e. for a tender which is being opened on (say) 19.11.2010 the cut off date shall be 20.11.2005

b.Construction Experience in key activities/ specialized components i) To qualify for award of the contract, each bidder in his own name

as a Prime Contractor or as a member of a JV should have, within the last 5 (five) years prior to the date of submission of the bid, executed, the following specialized components / activities in any one work or in more than one work. Bidder including JV Firms can also tie up with a specialized construction agency experienced in the key activity of laying of pipe by pipe or box jacking / micro tunneling and another specialized agency for supply and installation of Electro-Mechanical items of equipments.

Page 30: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

26

I. Laying of pipe line of minimum outer dia of 1.50 Mtr. or RCC box of minimum equivalent area by pipe / box Jacking system or by Microtunnelling for a minimum length of 50 metres”.

II. Installation of at least one Pump of capacity of 0.5 MGH or more with HT Motor.

Note:

In case of JV, the Partner-in-charge/ Lead Member as well as the other partner shall jointly meet the criteria of Works Experience. (Similar Works experience and construction experience in key activities / specialised components). For pipe jacking work and for Electro-Mechanical work the experience of specialized agencies if co opted will be acceptable.

i. Even if a work has not been completed and commissioned but if the specified quantity of the key activity as mentioned above has been completed, the same shall be taken into consideration for the purpose of this criterion.

ii. The bidder should furnish with his bid a tabular statement giving contract wise quantities of key activities / specialised components executed in the last five years prior to the date of submission of the bid, including details of the period in which the work/ works meeting qualification criteria was / were executed. Documentary proof in support of the claim should be furnished with the bid. For works carried out as a member of a joint venture, the documentary proof should clearly indicate that the Partner was mainly responsible for physical execution of the work.

c) Availability of Qualified Personnel for Management and Operation

of Pipe Jacking Equipment, and installation of high capacity Pump of 0.5 MGH or more.

The Bidder should submit with his Bid, CV of at least one expert who has proven experience in each of the above activities. The CV should indicate the details of the Projects in which he was deployed with the confirmation from the concerned person on his willingness to work in this project. In the case of expert in pipe jacking work and in the case of expert in installation of high capacity pump, the CVs of personnel of the specialized agencies will be acceptable.

Page 31: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

27

3. Solvency Certificate

A Solvency Certificate of minimum solvency of Rs.15.89 crore (Rupees Fifteen Crore and Eighty nine Lacs.) (Suggested format at Proforma 2) from a Nationalized or a Scheduled Bank in India issued not earlier than 6 months from the last date of submission of tender, is required to be submitted by the bidder. The Certificate so got from the Bank may be got verified from the issuing Bank. In the case of a J.V. each of the two Partners shall meet the criterion on Solvency to the extent of his financial participation of the JV.

4. Profitability

The applicant firm shall be a profit (net) making firm and shall have made profit in each of the two immediately preceding financial years and in atleast one out of the three earlier Financial years. In the case of a J.V., each Partner shall individually meet the criterion.

The bidder should submit self attested copies of auditor’s report along with audited Balance Sheet and Profit and Loss statement for the last five financial years. In case the firm is profit making for the last three financial years continuously, the bidder may submit the above documents and statements for last three financial years only.

He should also submit in tabular form details of the profit achieved in each of the last five financial years. Specific reference to page Number of the concerned document relied upon for satisfying the Qualifying Criteria should be indicated in the tabular statement.

5. Joint Ventures/Tie up with specialized agencies for pipe jacking

work/Electro Mechanical work

5.1 Joint ventures are allowed for a maximum of two partners including the lead partner. One of the partners of the joint venture should be a firm registered in India. Either of the partners should have experience in “Civil Engineering Works” for at least two years while the other one should have experience in “Electro- Mechanical Works” for at least two years. The JV partner who is experienced in “Electro - Mechanical workss” shall be responsible for “Design of the electro-mechanical system, selection of elctromechanical plant and machineries” within the purview / guide line of technical specification given in chapter “V” of this document. If JV is successful in the Bid, the contract will be awarded in the name of

Page 32: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

28

JV. The JV agreement should be executed within 15 days of receipt of Letter of Acceptance and the JV agreement duly registered in accordance with law so as to be legally valid and binding on the members. The JV shall also open a bank account in the name of JV and all payments due to the JV shall be credited by the Employer to that account only. To facilitate statutory deductions such as towards Income Tax and VAT etc. made from the amounts due to the JV being credited to the concerned Government Departments, the JV shall arrange to obtain in the name of JV, PAN/TIN as required. Bid submitted by a Joint Venture of two firms as Partners/Members shall be accompanied by the following documents : a)A copy of Joint Venture MOU/Agreement duly notarized so as to be legally valid and binding on all the Partners/Members and incorporating the following provisions (Suggested format at

Annexure III):

• The bid and, in case of a successful bid, the Agreement shall be signed so as to be legally binding on all Partners/Members.

• One of the Partners/Members shall be nominated as being in charge and this authorization shall be evidenced by submitting Power of Attorney signed by legally authorized signatories of all the Partners/Members.

• The Partner-in-charge/Lead Member shall be authorized to

incur liabilities and receive instructions for and on behalf of any and all partners/members of the Joint Venture and the entire execution of the Contract, shall be done exclusively with the Partner in charge.

• All the partners of the Joint Venture shall be liable jointly

and severally for the execution (including maintenance period) of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the authorization through a Power of Attorney in favour of the Partner-in-charge/Lead Member as well as in the Bid and in the Agreement (in case of a successful bid).

Page 33: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

29

• Indication of the precise responsibility of all Partners/Members of the Joint Venture in respect of planning, design, construction equipment, key personnel, work execution and financing of the Project duly indicating the percentage in financing of JV by each Partner.

• The Partner-in-Charge/Lead Member shall have more than

50% participation in financing of the JV and the other Member shall have minimum 20% participation in financing of JV.

b) Power of Attorney in favour of the Partner-in-charge/Lead

Member on the lines mentioned in item “a” above.(Suggested format at Annexure V).

Notes :

- The Partner-in-charge/ Lead Member as well as the other

partner shall jointly meet the criteria of Annual Turnover and Solvency each to the extent of their financial participation in the JV. All the partners shall jointly meet the criteria of Works Experience. (Similar Works experience, construction experience in key activities / specialised components). All the partners shall meet individually the criterion of Profitability.

Except for the experience of Specialised Agency for Pipe Jacking work, Sub-contractors' experience and resources will not be taken into account in determining the bidders compliance with the qualifying criteria.

-The evaluation of criterion of Annual Turnover shall be done as under:- The figures furnished by each of the partners/members through the self-attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement for the relevant financial year in which the partner/member has achieved maximum weighted annual turnover shall be modified in proportion to their participation in financing of the JV to determine the bidder’s compliance with the minimum qualifying criteria. The figures as computed above of all the partners/members shall be added together and the resultant figure should be more than the ‘Qualifying Criterion’.

Page 34: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

30

5.2 If the bidder including a J.V. does not by himself have adequate minimum experience in Pipe Jacking work as stipulated in Para 2 (b) above on “Construction experience in key activities / specialised components” he can have a tie-up for this specific component of work with a reputed specialised agency with expereince in Pipe Jacking Work. If such a Tie-up is proposed, the Bidder should submit with his bid, the following documents to the satsifaction of the Employer. i) Copy of MOU duly notarised so as to be legally valid and binding on both the parties, incorporating the following provisions. a) The Pipe Jacking work will be carried out by the selected company (Specialised agency) strictly complying with the Technical Specifications for Pipe Jacking work and within the time laid down in the Contract. The specialised Agency will make available one experienced Pipe Jacking Machine Operation for the work. b) The Tenderer will be responsible for ensuring that the Pipe Jacking work is completed in time and to the specifications. Any failure by the specialised Agency to complete the work as per Contract, will be deemed to be a failure by the Tenderer for which action can be taken by the Employer as per the provisions in the Contract. ii) Documents in support of the previous experience in Pipe Jacking work of the specialised Agency as stipulated in Para 2(b) above. iii) Document in support of the availability of qualified personnel for Management and operation of the Pipe Jacking experiment as stipulated in Para 2(c) above, as made available by the Specialised Agency.

In the event of the Employer agreeing for such a Tie-up between

the Tenderer and specialised Agency, the Tenderer will have to satisfy by himself all the Qualification Criteria except items 2(b) and 2(c) above.

5.3 If the bidder including a JV does not by himself have adequate

minimum experience in installation of Electro-Mechanical work as stipulated in Para 2 (b) above on "Construction Experience in Key Activities/Specialised Components", he can have a tie up for this specific component of work with a reputed specialized agency with experience in supply and installation of such Electro-Mechanical items. If such a tie up is proposed, the bidder should

Page 35: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

31

submit with his bid, documents to the satisfaction of the Employer, similar to those listed in subpara (i) (a) & (b) & (ii) of Para 5.2 above, except that reference to pipe jacking work shall be replaced by reference to Electro-mechanical work relating to installation of high capacity pump of capacity 0.5 mgh or more with HT motor.

6. Declaration of the Bidder

Even though the bidders may meet the above qualifying criteria, they are subject to be disqualified if they have a)Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the tenderer is liable to face the penalty of banning of Business dealings (including debarring from submission of any tender) by Kolkata Municipal Corporation for any period as may be specified in the Ban order. b)Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. c) Their business banned by any Central/State Government Department/ Public Undertakings or Enterprises of Central/State Government. d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format. e) A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

7. Check list of Documents to be submitted

a) By Bidders other than Joint Ventures (Refer ANNEXURE IIA ) i) Annual Turnover

Page 36: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

32

- Annual financial turnover for each of the last 5 (five) financial years in a tabular form. Self Attested copies of Auditor’s report along with the Balance Sheet and Profit and Loss Statement for the relevant financial year in which the minimum criterion is met (Refer Notes under Para 1)

ii) Work Experience • Similar Work Experience :- Proforma 1 with details of 1, 2 or 3

works as the case may be, which satisfy requisite qualification criterion (Refer Para 2a).

• Construction Experience in Key Activities / Specialised Components:-

i) Tabular Statement giving contract-wise quantities executed in the last 5 (five) years along with documentary proof in support of having met the qualification criterion (reference to Paras 2 (b) 5.1, 5.2 & 5.3”.

ii) Availability of Qualified personnel for Management and Operation of Pipe Jacking Equipment and for Installation of High Capacity Pumps CV of one Operator each proposed to be deployed on this work (reference to Paras 2 (c), 5.2 & 5.3

iv) Solvency Certificate. Suggested format at Proforma 2 (Refer Para 3)

v) Profitability

- Net profit of last 5 (five) financial years in a Tabular form (Refer Para 4) - Self Attested copies of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement for last 5 (five) or 3 (three) financial years, as the case may be (Refer Para 4).

vi) Experience in Civil Engineering works: Documentary proof in support of experience for at least 2 years prior to the date of submission of bid.

vii) MOU with specialised agency for pipe jacking work

and for installation of high capacity pump, if applicable (refer paras 5.2 & 5.3)".

viii) Declaration by Bidder Proforma 3 (Refer Para 6)

Page 37: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

33

b) By Joint Venture Partners (Refer Annexure IIB)

(1) By Partner-in-Charge/Lead Member JV MOU/Agreement (Refer Para 5a) Power of Attorney (Refer Para 5b) Annual Turnover : As in 7a(i) above Work Experience Similar Work Experience : As in 7(a) (ii) above Construction Experience in Key activities/specialised components : As in 7 (a) (ii) above. Availability of Qualified personnel for Pipe Jacking work and for Installation of High Capacity Pump: As in 7(a) (iii) above. Solvency Certificate : As in 7(a) (iv) above – To the extent of his financial participation. Profitability : As in 7 (a) (v) above. Experience in either Civil Engineering or Electro Mechanical Works; As in 7 (a) (vi) above MOU with specialized agency for pipe jacking work and for installation of high capacity pump as in 7(a) (vii) above Declaration by Bidder : As in 7(a) (viii) above. (2) By Partner other than Partner-in-Charge/Lead Member Annual Turnover : As in 7(a) (i) above) Work Experience Similar Work Experience : As in 7(a) (ii) above

Page 38: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

34

Construction Experience in Key activities/ specialised components : As in 7(a)(ii) above. Solvency Certificate : As in 7(a) (iv) above – To the extent of his financial participation. Profitability : As in 7 (a) (v) above. Experience in either Civil Engineering or As in 7 (a) (vi) above. Electro Mechanical Work (other than the field of Lead Partner) Declaration by Bidder: As in 7(a) (viii) above.

Page 39: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

35

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERIA COMPLETED

DURING THE LAST 5 YEARS

Contract Value (Rs. in

Lakhs)

Date of Complet

ion

S. No.

Client's Name and Complete

Address

Postal Address with Pin

Code

Name of the Work &

Location

Scope of work carried out by the

Bidder

Agreement / Letter of

Award No. and date

Awarded

Actual on comple-tion

Value of

Materials supplied free by the Client

Date of Start

As per LOA/ Agree-ment

Actual

Reasons for delay in

completion if any

Ref. Of document (with page number) in

support of

meeting

qualification criterion

SEAL AND SIGNATURE OF THE BIDDER Note : 1. In support of having completed above works attach self attested

copies of the completion certificate from the owner/client

Page 40: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

36

indicating the name of work, the description of work done by the bidder, date of start, date of completion (contractual & actual), value of contract as awarded and as executed by the bidder and value of material supplied free by the client and escalation amount.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings/ Autonomous

bodies / Municipal Bodies/ Public Ltd. Co. shall only be accepted for assessing the eligibility of a tenderer. Certificates issued by such Public Ltd. Co. must be supported by TDS Certificates evidencing the value of work.

3. Information must be furnished for works carried out by the Bidder in

his own name or as a partner in a J.V. If a work carried out as a partner in the Joint Venture is included in this proforma, details of contract value should be furnished including information on the extent of financial participation by the partner in that work. The proportionate share of the partner will only be taken into account for assessment of work experience on similar works.

4. In case of a Joint Venture, each Partner should submit this proforma in a separate sheet.

5. Only similar works completed during the last 5 years which meet the Qualification Criteria need be included in this proforma.

Page 41: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

37

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ________________________, having their registered office at _____________, a customer of our bank is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager

(Name of Officer issuing the Certificate)

Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

Page 42: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

38

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the

forms, statements and attachments in proof of the qualification requirements;

ii) We do not have records of poor performance such as abandoning

the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) Business has never been banned with us by any Central / State

Government Department / Public Sector Undertaking or Enterprise of Central / State Government.

iv) We have submitted all the supporting documents and furnished the

relevant details as per prescribed format. v) The information and documents submitted with the tender by us are

correct and we are fully responsible for the correctness of the information and documents submitted by us.

vi) We understand that in case any statement/information/document

furnished by us is found to be incorrect or false, our EMD in full will be forfeited and Business dealings with us banned.

SEAL AND SIGNATURE & NAME OF THE BIDDER

Signing this document

Page 43: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

39

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS - LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(on letter head of the Applicant) FromTo

KOLKATA MUNICIPAL CORPORATION 5, S.N.BANERJEE ROAD KOLKATA 700 013.

Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our

satisfying the Qualification Criteria laid down for the work:- a) Self Attested copy of Partnership Deed/ Memorandum and

Articles of Association of the firm. b) Self Attested copy of PAN/TAN issued by Income Tax

Department. c) Self attested copy of a certificate confirming that the applicant is a Working Contractor or has executed any work within the last five years reckoned from till date of opening of tender, if issued by CPWD or MES or Railways or DOT or any State PWD or any Central / State Government undertaking or any Municipal Body or Autonomous Body or a Public Limited Co. listed in BSE/ NSE. d)Annual Turnover i) Annual Financial Turnover for each of the last 5 financial years in a Tabular form. ii) Self Attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant financial year in which the minimum criterion is met, with calculations in support of the same. e) Work Experience i) Similar Works Experience: - In Proforma 1 with details of 1/2/3

works as applicable and self attested copies of supporting documents as mentioned therein.

Page 44: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

40

ii) Construction experience in key activities / specialised components. Tabular statement giving contractwise quantities executed in last 5 years with documentary proof.

iii) Availability of Qualified personnel for Management and operation of Pipe Jacking Equipment.

CV of one Operator proposed to be deployed on the Project.

Availability of Expert for installation of high capacity Pump CV of one such personnel to be deployed in the Project. f) Solvency Certificate - Proforma 2. g) Profitability - Net Profit of last 5 Financial years in a Tabular

form with self Attested copy of Profit and Loss Statements for the last 5 or 3 Financial Years, as applicable.

h) Proof of experience in Civil Engineering Work for atleast two years.

i) MOU with specialized agencies for pipe jacking work and for installation of high capacity pump (if applicable)

j) Declaration – Proforma 3 k) Self Attested copy of Sales Tax, Works Contract Tax, Service

Tax Registration Certificate (as applicable). l) Self Attested copy of Registration under Labour Laws, like PF,

ESI etc. m) Self Attested copy of ISO 9140 Certificate ( if any)

2. I have furnished all the information and details necessary to prove that I satisfy all the Qualification Criteria laid down.

3. I authorize you to approach any Bank, Individual, Employer, Firm or

Corporation whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4. I have also enclosed written Power of Attorney of the signatory of the

tender on behalf of the tenderer.

Yours faithfully, Encl: as In Para 1

Signature of Applicant with Name _________________

Date with seal

Page 45: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

41

ANNEXURE II B

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

– LETTER OF TRANSMITTAL BY JOINT VENTURE

(To be signed by the Lead Member on letter head of the Partner-in-charge/Lead member)

From ________________________________ ________________________________ ________________________________ To RITES Ltd. _______________________________ _______________________________ Sir, Subject:Submission of Qualification Information/ documents as per

Checklist.

1. As the Lead Member of the Joint Venture, I/We hereby submit the

following documents in support of our JV satisfying the Qualification Criteria laid down for the work.

a) Self certified copy of the Joint Venture Agreement/Memorandum

of Understanding. b) Power of Attorney in my/our favour as the Lead Member

executed by the authorized representatives of all the members. c) Self attested copy of a certificate, confirming that the

applicant is a working contractor or have executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking,

Page 46: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

42

Municipal Body, Autonomous Body or Public Limited Company listed on NSE/BSE.

d) Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc.

f) Self attested copy of ISO 9140 Certificate ( if any) g) MOU with specialized agencies for pipe jacking work and for

installation of high capacity pumps (if applicable) h) Availability of qualified personnel for pipe jacking work (CV of

1 person) and for installation of high capacity pump (CV of 1 person)"

2) I/We also enclose the following documents pertaining to each of the Partners including Lead Partner duly signed by the Authorized representative of each Partner/Member of J.V.

a) Self attested copy of Partnership Deed/ Memorandum and

Articles of Association of the firm. b) Self attested copy of PAN/TAN issued by Income Tax

Department. c) Annual Turnover

(i)Annual financial turnover for each of the last 5 years in tabular form.

(ii) Self attested copy of Auditor’s Report along with the Balance

Sheet and Profit and Loss Statement and Schedules for the relevant financial year in which the minimum criterion is met, with calculations in support of the same.

d) Work Experience i) Similar Works Experience :- In Proforma 1 with details of 1 / 2 /

3 works as applicable and attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialised components:-

Tabular Statement giving contract wise quantities executed in last 5 years with documentary proof.

iii) Availability of qualified personnel for installation of heavy duty pump (CV of one person)

e) Solvency Certificate - Proforma 2.

Page 47: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

43

f) Profitability - Net profit of last 5 years in tabular form with self

attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

g) Proof of experience in either Civil Engineering Works or Electro Mechanical works.

h) Declaration – Proforma 3 3) I/We have furnished all information and details necessary to prove

that our J.V. satisfies all the Qualification Criteria laid down. 4) I/We authorize you to approach any Bank, Individual, Employer,

Firm or Corporation, whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

5) I have also enclosed written Power of Attorney of the signatory of the tender on behalf of the tenderer.

Encl: As in Paras 1 & 2

Yours faithfully,

Signature of Applicant

with Name _________________

Date with seal

Page 48: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

44

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING

EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s letter Head)

From ________________________________ ________________________________ ________________________________ To RITES Ltd. _______________________________ _______________________________ Dear Sir, Re:RITES Tender Notice No.________________ dated _______ for_____ (Name of Work) We wish to conform that our company / firm (delete as appropriate) has formed a Consortium with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________. One of the Members __________ (Name of the Partner) is a firm registered in India with Registered Office at _________ (Address). (Member who is not the Lead Member of the Consortium should add the following Paragraph) * * The Consortium is led by _________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have

Page 49: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

45

executed a Power of Attorney in favour of ______ (name of the Lead Member) (Member who is the Lead Member of the Consortium should add the following Paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. Till the award of work, the Lead Partner shall furnish bid bond and all other bond/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Consortium. The precise responsibility of the Lead Member and other Members of the Consortium in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval. We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member. In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium. We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain

Page 50: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

46

PAN/TIN number etc. as required and advise you the details before claming our first on-account bill. Encl: Annexures. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________ Seal Witness 1 Witness 2 NameName AddressAddress Occupation Occupation Note : 1. To be executed by each Member of the Consortium individually.

Page 51: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

47

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm / company who is issuing the power of attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise 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 our bid for the work _____ (name of work), including signing and submission of application proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with Kolkata Municipal Corporation or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Contract Agreement is entered into with Kolkata Municipal Corporation and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 2010. (Signature and Name of authorized signatory) ___________ (Signature and Name in block letters of all the remaining partners of the firm Signatory for the Company) Seal of firm Company Witness 1: Witness 2:

Page 52: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

48

Name:Name: Address:Address: Occupation: Occupation: Notes: - To be executed by all the members individually. In case of a

consortium, JV, the Authorized signatory has to be the one employed by the Lead Member.

- 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 when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 53: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

49

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /

JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney) Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium.

Page 54: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

50

Dated this the ________ day of _______ 20 _______________ (signature) ____________ (Name in Block Letter of Executant) Seal of Company Witness 1 Witness 2 Name:Name: Address:Address: Occupation: Occupation: Notes: -To be executed by all the members individually, in case of a Consortium. -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 when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 55: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

51

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE)

(By REGD POST / ACK.DUE)

(On the letter head of Kolkata Municipal Corporation)

NO. : KMC/Dated :

To

Name & Address of the Contractor

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT

Ref: Your tender dated _________________ and letter dated _____________.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of KOLKATA MUNICIPAL CORPORATION for a total Contract Price of Rs. _______ (Rupees only). Pursuant to clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price. The Guarantee of amount of Rs.______________ is required to be submitted within 21days of issue of this Letter of Acceptance. The time of 18 months allowed for execution of the work will be reckoned from the date of issue of this Letter of Acceptance. You are requested to contact _________ (complete designation and address of the project-in-charge) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out

Page 56: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

52

by you till the Agreement is executed and till such time the Performance Guarantee has been submitted by you. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance shall constitute a binding Contract between us pending execution of formal Agreement. Your letter referred to above shall form part of the Contract.

Yours faithfully,

For and on behalf of KOLKATA MUNICIPAL CORPORATION

Page 57: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

53

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between Kolkata Municipal Corporation hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz. (brief description of the work) _____ and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) Now THIS AGREEMENT WITNESSETH as follows:- 1. In this agreement words and expressions shall have the same

meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with Addenda/ Corrigenda

to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz. (a) The Letter of Acceptance (b) Priced Schedule (Bill) of Quantities (c) Tender and Contract Form (d) Notice Inviting Tender and Instructions to Tenderers. (e) Special Conditions (f) Schedules A to F. (g) Technical Specifications (h) Drawings (i) General Conditions of Contract comprising of

Page 58: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

54

(i) Conditions of Contract (ii) Clauses of Contract (iii) Safety Code (iv) Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) Contractor’s Labour Regulations with Proforma of

Registers.

j) Amendments to Tender Documents

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in

consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY

____________________________ In the capacity of _____ On behalf of M/s. _________ (The Contractor) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

______________________________ For and on behalf of Kolkata Municipal Corporation (The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 59: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

Section - 2

TENDER AND CONTRACT FORM

Page 60: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

KOLKATA MUNICIPAL CORPORATION

SECTION 2

TENDER AND CONTRACT FOR WORKS

*Tender for the work of :- CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANTunder Kolkata Municipal Corporation * (i) To be submitted by 14.00 hours (Time) on 19.10.2010(Date) to RITES Ltd., Kolkata Project Office, 56, C.R. Avenue, (2nd Floor), Kolkata 700 012 * (ii) To be opened in presence of tenderers who may be present at

14.30 hours on 19.11.2010 in the office of RITES Ltd., Kolkata Project Office, 56, C.R. Avenue, (2nd Floor), Kolkata 700 012

Issued to _______________ (Contractor) Signature of officer issuing the documents_____________ Designation ____________________ Date of Issue_________________

*(To be filled in by Tender Issuing Officer at the time of issue of tender set).

TENDER

1. I/We have read and examined the Notice Inviting Tender and

Instructions to Tenderers, General Conditions of Contract, (Conditions of Contract, Clauses of Contract, Safety Code, Model Rules for Workers, Contract Labour Regulations) Special Conditions, Technical Specifications, Schedules A to F, Drawings, Schedule of Quantities, other documents and rules referred to in the General Conditions of Contract and all other contents contained in the Tender Document for the work.

Page 61: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

2. I/We hereby tender for the execution and completion of the work

and remedy any defects therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 180 days

from the due date of submission thereof and not to make any modifications in its terms and conditions.

4. A sum of Rs. 39.72 lakhs (Rupees Thirty nine Lakhs and Seventy two

Thousand only) is hereby forwarded in the form Banker’s cheque/ Pay Order /Demand Draft issued in favour of Kolkata Municipal Corporation payable at Kolkata as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity

or before issue of letter of acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee within

prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We

agree that the Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest

Money or both Earnest Money & Performance Guarantee as aforesaid in paras 5 to 7, I/We shall be debarred for participation in re-tendering process of the work.

Page 62: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

4

9. On issue of Letter of Acceptance by the Employer I/We agree that the said Earnest Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F, and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the Clauses of Contract.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with

the Employer within 28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents,

drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any

condition/deviation to any content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the

lowest or any tender he may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14.Until a formal agreement is prepared and executed, this bid together

with our written acceptance thereof shall constitute a binding contract between us and Kolkata Municipal Corporation.

15.I am/We are signing this Tender offer in my / our capacity as one/those

authorized to sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead

Page 63: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

5

16.Member by the Members of the Joint Venture. Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 64: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

SECTION - 3

SPECIAL CONDITIONS SECTION 3

Page 65: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

SPECIAL CONDITIONS

SETTING UP INTAKE INFRASTRUCTURE AT MA-ER GHAT (BAGHBAZAR) FOR

DRAWL & PUMPING OF RAW WATER TO PROPOSED WTP AT DHAPA

PART 1 GENERAL

1.1 Specifications Technical Specifications at Section 5 may be referred to regarding quality and workmanship of materials and finished work. However, work shall be executed in accordance with best modern practices and using special techniques where required. The system shall be designed and constructed as per relevant Indian Standards. The Contractor shall read these Special Conditions and Specification in conjunction with the General Conditions of Contract for this Project. 1.2 Contractor’s Obligation and Work Components The clauses in this section are meant to provide general guidelines and information on compliance requirements to the Contractor. It does not however relieve the Contractor from taking every other steps and precautions as deemed necessary to complete the installation of the pipelines successfully within the specified contract period and the contract amount. Pump house construction proposed is an underground structure to be constructed close to the existing Railway embankment. Therefore, proper method and technology are to be adopted so that there is no displacement and disturbance of the line and level of the permanent way and the related allied structures on and around the embankment. Pipe jacking is a method under trenchless technology domain and this Technique is adopted for minimizing excavation and avoiding conventional trenching. Similar precaution as stated in the paragraph above with respect to Railway embankment is to be adopted for pipe jacking operation also. Proper precaution, technology and methods are to be followed for the pipes to be placed on the bracings connecting pile supports at LLWL in

Page 66: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

the Jetty area. It is also necessary to adopt proper methodology for constuction of piles on the river bed for construction of the non berthing jetty. The work components are briefly detailed below. For other details Drawing RITES/KOL/KMC/MA-ER GHAT/Pump-Jetty/01/09. Sheets 1 to 5 lept at Section 6 may be referred to. (i) Pump House - Design and Construction of Civil

Engineering Works. (ii) Pump House - Design, Procurement and Installation/

Construction of Mechanical & Electrical Plant, Equipment and Instrumentation items. Design, procurement and Installation of Delivery pipes and Manifold pipe with Valves and Flow Meter

(iii) R.C. Casing pipes - Design manufacture and placing in

position below Embankment of Circular Railway by Pipe Jacking method.

(iv) Jetty - Design and Construction of River Jetty on R.C.C piles with bracing arrangement for carrying suction pipes upto river bed for drawal of water.

(v) Suction Pipes - Procurement and laying in position after

welding joints and painting inside and outside of Suction Pipe of 914 mm O.D. by insertion through RCC Casing pipes and on the jetty till terminating at bell mouth in Hoogly river.

The Contractor’s obligation is to complete all the items of work relating to Civil Engineering and Electro-Mechanical fields within the Contract Cost and period. The Pump House and the related infrastructure facilities and the work of laying of suction pipes, Delivery pipes and Manifold pipes. should be completed by the Contractor an a Tumkey basis and handed over to the Employer as a perfectly working Pump House. The Contractor will be responsible for maintenance and operation of the Pumping System

Page 67: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

4

for one year and to hand over to the Employer after the operational period. The Employer reserves his right to change the Pump house construction area and pipe laying route in the bank and river bed to suit the site conditions, amend the scope of work, delete / amend any length, and replace any length without thus incurring any liability on the Employer. 1.3 Background information of the project Kolkata is the capital of the State of West Bengal situated on the banks of River Hooghly having perennial source of surface water. Kolkata Metropolitan Area is also one of the largest urban conglomerations of the country with a population of 14.72 million (2001 census) and a density of 7950 persons per Sq. Km. Kolkata, one of the largest metropolis of India has, since its founding more than 300 years ago, undergone ribbon development along the two banks of River Hooghly. Kolkata metropolitan area largely covers 3 Municipal Corporations and several urban local bodies within an area of 1851.41 Sq. Km.

The Kolkata Metropolitan Area (KMA) is primarily being serviced by two sources for its water supply.

(a) surface water from the perennial river of Hooghly; and (b) ground water sources Out of these two sources, the water from river Hooghly is being treated and supplied to Kolkata and other limited areas of KMA through treatment plants.

Kolkata Municipal Corporation (KMC) is one of the oldest Corporations in India. In KMC area the per capita water supply level is quite good.

To meet the demand of potable water supply to Eastern Kolkata Region, a water supply scheme has been planned by the Kolkata Municipal Corporation. KMC has proposed to lift the water from the river through an intake structure situated at a point near MA-ER Ghat (Baghbazar) and transport the same through 1321 mm O.D. Rising Main to the water treatment plant proposed at Dhapa, for the purpose of supply of drinking water to the eastern side of Kolkata. 1.4 DETAILED SCOPE OF WORK

Page 68: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

5

Detailed Scope of Work covered by the five components listed in Para 1.2 above are given below. As a large number of items of work will be required to be carried out well below existing ground and in the riverbanks, Geotechnical investigations by way of three Bore Holes, each taken to about 38.0M below G.L., have been carried out. Sketch showing the locations of these Bore Holes (Two in Pump House area and one in Jetty area), Bore Hole Log Data Sheets for all the three Bores and a sheet on generalised sub-soil profile are in the Annexure at the end of this section. The Project involves items of work some in the river bed, some below the ground level and some above the ground level. For proper appreciation of the Detailed Scope of work, a chart is given below showing the Relative Levels of Salient items. For this purpose Rail level of Circular Railway, at a point opposite the site for proposed Pump House has been reckoned as RL (+) 100.00.

REDUCED LEVELS OF SALIENT ITEMS

(DATUM RL 100.00 Rail Level of Circular Railway)

Rail Level 100.00

Formation Level of Track 99.362

Ground level at Pump House site 99.362

HHWL (Highest High Water Level of Hoogly River) 97.162

LLWL (Lowest Low Water Level of Hoogly River) 89.602

Level of Centre of Suction Pipe 89.145

Level of top of Low level Working Pile 88.088

Level of top of High level working pile including pile cap

99.162

Level of top of Fender Pile 99.162

Level of top of RCC catway 99.312

Level of top of Steel catway 90.102

Level of Bottom of Bell Mouth 86.402

Level of top of big screen around bell mouths 91.102

Level of bottom of big screen around bell mouths

85.202

1.4.1 Pump House – Design & Construction of Civil Engineering Works

Page 69: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

6

a) The Pump House is essentially meant for housing 4 Nos. of closed coupled, single stage, single shaft, single entry, double volute and double suction Centrifugal pumps each of capacity 3800 Cum. per hour to be connected on suction side to Suction pipe of 914 mm outer dia leading to Hooghly river and on delivery side to a common manifold leading to the proposed rising main 1321 mm OD to Dhapa Water Treatment Plant. The work on rising Main is being carried out under a different contract. The Suction Pipes leading to the river are to be laid at such a level that they just remain immersed in water even when Hoogly river is at LLWL (Lowest Low Water Level). At the proposed location of the Pump House, the ground level is about 10.00M above LLWL. Hence the main Pump House has to be constructed with a basement floor about 12.00M deep below G.L. and has to be of size sufficiently large to accommodate all the four Pumps with connected Electric Motors and the related electro mechanical equipments. The four pumps will be installed with a centre to centre distance of 7 metres between Suction Pipes of adjacent Pumps and 21 metres between Suction pipes of outer most pumps. The pump house floor would be covered by a raised MS chequered plate (8 O/ P minimum) supported on grids of structural beam and short supports from pump hose floor (raft) at about 3.1 Mtr above, relevant drawings no RITES / KOL / KMC / MA-ERGHAT / PUMP_JETTY/01/09; sheet- 3of 6 supplied with section – 6 may be reffered.The Pump House has also to have proper arrangement for lifting the pump, motors etc for periodical maintenance. This will call for construction of an upper floor over the basement floor with EOT cranes moving on Gantry rails resting on Gantry Girders supported on columns rising from Basement level. For support services an Annex Building is to be provided with a Ground and First Floor. The Ground Floor will accommodate rooms for Control Panel, HT Bus Bars, Transformers, Batteries and for CESC. The first floor will accommodate office room and restroom with a Toilet block. b) The tentative proposal as shown in Drg. Sheet No.4 of 5 envisages the

following: i) Pump House room of an area of about 386 sqm with a

Basement floor and an upper floor. ii) Annex building with an area of about 230 sqm. each in Ground

Floor and First Floor. iii) Construction of Pump Room should be limited to maximum 8 M

above ground level. c) The Design of Pump House will call for special attention with regard to

side support for the earth for the construction of the Basement floor to

Page 70: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

7

a depth of about 12M below G.L. Also the design of base Raft Slab will also need to be carefully done as it will be subjected to superimposed load of pumps, motors and superstructure dead and live load from the upper floor. Simultaneously, the base raft will be subjected to an

d) The pump house floor would be covered by a raised MS chequered plate (8 O/ P minimum) supported on grids of structural /RCC beam and short supports from pum hose floor (Raft). The MS chequered plate platoform top level will be at the same level of machinery foundation block over which pump will be mounted to accommodate cooling and gland sealing water flow from pump as well as from out source, relevant drawings supplied with section – 6 may be reffered.

upward hydraulic thrust as the floor may be as much as about 11.0M below HHWL (Highest High Flood Level) of River Hoogly. Tentative proposal of the Employer as shown in Sheet 4 of 6is to support the base raft by 102 Nos. of 500mm dia RC piles taken to 40 metres below basement raft slab bottom. The design shows that the piles are required mainly to counteract the hydraulic pressure, by the friction between the outer surface of piles and the soil around. e) Pump House at basement level would be with forced ventilation. The

Pump House has to be designed to accommodate the control system for pumps and motors, lighting and airconditioning.

f) Boundary wall with gates and a security room as well as a Goomty will be required to be provided in the Pump House area.

g) Any discharge from Toilets or Sewage either from Pump House or Annex building into the river is strictly prohibited and should be avoided.

1.4.2 Pump House – Design, Procurement and Installation / Construction of Mechanical & Electrical Plant, Equipment and Instrumentation items

The details of the Electro Mechanical Plant, Equipment and other related items have been described in Section 5 of Technical Specifications and in Schedule III of Commercial Bid (BOQ) document. The main items will be four pumps each capable of output of 3800 Cum. per hour and connected Electric Motors. Detailed specifications have been given for all the Plants, Equipments etc. Electrical services including ventilation, airconditioning and Lighting will also be

required to be carried out. All the four pumps shall be of Double volute Type. Single volute type pumps are not acceptable.

Page 71: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

8

Design, Procurement and installation of Delivery Pipes and Manifold Pipe with Valves and Flow Meter The pumps outlet end will be connected to the Delivery pipe of dia as recommended by the Pump manufacturer. All the four Delivery Pipes will be connected to a Manifold pipe of outer diameter 1626 mm to be made available free of cost by the Employer at any of their depots situated

within 50 km of site of work. The Manifold will be connected to the Rising Main of 1321mm O.D. leading to Dhapa WTP. The Delivery Pipes and manifold pipe will be provided with Valves of different types and a flow meter as shown in Drg. Sheet Nos.4 & 5. Delivery pipes of Dia as stipulated by the Pump Manufacturer but subject to minimum outer dia of 914 mm and thickness 10 mm (Minimum) to the same Metallurgical specification as suction pipes of OD 914 mm. All delivery pipes and manifold pipe whether laid inside or outside the pump house, will be painted inside and outside and have their joints welded. However Suction Pipes laid on the Jetty on cradles on bracings will be provided with flanged joints. All pipes will be given cathodic protection.

In each of four delivery pipes in the stretch between the pump and the manifold pipe, one actuator valve, one non-return valve and one sluice gate wall will be provided to suit the diameter of the delivery pipe. The “Butter fly Valve” shall be of 900 mm dia and Electrically controlled with actuator of ROTORK or AWMA Engg. Make. The Non-return valve shall be of 900mm dia with Hydraulic shock absorber. The Sluice Gate Valve shall be of dia 900mm. All Valves shall otherwise conform to the Technical Specifications at Annexure K of Section 5. In the manifold pipe, there will be one sluice gate valve, two air valves and one flow meter with no butter fly valve, all to suit the pipe of outer diameter 1626 mm. The Sluice Gate Valve (Not in the scope of Bidder) shall be of dia 1300mm. Air Valves shall be of dia 300mm (12”) of Kinetic type IS Marked full bore electromagnetic type Water flow Meter shall be complete with all fittings with display of Electro magnetic supported with PLC & SCADA System (Crohne Marshall make or any other make subject to approval of the Employer) All the valves and water Flow Meter shall otherwise conform to the Technical Specifications at Annexure K of Section 5.

Page 72: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

9

1.4.3 RC Casing Pipes – Design, manufacture and placing in position under embankment of Circular Railway by Pipe Jacking Method

All suction pipes and manifold pipe whether laid inside or outside the pump house, will be painted inside and outside and have their joints welded. However Suction Pipes laid on the Jetty on cradles on bracings will be provided with flanged joints. All pipes will be given cathodic protection. In each of four suction pipes, between the pump and wall of the Pump House on stretch towards riverside, one sluice gate valve will be provided to suit 914 mm outer diameter suction pipe. The Sluice gate valve shall be of dia 900mm as per Technical Specifications at Annexure K of Section 5.

It has been proposed to lay RCC casing pipe by pipe jacking method for a length about 40M out of which about 15M would be laid at about 10M below the ground level and at about 25M below the railway embankment at about a depth of 10M below railway formation. As per Railway requirements, the water pipes crossing below the Railway embankment have to be laid inside a Casing Pipe of an internal dia min. 500mm more than the outer dia of the Carrier Water Pipe. In this case, since the Carrier Suction Pipe is of minimum OD 914mm, the RC Casing Pipe has to be of a minimum internal dia 1414mm. Open Cut of Railway Bank for laying of the Casing Pipes will not be acceptable to the Railways as it will result in the need for a severe restriction on the movement of Rail traffic. Hence, it has been proposed to lay the RC Casing Pipes by Pipe Jacking Method for a length of about 15M at about 10.00 M below ground level and for a length about 25M at about 10.00 M below railway formation, so that it causes least disturbance to the Railway traffic. Necessary permission from concerned authority like Circular Railway etc. to be obtained by the contractor before undertaking the work of pipe jacking below railway embankment. For Pipe Jacking operation, it will be necessary to provide a Jacking Pit and a receiving pit. Since the Pump House will be with a basement floor, it can be used as a Jacking Pit with some modifications and strengthening of side walls and floor as required to take care of Jacking forces. The receiving Pit has to be provided on the bank of Hoogly river. It has to be specially designed considering the need to have minimum adverse effect on rail traffic and to take care of the hydraulic pressure with the Hoogly river touching HHWL. The receiving pit floor will have to be well below LLWL at which the suction pipes are proposed to be laid.

Page 73: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

10

The Suction Pipe will be supported on high-density polyethelene spacers at suitable intervals with the annular space at both ends of RC Casing pipe plugged with Cement Concrete. 1.4.4 Jetty : Design and Construction of River Jetty on RC Piles with

bracing arrangement for carrying Suction Pipes upto river bed for drawal of water.

a) The hydrological investigations carried out by Kolkata Port Trust on

behalf of KMC has shown that the Suction Pipes will have to be taken for a distance of about 35 Metres from Hoogly river high banks. The Suction Pipes will be laid just immersed at LLWL of the river. The suction pipes 914mm outer dia will have to be supported by a suitable structure founded on the river. This is proposed to be achieved by Construction of a jetty with 35 nos. working piles of 1000 mm dia each taken to 40 metres below its Ground level and protected by a 12mm thick mild steel plate Liner or Casing from the pile top level to a level of 12 metres below its Ground level. 26 out of 35 piles will have their top level at about LLWL as their function is to support the Suction Pipes. 9 Piles will however be taken to above HHWL to facilitate provision of a RC catway above HHWL for inspection purposes. In addition to 35 working piles there will be 21 Fender piles of 1000mm dia with their top at above HHWL with the function to protect the jetty from straying marine vessels. The piles will be braced by steel sections. These bracings will be provided with steel cradles to support the Suction Pipes which will be held in position through mild steel straps. The suction pipes will end in bell mouths with bottom at about 3.20M below LLWL after taking a vertical bend at end of the jetty.

b) For inspection purposes, there will be a 3 metre wide RCC Catway at 2 Metre above HHWL jutting into the river for about 28 metres length. Another RCC walkway 4.0 M wide will also extend along the river for a length of 17 metres will be supported by High Level RCC Piles. There will also be a low level 1.0M wide steel catway at just above LLWL connecting the bell mouths of the four suction pipes for a length of about 29 metres. This catway will be given access from the RCC high level catway by two steel catladders 0.60m wide. For inspection purposes there will also be two more low level steel catways 1.00 M wide at just above LLWL Jutting into the river from river bank for a length of about 28 Metres. All the low level steel catways will be supported on bracings interconnecting the RCC piles or on Low Level RCC Piles.

Page 74: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

11

c) To protect the suction pipe Bell mouths from being clogged by floating

materials, each Bell mouth at end of the suction pipe will be protected by a screen. In addition there will be a screen box encompassing all the four bell mouths with top and sides covered leaving only the bottom open. The screen box will have the top at about 1.50 Metres above LLWL and the bottom at about 1.20 Metre below the Bell Mouth bottom level.

d) General lighting of the area will have to be arranged. The jetty should

be lighted during the hours of the darkness.

e) Any temporary construction and/or major require for

commissioning/construction of the intake structure shall have to be removed by the contractor at their own cost in totality and no part of the material or barier will be allowed to retained within the river other than the proposed intake structure being permitted to his actual location.

f) The Bell Mouth at the jetty should be protected by fender piles.

g) During the construction of intake jetty, the existing facilities of KoPT should not be disturbed/damaged and in case any damage occurs, the same has to be repaired to its original condition at the cost of contractor under KMC/KoPT’s supervision. h) The projection of the jetty in the river should be limited to 38 M from the bank. i) The height of the deck slab of the jetty should be minimum 2 M above highest high flood level. j) There should not be any construction above the deck slab of the jetty in the river other than hand railing, light post and fittings. 1.4.5 Suction Pipes – Procurement and laying in position after welding of

joints and painting inside and outside of Suction Pipes of 914mm OD inserted through RC Casing Pipes and on the jetty till terminating at bell mouths

a) Four suction pipes of 914mm OD with inter spacing of 7 metres

between adjacent pairs will be laid just immersed at LLWL and run from the pumps upto the bell mouth end about 3.20M below LLWL. The

Page 75: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

12

pipes will run for a short length upto the Pump House wall from where they will be housed in RC Casing Pipes pipe by pipe jacking method for a length about 40M out of which about 15M would be laid at about 10M below the ground level and about 25M below the railway embankment at about a depth of 10M below railway formation. After this, they will be laid supported on the bracings connecting the RC piles of the jetty for a length of about 32 Metres till they take a vertical bend and end in bell mouths.

b) Before laying in position, the pipes in lengths 7.50M to 13.0M will have their joints welded circumferentially outside. Where required to suit site condition, some pipes may have to be cut into smaller lengths. If pipe ends are arranged with outside bevels they will be butt welded outside. If the pipes are with plain ends, sleeve joints will be provided with fillet welds outside. The pipes will be given surface preparation and given paint coating as under (i) Interior – Primer and two coats of Food grade quality epoxy paint of a minimum dry film thickness of 600 microns (ii) External – one coat of Polyurethane primer followed by two coats of PU Paint totally with minimum dry film thickness of 2000 micron. All the pipes should be cathodically protected.

c) The welded and painted pipes will be inserted inside the RC Casing Pipes with their centres matching. The annular space between the RC Casing Pipe and the Mild Steel Carrier Suction Pipe will be filled with grout of Cement Mortar 1:2. On the length over the jetty, the Suction Pipes will be supported on the Cradles fixed to the bracings connecting the RC Piles. To prevent the Suction Pipes from moving out of their position, they will be held in position in the Cradles by mild steel straps.

1.4.6 Geo-technical data have been given in the Annexure -I at the end of this Section. These details have also been given only for general guidance. It shall be obligatory for the Bidders to carry out geo-technical and other investigations as considered necessary by them and satisfy themselves of the adequacy of data on soil conditions, problems in dealing with utilities etc. They shall ensure that the methods and equipments they propose to use are in accordance with the geotechnical and other requirements pertaining to the site. The Employer shall not be responsible for any modifications in the type of equipment necessitated due to different site conditions met with during execution of the work and it shall be the contractor’s sole responsibility to ensure adoption of suitable methodology and deployment of proper equipment for the work.

Page 76: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

13

The Bidder shall, on his own accord, collect information about likely geotechnical conditions at the site. The Bidder shall not solely depend on his current knowledge of the sites or the information currently available regarding the ground condition, physical obstructions likely to be met with and geological , geotechnical and soil investigation (river bed)data on soils of the area. Any change noted at Execution stage will be an element of risk which the Bidder should provide for. The Bidder shall be wholly and fully responsible for any consequential expenses arising as a result of the risk he assumes. He shall not resort to any compensation claim under the contract for differing ground condition that he may encounter as a result of assuming the risk. The extent and scope of the applicant’s geological , geotechnical and soil investigation for the work of Construction of Pump House, Pipe Jacking and Construction of Jetty would depend on the design of the system that he proposes to use in the project. The Bidder shall therefore carry out the necessary hydrological, geological, geotechnical and soil investigation and testing to determine compressive and tensile strength, abrasivity, mineral composition, scour of the river etc. of the soil likely to be encountered. These tests shall be as deemed necessary, based on the methodology he proposes to adopt and the equipment he proposes to deploy. 1.5 Location of the Work

Ma- er ghat (Baghbazar) river bank and its adjoining river bed up to 50 Mtr from bank.

1.6 Time of Completion (a) Time limit for completing the work under this Contract is 18(Eighteen

Months)) Months from the date of issue of Letter of Acceptance and this will include the intervening monsoon periods.

(b) It is to be clearly and definitely understood by the Contractor that

Time is the essence of Contract and the period for completion of the project will be an important factor in the selection of the successful Bidder. The whole of the Works comprised in the Contract must be fully completed, tested and handed over to the user department of the Employer within the period specified above.

Page 77: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

14

PART 2 PERFORMANCE REQUIREMENTS AND SITE RESTRICTIONS –

DESIGN, MANUFACTURE AND SUPPLY OF RCC CASING PIPE AND LAYING BY

PIPE JACKING METHOD

2.1 Design Life For the purpose of designing the RCC Casing Pipes, the design life shall be 100 years. The materials incorporated in the works and the workmanship shall be of required quality to sustain the specified life span. 2.2 Level and alignment of the Casing Pipes The pipes shall be installed in place, true to line and level. The top of inside of 914mm OD Mild Steel Suction Pipe shall be at LLWL. The maximum tolerance allowable in the displacement of the centerline of the laid pipe from the design centerline is 100 mm in the horizontal plane and 50 mm in the vertical plane are cumulative for each stretch. 2.3 Limits on ground settlement and upheaval The trenchless technology method adopted by the Contractor shall be such that the initial surface settlement measured directly above the front face of the shield or boring equipment during the jacking / boring operations does not exceed 15 mm and the maximum surface settlement after the tail voids are grouted shall not exceed 25 mm. The upheaval should also be restricted to a maximum of 25mm. However, for the sections of pipeline crossing below the railway track the Contractor shall be required to incorporate in his jacking method measures to arrest the expected settlements so as to safeguard the integrity of the rail surface. The Contractor shall ensure that the traffic flow along the railway is not affected in any way as a consequence of his work. 2.4 Limitation on ground area for and surrounding the Jacking Pit & Receiving Pit Both the Pump House proposed to be used as the Jacking Pit and Receiving Pit will be situated adjacent to the Railway track and a flowing tidal river Hoogly. The contractor shall be deemed to have visited the site and carefully planned and located the shafts at convenient points so as to minimize the ground area to be occupied. The contractor shall be deemed to have allowed in his Price Bid for such site constraints and measures required, including working in the night and construction of decking over the shafts, provision of access roads for construction plant

Page 78: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

15

and machinery, measures to allow the road traffic to flow etc if applicable. He shall take the site constraints and restrictions into consideration when selecting the trenchless technology system. 2.5 Special Constraints to be kept in mind while deciding on sites for

Jacking and Receiving pits.

i) In this case of pipe jacking, the Jacking Pit and Receiving Pit are to be accommodated in the limited area of land acquired by KMC. It may be practicable to use the pump house construction area as jacking pit, once the diaphragm wall and base raft of the pump house have been constructed. The dry pit so available could be used for pipe jacking. Separate Receiving Pit has to be constructed as a temporary one. The base of both the pits will be well below LLWL of the river whereas the river may flow even at HHWL. The effect of seepage of water will hence have to be kept in mind.

ii) All care should be taken by the contractor to protect

the existing Railway embankment as well as underground and overhead utilities if any falling along the Pump house construction area and pipe-laying route in the bank and river bed.

iii) The above discussions have been made to give a clear idea about the site and requirement of work. However, it is the responsibility of the contractor to examine the site prior to participation in the bid and decide on the work procedure according to their ease. Safety aspect of the railway embankment and its allied structure has to be maintained.

PART 3 CONTRACTOR’S SUBMITTALS ON SITE INVESTIGATION, DESIGNS &

DRAWINGS AND EXECUTION OF WORKS

3.1General Information on Submittals

To ensure compliance with the requirements specified in the Contract, the contractor shall make a number of submittals as described in the following paras to the Engineer-in-Charge for approval, by the specified time limits. The contractor shall ensure that the submittals prepared are of good professional standard, comply with the requirements specified in the contract and are complete with all details and information to enable the Engineer-in-Charge to evaluate and approve the submission. It shall be

Page 79: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

16

clearly understood by the contractor that he shall not commence any work without the approval of the submittals by the Engineer-in-Charge. Approval or acceptance by the Engineer-in-Charge of any proposal for executing the Works, including drawings, specifications or resources employed under the Contract shall not relieve the Contractor of his responsibility for any errors thereon and shall not be regarded as an assumption of risk or liability by the Employer. The Contractor shall have no claim under the Contract on account of the failure or partial failure or insufficiency of any plan, method of work or equipment approved or accepted by the Engineer-in-charge. Such approval or acceptance shall be considered to mean only that the Engineer-in-charge had no objection to these proposals. Notwithstanding any approval or acceptance by the Engineer-in-charge, the Contractor shall remain fully responsible for completing the Works correct in every detail. 3.2 Submittal on geotechnical profile and soil investigation reports

covering pump house construction area, jacking route & riverbed

piles.

Geotechnical investigations at the Pump House site is of great relevance since the Pump house is to be constructed with a deep basement floor, the base of which will be subjected to heavy upward hydraulic thrust due to the Hoogly river flowing fairly nearly touching its HHWL (Highest High Flood Level). Though the RCC raft at bottom of Basement floor of the Pump House will be subject to the dead weight of slab, superstructure on top including columns, gantry girders, gantry cranes etc as well as the weight of pumps, motors etc, the upward hydraulic thrust may be more and to counteract it piles may be required to be provided below the bottom RC raft which may function also as Pile Cap. Soil tests should be carried out to assess the bearing capacity of the soil and the frictional force on the piles. The design of Diaphragm will also be dependant on the soil characteristics to be determined as mentioned in Para 8.1 of IS 9556 IS 1892 and IS 4651. The Contractor shall establish the subsurface ground conditions and their range of variability along the pipeline alignment before embarking on the Pipe Jacking works. He shall clearly identify the types of soil that are likely to be encountered during boring or jacking below the Track embankment and pipe laying route in the bank and river bed. If found necessary, he

Page 80: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

17

shall carry out simple probing at close interval and determine the types of ground to be expected during boring/jacking. He shall prepare a comprehensive geotechnical profile along the pipeline route for the stretch where Pipe Jacking is to be done, with detailed description of the types of soil or rock to be expected during boring / jacking. The soil investigations should also cover the area where the Receiving Pit is to be constructed since the design of the pit will be dependent on the soil met with. The Contractor shall also endeavor to carry out essential geotechnical investigations / soil investigation on riverbed and tests (Field as well as laboratory) immediately after award of the work for enabling him to select appropriate equipment / methods. The major element in the Construction of the River jetty is the sinking of bores for RCC piles (working and Fender). The depth below the ground level to which the piles are to be taken will be dependant to a large extent on the soil characteristics. The Contractor shall be solely responsible for geotechnical investigations / soil investigation on riverbed and the inference drawn from such investigations as well as the adequacy of the equipment and method adopted by him. 3.3 Submittal on pre-construction survey of Pump house construction

area & pipe laying route in the bank and river bed

The land required for setting up the Pump house has already been acquired by KMC. Within the land, the exact location of the Pump House and Annex building has to be decided. This has to be done keeping in mind the fact that the jetty has to be constructed in the riverbed at the location opposite to the Pump House as the other side of the Railway line. The Contractor will be required to set out and plan the actual route for the pipe laying for the stretch where Pipe Jacking is to be done, well in advance of actual work of Pipe Jacking. Trial holes / probing and other preliminary surveys must be carried out and the resulting information carefully plotted. A copy of all preliminary survey reports and the results of exploratory excavations must be supplied to the Engineer-in-charge. The contractor shall confirm or correct the contract drawings with regard to location of Pump House with Annex, alignments of all the four Suction Pipes and the jetty in the river and submit them to the Engineer-in-charge for necessary amendments and re-issue of the contract drawings for construction. Under no circumstances the contractor shall commence

Page 81: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

18

works without verifying the site conditions and obtaining the approval of the Engineer-in-charge. For convenience of construction, if the Contractor prefers changes in the contract drawings, he shall incorporate such changes in his submittals to the Engineer-in-Charge for approval. The Engineer-in-charge would evaluate and approve if the proposed changes are found to be economically, technically, and functionally acceptable. 3.4 Submittal on Design & Drawing of Pump House and Annex

The Contractor’s submittal should cover a site plan showing the Pump House and Annex, the routes for the four suction pipes to cross the Railway line through RC Casing Pipes, to be jacked through and the jetty. The plan should indicate the horizontal dimensions specially of the length of RC Casing Pipes below Railway track and the Suction Pipes laid on the jetty. The submittal will also cover the vertical levels of salient point w.r.t. Rail level of Track as the datum. This should include HHWL and LLWL of the Hoogly river, the level of base of receiving pit, Track formation level, level at which RC Casing Pipes will be installed, Ground level at the site and Pump House and the level of top of base slab of Pump House basement floor. The submittal should cover preliminary design and General arrangement Drawing of the Pump House and the Annex. In particular it should cover the designs of Diaphragm wall (Refer IS 9556) the base Raft functioning as the Pile cap along with the piles (Refer IS 2911 Pt.I Section 2) Gantry arrangements for lifting of the Pumps and Motors, the exact site arrangements for installation of the Pumps, Electric motors and the Suction Pipes leading out of the Pumps. The arrangements for drainage and pumping out seepage water if any, from the diaphragm wall shall be shown. The design of the Diaphragm wall and the base slab will depend on whether both will be kept independent of each other or cast as an integral unit. The Pros and cons of the two alternatives should be covered. If a different type of foundation is proposed for the base slab the submittal shall cover till details of design and drawings of that alternative. The Submittal should also cover the details of the RCC Columns to be provided to carry the Gantry girders for the Gantry Cranes to be installed for maintenance of the Pumps etc.

Page 82: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

19

3.5 Submittal on the methodology for Construction of Diaphragm wall

and piles

The submittal on Diaphragm wall should cover the methodology proposed to be adopted for the Construction including details of Bentonite slurry and additives proposed to be used, Trenching equipment, Slurry preparation and testing equipment, concreting equipment, Lifting devices for placement of reinforcement cage and Guide wall as well as the method of construction proposed-successive panel or Alternate panel method. The submittal on Pile Foundation should cover the details of how the work is proposed to be carried out from the Ground level with the cut off level being about 12 metres below in case of Pump House, the details of Bentonite and additives if any proposed to be used and the equipment for concreting in water. The methodology proposed for doing the Piling work in the flowing river should also be covered in the submittal. 3.6 Submittal on buried services and obstructions

The contractor shall investigate and determine the actual locations of the buried or over the ground services and physical obstructions, if any, along the pipeline route and at the chosen locations of the jacking and receiving shafts, and submit to the Employer through Engineer-in-charge service location drawings for transmission to the authorities responsible for electricity, telecom, water, pipeline, gas etc. and obtain through the Employer their approval or permission to excavate in the vicinity. The Contractor shall not interfere with the operation of any existing or proposed service or utility. He shall carefully plan the pipeline route and the locations of the shafts and shall identify the services that require diversion well ahead so as to give ample time to the authorities to divert the services or give approval to carry out the diversion by others. The Engineer-in-charge would assist the contractor in getting the approval as expeditiously as possible from the concerned authorities. If, in the opinion of the Engineer-in-charge, any services affecting the Pump house construction area and pipe laying route in the bank and river bed require temporary or permanent diversion, they shall be diverted at the cost of the Employer. Such works will be carried out by the owners of the utilities. Any consequential delays or expenditure arising from

Page 83: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

20

Contractor’s carelessness or lack of foresight on this matter shall be entirely borne by the Contractor. Advance site investigations and advising KMC through the Engineer-in-charge in time the requirements for shifting of utilities temporarily or permanently will greatly assist in timely action by the owners of utilities. The Contractor shall fully co-operate with the Engineer-in-charge and the authorities and shall have no claim for delay due to such relocation of services. The Contractor shall allow for sufficient time for getting the permissions from the authorities in his programme for execution of the works. 3.7Submittal – Sites for Jacking Pits / Receiving Pits and Site Layout

The submittal will cover the following depending on the Pipe Jacking and spoil removal system proposed. Plan showing the location of the Receiving Pit with reference to the Pump House to be used as the Jacking Pit; the basis for selecting the site; the ground area required to be set apart for receiving pit proper and ancillary facilities. The details of utilities if any, requiring to be shifted for construction of the Pump House to function as the Jacking Pit and the Receiving Pit should be listed. 3.8 Submittal on Design and Manufacture of RCC Casing Pipe Segments.

The submittals on Design and Drawing will cover the following: Procedure proposed to be adopted for the design of RCC Casing pipe including among other things.

i) Internal diameter of Casing Pipe of size adequate (inner dia atleast 500mm more than the OD of carrier pipe) to freely allow the insertion of 914 mm OD Steel Carrier Pipe

ii) Thickness of Pipe iii) Reinforcement proposed to be provided. iv) Length of Pipe segments proposed to be manufactured. v) Arrangements at jacking end of the Pipe for smooth transfer of

Jacking force. vi) Arrangements for the joints between Pipe segments to facilitate

transfer of Jacking force from one segment to the segment ahead without any lateral or vertical displacement.

vii) Arrangement in the Pipe Segment for Lubrication of outer surface of pipe to reduce the Jacking force required.

Page 84: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

21

viii) Arrangement of the Pipe segment for incorporation of intermediate Pipe Jacks, if proposed to be deployed.

3.9 Submittal on Jacking and Receiving Pits

The Submittal should cover Design and Drawings of the Jacking Pit and Receiving Pit. It is being envisaged that the diaphragm walls of the Pump House will be constructed to take the earth load and water pressure. Dry pit so available after construction of all four-side diaphragm walls would be utilized as jacking pit. Dry Pit floor would be supported on RCC piles. A RCC raft would be constructed over the piles, which will also act as a common cap of the piles. Raft so produced would be used as thrust bed for the purpose of pipe jacking. To take the Jacking force the area of thrust will through which RC Casing pipe will be jacked in, has to be suitably strengthened by extra reinforcement. Also since the RC Casing pipes will be jacked in at about LLWL of the river, special arrangements will be required to be made to prevent ingress of water through the gap between the outer surface of RC Casing pipe and the thrust wall. Once the pipe jacking operation is over the RC Casing pipe has to be laid in such a way, that water does not come inside the dry pit so that further construction work can take place to convert the dry pit floor as under ground pump house floor. The contractor may at his discretion adopt any other method for accomplishment of the work in totality subject to approval of the Engineer-in-charge.

b) General Arrangement Drawing showing Jacking Pit, Space (if

spoil evacuation system requires) for Slurry Tanks, Slurry separator plant, Control Cabin, Stores and Workshop infrastructure, Pipe Storage, Support infrastructure such as Generator / Power pack/ Lubrication mixing and injection plant, Working space for Material Trucks / Trucks for transporting Muck/ Crane etc; Arrangement for prevention of ingress of Water from outside; Arrangement such as Security fencing etc for isolating the entire area to prevent trespass by the Public. Arrangement for diversions of water courses, roads etc if applicable. Submittal should clearly indicate how the Pump House structure is proposed to be used as the Jacking Pit, what additions / alterations are proposed in the Pump House to facilitate Jacking operation and whether they are of temporary or permanent nature.

Page 85: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

22

c) Drawing showing the internal arrangements in Jacking Pits

such as Jacking frame, Jacking ring, Thrust Pressure Plate, Thrust Wall, Guide Rail assembly, Miscellaneous Pipe Jacking parts, slurry-handling arrangements (if applicable).

d) Design, Drawing showing the arrangements inside the

Receiving Pit considering the fact that the pit will be situated near the running Railway track and its bottom will be lower than LLWL of Hoogly river flowing by the side and whose level may touch HHWL.

e) Design and details of Ground Support System for Jacking Pit

and Receiving Pit.

f) Design and Drawing of Thrust Block, Back Stop or other reactions in Jacking Pit.

g) Full Calculations supporting maximum Jacking Capacity that

Jacking Pit will withstand without movement exceeding 12mm, with an appropriate factor of safety.

h) Drawing of the arrangement proposed for Launching Seal in

Jacking Pit and Exit seal in Receiving Pit. i) Design and details of Ground Water Control Plan for Jacking

and Receiving Pits. 3.10 Submittal on Pipe Jacking Equipment and System of Operation

The Submittal will cover the following: a) Details of Equipment proposed to be deployed including the number

to be deployed of Shield type equipment; System of monitoring of the steering and activation incorporating appropriate check points and hold points with the monitoring covering deviations in line and level as well as angular deflection and arrangements for rectification; Manufacturer’s Technical literature on the Pipe Jacking equipment and confirmation that the equipment is adequate to deal with the anticipated Geo-technical conditions.

b) Details of Remote Control System if proposed and the operations it will manage and the methodology for the same.

Page 86: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

23

c) Calculations on maximum allowable face pressure or slurry pressure that can be exerted at Tunnel face without fluid loss to surface, other structures or features or heave of ground.

d) Mucking system proposed and complete details of the system – whether slurry type or otherwise, arrangements till final disposal; special arrangements for disposal of muck containing Bentonite / Polymer etc.

e) Maximum calculated Jacking resistance for installing complete casing Pipe; Details of primary Jacking System including the capacity of Jacks and basis for arriving at this capacity; Relationship between hydraulic Jacking Pressure and force applied to casing pipe during Jacking; The method of limiting Jacking capacity to that of maximum capacity of RCC Casing Pipe.

f) Details of Intermediate Jacking System if proposed. g) Details of Pipe Lubrication System; Extent of over-cut; where lubrication

system is non automatic arrangement for provision of injection ports, control pumping of fluid and closing the ports when work is over.

h) Details of arrangements for grouting with Cement Mortar 1:2 the over cut or annular space between the Excavated portion and the outer surface of RCC Casing pipes.

i) Checking of Pipe Jacking Operation by Laser Guided equipment or any other suitable alternative system.

3.11 Submittal on monitoring of ground settlement and upheaval The Contractor shall monitor ground movement daily at the start of jacking operation and end of the jacking operation on that day and submit in an approved format the settlement or upheaval caused by the jacking works to the Engineer-in-charge. The proforma proposed to be adopted should be indicated. The Submittal should cover a) Surveying and monitoring plan indicating identification of locations of

settlement, monitoring points, reference Bench Marks, Survey schedules & procedure and reporting format.

b) Building and structures assessment plan indicating pre-construction and post-construction assessment for Buildings and structures located within the distance of about 15 Metres from Centre line of proposed Tunnel and Jacking & Receiving Pits. Submission of Photographs of damage to structures near the Pump house construction area & pipe laying route in the bank and river bed, before rectification and after rectification.

Page 87: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

24

3.12 Submittal on Design and Construction of Jetty

Submittal should cover the Contractor’s proposal for Construction of the jetty including the design and drawings including spacing of the working and Fender Piles and the arrangements for carrying the suction pipes and the catways for facility of inspection. The submittal should cover the following basic components of the jetty. i) Working Piles – Design, Diameter, reinforcement proposed to be provided, depth to which to be sunk and how determined, depth to which Casing or Liner is to be provided and painting of the liner. ii) Fender Piles – Same information as for working piles but with details on the impact of marine vessels for which the design has been made. iii) Bracings of piles - Design and Drawings and the proposal for attachment to Piles, Painting coats proposed. iv) Seating of Suction Pipes on bracings – Design and Drawings showing the Cradle and its attachment to the bracings and the method of seating to the pipes on the cradles including the strapping arrangements. v) RC catway on top, Design and Drawings and the arrangements for support from high level working piles. vi) Steel catway – Design and Drawings and the arrangements for

seating and fixing on bracings, painting coats proposed. vii) Steel ladder – Design and drawings and the arrangement for linking

with RC Catway on top and steel catway on bottom; Painting coats proposed.

viii) Screens at Bell Mouth area – Design and Drawings showing the screens proposed for each Bell Mouth of Suction Pipes and a combined one encompassing all the Bell Mouths; The arrangements proposed for fixing them in position and the painting coats proposed.

ix) Arrangements proposed for carrying out the Piling work in flowing water and in works to be executed below LLWL as in case of bracings connecting the Piles, screen encompassing Bell Mouths of Suction Pipes etc.

3.13 Submittal on Electro-Mechanical Plants, Equipments and related

items

The submittal should cover details of the brands and types of Pumps, motors, couplings, valves and related Electrical and instrumentation items

Page 88: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

25

that will be procured and installed; arrangements for their installation and for periodic maintenance etc. 3.14 Submittal on cathodic protection of pipes

The submittal should cover Design and Detailed Engineering for sacrificial cathodic protection system including installation, testing and commissioning. 3.15 Submittal on Safety Plan The Contractor shall be solely responsible for safety of the workmen, Engineer’s staff and third party. The contractor shall implement a comprehensive safety plan for his work, people and Engineer’s / Employer’s staff as well as Third party. Special safety measures will be required for execution of the work on basement floor of Pump House and in the Jetty where considerable part of the work has to be undertaken below water. The Safety Plan should specially address the following, depending on the system of Pipe Jacking proposed. - Air Monitoring and Monitoring for hazardous gases - Ventilation and lighting - Protection during lifting and hoisting operations for equipment and

materials - Safety provisions for shaft entry and exit including, ladders, stairs wall

ways and hoist. - Protection for shaft excavation including traffic control and prevention

of accidental or unauthorized entry - Protection against flooding - Communication System - Fire prevention and protection - Emergency procedures including evacuation plans. He shall comply with all relevant acts governing safety on construction site. He shall submit to the Engineer-in-charge the details of the arrangements he proposes to make with the fire brigade, local health authorities and the availability of medical staff, first aid equipment etc. He shall give the names and contact telephone numbers (24 hours) of the occupational health and safety personnel. Beside, he shall submit a list of safety equipment that he would provide to all the workers on site. The Contractor shall appoint a Safety Officer or Safety Engineer at all times who shall be the person responsible for all safety related matters pertaining to the contract. Name of such person shall be communicated

Page 89: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

26

along with the Submittals on safety. The contractor shall comply with the guidelines issued by any competent authority regarding safety at work site especially safety of persons working inside the new pipeline. The Contractor shall provide and maintain signboards, warning lights, beacons, barricades, lighting, fencing etc. at sites of Pump House (Jacking Pit) and Receiving Pit. 3.16Submittal on Quality Assurance / Control Plan

The Contractor shall implement a Quality Assurance Program approved by the Engineer-in-charge for the manufacture of jacking pipe and for actual installation of the pipes by Pipe Jacking method at site. QA Program will also cover the operations involved in the Pump House and Jetty particularly the Diaphragm walls and the piles with the Pile Caps both on the Pump House and in the river bed for the Jetty. No works shall commence until the Quality Assurance Plan has been approved by the Engineer-in-charge. The Contractor’s Quality Assurance System shall incorporate but not be limited to the following: (i) The Quality Assurance and Quality Control procedures covering all

materials, design, manufacture, supply and installation to be carried out by the Contractor and speicalised Agency (if applicable)

(ii) Tests necessary to demonstrate that materials and finished works comply with the requirement of Technical specifications and the requirements of the relevant Standards and Codes.

3.17 Submittal on Environmental Plan This should cover the measures proposed to be taken for environmental control specially of the following - Contamination of ground water and soil due to use (if proposed) of

Bentonite/ Polymer and other additives in Pipe Jacking operation and in work on Bored Piles.

- Effect on adjacent structures if continuous Dewatering is resorted to in construction of Pump House and Receiving Pit

- Effect on adjacent structures due to vibration. - Noise Pollution - Air Pollution due to exhaust gases from equipments / dust from pipe

jacking work, drilling for installation of Piles etc.

Page 90: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

27

3.18 Submittals on Contractor’s personnel The Contractor shall appoint for this Contract a dedicated Project Manager along with dedicated site engineers with relevant experience in construction of Pump Houses / installation of pumps, Pipe Jacking and works in flowing water of major rivers. The contractor shall note that the skill of the operators and their assistants is crucial for successful execution of work of Pipe Jacking and installation of High Capacity Pumps. The Contractor shall submit complete information on the operators proposed to be employed for such works. The contractor shall submit a list of his key site staff including their CV to the Engineer-in-charge along with the Bid. The Contractor shall submit the diagram showing the communication link within the site to Contractor’s Head Quarters along with designations and telephone numbers of key staff for the Engineer-in-charge’s record. 3.19 Submittal on Progress Report The Contractor shall furnish the Format in which he will submit Daily Report / Shift Report on the progress achieved, unnatural events such as mishaps involving works / Personnel, obstructions met with and action taken or proposed to be taken. He shall also furnish the format in which he shall submit weekly and monthly progress Reports indicating the progress achieved during the period vis-à-vis that programmed, upto date progress, programme for the next period and when upto date progress is behind Schedule, the corrective action proposed to be taken. The Submittal should indicate the Proforma proposed to be followed for submission of different types of Progress Reports.

3.20 Submittal on Programme of Work Time is the essence of the Contract and the work is to be completed within a period of 21 months from the date of issue of LOA. The Contractor shall submit his programme for complying with this requirement indicating the following: a) Descriptive Note explaining sequence of various activities including the

arrangements for taking up the work simultaneously in the Pump House area, Pipe Jacking operation area and River Jetty area.

b) Network (PERT/ CPM) Bar chart sub-activity wise.

Page 91: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

28

c) Quarterly Cash flow indicating money to be earmarked by the Employer for the progress of the Contract

d) Phased requirement of Plant and equipment to be deployed by the Contractor

e) Deployment of Technical Manpower 3.21 Schedule of Submittals

Para No.

Description Schedule of Submission

3.2 Geotechnical profile and soil investigation reports covering pump house construction area, Jacking route and river bed piles.

Within 45 days of issue of LOA.

3.3 Pre-construction survey of Pump house construction area & pipe laying route in the bank and river bed

Within 45 days of issue of LOA

3.4 Design and Drawing of Pump House and Annex

Preliminary –Along with the Bid Final – Within 45 days of issue of LOA

3.5 Methodology for construction of Diaphragm wall and piles

Along with the Bid

3.6 Buried services and obstructions Within 45 days of issue of LOA

3.7 Sites for Jacking Pits / Receiving Pits and Site Layout

Along with the Bid

3.8 Design and Manufacture of RCC Casing Pipe Segments

Along with the Bid

3.9 Jacking and Receiving Pits

Within 45 days of issue of LOA

3.10 Pipe Jacking Equipment and System of operation

Along with the Bid

3.11 Monitoring of Ground settlement and upheavel

Along with the Bid

3.12 Design and Construction of Jetty Preliminary – Along with the Bid Final : Within 45 days of issue of LOA

3.13 Electro mechanical Plants, Preliminary – Along with the

Page 92: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

29

Equipemtns and related items Bid Final : Within 45 days of issue of LOA

3.14 Cathodic protection of Pipes Along with the bid

3.15 Safety Plan Along with the bid

3.16 Quality Assurance / Control Plan Along with the bid

3.17 Environmental Plan Along with the bid

3.18 Contractor’s Personnel Along with the bid

3.19 Progress Report format (only proforma)

Along with the bid

3.20 Programme of Work Along with the bid

PART 4 PRODUCTS

4.1 Standards and Codes Except as otherwise stipulated in the Specifications at Section 5 and in the General Conditions of Contract, all materials and workmanship shall comply in all respects with requirements of specifications, codes and other standards issued by the Bureau of Indian Standards (BIS) and current at the date of bid as may be applicable to any part of the Works of this Contract. In the event of there being no relevant Indian Standard Specification, other relevant standard, specification, current at the date of bidding such as of the British Standards Institution, American Society for Testing Materials (ASTM), German Standards (DIN), Japanese Standard for Water and Sewerage (JSWAS), Standard Association of Australia (AS), or Singapore Standards (SS) and /or any other equivalent standard approved by the Engineer-in-charge shall apply. If after the date of invitation to Bid there is an amendment to a standard specification relevant to the Contract, the Engineer-in-Charge will direct whether the amendment is to apply. In the event of there being any conflict between the Specifications at Section 5, the Drawings and any Standard Specification forming part of this Contract, the Specifications shall take precedence over the drawing, GCC & Special Conditions of Contract, codes and other standards in that order of precedence.

Page 93: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

30

The works to be executed in the upper floor of the Pump House and the Annex Building are normal types of construction works and where no special technical specifications have been indicated, the works should generally be carried out as per CPWD Specifications particularly as given in the following Chapters. Chapter 2 Earth Work Chapter 3 Mortar Chapter 4 Concrete Chapter 5 Reinforced Cement Concrete It is a term of the Contract that while laying the transmission main, standard procedures as indicated in CPHEEO Manual on Water Supply and Treatment issued by the Ministry of Urban Development are to be strictly followed. 4.2 Selection of Pipe Jacking Equipment The Contractor shall be responsible for the selection of suitable Pipe Jacking equipment capable of excavating the materials that may be encountered at the sites and Jacking in the RCC Casing Pipe The contractor shall ensure that geological, geotechnical and soil investigation information he obtains or possesses for the site is adequate to accurately determine the types of soil that may be encountered during execution of the project. The contractor is deemed to have carried out at his own cost sufficient geological, geotechnical and soil investigation, investigation of the sites and testing of the soil as may be necessary to determine the requirements to be satisfied by the Pipe Tunnelling and Jacking equipment to successfully tunnel through the ground as necessary and select appropriate Pipe Jacking system.

(a) Equipped with suitable steering and guidance system that ensures easy steering control.

(b) Equipped with a suitable lubricating system arrangement (c) Ability to provide for Intermediate Jacking Stations, if needed. (d) Instrumentation to measure deviation from the designed level

and grade, rolling and pitching of the equipment, cutter torque and its percentage to the maximum torque, rpm, jacking speed, tunnel face pressure etc. preferably with a computerized data logging and printing facility.

Page 94: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

31

The jacking equipment proposed for the project shall meet the above mentioned criteria or otherwise it will not be permitted to be deployed in the project. PART 5: EXECUTION

5.1 Information for the execution of works The Contractor shall be responsible for inspecting the sites and familiarizing himself with the conditions under which the work will be performed and with all necessary details including geotechnical investigations / soil investigation and buried services location, so as to ensure orderly and successful execution of the work. It would be the sole responsibility of the contractor to dispose off the excavated soil or any other buried material in the dismantled building areas so obtained during excavation work.The omission of any details shall not relieve the Contractor of his entire responsibility for the satisfactory installation of the work in its entirety. No monetary or other claims made by the Contractor on the grounds of want of knowledge will be entertained by the Engineer-in-Charge. Plans and details of the equipment, materials and the method of construction to perform and complete the work shall be submitted by the Contractor and must be approved by the Engineer-in-charge during the Bidding stage and also during the construction stage before commencing these operations. Approval by the Engineer-in-charge shall not relieve the Contractor of his sole responsibility for the efficiency, reliability and soundness of the method employed in completing the work in a satisfactory manner. The contractor is advised that it shall be his sole responsibility to ascertain for himself the extent of work that is required to be done in site and to generally obtain his own information on all matters affecting the execution of the whole of the works involved in this contract. No claim of extras in consequence of any alleged ignorance in any aspect will be entertained by the Engineer-in-charge. 5.2 Execution of works-General The Contractor shall be fully responsible for the design and construction of the complete pump house, jetty, jacking/ launching and receiving pits, installation of jacking equipment, installation of any other equipment,

Page 95: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

32

sheeting/shoring, bracing, etc. and for the efficient execution of the work. Full details of his proposals, including details of Pump house construction, jetty, Jacking System, including jacking pit and receiving pit and intermediate jacking station, procedure for dealing with leakage specially in Pump House basement and Receiving Pit etc. shall be submitted to the Engineer-in-charge and his approval obtained before construction. However, review of the plans shall not relieve the Contractor from his responsibility to provide a safe and satisfactory arrangement. The Contractor shall be required to monitor closely the progress of work. Daily progress logs or site records shall be properly maintained in addition to any computerized data logging and shall be available to the Engineer-in-charge’s representative at all times. Such records shall be duly signed by the Contractor’s site in-charge. If the Contractor fails to maintain and produce such details before the Engineer-in-charge’s representative on site, the Engineer-in-charge’s representative may order suitable steps including suspension of the work without prejudice to any other rights of the Employer. The Contractor shall be solely responsible for such actions ordered by the Engineer-in-charge’s representative. 5.3 Location and verification of buried services The Contractor will be held solely responsible for making his own investigations of any buried services in the vicinity of the Works and to protect them from getting damaged due to his work. Contractor shall be deemed to have allowed for any extra costs in his rates for detecting all obstructions and buried services regardless of whether they are indicated on the drawings or not. It shall be the Contractor’s responsibility to intimate the Engineer-in-charge in sufficient time to facilitate the owners of utilities in taking up work of temporary diversion / support or permanent diversion. The Contractor shall take every precaution that in the opinion of the Engineer-in-charge and as advised by the owner of the utility is necessary for the protection from injury of all existing and proposed water, drain, pipeline and other pipes, electric and telephone conduits, and other existing works, roads and services wherever encountered or which are adjacent to the works, and to maintain the same until in the opinion of the Engineer –in- charge the general progress of the work renders further protection unnecessary.

Page 96: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

33

5.4 Site Investigation The Contractor’s site investigation for Pump house, jetty and Pipe Jacking area shall be critical and is perhaps the most important engineering work to be carried out before commencement of work on site. The contractor shall clearly understand the importance of establishing the subsurface ground conditions and their range of variability along the pump house construction area, jetty & pipeline route well before embarking on the actual works. There should not be any room for unforeseen ground conditions and it is absolutely necessary for the Contractor to know what is to be encountered during the work. The contractor shall be deemed to have accurately established the types of soil strata along the Pump house construction area & pipe laying route in the bank and river bed and their range to enable him to select the equipment / machines and to set-up and operate correctly. 5.5 Subsurface Investigation The subsurface investigation shall include study of all existing utilities, underground or overhead and collection of the location maps of all the services in the area from the utility companies / authorities for initial planning. Data on abandoned and existing obstruction, foundation, piles and the structures in the vicinity of the Pump house construction area and pipe laying route in the bank and river bed shall be also collected. Field survey using trial trenches may also be carried out to verify the location of the services and obstructions. Trial trenches are to be kept barricaded or filled up properly so that they do not cause danger to the pedestrian. The contractor shall be deemed to have in possession all the information and data required to accurately evaluate the subsurface conditions before commencement of any works. 5.6 Geological, Geotechnical Evaluation and soil investigation The contractor is deemed to have obtained, studied and evaluated all the geotechnical and soil investigation data for the site including any data if available with the Engineer-in-charge for the sites and made his own judgement and conclusion on the types of soils to be excavated for the Pump House and the Receiving Pit for Pipe Jacking. The Contractor must supplement this information possessed by him with appropriate geotechnical investigation prior to selection of appropriate jacking machinery for Pipe Jacking portion of work. Detailed soil investigation will

Page 97: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

34

also be necessary for design of the piles below Pump House raft and for the Jetty. The number of piles, diameter of piles and the depth to which they are to be taken will be dependant on the soil characteristics. 5.7 Bore logs Sufficient numbers of boreholes shall be taken by the Contractor, if deemed necessary, in areas where the soil strata are complex. The Contractor should submit Geotechnical profile along the route of the pipeline, the Pump House area as well as Jetty area. 5.8 Ground Water Investigation (Applicable for Pipe Jacking work) Ground water condition is one of the critical data required when selecting the Pipe Jacking system. Ground water affects the safety of the excavation face and start and exit of the jacking equipment from the shafts. Uncontrolled extraction of water from the surrounding area during excavation can affect the adjacent structures. Piezometric pressure, water leakage, ground water level etc. shall be carefully checked before and during jacking works. 5.9 Ground Stabilisation (Applicable for Pipe Jacking Works) It shall be the responsibility of the Contractor to maintain stable soil conditions at the jacking face to prevent loss of ground above the jacking operation and movement of the surrounding earth. The methods of maintaining face stability and preventing ground movement and subsidence shall be by means of fluid slurry or earth pressure applied to the tunnel face. Alternatively, unstable ground ahead of the jacking face may be stabilized by the injection of suitable chemicals. Methods which require dewatering of the ground will not be accepted, nor will methods which may lead to significant ground loss. Movement of or settlement of structures and railway track bank shall be monitored by the Contractor during the Pipe Jacking operation and reported to the Engineer-in-charge. If movement or settlement occurs, which in the opinion of the Engineer-in-charge may cause damage, the Contractor shall take immediate action to prevent further movement, settlement or damage. The Contractor shall repair at his risk and cost any damage and restore structures and railway line to the satisfaction of the Engineer-in-charge. Penalty, if any, payable to any authority or private

Page 98: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

35

owner due to damage of property would be adjusted from contractor’s Account. 5.10 Setting out The Contractor shall be deemed to have thoroughly examined the sites, the location of the buried services, availability of space for setting up the Pump House and Annexe as well as the ancillary infrastructure at Jacking / Receiving Pits, access to sites etc. and adjusted the Pump house construction area and pipe laying route in the bank and river bed as deemed necessary and obtained approval of the final Pump house construction area and pipe laying route in the bank and river bed from the Engineer-in-charge before commencement of the setting out. He shall set out and mark on the ground the proposed pipeline route and the locations of the Pump House and receiving shaft as well as the Jetty and the area they occupy, for the Engineer-in-charge’s inspection and approval. The Contractor shall be solely responsible for the accuracy of the setting out and any expenses or delays arising from errors made in the setting out shall be borne by the Contractor. Cost of any consequential work or abortive work carried out by the Contractor to rectify the errors shall be entirely borne by the Contractor. 5.11 Site Layout The working space at the site particularly of the Receiving pit is restricted and hence the site layout has to be planned carefully in advance considering its proximity to the Railway Track on one side and Hoogly river on the other. 5.12 Construction of Jacking and Receiving Shaft (Applicable to Pipe Jacking Works only)

The Unit rate quoted in the Price Bid for laying RCC Casing Pipe by Pipe Jacking shall be deemed to be inclusive of the cost of Jacking and Receiving shafts. The Contractor shall submit to the Engineer-in-charge for approval dimensioned drawings and calculations of the trench sheeting details for the shafts. Each shaft shall have a separate ladder bay for access, which shall be isolated from the part of the shaft used for hoisting materials. The shaft trenching shall be watertight and shall prevent any pressurized slurry from the tunnel face reaching the shaft, if slurry system of jacking is proposed to be adopted.

Page 99: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

36

The shaft shall be kept dry at all times and shall have a drainage sump to pump out the ingress water. The Contractor is deemed to be fully aware of the serious consequences to the jacking equipment and other accessories if the shaft is flooded. He shall take every precaution to avoid flooding in the shaft. The shaft shall be well protected against surface runoff getting into the shaft. The contractor shall be solely responsible for any consequential delays and expenditure arising as a result of flooding of the shaft. The shaft floor shall be designed to withstand the tunnel machine Jacking equipment and other accessories as well as the uplift pressure of the ground water. The Contractor shall be solely responsible for providing and subsequent removal of shoring to the shafts or pits and ensuring stability of the sides of such excavations and safety of adjoining structures. This is specially applicable for Receiving Pit. 5.13 Construction of Thrust Wall (Applicable to Pipe Jacking Works only) Thrust wall shall be designed and constructed by the contractor as per the approved details. The thrust wall shall be of reinforced concrete constructed against the wall of the jacking shaft. The Contractor shall ensure that the thrust wall is constructed as an independent structure and it shall not interfere with the jacking shaft or the floor when jacking force is applied on to it. Contractor shall indicate in his submittals the construction details of the thrust wall showing details on how the wall will be made independent of the jacking shaft structure. The contractor shall ensure that the thrust wall and the soil behind are in complete contact and there is no gap between them. The contractor shall further ensure that the thrust wall shall effectively transfer the jacking force on to the soil behind and that the ground behind is capable of withstanding the jacking force. In the event that there is a gap between the thrust wall and the soil behind, the Contractor shall arrange for the gap to be filled with approved cement grout before loading the thrust wall.

Page 100: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

37

5.14 Installation of Guide Rails (Applicable to Pipe Jacking Works only) The contractor shall design and fabricate the guide rail / jacking frame in accordance with the microtunnling equipment manufacturer’s design and install it firmly onto the floor of the jacking shaft. He shall ensure that the guide rail / jacking frame is installed to the correct grade and level and alignment. It shall be also square to the pipeline alignment at all times and not get disturbed due to forces arising from the jacking operation. He shall arrange with the Engineer-in-charge’s representative to check the level, alignment etc. of the guide rail and obtain the Engineer-in-charge’s endorsement before commencing the pipe jacking work. 5.15 Entrance and Exit Arrangement (Applicable to Pipe Jacking Works only)

One of the most critical tunnelling operations is the launching and retrieval (entry and exit) of the tunnelling machine. Often this process takes place well below the water table. In those cases, it is critical that the contractor implements adequate engineering measures including stabilization of unstable soil by grouting or other means to prevent soil and water inflows into the shaft. It is common practice to install rubber seals at the entry and exit. The seal is to prevent the flow of ground water or lubricant (used for reducing the frictional resistance) through the shield / pipe entry opening on the shaft wall. An exit ring must be provided without exception if the strata at the level of exit happens to be loose. The contractor shall plan this work well in advance and fabricate the fittings and rubber seal as per approved method. 5.16 Soil Stabilisation at the Tunnel Entry and Exit (Applicable to Pipe Jacking Works only)

In addition to the seal, it may be necessary to stabilize the soil behind the entrance wall. This is to prevent any free flow of unstable soils into the pit when opening is made for the shield to enter into the ground. Chemical grouting, cement grouting, jet grouting, ground freezing or temporary

Page 101: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

38

shoring are some methods commonly used by the Contractors to prevent the soil flow into the shaft. 5.17 Cement Grouting (Applicable to Pipe Jacking Works only) The Contractor shall be fully responsible for preventing the occurrence of voids outside the pipe and if they occur he shall fill them with cement grout. Immediately following the jacking operation the Contractor shall pressure grout the jacked section to fill all voids existing outside of the pipe. Grouting shall be from the interior of the pipe through grouting holes as specified. The grout mix shall be at least of CM 1:2. Systems of standard pipe fittings, hose, and special grouting outlets embedded in the pipe walls shall be provided by the Contractor. Care shall be taken to ensure that all parts of the system are maintained free from dirt. Grout composed of cement, sand and other approved compound and water shall be forced under pressure into the grouting connections at the invert and shall proceed until grout begins to flow from upper connections. Connections shall then be made to these holes and the operation continued to completion. Apparatus for mixing and placing grout shall be of a type approved by the Engineer-in-charge and shall be capable of mixing effectively and stirring the grout and then forcing it into the grout connections in a continuous uninterrupted flow. After grouting is completed, pressures shall be maintained by means of stop cocks, or other suitable devices until the grout has set sufficiently. After the grout is set, grout holes shall be completely filled with dense concrete etc and finished neatly without evidence of voids or projections. The instructions above will apply equally well to grouting by CM1:2 the annular space between the outer surface of Steel carrier Pipe and the inner surface of RCC Casing Pipe. 5.18 Ventilation during Construction (Applicable to Pipe Jacking Works only)

(a) General j) Pits/ shafts, tunnels and headings which require entry by Work

personnel shall at all times be kept ventilated to the standard for

Page 102: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

39

safe working and free from potentially explosive or noxious gases, dust and oxygen deficiency, whether present naturally or otherwise. ii) The Contractor shall take proper precautions to ensure that the

Works are kept in a safe and workable condition throughout. iii) Where more than one pollutant is present, the Occupational

Exposure Limit for each pollutant shall be reduced to the limit as approved.

iv) In underground workings and in confined spaces the air breathed by persons shall contain not less than 21% of oxygen by volume.

v) Smoking is forbidden in tunnels, headings, pits or shafts and all confined spaces.

b) Ventilation Systems i) The Contractor shall agree on ventilation proposals with the Engineer-

in-charge. Agreement shall not relieve the Contractor of his obligations under the Contract.

ii) Proposals shall include but not be limited to the types of fan

employed, siting arrangements where appropriate, the power supply and the fan performance data, together with duct characteristics.

iii) In forcing systems, fans shall normally be placed on the surface. iv) If booster fans are to be employed by in-line staging, they shall be of

an approved flameproof construction and a monitoring system shall be installed so that the status and condition of such fans can be monitored at all times.

v) The inlet to any surface forcing fan shall have unobstructed access to

fresh air. It shall not be in the vicinity of a storage site for oil, chemical or diesel drums. The fan shall also be sited so that it cannot draw in internal combustion engine fumes or gas from charging batteries.

vi) Provision shall be made for the fan to be run continuously whether

persons are within the underground works or not. vii) Where a fan has been stopped and restarted, the condition of the air

shall be tested before personnel enter the tunnel; If only forcing surface mounted fans are employed, the ventilation system should be restarted and run continuously ensuring that any plug of oxygen-deficient, flammable or noxious mixtures of gas are flushed

Page 103: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

40

out. Care should be taken that workmen do not encounter any of these gases on re-entry to the tunnel. The Contractor should take into account that air residence time in long drivages can be several hours and that layered gases of different densities are difficult to disperse, especially where the gradient of the tunnel changes.

viii) The outlet of the duct shall be kept as close to the face as is

practicable, but in any case not more than 10m away. ix) Where dust is being produced by the jacking system, exhaust

ventilation shall be used to extract such dust from the working area.

x) Jacking shall not continue more than 10 m from the shaft or pit

unless positive ventilation has been established.

xi) The bases of all shafts, pits and deep trenches are to be ventilated by an exhaust ventilation system. The inlet to the system shall be as close to the bottom of the workings as possible, at least to the level of the last completed pipe segment.

(c) Monitoring

i) Air monitoring equipment shall be positioned at each working face

and also within 20 m of the tunnel entrance. Monitors shall also be provided at suitable intervals along the tunnel. Monitoring equipment shall be capable of continuously monitoring the levels of explosive and noxious gases and the oxygen content. The equipment shall give both visual and audible warning of the presence of explosive or noxious gases and where the oxygen content falls below safe working levels. An immediate and effective means of communicating warnings to the surface shall be installed.

ii) At the start of every shift, each working shaft and the full length of

all tunnels shall be monitored for the presence of explosive or noxious gases or lack of oxygen. This procedure shall be carried out again approximately halfway through each shift. Should the workings be found to contain explosive or noxious gases above a safe level, or oxygen content below a safe level, all work shall stop and the Works shall be evacuated until a safe atmosphere is established.

Page 104: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

41

(d) Start-up ventilation

i) If the ventilation system is for any reason not in operation for a period greater than 2 hours, a start up procedure shall be invoked. This requires that the shaft and tunnel shall not be reentered until one complete air change in the tunnel has taken place.

ii) Persons re-entering after shut down must carry instruments to detect for the presence of dangerous gases and the sufficiency of oxygen, and these must be used continuously during re-entry.

(e) Checking and inspection i) During each shift, the following checks shall be made:

(a) The fan or fans shall be checked for heat, unusual noise and

vibration. The results shall be reported and remedial action taken if required.

(b) The ventilation ducting shall be checked for damage and the

joints checked for integrity. The results shall be reported and remedial action taken if required.

(c) The monitoring system shall be checked at both local and

remote stations and the results recorded. ii) The air flow quantities shall be checked at both the face and 20 m

from the shaft bottom on a weekly basis. These figures shall be recorded and compared with the calculated flows. Any shortfall shall be made good.

iii) The ventilation records shall be maintained and be made

available for inspection by the Engineer-in-charge.

f) Ventilation failure i) In the event of ventilation equipment failure, all personnel shall be

withdrawn from the underground workings.

Page 105: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

42

ii) In the event of ventilation equipment failure, where a Tunnel Boring Machine is in use it shall automatically be stopped and isolated until the ventilation is restored.

5.19 Lighting

i) Floodlighting on the site surface shall be adequate for the safe

operation of the site. It shall be shrouded where necessary to ensure the light is directed to areas within the site, and to avoid nuisance.

ii) Lighting in the tunnel where workers are required to work shall extend the full length and not be less than that required for safe working and access ie with Minimum illumination 25 lm / sq.mtr.

iii) An alternative source of power and emergency lighting system shall be provided to allow emergency securing operations and evacuation safely in the event of a primary power failure. An adequate number of hand lamps shall be located at key points underground.

5.20 Noise and vibration

i) The Contractor shall select and utilise methods of working and items of

plant and control in his works so as to minimise noise and vibration levels, including occupational noise and vibration exposure of the workforce, and not to -exceed maximum permitted noise and vibration levels laid down by Local Government Authorities.

ii) The adherence to any vibration levels specified by the Local Civil

Authorities does not relieve the Contractor of his obligations with respect to structural or other property damage, or his obligations under relevant Act.

iii) The Contractor shall bring to the Site and employ on the Works only

environmentally acceptable and quietly operating plant and equipment compatible with the safe and efficient construction of the Works. Equipment shall also minimise occupational noise and vibration emission.

iv) All plant shall be properly maintained and relevant service records compiled. All plant shall be provided with effective silencers and vibration dampening devices, and shall be operated according to manufacturer's recommendations in such a manner

Page 106: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

43

as to avoid causing any excessive noise emission or vibration. All plant operating on the site in intermittent use shall be shut down in the intervening periods between use.

5.21 Temporary fencing and barriers

i) Where required the Contractor shall erect and maintain throughout the construction period, temporary fencing of appropriate height taking into account where necessary the need for this fencing to act as a noise barrier around all working areas. The fencing shall be dismantled and re-erected as the progress of the Works requires.

ii) The line of the fencing shall be uniform and the exterior face of the fencing shall be treated with a durable finish. Where required, in order to prevent reflection of noise, the Contractor shall line the inside of fencing with sound absorbent material with accepted acoustic absorption properties. The material shall be fire and water-resistant.

iii) Local fencing barriers or shelters shall be erected as necessary to shield

particular activities, such as those involving the use of pneumatic or hydraulic techniques, and all stationary plant.

5.22 Disposal of Muck

It will be the responsibility of the Contractor to arrange for final disposal of the excavated muck from all areas of work site including Pump House, Pipe Jacking and Jetty either in slurry form or solid form. The muck may contain Bentonite/ Polymer/ Additives and if there is any ecological impact in disposal of such muck, the contractor shall arrange to dispose of the same taking necessary approval from the authorities concerned. The muck will be deemed to be the property of the Contractor and if there is a demand for it from any party, he can dispose it off to such parties and any income arriving will be to the credit of the Contractor. If the muck has to be disposed off for filling in any low-lying area, the Contractor will arrange for approval from the concerned authorities for such dumping. The cost of disposal of the Muck including Transport will be to Contractor’s account. 5.23 Site for Contractor’s Depot & Workshops

The Contractor will be required to set up a Depot cum Workshop at a suitable location for among other items.

Page 107: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

44

i) Stacking of 914 mm steel pipe 7.50 to 13.00M long pieces and provision of PU coating outside and Epoxy (Food Grade) coating inside for the Pipe. Stacking of RCC Casing Pipe segments.

ii) Repairs of Pipe Jacking equipment, piling equipment as found necessary. iii) Open and covered accommodation for keeping stores of varying

types. iv) Site Office for the Employer. v) Site Office for the Contractor. It will be the responsibility of the Contractor to arrange for the land as required for this purpose by approaching the owners of suitable vacant land. The Contractor shall take into consideration while working out his Price Bid the Cost of any temporary structures / sheds to be constructed, rent for land etc.

5.24 Working space on the Pump house construction area and pipe

laying route in the bank and in river bed

The Employer shall arrange to provide free of cost minimum space as required for construction along the Pump house construction area & pipe laying route in the bank and river bed. If there is any extraordinary delay in making available the required space, the Contractor will be given extension of time as found justified by the Employer. The Contractor will however not be entitled to any compensation towards idling of Labour, Plant or Machinery. 5.25 Shifting of Utilities

Shifting temporarily or permanently of underground / overhead utilities (e.g.) H.T. Electricity Cables / lines, water main, telephone cables, gas lines, sewerage lines, optical fibre cables, as well as cutting of trees, branches etc and removal of encroachment in the area required for construction will be arranged by the Employer in coordination with the Owners of Utilities. For this, the Contractor shall arrange to advise the Engineer-in-charge the requirements well in time. If there is any extraordinary delay on this account, the Contractor will be given suitable extension of time if found justified. The Contractor will not however be entitled to any compensation towards idling of Labour, Plant and Machinery.

Page 108: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

45

5.26 Permission from Government Departments. Where applicable, the Employer will assist in getting the necessary permission from Railway/ PWD/ Highways / Defence / Police and other departments for entry into their land and for execution of the work. The requirements should be advised well in time to the Engineer-in-charge to facilitate coordinating with the Departments concerned. 5.27 Damage to crops, gardens etc.

Compensation towards damage to crops, gardens, etc if any falling in the Pump house construction area and pipe laying route in the bank and river bed and affected by the work, will be to the account of the Employer though the required work for clearance of sites will be the responsibility of the Contractor. 5.28 Progress Report

a) Daily Activity Log The Contractor shall maintain a daily progress report for the works relating to construction of Pump House, Pipe Jacking, Construction of Jetty and laying of pipes and submit the same to the Engineer-in-charge. Where Pipe Jacking System utilises an Electronic data logger set up so that the required information is recorded and can be readily identified, the contractor shall submit the same and where there are errors, the same shall be explained in daily log submittal. 5.29Electricity and Water

The Contractor shall be fully responsible for making arrangements for the water and Electricity required for the construction, operation of equipments, etc. He shall enter into agreements with the concerned authorities directly. The Employer will assist by certifying that the work is being carried out on its behalf for a Public purpose. If the Contractor proposes to make his own arrangement for the source of supply of water, he will be responsible to take the approval of the authority competent to permit drawl of ground water. Where required the Contractor may set up his own generators duly complying with the relevant Electricity Regulations. The complete Electrical installations at site should conform to

Page 109: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

46

the Indian Electricity Rules 1956 and the Indian Electricity Act, 1910 read with all amendments issued upto date. 5.30Essential Conditions to be satisfied before Payment of Bills

i) The first Running Account Bill will be paid only after the following requirements are complied with by the Contractor to the satisfaction of the Engineer-in-charge. a) Signing of the Contract Agreement

b) Submission of documentary evidence on all insurance policies to be taken in terms of clauses 47.1 to 47.3 of Clauses of Contract forming part of GCC. c)Submission of necessary Test Reports / Test Certificates / Warranties for the materials procured by the Contractor as issued by the Manufacturer / by the Approved laboratories. d)Technical literature on Pipe Jacking and related equipments.

ii) The Final Bill will be paid only after the following requirements are complied with to the satisfaction of the Engineer-in-charge.

a) Completion of all works as per the Scope of Work laid down with satisfactory performance under Installation of Permanent Cathodic Protection.

b) Submission of Test Reports on Cathodic protection c) Certificate from the Engineer-in-charge on vacation of the work

site made available by the Employer d) Copies of Insurance Policies to cover upto the end of stipulated

Maintenance Period in terms of Clause 47.1 of Clauses of Contract.

e) Handing over of the works after clearing the work site of all debris etc to the satisfaction of Engineer in charge.

PART 6 PERIOD OF MAINTENANCE / DEFECT LIABILITY PERIOD

As per Clause 17 of Clauses of Contract in GCC applicable to this work, the period of Maintenance/ Defect Liability Period for this work shall be 12 (twelve) months from the date of issue of final Completion Certificate or till the final bill has been passed whichever is later. In case the above requirement of Maintenance/ Defect Liability Period for this work does not match with the original equipment Manufacturer’s warranty, it would be the responsibility of the contractor to indemnify the requirement of

Page 110: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

47

Maintenance/ Defect Liability Period of 12 Months from the date of issue of final completion certificate for this work. PART 7 ITEMS TO BE COVERED BY RATES QUOTED BY THE CONTRACTOR

The rates entered in the accepted Schedule of Rates of the Contract are intended to provide for works duly and properly completed in accordance with the General Conditions of Contract, Special Conditions of Contract, Specifications and Drawings together with such enlargements, extensions, diminution, reductions, alterations or additions as may be ordered in terms of Clause 12 of the Contract and without prejudice to the generality thereof shall be deemed to include and cover superintendence and labour, supply of all materials (except 1321mm dia Carrier Steel Pipes for full length of alignment to be supplied free by the Employer) full freight of materials, stores, patterns, profiles moulds, fittings, centering, scaffolding, shoring props, timber, machinery, brackets, tackle, rods, pegs posts, tools and all apparatus and plant required on the works except such tools, plant or materials as may be specified in the Contract to be supplied to the contractor by the Employer, the erection, maintenance and removal of all temporary works and buildings, all watching, lighting, bailing, pumping and draining all, prevention of or compensation for trespass, all barriers and arrangements for safety of the public or of employees during the execution of works, all sanitary and medical arrangements for labour camps as may be prescribed by the Employer, the setting of all work and of the Construction, repairs and upkeep of all centre lines, bench marks and level pegs thereon, site clearance, all taxes (except Service Tax), duties, royalties, rent and compensation to owners for surface damage or taxes and impositions payable to local authorities in respect of land, structures and all material supplied for the works or other duties or expenses for which the Contractor may become liable or may be put to under any provision of law for the purpose of or in connection with the execution of the contract and all such other incidental charges or contingencies as may have been specially provided for in the specifications. Cost of permanent diversion of utilities will however be borne by Kolkata Municipal Corporation with such works arranged to be carried out by the owners of the utilities. Kolkata Municipal Corporation will also arrange for clearing the encroachments and eviction of encroachers as required to facilitate execution of the work. KMC will pay to the Railway Authorities the charges levied for approval of drawings or design as well as for supervision of the Pipe Jacking work under the Railway embankment.

Page 111: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

48

KMC will also deposit the charges levied by CESC for HT connection at site. KMC will also bear the customs charges for Electric Motors where only imported brands have been approved. Service Tax on Works Contract will be reimbursed to the Contractor based on proof of payment, if it is legally leviable.

Page 112: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

Section - 4

SCHEDULES – A TO F

Page 113: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

SECTION 4

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached with Financial

Bid)

SCHEDULE ‘B’ – NIL

SCHEDULE ‘C’ – Refer clause 34 of Clauses of Contract.

Tools and plants to be hired to the contractor.

S.No Description Hire charges per day Place of Issue

1 2 3 4

-NIL -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

-NIL -

SCHEDULE ‘E’ - Refer Clause 10CC of Clauses of Contract

Schedule of component of Cement, Steel, Machinery and Machine Tools, Fuel, Labour etc. for price escalation.

CLAUSE 10 CC (Not applicable)

SCHEDULE ‘F’

Refer to General Conditions of Contract

Name of Work ; CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR FOR DHAPA WATER TREATMENT PLANT UNDER KOLKATA MUNICIPAL CORPORATION

Page 114: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

Estimated cost of work Rs. 39.72Crores

Earnest money: Rs. 39.72 Lakhs

Performance Guarantee (Ref. Clause 1):- 5% of Tendered value.

Security Deposit: (Refer clause 1A):- 5% of Tendered value

NOTICE INVITING TENDER AND INSTRUCTION TO TENDERERS Officer inviting tender:- Director General (Water

Supply), Kolkata Municipal Corporation

CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer:- KOLKATA MUNICIPAL CORPORATION

2(v) Engineer-in-Charge :- DIRECTOR GENERAL (WATER SUPPLY) 2(vii) Accepting Authority :- KOLKATA MUNICIPAL

CORPORATION AUTHORITY 2(ix) Percentage on cost of materials and labour to 15% cover all overheads and profits. 2(x) Standard Schedule of Rates Applicable and current West

Bengal PWD Schedule of Rates & market analysis for bought out items.

CLAUSES OF CONTRACT Clause 1 (i) Time allowed for submission of Performance Guarantee from the date of issue of Letter of Acceptance 21 days.

Page 115: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

4

(ii) Maximum allowable extension

beyond the period provided in (i) above 10 days.

Clause 2 Authority for fixing compensation under clause 2 Director General (W.S.) Clause 2A Whether Clause 2A shall be YES Applicable Clause 5 i)Time allowed for execution of work 18 months from the date of Issue of LOA (Letter of Acceptance). Incentive

will however be Payable only if the work is completed within

21 months from the date of issue of LOA being the Schedule Date of Completion.

TABLE OF MILESTONE(S)

S.No Description of Milestone (Financial)

Time allowed in days (from date of

start)

Amt.to be withheld in case of non

achievement of milestone

1 15%(cumulative) of the work done with respect to quoted cost / tendered amount.

5.00 Months

2 35%(cumulative) of the work done with respect to quoted cost / tendered amount.

9.00Months

In the event of not achieving the stipulated progress as observed at site, 0.20 % of the Tendered Value of work will be withheld for failure of each milestone.

Page 116: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

5

3 75%(cumulative) of the work done with respect to quoted cost / tendered amount.

13.50 Months

4 100%(cumulative) of the work done with respect

to quoted cost / tendered amount.

Full 18 Months

Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Rs 1 Crore payment for being eligible to interim payment Clause 10 B Whether Clause 10 B(ii) to (vi) applicable Only Mobilisation Advance

Under Clause 10B (ii) read with provisions relating to it under Clauses 10B (iv), (v) and (vi) will be applicable. Plant and Machinery Advance under Clause 10B (iii) will not be applicable.

Clause 10 CC Clause 10 CC to be applicable in Contract with stipulated period of Clause 10CC Not applicable completion exceeding the periodin this Contract shown opposite Clause 11 Specifications to be followed for execution of work:-

Technical Specifications (Section No.5) For items not covered by these Technical Specifications CPWD Specifications 1996

Page 117: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

6

(Vol.I to VI) and Revised Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works. CPWD General Specifications for Electrical Works (Internal -2005, External -1994, Lifts and Escalators-2003, HVAC-2004, Sub Stations-2007, DG Sets-2006, Wet Riser and Sprinkler System -2006), all with up to date Corrections.

Clause 12 CLAUSES 12.2, 12.3 & 12.5 Deviation Limits beyond which Clauses 12.2, 12.3 & 12.5 will apply.

BOQ Schedule

Item covered by Schedule in brief

Whether itemwise rate or Lumpsum Rate

Deviation limit upto which quoted rate will apply

I Pump House & Annex – Civil Engineering Works

Lumpsum Not applicable being Lumpsum rate

II Pump House & Annex – Electrical and Mechanical Items

-do - -do-

III RCC Casing Pipes – Pipe Jacking work

Lump Sum rate per metre of Pipe Jacking done

+ 50% over the length of pipe

Jacking indicated in

BOQ

IV Jetty Construction Lump Sum Not applicable being Lump Sum rate

V Suction Pipes – Lump Sum rate + 50% over the

Page 118: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

7

Laying per Metre of Pipe laying in RCC

Casing Pipe and on Jetty

length of pipes to be laid under each category, as indicated in

BOQ

Clause 16 Competent Authority for Director General (W.S.), deciding reduced ratesKolkata Municipal Corporation Clause 18 List of mandatory machinery, (Note:- No.of sets of tools & plants to be deployed Machinery etc. to be by the Contractor at site:- adequate to complete the work in 21 months)

i)Pipe Jacking Machines and Equipments capable of laying Pipes of External dia minimum 1.50 metres ii) Road Cranes capable of handling construction equipment, plant and machineries, materials & 914 mm O.D.Steel Pipes for laying on the bracings of river Jetty iii) Equipment for welding of joints of 914 mm outside dia steel pipe joint. iv) Piling Equipment for piling work including Barge mounted crane, rigs, tackles, equipment etc for piling work in the river

Clause 25Engineer in Charge Director General (Water Supply), Kolkata Municipal Corporation Appellate Authority Municipal Commissioner, Kolkata Municipal Corporation

Page 119: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

8

Appointing Authority :- Mayor, Kolkata Municipal Corporation on behalf of Kolkata Municipal Corporation Authority Clause 36 (i) Minimum Qualifications & Experience required for Principal Technical Representative

(a) Project Manager Graduate: Engineer with 15

years experience with Minimum experience of five years in Management of work involving installation of 0.5 MGH pump in HT connection / off shore water retaining structure/ pipe laying

(b) Deputy Project Manager : Graduate with 10 years

experience or Recognized Diploma Holder with 15 years experience. Minimum experience of three years in Management / Operation of work involving under ground pump house construction / pipe laying.

c) Discipline to which the Principal Technical Represen- tative should belong:- Civil/Elect./Mech.

Clause 42 i)(a) Schedule/statement for Not applicable determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD

Page 120: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

9

ii) Variations permissible on theoretical

Quantities a) Cement for works with estimated Cost put to tender not more than Rs.5 lakhs for works with estimated cost put to tender more than Not applicable Rs.5 lakhs b) Bitumen for All Works

c) Steel Reinforcement and structural steel sections for each diameter,

section and category d) All other materials

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made from the Contractor.

Sl. No.

Description of Item

Excess beyond permissible variation

Less use beyond the permissible variation

1 Cement

2 Steel reinforcement

3 Structural Sections

4 Bitumen issued free

5 Bitumen issued at stipulated fixed price

- NOT APPLICABLE -

Clause 46 Whether Clause 46.10 shall be applicable:- No Whether Clause 46.11.1A shall be applicable:- No Whether Clause 46.13A shall be applicable:- No Clause 46.17 City of Jurisdiction of Court :- KOLKATA

Page 121: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

10

Clause 47.2.1 Sum for which Third Party Rs.5.00 Lakhs per occurrence Insurance to be obtained. with the number of occurrences limited to four. Clause 55 Whether clause 55 shall be applicable.:- No If yes, time allowed for completion Does not arise. of sample floor/unit.:-

Page 122: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

1

SECTION No.5

TECHNICAL SPECIFICATIONS

Page 123: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

2

SECTION No.5

TECHNICAL SPECIFICATIONS

CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER

GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT

1.0 SCOPE OF WORK

1.1General

The Employer (Kolkata Municipal Corporation) has proposed to lift

and transport raw water from Hoogly river to the Water Treatment Plant at Dhapa for the purpose of augmenting drinking Water Supply in Eastern part of Kolkata. It has been proposed to develop the required Infrastructure for this purpose at Ma-Er Ghat by way of a Jetty and Pump House with necessary pipe line arrangements for drawing water from the river and pumping it on the proposed Rising Main for Ma-Er Ghat to Dhapa WTP. Based on the detailed site and hydrological investigations carried out by Kolkata Port Trust, it has been proposed to have the jetty constructed at a location just upstream of Bagh Bazar Railway Station. For siting the Pump House suitable area has been arranged on the other side of Track, opposite the site for proposed Jetty. Circular Railway is passing in between the sites for the proposed jetty and Pump House. This will require special arrangements to be made for the suction pipes laid on the jetty to cross below the Railway embankment to reach the Pump House. The system shall be designed and constructed commissioned as per relevant Indian Standards. 1.2 Levels

Details of salient river levels and ground levels are given below all with respect to Rail level of Circular Railway at the site. Rail level has been assumed as RL 100.00 and levels of salient items have been determined with reference to this Datum. Full details of R.L. of all salient items forming part of this Project have been given in Para 1.4 of Section No.3 Special Conditions. R.Ls. of important items have been given below.

Page 124: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

3

i) Highest High Water Level of Hoogly river (HHWL) 97.162 ii) Lowest Low Water Level of Hoogly River (LLWL) 89.602 iii) Circular Railway Rail Level100.000 iv) Ground Level at proposed site of Pump 99.362 House v) Level of Centre of Suction Pipe 89.145 vi) Level of Bottom of Bell Mouth of Suction Pipe on the river 86.402 The Mild Steel Suction Pipes of 914mm outer dia (4 nos. one for each of the 4 Pumps) will be laid with top of inside at LLWL so as to ensure that at all times the suction pipes will be below water level. 1.3 Break up of proposed Infrastructure facilities in brief

i) Pump House capable of housing 4 Electrically operated Pumps Each pump will be capable of delivering 3800 Cum of water per Hour and with 2 pumps always in operation. The Pump House will comprise of two parts, one with Basement floor for housing the pumps with an upper Floor above and an Annex with Ground and first floor. ii) Mechanical and Electrical Plants, Equipments and related instrumentation items:- These are to be provided in the Pump House and include four pumps with Electric Motors and associated items with facilities for periodic maintenance. The Pumps will be closed coupled, single stage, single shaft, single entry, double suction centrifugal type, to be used to lift water from Hoogly river. Basically the Pumps will be of positive suction type. However for ease of maintenance impeller eye would be higher by 1 metre above LLWL. For this reason, priming arrangement is to be made to charge the suction end fully prior to start of the impeller. The suction pipe leading to the pumps from the river bed will be of dia 914mm OD with the inside top of pipe at LLWL RL 89.602. Thus the centre line of Suction pipe will be at RL 89.145. Four suction pipes will be running parallel to each other with inter spacing of 7 metres between adjacent pipes and 21 Metres between the outer most pipes. iii) Arrangements for the four suction pipes (Mild Steel of outer dia 914mm) one for each pump to cross below the existing Circular Railway embankment and normal ground with least interruption of Railway traffic:- This is proposed to be achieved by insertion of RCC Casing Pipes for a length of about 40 metres out of which except a small length inside pump house balance pipe of about 15 M to be jacked at a depth about 10M below normal ground and about 25 M across the Railway bank at a depth

Page 125: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

4

about 10 M from railway embankment, so that the suction pipes can be inserted later through the casing pipes. The length of casing pipes to be inserted has been assessed as approximately 40 metres. This length may vary to some extent depending on the exact location of Pump House to be utilized as Jacking Pit and the location of Receiving Pit. The Casing Pipes will have to be inserted at a depth of about 10 Metres below the Track formation level. During the jacking/laying of RCC casing pipe and M.S carrier pipe, the existing facilities of KoPT should not be disturbed/damaged and in case any damage occurs, the same has to be repaired to its original condition at the cost of contractor under KMC/KoPT’s supervision. iv) Jetty supported on RCC Bored Piles with Fender RCC piles to protect the structure from impact of marine vessels:. The Jetty has been proposed to be constructed with the arrangements for carrying the suction pipes on steel bracings connecting the RCC piles, till the pipes end up with bell mouth arrangement below LLWL. It is anticipated that the Suction Pipes to be laid on the jetty structure may extend for an approximate length of 35 metres horizontally ending with a 90o Bend and a Bell Mouth. The Bell Mouth at the jetty should be protected by fender piles and the jetty should be lighted during the hours of the darkness. This length may vary to some extent depending on the final design of jetty. Arrangements have also been proposed for provision of RCC catway at above HHWL and a Steel catway connecting the four suction pipes at LLWL. Vertical steel ladder arrangements will be connecting top RCC catway and bottom steel catway. In addition, two steel catways have been proposed at just above LLWL from the river bank jutting into the river. The top and bottom catways are for facility of periodic maintenance of the Suction pipes and the Jetty structure. The projection of the jetty in the river should be limited to 38 M from the bank. The height of the deck slab of the jetty should be minimum 2 M above highest high flood level. There should not be any construction above the deck slab of the jetty in the river other than hand railing, light post and fittings. Any temporary construction and/or major require for commissioning/construction of the intake structure shal have to be removed by the contractor at their own cost in totality and no part of the material or barier will be allowed to retained within the river other than the proposed intake structure being permitted to his actual location. During the construction of intake jetty, the existing facilities of KoPT should not be disturbed/damaged and in case any damage occurs, the same has to be repaired to its original condition at the cost of contractor under KMC/KoPT’s supervision.

Page 126: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

5

v) Laying of the four Suction Pipes welded at joints from the inlet end of the pumps till they end up at the Bell mouths on the river. Except for a short length inside the Pump House, the pipes will be inserted through RCC Casing pipes laid by Pipe Jacking method for a length of about 15 metres at a depth about 10M below normal ground and about 25 M below the Railway embankment and then on the steel cross bracings across RCC piles for a length of about 35 metres upto the Bell Mouth ends. Necessary permission from concerned authority like Circular Railway etc. to be obtained by the contractor before undertaking the work of pipe jacking below railway embankment. On the outlet end of the pumps, suitable Delivery pipe will be provided for each pump with all four Delivery pipes connected to a Manifold pipe which in turn will be connected to the Rising Main from Ma-Er Ghat to Dhapa. The pipe arrangement at both inlet and outlet sides of pumps will be provided with Valves, flow meter etc. During the jacking/laying of RCC casing pipe and M.S carrier pipe, the existing facilities of KoPT should not be disturbed/damaged and in case any damage occurs, the same has to be repaired to its original condition at the cost of contractor under KMC/KoPT’s supervision. 1.4 Tentative proposals

The arrangements proposed have been broadly shown in Drawing No.RITES/KOL/KMC/ MA-ERGHAT / PUMP- JETTY / 01/09 Sheet Nos. 1 to 6 copies of which have been kept in a separate folder under Section 6. The proposals indicated in the Drawings and described in the subsequent paras are based on a Preliminary Design and are for only guidance of the Tenderers and not based on a detailed design. They are to indicate broadly the functional requirements and the Specifications to be complied with. It will be upto the Tenderer to adopt the design / scheme as made out by the Employer and develop it further or make his own design / scheme but ensuring that the functional requirement and the specifications listed are complied with. The rates to be quoted by the Tenderer should be as per the design / scheme chosen by him. 1.5 Bid Prices to be quoted by the Tenderers

1.5.1 (1) Schedule I of Commercial Bid Pump House Civil Engineering Works – For Design and Construction of Pump House and Annexe the Tenderers are to quote the Lump Sum rates with periodic payment based on stages of progress. The proposals shown in

Page 127: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

6

Drawings listed in Para 1.4 are for the guidance of the Tenderers who can either adopt the scheme shown therein or come up with their own alternative scheme. The work is to be designed and constructed to comply with the stipulations on functional requirements and Technical Specifications described in Para 2 below. For further details, instructions under Schedule I in BOQ (Commercial Bid) may be referred to. iii) Schedule II of Commercial Bid Mechanical and Electrical Plant and Equipemnt and related Instrumentation items:- The Tenderers should quote itemized rates for the identified items in Schedule II and a total Lump Sum rate for all such items. The Lump Sum rate should also cover other items not listed but considered necessary by the Tenderer. Such additional items should be listed in the Tender by the Tenderer. In Para 3 below detailed Technical Specifications on the items to be covered by the Schedule have been given along with the relevant details for Design and installation of items covered. For further details including Stage payments, instructions under Schedule II of BOQ (Commercial Bid) may be referred to. Delivery Pipes and Manifold Pipes: The Tenderer should quote a Lumpsum rate for Delivery Pipes, Manifold Pipe and connected Valves and Meters. The requirements have been explained in Para 3 below. Further details may be seen in Schedule III of BOQ (Commercial Bid) which also deals with Stage Payment. iii) Schedule III of Commercial Bid Design, manufacturers and placing in position below the Railway Embankment through Pipe Jacking System RC Casing pipes: - The Tenderers will be required to quote the rates on a lump sum basis per metre. The periodic stage payment will be made based on length of Casing Pipe inserted below the Embankment. The detailed requirements to be complied with have been indicated in Para 4 below. Schedule III of BOQ (Commercial Bid) may be referred to for further details. iv) Schedule IV of Commercial Bid Design and construction of Jetty along with the arrangements for fixing the Suction Pipes and for periodic maintenance of the pipes: The Tenderers are to quote a Lump Sum Price. Periodic stage payments will be made based on progress of different components of the work. The proposals

Page 128: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

7

shown in Drawings listed in Para 1.4 are for the guidance of the Tenderers can either adopt the scheme shown therein or come up with their own alternative scheme. The Jetty is to be designed and constructed to comply with the stipulations on functional requirements and Technical Specifications described in Para 5 below. For further details, instructions under Schedule IV of BOQ (Commercial Bid) may be referred to. v) Schedule V of Commercial Bid Procurement and laying of Suction pipes: The Tenderers are required to quote Lumpsum per Metre Rate for Suction Pipe lengths to be inserted inside RCC Casing Pipe and for the lengths to be laid on the jetty. Periodic payments will be made based on stages of progress by way of length completed. The work is to be executed as per the stipulations and Technical Specifications detailed in Para 6 below. For further details Schedule V of BOQ (Commercial Bid) may be referred to. 2)DETAILED SCOPE OF WORK – PUMP HOUSE CIVIL ENGINEERIGN WORKS –

DESIGN AND CONSTRUCTION (SCHEDULE I)

2.1 The Scheme developed as per the Preliminary Design made by the

Employer is indicated in Site Plan Sheet Nos. 1 to 6and details in Sheet 4 of 6 of Drawings listed in Para 1.4 above. As mentioned in that Para, the Tenderer may come up with any acceptable design but ensuring that the requirements indicated in subparas below are complied with and quote his Lumpsum rate under Schedule I of Commercial Bid.

2.2 Extracts from the provisions in CPHEEO Manual “Water Supply and Treatment” issued by the Ministry of Urban Development on the subject of “Pumping Station and Machines” and the facilities to be catered for are given below for guidance.

“Para 11.1Requirements

iv) Providing Space, equipments and facilities for

(c ) Control Panel (d) Bays for loading and unloading (e) Overhauling, repairs and maintenance of pumps and all other equipment (f) Head-room and material handling facility (g) Ventilation

Page 129: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

8

(h) Lighting (i) Safety from fire (j) Railings, ladders and passages for safe and efficient movement of people

(k) Office and administrative area including room for lockers, dress change and utilities for sanitary and hygienic needs of the working staff.

11.4Space Requirement and Layout planning of Pumping System

a) Sufficient space should be available in the pump house to locate the pump, motor, valves, pipings, control panels and cable trays in a rational manner with easy access and with sufficient space around each equipment for the maintenance and repairs. The minimum space between two adjoining pumps or motors should be 0.6m for small and medium units and 1m for large units.

b) Space for the control panels should be planned as pet the Indian

Electricity (I.E.) Rules. As per these:

i) a clear space of not less than 915mm in width shall be provided in front of the switch board,

In case of large panels, a draw out space for the circuit breakers may exceed 915mm. In such cases the recommendations of the manufacturers should be followed.

ii) If there are any attachments or bare connections at the

back of the switch board, the space, if any behind the switch-board shall be either less than 230mm or more than 750mm in width measured from the farthest part of any attachment or conductor.

iii) If the switch board exceeds 760mm in width, there shall be a passage-way from either end of the switch-board clear to a height of 1830mm.

c) A service bay should be provided in the station with such space that

the largest equipment can be accommodated there for overhauling and repairs.

d) A ramp or a loading and unloading bay should be provided. In large instllations the floors should be so planned that all pipings and

Page 130: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

9

valves can be laid on the lower floor and the upper floor should permit free movement.

e) Head room and material handling tackle. i) In the case of vertical pumps with hollow shaft motors, the

clearance should be adequate to lift he motor clear off the face of the coupling and also carry the motor to the service bay without interference with any other apparatus. The clearance should also be adequate to dismantle and lift the largest column assembly.

ii) In the case of horizontal pumps (or vertical pumps with solid shaft motors) the head room should permit transport of the motor above the other apparatus with adequate clearance.

iii) The mounting level of the lifting tackle should be decided considering the above need and the need of the head room for the maintenance and repair of the lifting tackle itself.

iv) The traverse of the lifting tackle should cover all bays and all apparatus.

v) The rated capacity of the lifting tackle should be adequate for the maximum weight to be handled at any time.

11.5 Installation of Pumps

a) The foundation should be sufficiently substantial to absorb vibrations and to form a permanent, rigid support for the base plates.

b) The capacity of the soil and of the supporting structure should be adequate to withstand the entire load of the foundation and the dynamic load of the machinery. As mentioned in Clauses 6.2.2 and 6.2.3 of IS 2974 (Pt.IV) 1979 the total load of the pump and foundation should include the following

i) Constructional load ii) Three times the weight of the pump iii) Two times the total weight of the motor iv) Weight of water in the column pipe v) Half of the weight of the unsupported pipe connected

to the pump flange”

2.3 With the proposal to have the Suction pipes of OD 914mm remaining immersed in water even at LLWL of the river Hoogly (Reduced level (89.602 based on Rail Level of 100.00 as given in Para 1.2), the

Page 131: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

10

centerline of the Suction Pipes will be at approximately Level 89.145M. The ground level at the site proposed for Pump House is 99.362M. Thus the centre of Suction Pipes of the pumps will be at a depth of approximately 10.2M below Ground level. Depending on the design of the Pumps, the base of the pumps will be at a still lower level. Considering the thickness of bottom RCC raft on which the pumps will be installed, the open excavation to be done for the Pump House will be of considerable depth below Ground Level. Further with Hoogly being a Tidal river with HHWL rising upto RL 97.162 (refer Para 1.2 above) the base RC Raft of the Pump House on which the Pumps will be installed, will be subjected to a heavy upward hydraulic pressure, particularly since the Pump House will be sited on the bank of the river. The main Pump House part of the building will have to be in a deep basement floor on which the Pumps and Motors can be installed. The pump house floor would be covered by a raised MS chequered plate (8 O/ P minimum) supported on grids of structural /RCC beam and short supports from pum hose floor (Raft). The MS chequered plate platoform top level will be at the same level of machinery foundation block over which pump will be mounted to accommodate cooling and gland sealing water flow from pump as well as from out source, relevant drawings no RITES / KOL / KMC / MA-ERGHAT / PUMP_JETTY/01/09; sheet- 3of 6 supplied with section – 6 may be reffered. Facilities will have to be developed for periodic maintenance of the four heavy pumps and Motors by way of provision of electrically operated overhead cranes to lift the parts to the upper floor above the Basement floor and take out at Ground Level. An Annexe building with a Ground and First Floor will also be required to be developed for auxiliary supporting activities.

2.4 The proposal as developed and indicated in the Drawings listed in Para 1.4 above is as under:

Main Pump House

i) Construction of Pump Room should be limited to maximum 8 M above ground level.

ii)Basement floor room of size (internal) 33.00M x 12.20M for housing 4 pumps of capacity 3800 Cum. Per Hour each. The pump house floor would be covered by a raised MS chequered plate (8 O/ P minimum) supported on grids of structural /RCC beam and short supports from pum hose floor (Raft). The MS chequered plate platoform top level will be at the same level of machinery foundation block over which pump will be mounted to accommodate cooling and gland sealing water flow from pump as well as from out source, relevant drawings no RITES / KOL / KMC /

Page 132: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

11

MA-ERGHAT / PUMP_JETTY/01/09; sheet- 3of 6 supplied with section – 6 may be reffered.One floor above the Basement floor and above Ground Level to facilitate provision of lifting arrangements by way of EOT Cranes for periodic maintenance of pumps and associated equipment. This will include RCC Columns founded on base RCC raft Slab with brackets to support the Gantry beams with Gantry Rails for EOT Cranes of capacity 10T and 5T. iii) E.O.T. crane facility by way of One of 10.0 Tonnes and another

of 5.0 Tonnes will have to be provided, from one end to other end (length wise) of basement area, to facilitate easy movement of the pumps, motor etc. moving inside and outside the pump house for installation and repairing purposes and for entry and exit of the material. An opening with rolling shutter facility will be there at one side of the building, for direct loading and unloading from the E.O.T. crane. The EOT crane will run on a set of girders resting on steel fabricated bracket fitted with RCC coloumn of area of 300mm X 600mm at a varying spacing of 2.00 mtr to 2.5 Mtr to be constructed (as shown in the drawing no. RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 / 09. Sheet 2 of 5) from pump house floor level to 7.10 mtr above GL to finally support pump house roof. There will be walkways (1.5 Mtr wide) inside pump house at ground level to facilitate movement from one end to the other end of basement portion from annex building or from outside the pump house at ground level, and another walkway (1.5 Mtr wide) would be at 4.0m height from floor of pump house for easy access to each of the pump (4 nos.) for maintenance or working purpose. To get down from one walk way to the other and from the annex building as well as walkways to pump house floor structural steel staircase is to be provided as per drawing no. RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 / 09. Sheet 2 of 5; There will be sufficient number of fixed glass windows at the sides of Basement portion above G.L. Exhaust fans and arrangement for providing fresh air through duct is to be provided inside the basement portion.

iv) To facilitate the construction of the basement floor involving substantial quantity of excavation of earthwork below ground level with a flowing river nearby, it has been proposed to confine the basement area by Diaphragm walls 1 metre thick taken to a sufficient depth below the proposed bottom of RC raft of Basement floor. The Diaphragm walls, as proposed, have not been designed as a structural member forming the

Page 133: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

12

side walls of Basement floor. The Diaphragm walls are for only taking side thrust of earth. RC screen walls of minimum 300mm thickness will be cast with a gap of 400mm between Diaphragm wall and screen wall. This gap will facilitate collection of seepage water if any, from the diaphragm which can be led into sump pits and pumped out. This will facilitate keeping the Basement floor on which the pumps will be installed in a dry condition. The RCC Screen walls (long walls and short walls) will be cast monolithic with the bottom RCC raft. The diaphragm walls will be free from bottom raft slab. Diaphragm walls and screen walls will remain connected in between by cut portions of struts provided between opposite diaphragm walls to facilitate Earthwork in excavation for Basement floor. The basement floor raft slab of about 700mm thickness will also act as the pile cap with the top of piles projecting inside by min. 50mm. The RCC base raft slab has been proposed to rest on 102 RCC bored piles of dia 500mm taken down to 25M below slab level. These friction piles are meant essentially to counteract the upward thrust on basement raft slab due to hydraulic pressure when the river is in HHWL of RL 97.162 M. The bottom of raft slab may be about 2 metres below the Centre of Suction pipe. Thus the bottom of raft slab itself will be subjected on upward hydraulic thrust of about 10 Metres when the river is at HHWL. Though there will be some relief against upward hydraulic thrust due to weight of pumps, motors etc. as well as load of superstructure column and Gantry Girders, EOT Cranes etc these will materialize only at a later stage and hence when the RCC raft slab cum pile cap is cast, there will be max. upward hydraulic thrust.

Annex Building

h) This will be a conventional Double storeyed building with a Ground

and First floor with a stair case arrangement. Ground floor block of size approx. 19.40M and 12.20M will house Control Panel room. HT Bus bar room, battery room, room for CESC and two transformer rooms. The first floor will accommodate rest room, office room and Toilet block. Any discharge from Toilets or Sewage either from Pump House or Annex building into the river is strictly prohibited and should be avoided.

Page 134: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

13

Miscellaneous items to be covered in Schedule I

This will include a brick masonry boundary wall 2 metre high with Concrete Pillars alround the area replacing existing fencing along with 2 gates for vehicles and 1 for staff entrance. There will be a room for Security Staff and a Ghoomty at farther corner. Approach roads and Surface drains as required will have to be provided. Broad details are shown in Drg. Sheet No.1 of 6. 2.4 .1 Other Minimum requirements of Pump House and Annex Building

Note: The items below are excluding the major works of Diaphragm wall, Screen Wall, Bottom raft and pile foundation detailed above. Specifications to be followed will be CPWD and in the absence relevant IS Codes or Engineer’s instructions in that order. Flooring:

a) Inside the pump house at the floors for pumps and motors

50mm thick cement concrete heavy duty flooring with ironite concrete hardener topping over a layer of 35mm thick cement concrete 1:2:4 and top layer of 15mm thick of metallic cement hardener consisting of mix 1:2 including finishing and submerged curing for 16 days complete.

b) Annexe Building i) At utility area, service area (except toilet) – 20 mm to 25 mm thick

kota stone slab or equivalent as approved by Engineer-in-charge set in cement mortar (1:4) including leveling course with the same as required in floor including pointing in cement mortar (1:2) with admixture of pigment matching the stone shade, including grinding and polishing.

ii) 1st floor or top floor of utility service area – Dongry marble flooring iii) For toilet & passage at GF & FF – Ceramic tile flooring.

2.4.2 Skirting / Dado / Lining:

a) At the pump house floor area – IPS skirting with metallic hardener of 150 mm height.

Page 135: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

14

b) At ground floor of utility area – 20 mm thick well polished kota stone or equivalent as approved by the Engineer-in-charge, of 150 mm height.

c) At 1st floor – top floor of utility area – skirting with Dongry marble 150 mm height.

d) At the toilet & passage – 1500 mm high ceramic tile dado.

2.4.3. Roof water proofing with polythene membrane based, including surface cleaning, plaster for bending and screed concrete etc.

2.4.4. Doors

a) Wood work in door and window frame fitted and fixed complete including a protective coat of painting at the contact surface of the frame.

b) In the ground floor 35 mm thick shutters with 19 mm thick panel – champ, hallak, sisu, badam.

c) In the 1st floor 35 mm thick shutters with 19 mm thick panel – 1st class best Indian teak.

d) At the toilet area PVC door frame and PVC door shutter of approved quality & shade.

e) At the control panel room – Aluminum door with felt 6 mm glass, both side laminated with novapan board of 9 mm. Aluminum sheet thickness is 1.5 mm. White anodized door size 1981 mm X 915 mm. Push and pull handle 1 pair, lock 1 no., glass & board, fixed with taper clip & rubber and providing floor spring heavy duty.

f) At control panel room fully glazed aluminum wall paneling made of 50 mm X 25 mm double glazing aluminum bar, taper clip, both side laminated 9 mm thick novapan board. 6 mm glass, 38 mm X 38 mm angel. White anodized aluminum bar of thickness 1.5 mm.

g) Rolling Shutter – 1 no. 4 m X 3 m at the entrance of pump house. 2 nos. 3 m X 8 m for CESC room & transformer room.

2.4.5. Windows:

a) At pump house fixed type steel windows as per IS sizes with horizontal glazing bars – river side - 18 nos., opposite side – 18 nos., entrance side (north) – 02 nos.

b) For annex building openable 2 track natural white aluminium sliding window – at GF – 02 nos, FF – 06 nos.

Page 136: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

15

c) For annex building at toilet block – glazed aluminium louvered window.

d) For stair block at annex building - e) MS or WI ornamental grill of approved design, joints continuously

welded with MS, WI flats and bars for windows, railings etc. fitted with necessary screws and lugs. Grill weighing above 10 kg/sq m and upto 16kg/sq m.

f) Ventilators – river side – 11 nos, opposite side (east) – 11 nos., entrance side (north) – 04 nos., control panel side (south) – 04 nos.

g) Fixed type ventilators as per IS sizes with horizontal glazing bars of height limited to 580 mm.

h) CI cowl type ventilators with mosquito net 150 mm dia.

2.4.6. Sanitary & Plumbing:

a) White vitreous china best quality approved make wash basin (450 mm X 350 mm size) with CI brackets on 75 mm X 75 mm wooden blocks, CP waste fittings of 32 mm dia, one approved quality brass CP pillar cock of 15 mm dia, CP chain with rubber plug of 300 mm dia, approved quality PVC waste pipe with CP nut 32 mm dia, 900 mm long approved quality PVC connection pipe with heavy brass CP nut including painting the brackets with two coats of approved paint.

b) E.P.W.C. in white glazed vitreous chinaware with Plastic (hallow type) black seat cover of approved make.

c) 10 liter P.V.C. low-down cistern conforming to IS specification d) Flat back urinal (half stall in urinal) in white glazed vitreous

chinaware of approved make fitted in position over 75 mm X 75 mm X 75 mm wooden blocks.

e) CP urinal flush pipe. f) Porcelain partition wall of approved make to size of 618 mm X 310

mm. g) Best quality Indian mirror 5.5 mm thick with silvering as per ISI

specifications supported on fiber frame glass frame of approved colour, frame size 550 mm X 400 mm.

h) Tooth brush and tumbler holder of approved make of size 140 mm X 65 mm (porcelain).

i) Towel rail with two brackets. j) Porcelain toilet paper holder of approved make with wooden

spindle as necessary, with roll type size 250 mm x 125 mm. k) Deluxe (heavy type) CP bib cock / stop cock (15mm) of approved

make.

Page 137: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

16

l) 3 nos P.V.C. water storage tank (2000 lit capacity of each) of approved quality with closed top with lid (Black) – multilayer. Equivallent (6000 lits) capacity semi / under ground reservoir (RCC wall of minimum 150mm thk with top slab of min 150mm, while base slab would be minimum of 200 mm thk) to be constructed. Necessary arrangement to be made to pump ( 1 working + 1 stand by) water from this semi /under ground resorvoir to OH tank, required pumps, motor, couplings and all other mountings and accessories etc to be supplied erected and commissioned up to the satisfaction of engineer incharge. Prior approval of broad specification to be obtained by the contractor prior to purchase primemovers.

m) Chromium plated shower rose (20 mm X 150 mm). n) 15 mm dia medium duty GI pipes of TATA and two coats of

painting with approved paint in any position above ground. o) 150 mm dia external CI down pipes. p) 32 mm double acting lift and lever operated force pump of

approved make. q) Bathroom shelf of size 580 mm X 150 mm (porcelain).

2.4.7. Cement washing including cleaning and smoothening surface thoroughly (cement to be used @15kg/100 sq m of surface for one coat & 25kg/100 sq m of surface for two coats). One coat at the external surface of the ground floor.

2.4.8. Oil bound distemper (synthetic) to interior wall ceiling with a coat of

priming including cleaning and smoothening surface (two coats).

2.4.9. Protective & decorative textured exterior high class matt finish, composed of special thermoplastic resin consisting fine crystalline additives to be applied over a coat of cement based paint in ground floor in two coats on new cement plaster surface.

2.4.10. Pumping house road – 4.0 m wide concrete block pavement with 0.5 m wide shoulder on either side.

2.4.11. PVC water stopper 230 mm X 5 mm thick for construction joints. 2.4.12. 150 mm external dia CI down rain water pipes. 2.4.13. Garland drains – 200 mm X 300 mm (minimum) deep around

building in 250 thick brick work laid over 100 thick PCC (1:3:6).

Page 138: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

17

2.4.14. Painting of any approved shade with best quality zinc reach epoxy primer (one coat) followed by two coats of enamel of approved make and brand including surface preparation by sand / sort blasting.

2.5 ALTERNATIVE DESIGNS

2.5.1 The Drawings listed in Para 1.4 are for general guidance of the

Tenderers. If the Tenderer can come up with an alternative economical design, he can give the details and offer his rates accordingly. It may be mentioned that the drawings in Section 6 are based on a preliminary design and even if they are proposed to be adopted, the Tenderers should make out the detailed design and modify the drawings as required. For this purpose the Tenderer may inspect the site and collect the site details specially the geo-technical data. In case the Tenderer desires to adopt an alternative design the same may be made out based on the site details collected. Whatever be the design proposed to be adopted, the detailed designs and drawings will have to be got approved by the Engineer-in-charge before taking up the work.

2.5.2 Some of the areas where there is scope for alternative design are on design of diaphragm wall and RC raft on bottom with Pile foundation. In the case of Diaphragm wall, it may be possible to provide permanent RCC struts at different levels connecting the two long walls. It will however have to be ensured that they don’t interfere with the free utilization of EOT Cranes for periodic maintenance of Pumps and associated equipments.

As regards the bottom raft, it has been proposed with a thickness of 700mm with this Raft cum Pile cap resting on 102 RCC bored piles of dia 500mm. It may be possible to reduce the number of piles by having a heavier raft and / or by casting the raft monolithic with the diaphragm walls. The uplift pressure will be maximum at the initial stage before the upper floor is completed and the pumps installed with all arrangement for lifting them by use of EOT Crane resting on gantry girders supported on brackets of RC columns. Any temporary arrangement for preloading may also be considered. If depth of piles required is not large, the possibility of adopting underreamed piles with bulbs to increase friction force can be considered. These are only suggestions and the Tenderers may consider if any alternative innovative but economical scheme can be developed for adoption.

Page 139: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

18

2.6 TENDERER’S LUMPSUM RATE

While quoting the lumpsum rate, the Tenderers should provide for among other items the following: a) Site investigation including Topographic and geotechnical ones as well as Hydrological / Hydraulic Survey as required. b) Preparation of Detailed Design and Drawings for obtaining the approval of Engineer-in-charge. Requirements as indicated in earlier subparas should be kept in mind. c) Cost of all items of work as per approved drawing including all materials, labour, plant and equipment and incidental charges such as supervision etc. The Employer will not be supplying any materials. Cost of temporary or permanent shifting of utilities, if any, will be however be to the account of KMC. d) Cost of all safety measures to ensure that during construction, safety of traffic on Circular Railway and of adjacent private structures if any is not Jeopardised. This is particularly relevant with the Earthwork in excavation to be taken to substantial depth below Ground Level. e) Following special requirements should be kept in mind. i) Only Fusion bonded Epoxy coated reinforcing bars as per IS 13620- 1993 should be used in RCC work. ii) Since the main portion of Pump House will be in Basement, suitable admixture to make the concrete impervious to the maximum extent possible should be mixed with Concrete. iii) Special care has to be exercised in ensuring that there is minimum leakage of water through the Diaphragm walls and proper drainage arrangements provided to ensure that the basement floor is kept dry. Joints where unavoidable may be closed by providing sealing compound of impermeable ductile materials as required to provide a water tight seal by adhesion to the concrete throughout the range of joint movement. iv) Piles for supporting the bottom raft have to be bored from the existing ground level. Bottom slab acting as raft foundation as well as Pile cap should be cast with the top of piles projecting inside by min. 50mm. v) During construction of diaphragm wall, speed restriction may be required to be imposed for which the exact requirements should be advised well in time for the Engineer-in-charge to liaise with Railway authorities.

Page 140: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

19

vi) All structural steel should be pointed with one Priming Coat and Two final coats of corrosion resisting Polyurethane paint considering the fact the pump house will be located near a flowing river. vii) Based on chemical analysis of soil and subsoil water, if any special type of cement or admixture to cement is required to be used, the same should be done. For concrete, water cement ratio should be judiciously chosen since imperviousness of concrete is an important factor in the construction of the underground structures. viii) If Raft at base of Pump House is proposed to be supported by RC Bored piles, tests on piles will be required to be carried out at no extra cost as per Technical Specification at ANNEXURE B to confirm the correctness of assumptions made in the design. 2.7 SPECIFICATIONS TO BE COMPLIED WITH

i) Diaphragm wall construction shall be done as per provisions in the Technical Specifications at ANNEXURE A. ii) Bored Pile foundations should comply with the Technical Specifications at ANNEXURE B. iii) Extracts from IS 13620-1993 on Fusion Bonded Epoxy Coated resin for reinforcing bars to be used in all RCC works are at ANNEXURE C. iv) All other works shall be carried out as per relevant CPWD Specifications. Where such Specifications do not exist, relevant IS Specifications and in their absence instructions of Engineer-in-charge should be followed. v) Wherever materials are covered by IS Specifications, only materials with IS marks should be used. Where IS Specifications do not exist, prior approval of the Engineer-in-charge should be taken before use. vi) Where Brands have been specified, the requirement shall be complied with.

Page 141: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

20

3) DETAILED SCOPE OF WORK

PUMP HOUSE – MECHANICAL & ELECTRICAL PLANTS, EQUIPMENTS AND

INSTRUMENTATION RELATED ITEMS – DESIGN PROCUREMENT AND

INSTALLATION (SCHEDULE II – PART I)

3A.1 General

Provision in the following paras of CPHEED Manual on “Water Supply and Treatment” issued by the Ministry of Urban Development should be specially kept in mind by the Tenderer. Para 11.5 Installation of Pumps Para 11.6 Commissioning Para 11.7 Operation of the Pumps Para 11.8 Maintenance of the Pumps Para 11.10 Selection of Electrical Motors Para 11.11 Starters Para 11.12 Panels Para 11.13 Cables Para 11.4 Transformer Substation Para 11.15 Maintenance & Repairs of Electrical Equipment 3A.2 Items covered by Lump SUm Rates - Schedule II Part I

Specifications for the items listed in Schedule II (PART I) of BOQ (Commercial Bid) have been given in ANNEXURE K. It may be noted that for items where specific brands have been indicated, only such brands will be accepted. 3A.3 Tenderer’s Lump Sum Rate

The Lumpsum rate to be quoted should be based on individual item rates which will be required for the purpose of Stage Payment. In addition to the items listed in Schedule II, Part I, where the Tenderer considers additional items are required, he can give itemwise rates for them also and add upto give a Lump Sum rate.

Page 142: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

21

PUMP HOUSE – DESIGN, PROCUREMENT AND INSTALLATION OF DELIVERY

PIPES AND MANIFOLD PIPE WITH VALVES AND FLOW METER (SCHEDULE II PART

II)

3B.1 Items covered by Lump Sum Rate This will include the following items for all the four Pumps a)i) Short length of Suction Pipe from the Pump upto the face of

Diaphragm wall with a Sluice Gate Valve, expansion joint and reducer/expandor pipe to connect suction line in the pump. The Suction Pipe is of mild steel of outer dia 914mm. All suction pipes whether laid inside or outside the pump house, will be painted inside and outside and have their joints welded. However Suction Pipes laid on the Jetty on cradles on bracings will be provided with flanged joints. All pipes will be given cathodic protection. In each of four suction pipes, between the pump and wall of the Pump House on stretch towards riverside, one sluice gate valve will be provided to suit 914 mm outer diameter suction pipe. The Sluice gate valve shall be of dia 900mm as per Technical Specifications at Annexure K of Section 5. The Specification for the Sluice Gate Valve is at ANNEXURE K. The Suction Pipe will be supported inside Casing Pipe by HDPE spacers with Casing Pipe ends plugged by Cement Concrete.

b) ii) Delivery Pipe from the Pump upto the Manifold Pipe. Delivery pipes of

Dia as stipulated by the Pump Manufacturer but subject to minimum outer dia of 914 mm and thickness 10 mm (Minimum) to the same Metallurgical specification as suction pipes of OD 914 mm. The Delivery Pipe will be provided with an Actuator(Butter fly) Valve, Sluice Gate Valve and Non return Valve. The material for the Delivery Pipe will be the same as for Suction Pipes. All delivery pipes whether laid inside or outside the pump house, will be painted inside and outside and have their joints welded. All pipes will be given cathodic protection. In each of four delivery pipes in the stretch between the pump and the manifold pipe, one actuator valve, one non-return valve and one sluice gate wall will be provided to suit the diameter of the delivery pipe. The “Butter fly Valve” shall be of 900 mm dia and Electrically controlled with actuator of ROTORK or AWMA Engg. Make. The Non-return valve shall be of 900mm dia with Hydraulic shock absorber. The Sluice Gate Valve shall be of dia 900mm. All Valves shall otherwise conform to the Technical Specifications at Annexure K of Section 5. The Specifications for the different types of valves are at ANNEXURE K.

Page 143: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

22

c) iii) Manifold pipe of outer diameter 1626 mm to be made available free of

cost by the Employer at any of their depots situated within 50 km of site of work. The material of the Pipe will be as same as for Suction Pipe. The manifold pipe is to be laied below ground with 1 mtr cushion, other four delivery pipes laid 1 mtr above LLWL from respective pumps to be vertically deflected and will come up to manifold pipe for connection. While designing manifold sysytem it is to be kept in mind that 3800 cu. Mtr / Hr capacity two nos. pumps will feed together the manifold system continuously. The Manifold Pipe will be provided with one Sluice Gate Valve, one flow meter and two nos air valves as per Specifications at Annexure K. The Manifold Pipe has to be connected suitably to the Rising Main to Dhapa Water Treatment Plant 1321mm OD. All manifold pipe whether laid inside or outside the pump house, will be painted inside and outside and have their joints welded. The Sluice Gate Valve shall be of dia 1300mm. Air Valves shall be of dia 300mm (12”) of Kinetic type IS Marked full bore electromagnetic type Water flow Meter shall be complete with all fittings with display of Electro magnetic supported with PLC & SCADA System (Crohne Marshall make or any other make subject to approval of the Employer) All the valves and water Flow Meter shall otherwise conform to the Technical Specifications at Annexure K of Section 5. All kind of pipe valves, mountings & accessories etc to be designed, supplied, installed and commissioned for smooth transmission of raw water.

iv) Valve Chambers and lifting arrangements as required for maintenance and operation will form a part of this Schedule. 3B.2 Tender’s Lump Sum Rate

The Rate should cover cost of all items listed above including all incidental works of Civil Engineering and Structural for Valve Chambers, lifting arrangements etc. 4) DETAILED SCOPE OF WORK

RCC Casing Pipe – Design, Manufacture and placing in position below Railway Embankment

by Pipe Jacking Method (SCHEDULE III).

4.1 General ---- Configurations

a) MS 914mm OD Pipes will be laid as Suction Pipe (4 nos. with an

interspacing between adjacent pipes of 7 metres) from the proposed Pump House upto the River bed. In the stretch from the Pump House

Page 144: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

23

upto the river bank, for a length of about 40 metres, the pipes will be crossing below the existing Embankment of Circular Railway at a depth of about 10.0 Metres below the Track Formation level. As per Railway requirements. Carrier Water pipes have to be housed in a Casing Pipe when laid below the track and the casing pipe’s internal diameter has to be minimum 500mm larger than the outer dia of Carrier Water Pipe. The Casing Pipe will be of R.C.C. to be designed by the Contractor and to be placed in position across the Railway Bank by Pipe Jacking System so as to ensure that rail traffic does not get unduly disturbed when the Casing Pipe laying work is in progress. Since one end of Carrier Suction Pipes will be the Pumps housed in the basement of the proposed Pump House, it is proposed that the Basement floor of the Pump House which has to be designed and constructed by the Contractor with RCC Diaphragm Walling and RC Raft bottom slab may be utilised as the Jacking Pit for Jacking in four Carrier Suction Pipes across Railway Bank. After the pipe Jacking operation is completed, the Pump House Construction may be progressed as per approved plan followed by the completion of upper floor. The carrier Suction Pipes will be housed inside the RC Casing Pipe, spanning the length from the Track side Diaphragm wall till they emerge out of the Receiving Pit at the other side of Railway Bank.

b) From the Receiving Pit, all the four MS 914mm outer dia Suction Pipes

will be projecting about 35 Metres toward the river bed supported on fabricated steel Cradles resting on ISMB Bracing connecting RCC Piles driven into river bed for the Jetty. All the four Suction Pipes running at the elevation of river LLWL from the Pump House till the farther end of Jetty will be given a 90o downward bend and end with Suction Bell Mouths at the level of minimum 3.20 Metres below LLWL of the river.

c) The Pipe Jacking work across Railway bank will be required to be

carried out under Railway supervision so as to ensure that there is no adverse effect on Railway traffic. The detailed design and drawings for the Pipe Jacking work including the arrangements of Jacking Pit and Receiving Pit and the methodology proposed to be adopted for the Jacking Operation should be made out by the Contractor and submitted to the Engineer-in-charge for taking approval of the Railways. Any modifications required by the Railways in the Drawings should be carried out by the Contractor and work should be taken up only after the approval of the Railways is communicated to the Contractor by the Engineer-in-charge. Any charges levied by the

Page 145: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

24

Railways for approval of plans and for supervision of the works will be paid by KMC.

4.2 General

a) RCC Pipes are to be arranged by the Contractor and he will be responsible for Design, Manufacture and supply as well as laying in position below Railway embankment generally as indicated in Drawings detailed in Para 1.4 above.

b) The laying below Railway embankment will be by Pipe Jacking method with the Centre of RC Casing Pipe at 0.45M below LLWL. This will ensure that the Suction Pipes of 0.900M I.D. top will be at LLWL (Refer Para 1.2)

C) Necessary permission from concerned authority like Circular Railway etc. to be obtained by the contractor before undertaking the work of pipe jacking below railway embankment. Since the Tenderer is to quote under Schedule III of BOQ, unit rates per Metre of RCC Casing Pipe laid in position by Pipe Jacking Method, inclusive of cost of all materials, labour and equipment, it is upto him to be innovative in design and manufacture of pipes design and construction of Jacking and receiving pits as well as the system proposed for laying the pipe in position by Pipe Jacking Technology. The Tenderer need not however provide for shifting of utilities temporarily or permanently in his unit rate quotation per metre, since the cost of diversion of utilities will be paid by KMC.

4.3 Design and Manufacture of RCC Casing Pipes

For Technical Specifications on Design and Manufacture of RCC Pipe Segments to be laid in position below Railway embankment by Pipe Jacking Technique. ANNEXURE D may be referred to. The Contractor’s Financial Bid (per Metre Unit rate under Schedule III) will include the cost of all materials, labour and equipment in design, manufacture and supply of RCC Pipe segments.

4.4 Provision of Jacking Pits and Receiving Pits

Depending on the Scheme proposed by the Contractor for Pipe Jacking, he has to decide on the exact locations of the Jacking Pit and Receiving Pits and make their design including sizes, the internal arrangements in the pits, the infrastructure / space to be provided

Page 146: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

25

on the ground in case of Jacking Pits to take care of, Slurry Separator Plant (if required), Control Cabin, Stores and workshop infrastructure pipe storage, support infrastructure such as Generators / Power pack / Lubricating mixing and injection plant and working space for Material Trucks / Muck Transport Trucks/ cranes etc. For Detailed Specifications on Siting of Jacking and Receiving Pits and their functions and requirements to be satisfied, ANNEXURE E may be referred to. The Contractor’s Financial Bid (per Metre Unit rate in Schedule III) will include the cost of all materials and labour in construction of the Jacking Pit and Receiving Pit with all arrangements inside the pits and the cost of providing all ancillary structures / arrangements on the ground as detailed above in case of Jacking Pit. The Contractor’s Financial Bid (per Metre Unit rate in Schedule III) will also include the cost of temporary support of utilities met with in construction of the pits though the shifting of utilities temporarily or permanently will be arranged by the KMC through the owners of the utilities. The cost of diversions and regulation of road traffic if required will have to be borne by the Contractor. Temporary arrangements for continued functioning of drains if any affecting the construction of the Pit and its permanent restoration on completion of work will be to Contractor’s account. The contractor has to make at his cost barricading arrangements to prevent the public from trespassing into Pit area. It is however upto the contractor to make out his own design keeping in mind the site conditions and the system of Pipe Jacking he proposes to adopt. As indicated in ANNEXURE F, the Contractor can use the Pump House Structure as the Jacking Pit since it involves a deep basement. Minor modifications may be necessary in the Pump House structure. Receiving Pit will have to be constructed on the other side of track. Special care will be required to be paid to see that during construction of the pits and subsequent Pipe Jacking operation, rail traffic is not affected. With the pipe to be jacked at a substantial depth below HHWL the pits will be subjected to hydrostatic pressure and this should be kept in mind.

4.5 Pipe Jacking Operations

a) Pipe Jacking operation is to be done generally as per Specifications at ANNEXURE F. The various stages involved include the following major ones.

Page 147: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

26

i) Arrangement for the Equipments required for actual operation involving Tunnel Shields with control mechanism and for Pipe jacking operation including Primary Jacks, Intermediate Jack System, Pipe Lubrication System, Mucking Operation with transport of muck in slurry or solid form to outside the Jacking pit and to final disposal point; Ancillary Machines / Equipments such as Generators, Pumps etc.

ii) Transport of Pipe Segments from the Contractor’s manufacturing depot to the site; Lowering of the Pipe Segments into the Jacking pits by cranes or other means and setting them ready for Pipe Jacking.

iii) Pipe Jacking operation itself including lowering into the Jacking pit Jacking Shield and their operation, Operation of main jacks / Intermediate jacks with pipe lubrication system with provision for injection ports along the pipe string as required and removal of Muck to outside the Jacking Pit and final disposal.

iv) Taking out the Jacking Shield from the Receiving Pit by Crane or other means.

v) Taking out the Jacking equipment from the Jacking Pit. vi) Grouting with Cement Mortar 1:2, the annular over-cut gap between

the Excavation area and outer surface of RCC Casing pipes and closing of injection ports provided for lubrication.

The Contractor’s Financial Bid (Per Metre Unit Rate in Schedule III) should include the Cost towards all equipments / machines and their operation, cost of all materials, consumable or left in place in the Works, and all labour required for the above operations. b)Disposal of Muck (Special Provision) It is the Contractor’s responsibility to dispose of the Muck either by offering to outside parties who may be interested or transported to a Dumping Site. The Contractor’s Financial Bid should cover the cost of this item and in case any revenue may accrue to the Contractor by disposal to outside parties, this should be kept in mind, while quoting Unit rate per Metre in Schedule III. 4.6 Final cleaning up of the Jacking Pit and Receiving Pit area

Once the Temporary and Permanent Cathodic Protection work has been completed, the stretch of pipeline which has been found to be acceptable by the Employer will be handed over to the Employer by the

Page 148: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

27

Contractor. The following requirements should be complied with before the pipeline can be taken over by the Employer. i) The Contractor shall take out all Equipment / machines from the

Jacking and Receiving Pits. After dismantling all structures from the ground level upto a depth of 3.0 Metres below and after the utilities that had been temporarily diverted are brought to the original position, the Receiving pit will be filled up with locally available good soil and consolidated in layers of 20 cm thickness till ground level is reached.

ii) All ancillary structures erected on the surface surrounding the Jacking Pit shall be dismantled and the area restored to its original position.

iii) Any drain temporarily diverted should be brought back to its original position by construction of a new permanent drain to its original standard, for the affected length.

iv) Any road surface disturbed or dismantled during the construction operation should be restored to its original condition.

v) Any subsidence or heaving of the ground on the pipe-laying route should be rectified.

vi) Any damage to Public or Private property arising out of the construction operation should be rectified to the satisfaction of the affected party.

vii) The entire ground surface affected by construction activities, especially in the vicinity of Jacking and Receiving Pits, should be cleared up to the satisfaction of the Engineer-in-charge and left in a neat and tidy condition.

The Contractor’s Financial Bid should include the cost of all items listed above excluding the temporary or permanent diversion of the utilities, which only will be carried out at the cost of the Employer. 5) DETAILED SCOPE OF WORK

JETTY – DESIGN AND CONSTRUCTION OF RIVER JETTY ON RCC PILES WITH

BRACING ARRANGEMENTS FOR CARRYING SUCTION PIPES (SCHEDULE IV)

5.1 General

The scheme developed as per Preliminary design made by the Employer is indicated in the Drawings listed in Para 1.4 above and in particular Sheet No.2,3 and 5. Four suction pipes (Mild steel of outer dia 914mm) will be inserted through four RCC Casing Pipes placed in position for a length of

Page 149: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

28

about 40 metres Pipes Jacked below the existing Railway embankment of Circular Railway. The Suction Pipes emerging out of the RCC Casing pipes will project into the riverbed for a length of about 30 metres till they take a 90o bend and end up with a bell-bottom mouth at end of vertical pipe. Four suction pipes will be laid parallel to each other with an interspacing of 7 metres between adjacent lines. Thus the centre of the two extreme pipes will be 21 metres apart. The Suction Pipes laid over the jetty will have the top of inside of pipe at LLWL at RL 89.602. Thus the centre line of the Suction Pipes will be at RL 89.145. The Bell bottom of the pipe ends shall end at a depth of 3.20 below LLWL. 5.2 Scheme

The Jetty has been designed to carry the four Suction Pipes from the high bank of river for a distance of 35M into the riverbed as per the recommendation of Hydraulic Study Department of Kolkata Port Trust. The four suction pipes will be laid parallel to each other with an interspacing 7 metres between adjacent pipes or 21 metres between the centre of outermost pipes at either end. The Jetty structure has been basically designed to carry the four suction pipes emerging out of RCC Casing Pipes below Railway embankment and extending for a length of about 35M into river bed terminating on a Bell Mouth.. The design also provides for the arrangements for inspection and maintenance of the Suction Pipes and Jetty structure. This will be achieved by a RC catway 0.15m thick about 28M long and 3M wide with hand railing with its bottom at 2 metres above HHWL (Highest High Water Level) which is at RL 97.162. Thus top of RCC catway will be at RL 99.312. In addition RC Catway will also be provided with 4 Metre width and 17 metre length at right angles to main RCC catway at the farther end of Jetty. This catway will also be at same level as main catway. For inspection of the Suction Pipes and Bell Mouth steel catway 1.00 Metre wide will be provided with its top at RL 90.102 slightly above LLWL of RL 89.602. The steel cat way to be made compatible to basic function of carriage of men and materials for inspection and repair of suction pipes and their supporting arrangements in the jetty. The RCC Catway on top and steel catway at lower level will be connected by two Steel ladders 0.60M wide each. There will also be two more Steel catways 1 Metre wide from the River Bank extending for a length of about 28 Metres, also with top at RL 90.102.

Page 150: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

29

5.3 Details

The proposal as indicated generally in Drg.No.RITES/KOL/KMC/MA-ER GHAT / Pump – Jetty/01/09 Sheet Nos. 2, 3 and 5 is as under:

a)RCC Bored Piles (Working Piles) 1000mm dia to support the four suction pipes, RCC catway on top and steel catways at lower level – 35 nos. Out of this 26 nos. will be low level ones with top at RL 88.088 just below the level of bottom of suction pipe for supporting the Suction Pipe and Steel catways. 9 Nos. will be high level ones with Pile caps with top at RL 99.162 for support of RCC catways on top. All 35 piles will be driven to 25M from the Ground Level at which boring for the piles starts. All piles will be provided with 12mm thick mild steel casing or liner from top of piles extending upto a depth of 12 metres below the Ground level at which boring for the piles started. The Casing or Liner plate will be pointed with 3 coats of anticorrosive Polyurethane paint including one Primer Coat. Load tests on piles will be carried out as per Technical Specification at ANNEXURE B.

b) RCC Bored piles (Fender Piles) 21 nos. 1000mm dia to protect the jetty structure from impact of straying marine vessels. The fnder piles will be finished with the top same as the working piles carrying RCC catway at RL 99.162. The Fender Piles will also be provided with 12mm thick mild steel casing from top of piles extending for a depth of 12 metres below the ground level at which boring of the pile started, with painting by 3 coats of anticorrosive paint.

c) All the 56 piles will be braced together as shown in Drg. Sheet No.5 of 5 with structural steel member designed to take the load coming on it. 26 Nos. Low level RCC working piles will have their top at RL 88.088 provided with steel Base plate with holes to fix the steel bracing members connecting the piles. The Suction pipes will be supported by Cradles fixed to Steel bracing as shown in Drg. Sheet No.5 of 5. The Suction Pipe will be strapped to the cradle by Steel flat 8mm thick and 50mm wide. While most of the bracings will be required to be designed to take only the weight of fully charged Suction Pipes of OD 914mm, some of the bracings will also have to be designed to carry the weight of steel catway connecting the Suction Pipes near the Bell Moth ends and at right angle to it. 9 nos. High level working piles will have a pile cap 1.5M and 1.5M size and 1.2M high with top at 2.00M above HHWL or at RL 99.162. 21 nos. Fender piles will have their top also at RL 99.162 though no pile cap need be provided for them.

Page 151: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

30

d) RCC catway will be 3.00M wide across the river and 4M wide along the river with hand railing. RCC slab will be 150mm thick and of mix M 30. The pathway will be supported by individual Pile caps on High level working Piles. e) Steel catway connecting the four Suction Pipes at near Bell Mouth end will be 1.00M wide. The catway will be supported by Steel bracing connecting the piles. Two more Steel Catways at right angle to the river bank will also be 1m wide. f) Two steel cat ladders connecting the RCC catway on top and steel catway as bottom will be 600mm wide each. g) To prevent the floating materials from being sucked into the bell mouths at end of suction pipes, two tier arrangements have been proposed as shown in Drg. Sheet No.5 of 5. Each Bell Mouth will be protected by a screen. In addition there will be a common screen encompassing all the bell mouths. On the vertical side, it will extend from RL 91.102 (1.50M above LLWL) to RL 85.202 (4.40M below LLWL and 1.20 below bell mouth bottom). The screen encompassed all suction pipes should be of openable & serviceable type cage. Detachable type MS lifting arrangement should be supplied and fitted at the appropriate location on jetty to lift the encompassed screen. Beconage lights to be fitted on the jetty to facilitate navigation. h) Any temporary construction and/or major require for

commissioning/construction of the intake structure shall have to be removed by the contractor at their own cost in totality and no part of the material or barier will be allowed to retained within the river other than the proposed intake structure being permitted to his actual location.

i) The Bell Mouth at the jetty should be protected by fender piles and the

jetty should be lighted during the hours of the darkness. j) During the construction of intake jetty, the existing facilities of KoPT

should not be disturbed/damaged and in case any damage occurs, the same has to be repaired to its original condition at the cost of contractor under KMC/KoPT’s supervision.

k) The projection of the jetty in the river should be limited to 38 M from the

bank. l) The height of the deck slab of the jetty should be minimum 2 M above

highest high flood level.

Page 152: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

31

m) There should not be any construction above the deck slab of the jetty in

the river other than hand railing, light post and fittings. 5.4 Special points to be noted

a) Practically all the piles are to be drilled in flowing water. Special arrangements will be required to be made for such drilling through standing water.

b) All Low level piles (26 nos.) are mainly meant to support the Suction Pipe on cradles resting on bracings connecting the piles. The Suction Pipe top will be at LLWL (Lowest Low Water Level) RL 89.602. Considering cradle height and Bracing height the top of low level pile will be nearly 1.50 Metres below LLWL. Hence the work of providing Base plate on top of the pile, attaching bracing to Base plate and attaching cradles to bracing as well as clamping suction pipe to cradle will all have to be carried out under water. This will need special arrangements.

c) The screen proposed to protect the bell mouths of Suction Pipes from floating materials will be extending down to about 4.40 Metres below LLWL. Making arrangements at the piles for fixing structural steel members to support the screen will require operations below water level. The screen encompassed all suction pipes should be of openable & serviceable type cage. Detachable type MS lifting arrangement should be supplied and fitted at the appropriate location on jetty to lift the encompassed screen. Beconage lights to be fitted on the jetty to facilitate navigation.

5.5 Alternative Design 5.5.1 The Drawings listed in Para 1.4 are for general guidance of the

Tenderer. If the Tenderrer can come up with a more economic design, he can give the details and offer his rates accordingly. IT may be mentioned that the drawings in Section 6 are based on a preliminary design and even if they are proposed to be adotped, the Tenderer should make out the detailed designs and modify the drawings as necessary. For this purpose, the Tenderer may inspect the site and collect the site details as well as geo-technical and hydrological data since most of the work is required to be carried out in flowing river. In case the Tenderer desires to adopt an alternative design, it will have to be made out based on the site details so gathered. Whatever be the design and drawings to be adopted, the detailed design and drawings will have to be got approved by the Employer before taking up the work.

Page 153: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

32

5.5.2 One of the areas where there is a possibility of modification in the

scheme, is on the number of piles, their dia and the depth of sinking. With larger dia and reduced number of piles, there may be some economy but the bracings will have to be of heavier type. Any alternative design is acceptable so far as it satisfies the following basic requirements. i) Support of Suction Pipes ii) Arrangement for inspection of the Suction Pipes and Jetty Structure. i) Arrangement for the screen to protect the Bell Mouths of

Suction Pipes from floating materials ii) Safety of Jetty from straying marine vessels.

5.6 Tenderer’s Lumpsum Rate

While quoting the Lump sum rate, the Tenderer should provide for, among other items the following: a) Site investigations including topographic and Geotechnical ones

as well as Hydrological and Hydraulic surveys. b) Preparation of Detailed design and drawings for obtaining

approval of Engineer-in-charge ensuring that the requirements indicated in the earlier paras are compiled with.

c) Cost of all items of work as per approved drawings including all materials, labour, plant and equipment and incidental charges such as supervision etc. The Employer will not supply any materials.

d) Cost of all safety measures to ensure safety of workers and works. e) Following special requirement shall be kept in mind.

i) Only Fusion Bonded Epoxy Coated reinforcing bars as per IS 13620-1993 should be used for RCC work. ii) Since the structures will be mostly in flowing water, micro slice admixture to make the concrete impervious to the maximum extent possible shall be mixed with concrete. iii) All structural steel shall be painted with one Priming coat and two coats of corrosion resisting Polyurethane paint specially selected considering the fact that they may be either always under water or subjected to alternate wet and dry condition. iv) Based on analysis of soil and water quality, if any special type of cement or admixture to cement is required to be used, the same should be done. For concrete, water cement ratio should be judiciously chosen since part of the piles will be always under

Page 154: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

33

water, some under alternate wet and dry condition and some above water level. v) Tests on piles will be required to be carried out at no extra cost, as per Technical Specifications at ANNEXURE B to conform the correctness of assumptions made in the design.

5.7 Specifications to be complied with

i) Bored Pits should comply with the Technical Specifications at ANNEXURE B. ii) Extracts from IS 13620-1993 on Fusion Bonded Epoxy Coated reinforcing bars to be used in all RCC works is at ANNEXURE C. iii) All other works shall be carried out as per relevant CPWD Specifications. Where such specifications do not exist, relevant IS Specifications and in their absence instructions of Engineer-in-charge may be followed. iv) Wherever materials are covered by IS Specifications, only materials with IS marks should be used. In absence of IS specifications, approval of Engineer-in-charge should be taken. 6.0 DETAILED SCOPE OF WORK – SUCTION PIPES - PROCUREMENT AND

LAYING OF PIPE (SCHEUDLE V)

6.1 General

The scheme developed as per Preliminary design made by the Employer is indicated in the Drawings listed in Para 1.4 and in particular Sheet 3 of 5. Four Suction Pipes of Mild Steel of outer dia 914mm take off from four pumps with an interspacing of 7 metres between pairs of adjacent pipes and 21 metres between centres of outermost pipes. The pipes cover a short length from the Pump to the wall face of the Pump House, which portion along with a valve in between will be paid for as a Lumpsum item under Schedule II Part II. From the face wall of the Pump House, Four pipes will be inserted inside four RCC casing pipes, pipe jacked below existing Railway embankment for a length of about 40 metres. Beyond the end point of RCC Casing pipes the pipes will be laid on the bracings connecting the piles forming part of the Jetty structure till they end up after a bend and vertical pipe at the bell mouth. The centre line of the Suction Pipe in its horizontal run will be at 0.45 metre below LLWL so that the pipe remains fully under water even at LLWL. The Bell mouth bottom will be at a depth of 3.20M below LLWL.

Page 155: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

34

6.2 Scope of work The works involved are as under:

a) Procurement of Pipes: The Specifications of the Pipes to be procured will be as under: i)Material – Spirally welded mild steel. ii) Size – 914mm Outer dia; 10mm (Minimum) thickness. incase of non availability of rolled section due to small requirement of pipes, fabricated steel MS pipe (Fe 410) of minimum 12mm wall thick of 914 mm dia can be used after hydraulic pressure test as per IS 3589- 2001; subject to approval of consultant / KMC. iii) Quality & Tolerance: IS 3589; Fe 410 iv) Length : Random length in the range of 750 metres to 13.0 Metres iii)Type of Ends : IS 3599:2001 may be referred to. If the pipes are proposed to be laid after butt welding of ends circumferentially outside, the ends should be procured with outer bevel as shown in Fig.3A of IS Code If the pipes are proposed to be laid with Sleeve joints, the pipes should be procured with plain and parallel ends. The arrangement of joint with fillet weld circumferentialy outside is shown in Fig. 4 of IS Code. The pipes may be ordered with the ends as required depending on the proposal of the Contractor for joining of ends. iv)Brand: SAIL or any other Brand Specific approval of KMC has to be taken by the Contracts. b) Cutting of full length pipes into segments As far as possible the pipes should be laid in full lengths so as to reduce the number of joints. But there may be the need to cut the pipes into segments for insertion of fittings like bends, valves etc. Where such cutting is done, the pipe ends will be required to be outside bevelled if butt joints are proposed to be adopted. The methodology to be adopted for cutting should ensure that the cuts are clear. The contractor’s rate should cover cost of all labour and equipment in making such Cuts and bevel edging outside of the pipes to take care of the requirements at certain special locations.

(d) Provision of External Coating with PU Paint and internal coating with Epoxy paint (Food grade) after Surface preparation

Page 156: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

35

The pipes and pipe segments will be required to be provided with three coats of PU Paint (Dry film thickness 2000 micron) on outside and three coats of Epoxy paint (Food grade of Dry film thickness 600 micron) on inside. The painting is to be done after proper surface preparation. Where the paint coats get damaged during transport or while laying, the disturbed surfaces should be repainted to the same standard as originally done. The Technical specifications for surface preparation prior to painting are at ANNEXURE G. The Technical specifications for Internal and External paint coatings are at ANNEXURE H. The Per Metre Unit rate quoted by the Contractor in Schedule V of BOQ should include all elements of materials, labour and equipment for the painting work detailed above. e) Transport of Steel Pipes / Pipe Segments painted outside and inside from Contractor’s Depot to the Site of Laying The Contractor shall arrange to transport all Steel pipes / pipe segments from his Depot to the site of work. The Contractor should take proper care to ensure that there is no damage to the pipes / pipe segments including the PU painting outside and Epoxy coating inside, during loading at his Depot, transit and unloading and stacking at site. Damage if any will be required to be rectified by the Contractor at his cost. The Contractor’s Financial Bid (Per Metre Unit rate in Schedule V of BOQ) will include the full cost of transport of the pipes and pipe segments with all the elements of loading, transport, unloading and stacking at site of work. f) Welding of joints of steel pipes The Contractor has the option to butt weld the bevel edged joints outside circumfentially or alternatively adopt sleeve joints fillet welded after swelling one end of pipe. Details of both types of joints have been explained in IS 3589-2000. The detailed specifications for welding of the joints including the qualifications/ experience stipulated for the welding personnel, specifications on welding rods etc to be used, the welding procedure and the procedure for examination of welds including radiographic examination are given at ANNEXURE I. The Contractor’s Financial Bid (Unit rate per Metre in Schedule V of BOQ) should include the cost of all materials and labour for the welding operations including 10% radiography examination of welds.

Page 157: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

36

g) Pipes inserted inside RC Casing Pipe Contractor’s rate with include insertion of the Suction Pipes joined together, inside the Casing Pipe already in position after pipe Jacked through the formation of Circular Railway track. The centre line of the Suction Pipe will be kept the same as the centre line of the Casing Pipe. The annular space between the outer surface of Suction Pipe and the inner surface of RC Casing Pipe will be grouted with Cement Mortar 1:2. The quoted Unit rates in Schedule V will include such insertion of pipe and grouting annular space for the lengths laid inside RC Casing Pipes. h) Pipe laid on bracings on jetty portion The Suction Pipes will be resting on the Cradles which themselves are laid on the bracings connecting RC piles. The Suction Pipe will be strapped to the cradle by strap of mild steel flat. The Unit rate per Metre to be quoted for laying of pipe over the jetty will include laying in position over the bracing, tying to the cradle through MS straps, cost of bend at farther end and the cost of Bell Mouth. Payment will be made at the same rate even for the small length between the end of RCC casing pipes and the beginning of jetty structure, if there is such a situation. The Suction Pipes laid on the cradles fixed to the structural bracings between RC piles of the jetty will be provided with flanged joints. These will be instead of welded joints as described in item (f) above. Welded joints will hence be restricted to the stretches other than on the river jetty. For flanged joints minimum 30mm thick mild steel structural flange will be welded with the face of the pipes to be joined. The flange joints should be completely leak proof. The Bell mouths at the end of the four Suction Pipes will also be fitted with minimum 30mm thick mild steel flanges. The Contractor will also have to supply Ms blank plate one set each for four numbers Bell Mouths. Blank plates would be of minimum thickness 30mm for use by the Employer when required for maintenance. i) Cathodic Protection of Pipe Permanent cathodic protection of Pipes will be carried out strictly as per the Specifications at ANNEXURE J. The Contractor’s Financial Bid (Unit rate per Metre in Schedule V) should include the cost of Design, Detailed Engineering, Supply of materials, Installation, Testing and Commissioning of both Permanent cathodic protection works.

Page 158: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

37

7) CODES AND STANDARDS

List given below is only indicative and not comprehensive. The Contractor should ensure that the material and workmanship comply with the relevant specifications. All standards, specification and codes of practice referred to herein shall be the latest editions including all applicable official amendments and revisions. (A) IS CODES / SPECIFICATIONS

i) IS:456Code of practice for plain and reinforced concrete ii) IS:800Code of practice for general construction in steel iii) IS:875Code of practice for design loads iv) IS:1786 Specification for high strength deformed steel bars and wires for concrete reinforcement v) IS:1893 Criteria for earthquake resistant design of structures vi) IS:2911(Part-1/Section-2) Code of practice for design and construction of pile foundation (Concrete piles, Bored cast-in-situ piles) vii) IS:2911(Part-4) Code of practice for design and construction of pile foundation (Load test for piles) viii) IS:2974(Part-IV) Code of practice for design and construction of machine foundation (Foundations for rotary type machine of low frequency) ix) IS:3370 (Part-I) Code of practice for concrete structures for storage of liquids (General requirements)

x) IS:3370 (Part-II) Code of practice for concrete structures for storage of liquids (Reinforced concrete structures) xi) IS:3370 (Part-IV) Code of practice for concrete structures for storage of liquids (Design tables) xii) IS 3589 – 2001 Steel Pipes for Water and Sewerage (168.3 to 2540mm outside diameter ) Specifications

Page 159: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

38

xiii) IS:4111(Part-IV) Code of practice for ancillary structures in sewerage system (Pumping stations and pumping mains-Rising mains) xiv) IS:4651(Part 1) Code of practice for planning and design of ports and harbours (General design consideration) xv) IS:4651(Part 2) Code of practice for planning and design of ports and harbours (Earth pressures) xvi) IS:4651(Part 4) Code of practice for planning and design of ports and harbours (Loading) xvii) IS:4651(Part 4) Code of practice for planning and design of ports and harbours (General design consideration) xviii) IS:4651(Part 4) Code of practice for planning and design of ports and harbou rs (Layout and functional requirements) xix) IS:9556 – 1980 Code of practice for design and construction of diaphragm walls xx) IS 13620 – 1993 (Reaffirmed 8/2009) - Fusion Bonded Epoxy Coated

reinforcing bars – Specification (B) OTHER CODES / SPECIFICATIONS

IRC:78Standard specification and code of practice for road bridges (Section-VII Foundations and Substrctures) Bridge Substructures & Foundation Code - 2004 of Indian Railways CPHEEO Manual

Page 160: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

39

DETAILS OF ANNEXURES

Sl.

No.

ANNEXURE

No.

SUBJECT

1 A Technical Specifications for Diaphragm Walls

2 B Technical Specifications for Construction of Bored

Cast-in-situ piles

3 C Fusion Bonded Epoxy coated Reinforcing Bars

4 D Specifications for Design and Manufacture of RCC

Pipe Segments for Casing Pipe

5 E Specifications for Jacking Pit & Receiving Pit –

Siting of Jacking Pit and Receiving Pit

6 F Specifications for Tunnelling and Pipe Jacking

Equipments and their operation

7 G Technical Specifications for surface Preparation

prior to painting

8 H Technical Specifications for Internal and External

Coating of Mild Steel 914mm OD side dia pipe

9 I Technical Specifications for Welding of Steel Pipe

10 J Technical Specifications for sacrificial cathodic

protection system for submerged water pipe line

11 K Technical Specifications for Mechanical and

Electrical Plant & Equipment and Instrumentation

Items

12 L Technical Specifications for sacrificial cathodic

protection system for non submerged water pipe

line / manifold

Page 161: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

40

ANNEXURE A

TECHNICAL SPECIFICATIONS FOR DIAPRAGM WALLS

(IS Code to be adhered to IS 9556-1980)

1) GENERAL

1.1 Detailed Subsoil investigations for the site shall be carried out as laid

down in IS 1892 – 1979 and IS 4651 (PtI)-A 1974 including physical, physico – chemical and engineering properties of the subsoil.

1.2 Ground water table and its probable fluctuation should be checked up. Since the Diaphragm walls of the Pump House will be constructed near a river bank, the maximum and minimum water levels in the river should be kept in mind.

1.3 The details of the estimated loads during construction as well as in permanent position should be assessed.

1.4 The size, weight, capacity and working principles of the trenching and concreting machinery intended to be used should be decided. The complete details of the ancillary construction machines like lifting cranes etc shall be decided upon.

2)MATERIALS

2.1 Cement: Ordinary Portland Cement or rapid hardening Portland

Cement conforming to IS 269-1976 and blast furnace slag cement to IS 455 – 1976 or Pozzolana Cement to IS 1489-1967 may be used. Type of cement and additives (refer IS 456-1978) if any to be used shall be decided by the Contractor based on analysis of the soil condition and acid radicals of the soluble salts in the water, extracts of soil and in ground water as well as determination of PH Value.

2.2 Reinforcement: Mild steel bars conforming to IS 432 (Part 1) 1966 or deformed bars conforming to IS 1139 – 1966 “Cold worked bars conforming to IS 1786 – 1985 are permitted to be used as per IS 9556 – 1980. In this case, to counter corrosion, being an underground structure. High strength deformed steel bars to IS 1786-1985 shall be used with protective epoxy coating applied by electrostatic spray method as per IS 13620-1993 or fusion bonded epoxy coated reinforcing basis. For other details Para 4.6 of IS 9556-1980 may be referred to.

Page 162: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

41

3)TECHNICAL SPECIFICATION FOR DIAPHRAGM WALL

Design: Diaphragm wall for supporting earth to allow excavation for the single basement shall as a structural member be 1000 mm thick or thickness as designed by the Contractor, made with cement concrete of atleast M 30 strength and conforming to the requirement under Para 4.7 of IS 9556-1980 with minimum cement content not less than 440 kg/cum and reinforced as required as per approved plan to withstand the permanent and temporary states of stress which will arise during the life of the structure (including live load where this is incidental). The contractor shall decide upon the maximum panel length of the trench, for the diaphragm wall, depending upon soil condition and surcharge load and locality. This is normally 3 meters. Drawings and design are to be prepared by the contractor and would be approved by the Engineer-in-charge / KMC

4) SEQUENCE OF WORK

This sequence of work shall broadly be as follows: a)Constructing guide walls in reinforced concrete to the required

section and depth as per approved drawing. b)Excavating trench between guide walls to the required depth in

panel lengths as approved, keeping the excavated trench filled all the time with bentonite slurry solution of approved specific gravity.

c)Lowering and installing reinforcement cage.

d)Laying concrete of desired strength through tremmie pipes to the

required height including installation of the required formwork to form walls in panel.

e)Cleaning and restoring the site as directed including disposal of

bentonite slurry.

Page 163: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

42

5) GUIDE WALLS (Refer Paras 9 and 11.1 of IS 9556-1980) The guide walls shall be in reinforced concrete with continuous reinforcement. The guide shall be as per approved design and drawings.

6) TRENCH EXCAVATION

Trench excavation shall be done by any of the approved methods as stipulated in Para 5.1 of IS 9556-1980. Before resorting to the mechanical means, the trench excavation shall initially be done manually upto the depth as may be desired by the Engineer-in-charge so as to expose the existence or otherwise of the utilities. Arrangements will be required to be made to shift the utilities for regular excavation to be taken up. Cost of temporary or permanent shifting of utilities will be borne by KMC. The excavated spoil may be removed either by the grab or by “reverse circulation” method. The equipments used for the trench shall be compact, mobile and capable of excavating true to plumb and alignments. The excavated faces of the trench wall should be smooth and without pockets. The maximum allowable tolerance for the completed diaphragm wall face from the designed plan shall be 200 mm including all bulges, misalignment, defect in vertically etc. all combined. The trench excavation equipment shall be either crawler mounted or moving on rails, the main consideration being that it should be possible to keep precise alignment. The excavated spoils shall be disposed of by the Contractor at his cost? The Contractor shall include in his cost provision for dismantling pavement, grabbing out old foundations if encountered and removal of spoil from site.

7) EQUIPMENTS

The contractor shall arrange all equipments required for the work including trench excavation equipments, lifting devices like cranes and concreting equipment including concrete mixers, tremies, pipes, concrete chutes and all other incidental items required for the work. He will also arrange for Slurry preparation and Trenching equipment.

Page 164: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

43

8) BENTONITE SLURRY

a) Para 4.8 and Paras 6 and 7 of IS 9556-1980 may be referred to for details. The bentonite earth used for preparing the solution shall be of approved quality and shall have the required thixotropic qualities so as to hold the excavated side of the trench firmly without any collapse or erosion. The specific gravity of the solution shall be as approved and the contractor shall provide the necessary laboratory infrastructure at the site for checking the quality of the bentonite earth and the specific gravity of the solution during the course of the work. b) The work shall be carried out in such a way that the area is kept clean and tidy without causing any nuisance due to overflow or spilling of bentonite slurry all over the place. The working area shall be suitably fenced. c) A certificate shall be obtained by the contractor from the approved supplier of the bentonite powder showing properties of the consignment delivered to site. This certificate will be made available to the Engineer-in-charge on request.

d) The bentonite powder shall be mixed thoroughly with clean fresh water. The percentage of bentonite used to make the slurry shall be such as to maintain the stability of the trench excavation.

e) i) Required tests shall be carried out on the bentonite slurry using suitable apparatus, to determine the following parameters. Freshly mixed bentonite slurry ----------------------------------------------------- The density of the freshly mixed bentonite slurry shall be measured daily as a check on the quality of the slurry being formed. The measuring device is to be calibrated to read correct upto ± 0.005 g/ml. Bentonite slurry supplied to trench excavation ----------------------------------------------------------------------------------- In average soil conditions, the following tests shall be applied to the trench and shall be carried out by the contractor on regular basis

Page 165: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

44

without any extra cost to the owner, and the results shall generally be within the ranges stated in the table below : Item to be measured andRange of results measured day time

method (Freshly prepared Bentonite Slurry) Test done at 20o C

Density 1.04 to 1.10 g/ml. (Test by Mud density balance) Viscosity 30 – 90 seconds (Test by Marsh cone) Shear strength 1.1 to 10.0 N/m2 (Shearometer or Vane [10 min gel strength] Shear Apparatus) pH 9.50 – 12 (pH indicator paper strips)

ii) Tests to determine density, viscosity, shear strength and pH value shall be carried out initially until a consistent working pattern has been established taking into account the mixing process, any blending of freshly mixed bentonite slurry and previously used bentonite slurry, and any process which may be employed to remove impurities from previously used bentonite slurry. When the results show consistent behaviour, the tests for shear strength and pH value may be discontinued if agreed by Engineer and Tests to determine density and viscosity only shall be carried out. In the event of change in the established working pattern, the additional tests for shear strength and Ph value shall be reintroduced for a period as required by the Engineers.

iii) Freshly mixed bentonite slurry should comply with the requirement of the table consistently, provided a normal concentration has been selected. Where bentonite slurry is used once only and then discarded, the tests set out in the table should not be necessary beyond a short initial period, unless some alteration is made to the concentration or mixing procedure. iv) Where bentonite slurry is re-used, and possibly blended with freshly mixed slurry, or has chemical additives added to preserve its properties, there will be a need for routine checking throughout the work, particularly in regard to the tests far density and viscosity. The frequency of testing may initially need to be on a panel by panel where slurry becomes contaminated with fine sand soil conditions)

Page 166: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

45

and on a daily basis where contamination is slight. Frequency will be decided by the Engineer in the light of the test results obtained. v) In those cases where a mechanical process is employed to remove contaminating solids from the slurry, the frequency of testing will depend on the circumstances and the equipment employed. The contractor shall indicate to the Engineer prior to the commencement of the work, that he intends to employ such a method, and tests should be carried out as for re-used and blended slurries. vi) Bentonite slurry in trench prior to placing concrete. Prior to placing concrete in any panel, the contractor shall ensure that heavily contaminated bentonite slurry which could impair the free flow of concrete from the tremmie pipe, has not accumulated in the bottom of trench. The proposed method of checking this items is to be stated by the contractor and is to be agreed with the Engineer prior to commencement of work. If the bentonite slurry is found to exhibit properties outside the agreed appropriate range, then it shall be modified or replaced-until the required agreed condition is achieved.

(NOTE : One method of identifying contaminated bentonite slurry is to take a sample of the slurry from near the bottom of the trench excavation (say about 0.2M above the base of the trench) and to carry out a density test on this using mud balance. Where this method is employed, the density determined should not be greater than 1.3 g/ml. to enable satisfactory concrete placing).

f) During construction, the level of bentonite slurry in the trench shall be maintained within the depth of the guide walls, and at a level not less than 1.0m above the level of external standing ground water. g) In the event of a sudden loss of bentonite slurry, the trench shall be back filled without delay and the instructions of the Engineer-in-charge shall be obtaind. h) Where saline or chemically contaminated ground water occurs, special measures shall be taken as directed by the Engineer-in-charge to modify the bentonite slurry. The modification required

Page 167: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

46

depends on the nature of the contamination. In saline conditions it is frequently necessary to ensure that the benotite is fully hydrated in fresh water before supplying it to the trench.

i)All reasonable steps shall be taken to prevent spillage of bentonite slurry on the site away from the immediate vicinity of the wall. Discarded bentonite slurry which has been pumped from the trench is to be removed promptly from the site is to be disposed at the location identified by the contractor at his cost. The disposal of Bentonite safely will be the entire responsibility of the contractor.

9) REINFORCEMENT CAGE

viii)The reinforcement shall be pre-fabricated in one or more lengths hoisted by a crane and made into a continuous cage by welding or lapping as directed by the Engineer-in-charge. The quantity of reinforcement to be provided at each cross section shall be in accordance with the prescribed/approved drawings and shall be got approved by the Engineer before hand and should also comply with the stipulations laid down by the Ewngineer-in-Charge for “steel reinforcement” . The minimum cover to the main bars is to be 75mm and minimum clear spacing between main bars shall be 100mm. Provision is to be made for all recesses, anchorage positions, inserts etc. and reinforcement shall be fixed so as to accommodate these items. Where boxes are required in the wall for formation of recesss, consideration must be given to the effect of the boxes on the strength of wall, the placing of reinforcement through the boxes and the effect of the boxes on the flow of concrete during placing. Boxes must be positioned so as to pass into the panel excavation with clearance. Positioning of all recesses, boxes etc. shall be within a vertical and horizontal tolerance of 150mm.

The reinforcement shall be maintained in position during the casting of each panel. Stop ends, inserted prior to placing concrete in a panel shall be clear and have a smooth regular surface. They shall be adequately restrained to prevent horizontal movement during the concreting.

10) CONCRETING

Page 168: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

47

a)Concrete shall be of controlled concrete using 20mm and down graded black trap stone crushed aggregate of Pakur Rajmahal range or of equivalent strength as approved by the Engineer-in-charge and placed through tremie pipes of adequate diameter in such a way that at any time the tip of the tremie pipe is at least 0.3m below the top level of concrete around. The slump of concrete shall be 150 mm minimum and range “150mm to collapse” so as to allow the concrete to flow freely and fillup the trench but at the same time shall not get mixed with bentonite slurry. The concrete mix and water cement ratio shall be decided by the contractor but the final concrete shall be the dense and give the minimum guaranteed cube strength as per the prescribed or approved drawings/schedule and shall also be in accordance with other guidelines stipulated for “concrete” work as per relevant IS Code. Any additive used in concrete must have prior approval of the Engineer. Before start of the concreting for diaphragm wall mix design is to be made and cube test results are to be obtained to ensure proper strength of concrete. b) Concrete shall be placed continuously by one or more tremie pipes and care shall be taken during placing to avoid contamination of the concrete. Where two or more pipes are used in the same panel simultaneously, care shall be taken to ensure that the concrete level at each pipe position is maintained nearly equal. c) The tremie pipes shall be clear, water tight and of adequate diameter to allow the free flow of concrete. The tremie shall be extended to the bottom of the trench excavation prior to the commencement of concrete pouring, arid care shall be taken to ensure that all bentonite slurry is expelled from the tube during the initial charging process. Sufficient embedment of the tremie pipe in concrete shall be maintained throughout concrete pouring to prevent re-entry of bentonite slurry into the pipe. d) The concrete pour for any diaphragm wall panel shall be completed in such a manner and within such time that the concrete above the foot of the tremie remains workable until the casting of the panel is complete. e) The extraction of top ends shall be carried out at such time and in such a manner, as to avoid causing damages to concrete placed against it.

Page 169: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

48

f) The method of forming the joints and the equipment used shall be such that all solids are removed from the end of the adjacent panel by the excavating equipment. The contractor shall be responsible for the repair of any joint where on full exposure of the wall, visible water leaks resulting from faulty materials or workmanship are found.

g) Steps are to be taken to avoid damage to panel which have been cast earlier. In deciding the sequence of panel construction, the contractor shall take this into account.

11) MISCELLANEOUS PROVISIONS

a) Tolerance for Diaphragm shall be as stipulated in Para 11.2 of IS 9556-1980

b) If the trench excavation is done deeper than the designed or specified depth, the diaphragm walling has got to be done for such depth and no extra payment will be made to the Contractor on this account. It shall be ensured that before lowering the reinforcement cage the excavation is done to the required depth so that there is no shortfall in the penetration of the wall below the bottom of excavation. c)The diaphragm wall is generally required to be finished to a height half a metre above the designed cut-off level. If the ground floor walls are proposed to be constructed over the diaphragm wall the contractor may decide based on his design. d) The Contractor’s rate includes cost of breaking open the pavement / building foundation etc. where required, pre-trenching, construction of guide walls, temporarily supporting utilities during pre-trenching/guide walls construction, supply and operation of all equipments, supply and testing of betonite and betonite slurry, earthwork for trench with all lifts and least removal of surplus soil from site of work, removal of betonite slurry from site of work with all labour and materials complete. Concrete for overcuts and bulging shall not paid for.

e) While constructing diaphragm walls, it may be necessary to temporarily slew pipes if any or other utilities / services affecting the diaphragm wall alignment, to facilitate construction of diaphragm

Page 170: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

49

wall. Any tempoary or permanent diversion of utilities / services will be at the cost of KMC. f) Where directed by the Engineer-in-charge, the contractor shall make special arrangements in the reinforcement cage of the diaphragm wall so as to allow for interlacing of reinforcements of diaphragm wall and the bottom slab of the pump house structure. No extra payment shall be made for making such arrangement. g) The diaphragm wall shall be so constructed, as it will ensure reasonable water tightness. If it is noticed that such water tightness is not obtained, the contractor shall carry out all the necessary corrective actions and rendering at no extra cost. h)The lump sum rate includes cost of all labour and materials, equipment, transport etc. complete. If so required by the Engineer-in-charge, steel plates shall be welded to the inside face of the reinforcement cage, prior to lowering the cage into the trench, at locations as specified in drg. or as directed by the Engineer so as to facilitate fixing of brackets etc. in connection with strutting arrangements required later on. Nothing extra will be paid on this account. In this project, to facilitate pipe jacking work (from inside the dry pit so obtained after construction of diaphragm wall, fiber glass reinforcement may be used or any suitable arrangement may be made at the location of diaphragm wall through which the pipes would be passed for the purpose of jacking.

12)INSTRUMENTS TO BE USED FOR RECORDING AND TESTING DIAPHRAGM

WALL IS TO BE CHECKED AGAINST BOTTOM HEAVE, PIPING AND

BURSTING.

i) Magnetic settlement gauge for ground settlement ii) Demac Gauge for strut load iii) Inclinometer for diaphragm wall movement iv) Earth pressure cell for measuring lateral pressure v) Piezometer for measuring pore pressure

Page 171: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

50

ANNEXURE B

TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF BORED, CAST IN SITU

PILES

1.1 CODES AND STANDARDS

IS: 456-2000 - Code of Practice for Plain and Reinforced Concrete.

IS: 2911-Part-I / sec (II)- Code of Practice for Design and construction of Pile foundations (Concrete piles, bored cast in situ piles). IS2911 (Part-IV) - Code of Practice for Design and construction of Pile foundations (Load tests for piles). IS: 10262 -- Concrete Mix. Design.

The Contractor shall make available at site one copy of each of the

Codes. In the case of dispute in the interpretation of contradiction in different clauses of various Codes, the decision of the Engineer-in-charge shall be final and binding.

1.2 MATERIALS

1.2.1 Cement

Cement shall conform to IS 269-1976; IS 455- 1976; IS 8841-1978 and IS 6909-1973.

1.2.2 Steel Steel shall conform to IS: 1786-1985 (Make-TMT BAR of SRMB/ ELEGANT/SHYAM/SAIL OR EQUIVALLENT MAKE SUBJECT TO APPROVAL OF ENGINEER-IN-CHARGE/ KMC).

1.2.3 Bentonite

Bentonite shall conform to Appndx-A of IS: 2911 (Part-I-Section 2)- 1979.

Page 172: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

51

Bentonite shall be of swelling type as approved by the Engineer at site and shall conform to the specification given below: -

1.2.4 Concrete

Materials and methods of manufacture for cement concrete shall in general be in accordance with the method of concreting under the conditions of pile installation.

Consistency of concrete for cast-in-situ piles shall be suitable to the

method of installation of piles. Concrete shall be so designed or chosen as to have homogenous mix having a flowable character consistent with the method of concreting under the given conditions of pile installation.

In achieving these results, minor deviations in the mix proportions

used in structural concrete may be necessary.

For pile of smaller diameter and depth upto 10 m. the minimum cement content should be 350 Kg/cum of concrete. For piles of large diameter and/or deeper piles, the minimum cement content should be 440 kg/cum of concrete. For design purposes, the strength of concrete mix using the quantities of cement mentioned above, may be taken equivalent to M-30 and above for concrete with cement content of 440 Kg/cum. Where concrete of higher strength is needed, richer concrete with greater cement content may be designed. In case of piles subsequently exposed to free water or in case of piles where concreting is done under water or drilling mud, using methods other than the tremie, 10 per cent extra cement over that required for the design grade of concrete at the specified slump shall be used subject to minimum quantities of cement specified above.

SLUMP:

Slump of concrete shall range between 100 to 180 mm depending on the manner of concreting. For concreting by tremie, a slump of 150 mm to 200 mm shall be used.

Page 173: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

52

1.2.5 Water

Clean water, free from acids and other impurities, (Potable) shall be used in the manufacture of concrete

1.3 PILE FOUNDATION FOR PUMP HOUSE AND JETTY CONSTRUCITON

Piles shall be installed as accurately as possible as per the designs

and drawings either vertically or to the specified batter. Tolerance limits for the completed vertical piles at the Working level

of the piling rig shall be as given below: Displacement -- Shall not exceed 75 mm in any direction from its

true position shown in the drawings. Vertically -- Shall not deviate more than 1.5 per cent. Any pile deviating beyond these limits and to such an extent That

the resulting eccentricity cannot be taken care of by a redesign of the pile cap shall either be replaced or supplemented by one or more additional piles as required.

No payment will be made for the defective pile. The extra cost of

construction of the redesigned pile caps shall be borne by the contractor.

If there is any deviation from the designed location, adequate

measures should be taken by the contractor well before the concreting of the pile cap or plinth beam is done.

A minimum length of one metre (building work) of permanent casing

shall be inserted in each pile unless otherwise specifically desired. Additional length of permanent casing shall be used, if required, depending on the condition of strata, ground water level, etc. Payment for all permanent casing if required, shall be inclusive in the quoted rate.

Drilling mud of suitable consistency may also be used instead of

permanent casings for stabilising sides of the holes if required, as per site condition.

Page 174: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

53

1.4 CONSTRUCTION OF PILE

Equipment for Bored Piles:

1.4.1 The selection of equipment and accessories will depend upon the

type of boredpiles, site conditions and nature of strata. Also it will depend on economic considerations and availability of Manual or power operated equipment.

1.4.2 Normally the following equipment will be required in Manual

operation:

a) Power winch; b) Bailor & Pump; c) A boring guide; and d) Accessories like spare extensions, cutting tool, concreting

funnel, etc 1.4.3 For the piles of size larger than 30 cm and for larger depths additional

equipment required will be a portable tripod hoist with a Power operated winch. For piles in high ground water table and unstable soil conditions, boring shall be carried out with bentonite slurry using suitable equipment. Tremie pipe shall be used for concreting.

1.5. BORING

1.5.1 Boreholes may be made by earth augers. In case of Manual boring. 1.5.2 In ground with high water table having unstable pile bores, boring

may be carried out using a suitable drilling mud. General guidelines for bentonite drilling mud are given in Cl.no.1.9. In normally met soil strata, drilling mud can be poured from top while boring is done. The level of drilling mud should always be about one metre above water table or the level at which caving in occurs. In case of very unstable strata with excessive caving in, continuous circulation of drilling mud using suitable pumping equipment and tripod, etc may be resorted to.

Page 175: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

54

1.5.3 Some times permeable strata overlaying clayey stratum is met with, permeable stratum may be cased and normal boring may be carried out in clayey stratum.

1.5.4 To avoid irregular shape and widening of bore hole in very loose

strata at top, a casing pipe of suitable length may be used temporarily during boring and concreting.

1.5.5 For placing the concrete in bore holes full of drilling mud or subsoil

water, tremie pipe of not less than 150 mm diameter with flap valve at the bottom should be used.

1.5.6 Wash samples/bailor samples of soil shall be collected for inspection

during progress of boring and soil samples of the founding strata shall be carefully collected and stored for inspection.

The depth of boring shall be determined by sounding and in case of uncased bores, diameter of the bore at different depths shall be determined by a pantograph or other suitable means as directed by the Engineer. After completion of boring, the borehole shall be cleaned by air-lift method of flushing with fresh drilling fluid.

1.6 CONSTRUCTION:

1.6.1 Bored piles may be constructed by selecting suitable installation

techniques at a given site depending on subsoil strata conditions and type of boredpile and number of bulbs.

1.6.2 For construction with Boring equipment, initially boring guide is fixed

with its lower frame leveled for making desired angular adjustment for piles at batter. Boring is done till required depth is achieved.

1.6.3 In order to achieve required depth, the depth of bore hole should be

checked before completion of boring operation and starting bore wash.

1.6.4 Concreting shall be done as soon as possible after completing the

pile bore. The bore hole full of drilling mud should not be left un concreted for more than 12 to 24 hours depending upon the stability of bore hole.

Page 176: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

55

1.6.5 In empty bore holes for boredpiles a small quantity of concrete is poured to give about 100 mm layer of concrete at the bottom. Reinforcement is lowered next and positioned correctly. Then concrete is poured to fill up the bore hole. Care should be taken that soil is not scrapped from sides if rodding is done for compaction. Vibrators shall not be used.

1.6.6 If water is confined up to the bucket length portion at the toe and

seepage is low, the water should be bailed out and concreting should be done as in 1.6.5.

1.6.7 In case the pile bore is stabilized with drilling mud or by maintaining

water head within the bore hole, the bottom of bore hole shall be carefully cleaned by flushing it with fresh drilling mud, and pile bore will be checked for its depth immediately before concreting.

Concreting shall be done by tremie method: The tremie should have a valve at its bottom and lowered with its valve closed at the start and filled up with concrete. The valve is then opened to permit the flow of concrete which permits the upwards displacement of drilling mud. The pouring should be continuous and tremie is gradually lifted up such that the tremie pipe opening remains always in the concrete. If the final stage the quantity of concrete in tremie should be enough so that on final withdrawal some concrete spills over the cut off level as per relevant Indian standard. Note: 1. The concrete should be, rich in cement ( not less than 440 Kg/

cum) and of slump not less than 150 mm. 2. The tremie pipe should always penetrate well into the concrete

with an adequate margin of safety against accidental withdrawal of the pipe when it is surged to discharge the concrete.

3. The pile should be concreted wholly by tremie and the method of deposition should not be changed part way up the pile, to prevent the laitance from being entrapped within the pile.

4. All tremie tubes/ pipes should be scrupulously cleaned and after use.

5. Normally concreting of the piles should be uninterrupted. In exceptional case if interruption of concreting takes place and can be resumed within 1 or 2 hours, the tremie shall not be taken

Page 177: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

56

out of the concrete. Instead it shall be raised and lowered slowly, from time to time to prevent the concrete around the tremie from setting. Concreting should be resumed by introducing a little richer concrete with a slump of about 200 mm for easy displacement of the partly set concrete. If the concreting cannot be resumed before final set up of concrete already placed, the pile so cast may be rejected, or used with modifications.

6. In case of withdrawal of tremie out of the concrete, either accidentally or to remove a choke in the tremie, the tremie may be re-introduced in a manner to prevent impregnation of laitance or scum lying on the top concrete already deposited in the bore.

1.6.8 The toe of concrete in a pile shall be brought above the cut-off level

to permit removal of all laitance and weak concrete before capping and to ensure good concrete at the cut-off level for proper embedment into the pile cap.

1.6.9 Recording of Pile details: A competent person at site should keep

records of necessary information about the construction of piles. The following may be recorded:

a) Date and sequence of installation of piles in a group; b) Pile details- Length, diameter of stem and type of pile,

reinforcement etc; c) Cut-off level and working level; d) Method of boring; e) Ground water level; f) Any other information.

1.7 LOWERING REINFORCEMENT CAGE

1.7.2 On satisfactory completion of boring, the reinforcement cage shall

be lowered inside the borehole with sufficient numbers of cement concrete cover blocks attached to the lateral links. The reinforcement cage should go down into the borehole and in no case; the cage shall be hammered for lowering. During concreting, the reinforcement cage shall be kept hung by suitable arrangement from the top of borehole and not allowed to stand on its own weight on the bottom of borehole.

1.7.3 Use of casing

Page 178: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

57

i) Casing when used shall be made of steel plate not less than 5

mm thick and seam welded for water proofing. It shall be 12mm thick for piles of jetty.

ii) Casing shall be used in all bores upto a depth of 1 m below

ground level to prevent loose material from collapsing. If the ground is filled up or loose for a depth of more than one meter, the casing shall be used to support the full depth of loose strata. The casing shall also extend outside the ground surface upto a height of 0.5 m to prevent surface muck from falling into the pile bore. This casing shall be withdrawn during concreting. For Jetty work, each Pile shall be provided with a 12mm thick Mild Steel liner. The liner will be provided from top of pile upto a depth of 12 Metre below the existing Ground level of each pile. Thus, there will be minimum 12 Metre of liner depth inside ground or soil.

ii) If the sides of the bore hole are not stable despite all precautions,

a casing shall be used to hold the sides. This casing shall be withdrawn during concreting. In such cases the casing shall always be kept ahead of the boring, during boring operations for building work.

iv) If the boring cuts across a fault or faliure in the Sub-soil resulting in

huge loss of drilling fluid and It is anticipated that concrete will be lost through This fault if casing is withdrawn during concreting, the casing shall be allowed to stay in position provided that only minimum required length of casing is to be allowed to remain in position for building work.

v) In case it is found during concreting that actual consumption of

concrete and cement is abnormally high when compared to theoretical requirements, a casing shall be inserted and allowed to stay as permanent casing.

vi) In case boring is done in standing or flowing water, a casing shall

be used through the depth of water and should be pushed into firm ground for about 4 Mtr. below the scour depth from the bed or to such depth as will prevent ingress of water into the bore hole. In case boring for piles is done close to existing foundation, the bore shall be protected with permanent casing upto

Page 179: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

58

appropriate depth to ensure that the adjoining foundations are not endangered/damaged in any way.

1.7.3 Concreting

In case a hole is bored by use of drilling mud, the specific gravity of the mud suspension near about the bottom of the hole shall, wherever directed, be determined at suitable intervals of piles and recorded. Consistency of the drilling and suspension shall be controlled throughout the boring as well as concreting operations in order to keep the hole stabilized as well as to avoid concrete getting mixed up with the thicker suspension of the mud.

The concreting operations shall not be taken up when the specific gravity of bottom slurry is more than 1.2. Concreting shall be done by tremie method in all cases. The slurry shall be maintained at 1.5 m above the ground water level.

The concreting of piles shall commence immediately after the

completion of boring. Should a borehole, which is not cased, be left unconcreted for more than two hours, it shall be cleaned thoroughly before placing concrete, to the satisfaction of the Engineer.

The bottom of the bore hole shall be cleaned of all accumulated

sand, muck and loose materials by controlled air-lift flushing with fresh drilling fluid. The tremie pipes shall extend to the bottom of the borehole at the start and shall be joined in sections and fitted with the hopper for receiving the concrete pour at the top of borehole. The first charge of concrete shall be poured in the hopper, the bottom opening of which temporarily remains closed by a steel plate placed on top of the opening. The hopper shall have adequate capacity to receive concrete sufficient enough to displace the drilling mud within the tremie pipe and from the bottom of the borehole. After the hopper is filled up the steel plate shall be quickly removed to allow the concrete to rush into the borehole and fill it up from the bottom by displacing the fluid from the tremie pipe and the bottom of the borehole. As the concreting progresses, the tremie pipes shall be removed in sections ensuring every time that the bottom of the tremie pipe remains embedded inside the concrete for about 60-100 cm. Placing of concrete shall be done in one continuous operation and the tremie pipes shall be held concentric with the bore. Level of concrete shall be checked at frequent

Page 180: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

59

intervals to maintain a sufficient head of concrete above the discharge end of the tremie pipes. It shall be ensured that sufficient numbers of mixes are poured to expel the first mix of concrete contaminated with bentonite such that good concrete is obtained at least upto 15 cm above the cut-off level. At all stages of concreting, care shall be taken to prevent voids and segregation in concrete.

The top of concrete in a pile shall be brought above the cut-off level to permit removal of all laitance and weak concrete before capping and to ensure good concrete at the cut-off level for proper embedment into the pile cap. Where cut-off level is less than 1.5 m from the working level, concrete shall be cast to a minimum of 300 mm above cut-off level. Higher allowance may be accepted depending on the length of the pile. When concrete is placed by tremie method concrete shall be cast to the piling platform level to permit overflow of concrete for visual inspection or to a minimum of one metre above cut-off level. In the circumstances where cut-off level is below ground water level, the need to maintain a pressure on the unset concrete equal to or greater than water pressure, should be observed and accordingly, length of extra concrete above cut-off level shall be determined.

1.7.4 Bearing Strata:

The depth of pile shall be taken to the bearing layer decided by the Engineer based on bore logs available and on visual inspection of samples, recovered during boring. Final depth of the pile will be decided based on test pile results.

The number of piles to be provided for the jetty will depend on the forces coming on the piles and the capacity of each pile.

1.7.5 Withdrawal of Casings

Extraction of casings shall be done in such a way that no necking or shearing of the concrete in the shaft takes place.

1.7.6 Sequence of piling

Page 181: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

60

Sequence of piling shall be such that there is no damage caused to the concrete recently laid in the adjacent pile. Construction of piles shall be done in accordance with the priority of construction of various buildings. Sequence of piling shall be got approved by the Engineer.

1.7.7 Finishing of Pile Heads

The cut off level of the pile shall be decided taking a min. Distance of 150 mm for keying of pile in the pile cap. The top level of concrete in the pile shall be brought up Sufficiently above the cut-off level to allow for slumping or withdrawal of casing tube, and also to have a minimum allowance above cut-off level for removal of all laitance and weak concrete at the top level. Any defective concrete at the head of the completed pile shall be cut out and made good with new concrete bonded to the old concrete. Manual chipping of the pile heads may be permitted after three days of pile castings; pneumatic tools for chipping shall not be used before seven days after pile casting.

1.7.8 Consumption of Concrete in Piling

After concreting the actual quantity of concrete shall be compared with the average obtained from observations actually made in the case of a few piles initially cast. If the actual quantity is found to be considerably less, special investigations shall be conducted and appropriate remedial measures taken.

1.7.9 Back filling of borings

The Contractor shall backfill all the borings between the concrete pile and the surface level after completion of the piling. The cost of backfilling shall be deemed to have been included in the rate of piling.

1.7.10 Loss of Bentonite

In the event of a sudden loss of bentonite suspension during boring, the borehole shall be backfilled without delay and instructions of the Engineer shall be obtained.

Page 182: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

61

1.7.11 Removal of Bored Muck

All reasonable steps shall be taken to prevent spillage of bentonite suspension on the site away from the immediate vicinity of the pile. Discarded bentonite suspension which has been pumped from the boring shall be removed from the site by the contractor at no extra cost to the employer.

1.7.12 Replacement of Defective Bored Piles

Defective piles shall be removed or left in place without affecting the performance of adjacent piles or capping above and additional piles shall be provided to replace them, as directed by the Engineer or his representatives. No payment will be made for the defective piles. No payment will be made for provision of larger size pile caps and plinth beams which may become necessary as a consequence and this shall be borne by the contractor.

1.7.13 Deviation from Designed Location or any factor affecting Load

Capacity of piles.

Any deviation from the designed location, or in load capacity of any pile shall be noted and adequate measures taken by the contractor well before the concreting of the pile cap and plinth beam, if the deviations are beyond the permissible limit.

1.8MEASUREMENT

Where Payment for Piles is effected based on Pile length, piles shall be measured from the toe of piles (i.e. founding level) upto the pile cut-off level.

1.9SPECIAL SPECIFICATIONS FOR DRILLING MUD (BENTONITE)

General

No boring shall be done without the use of a drilling fluid of suitable consistency. The bore hole should always be kept full upto the top with drilling fluid during boring and concreting.

Page 183: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

62

The density and composition of the drilling fluid shall be Such as to suit requirement of the ground conditions and to maintain the fine materials from the borings in suspensions. Properties

Drilling mud shall be used to keep the sides of borehole stabilised. The drilling mud shall have ‘Thixotropic’ properties, i.e. gel forming properties. The drilling mud shall have such properties as to permit formation of filter cake on the inside surface of the boreholes, the thickness of which will depend on the nature of sub-soil deposits.

Sodium based bentonites have ideal properties suitable for use as drilling mud.

The drilling fluid (bentonite suspension) used for piling work shall satisfy the following requirements :

a) The liquid limit of bentonite when tested in accordance with

IS:2720 (Part V) shall be more than 300 per cent and less than 450 per cent.

b) The sand content of the bentonite powder shall not be greater

than 7 per cent. c) Bentonite solution shall be made by mixing it with fresh water

using pump for recirculation. The density of the bentonite solution shall be about 1.12 maximum.

d) The marsh zone viscosity value when tested by a marsh cone shall

be about 37 seconds. e) The swelling index as measured by the swelled volume after 12

hours in abundant quantity of water shall be at least 2 times its dry volume.

f) The pH value of the bentonite suspension shall be less than 11.5.

The specific gravity of the bentonite suspension shall be determined at suitable intervals, particularly near the bottom of boring by suitable slurry samplers,

Page 184: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

63

Consistency of the bentonits suspension shall be controlled throughout the boring as well as concreting operation in order to keep the hole stabilized and to avoid concrete mixing up with the suspension.

1.10SPECIAL SPECIFICATIONS FOR REINFORCEMENT IN PILES

i) Piles shall be reinforced throughout their length. ii) Tack welding Reinforcement cages for the piles shall be made stiff by tack

welding at suitable places to withstand handling without any damage or distortion.

iii) Spacer blocks for cover

The reinforcement should be supported away from the side of bore shaft for ensuring minimum cover of 50 mm by mean of spacer blocks. The spacer blocks shall be cylindrical blocks made of precast concrete, 110 mm in dia and 30 mm height with a hole 10 mm dia in the centre, through which small length (6” to 9”) of 6 mm dia will pass and will be tack welded to the main reinforcement of pile. The cage when lowered will roll on these spacer blocks which will rest against the sides of the bore hole.

iv) Nominal lap between reinforcement shall be provided as per I.S.Code 456-2000.

1.11 SPECIAL SPECIFICATION FOR CONCRETING

General i) All materials used shall conform to requirements of IS: 456-2000. ii) All concrete shall be mixed in mechanical mixers and Vibrated. For Piling :

All concreting shall be done as per IS:2911-Part-III-1980 or latest

revision. All concreting shall be done by Tremie Pipe. The tremie

Page 185: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

64

pipe shall be of steel, shall be water tight and shall not be less than 200 mm in dia. The tremie concreting shall be done as detailed in IS:2911-Part-III-1980 or latest revision.

The placement of first charge of concrete in the tremie shall be preceded by placement with a sliding plug pushed down the tube ahead of it or by any other suitable means so as to prevent mixing of bentonite/ water in the pipe with poured concrete. Before commencing concreting, the bore hole shall be cleared and all spoils at the founding level lifted up and removed by jetting with fresh bentonite solution. Concreting of bore hole shall start immediately after and not more than ½ hour later than the completion of the boring. Once concreting of bore hole is started, the concreting shall not stop till the concreting of the whole pile is completed. The contractor should keep adequate stand by equipment to ensure that concreting can be done continuously. If the concreting is interrupted for such a length of time that the already poured concrete has set, the pile will be rejected.

Tremie pipe shall always be buried in wet concrete at the bottom by

about 60 to 100 cm.

The aggregate to be used for piling shall be graded aggregate as per Table 5 of I.S. 383-1970 or latest revision for better workability. The proportion of fine aggregate and water shall be suitably adjusted to ensure proper workability and slump.

Other than Piling :

All concreting shall be done by use of steel shuttering. Other specifications shall be as per Codes mentioned in these documents.

Testing of Concrete :

Concrete shall be tested to ascertain its cube strength at 7 days and 28 days. The number of piles for which test cubes are to be taken would be as follows :-

Page 186: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

65

Pile Group No. of piles

2 to 4 1 5 to 8 2 above 8 every 4th pile

Six cubes shall be taken in accordance with IS: 1199 for testing A set of three cubes after 7 days and the second set of three Cubes after 28 days.

The method o testing concrete cubes shall be in accordance with IS:516 and the strength requirements of concrete shall be as Specified in IS:456-2000.

1.12 PROCEDURE FOR ROUTINE LOAD TEST ON PILES

Loading shall be carried out upto one and a half (1.5) times the safe

load or upto the load at which the total settlement attains a value of 13 mm for single piles, whichever is earlier.

1.13 LOAD TEST ON PILES : (ROUTINE TEST/CYCLIC TEST – As per

Discretion of Engineer-in-Charge).

(i) Load test shall be carried out on (a) test pile and (b) on two working piles to check the bearing capacity or the quality of piles as per IS: 2911 (Part-IV) – 1979.

(ii) At least one pile shall be tested for each abutment. From among

the completed piles the Engineer at his discretion shall select piles for this purpose.

(iii) For Load Test on piles, the scheme shall be submitted by the

Contractor and get approved by Engineer-in-Charge. (iv) Piles shall be tested in the manner specified below :- Load shall be applied in increments of about one-fifth of the design load till the design load is reached and thereafter increment of 10 tonnes till the test load is reached.

Page 187: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

66

Each increment of load shall be maintained for minimum of half an hour upto design load and thereafter for one hour till the test load is reached. Test load shall be maintained for 24 hours. For each increment of load, readings of settlement at every ten minutes shall be taken. The next increment of load shall be applied only when the difference of settlement readings between the last two readings does not exceed 0.02 mm. On application of test load, readings shall be taken at every one hour. Unloading will be done in following decrements of load :

(1) Test load to design load. (2) Design load to 50% of design load. (3) 50% of design load to 25% of design load. (4) 25% of design load to complete unloading.

Each decreased load shall be kept for a minimum of half an hour and readings of rebound taken every ten minutes. The decrement shall be supplied only when the difference in reading between the last two readings is less than 0.02 mm.

The observation and recording of settlement and rebound shall be done simultaneously by the Contractor and the Engineer’s representative. Three copies of all the readings for the test shall be obtained from the Contractor and given to the Engineer-in-Charge. Actual proforma for recording the results shall be proposed by the Contractor and approved by the Engineer-in-Charge before the stage of the load test. The safe load on single pile should be best of the following: - (a) Two-thirds of the final load at which the total displacement attains

a value of 12 mm. (b) 50% of the final load at which the total displacement equal 10%

of the pile diameter. In case a pile fails under or during the load test, the Engineer shall select two additional piles in lieu of each of such piles failed and the contractor shall carry out load tests on the piles in the same way as

Page 188: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

67

the load tests on the original piles at his own cost. This will be repeated in the case of each failure of pile under/during load test. Detailed proposal together with a sketch for the load test arrangement shall be furnished by the Contractor to the Engineer-in-Charge for the latter’s checking and approval. The top of the pile head supporting the stool shall be finished smooth and the stool shall be arranged in such a way that it does not tilt when the load is applied or released. Stool used for loading must be rigid and its settlement characteristics be determined before actual transference of load on piles.

Jacks used in any particular load test should be of the same capacity and their number shall be limited to two only. They should preferably be connected and operated by one pump. The Contractor shall submit certificates certifying the correctness of the calibrations of the pressure gauges and jacks before use. All jacks should be fitted with locking devices. Settlement and rebound shall be recorded by four deflectometers and also by other independent means of direct measurement. Deflectometers shall be supported independently and in such a way as to be not deflected by the settlement of the piles. The deflection dial gauges to measure the settlement of pile shall have 0.02 mm sensitivity and the readings shall be taken to an accuracy of 0.1 mm. There shall be four (4) members of dial gauges. The contractor shall furnish to the Engineer necessary calibration certificates for each dial gauge from approved authorities before putting the dial gauge into operation.

Before any load test is performed, the contractor shall obtain approval of the set-up and the load frame from the Engineer. Care shall be taken to ensure that the centre of gravity of kentledge is on the axis of pile and load applied by the jack is co-axial with the pile.

Page 189: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

68

1.14 ACCEPTANCE CRITERIA

The piles shall be accepted as satisfactory only when the work has been executed in accordance with this specification and the standards stated hereinafter. (a) The pile shall not be out of plumb by more than 1.5 percent. (b) The toe of the pile shall be at the approved bearing level in each

case.

(c) The results of the load tests carried out in accordance with the contract and with the specifications for load testing shall be satisfactory.

1.15 DEFECTIVE PILES/BORE HOLES :

Any pile which does not meet the acceptance criteria mentioned in

these specifications, shall be termed a defective pile and shall be rejected. No payment will be made for rejected pile.

Rejected pile shall have to be replaced by the Contractor by

providing additional piles, with suitable alteration in design of pile caps. No payment will be made for the additional work in the pile caps.

If any bore hole is defective and/or abandoned, it shall be filled up

with lean concrete 1:4:8 at Contractor’s cost. 1.16 RECORDING OF DATA

Complete records of boring and concreting process for each pile shall be maintained by the contractor and submitted daily in triplicate to the Engineer or his representatives at site for record, one copy of which shall be countersigned by the Engineer or his representatives and returned to the contractor. The following records shall be maintained for each pile: a) Details of Piles (i) Pile number and location. (ii) Existing ground level, cut-off level and level of top of the casing.

Page 190: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

69

(iii) Nominal shaft and inside diameter of casing. iv) Data and time of setting up of rig at the pile location. (v) Date and time of start of boring. (vi) Length of casing driven and depths bored vs. time. (vii)Description of thickness of various strata bored. (viii)Details of any obstructions encountered (depth from existing ground level, thickness & time taken to penetrate through the same). (ix)Chiselling depths and time. (x) Final depth of boring (founding level) (xi)Standard penetration test at the bottom of the borehole, if any. (xii)Date and time of completion of boring. (xiii)Date and time of start and completion of flushing of the borehole with fresh bentonite fluid before concreting. (xiv)Time of lowering reinforcement cage and tremie pipes with total lengths thereof. (xv)Date and time of start of concreting. (xvi)Nos. of mixes poured. Level of concrete inside the borehole and length of tremie pipes at various stages of concreting. (xvii)Concrete grade, mix proportion, water-cement ratio and slump test results. (xviii)Empty boring length and concreted length below Cut-off level. (xix) Results of tests on bentonite slurry used.

b) Details of Instruments used i. Make and specification of jack, pressure gauge and dial gauge. ii. Capacity of jack. iii. Calibration of pressure and dial gauges. iv. Design load of pile, description of location and identification

marks of pile for testing.

c) Test Recordings The readings for settlement and rebound shall be entered In the form specified in relevant IS Code. d) Failure of Test

Where BOQ provides for payment for Pile Tests no payment for pile testing shall be made to the contractor for pile/piles, which have failed in the test.

Page 191: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

70

ANNEXURE C

FUSION BONDED EPOXY COATED REINFORCING BARS

These specifications cover method of fusion bonded epoxy coating over HYSD steel bars conforming to IS-1786 as per IS 13620 : 1993. Steel bars shall be supplied and paid for as per relevant item. Payment for straightening/cutting/bending/hooking and placing in position incl. cost of binding wire shall be paid separately. Some important paras of the above IS code are reproduced below for information and guidance.

1 SCOPE

This standard covers deformed steel reinforcing bars with protective epoxy coating applied by electrostatic spray method.

2 REFERENCES

The Indian Standards mentioned below are a necessary adjunct to this standard:

IS NO.Title

1786 : 1985 High strength deformed steel bars and wires for concrete reinforcement (third revision) 6885 : 1973 Method for knoop hardness testing of metals

3 COATING MATERIALS

3.1 The coating material shall meet the requirements specified in Annex A of IS 13620-1993.

3.2 The patching or repairing material or both, shall be compatible with the coating, inert in concrete and feasible for repairs at the coating pant or in the field. This material shall be approved by the purchaser prior to use. The patching or repair shall be performed in accordance with the recommendation of the material manufacturer.

4 REINFORCING STEEL

4.1 Steel reinforcing bars to be coated shall conform to IS 1786 : 1985.

5. SURFACE PREPARATION

5.1 The surface of the steel reinforcing bars to be coated shall be cleaned by abrasive blast cleaning to near white metal. The surface profile shall be free from mill scale, rust and foreign matter when viewed under well-lit conditions.

Page 192: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

71

5.2 The coating shall be applied to the cleaned surface as soon as possible after cleaning. Any formation of rust blooms on the cleaned bars are to be removed by blast cleaning before application of the coating. However, in no case shall the coating be delayed more than eight hours after cleaning unless otherwise permitted by the purchaser.

6 APPLICATION OF COATING

The coating shall be applied as an electro statically charged dry powder sprayed onto the grounded steel bar using an electrostatic spray gun. The powder may be applied to either a hot or cold bar. The coated bar shall be given a thermal treatment specified by the manufacturer of the epoxy resin which will provided a fully cured finish coating. Temperature shall be controlled as recommended by the manufacturer of the coating to ensure a workman like job without blistering or other defects.

7 REQUIREMENTS OF COATED BARS

7.1 Coating Thickness

7.1.1 For acceptance purpose at least 90 percent of all coating thickness measurements shall be 0.1 mm to 0.3 mm after curing. The coating thickness limits do not apply to patched areas. A minimum of 15 measurements shall be taken approximately evenly spaced along each side of the test bar. At least 90 percent of these measurements shall be within the specified limits.

NOTE- By mutual agreement between the purchaser and the manufacturer, thicker coating may be accepted where the bars are not to be bent or worked after the coating has been applied.

7.2 Continuity of Coating

The coating shall be visually inspected after curing for continuity of the coating and shall be free from holes, voids, contamination, cracks and damaged areas discernible to the unaided eye. In addition, there shall be not more than an average of two holidays per 300mm when tested in accordance with 8.2.

7.3 Adhesion

The adhesion of coating shall be evaluated on a representative number of bars selected in accordance with 9.4 from each production lot No visible cracks of disbanding in the coating on the outside radius shall be allowed when tested in accordance with 8.3.

Page 193: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

72

8 TEST METHODS

8.1 The thickness of the coating shall be measured on the body of reinforcing bar between deformations and ribs or both, on a straight length. Non-destructive coating thickness measurements using magnetic gauges shall be used.

8.1.1‘Pencil’ type pull-off gauges which require the operator to observe the reading at the instant the magnet is pulled from the surface and do not hold shims tightly against the steel plate during calibration are not recommended for use.

8.1.2Gauge calibrating with shims shall be performed on a smooth, clean, low-carbon steel plate (at least 75x75x13 mm), rather than on a clean reinforcing bar.

8.1.3 A correction factor defining the effect of the bar preparation process shall be obtained as the difference between (a) the average of the 10 gauge readings on a cleaned but uncoated reinforcing bar of the size and lot being coated and (b) the average of 5 gauge readings on a smooth mild steel plate. This correction factor shall than be subtracted from all subsequent gauge readings on coated bars.

8.1.4 Fixed probe gauges shall be checked to ensure that the force generated by the spring loaded probe housing is sufficient to ensure intimate contact between the probe tip and the coating on the curved bar surface. If intimate contact does not result, it will be necessary to remove the probe housing and utilize hand-pressure to obtain valid indicated thicknesses.

8.2 Holidays

A 67.5 volts holiday detector shall be used in accordance with the detector manufacturer’s instructions. The detector may be an in line DC detector or a hand held DC detector.

8.3 Adhesion of Coating

The adhesion of the coating shall be evaluated by bending production coated bars 120 degrees (after rebound) around a mandrel of size as prescribed in Table 1. The bend test shall be made at a uniform rate and shall take up to 90 seconds to complete. The two longitudinal deformations shall be placed in a plane perpendicular to the mandrel radius and the test specimen shall be at thermal equilibrium between 25 C and 35 C.

Page 194: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

73

NOTE – the fracture of partial failure of steel reinforcing bar in the bend test for adhesion of coating shall not be considered as an adhesion failure of the coating.

Table 1 Mandrel diameter for Bend Test Requirement (Clause 8.3) Bar diameter, mmMandrel Diameter, mm

(1) (2) 6 60 8 80 10 100 12 100 16 125 18 150 20 150 22 200 25 200 28 225 32 280 36 280 40 400 45 450 50 500

___________________________________________________________

9 FREQUENCY OF TEST

9.1 Coating thickness shall be tested at a frequency of not less than one full length bar every twenty bars for each size.

9.2 Continuity of coating shall be determined by testing one full length bars for each size.

9.3 Coating thickness over the whole of the coated bar section shall be determined by sectioning and examining one bar in every twenty tones for each size.

9.4 For testing adhesion of coating, samples shall be selected from each size according to the frequency given below:

Nominal Size of Bar, mm No. of Samples

Up to 16 1 for every 1 tones Above 16 and up to 25 1 for every 2 tones Above 25 1 for every 4 tones

Page 195: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

74

10 RETEST

10.1 If the specimen for coating thickness or for adhesion of coating fails to meet the specified requirements, twice the number of samples originally selected shall be tested for each failure test. If the results of these retests meet the specified requirements, the coated bar represented by the samples shall be accepted.

11 HANDLING AND IDENTIFICATION

11.1 All systems for handling coated bars shall have padded contact areas. All bundling shall be used to prevent damage to the coating. All bundles of coated bars shall be lifted with a strong back, spreader bar, multiple supports, or a platform bridge to prevent bar-to-bar abrasion from sags in the bundles of coated bars. The bars or bundles shall not be dropped or dragged.

11.2 The identification of all reinforcing bars shall be maintained throughout the fabrication and coating processes to the pint of shipment.

12 INSPECTION

All tests and inspection shall be made at the place of manufacture prior to shipment, unless otherwise specified.

13 PERMISSIBLE COATING DAMAGE AND REPAIR AFTER COATING

APPLICATION

13.1 Coating damage due to fabrication and handling need not be repaired in case where the damaged area is 40 mm2 or smaller.

13.2 All damaged areas larger than 40 mm2 shall be repaired with patching material.

13.3 Maximum amount of damage shall not exceed 2 percent of the surface area of each bar (total of damage in 13.1 and 13.2)

13.4 Patching shall be done in accordance with the patching material manufacturer’s recommendations.

14 REJECTION

Coated bars represented by the samples that do not meet the requirements of this specification shall be rejected. By mutual agreement between the purchaser and the manufacturer, such bar may be stripped of coating, re cleaned, re-coated, and resubmitted for acceptance test in accordance with the requirements of the specification.

15 MANUFACTURER’S CERTIFICATE

Page 196: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

75

If requested by the purchaser, the manufacturer shall furnish, at the time of shipment, a written certificate that the coated reinforcing bars meet the requirements of this specification.

16 IDENTIFICATION AND MARKING

16.1 The manufacturer or supplier shall mark the bars in such a way that all finished bars can be traced to the cast from which they are made or the original identification mark of the bars.

16.2 Each bundle containing the bars may also be suitably marked with the Standard Mark in which case the concerned test certificate shall also bear the Standard Mark.

16.2.1 For each bundle of bars a tag shall be attached indicating the Cast No./Lot No., grade and size of bars

Page 197: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

76

ANNEXURE D

SPECIFICATIONS FOR DESIGN AND MANUFACTURE OF RCC PIPE SEGMENTS

FOR CASING PIPE

1.0 GENERAL

1.1 The RCC Casing pipes are to be with an internal diameter sufficiently

large to facilitate smooth insertion of 914 mmouter dia carrier MS pipes. As per Railway requirements, the inner diameter of RC Casing Pipe has to be atleast 500mm larger than 914mm being outer dia of Carrier Suction Pipe.. The pipes will be of individual length 7.50M to 13.00M with pipe ends welded outside. Since the length of RCC casing pipes to be laid by Pipe Jacking may be in the range of about 25.00M in each location, it has to be ensured that while inserting 914 mmOD pipe, the process is smooth. The thickness of RCC casing pipes and the reinforcement to be provided will depend on the Jacking force the pipe has to cater for and the economics by way of the relative cost of cement and steel. It will be the responsibility of the Tenderer to carryout a proper design so that the pipe can transmit the Jacking force without getting crushed Concrete to be used should be of controlled type and of strength to suit the proposed design. If required additive such as a plasticiser may be considered for use subject to following the provisions of relevant IS codes. The pipe Jacking operation will involve jacking in the pipe segments one behind the other to form a pipe string from the Jacking Pit to the Receiving Pit. The maximum length of pipe segment will be influenced by the Drive length or the length between the Jacking and Receiving Pits as well as the characteristics of the soil through which the pipe jacking is to be done. The most important controlling factor will be the capacity of Jacks used for Pipe Jacking. The size of pit along the Pump house construction area and pipe laying route in the bank and river bed will also influence the maximum length of pipe segment. It has to be ensured that the Jacking system will be able to accommodate the pipe segment of lengths smaller than the maximum decided upon. The contractor should also pay special attention to the design of ends of pipe segments so that each pipe segment transfers the Jacking force smoothly to the next segment in the Pipe string. It has also got to be ensured that while the Jacking force is applied at one end of the pipe string, the force gets transmitted all along the string

Page 198: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

77

axially so that there is no misPump house construction area & pipe laying route in the bank and river bed or angular deflection vertically or horizontally at joints of pipe segments.

2.0 SPECIFIC REQUIREMENTS

2.1 The concrete jacking pipes shall be manufactured by a vertical

casting process to be approved by the Engineer-in-charge. Design, manufacture and factory testing of the pipes shall be to acceptable standard and shall also meet the basic requirement specified in relevant IS Codes as amended up to-date. The clear cover of concrete over steel reinforcement on the wet side shall not be less than 50 mm.

2.2 The outside and inside diameters of the pipe segments shall be such

that they match the dimensions of the jacking equipment or vice versa. The minimum standard length of the pipe segment shall be 2.5 m. or as decided by the contractor. However, the length of the pipe segment shall be shortened/extended to suit the site conditions and the methodology of work, subject to the approval of the Engineer-in-charge.

2.3 Precast concrete pipes, manufactured by the Contractor, shall be

manufactured using Batching Plant or Ready Mix Concrete of required grade (minimum M 50) as stipulated in IS 456-2000. If concrete of less thatn M 50 is proposed, specific prior approval of the Engineer-in-charge should be taken. In case procurement of RMC is from concrete manufacturers it shall be with the approval of Engineer-in-Charge. Complete details of the Batch of ready mix concrete like its Grade, WC ratio, maximum aggregate size, time of leaving the RMC plant, time of pouring into the moulds, additives like super plasticisers etc used and suppliers certificate shall be maintained for each batch. Three cube samples shall be taken from each batch of concrete and tested for 28 days strength in a laboratory approved by the Engineer-in-charge. If the test cubes fail the requirement, the finished pipe shall be liable for outright rejection after Non Destructive Test.

2.4 The Engineer-in-charge’s representative shall have full authority to

inspect any material or finished product and reject the same if not found conforming to the standards. The Contractor shall make his

Page 199: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

78

representative available to the Engineer-in-charge’s representative during such inspections and testing.

2.5 The precast reinforced concrete jacketing pipes shall be sufficiently

reinforced with steel to IS Standards to withstand all stresses induced by handling, jacking, earth and water pressures and all working loads at the depths at which they are to be used without cracking, spalling or distortion. The pipes shall be of at least strength Class NP3. A load factor (for the maximum jacking force) of not less than 2.0 shall be used in the calculations to determine the strength of the pipes required.

2.6 When designing the jacking pipes, the contractor shall take into

consideration jacking load, pipe stiffness, corrosion resistance, flexibility, durability, joint efficiency etc. The Contractor shall submit full details of his proposals for the pipes, giving detailed drawings showing sizes, reinforcement and type of joints, with supporting calculations, together with the manufacturing process to the Engineer-in-charge for approval. All workmanship and materials used in the manufacture shall be subjected to the approval of the Engineer-in-charge who may inspect materials at source and the manufacturing processes in the factory at any time.

2.7 Contractor shall allow for eccentric loading in the pipe, rather than

axial loading, during the installation of the pipe. The Contractor shall take precautions to minimize the resultant pipe stresses in a jacking pipe and to achieve a trouble free jacking operation. The eccentric loading shall account for maximum steerability. Eccentric or concentrated load combination on the pipe surface should be evaluated for effective surface contact area and reduction in the factor of safety.

(a) Pipe shall be straight and uniform with bevel ends. The joints shall

be well formed to allow efficient transfer of jacking load from pipe to pipe.

(b) Pipe joint shall be fitted with compressible packer such as Particle

Board for better distribution of jacking load. (c) The jacking frame, jacks and steering head shall be properly

aligned along the designed Pump house construction area & pipe laying route in the bank and river bed and grade and the

Page 200: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

79

whole assembly shall be square and at right angles to the thrust wall.

(d) Steering corrections shall be made gradually to minimize abrupt

misPump house construction area & pipe laying route in the bank and river bed angles between the pipes.

(e) The pipes should be provided with well-formed arrangement for

groove for rubber gasket. 2.8 The pipes shall be sufficiently cured before they are used in the

construction of the Works. They shall be handled with extreme care to prevent the edges of the pipes from chipping. The pipes shall be stacked in shade or adequately protected from severe sunrays. The Engineer-in-charge may reject any pipes he considers not suitable for the Works and these rejected pipes shall be removed from the site immediately. After factory testing and before dispatch, every pipe and special if any shall be marked in accordance with the Standard used. In addition, each pipe shall be marked with a number corresponding with the order of manufacture and date of manufacture and Grade of Concrete. Test certificates from the manufacturers or other relevant authority shall be submitted to the Engineer-in-charge.

2.9 The pit location may have limited or restricted storage space for

stacking of jacking pipes. The Contractor shall therefore schedule the supply of pipes to the sites in such a way that only absolute minimum numbers of pipes are brought to the site at a time.

3.0 PIPE JOINTS

3.1 The joining arrangement for the jacking pipes is crucial in terms of

water-tightness, flexibility and smooth transmission of jacking force. Spigot ended jacking pipe with recess to receive rubber rings and steel collars or other acceptable joints shall be used in pipe jacking application. The joints shall be flush from outside as well. The contractor shall submit joint details to the Engineer-in-charge for approval. It is however upto the contractor to decide on the type of joint to be provided depending on his scheme for Pipe Jacking.

Page 201: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

80

4.0 RUBBER RING JOINTS

4.1 The joint rubber rings supplied and installed shall be of the Cornelius

rubber ring type or similar approved and shall be capable of accommodating 2 degree deflection at each joint. Joint rings shall meet the requirement in the latest edition of I.S. 5328 and B.S. 2494 part 2 or be of quality approved by the Engineer-in-charge. The properties of the joint ring shall be between those specified in BS 2494 for grade D and grade B.

The testing of rubber ring shall conform to IS. 3400 and also IS. 5382.

The Contractor shall indicate the grade of rubber rings he intends to use and submit samples for approval prior to incorporation in the Works. The grade, type or source of supply of rubber rings shall not be changed without the written approval of the Engineer-in-charge.

5.0 PIPE COUPLINGS (COLLARS)

5.1 Where pipe collars are used for pipe joints, it shall be made of

weldable structural steel to BS 4360 Grade 43 or equivalent I.S. The steel coupling shall be of such dimension and thickness so that when inserted into the pipe, it fits exactly into the recesses in the pipe. The joint so formed shall be watertight. The joint details shall be approved by the Engineer-in-charge. Before fitted to the pipes, the collars shall be coated with approved anti-abrasive and anti-corrosive materials as approved by the Engineer-in-charge.

6.0 COMPRESSIBLE PACKERS

6.1 Suitable compressible packers such as particle board shall be used

at the joints for distributing the jacking force evenly through the wall of the jacking pipes. Uneven transfer of jacking force from a pipe to another shall result in concentrated and excessive stresses in the pipe which can cause the pipe to crack. Contractor shall submit details of the compressible packers for Engineer-in-charge’s approval.

Page 202: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

81

7.0 IDENTIFICATION OF PIPES, RUBBER RINGS ETC.

7.1 Every pipe made shall be clearly and indelibly marked upon it an

identification number, class, batch of concrete, diameter and date of manufacture. Every finished pipe shall be tested for dimensional conformity and non-destructive testing with Schmidt Hammer or any other method as approved by the Engineer-in-charge. Full records are to be maintained of each pipe test and for each individual pipe the date manufactured, cleared after testing and supplied.

No pipe shall leave the manufacturing yard for the site unless it is

tested and cleared by the Engineer-in-charge’s representative. 8.0TESTS ON JACKING PIPES

Every pipe shall be subjected to following dimensional conformity tests and the tolerance shall be within limits as indicated below: 1. Length

Tolerance in mm +25

2. Perpendicularity of faces

Tolerances in mm 8

3. Deviation from straight

Tolerance in mm ±10

4. Deviation from pipe dia.

Tolerance in mm +0, -16

Page 203: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

82

ANNEXURE E

SPECIFICATIONS FOR JACKING PIT & RECEIVING PIT – SITING OF JACKING PIT

AND RECEIVING PIT

The Pipe Jacking System has been proposed for Jacking the 4 Nos. RC Casing Pipe across existing Railway embankment. The RC Casing Pipes laid parallel to each other with an interspacing of 7 metres between the adjacent pair of pipes are meant to take the Suction Pipes of 4 pumps These pumps are to be located in the Pump House, the site of which has already been decided. The underground Pump House structure can ideally be utilised as the Jacking Pit common for all 4 RC Casing Pipes to be jacked across the Railway embankment. The location of Receiving pit which can be common for all four casing pipes to be jacked across Railway Bank, will have to be necessarily sited opposite to Pump House area but in the river side of the Railway embankment. It has to be kept in mind that the Casing Pipes are proposed to be Jacked in so that the suction pipes get just immersed at LLWL of Hoogly river. Hoogly river being a tidal river, there will be variation in water level from LLWL to a higher level which will vary depending on the season and even daily. Thus the Receiving pit will be subjected to hydraulic pressure. Further since the Receiving Pit will be sited on the slope of embankment of circular Railway, special care has to be exercised to ensure that its construction and subsequent utilisation do not pose any danger to Rail traffic. 1.2 The exact locations of the Jacking Pit / Shaft and Receiving Pit /

Shaft will be required to be approved by the Engineer-in-charge since the construction may affect some utilities which may be required to be temporarily or permanently diverted. These as well as removal of encroachments, if any, in the area required for the Pits / shafts and for ancillary infrastructure will require special attention by the Employer in coordination with the concerned authorities.

2.0DESIGN OF PITS / SHAFTS – GENERAL FACTORS

2.1 General

The details given below are of general nature. Since the Pump House structure is to be used as Jacking Pit, the Jacking arrangements will be required to be designed keeping in mind the

Page 204: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

83

dimension and structural strength of various parts of the Pump House structure, specially the Diaphragm Walls and base RC Slab of Basement floor. It should be ensured that any temporary works carried out in the Pump House structure to facilitate Jacking operation are removed once the Jacking operation is over, leaving the Pump House structure fit for installation of Electric Pumps, motors and accessories along with supporting facilities planned in the Pump House.

2.2 The Shafts shall be designed by the Contractor taking into with consideration the following factors.

i) Size of the shafts to efficiently perform the work. ii) Selecting appropriate shaft excavation support methodology. iii) Evaluation of the ground water control system that will provide

a dry, stable shaft excavation. iv) Lateral Earth, ground water and surcharge pressures to be

considered for design of shaft excavation support systems. v) Lateral resistance of the thrust block. vi) Launching and Exit seal requirement.

3.0DESIGN OF SHAFT WALLS

3.1 Shafts shall be of a size commensurate with safe working practice and

located at sites selected keeping in view the constraints described in Para 1.0 above. The design for the shaft is left to the discretion of the Contractor based on site conditions including soil characteristics and Ground water level. Acceptable construction methods will include the use of interlocked steel sheet piling, precast circular concrete segments lowered in place during excavation, bored piles, diaphragm walls, liner plates etc. It is to be kept in mind that the Pits are required only for a limited period during jacking / Pipe Jacking operations till pipes are laid in final position.

3.2 The Contractor shall properly support all the excavations and prevent

disturbance of the soil and pavement, utilities or structures outside of the excavation. The Contractor shall furnish, place and maintain sheeting, bracing and lining required to support the sides and floor of all pits and provide adequate protection of the work personnel and the general public. Design loads on the sides of the Jacking and Receiving Walls are dependent on the Construction method and flexibility of the wall system. The ideal working shaft will be plumb in

Page 205: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

84

construction and dry. Excavation support system shall be designed to support ground pressure, utility loads, equipments, loads, applicable construction loads and other surcharge loads in a manner preventing damage to and minimise movement of structures and utilities. Any over loads or loss of ground encountered during sinking of the working shaft shall be recorded and when appropriate be backfilled or grouted to ensure that no voids remain in the vicinity of Jacking Zone. The bottom of the support system shall be carried to an adequate depth below the main excavation to minimise lateral and vertical ground movements.

3.3 The working Shaft shall be constructed with a maximum tolerance of

75mm for verticality throughout its full depth.

4.0SIZE OF PITS

4.1 The Jacking pit shall be designed to accommodate the installation

of Pipe Tunnel Boring Shields and Pipe Jacking device. This will include the Jacking frame, Thrust ring assembly, Slurry pumping or Earth removal equipment, Electrical isolation box and other mechanical and electrical equipment and guidance system. The length of pit will also have to be decided based on the maximum length of pipe segment proposed to be Jacked. The Thrust Blocks have to be designed suitably to take the Jacking force and where the pipe segments exit the shaft, the ground has to be consolidated by grout.

4.2 Consideration must be given to safe access and works space for the

pit bottom crew. The design of the shaft base, to be concreted to its predetermined depth and / or level during the construction, shall incorporate the requirements of a Thrust Block for the Jacking frame to bear upon and a launching eye and sealing ring through which the Tunnel Boring machine / Shield is launched.

4.3 Where design consideration requires any localised reduction of the

shaft section or change in shape, then sufficient space shall be maintained to enable access to all items of tunnelling equipment and Jacking pipes slung in their normal position.

5.0SHAFT BREAK-IN AND BREAK-OUT

Page 206: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

85

At all Shaft Break-ins and Break outs, measures for ground improvement or stabilisation may be taken, where required, taking into consideration the type of soil, ground condition, Jacking pressure etc so as to ensure stability of the ground as the tunnel enters into or exits the shaft. Since the Pump House structure is proposed to be used as the Jacking Pit, it will require special care as the four RC Casing Pipes, to house four suction pipes of Mild steel OD 914mm will be passing through the Diaphragm wall at just about river LLWL. The need for Launching Seal at Jacking Pit and Exit seal at Receiving Pit should also be considered and provided for if required, taking into consideration the soil conditions. It has to be ensured that in the Jacking Pit, the pipe lubricant injected in the annular space around the casing cum Jacking Pipe does not leak into the pit. It should also be ensured that soil and ground water do not enter the shaft around the annulus of the Jacking Pit.

6.0 RECEIVING PIT

The Receiving Pit / Shaft should be designed to accommodate the Pipe Segment and the Tunnel Boring Shield. The ground where the Pipe segment enters the shaft should be consolidated by grout as necessary. Special attention will be required considering that the river water level can rise above LLWL and the RCC Casing Pipes are to be jacked at River LLWL. In the design of Receiving Pit, the need for not jeopardising the safety of traffic on the adjacent Railway Track should be kept in mind.

7.0 CONTROL OF GROUND WATER

7.1 The Contractor shall furnish, install and maintain equipment to keep

the Jacking Shaft free of excess water. The Contractor shall also provide surface protection on the top of the shaft to ensure that during the period the shaft is in use for Pipe Jacking operation, the surface run off does not enter the shaft.

7.2 The Scheme of Ground water dewatering, if found necessary to keep the shafts functional should be done to ensure that the surrounding soils or structure are not unduly affected and the settlement is not in excess of the limits stipulated in Para 2.3 of Special Conditions (Section No.3). The Dewatering System should be of sufficient capacity to remove water continuously from the shafts till the work of Micro jackingPipe Jacking is completed. The removal of soil particles during dewatering should be kept to the minimum.

Page 207: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

86

The dewatering arrangement should ensure security and safety of the underground working and equipment throughout the period of Jacking activity. If necessary, a sump pit with a submersible pump along with a standby pump may be provided.

7.3 It has to be specially kept in mind that the Receiving Pit will be

located on the river bank and with the RC casing pipes being jacked just below river LLWL, the bottom of Receiving Pit will be at a level well before LLWL of the river.

8.0 SECURITY FENCING AND LIGHTING

The Contractor should arrange to provide Security fencing round all Jacking Shaft and Receiving Shaft areas. The area covering the pits and ancillary structures on the ground should be well lit during the night to prevent mishap involving workers as well as the public in occupation of adjacent areas. Security personnel may also be required to be deployed to safeguard the work spot with all the installations.

9.0 DESIGN FEATURES – MISCELLANEOUS

9.1 Design of the Jacking and Receiving Pit supports should also take

into account the loading for shield / pipe Jacking when appropriate as well as the special provisions for reinforcement around the breakout location. The base of the pits shall be designed to withstand uplift forces from the full design load of water depending on the Ground water level, unless approved dewatering or other ground modification methods are employed to reduce the hydraulic pressure.

9.2 Where a thrust block is required to transfer jacking load into the soil, it

shall be properly designed and constructed by the Contractor. The backstop shall be normal or square with the proposed pipe Pump house construction area & pipe laying route in the bank and river bed and shall be designed to withstand the maximum jacking pressure to be used with a factor of safety of at least 2.0. It shall also be designed to minimise excessive deflection in such a manner as to avoid disturbance of adjacent structures or utilities or excessive ground movement. If a concrete Thrust Block or Treated soil Zone is utilised to transfer Jacking load into the soil, the tunnel boring is not

Page 208: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

87

to be jacked until the concrete or other materials have attained the required strength.

9.3 If Tremie concrete sealing slabs are placed within the earth support

system to prevent ground water inflow when access shifts are dewatered, the sealing slabs shall be of sufficient thickness to provide a factor of safety equal to 1.2 against hydrostatic uplift in order to prevent bottom blow out when the excavation is completely dewatered.

9.4 Since the Pump House structure is proposed to be utilised as Jacking

Pit, the structural strength of walls and floor of the Basement floor will have to be specially checked to see if any strengthening will be required to take care of requirements on account of Jacking Operation.

10.0 FILLING UP OF SHAFTS ON COMPLETION OF WORK

10.1 Back fill of the Shafts and compaction should be taken up by the

Contractor only after obtaining approval of the Engineer-in-charge / KMC. On completion of the pipe drive, the Contractor shall remove all the equipment as well as debris and unacceptable materials from the pit and complete backfilling with the excavated earth of quality acceptable to the Engineer-in-charge. The earth shall be filled in layers 150mm thick duly consolidated. All permanent works of the shafts upto a depth of 3 metres from the ground level should be dismantled so as not to create any obstruction for laying of utilities in future. The shaft top area and the adjacent areas used for associate functions such as for setting up control cabin, site store, stacking area for pipe segments, injector tanks, slurry tanks, generator room, moving space for material trucks, cranes, Dump trucks etc shall be cleared up and left in a neat and tidy condition.

10.2 If Pump House structure is proposed to be used as the Jacking Pit, on

completion of Jacking Operation, temporary arrangements, if any made specifically to facilitate Jacking operation, should be removed in consultation with the Engineer-in-charge.

11.0 DIVERSION OF DRAIN / ROAD / UTILITIES

11.1 To facilitate Construction of the Jacking pits and Receiving Pits, the

Contractor shall be fully responsible for permanent shifting of the

Page 209: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

88

drain or road if any affecting the work of construction of the pit duly ensuring that there is no obstruction to the flow of water or road traffic and also that there is no difficulty in proper maintenance of the same during the period of execution of work, KMC will be responsible for temporary or permanent shifting of utilities. Adequate notice should be given to the Employer through the Engineer-in-charge on the utilities to be shifted so that the Employer can coordinate with the utility owners and arrange for temporary diversion or permanent shifting to facilitate the Construction. Shifting of Utilities, if inescapable, will be done at the cost of the Employer. The contractor will be responsible, on completion of the work, for permanent restoration of the drain, the road work and other incidental works on service excluding the work on utilities. The Contractor shall take into account the cost of all items (materials, labour and equipment) described in paras above in his Price Bid.

12.0 REQUIREMENTS – GENERAL

12.1 The drawing showing the arrangements inside and the detailed

design of Jacking Pit / Shift and Receiving Pit/ Shaft taking into consideration all points mentioned above, shall be submitted to the Engineer-in-charge and the work taken up by the Contractor only after his approval. The contractor shall be fully responsible for design, construction, maintenance and removal including making good any damage attributed to jacking and receiving pit construction.

Page 210: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

89

ANNEXURE F

SPECIFICATIONS FOR TUNNELLING & PIPE JACKING EQUIPMENTS AND THEIR

OPERATION

1.0 TUNNEL BORING MACHINE:

1.1 Though it is not a mandatory requirement or condition, the

Contractor may deploy, depending on the scheme he proposes to adopt, a Tunnel Boring Machine. The microjacking-boring machine if deployed shall be an unmanned mechanical type earth pressure counter balanced bentonite or polymer slurry shield system. The machine shall be laser guided and monitored continuously, with a closed circuit television system. There shall be an overall Control system that will enable remote control of all main operating functions of the system from one location either at surface or within Jacking shaft. The machine shall be capable of fully supporting the face both during excavation and during shut down and shall have the capability of positively measuring the earth pressure at the face. Excavation face pressure shall be maintained at all times between the measured active earth pressure and 50 percent of the computed passive earth pressure. Fluid pressure applied at the face to stabilize the excavation shall be maintained at a level slightly in excess of normal hydrostatic pressure and shall be monitored continuously. The machine shall be operated so as to prevent either surface heave or loss of ground during jacking and shall be steerable and capable of controlling the advance of the heading to maintain line and level within the tolerances specified in paragraph 6(a) below. The machine shall be capable of handling and removing materials of high water content from the machine head.

1.2 Each pipe casing section shall be jacked forward as the

excavation progresses in such a way as to provide complete and adequate, ground support at all times. A bentonite or Polymer slurry (driller’s mud) may be applied to the external surface of the pipe to reduce skin friction. A jacking frame shall be provided for developing a uniform distribution of

Page 211: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

90

jacking forces around the periphery of the pipe. A spacer of particle Board or other suitable material as approved by the Engineer in charge shall be placed on the outer shoulder of the pipe casing joint. The thrust reaction backstop shall be properly designed and constructed.

1.3 The backstop shall be normal (square) with the proposed pipe

casing Pump house construction area & pipe laying route in the bank and river bed and shall be designed to support the maximum obtainable jacking pressure with a safety factor of at least 2.0.

1.4 The jacking system shall be capable of continuously

monitoring the jacking pressure and rate of advancement. Special care shall be taken when setting the pipe guardrails in the Jacking Shaft to ensure correctness of the Pump house construction area & pipe laying route in the bank and river bed, grade and stability.

2.0 JACKING SHIELD

2.1 Alternatively, the Contractor may deploy Jacking shields. Shields

come in a wide variety of configuration. For Pipe Jacking work, proposed the Contractor can deploy any of the following types of conventional shields.

Types Application

Manual :- Excavation at face Manually means with the use of various

methods to control the ground at the face including among others bench plates, spiling, break plates or doors Blind Excavation at face by forcing soft homogenous plastic soils through apertures, slits or doors in the enclosed shield face.

Semi-mechanical -Excavation at face by powered excavation device such as modified back hoe arm or rotary cutting head on boom arm.

Mechanical-Excavation at face by rotary cutting head Fitted With spades, discs or domes. Rotary shieldsclassified generally as Tunnel Boring Machines (TBMs) fall under this group.

Page 212: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

91

Only jacking equipment capable of fully supporting the face of the tunnel shall be used for pipe jacking work.

2.2 Jacking equipment selected for the project shall be compatible with

the geotechnical information contained in this contract and as gathered by the Contractor from his site investigation. The jacking equipment shall be capable of jacking through mixed face conditions without exceeding the settlement tolerances specified in Para 8 (d) below.

2.3 Face pressure exerted at the heading by the jacking machine shall

be maintained as required to prevent loss of ground, ground water inflows, and settlement or heave of the ground surface by balancing soils and ground water pressures present.

3.0 BASIC REQUIREMENTS

3.1 The Contractor should decide on the type of attachments that

make up the cutting wheel and the ground cutting tools, the crusher built into the head and various other attachments particularly injection nozzles, based on the main characteristics of the soil such as Hardness, presence of hard elements in soil matrix, susceptibility of sticking of clay and abrasiveness.

3.2 The system shall be of closed face type capable of providing

supporting pressure to full-excavated area or face at all times with capability of controlling and measuring pressure at face.

3.3 The balancing of earth and ground water pressure may be

achieved by use of slurry pressure, augur earth pressure balance or a combination of the two.

3.4 The system should be capable of any adjustment required to

maintain face stability for anticipated ground conditions.

3.5 Where slurry pressure system is adopted, including for spoil removal, the earth and ground water pressure at the face may be controlled by use of variable flow slurry pumps, pressure control Valves and with minimum of two flow metres, one on feed side and one on return side.

Page 213: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

92

3.6 For earth pressure balancing system using a screw auger spoil removal system from the face, the excavated material should be controlled by maintaining an earth pressure-balancing plug of material at the face with advance of system being matched with excavation removal through auger. The control of soil through auger may be done by use of pitch spacing and / or an auger gate or throttle.

3.7 The shield system should have the power and ability to deal

with any type of soil likely to be met with. 3.8 The system should have the ability to articulate and steer to

correct vertical and horizontal deviation from Pump house construction area & pipe laying route in the bank and river bed datum by remote activation.

3.9 The system shall have the means to inject lubricant over lead pipe, if required.

3.10 There should be as far as possible an overall control system enabling remote control of all main operating functions of the system from one location, either at surface or within Jacking Pit.

4.0 PIPE JACKING EQUIPMENT:

4.1 Required Capacity of Jacking Equipment The main jacking equipment installed must have a capacity greater

than the anticipated jacking load. Intermediate jacking stations may be provided by the Contractor when the total anticipated jacking force needed to complete the installation may exceed the capacity of the main jacks or the designed maximum jacking force for the pipe. The jacking system shall develop a uniform distribution of jacking forces on the end of the pipe by use of thruster rings and cushioning material.

5.0 JACKING PIPE / PIPE SEGMENTS TO BE JACKED

5.1 The length of drive that is possible to achieve with a particular equipment is dependent upon the jacking force required to push the pipe through the soil conditions. The jacking force required is in turn a function of many variables including the soil conditions, depth of the pipeline, annular space or over cut between the pipe and soil, lubrication of the pipe, pipe material, diameter and strength.

Page 214: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

93

5.2 When a slurry system is used by the Contractor, the composition of the slurry must be closely monitored for specific gravity and viscosity in certain soil conditions. With an auger soil removal system, the speed of rotation of the auger flight and the addition of water and / or compressed air must be closely monitored.

5.3 In general, pipe used for jacking shall be smooth, round, have

an even outer surface, and joints that allow for easy connections between pipes. Pipe ends shall be square and smooth so that jacking loads are minimized when the pipe is jacking. Pipe used for pipe jacking shall be capable of withstanding the jacking forces that will be imposed by the process or installation, as well as the final place loading conditions. The driving ends of the pipe and intermediate joints shall be protected from damage.

5.4 Any pipe showing signs of failure may be jacked through to

the receiving shaft and removed. Other methods of repairing the damaged pipe may be used, as recommended by the manufacturer and subject to approval by the Engineer in charge.

6.0 STEERING CONTROL

For good practice, the following should be ensured

• The Jacking Frame should not deflect under the weight of the Pipes / Shield.

• The Jacking frame should be secured to the correct line and level on a firm base that will also take shock loads.

• Due allowance should be made on the Jacking frame to account for the over- break of the shield to the lead Jacking pipe so that the pipe lies central to the shield.

• The thrust wall back spreader and Jacks should be at right angles or aligned depending on the Jacking rig, to the line and level gradient of the designed bore.

• The shield should be set up and Jacked upto the shaft face or Pipe Jack eye and it should be correctly aligned before excavation commences.

• Pipe Jack shields must be accurate, cylindrical to a fine tolerance and should incorporate a steering arrangement. In a hand shield, this can be simple Jacks for adjusting the shield in relation to the lead pipe. In a

Page 215: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

94

TBM, it will require a steerable head, which articulates relative to the body of the shield.

• The shield must be provided with a target as near to the face as practicable. This can be done through normal surveying instrument or by laser beams and will assist in providing a control for the tunnel miner or machine operator. Constant monitoring and small steering corrections are essential to maintain good Pump house construction area & pipe laying route in the bank and river bed control. Checks must be regularly done and results recorded to see if the work is progressing as per the designed system. If misalignment occurs for any reason in the stretch between the Jacking and Receiving Pits, it is important to keep steering corrections small in order to avoid large angular deflection of pipe joints. A system to measure and control joint deflection to the limit specified should be implemented.

7.0 GUIDELINES FOR THE MEASUREMENT OF DEVIATION

During Pipe Jacking Operation, the position of the shield is to be monitored by checking whether it is moving according to the planned course. The parameters measured are vertical deviation, horizontal deviation, the Angle and azimuth of the axis of the machine with respect to the theoretical axis. The operator has to monitor the trajectory based on this data. It is thus essential that these measurements are precise and reliable. Vertical and horizontal deviations are obtained using a laser beam. The laser is to be fixed in the starting shaft. It emits a beam in the direction set before hand according to the desired trajectory. This beam is reflected on to a target located at the back of the machine body / shield. The laser must be fixed to a part that is not affected by any movement during the operation of the thrust cylinders. Even a slight modification of the inclination of the laser stand can cause significant differences at large distances in the deviation readings. These deviations will increase with the length of Pipes Jacked. It is hence advisable to fix the laser stand at the base slab, which is less likely to move than the walls of the shaft on which the reaction massif is attached. Another alternative would be to fix it on a support attached to the surface of the ground and independent from the walls of the shaft.

Page 216: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

95

Some lasers have an automatic vertical levelling arrangement based on the concept of a plum line, thus compensating for the vertical movement of the laser stand. As regards its positioning in the horizontal plane, a continuous adjustment will be required.

8.0PRECAUTIONS TO BE TAKEN DURING JACKING OPERATION

Irrespective of the type of equipment used for Micro Jacking Operation the following should be ensured. a) The Tunnel Boring and Pipe Jacking operations shall be carried out so as not to exceed vertical and horizontal tolerances and angular deflections as under.

“The position of the internal face of any part of the pipeline shall not deviate from that designated by more than the following

Line + 100mm. Level + 50mm. Maximum lipping between edges of adjacent pipes + 5m Angular deflection measured as the deflection between the longitudinal axis of the adjacent pipes shall not exceed + 0.50 Degree”.

The Jacking equipment should have the arrangement for correction of the alignment while negotiating the length between Jacking and Receiving Pits. The Jacking equipments should be able to deal with obstructions that may be met with.

b) Pipe segment should not be jacked until the concrete thrust block and tremie seal (if provided), and grouted soil zone in Jacking and Receiving shafts have attained the required strength. c) The pipe segment shall be jacked in place without damaging the pipe segment joints or completed pipe segments. d) After completion of the jacking operation between Jacking and Receiving shafts, the lubricating material if used for assisting the Jacking Operation shall be displaced from the gap between the pipe casing exterior and the surrounding ground by injection of a cement grout or any other filler subject to the approval of the Engineer-in-Charge. Pressure and the amount of grout shall be controlled to avoid pipe damage and displacement of the pipe and soil beyond the tolerances specified in Para 2.3 of Special Conditions (Section 3) of maximum 25mm settlement. Maximum Heave should also be restricted to 25mm. Grouting shall be accomplished promptly after pipe installation has been completed to

Page 217: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

96

prevent any surface settlement due to movement of soil material into the void space or loosened zone around the pipe casing. e) Any pipe segment which has been damaged during installation shall be replaced by the Contractor at no additional cost. f) The Spoil removal System should have the capacity for removal of muck in balance with excavation and advance of the Pipes being Jacked. All excavated materials from tunnel and shaft construction shall be disposed of away from the construction site as described in Para 11.0 below. Stockpiling shall be permitted on the construction site for the minimum period required keeping in mind the availability of land and material shall be removed at regular intervals. g)Ground movements associated with the project should be continuously monitored and suitable changes in the construction methods should be made to control ground movements and prevent damage or detrimental movement of the work and adjacent structures and pavements. h) When boring and Jacking operation is to be carried out below Railway track, roads and utilities, the Contractor shall give adequate notice to the Employer through the Engineer in charge so as to facilitate taking the approval of the concerned authorities and where necessary, the deployment of their personnel for coordination at site. The contractor shall take into consideration in his Price Bid the charges that may be levied by such authorities for coordination work at site when the work is in progress. Special care has to be exercised to ensure that the Jacking operation does not affect the integrity of rail or road surface and there is no settlement of rail or road surface affecting the traffic. The stipulation mentioned above is specially relevant in this work since all the four RC Casing Pipes to house the Pump Suction Pipes will have to be Jacked across the existing Railway embankment of Circular Railway carrying heavy traffic. i) During construction period, the Contractor should ensure that access to private and commercial properties is maintained. j) The Jacking and Jacking Operations shall be performed so as not to interfere with, interrupt or endanger surface and activity thereon and minimise subsidence of surface structures and utilities above and near the tunnel. Any damage to property on account of Jacking Operation shall be repaired to restore the property to its original condition.

Page 218: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

97

k) All required instrumentations, shall be installed for taking readings and provide the Engineer-in-charge with daily reports containing measurements data. These actions are meant to supplement the Contractor’s monitoring system and do not relieve the Contractor of his responsibility, nor place on the Engineer-in-Charge responsibility for control of ground movement and protection of the project and adjacent structures. Instrumentation readings shall be continued for a period of four weeks after pipe casings have been installed to establish that detrimental settlement has not occurred. Where settlement or Heave of ground is noticed exceeding Tolerance limit indicated in sub para (d) above, the work shall be stopped and necessary corrective action taken. l) Unprotected mining of the tunnel bore is not permitted. The tunnel face and bore shall be fully supported at all times. m) Surface settlement monitoring points in the form of an array of vertical control points should be established prior to construction to monitor surface settlement or heave during jacking. A typical array may consist of 3 points per array with arrays spaced every 15 metres apart on the alignments at four locations where Pipe Jacking has been proposed to be carried out, along with additional points located on adjacent structures if any monitored. In addition several surface settlement points around the shaft and along the top of the shaft shoring can be used to monitor surface movement. Survey methods used should have an accuracy + 0.01 foot. A topographic survey will be performed by the Contractor before and after operation of jacking and at weekly intervals for a period upto 4 weeks after installation of pipe line. 9.0 INTERMEDIATE JACKING STATION

To enable use of Jacks of lower capacity in the Jacking Pits, the Contractor may resort to provision of Intermediate Jacking Stations on the Pipe string to extend the useful Jacking Capacity of the Pipe string and the main Jacking station. These Jacks are normally placed between two pipe segments in a pipe string, with pushing of the lead pipe string ahead of the I.J.S by the Intermediate Jack and the main Jack closing the gap created in the string. The extent to which it will be possible to fit in the Intermediate Jacks at Pipe Joints and removal of the same later will need careful consideration. Another aspect to be kept in mind is that if the Mucking System is a mechanical one of Screw Conveyor or other type and not a slurry

Page 219: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

98

system, there may be a practical problem in provision of Intermediate Jacking System.

10.0PIPE LUBRICATION SYSTEM

There may be the need for a Pipe Lubrication System to lubricate the over-cut or the annular space between the excavated soil diameter and outer dia of casing pipe so as to facilitate reducing friction and minimising the Jacking force required. The Contractor may design the system taking into consideration the over cut dimension which may be 20 to 40mm which in turn is dependant on the type of soil to be Jacked through. The Contractor’s design of the system should cover the type of fluid to be used Bentonite Slurry or Polymer or a combination of both as well as the Pumping equipment to transmit the lubricant from a reservoir near the Jacking Pit to the application points inside the Boring machine or above the pipe. Since the pipe size is quite large permitting entry of workers, advantage can be taken for injection of fluid through ports in the rear shield of the jacking machine and also through injections ports provided at intervals throughout the pipe string. The Contractor may consider use of Automatic Bentonite/ Polymer injection System with Valve Multiple Modules placed at intervals along the Pipe string with supply from a common Bentonite / Polymer Manifold. This operation from a Control Panel in the operation room will ensure a better lubrication system and will obviate the need for entry of workers into the pipe to open and close lubrication valves.

11.0 REMOVAL OF EXCAVATED SPOIL FROM THE TUNNEL (MUCKING)

11.1 The Contractor may decide on the type of spoil removal system

taking into consideration the type of soil likely to be encountered, length of drive between the Jacking Pit and Receiving Pit, the necessity for provision of Intermediate Jacking Stations and other relevant factors.

11.2 If Hydraulic mucking system is proposed to be adopted, the

Contractor may decide on the type of Bore fluid to be used (mineral-mainly Bentonite or Organic – mainly water soluble polymer) or a combination of both with or without additives, and other components of the slurry system such as charge pump, discharge pump, Booster pump, fluid lines and the Separator plant. The separator plant has to be designed carefully based on the type of

Page 220: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

99

soil in the slurry and may require provision of shale shaker, mud cleaner, centrifugal pumps and mud gun nozzles. Considerable ground space will also be required for setting up the separator plant and this aspect has to be kept in mind while deciding on siting of Jacking pits.

11.3 The Contractor may go in for the system of mucking by Screw

Conveyor System. While this may have the advantage of doing away with the provision of Separator Plant since the excavated spoil will be directly transported to the dumping ground, the system may have the limitation of drive length. The longer length and bigger diameter of the casing pipe will require use of more power. This system may also not be feasible, if it is proposed to go in for Intermediate Jacking System for increasing the drive length as the Intermediate Jacks may interfere with the operation of Screw Conveyor System.

11.4 The Contractor may come up with any other alternative system of

muck removal considering the fact that the RC Casing pipe to be Jacked in is of large dia min 1414 mm (Dia to be min. 500mm more than the outer dia of 914mm of MS Carrier cum Suction Pipe as required by the Railways) permitting entry of workers inside. If the Contractor decides so, the removal of spoil can be done by use of carts battery powered or powered by a winch cable. Alternatively, a conveyor belt system can be used. Smaller diameter augers can also be used.

11.5 Whatever be the system of Mucking proposed by the Contractor, it should be ensured that the rate of disposal of muck from the Jacking Pit to the final location to which it is to be transported has to match the rate at which muck comes out of the Jacking operation. This will ensure that minimum quantity of muck remains for minimum period near the site of Jacking Pit.

11.6 The muck arising out of the pipe Jacking operation will be deemed to be the property of the Contractor. It will be his responsibility to arrange for its ultimate disposal either to outside parties who may be interested in taking over the same for their use or for disposal into a Muck dump. The cost of transport of the muck as required, for its final disposal shall be borne by the Contractor. Similarly, any sale proceeds by disposal of the muck to interested parties will accrue to the Contractor. The Contractor may keep this in view while quoting his Price Bid. The Employer will certify, where required, that the work

Page 221: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

100

is being carried out by the Contractor on his behalf for a Public purposes. While disposing the muck, where Hydraulic Mucking (Slurry system) is adopted, the fact that the slurry will contain bentonite, Polymer and other additives should be kept in mind. The ecological factors arising out of the disposal of these products should be specially kept in mind and where required the approval of the concerned Authority taken. This will be applicable even for identification of the dumping space for the muck.

12 GROUTING OVERCUT OR ANNULAR SPACE BETWEEN PIPE AND SOIL

The annular space between the RC Jacket Pipe, after Jacking in position, and the soil around it should be filled by Cement Mortar grout 1:2. It should be ensured that the gap is completely filled by the grout.

Page 222: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

101

ANNEXURE G

TECHNICAL SPECIFICATIONS FOR

SURFACE PREPARATION PRIOR TO PAINTING

General: The following will be the sequence of operations for preparation of the outer and inner surface of 914 mmOD steel pipe (proposed Suction Pipe) before painting with three coats of P U paints for outer surface and epoxy paint (food grade) for inner surface. Degreasing: First remove all traces of oil, grease. Drilling/cutting compounds and any other surface contaminants. The most common method is by solvent washing, followed by wiping by dry clean rags. Hand Tool Cleaning: Loosely adhering mill scale, rust etc may be removed from steel by chipping, scraping, hand wire brushing and emery paper cleaning. However, these methods may not be fully effective and may leave a layer of tightly adhering rust on the steel surface. Procedures for hand tool cleaning are described in SSPC-SP2 and should be to Swedish Standard ST2 or equivalent IS standard. Power Tool Cleaning: For the removal of loosely adhering mill scale, paint & rust, this is more effective and less laborious than hand tool cleaning. It will not however remove tightly adhering rust and mill scale. Power wire brushes, impact tools such as needle guns, grinders and sanders may also be used. Care should be taken, particularly when using power wire brushes, not to polish the metal surface, as this will reduce the key for subsequent paint coating. Methods are described in SSPC-SP3 and should be to Swedish Standard ST3 or to equivalent Indian standard.. Blast Cleaning: By far the most effective method for removal of mill scale, rust and old coating is by using abrasives such as sand, grit or shots under high pressure. Prior to blasting, steel work should be degreased and all weld spatter removed. Weld seams and sharp edges should be ground down. This is because paint coatings tend to run away from sharp edges, resulting in thin coatings and reduced protection. The grade of blasting suitable for a particular coating specification depends on a number of factors, the most important of which is the type of coating system selected. There are four commonly used grades of blast cleaning and the approximate equivalents between the various International standards are as follows:

Page 223: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

102

SURFACE USA Spec SSPC

NACE British Std BS 4232

Swedish Std SIS 05 5914

Japaneese Std SPSS

Near White Metal

SSPC-SP10 NACE#2 2nd Quality

SA21/2 JA Sh2 or JA Sd2

The profile of roughness obtained during blasting is important and wIll depend on the technique of blasting. Too low a profile may not provide a sufficient key for a coating, while too high a profile may result in uneven coverage of high sharp peaks leading to premature coating failure, particularly for thin coating such as blast primer. The following table gives a brief guide to typical roughness profiles obtained using various types of abrasives: - Type of abrasives Mesh SizeMax Height of profile Very fine sand 80 37 microns Coarse sand12 70 microns Iron shot S 39014 90 microns Typical non-metallic 75/100 microns "Copper Slag" 1.5-2 mm grain size Iron Grit No G16 12 200 microns Recommended surface roughness to lock the paint is 70 microns.

The contractor shall arrange, at his own cost, to keep a set of latest edition of any of the above standards and codes at site. The paint manufacture’s instructions shall be followed as far as practicable at all times. Particular attention shall be paid to the following:

a) Instruction for storage to avoid exposure as well as extremes of temperature.

b) Surface preparation prior to painting. c) Mixing and thinning.

Page 224: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

103

d) Application of paints and the recommended limit on time intervals between two coats.

EQUIPMENT :

a) All tools, brushes, rollers, spray guns, abrasive materials, hand/power

tools for cleaning and all equipment, scaffolding materials, water blasting equipment and air compressors etc., required to be used shall be suitable for the work and all in good order and shall be arranged by the contractor at site in sufficient quantity.

b) Mechancial mixing shall be used for paint mixing operations in case

of two pack systems except that Engineer – in – charge may allow hand mixing of small quintiles at his discretion.

RECOMMENDED SURFACE PREPARATION

1. In order to achieve the maximum durability, one or more of the following methods of surface preparation shall be followed, depending on condition of steel surface and as instructed by the Engineer – in – charge. Adhesion of the paint film to surface depends largely on the success of the paint protective system.

a) Mechanical or power tool cleaning.

b) Dry blast cleaning

2. Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such cleaning or during humid weather conditions having humidity exceeding 85%.

3. Irrespective of the method of surface preparation, the first coat primer must be applied on dry surface. This should be done immediately and in any within 4- hours of cleaning surface. However, at times of unfavorable weather conditions, the Engineer – in - charge shall have the liberty to control the time period at his discretion and / or to insist on re cleaning, as may be required, before primer application is taken up.

Page 225: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

104

PROCEDURE FOR SURFACE PREPARATION:

DRY AIR BLAST CLEANING

The surface shall be blast cleaned using one of the abrasives: Such as

16/40 mesh grit (mesh size 16has opening of1.19mm and mesh size 40 mm has opening 0.42mm), A 1203 particles, chilled cast iron or malleable iron and steel or by sand at pressure of 6-7kg/cm2 at appropriate distance and angle depending on nozzle size maintaining constant velocity and pressure. Chilled cast iron, malleable iron, and steel shall be in the form of shot or grit of size not greater that 0.055” maximum in case of steel and malleable iron and 0.04” maximum in case of chilled iron. If sand used as abrasive, then it should be free from chloride. Compressive air shall be free from moisture and oil. The blasting nozzles should be venturi style with tungsten carbide or boron carbide as materials for liners. Nozzle orifice may vary from 3/16” to ¾”. On completion of blasting operation, the blasted surface shall be clean and free from any scale or rust and must show a Grey white metallic lusture. Primer or first coat of paint shall be applied within 4 hours of surface preparation. Blast cleaning shall not be done outer at be weather without adequate protection or when there is due on the metal which is to be cleaned. Surface profile shall be uniform to provide good key to the paint (i.e. 70 microns). Steel surface temp. to be measured before blasting and primer application as surface temp. should be min.3 deg. Cent. Higher than dew point.

If possible, collector shall be installed for collecting the abrasives and recycling.

Page 226: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

105

ANNEXURE H

TECHNICAL SPECIFICATIONS FOR INTERNAL & EXTERNAL COATING OF MILD

STEEL 914 mmOUTSIDE DIA PIPE

SCOPE

This specification governs requirements for materials, equipment, application, inspection, repair and handling aspects associated with the internal and external coating of Mild Steel 914mm outer dia pipes proposed to be used as Suction Pipes. For general guidance on Epoxy Coating System, Annexures B and C of IS 3589 may be referred to.

Internal coating:

Interior surface of the pipe should be coated with suitable potable water / food grade quality of paint / primer. High build epoxy paint / primer should be used. The epoxy paint / primer should offer highest resistance to cathodic disbandment and provide excellent adhesion to steel and resistance to hydrocarbons as well as high impact and abrasion resistance. The curing agent may be an amine, amine adduct or polyamide (i.e. 100% volume solid epoxy coating). Minimum required dry film thickness to be achieved is 600 micron by the application of one coat of primer followed by two coats of finished paint. Epoxy paint / primer should be of potable water / food grade quality and should not contaminate water to be carried. The manufacturer should have the certificate issued in support of the food grade quality of paint that is to be supplied and this certificate is to be submitted by the contractor before arranging supply. External coating: External surface of the pipe to be painted with one coat of Polyurethane primer followed by one coat of solventless (i.e. 100% volume solid) Polyurethane compound and a finish coat of solventless Polyurethane paint. Minimum required dry film thickness to be achieved is 2000 micron. Polyurethane paint should have good resistance to ultraviolet de-gradation along with corrosion resistance. Quick setting type Polyurethane coating is to be used. Polyurethane paint / primer should have such characteristics that on application the steel surface will provide a hard yet flexible, impermeable barrier with outstanding adhesion as well as impact

Page 227: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

106

and abrasion resistance to protect the surface from corrosion in the operating conditions. Solvent free type Polyurethane systems are to be used eliminating solvent health hazards and flammability concerns.

General Requirement:

a) The work shall conform to the following documents / specifications (latest revision or as specified). are referred in this specification:

b) The steel surface preparation, prior to actual commencement of coating, shall conform to SA2½ with sand blasting. c) The contractor shall submit a detailed written description in the form of a Manual covering coating equipment, procedures, materials, inspection, tests and repair etc, for Owner’s Engineer –in- Charge’s approval. d) The contractor shall also supply copies of test reports from RITES laboratory or any other laboratory approved by the Owner / Engineer-in- Charge evidencing that materials (Paint / primer) supplied conform to the technical specification of manufacturer and meet minimum performance requirements. e) The contractor shall also supply certificates from paint manufacturer as under: That the materials (with batch numbers, date of manufacture and

a) SSPC SP-10/NACE

No.2, Sa2½ Near-White Blast Cleaning

b) SSPC PA2 Measurement of Dry Paint With Magnetic

Gauges

c) ASTM D 4541 Method for Pull Off Strength of Coatings

Using Portable Adhesion Testers

d) RP-0274 Holiday Testing

e) RP 0169-94 NACE International – Control of External

corrosion On Offshore Steel Pipelines

f) IS 13213 Polyurethane full gloss enamel (Two pack)

specification.

g) AWWA C222 Polyurethane Coating for the interior &

Exterior of Steel Water Pipe Fittings

h) AWWA - C 210 – 97 Liquid – Epoxy coating systems for the

interior and exterior of steel water pipe line.

i) IS 10221: 2008 Coating and wrapping of underground mild

steel pipe lines.

Page 228: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

107

Shelf life) are free from all manufacturing defects. That the materials will meet performance criteria as stipulated when applied. That the contractor or his applicator doing the painting possesses has the necessary technical skills and equipment to supply these materials and is authorized by the manufacturer for this purpose. The coating shall be applied either by the paint material manufacturers themselves or by their authorized licensor. The authorized applicator should have been trained and certified by the coating manufacturer and shall possess the necessary specialized equipment, trained crew and experience in spraying fast setting plural component polyurethane coatings. f) Marking and packing Paint / PU chemicals should be done as per relevant Indian standard reffered in the above standards. Tax invoice and challan should be submitted in support of the each consignment of the supply. g) All safety precautions warranted by good industrial hygiene practices and regulated by local, State or Central laws must be taken into consideration while applying these coatings. h) Applied coating will be tested for dry film thickness, holidays and Adhesion as per relevant standards such as ASTM 4541, RP0274, and NACE & SSPC – PA2. i) The contractor shall provide access, during all phases of work, to the Employer and his representatives. j) The materials shall be heated, if necessary and applied by multi component plural airless spray system, as per the standards specified by the material manufacturer.

COATING PROCEDURE AND APPLICATION:

The finished coating shall be generally smooth and free of sharp protuberances. Surfaces shall not be coated in rain, wind or in environment where injurious air borne elements exist or when the steel surface temperature is less than 5 degree F above dew point or when the relative humidity is greater then 85% or when the temperature is below 40degree or when the temperature is more than 122 degree F. Entire Blast cleaned surface shall be coated with one complete application of primer as soon as practicable but in any case on the same day.

Page 229: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

108

To the maximum extent practicable, each coat of material shall be applied as a continuous film of thickness free of probes. Any spots of area missed in application shall be re-coated and allowed to dry before the next coat is applied. Applied paint should have the desired wet film thickness. Each coat shall be in proper state of cure or dryness before the application of succeeding coat. Materials should be considered dry for re-coating when an additional coat can be applied without the development of any detrimental film irregularities, such as lifting or loss of adhesion of the undercoat. Manufacturer’s instruction shall be followed for inter coat interval.

Air-less spray application shall be done in accordance with the following

instructions:

The equipment used shall be suitable for the intended purpose, shall be capable of properly atomizing the paint to be applied, and shall be equipped with suitable pressure regulators and gauges. The air caps, nozzle, and needle shall be those recommended by the manufacturer of the equipment for the material being sprayed. The equipment shall be kept in satisfactory condition to permit proper paint application. Traps or separators shall be provided to remove oil and condensed water form the air. These traps or separators must be of adequate size and must be drained periodically during operations. The air from the spray gun impinging against the surface shall show no large amount of oil or water. Ingredients shall be properly mixed in the spray pots or containers during and before application by continuous mechanical agitation / stirrer. The pressure on the materials on the pot of air at the gun shall be adjusted for optimum spraying effectiveness. The pressure on the materials in pot shall be adjusted when necessary for change in elevation of the gun above the pot. The atomizing air pressure at the gun shall be high enough to properly atomize the paint but not so as to cause excessive fogging of paint, excessive evaporation of solvent, or loss by over spray. Spray equipment shall be kept sufficiently clean so that dirt, dried paint, and other foreign materials are not deposited in paint film. Any solvent left

Page 230: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

109

in the equipment shall be completely removed before applying paint to the surface being painted. Paint shall be applied in uniform layers, with overlapping at the edge of the spray pattern. The spray pattern shall be adjusted so that the paint is deposited uniformly. During application, the gun shall be held perpendicular to surface and at a distance, which will ensure that wet layer of paint is deposited on the surface. The triggers of the gun should be released at the end of each stroke. All runs and sags shall be brushed out immediately or the paint shall be removed and the surface repainted. Areas inaccessible to the spray gun shall be painted by brush; if not accessible by brush, daubers or sheepskins shall be used. All nameplates, manufacturer’s identification tags, machined surfaces; instrument glass, finished flange faces, control valve items and similar items shall be masked to prEOTibit coating deposition. If these surfaces are coated, the component shall be cleaned and restored to its original condition. Edges of irregular structural shapes shall be coated first and an extra pass made later. Airless spray application shall be in accordance with the following procedure: as per Steel Structure Manual Vol.1 & Vol. 2 by SSPC, USA. Airless spray relies on hydraulic pressure rather than air atomization to produce the desired spray. An air compressor or electric motor is used to operate a pump to produce pressures of 1000 to 6000 psi. Paint is delivered to the spray gun at this pressure through a signal housed within the gun; a signal paint stream is divided into separate streams, which are forced through a small orifice resulting in atomization of paint without the use of air. This results in more rapid coverage with less over spray. Airless spray usually is faster, cleaner, more economical and easier to use than the conventional spray. Air less spray equipment is to be mounted on wheels and paint is aspirated in a house that sucks paint from any container, including drums. The unit shall have in-built agitator that keeps the paint uniformly mixed during the spraying. The unit shall consist of in-built strainer. Usually very small quantities of thinning are required before spraying. Incase of High Build coating (two

Page 231: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

110

packs) Pump Ratio, Tip Size, Hose Dia & Length are to be kept as per supplier’s recommendation to achieve uniform spray pattern. For each coat, the painter should know the WFT corresponding to the specified DFT and standardize the paint application technique to achieve the desired WFT. This has to be ensured in the qualification trial. All coats are to be applied by air-less spray only Applicator must follow standard written instructions from coating manufacturer on material storage, handling and spray. Partially used and unused material drums must be tightly sealed in such a manner as to prevent moisture contamination when not in use. If the surface is large enough to require more than one day for the coating, the edges of the coated areas shall be feathered and roughened with a grinding tool prior to coating. Any holidays or skips shall be repaired. DRYING OF COATED SURFACES:

No coat shall be applied until the preceding coat has dried, as per the over coating interval of the specific paint materials as recommended by the paint manufacturer. The material shall be considered dry for re- coating when another coat can be applied without the development of any irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat should not exceed maximum specified for it as a first coat: if it exceeds, the paint material has possibly deteriorated or mixing is faulty. No paint shall be force dried under conditions which will cause checking, wrinkling, blistering, formation of pores, or detrimentally affect the condition of the paint. No drier shell be added to paint on the job unless specifically called for in the manufacturer’s specification for the paint. Paint shall be protected from rain, condensation, snow and freezing until dry to the fullest extent practicable.

Field Joint:

Page 232: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

111

When the pipe sections are jointed together by field welding, a holdback that is free of exterior coating shall be left uncoated. This holdback shall be of sufficient width, as required by the constructor, to permit the making of field joints without damage to the interior or exterior coating.

Coating Application

The joint material may be the originally applied coating or another material designed specifically for joint coating as approved by the manufacturer. Apply joint materials to the same thickness or originally specified for the main coating system.

DOCUMENTATION:

A written quality plan is to be submitted before the commencement of work. Daily progress report should contain details of weather conditions, progress of work versus programs. Results of measurement of temperatures, relative humidity, surface profile, film thickness, holiday detection and adhesion test all under signature of appropriate authority. Site register to be maintained for the following information: Details of non-compliance, rejects and repairs. Type of testing equipment and calibration. Code and batch numbers of paint materials used. Particulars of surface preparation and paint application during trial and during the work.

Page 233: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

112

ANNEXURE I

TECHNICAL SPECIFICATIONS FOR WELDING OF STEEL PIPE

1.0 SPECIFICATIONS – INDIAN STANDARDS

The following Indian Standards (Latest edition) would be referred while taking up the welding joints of the pipes.

i)IS 228 - Methods of chemical analysis of steel (issued in various parts) ii)IS 813 – Scheme of symbols for welding iii)IS814 (Part I & II) – Covered electrodes for Metal Arc welding of structural steels. iv)IS815- Classification & Coding of covered electrodes for Metal Arc

welding of structural steels. v)IS 1082 - “Specification for equipment for eye and face protection during welding” vi)IS 1599 - Method for bend test. vii)IS 1408 - Method for tensile testing of steel product. viii)IS 1757 – Method of beam impact test on steel ix)IS2328 – Method of flattening test on metallic tubes. x)IS 2825 – Code for Pressure Vessels xi)IS 3589 - Steel pipes for water and sewage. xii)IS 3600 (Part- I,III, V & VI) – Testing of welds xiii)IS 3803 – Steel conversion of elongation values, part – I xiv)IS 4711- Sampling Standard for Testing xv)Indian Boiler Regulations.

2.0SPECIFICATIONS - AMERICAN STANDARDS.

i) ASME Sec.II A,B,& C – Ferrous, Non Ferrous & Welding materials. ii) ASME Sec V – Nondestructive examination iii) ASME Sec.VII Div.1 & 2 – Recommended Guide for the care of

Pressure vessels iv) ASME Sec.IX – Welding & Brazing qualifications.

3.0 WELDING PROCEDURE

Page 234: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

113

3.1 Steel pipes of 914 mm (35.43 inch) outside dia. as per IS 3589-2001, Fe – 410, spirally welded (SAW) are to be joined circumferentially with outside welding for pipes to be laid on Jetty structure on riverbed and by insertion in RC Casing Pipes Jacked below existing Railway embankment. All the pipes are to be purchased from SAIL OR EQUIVALLENT MAKE SUBJECT TO APPROVAL OF Engineer-in-charge / KMC. If the Pipes are proposed to be joined together by Butt Welding, the Pipes shall be ordered with ends with outside bevel as shown in Fig. 3B and described in Para 17.1 (a) of IS 3589-2001. IF sleeve welded joints are proposed, the Pipe ends shall be such as shown in Fig. 4 and described in Paras 17.1 (b), 17.1.1 and 17.2 of IS 3589-2001.

For pipes with bevel ends, butt welding of joints shall be done as shown in Fig. 3B and for pipes to be joined by Sleeve Joint as shown in Fig.4 Fillet weld shall be done. The quality of welding should be of radiographic standard and would be tested 100% by radiographically. After completion of welding the welding zone is to be cleaned free from dirt, dust oil etc. and protective coating applied as per recommended scheme.

3.2 In order to ensure better efficiency and eliminate possibilities of

rejection, it is absolutely necessary to establish the weldability of the material by the particular welding process. For this particular job the procedure qualification is MIG / MAG Filler rod should be used compatible for higher deposition rate, less consumption of wire, low spatter with shine weld bead, better striking rate and mechanical property. The weld puddle should be easily controllable with a fast freezing slag system, which is easily removable and should give excellent bead profile and ease of operation. It is recommended to use high cellulose coated, potassium base wire for pipe welding in DC + as well as AC operation. The wire should give complete penetration and smooth weld bead and should be of a Radiographic quality.

3.3 Shielding gas (Argo shield) Ar- 75% - 80% & Co2- 25% - 20% is to be

used for better performance and to minimize human hazard while welding is in progress. Minimum number of passes required is Root +Three (1+3) that includes one seal run.

3.4 A semiautomatic gas shielded metal arc welding MIG / MAG

machine with inverter technology is to be used, which should

Page 235: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

114

comprise of power source and wire feeder. The machine should have the characteristics of stable welding process, low spatter and compatible to all position welding of common low carbon steel.

3.5 The MIG / MAG equipment for welding should possess the following

features. a) Soft – start ignition. b) Adjustable Arc force, crater current, voltage, welding current

and voltage. c) 4 step welding modes switch. d) Welding voltage and welding current should be able to be pre-

set and displayed digitally. e) Fast- feed spot f) Protective measures for over heat, over current, under voltage

and power phase absence, etc.

4.0PERFORMANCE QUALIFICATION OF WELDERS

4.1 General It is essential to establish the capability of the welders who will carry out the job. The process is termed as “performance qualification of welders”. Different codes have their own regulations laying down qualification procedure and required performance, of which the most popular ones in this country are ASME Section IX & IS 2825. Salient points of the regulations of these two codes for welding procedure & performance qualifications are given below. The bidders are suggested to go through these codes to know the finer details. 4.2 Procedure Qualification i) Base Metal – Similar base metal is to be used for welding. Generally 50% to 200% of the thickness of the test-welded base metal is recommended for the qualification test. ii) Position & Joint Geometry – They are not the criteria for procedure qualification. iii) Filler Metal – Similar filler metal as used for procedure qualification shall have to be used on actual job. iv) Preheat – Not more than 38º C deviations from preheat used for procedure qualification can be employed on actual job.

Page 236: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

115

v) Electrical Characteristics – Welding power sources of similar electrical characteristics as used in procedure qualification shall have to be used for actual job. vi) Technique – Similar technique like multipass, pining etc. as used in procedure qualifications, shall have to be used for actual job. 4.3 Performance Qualification

i) Base Metal- Regulations are similar to procedure qualification. Only exception is that a welder qualified on a 20mm thick plate, is also qualified for any thickness greater than or equal to 10mm qualified by the procedure.

ii) Joint Geometry- A welder qualified in single – side welded Butt Joint is also qualified for double – side welded butt joint but not Vice-Versa.

iii) Position – A welder qualified for a particular position other than down hand, is also qualified for down hand position.

iv) Filler metal, electrical characteristics & technique are similar to procedure qualification.

v) Pre-heat & PWHT – They are not criteria for performance qualification.

Performance qualification of welder needs to be certified by Govt. approved institution or any reputed manufacturers of welding equipments and consumables subject to approval of the Engineer-in-charge based on credentials. 5.0 DEVELOPMENT OF PROTOTYPE & INSPECTION OF WELDMENTS

5.1 General

It is necessary to develop prototype of the joints prior to take up the actual job. The weldments of prototype should pass through the destructive and non-destructive testing as described below. However, actual job would be tested through non-destructive means. To develop prototype the Engineer-in-charge will supply the test specimen (Pipe) only and all other equipments, consumables etc. would be arranged by the Contractors. All tests would be done at the costs of the Contractor. 5.2 Weld joints destructive and non- destructive tests: -

Page 237: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

116

Testing would be done by any laboratory with valid accreditation of NABL. All costs of testing would be on account of the Contractor. a) Destructive Tests.

Destructive examination is normally carried out on test pieces, which are cut and machine to prepare the required test- specimens. The routine quality control tests most frequently carried out on butt welds, are tensile, bend, impact, nick-break and hardness tests and on spot and seam welds, putt-out and shear tests. i) Tensile Test: Properties recorded are ultimate tensile stress, yield or proof stress and elongation. Failure takes place in the weakest part of the gauge length, which in the case of low alloy steel is likely to be the parent metal outside the heat affected zone, where as with precipitation hardened material it is in the heat- affected zone itself. ii) Bend Tests:

Bend testing is effective in disclosing brittleness, cracking, or gross defects, such as lack of root fusion, or large slag inclusions in the weld, or cracking in the heat-affected zone. It will not normally show micro cracking. Bend tests are usually made in pairs, one with the outside face of the weld in tension and the other with the root in tension. To be acceptable, a test – piece must be capable of bending through 180º over a former of given radius (e.g. 1½ times plate thickness for carbon steel), with no more than minor surface fissures. Due to homogeneity of the joint, there is a tendency for free bend test specimens to take up an irregular shape. This defect is overcome to some extent in the guided bend test, but can be avoided most effectively by the use of the controlled bend test. Side bend test is applicable to very thick plates and shows lack of side fusion very well but is somewhat less sensitive to face and root defects than the normal bend test.

Page 238: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

117

iii) Impact Testing: The notch may be placed with its root in the weld, the weld boundary, or the heat-affected zone, but most frequently it is placed in the weld metal itself. Impact test results from welds show even greater scatter than with wrought material, due to the in homogeneity of the weld structure. The grain size of the weld deposit, for example, may vary from run to run, or according to position relative to the weld exist. iv) Nick- Break Test:

One of the oldest methods of testing fusion weld is to cut a strip about 19mm wide at right angle to the weld axis and make a saw-cut down the centerline of the weld 3mm to 6mm deep. By holding one half of the specimen in a vice and giving the other half a blow with a hammer, or by bending in a machine, the weld is broken. This test, which is required by various boiler and pressure vessel codes, shows up any centerline defects such as lack of fusion, which may be present in the sample.

b) Non- Destructive Tests In general, NDT methods are based upon the application of tests involving the use of some physical property of the material under inspection, whereby the behavior of the material or component is compared with that of similar material, or part known to be sound and therefore used as a standard of comparison. The NDT methods applied to welds are the following: - - Visual observations. - Dye penetrant test. (Optional) - Radiography test. i) Visual observations: This comprises of cleaning the welds and checking the weld bead profile, presence of cracks, blowholes, undercut and overlap and spacing of weld bead ripples, etc. For fillet joints, templates can be used for checking the bead profile. ii) Dye Pentrant Test:

Page 239: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

118

This test is widely used for the detection of surface cracks. This method consists in spraying the liquid penetrant (paraffin) on to the clean weld surface. After some time all the visible die is washed out by a suitable remover which washes out the visible dye. A coating of emulsified white powder (called developer) is applied by spraying. Dye, which is trapped in discontinuities due to capillary action, is drawn out into the powder coating (like a blotting paper). The cracks in particular are clearly defined against a white background. iii) Radiography. Radiography is a photographic method, which makes use of X-rays and Gamma rays. X-rays and the still shorter gamma rays are electro-magnetic waves used in industry to penetrate welded structures and obtain a permanent record of the result on sensitized film. These short wave lengths of radiant energy have become a useful tool for the inspection of the interior of metals and other materials. When these rays are passed through a material of on uniform structure containing defects such as cavities or cracks or areas of variable density, the rays passing through the less dense parts of the object are absorbed to a smaller extent than the rays passing through the adjacent sound material. Upon development of a light sensitive film placed on the far side of the object exposed to short-wave radiation, there results a picture of light and dark areas, the latter representing parts of the material having a lower density.

Radiography test can reveal porosity, crack, incomplete penetration, inclusion etc in welds joints. Gamma rays have higher penetrating capacity than X-rays but the technique is more time consuming. X-rays appear to give clearer negatives than Gamma rays. Gamma radiators have much higher life than those of X-rays units, and have easy portability and convenience in use. 5.3 Interpretation of Test Results, Recording & Reporting After conducting the tests of the weldments as per specification, Testing Inspector must compile the test results and evaluate them. Proper documentation is to be made along with RG film for submission to the Engineer-in-charge for his acceptance or otherwise. Some of the welding defects are mentioned here for general guidance.

Page 240: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

119

a) Welding Defects There may be two classes of welding defects: i) External, ii) Internal External defects include: i) Surface non-uniformity ii) Deviation from the prescribed dimension iii) Shrinkage-cavities iv) Unfilled craters v) Undercuts -vi) Over Concavity or over Convexity vii) Overlaps viii) Surface Cracks ix) Surface holes Internal defects include: i) Porosity or worn whole ii) Lack of fusion iii) Slag inclusion iv) HAZ cracking v) Lamellar tearing vi) Excess of brittle or crystalline phase vii) Incomplete penetration viii) Bead aspect ratio b) External Defects Some of the major External Defects have been described below. Surface non-uniformity: Weld surface should have a smooth finish where ripples are regularly spaced and where the surface plane is free from undulations. Irregularity of the bead surface indicates that during welding arc was either broken many times or variation in Arc length had occurred frequently. These appearances in most cases show some internal defects like improper fusion or gas holes. Deviation from Prescribed Dimension:

Page 241: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

120

Shape and size of the weld dimension determine the strength of the joint. Any deviation from the specified one is a major defect. This indicates the lack of skill in Craftsmanship. It is measured usually by measuring gauges. The gauges are metal plates with cuts corresponding to the cross-section of a given size and type of weld. The weld size for butt weld is the thickness of the work with some plus tolerance and that for fillet weld is the leg length. Unfilled Craters: Craters on the weld surface should be thoroughly melted and filled. One can have some idea about the Welding Parameters used by the operator from the very look of the Crater. A very deep spongy Crater will invariably result from the use of high current and overheating whereas a low current will produce a shallow Crater, enhancing the chance of improper fusion. These Craters if left unfilled may, on some occasion, initiate longitudinal crack, which is likely to propagate along the weld axis when the metal is re-heated by subsequent passes. The Crater left unfilled causes sharp change in section at the spot inviting stress to concentrate. This may also cause slag inclusion. Undercuts: Undercut shows itself at the toe of the weld. It is caused due to melting away of the base metal. Undercutting is a serious defect attributable either to the faulty technique of the operator or to the burning characteristics of a non-quality electrode. Excessive heat input in most cases of undercutting, is the cause as far as Arc Welding is concerned. Undercutting occurring at the junction of a weld layer and the base metal in Groove Weld has to be carefully tackled otherwise it can lead to slag inclusions. It reduces the joint strength because it reduces the cross section of the metal. Over-concavity and over-convexity: These defects may occur because of faulty technique of the operator in both butt and fillet weld. Over-concavity in fillet weld means the sharp reduction in weld size and hence shortening of the throat length with consequent weakening of joint strength. In butt weld also it means the reduction in weld-metal thickness and subsequent weakening of the joint. Over-convexity, in Butt Weld also reduces the effective Cross-section of the weld seam. Plastic models in tension examined under polarized light clearly show that the stress lines get deflected at the reinforced zone.

Page 242: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

121

Overlaps: It is a defect generally connected with fillet welds. It is due to improper welding technique or, improper welding heat. This overlapping means only wastage of metal and on some occasions may give rise to serious notch effect specially on the H. Plate. Surface Holes & Surface Cracks: Surface holes are generally due to incorrect application of electrode or wrong manipulation of filler wire or inadequate amount of flux used during gas welding. Sometimes, though less frequently they may be caused due to defective electrodes. The obvious cure is to apply the electrodes correctly or to use the good quality electrodes free from any surface blemishes and having the required degree of re-drying before use. Surface cracks may be, transverse, longitudinal and crater crack. The origin of all cracks are due to one or combined effect of the following reasons: i) Localised stress, which at times exceeds the Y.S. of the material ii) Un-fused area at the root of the weld iii) Cross-sectional thinness of the first layer iv) Crater unfilled v) Composition of weld-metal specially its ‘S’ & ‘P’ content c) Internal defects: Some of the Major internal defects have been described below.

Porosity – By porosity is meant a type of minute voids inside the weld metal occurring during solidification of weld metal. This results from the Chemical reaction, which evolves gases. As the weld metal starts falling in temperature, its capacity to keep gas in solution decreases. As a result, the gas is released forming voids. The causes may be as follows: i) In-sufficient pudding as this does not give time for the trapped gas to escape the molten metal before it solidifies. ii) Excessive Welding Heat. iii) Inadequate protection against atmosphere contamination iv) Moist Electrodes & Fluxes and Shielding Gases The porosities may be of the following nature: i) Uniformly scattered throughout the weld ii) Isolated in small groups iii) Distributed linearly at the root

Page 243: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

122

Lack of fusion: Complete and through union of two metals in molten state is known as fusion. When applied to weld joint, it means complete coalescence between the base and the deposited metals or that between the individual layers of the deposited metals. In absence of this phenomenon, weld joint is sure to give away. Even if it does not fail during welding due to thermal stress or solidification stress, a little loading will invariably make that fail. The poor fusion may result from any one of the following causes: i) Low welding current for a given size of electrode ii) Improper weaving procedure or two rapid arc travel so that the base metals are not melted thoroughly. iii) In-adequate beveling and narrow spacing iv) Improper edge (not freed from dirt, rust, scaly slag etc.) cleaning. Slag Inclusion: In welding by Metal Arc Welding, the principle is such that sound and clean weld metal will be obtained as a result of desired chemical reaction amongst the molten base metal, molten filler metal and molten coating ingredients or flux. The design is such that the resultant slag being of lower specific gravity than that of weld metal will flow up to the surface. If for any reason it cannot do so, it will remain entrapped in the weld metal. This causes inclusion in the weld metal making it a mechanically weak metal. The following are generally the causes. i) Defective aspect ratio ii) Wrong manipulation of electrodes during welding iii) Frequent breaking of Arcs causing uneven or peaky weld surface iv) Injudicious layer runs of bead during welding in groove vi) Careless cleaning of undercuts occurring at the junction of base

metal and a layer of welds in groove welding.

vi) Use of too large a size of electrode during root-run using low current. vii) Excess convexity in multi-layer welds HAZ Cracking: i) Hydrogen Induced

Cracking

These are not actually weld metal cracks and are usually associated with base metals. But yet these cracks are

Page 244: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

123

frequently caused during welding. Lameller Tearing : Sometimes base metals, because of manufacturing faults, contain some non-metallic constituents embedded in it in a flattend, fine leafy form in the rolling direction. When subjected to thermo stress by welding, base metal gives way in the form of crack along the line of inclusion. It is most often seen approximately parallel to the surface of the metal under the weld metal in the Heat Affected Zone. It can under certain conditions extend in the weld metal also. Because of the stepped appearance of this sub surface crack, it is popularly known as Lameller tearing. Fracture when observed under Micro-scope has a characteristic terraced surface. Bead Aspect Ratio: Width to Depth Ratio of the weld bead is known as its bead aspect ratio. Normally it should be greater than unity. Anything less than unity is not desirable, because it upsets the steady solidification of the metal pool-giving rise to unsatisfactory metal structure and transverse void for slag accumulation. 6.0 STORAGE OF WIRES:

Although welding wires and rods do not have a flux coating, poor storage condition can be detrimental to the performance and shelf life of the product. Inadequate storage condition can lead to surface rusting or contamination of the wire, such that feedability and diffusible hydrogen levels are adversely affected. Wires should not be left on the machines or out of the stores for prolonged periods especially overnight; as condensation of moisture from the atmosphere may lead to rapid surface deterioration. The wire should always be replaced in original packaging and returned to the controlled storage. Ideal storage conditions are 20º C above external air temperature and 0 to 60% humidity. 7.0 SAFETY IN WELDING

7.1 Introduction The welding arc is a source of intense energy. It emits harmful rays like ultra violet rays and infrared rays and fumes, which may cause unpleasantness. Hot metal, stag and spatter often can be hazardous to the welder and to the surroundings. In the following paragraphs a few of these hazards and general precautions to be taken to overcome them are discussed.

Page 245: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

124

7.2 Eye Protection: In welding and cutting operations by Arc process intense radiations are emitted by electric arc. These radiations may be classified as follows: - Invisible Ultra violet Rays - Visible Rays - Invisible Infra Red Rays Strong ultra violet rays cause severe inflammation similar to sun burn in the eyes and on the exposed skin. Extremely intense visible rays may cause eyestrain or even PERMANENT blindness. Infra red rays are not absorbed but will penetrate the eye. They are suspected to be the cause of cataracts, retina-injuries as well as opacity of the cornea. As the intensity of these radiations depends upon the temperature of the welding arc, the danger from arc welding is most likely. An experienced welder seldom exposes himself to the welding arc, but even with safety glasses he may get exposed to flashes from welding arcs from nearby co-welders. An exposure of a few seconds may produce, four to eight hours later a feeling of sand in the eyes with pain, watering of the eyes, and possibly headache. This is known as “ Arc-Eye”. Recovery is complete in 24to 48 hours and no permanent effects need be feared. It is easy to guard against ultra violet rays. There are very few materials, which are transparent to both ultra violet and common light. Even moderately thick ordinary clear glass, amber mica or coloured celluloid, gelatin or plastic materials are opaque to ultra violet rays. All welders and helpers should be protected from the rays produced by the welding arc by the use of proper hand-shields, head-shields or goggles fitted with the proper grade of coloured fitter glasses. Infra Red Rays: The problem with radiation emitted by arc welding does not confine itself to shutting out ultra violet rays alone. Provision must be made to protect the eyes of the welder from infrared rays and intense light as well. Infra red rays have a wavelength ranging from 750to 2000 microns. These rays are commonly called heat rays, because when they encounter any material, which they cannot penetrate, they are absorbed and changed into heat waves. These are the rays, which produce the sensation of heat when they fall upon the skin. Prolonged exposure of the skin will result in a sunburn condition.

Page 246: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

125

Since coloured glasses have to be used for protection against ultra violet rays and infra red rays, the intensity of visible light also is reduced. However, not any type of coloured lens will do. The lens used should meet definite specified standards. In this connection, reference may be made to IS 1082 entitled “Specification for equipment for eye and face protection during welding” When welding in the open or large ventilated shops, fumes are scarcely noticeable. Only when the ventilation is very poor, and the fumes of the arc are abnormally heavy and cuts down the amount of fresh air taken in by the welder, some uneasy symptoms, such as stuffiness, are felt by the welder. The remedy is simple-a matter of adequate ventilation. There are, of course, a few exceptions to the general statement that welding fumes are normally harmless. Lead and Cadmium fumes are certainly dangerous. Zinc fumes (produced from welding galvanized iron), though not as dangerous as Lead and Cadmium, are also harmful. 7.3 General ventilation: In this particular case welding operation is to be carried out inside a steel pipe line and hence a suitable method of ventilation should be provided. The only way to protect the welders is by supplying uncontaminated air by means of an airline respirator. Para 8.0 below may also be seen in this connection. 7.4 General Safety Precautions: There are minor hazards such as burns that may occur from flying hot metal, slag, spatter, etc. In order to protect the welder from possible effects of all these hazards the following general safety precautions are recommended. It should be borne in mind that the welder is ultimately responsible for using in a proper manner the safeguards provided by the employer. Precautions are required in respect of danger from- Electric shock Radiations from the arc Scattering of hot particles & globules of metal Flying pieces of sharp slag being chipped and Heat and fumes. The welder should, therefore, follow the instructions given below:

Page 247: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

126

1. Welder / helper should wear clothing of a kind that is closely woven

to protect all parts of his body from the rays of the arc. 2. Welder / helper should wear additionally leather or asbestos apron,

gloves and leather armlets to protect him from scattered hot metal, slag etc.

3. Welder / helper should protect his eyes and face using helmets, shields or goggles fitted with the right type of filter glasses.

4. Welder / helper should use dry leather gloves act as good insulator. It is preferable to use shoes with rubber soles.

5. The electrode holder should be sufficiently insulated and should have an insulating flange between the handle and the bare part that grips the electrode. The welding cable should be examined periodically particularly where it enters the holder, as the insulation is liable to become ineffective through heat and constant flexing.

6. The welding equipment must be safely earthed. There should be two distinct and different earthing circuits. So that in case one of them fails, the other will afford protection.

7. An insulated board should be used for hanging up the electrode holder when not in use.

8. The welder / helper should be protected from flying pieces of slag

while chipping by wearing chipping goggles fitted with clear glasses. When welding is done in confined spaces, forced ventilation must be provided.

9. Combustible materials should never be stored near the welding booth, nor should they be used to support the work.

10. The welding & earthing cables should be so laid that they never get trampled over by any moving vehicle.

11. Pipeline, tank, or portable containers should be welded first making sure that they are free from an explosive mixture of vapors.

12. If others are working near the site of welding, they should be protected from the rays of the arc by means of movable screens, if this is not possible, they should be made to wear protective goggles.

13. The power lines connected to the welding power source should be out of reach of any one standing on the ground.

14. Wherever there is the least chance of causing a fire, a fire extinguisher should be kept within reach.

15. It is recommended that welders and helpers should equip themselves with “Auto darkening safety helmet, Gloves, Boiler suit type apron and industrial type safety boots.

Page 248: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

127

8.0 FUME EXTRACTION, AIR SUPPLY SYSTEM

It is necessary to employ forced ventilation system through pipe lines, which will ensure extraction of fumes from welding place inside the pipe as well as supply of fresh air for ease of breathing. Necessary ducting etc may be required to be employed to ensure fresh air supply and extraction of fumes. The oxygen content in fresh air at the mid span. from open end is to be maintained as 21% minimum. Blowers of adequate capacity are to be used to supply air from one end. A portable oxygen and explosive gas meter should be made available at the mid length of the pipe to monitor oxygen content in the air constantly. 9.0 LIGHTING

Sufficient lighting arrangement (sodium vapour type explosion proof) and hand lamps are to be provided inside pipe for the purpose of welding. Power should be obtained fromcaptive source at site. 10.0MISCELLANEOUS PROVISIONS

10.1 Re-welding: Incase any of the joint does not pass through the test procedures described above it is to be got re-welded by the Contractor at his own cost that will include gauging, cleaning, edge preparation, re-welding and testing etc. 10.2 Marking: Each joint shall have a distinct marking at a prominent place-indicating year and month, Agency, welder’s number and joint number. This should be done by punching on an aluminum strip of minimum of 3mm thickness x 100mm long x 30mm wide. The aluminum strip should be fixed at a prominent place by any possible means. 11.0RECOMMENDED MAKE

MIG / MAG welding equipments: M/S ESAB India Ltd.; Ador Fontech; L&T MIG wire: M/S ESAB India Ltd.; Advani orelicon; L&T GAS: Argo shield; 75 to 80% Argon, 25 to 20% carbon dioxide. Makes: BOC; Paxair, Elenberry gas. Air purifier / Fume extraction system: Ador Fontech; L&T

Page 249: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

128

Any other safety equipments: Standard ISI marked. Any other makes for any of the above equipments may be used subject to approval of the Engineer- in- charge based on credentials.

Page 250: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

129

ANNEXURE J

TECHNICAL SPECIFICATIONS FOR

SACRIFICIAL CATHODIC PROTECTION SYSTEM

FOR SUBMERGED WATER / UNDERGROUND PIPELINE & MANIFOLD

1.0.0 SCOPE OF WORK:

The scope of work under this contract shall comprise of Design,

Detailed Engineering, Supply of Material, installation, testing and commissioning of Sacrificial Cathodic Protection System using sacrificial method for the protection from external corrosion of submerged pipeline.

The main activities involved are as follows:

Basic Site Survey Design

Detail Engineering Supply of material Erection and installation Pre-commissioning and Energization Testing Commissioning Monitoring up to PCP system 2.0.0CODES AND STANDARDS:

The Sacrificial Cathodic Protection system design is based on the

guidelines of following listed codes, standards and specifications:

i) NACE Standard RP-01-69, RP-0285-95, RP-0193-93 and TPC Publication No. 05.

ii) IS 8062(1976): Code of Practice for C.P. of Steel Structures. iii)IS 5571(1971): Guide for selection of electrical equipment for

hazardous areas. iv) Indian Electricity act rules framed thereunder and Earthing as per

IS 3043. v) Fire Insurance regulations.

Page 251: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

130

vi) BS 7361 Part-I 1991 vii) VDE: 0150, Protection against corrosion due to stray current DC

installation. viii) BIS 2148(1981): Flame proof enclosure for electrical apparatus. ix) ANSI Standard x) DNV Standard – RB-401 1993 xi) NFPA Standard xii) IEC & DNV Standard xiii) IEEE Standard xiv) OISD Standard, OISD 88 & CCE Norms xv) API Model code of safe practices.

Note: - Any other relevant codes and standards applicable to equipments to be purchased and installed as are not listed here are also be followed. 3.0.0 INPUT DESIGN PARAMETERS:

The Sacrificial Cathodic Protection System Design is essentially to be derived from the available Input Data. The System Design envisaged bears on following basic inputs and considerations:

3.1.0 PIPELINE PARAMETERS :

PIPE SPECIFICATION : CARBON STEEL PIPELINE LENGTH: As indicated in respective schedules of commercial bid. PIPELINE OUTER DIAMETERS: As indicated in respective schedules of commercial bid.

NO OF PIPELINES: 4 parallel lines & one combned manifold system. 3.2.0 DESIGN PARAMETERS FOR SACRIFICIAL CP DESIGN :

TYPE OF C.P. SYSTEM FOR PIPELINE : Sacrificial Galvanic / Sacrificial PROTECTIVE CURRENT DENSITY : 01 mA / M2 in water LIFE OF SACRIFICIAL C.P. SYSTEM : 15 Years SAFETY FACTOR FOR CURRENT DENSITY : 1.3

Page 252: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

131

ANODE UTILISATION FACTOR: 0.65 FOR END CONNECTED PIPELINE NATURAL POTENTIAL : (-) 0.450V TYPES OF GALVANIC ANODES : Aluminium (GALVALUME III) ANODE CONSUMPTION RATE : 3.6 Kg / Amp – Yr

ANODE CAPACITY : 2650 Amp -Hr / Kg PIPELINE NATURAL POTENTIAL : (-) 0.550 Volts ANODE EFFIENCY: 60 % ANODE UTILIZATION FACTOR: 65 %

3.3.0 SACRIFICIAL CATHODIC PROTECTION DESIGN CRITERIA :

The C.P. SYSTEM will be designed to meet the following criteria: The pipe-to-electrolyte potential measurements shall be (+) 0.32 V with respect to a Zinc reference electrode. A minimum polarization shift of (-) 100 mill volts from native potentials will indicate adequate levels of cathodic protection on the tank.

4.0.0 GENERAL GUIDE LINE OF DESIGN CONSIDERATION:

Surface area of pipe (Sa) = (22/7) x D x L

Where D - Diameter of pipe L - Length of pipe

C.P. Current required (It) = Sa X Cd X Sf

where Sa - Surface area of pipe Cd - C.P. Current density Sf - Safety factor in current

Total Anode weight required Wa = It X Q X Y UF x Ef

where UF - Utilisation factor Q - Anode consumption rate Y - Design Life in years Ef- Anode Efficiency

Anode Current Output Ia = Ed / Ra

where Ra= Anodebed resistance Ed = Anode Driving Potential

5.0 Design Parameters for CP System:

Project Raw Water pumping station Design Life (Y) 15 Years

Page 253: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

132

Protective Current Density for PCP ( Cd )

01 mA/M2

Percentage bare steel (%H) 10 % Safety Factor for current density ( Sf)

30 %

No of Parallel Pipelines 4 No External Protective Coating Type Native Potentials wrt Cu-CuSO4 ( P/s nat )

(-) 0.45 Volts

Max ON Protective Potentials shall be wrt Zn ref electrode ( P/s max)

(+) 0.32 Volts

Anode Material Selection :

Anode Selected Aluminium(GALVALUME

III) Type

Anode Connection Weldable / Clit mound Type Anode Consumption Rate ( Q)

3.6 Kg/ Amp-Yr or 2650 Amp-Hr / Kg

Anode Diamention 400 x 110 x 40 Mm3 Anode Efficiency 60 % Anode Utilization Factor (Uf) 65 % Anode Open Circuit Voltage wrt Cu-CuSO4

(-) 1.978 Volts

Anode Weight As per design calculation

Kg

Anode Orientation of Installation

Attached to Pipeline Type

Basic Design Results on the following heads to be submitted for approval of

consultant / KMC:

Total pipeline Surface Area Protective Current Weight of Anode Material Required Number of Anodes required according to weight of individual anode. Any other relevant criteria as per requirement of engineer incharge.

6.0 CP SYSTEM CONFIGURATION:

Page 254: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

133

The CP system is configuration is optimized for uniform current distribution over its entire surface of pipeline for protection in contact with soil / water in order to maintain the steel at uniform ON potentials (+) 0.32V w.r.t to Zn reference electrode.

6.1.0 Basic CP Configuration :

Sacrificial Anode is connected to the Pipeline through weldable connections which feeds in the protective currents. The Anodes are installed in attached to pipeline Configuration at an suitable interval of pipeline as per design.

6.2.0 Protection of Insulating Joints :

Insulation joints on pipelines are provided at Pipeline starting, Intermediate SV and Terminating End Stations to isolate the pipeline. The Surge arrestor will protect the insulation joint for over voltage insulation breakdown.

6.3.0Protection of Cased Crossing of Carrier & Casing pipeline :

At cased crossing a coated casing shall be protected by 10.6Kg Zinc sacrificial anode. The sacrificial anode installed at both the end of casing. The carrier pipe inside the casing shall be protected by installing 1kg Zinc ribbon anode. Zinc ribbon anode shall be electrically directly welded or thermit welded to the outer surface of bottom of carrier pipe extending between hour and position of 4 and 8 O’ clock. As per the CP standard in general practice 2 nos. of zinc ribbon anode installed at 4 and 8 O’clock position between two insulation gaps. Coated casing up to 20mtrs in length may not be provide additional cathodic protection to carrier pipe bottom inside casing. More than 20Mtrs length coated casing additional cathodic protection to carrier pipe bottom shall be provided.

7.0.0 MATERIAL SPECIFICATION:

7.1.0 High Effiency special iridium activated Aluminium Sacrificial Anode: Galvanic Material : GALVALUM III Net Weight of Active Aluminium Metal : To be calculated in Kgs. Composition of Aluminium Anode : ELEMENT weight content Max %

ZInc (Zn) 2.00-6.00% Indium (In) 0.01-0.02% Silicon (Si) 0.08-0.20% Iron (Fe) 0.13% Max

Page 255: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

134

Copper (Cu) 0.006% Max Others each 0.02% max Aluminium Remainder Active anode Cross Section Dimensions : 110MM x 40MM Length of Active Anode : 400 MM Anode Insert core : 10mm TOR Rod Anode Type : Weldable Type Anode Gross Weight : To be calculated in Kgs Make : To be approved by Consultant / KMC

7.2.0 Zinc Electrode for MANUAL Measurement:

Enclosure Cap : PVC - Non Transparent Anode Cable Connection : Crimp & soldered connection Anode tail Cable Conductor Size : Copper 1C X 0 4 sq mm Anode tail Cable Length : As per requirement. Cable Insulation and Sheathing : Unarmoured PVC insulated Anode Cable Joint Insulation : Epoxy Sealed. Pre-packed Anode Gross Weight : 1 Kgs (Min)

8.0.0 INSTALLATION PROCEDURE:

To be explained by the bidder in their bid document.

8.1.0 General Guide line Of Anode Installation:

The Anode is to be Weld at pipe body over a pad plate as per approved drawings. Details to be explained by the bidder in their bid document.

8.2.0 Installation of Reference Electrodes :

To be explained by the bidder in their bid document.

8.3.0 Measurement Point Connection :

To be explained by the bidder in their bid document.

9.0.0 TESTING & COMMISSIONING PROCEDURE:

The testing and commissioning of CP System to be explained by the bidder in their bid document to achieve adequate protective potential of (+) 0.32 Volts or 100mV polarized potential wrt Zn Reference Electrode.

Page 256: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

135

ANNEXURE K

TECHNICAL SPECIFICATIONS FOR MECHANICAL AND ELECTRICAL PLANT &

EQUIPMENT AND INSTRUMENTATION ITEMS

(A) MECHNICAL ITEM

1.0 PUMP SPECIFICATIONS

1.1 General

The pumps shall be horizontal type, operated horizontally through coupling & motor. The pump is to be installed in such a way that it’s impeller eye remain at one Mtr above LLWL. Care should be taken while designing, that high point or peak point of the horizontal portion of the inlet pipe is filled with water or there will be full-developed flow. The pump must be capable of developing head to that extent at the elevation of the peak point plus losses in the pipeline. The pump body and rotating elements should have protection against corrosive action of the water –IP68. Connection of delivery and suction line with the pump through valves should be done with expansion joint. During errction an additional arrangement should be made with the pump gland, so that fresh water can be supplied for cooling, in case of exegencires. 1.2 DESIGN & CONSTRUCTIONAL FEATURES: a) The pump shall be designed to the latest technical standards and to be manufactured with great care. b) Closed coupled, single stage, single shaft, and single entry, centrifugal type horizontal split case pump set. c) The pump should be double volute and double suction type. d) The pump set should be with the provision of getting lifted through

simple upward linear motion for servicing of the pump set etc. e) The pump set shall handle water with maximum temperature of 400 C

Pump should be designed for high specific speed. f) While designing the pump it should satisfy the condition NPSH (r) –

Energy of water at pump suction> Vapour pressure of water in terms of water column at 40° C.

g) The surface of the castings, if any shall be smooth and free from blowholes or any defects. All exposed fasteners shall be 1.4462/1.4571. All the exposed surfaces other than the stainless steel shall be coated with two coats of Epoxy Resin and the surface treatment will be as per

Page 257: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

136

SA 21/2 (SIS 055914) AN 1865 and corrosion prevention should be as per relevant standards of total DFT 350 micron.

1.3 OTHER REQUIREMENTS OF PUMP:

a) Safety instruction to be provided along with the supply. b) Owner’s four numbers personnel to be trained for operation and

maintenance and identification of troubleshooting. c) Three years spare parts list and costs to be submitted by the

bidder. However, cost of spares would not be considered for evaluation of tender. Owner may purchase spares separately from open market.

d) Bidder should submit performance curves and speed curves of the different types, such as discharge vs. head; Discharge verses NPSH (r); Discharge vs. efficiency; Discharge vs. power input.

e) While installing the pump, it should be ensured that pumps are connected free of stress, should not support or anchor with the piping. Piping is to be fixed in such a way by means of expansion joints that no forces and moments act on suction / delivery. Connection by means of unrestrained expansion joints are not permitted. Necessary expander / reducer, as may be required to match the suction flange of pump with suction pipe and delivery flange of the pump with delivery pipe to be supplied and fitted by the bidder. A brief requirement of expansion joints is furnished here as guide line. 900 NB, SS (AISI 304) Multiply & Multi Convoluted Axial Expansion Joints with Fixed Flanges at Both Ends & Socket MOC IS 2062 and MOC of Bellow & Internal Sleeve will be AISI SS 304 along with Tie Rod, Nut, & Washer Overall Flange Face to Face Length – 425 mm

f) Other technical requirements of expansion joints are furnished below :-

Pressure: PN 10

Flange Details as per Table – PN 10 Thickness 37.5

Temperature: 50 b C Socket Thickness 10 mm.

Axial Movement: ± 50 mm.

Lateral Movement: ± 5 mm

Cycle Life: 10,450 times Minimum

Axial Spring Rate: 42 Kg / mm.

Page 258: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

137

No. of Convolution: 13

Flexible joint manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing.

MINIMUM REQUIRED PUMP SPECIFICATION TO BE USED FOR MA-ERGHAT PUMPING STN.

Approved Manufacturer KSB, Kirloskar, Mather Platt Ltd, Flow more (P) Ltd; WPIL Ltd & Sulzer.

Pump type Horizontal split case centrifugal

number of stages in Pump Single

Volute casing double volute

Pump suction Double suction

Impeller design Radial flow

Pump quantity Four

Mounting Horizontal foot mounted

Rated Capacity 0.85 MGH (3800Cu. Mtr / Hr.)

Head 45 M (Pump should be operable from 42 Mtr to 52 Mtr.)

Speed 590 RPM

Duty Continuous

Liquid Raw water

Specific gravity of Raw water 1.08

Dynamic viscosity of raw water 40C 0.653

Pump efficiency at rate duty 85% Approx.

Pump input power at rated duty To be indicated by the bidder.

Max. Pump input power over entire range To be indicated by the bidder.

Pump input power at shut off head To be indicated by the bidder.

NPSHR To be indicated by the bidder.

Pump Material of construction

Casing Cast Iron IS210 GR. FG 260

Impeller CF8 M Stainless Steel of minimum BHM 250

Shaft SS410

Casing wearing ring CA15

Impeller wearing ring CA15

Shaft sleeve AISI 410 H

Page 259: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

138

Gland CF8M Stainless Steel

Gland Packing Graphite Asbestos or equivallent

Lantern ring To be provided

Base Plate MS IS 2062

Stuffing Box Cast Iron IS210 GR. FG 260 or equivallent

Hydraulic Test Pressure 8.60 Kg per sq cm

Maximum wearing Pressure 6.90 Kg per sq cm

Specific speed TO be indicated by the bidder

Noise level at 1.8 Mtr. 85 dba

Vibration As per IS 12065

Suction / delivery flange TO be indicated by the bidder

Pump Suction size 914mm

Pump delivery size 700 mm / 750 mm ID

Impeller diametre (Max / Rated / Min.) To be indicated by the bidder

Bearing life 100 000 Hrs. with Greece lubrication

Pump weight without base frame, coupling, Motor &valves Minimum 5000 Kg.

GD sq. Value TO be indicated by the bidder.

Minimum required Motor Rating . 700 KW

Manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing Inspection of material: Stage inspection would be conducted by RITES / KMC during the course of manufacturing at the manufacturere’s works. Test coupon to be kept with all ferrous / non ferrous material or samples would be drawn from the raw materials being used as per relevant standards. RITES / KMC’s inspecting engineers will draw the samples and same would be tested at RITES laboratory or any other laboratory as per the approval of RITES / KMC. Materials would be rejected incase of non conformity of relevant standard. Other relevant parameters would also be checked by inspecting engineers during stage inspection. Schedule of stage inspection would be intimated by manufacturer in advance.Final inspection would also conducted by RITES / KMC. All internal inspection report to be submitted. 2.0 MOTOR SPECIFICATION 2.1 General

I. Any kind of fixing and fittings accessories, as may be required is to be supplied by the contractor for the purpose of which general specification of the Motors is mentioned below. All the Motors would be fitted with flexible coupling.

Page 260: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

139

II. The Motor shall be horizontal foot mounted, directly

connected with the pump by means of flexible coupling. 2.2 DESIGN & CONSTRUCTIONAL FEATURES OF MOTOR � The Motor shall be designed to the latest technical standards and to be

manufactured with great care. � Motor to be designed and constructed in accordance with the

appropriate current parts of IEC 60034, BS 4999, 1987 and EN 60034. Continuously maximum rated, duty type S1. Suitable for use in a safe area.

� Totally enclosed IC-611 Squirrel Cage Induction Motor designed to

operate from a 6600 volt, 3 phase, 50 Hz supply. � Horizontal mounted and provided with grease lubricated angular

contact bearing and at the non-drive end and grease-lubricated50 ball bearing at the drive end, these supplied with grease escape valves or as per manufacturer’s standard. The bearings would be designed to take the motor rotor weight only and not additional thrust.

� Standard bare solid keywayed shaft extension to be provided at the

drive end only. � Construction symbol IM 1001 to EN 60034, PT 7 having a cast stator

frame construction with cast end shields. Air to Air heat exchanger from fabricated steel sheets.

� The Mean Sound Pressure Level would be 85 dB (A) when measured on

no load at 1 M to EN 60034, PT 9. � The main terminal box would be of the phase –segregated type, cable

entry from vertically up and provided with a suitable cable gland as per outer dia of cable to be communicated.

� The neutral point of the stator windings would be brought out into an

enclosure, and either as below should be followed. 1. mounted inboard of the main terminal box 2. mounted in a separate terminal box

Page 261: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

140

� The enclosure would be designed to afford protection against harmful deposits of dust and harmful ingress of water as required by the degree of protection IP55, in accordance with the requirement of EN 60034, PT 5. Manufacturer’s certification is required.

� Six Resistance Temperature Detectors (two per phase) would be

provided embedded in the stator windings and a single RTD would be provided embedded in each bearing. All RTDs would be Platinum type, PTC, 100 EOTms at 0°C, 3 wire, to EN 60751 and would have leads terminated in a separate auxiliary terminal box. The windings RTDs would be simplex type and the bearings RTDs would be duplex type.

� Suitably rated 240V single-phase anti-condensation heaters would be

provided with a blank un-drilled gland plate. � The stator windings would be insulated with class ‘F’ materials, the

temperature rise being limited to 70°C when measured by the increase of resistance method in accordance with the requirements of BS EN 60034, PT 1, in a maximum ambient temperature of 50°C.

� All type and routine tests to be conducted as per relevant standards

available. � Application: Paint systems for HV machines, operating in arduous

environment conditions such as chemical, petroleum, tropical humid (TH) and salt laden atmosphere (marine and offshore), 10-20 year life. Suitable for ISO 12944-2 corrosion category C5-M environment.

� Surface preparation: Fabricated components – All rust, mill scale and

weld flux is removed prior to painting. Any tough welds and sharp edges are prepared by grinding smooth. Fabrications > 3 mm thick are grit blasted to grade Sa 2½ of standard SIS 055914 and average surface profile 50-75 microns. Cast components – To be cleaned and grit blasted. All mould and core sand and grit are to be removed. All components are prime painted within four hours of blasting.

� Restrictions: No painting takes place in any of the following conditions: If the temperature of the surface to be painted is less than 3°C above the dew point If the relative humidity of the air is greater than 80%

Page 262: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

141

If the air temperature is less than 5°C If the temperature of the surface to be painted is greater than 30°C Dry Film Thickness: The following are the minimum dry film thickness (in microns) for the external surfaces of the machine that are to be painted. Steel Fabrications Zinc rich 2 pack epoxy primer 125 MDFT Zinc Phosphate 2 pack epoxy primer 70 MDFT High build micaceous iron oxide 2 pack epoxy undercoat

75 MDFT

Satin finish 2 pack epoxy topcoat 75 MDFT Ferrous Castings Zinc Phosphate 2 pack epoxy primer 70 MDFT High build micaceous iron oxide 2 pack epoxy undercoat

100 MDFT

Satin finish 2 pack epoxy topcoat 100 MDFT Repair and touching up: Repair and touch up work can be carried out as required. All areas to be reworked should have loose or flaking paint removed and be scrupulously clean and dry. If there are large areas down to the bare metal paint should, paint should be applied (including primer) to the thickness as detailed in Section 4.0 above. Small areas of damage can be touched up with topcoat. Quality requirements: MDFT is checked after each coat of paint is applied. A paint record report is to be completed for each machine painted. Colour and finish: Topcoat to be standard blue RAL 5010 and satin finish, unless otherwise specified.

� For painting & finishing all above points need to be covered or the standards IEC 721-2-1, ISO 2178, ISO 8501-1 and DIN 67532 need to be thoroughly followed and manufacturer to certify in this regard.

Page 263: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

142

Contractor should supply safety instructions for operation, maintenance and inspection of the pump. Contractor should provide training to the owner’s four numbers personnel for operation and maintenance of the pump up to their satisfaction. MINIMUM REQUIRED SPECIFICATION FOR MOTOR TO BE USED IN MA-ERGHAT PUMPING STATION Approved Makes: Lawrence Scott & Electromotors Ltd. (UK);

Helmke Orbis (Germany)

Minimum required rating

700 kW

Type AC, SQ. Cage Induction Motor

Pole 10

RPM 590

AMPS 80

Volts 6600

Supply 3 Ph, 6.6 KV, 50 Hz

PF 0.78

Ambient temperature 50° C

Insulation class F

Temperature rise Class B

Efficiency 93% approx.

Application To be coupled with raw water pump of discharge capacity 0.85 MGH

Protection IP 55

Enclosures Through Air to Air Heat Exchangers

Motor Starting Mode Direct on Line

Duty Continuous

Starter Unit Neutral Soft Starter, Duplex Starter

Temperature sensor 6PT 100

Page 264: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

143

Painting PU, DFT - minimum 150 micron

Tests Type tests / Routine tests

Manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing.Prioir to dispatch final inspection at manufactuer’s works would be carried out RITES / KMC. In ternal inspection report to be submitted. 3.0 VALVE

3.1 General

a) Contractor has to supply, hadle, install, tests and commission all kind of valves. It would be the responsibility of the supplier to fix the valves in suction and delivery lines as well as with the pumps. (b) i) Each pump should be equipped with (out let side) electrically actuated butter fly valve of suitable dia as per size of discharge elbow for the purpose of throttling followed by a non return type check valve while inlet and outlet side of each pump would be equipped with sluice gate valves. All fixing and fittings accessories and cut pieces of pipes as may be required to connect the pump with valves, out let and inlet pipes are to be supplied by the contractor for the purpose of which general specification of the valves are mentioned below. All the valves would be fitted with 914 mm dia pipe at inlet and out let side of the pump.

I. Recommended pressure rating for the valves are PN 10 II. Recommended makes for the valves are AUDCO / KBL / VAG

Manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing.

3.2 Minimum required Specification of double flanged Butterfly valves

Rating PN 10 Size DN-100 to DN 3000 Face-to-Face: As per BS5155 (Long Body) IS 13095/DIN 3202, f4/ AWWA C 504 80 Features: Double flanged, double eccentric bearing of disk with renewable soft seal on the disc. Valves should be vacuum tight and 100% leak proof in both the direction.

Page 265: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

144

Drop tight closure, low lead loss, and uninterrupted disc periphery, horizontal or vertical shaft with good closing characteristic and ease of throttling. Single/duo-eccentric seat geometry so as to reduce the disc seal wear and tear Compatible for underground burial installation for erecting with piping without valve chambers. Material of construction: Body, bonnet Ductile iron Gr. GGG 40 Shaft stainless steel Body seat Integral Nickel weld overlay micro finished Shaft Bearing Brass with O-rings for 100% leak tightness O-ring EPDM Peripheral disc Seal EPDM Surface protection Electrostatic powder coating both inside and outside with minimum thickness of 250 microns as per GSK standard The valves should be gear operated through electrically operated motorised actuator. Provision of manual operation of actuator also to be kept, having partial opening provision and indication of percentage opening. The valve should be protected with IP68 standard. The actuators should be of ROTORK / AWMA make.

Inlet and out let side of the pump should be fitted with gate / butter fly type

3.3 Minimum required Specification of Gate valves

Rating PN10 Size DN-40 – DN 600 Facr to Face As per BS5163-89/IS 14846-2000/DIN 3202, f4 & f5 Features: Vacuum tight and 100% leak proof with straight pocket less body passage

Page 266: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

145

Compatible for under ground burial installation for erecting with piping without valve chambers. The valve should be protected with IP68 standard. Material of construction: Body, bonnet Ductile iron Gr. GGG 40 Wedge Ductile iron Gr. GGG 40 fully rubber lined with EPDM Gr.W270 Spindle AISI 410 SS IS 6603 Cr 12 Stem bearing Brass with O-rings for 100% leak tightness Stem sealing Toroidal NBR sealing rings minimum 2 O-rings Wedge nut Bronze Bolts and nuts Stainless Steel Bonnet gasket EPDM Surface protection Electrostatic powder coating both inside and outside with minimum thickness of 250 micrones as per GSK standard 3.4 Minimum required Specification of Check valves Rating PN 6 Size DN-200 to DN 1200 Facr to Face As per DIN 3202 f4 Features: Slanted seat tilting disc check valves / cushioning arrangement through hydraulic shock absorver. The valve should be protected with IP68 standard. .Metallic, corrosion proof and wear resistant integral seat faces Quick closing due to slanted seat to reduce the travel of the disc by approx 25% Material of construction: Body, bonnet Ductile Iron IS 1865 Gr. 400/12 GCC 40 Disc Shaft Stainless steel Disc seating Integral Nickel weld overlay micro finished Shaft Bearing Zinc free Bronze

Page 267: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

146

Surface protection: Electrostatic powder coating both inside and outside with minimum thickness of 250 microns as per GSK standard Internal Damping arrangement: Damping unit in Ductile Cast Iron to IS 1865 Gr400/12 Inspection of Valves: Stage inspection would be conducted by RITES / KMC during the course of manufacturing at the manufacturere’s works. Test coupon to be kept with all ferrous / non ferrous material or samples would be drawn from the raw materials being used as per relevant standards. RITES / KMC’s inspecting engineers will draw the samples and same would be tested at RITES laboratory or any other laboratory as per the approval of RITES / KMC. Materials would be rejected incase of non conformity of relevant standard. Other relevant parameters would also be checked by inspecting engineers during stage inspection. Schedule of stage inspection would be intimated by manufacturer in advance.Final inspection would also conducted by RITES / KMC. All internal inspection report to be submitted. 4.0Flexible Coupling: a) Salient features of flexible coupling are furnished below:

I. Coupling should be of special design made of cast iron and buffers for high ambient temperature, electrically insulating, and high increased elasticity.

II. Coupling nominal torque should be minimum 14000 NM approximately. However, selection criteria and basis has to be obtained fromthe manufacturer and to be got approved prior to selection of rated nominal torque.

III. It should able to dampen and prevent torsional vibrations enabling critical speed to be displaced.

IV. Flexible buffer should provide guarantees a limitation of vibration amplitudes for the protection of the whole drive.

V. It should provide maximum reliability of continuous rating operation VI. It should be suitable for ambient temperatures of 50° centrigrade. VII. Bores to be made as per the drawing supplied. VIII. All rotating parts must be guarded to prevent accidents. Coupling

should be installed as per national and local safety codes. b) Recommended makes: Meta flex. Industries Syndicate, Flender. c) Prioir to dispatch final inspection at manufactuer’s works would be

carried out RITES / KMC. In ternal inspection report to be submitted. d) Manufacturer should got broad specification approved by KMC / RITES

prior to start manufacturing.

Page 268: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

147

5.0 Flow Meter: The size of the flow meter is of 1200 mm dia (Nominal bore). Necessary reducer / expander matching with the manifold pipe line to be supplied and installed by the bidder. Full bore, electro-magnetic type flow meter to be designed, supply, install & commission suitable for raw water flow measurement at out let. “Krohne Marshall” or other makes subject to approval of KMC to be supplied. Prioir to dispatch final inspection at manufactuer’s works would be carried out RITES / KMC. In ternal inspection report to be submitted. Manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing.

6.0 Priming Arrangement of the pumps: (Minimum technical requirement)

All the four suction lines are to be primed to ensure that the suction lines are fully charged up to the impeller eye so the proper reaction is generated for pumping. Out of four lines two lines are to be primed together within an estimated time of five minutes. Each pump should be capable of charging individual line within maximum five minutes time. It has been estimated that each priming pump would be of capacity to the tune of 720 cu. ft. per minute, while each pump would be connected with the 30 KW, 1440 rpm (or as per recommendation of original equipment Manufacturer), 50 Hz, induction squirrel cage Motor complete with flexible couplings, base frame all other fittings like priming pipes (compatible for velocity of 2mtr / sec,) Air valve corks, manifold cylinder for priming. All the pipes used for priming are to be treated for surface preparation and corrosion resistance for protection against corrosion the out side surface of the steel pipe will be given PU paint coating in three coats after surface preparation. All the three pumps would be connected with the priming cylinder in such a way that individual pumps can be used for priming of any line as per requirement. The priming manifold cylinder will also be connected with the priming line that in turn connects all four individual pumps. Water comes in through the priming line should be drained to the floor level pit through pipes for dewatering purpose. It is the responsibility of the contractor to make necessary foundations etc to place, install, testing and commissioning of the entire priming system up to the satisfaction of the Engineer-in-charge / KMC. During errction an additional arrangement should be made with the priming pumps, so that fresh water can be supplied for cooling, in case of exegencires. Recommended makes: a) Motor: Siemens, L&T, Kirloskar, Crompton Greaves, ABB & GCC,

Page 269: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

148

b) Pump: Kirloskar; Garuda, KSB, Mather Platt Ltd, Flow more (P) Ltd, WPIL ltd.

c) Pipes: SAIL or any other equivalent make as per prevalent specification subject to approval of Engineer-in-charge / KMC

d) Other accessories & Mountings: Standard ISI Marked as per prevalent specification subject to approval of Engineer-in-charge / KMC

Stage inspection would be conducted by RITES / KMC during the course of manufacturing. Test coupon to be kept with all ferrous / non ferrous material or samples would be drawn from the raw materials being used as per relevant standards. RITES / KMC’s inspecting engineers will draw the samples and same would be tested at RITES laboratory or any other laboratory as per the approval of RITES / KMC. Materials would be rejected incase of non conformity of relevant standard. Prioir to dispatch final inspection at manufactuer’s works would be carried out RITES / KMC. In ternal inspection report to be submitted. Manufacturer should got broad specification approved by KMC / RITES prior to start manufacturing. (B) SPECIFICATION OF ELECTRICAL AND INSTRUMENTATION ITEMS

1.0ELECTRICAL & INSTRUMENTATION Supply, Erection, Testing and Commissioning of : • Drive Motors • Switch gears • Control desk cum panels • Auxiliary Transformers • Battery, Battery chargers, distribution board, junction boxes etc. • Air conditioning system for the switchgear / control room. • Over head crane • Dewatering pumps. • Other items as detailed below.

Statutory clearance from Electrical Inspectorate and local statutory authorities to be obtained for all electrical installations and systems as may be required. 2.0GENERAL TECHNICAL INFORMATION FOR GUIDANCE 2.1 Drawings in Section 6 of the Tender Documents show the space

available for installation of new Pumping sets, switchgears etc. and the general layout of the plants machineries etc. The drawings have been prepared to show the tenderers the approximate space available for installation of the new plants, machineries, switch gears, etc. As much information as available is shown on the drawing, but it is not guaranteed to be absolute correct and the tenderers are advised to inspect the sites and scrutinize the drawings before tendering and satisfy themselves as to the available space for the installation of the new machineries etc. If the Tenderer desires to modify the size of the

Page 270: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

149

Pump House to suit the Plants and Equipment he is proposing he can do so since BOQ Schedule I for Pump House is a Lumpsum item as per Tenderer’s Scheme.

2.2 The tenderers are free to suggest their own arrangements for

installation of the Plants and the machineries etc. offered by them within the available accommodation shown in the drawing or as per drawing to be made out by then and they must submit with their tenders complete layout drawings showing detailed arrangements of the motor and its accessories and their dimensions etc.

2.3 Damage of Buildings

2.3.1 when installing the pumping sets, switch gears, etc. with all accessories, all-cutting into the structures of the building are to be carefully done and made good without injuring or shaking the structures.

2.4 Foundations

2.4.1 The contractor should provide the new foundations necessary to suit the plants and machineries offered and shall do any cutting out or alternation to the proposed floor foundation or building which may be required. No tender shall be considered which does not include all constructional details and other works, required in connection with the installation of the plant.

2.4.2 All masonry and concrete walls including supply and fixing in

position, necessary Beams, Channels, Angles and Tees for providing suitable and permanent foundations for motor, pumps, switch gears and other accessories must be executed by the contractor to the satisfaction of the Engineer.

2.4.3 Hoisting arrangement and installation of EOT Cranes is to be made in

the Pumping house.

2.5Ventilation:

2.5.1 The temperature in Kolkata may rise in the shade to 45º C. Therefore; the temperature in the pump room may be higher than this with humidity almost 100 percent. Therefore, suitable duct and forced ventilation system shall be designed and constructed.

Page 271: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

150

2.6 The Design of Machinery:

2.6.1 The design of plants machineries, switch gears etc. is left to the contractors but they must conform to the specifications laid hereinafter and in all respect to British Standard Specifications/DIN/BIS so far as they apply. They must conform in all respects to rules laid down under the Indian Electricity Act & Rules so far as the Electrical machineries and Switch gears are concerned, so that they may be approved without any objection by the Govt. Electric Inspector, Directorate of Electricity. Vendors of plant, machineries and equipments are to be approved by Engineer In Charge before placing order.

2.7 Testing of Plant and Trial

2.7.1 The contractor shall arrange for testing at manufactures works of the various component parts of the plant machineries, switch gears etc. for efficiency, durability, insulations, protections, as may be possible enabling the purchaser to ascertain as far as that the plants, machineries, switch gears, comply with the specified and guaranteed conditions. A certified copy of works test certificates should be supplied along with other details before the delivery of the plant. Hydraulic equipments like valves, flow & pressure meters may be tested and calibrated by F.C.R.I.

2.7.2 After complete erection at site, the contractor shall be responsible

for the test which shall be held to secure the certificate of the Govt. Electric Inspector to put the Electric Motors H.T. switch gears, Cables etc. into commission as required by the Indian Electricity Act & Rules. The Contraactor shall also run trials of the electric motors, H.T. switch gears, pumps, at his own cost for electrical and hydraulic tests to the satisfaction of the Engineer regarding the safe and satisfactory working of the same and verification of the specified capacities of motors, pumps, switch gears, etc. and the accessories. The purchaser shall have the power to refuse acceptance of the whole or any part of the plant based on the results of such tests / trials.

2.7.3 The electrical machineries and accessories including Cables, Wring

etc. of medium and low tension pressure shall be subjected to a test pressure of not more than twice the intended working pressure but not less than a test pressure of 500 V, according to the direction of

Page 272: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

151

the Engineer. The insulation resistance of the whole or any part of the installation to the earth must be such that the leakage current does not exceed 1/5000th part of the total connected load subject to a limit of one megaEOTm.

2.7.4 The earthing and continuity must be such that the total contact

resistance to earth must not exceed One EOTm. 3.0 Non-acceptance of the Plant:

3.1 In the event of the Engineer being unable to accept the plant or any portion thereof on account of its non-compliance with the guarantees during the trials or unsatisfactory working during the period of warranty the Contractor shall remove the plant or machinery or accessories to which such refusal refers to from the KMC premises within 15 days from the date of official notice to do so.

3.2 The prices quoted by the tenderer shall be written by the tenderer in

the annexed schedule. The prices quoted by the tenderers in the schedule shall include cost of erection and everything necessary to make the work complete for its purpose whether specifically mentioned or not.

4.0 DETAILS TO BE SUPPLIED IN DUPLICATE WITH TENDER:

• A detailed layout drawing showing the arrangement of the plant with all accessories etc.

• Detailed description including maker’s name, Country of make, specification & illustration of each component part of the motor, pumps, switch gears and schematic diagram of electrical connections.

• Load vs. efficiency, power factor and speed vs. torque curves of the motor.

• Breaking capacity, size and current carrying capacity of busbars, size of tank, oil content of each tank, details of tripping arrangement etc. and description and type of over current and under voltage releases, current and time adjustment of H.T. Switches.

Page 273: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

152

• Instruments, transformers, Type, ratings, rated V.A. Burden, Accuracy, Class, Thermal capacity, type of insulation of potential and current transformers.

• Characteristic curve of complete pump performance showing efficiency, effective Head and NPSH, Discharge Torque and shaft-horse power with speed relationship with special markings of the design point characteristics, GD² value of pump rotating part etc.

• Starting period BHP and RPM of the motor and the type of coupling provided as also the power to be continuously available at pump shaft with relation to the horse power actually required by the pump.

• Starting torque, starting current of the motor giving percentage of full load torque and full load current, number of starts in succession with intervals permissible per hour without undue heating.

• All other relevant information in connection with the machineries offered.

5.0 POWER SUPPLY

The electric power available in the pump room is 6.6 KV , 3-phase, 50 Hz AC from the supply system of M/s. CESC

6.0SUPPLY OF 9 PANEL VCB

6.1Specification for Vacuum Circuit Breaker

The H.T. Switches shall be SIEMENS / BIECCO LAWRIE make suitable for 6600 volts three phase, 50 Hz A.C. mains power system and of at least 500 MVA breaking capacity. These shall be vacuum circuit Breaker type, totally enclosed metal clad, absolutely vermin and moisture proof draw out type with automatic shutters and arrangement for complete isolation of busbars cable sockets and other live parts etc. when the removable portion is withdrawn. The switches shall be arranged for hand operation through front of the panel push buttons and spring charged mechanisms, with remote operation compatibility. The busbars shall be of high conductivity alluminium, with 1250 ampere capacity and capable of taking up the mechanical stresses due to heavy load current rushes and shall be provided with cable trifurcating boxes suitable for 3 core 11.0 KV

Page 274: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

153

Aluminium Conductor, XLPE type cables connecting each panel. The whole switchboard shall be suitable for future extensions. All the panels shall be complete with fittings, fixtures etc. and L.T. auxiliary connections for protective devices, instruments etc. All the instrument transformers shall be of sufficient volt-ampere capacity and of suitable ratio for working the meters, protective devices, trip coils etc. and full details of those are to be supplied along with the tender. All current transformers shall be of straight through type and resin moulded and insulated type. The potential transformers shall be of resin moulded and insulated type, complete with H.T. & L.T. fuses and the ratio of transformation will be 6600 /110 volts, 3-phase open delta connected. All trip coils shall be of shunt trip type energized from a separate D.C. source of 24V/48V. The complete panel including the door shall be internally tested by any Govt. approved Laboratory to ensure avoidance of injury to the operating personnel in case of any short circuit. The test certificate of impulse test of the VCB Bottles by the appropriate authority should also be attached. The contractor shall supply detailed descriptions and illustrations etc. of switch Gear, circuit breakers, cable end boxes, fittings, instruments, relays etc. with maker’s name. Switches (VCB) of SIEMENS / BIECCO LAWRIE make will only be considered The charging of the circuit breaker closing spring mechanism shall be through a `motor, energized by 230 Volt A.C. available from the station out of 400 volts 3 phase 50 c/s A.C. source. Alternative MANUAL charging of the spring mechanism shall also be provided to meet the situation that may arise due to LT AC power failure etc.

6.2 VCB (for Incomer) rating: 11KV, 800A, 500 MVA. 6.2.1 Potential Transformer:

Circuit connected 3-phase open delta Vee connected potential transformer complete with H.T. & L.T. Fuses, with a rating of 200 VA, per phase.

6.2.2 Current Transformers:

Three current transformers each of 600/5/5 ratio for operating protective devices and instruments.

6.2.3 Meters:

Page 275: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

154

a) One ammeter, Digital type with a range of 0-600Amps with selector switch.

b) One Voltmeter, Digital type scaled 0 - 8 KV with selector switch. 6.2.4 Protection:

IDMTL induction type of relays, 2 for over current and 1 for earth fault with current settings from 10% to 40% of normal current in 7 steps in case of earth fault and 50% to 200% of normal current in 7 steps in case of over current protection (Relay: CDG 61, Make – Alsthom/E.E. or any other relay of improved design).

6.2.5 Trip Coils :

DC shunt trip coil powered from a separate D.C. power source.

6.2.6 Circuit side Cable terminal box :

Cable entry terminal box, trifurcating type shall be suitable for terminating cables of 11 KV, 3-Core, Aluminium conductor, 400 sq. mm., XLPE, complete with Heat shrink cable joints with earthing arrangement.

6.2.7 Bill of quantity :

1 no. Incomer Panel shall be equipped with 800A VCB with the following accessories:- 1 set 3 phase P.T.6.6 KV /110V, 200 VA with fuses for primary &

secondary circuit. 3 no. Epoxy cast, 3-core, CTs having CTR 600:5:5 with class 1.0/5P10, burden 15 VA and STC 25 KA for 1 second. 1no. Shunt trip coil & 1 no. Closing Coil both of 110V DC 5 nos. LED type indicating lamp for VCB ON/OFF, CB trip, Spring Charge, Trip Circuit Healthy etc. 1no. Push Button for Emergency Trip 1no. Voltmeter with Selector Switch (Digital type with range 0-15 KV) 1no. Ammeter with Selector Switch (Digital type with range 0-

600Amp) 1no. 2 Element Over Current, 1 Element Earth Fault with high set instantaneous unit Alsthom Make IDMT Relay, Type CDG61 or any other make of improved design.

Page 276: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

155

1no. Incoming Cable Entry Box at rear 1no. Local Remote Switch 1no. TNC Switch 1set Motor ON/OFF Switch Separate D.C. source of 110 V system of suitable capacity. 1no. 16A triple pole 3 way selector switch for power pack selection.

6.2.8 Total incoming Panel - 2 Nos. 6.3 VCB (outgoing for Motor operation) rating: 11KV, 800A, 500MVA

6.3.1 Current Transformers:

Three current transformers each of 150/5/5 ratio for operating protective devices and instrument.

6.3.2 Meters:

1.One Ammeter, Digital type with range of 0-150Amps with selector switch. 2.One Voltmeter, Digital type with range of 0 - 8 KV with selector

switch. 3.One Wattmeter, with range of 0-1500KW.

6.3.3 Protection:

Motor Protection Relay- ALSTHOM type MICOM P220 or equivalent of improved design shall be mounted on the front of the panel. The Motor Protection Relay shall incorporate i) Thermal over current relay with time sets. ii) Negative phase sequence and positive phase sequence

elements. iii) Instantaneous high set tripping element. iv) Motor stalling protection. v) Earth fault protection element etc.

6.3.4 Temperature scanner:

One Temperature Scanner for RTD’s 8 Channel type to be provided complete with necessary wirings.

6.3.5 Under Voltage Protection:

Page 277: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

156

English Electric make Under Voltage Relay type VAGM or any other relay of improved design, operable on 110V D.C. having setting from 10% to 40% in 7 equal steps, to operate the Master Trip relay coil.

6.3.6 Master Trip Relay:

English Electric make Master Trip relay type VAJH13 or any other relay of improved design, operable on 110 V D.C. via tripping elements of Motor Protection Relay, Temperature Scanner or Under Voltage Relay, to operate 110V D.C. Trip coil.

6.3.7 Surge Diverter : One Surge diverter for motor operating breaker. 6.3.8 Circuit side Cable terminal box :

Cable entry terminal box, trifurcating type shall be suitable for terminating cable of 11KV, 3-Core, Aluminium conductor, 150 sq. mm., XLPE, complete with Heat shrink cable joints with earthing arrangement.

6.3.9 Bill of quantity :

1 no. Motor operating Panel shall be equipped with 800A VCB with the following accessories and necessary wirings:- 3 nos. Epoxy cast, 3-core, CTS having CTR 150:5:5 with class 1.0/5P10, burden 15 VA and STC 25 KA for 1 second. 5 nos. Shunt trip coil & 1 no. Closing Coil both of 110V DC 1 no. LED type indicating lamp each for VCB ON/OFF, CB trip, Spring Charge, Trip ckt. healthy etc. 1 no. Push Button for Emergency Trip 1 no. digital Voltmeter with Selector Switch (digital type, range 0-8

KV) 1 no. digital Ammeter with Selector Switch (digital type, range 0-

150Amp) 1 no. 3 Phase digital Wattmeter (range 0-1500KW) 1 no. Temperature scanner for RTD’s 8 channel 1 no. Motor protection relay, Alsthom make MICOM P220 or equivalent of improved design. 1 no. UnderVoltage protection relay type VAGM or similar of

improved design.

Page 278: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

157

1 no. Master Trip Relay type VAGH 13 or similar of improved design. 1 no. Cable Entry Box at rear1 no. Local Remote Switch 1 no. TNC Switch 1 set Motor ON/OFF Switch 1 no. Surge diverter for motor operating breaker.

6.3.10 Total outgoing motor panel - 4 Nos.

6.4 VCB (for Transformer operation) rating: 11KV, 800A, 500MVA 6.4.1 Current Transformers:

Three current transformers each of 10/5/5 ratio for operating protective devices and instruments.

6.4.2 Meters:

a) One Ammeter, digital type with range of 0-10Amps with selector switch. b) One Voltmeter, digital type with range of 0 - 8 KV with selector switch. c) One Watt meter, with range of 0-100KW.

6.4.3 Protection:

IDMTL induction type of relays, 2 for over current and 1 for earth fault with current settings from 10% to 40% of normal current in 7 steps in case of earth fault and 50% to 200% of normal current in 7 steps in case of over current protection (Relay: CDG 61, Make – Alsthom /E.E. or any other relay of improved design).

6.4.4 Relay for Transformer Protection :

Auxiliary Relay for Buchholz’s Alarm & trip, Winding Temperature Alarm & Trip and Oil Temperature Alarm & Trip Relay type VAA32. One no. 230V Buzzar is also to be connected.

6.4.5 Master Trip Relay:

English Electric make Master Ttrip relay type VAJH13 or any other relay of improved design, operable on 110 V D.C. via tripping elements of Temperature Scanner or CDG61 Relay, to operate 110V D.C. Trip coil.

Page 279: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

158

6.4.6 Circuit side Cable terminal box :

Cable entry terminal box, trifurcating type shall be suitable for terminating cable of 6.6 KV , 3-Core, Aluminium conductor, 50 sq. mm., XLPE, complete with Heat shrink cable joints with earthing arrangement.

6.4.7 Bill of quantity :

1 no. Transformer operating Panel shall be equipped with 800A VCB with the following accessories and necessary wirings:- 3 no. Epoxy cast, 3-core, CTs having CTR 10:5:5 with class 1.0/5P10, burden 15 VA and STC 25 KA for 1 second. 1no. Shunt trip coil & 1 no. Closing Coil both of 110V DC 5 no. LED type indicating lamp for VCB ON/OFF, CB trip, Spring Charge, Trip Circuit Healthy etc. 1no. Push Button for Emergency Trip 1no. digital Voltmeter with Selector Switch (range 0- 8 KV) 1no. digital Ammeter with Selector Switch (range 0- 10Amp) 1 no. 3 Phase digital Wattmeter (range 0-50KW) 2 no. VAA32 for Transformer protection or any other of improved design. 1 no. Master Trip Relay type VAGH 13 or any other relay of improved design. 1 no. Cable Entry Box at rear 1 no. Local Remote Switch 1 no. TNC Switch 1 set Motor ON/OFF Switch

6.4.8 Total Panel for Transformer operation - 2 Nos. 6.5 VCB (Bus Coupler) rating: 11KV, 800A, 500MVA. 6.5.1 Trip Coils :

DC shunt trip coil powered from a D.C. 24 V/ 48 V separate source.

6.5.2 Bill of quantity :

1 no. Bus Coupler Panel shall be equipped with 800A VCB with the following accessory 1no. Shunt trip coil & 1 no. Closing Coil both of 110V DC

Page 280: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

159

5 no. LED type indicating lamp for VCB ON/OFF, Spring Charge, Trip Circuit Healthy etc. 1no. Push Button for Emergency Trip 1no. Local Remote Switch 1no. TNC Switch 1set Motor ON/OFF Switch All breakers should have Local/Remote selector switch, T-N-C control, Emergency OFF Button. Incommer: Relay: CDG31 relay, VAJH 13 Tripping relay or any other relay of improved design. Powerpack: separate power pack of 24 V/48 V D.C. P.T.: 200VA per phase, 6.6 KV / 110 V, Circuit mounted Indication Lamp: OFF, ON, Healthy Trip, Spring Charge, Auto Trip C.T. Ratio: 600/5/5 Voltmeter, Ammeter Double cable entry box of 400 sq. mm. parallel cables Motor Breaker : Relay : Micom P220, VAJH 13, VAGM 22 or any other relay of improved design. Indication Lamp: OFF, ON, Healthy Trip, Spring Charge, Auto Trip C.T. Ratio: 150/5/5 Ammeter, Wattmeter Transformer Breaker : Relay: CDG61 relay, VAJH 13 Tripping relay or any other relay of improved design. Indication Lamp: OFF, ON, Healthy Trip, Spring Charge, Auto Trip C.T. Ratio: 10/5/5 Ammeter Bus Coupler: Indication Lamp: OFF, ON, Healthy Trip, Spring Charge, Auto Trip

6.5.3 Total bus coupler Panel - 1 No. 7.0CABLES

7.1 HT CABLES

The XLPE cables should be generally governed by IS:7098 with latest amendments. The cables shall be rated 6.6 KV (E), 3 core type of sizes 400/150/50 sqmm. and shall be compact circular aluminium conductor, screened XLPE insulated, screened with extruding

Page 281: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

160

semiconducting compound, armoured and PVC sheathed. The sizes of the cable shall be as per requirement.

a) Tested strength of insulation

Cables must be tested at voltage as specified in Indian Electricity Rules.

b) Joint & Cable End Boxes

Necessary number of joints end cable and boxes including all jointing materials, compound and other accessories shall be included in the tender prices for cables and all joining etc. must be done by the contractor. All joints must be plumed any wiped and complete with necessary compound filling so as to prevent and ingress of moisture. All electrical joints must be properly done with sockets of appropriate size and finish, so as to prevent any undue heating. Cable leads shall be terminated at the equipment terminals by means of crimp type connectors. Crimping shall be done by hydraulically operated tools and conduction jelly shall be applied. The gland must establish good electrical contact between cable armour, lead sheath and body of switches. Wherever the cable passes through basement, GI pipes shall be used and sealed for water proofing.

c) Test & Trial

After completion of the work, cable etc. must be tested in accordance with Indian Electricity Rules latest and shall be approved by the Govt. Electric Inspector.

d) Laying of cables

The cables shall be laid according to the IE Act & Rules. The contractor shall be prepared to lay the cables through cable tray or through the masonry ducts or trenches where necessary for laying of the cables to the depth, width and levels as may be required or as instructed by the Engineer. After the trenches have been prepared to the satisfaction of the Engineer, the cable shall be laid slowly and carefully in a standard way, and all cable trenches shall be filled up with sand or covered with chequered plates as directed by the Engineer. All re-instatement works shall

Page 282: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

161

be done to the full satisfaction of the Engineer and the cost of such re-instatement shall be included in the tender prices. Where necessary the cables shall be supported on clamps of approved type, properly bushed and shall be properly protected with GI pipes or other protective covering.

e) Details to be furnished by the Contractor.

Name of manufacturer, details of insulation, lead sheath, armouring etc. overall sizes of cables, gross weight of cables, resistance per 1000 meter length of each or the cables etc. should be mentioned in the tender. The make should be of Gloster/ Nicco/Crystal/Seimens/INCAB.

7.2 LT CABLES The XLPE cables should be generally governed by IS:7098 with latest

amendments. The cables shall be rated 1100 V, Grade, 3 core type of sizes 50/25/16 sqmm. and shall be compact circular aluminium conductor, screened XLPE insulated, armoured and PVC sheathed. The sizes of the cable shall be as per requirement

8.0TRANSFORMERS:

It shall be oil immersed and self cooled core type, copper wound 100 KVA. step down transformer of rating 6.6 KV /415 Volts 3 phase, 50 Hz suitable for indoor mounting, with delta connection on H.T. side and star connection on the L.T. side with neutral wire brought out from the star point for 3 phase 4 wire supply. The transformer shall be provided with conservator or oil expansion vessel, oil level gauge, thermometer pocket, dial type thermometer, a breather, travelling rollers and lifting and pulling lugs. It shall be provided with tappings on the H.T. side for plus and minus 5% with step of 2.5% to be operated by an offload tap changing gear. It shall be complete with first filling of oil. The temperature rise in the hottest layer of oil shall not exceed 400C above the ambient temperature of 450C. The transformer shall conform in all respect to IS-2026 specification and IE act and rules and shall meet the requirement of the CESC Ltd. The transformer shall be fitted with suitable cable end boxes on both HT and LT sides and the neutral terminal shall be fixed inside the LT cable end box.

Page 283: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

162

The HT cable end box shall be suitable for terminating 6.6 KV , 3 core, 50 sqmm size XLPE cable including cable gland, armour clamps, gland earthing arrangement etc.

The LT cable end box shall be suitable for terminating 2 nos. 1100 V, 3 core, 185 sqmm size XLPE cable complete with cable gland, armour clamps, gland earthing arrangement etc.

9.0L.T. PANEL

The L.T. cubical panel boards shall be metal enclosed, floor mounted free standing type suitable for operation on 415 Volt, 3 phase, 4 wire 50 Hz system with a system fault level withstand of 35 MVA for 1 second conforming to IP42 or more. The L.T. panel should be readily extensible on both sides by addition of electrical sections after removal of the end covers. The L.T. panel board shall be in single tier formation for the incoming feeders and two tier formation for the outgoing feeders. The height of the switchboard shall not exceed 2250 mm including the height of the base frame. However, the operating height shall not exceed 1800 mm.

The incoming circuit breakers shall be draw out type incomer and a bus coupler for receiving power from two transformers, individually or jointly provided with 96 sqmm digital type Ammeter with selector switch, metering CT's 1 No. digital type voltmeter with selector switch and control fuse, indicating lamps for ON/OFF/TRIP and phase indication, 1 No. IDMTL release with two over current release elements with 50 to 100% over current setting and 1 No. earth fault release with 5 to 6 times setting. The incoming circuit breaker feeders shall be suitable for bus duct entry. Indicating lamps will be suitable for 24 V DC and will be provided with suitable series resistors and translucent lamp covers. CT's shall be of cast resin type as per IS-2795, control wiring shall be carried out with 1.5 sqmm Stranded copper wire for potential circuits and 2.5 sqmm. for current circuits. The control wires shall be of PVC 1100 V grade. All circuit wires shall be terminated on control block of Elmex or equivalent make of 600 V grade.

The equipment shall be designed for operation in high ambient temperature and high humidity tropical atmosphere. The entire LT panel shall be factory assembled conforming to IS-8623. In order to provide access for cable termination hinged door shall be provided

Page 284: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

163

at the rear of the panel. Bus duct entry, cable entry and terminals shall be provided in the switchboard to suit the number and size of aluminium conductor cable as specified in the schematic diagram. Generous cabling space shall be provided with the position of the cable gland and terminal such that the cables can be easily and safely terminated. An aluminium earth bus bar with two earthing cables eyes shall be provided for connection to the main earth. The earth bars shall run throughout the length of the switchboard.

All sheet steel material used in the construction of the switchboard should be 1.6 mm thick CRC sheets and shall have undergone a rigorous rust proofing process comprising alkaline de-greasing, de-scaling in dilute sulphuric acid and recognized Phosphating process. Painting process with power coating will only be acceptable. Shade will be RL-7035 or as approved by Engineer-in-charge. Touch up paint shall however be applied before handing over of the installation after completing the job at site. Danger notice plates shall be provided at suitable locations. Necessary lifting hooks/angles shall be provided in each panel as required, which shall be removed after the installation of the switchboard and plugs shall be provided in place of the hooks to block the holes. The L.T. panel shall be constructed only of materials capable of withstanding the mechanical, electrical and thermal stresses as well as the effect of humidity, which are likely to be encountered during the normal service.

While designing the panel, multi-tier formation of breakers should be considered. Each vertical section shall comprise.

a) A front framed structure of rolled/folded sheet steel of minimum 2

mm thickness rigidly bolted together. This structure shall house the components contributing to the major weight of the equipment such as circuit breakers, main horizontal bus bars and vertical risers and other front mounted accessories. The structure shall be mounted on rigid base frame. The design shall ensure that the weight of the components is adequately supported without deformation or loss of alignment during transit or during operation.

b) Rear cable housing shall be provided for power control cable

terminations. The design shall ensure generous availability of space for each of installaion and maintenance for cabling and

Page 285: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

164

adequate safety for working in one vertical section without coming into accidental contact with live part in an adjacent section.

c) Front, rear door and top plates fitted with high quality neoprene

gaskets with fastners designed to ensure proper compression of the gaskets. When covers are provided in place of doors generous overlap shall be assumed between sheet steel surfaces with closely spaced fasteners to preclude the entry of dust. Doors and covers shall be minimum 1.6 mm thick sheet steel. Sheet steel/hylam shrouds and partitions shall be of minimum 1 mm thickness. All sheet steel work forming the exterior of the switchboard shall be smoothly finished, levelled and free from burrs etc. the corners should be rounded. The apparatus and circuits in the panel shall be so arranged as to facilitate their operation and maintenance and at the same time ensure necessary degree of safety. Switchgears forming part of the power control centres shall have the following minimum clearances.

i) Between phases -25 mm ii) Between phases and neutral-25 mm iii) Between phases and earth -25 mm iv) Between neutral and earth -19 mm

When for any reason the above clearances are not available, suitable insulation shall be provided. The clearances shall be maintained during normal service conditions. All the insulating materials used in the construction of the equipment shall be of non hygroscopic material designed to withstand the effects of high humidity, high temperature tropical ambient service conditions. Metallic insulated barriers shall be provided between adjacent vertical sections in the front i.e. to isolate one circuit breaker compartment in one vertical section from another circuit breaker compartment in another section. All doors and covers providing access to live power equipment shall be provided with tool operated fasteners and or suitable door interlock to prevent unauthorized operation. Galvanic isolation shall be provided between power & control circuit chambers.

Page 286: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

165

The bus bars shall be of high conductivity aluminium of alloy of E-91E grade of IS 5082 and designed current rating of 1.0A/sqmm. The temperature rise calculation for bus bars shall be as per IS:8623. All electrical equipments shall also be designed for ambient temperature of 45 degree & R.H. -90% and should meet temperature rise requirements as per IS-8623. The main phase bus bars shallhave the same continuous current rating throughout the length of the LT panel and the neutral bus bars shall have a current rating of at least 60% of the phase bus bars. Zinc Chromate treated bolts and nuts along with suitable spring washers shall be provided at all bus bar joints. Bus bars for the termination of outgoing cables should be extended in a manner to facilitate ease of termination. The bus bars shall be supported on fiberglass reinforced polyester sheet molding compound, insulators placed at sufficiently close intervals to prevent the bus bars sag and to effectively with stand the electrodynamics stresses occurring in the event of a short circuit. All bus bars and vertical risers shall be colour coded for identification. The switchboards shall be routine tested in the presence of Enginer-in-charge at the manufacturer works as per IS-8623 1977.

10.0EARTHING & BONDING

Two sets "Earthing" and two sets of transformer neutral Earthing each set with twin GI pipes of not less than 2 inches in diameter and of sufficient length shall be installed to effect proper and efficient Earthing as per I.E. Rules. The electrodes shall be buried deep into the ground upto the depth of moist earth, which shall not be less than 3.0 mtr. from the ground level and must be at least 1.85 mtr. away from any building structure. The earthing should generally conform to IS-3043. The combined earth resistance should not be more than one megaEOTm.

One continuous earth busbar 50 mm wide 10.0 mm thick shall be provided and fixed on round flat porcelain resin/molded insulators on wall at a level of 250 mm above the floor level inside the pumping station and it shall extend over the whole perimeter of the pump house floor, switch room, and transformer room.

Page 287: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

166

The frames of all electric motors, switch gears transformer and other electrical accessories and installation shall be connected to the above earth bus by providing, drawing and fixing of 2 sets of M.S. flat of 50 mm x 10 mm partly on wall with saddle of suitable size and partly through chases on floor as may be directed by the Engineer and shall be connected on both sides in the workman like manner which shall be perfect both electrically and mechanically. If necessary leads inside the chases shall be protected by means of G.I. protective covering. All metallic cover, frames etc. other than conductors shall be well bonded through out the whole of their length and effectively connected with earth.

The Earthing shall extend to the metal frames of all machineries, switches accessories etc. to the full satisfaction of the Engineer.

The Earthing and bonding shall be according to the Indian Electricity Rules and must be approved by the Govt. Electric Inspector and shall pass the statutory tests.

The successful tenderer shall supply free of cost, two sets of detailed fully dimensioned drawings of component parts of the machineries offered on suitable paper and to a proper scale suitable for preservation as records as well as properly mounted schematic diagram showing the arrangement of the plant with all electrical connections.

11.0.BATTERY CHARGERS WITH BATTERIES

Batteries The Battery shall be Lead acid stationery type with plastic or Tubular

positive plates 110 volts consisting of 2 V each, 200 AH each with capacity @ 10 hours rate of discharge and voltage of 1.85 volt per cell supplied complete with inter cell connectors and level indication floats dry charger conforming to IS:1651 double row two tier execution arranged in wooden stand and insulators with following accessories:-

i) Syringe type hydrometer -1 No. ii) Spanner-1 No. iii) Acid resistive- 1 No. iv) Acid resistant jug of two pints capacity -1 No.

Page 288: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

167

v) Rubber syringe-1 No. vi) Connectors from battery of charger -1 No. vii) Voltmeter digital type with lead -1 No.

Electrolyte shall be filled as per manufacturers instructions inter row connections shall be made with lead Charging, discharging and recharging cycles of batteries shall be carried out under supervision of the Engineer in charge. Suitable device for discharging shall be provided by the contractor.

12.0 FLOOR LIGHTING

The pump room will be constructed below the ground level with its floor level remaining approximately 8.0 metre below the ground level. The operation of the pumps, motors, butterfly valves, safety and protective equipments, priming motors, power factor improvement devices, panels etc are to be kept under constant watch for proper functioning.

Accordingly the floor space is to be provided with adequate and suitable illumination free of glare so that working personnel do not face any inconvenience while working on the floor of pump room. It is desired that illumination of 80-100 lux is available in the floor of the pump room. It is required to get above level of illumination in corners of floors also.

13.0. AIR CONDITIONING ARRANGEMENT OF THE SWITCH ROOM &

CONTROL ROOM.

The Air Conditioned H.T. Switch Room and the adjusted Air Conditioned control desk room shall be so designed that the H.T. Switch Board can be accommodated leaving regulation back, front and side space as required by the I.E. Rules and the Control Desk with display board shall have enough side and back space to enable easy inspection and maintenance to be effected.

The design, drawing and internal arrangements, number of air conditioning units, illumination system etc. and details of H.T. switch room and control desk room must be pre-approved by the Engineer after which only the construction of Air Conditioned Switch Room and the Control Desk Room shall be proceeded with.

Page 289: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

168

Two Steel Armirahs, one wireless and telephone table of steel (size: 6' x 4') with three sliding drawers along with one cabinet and two nos. cushioned revolving chairs with back rests as approved by the Engineer shall also be supplied and placed in the control desk room and the cost for the same shall be included in the tender price.

Six sets of air conditioning machines complete with all tabling switches starters and associated electrical equipments, insulations and connections etc. shall also be supplied and installed in the switch room and the control desk room after approval by the Engineer and the cost for the same including cost of supply of all labour and associated material must be included in the tender price.

14.0SUPPLY AND INSTALLATION OF CONTROL DESK

Control Desk of size 5 ft high, 6 ft long, front open, with powder coated painting, having sufficient on-off push button switches with individual fuses and links , on-off indication lamps, Ammeter for motors, Transformers and incomers, voltmeters for incomers, (all digital meters flush mounted type) , one frequency meter (Digital) with MIMIC diagram, complete with all wiring & lug connections and interface with VCB panels by required multi core( 16 core) cables of 1.5 sq. mm. copper, glands and connections. The control desk shall have control facility for actuated butterfly valves and stop/start of main HT motor through PLC control having SCADA and also through remote push button operating switches. The desk should have all remote control operating switches for controlling all the VCBs; butterfly valves of individual pump delivery with mimic diagram display through LED. The MIMIC diagram should have LED showing RED display under normal operating condition and GREEN display under OFF condition. Any change in state should be accompanied with a loud buzzer in addition to flashing the changes in the MIMIC board. The operating voltage of PLC control circuit will be 110 Volt DC. The DC source will be a battery bank of adequate capacity along with a battery charger

15.0POWER FACTOR IMPROVING CAPACITOR

The power factor improving capacitors shall be rated suitable for 6.6

KV , 3 phase 700 KW Motor and the capacitor should be oil filled/resin moulded or cast type housed in a metal clad chamber, fitted with cable terminal box suitable for terminating 6.6 KV rated 3-

Page 290: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

169

core XLPE cables of suitable size. The P.F. improving capacitors shall be connected to the stator terminal box of each motor of capacity 700 KW or across the motor control Switch Gear. Capacitor bank shall be complete with HT fuses and bleeder resistors to comply with IE Act & Rules. The KVAR rating of the PF Improving Capacitor shall be sufficient to improve the motor P.F. to 0.98. The capacitor bank should be suitable for indoor use and should withstand both voltage and current overloads. The capacitors should have suitable discharge device to reduce the residual voltage from crest value of rated voltage to 50 V or less within one minute after capacitor is disconnected from the source of supply.

The capacitor control panel shall generally comprise of the

following:-

a) Automatic power factor correction relay time relay b) Step controller with reversing motor c) Time delay and no volt relays d) Protection fuses e) Contactor for individual capacitors of suitable rating f) Change over Switch for either automatic or MANUAL operation. g) CTs with ammeter and selector Switch h) Voltmeter with selector Switch

16.0 SOFT STARTER

FCMA type Soft Starter should be suitable for 700 KW, 6.6 KV , 3 Ph, 50 Hz Squirrel Cage Induction Motor driving the horizontal centrifugal pump of capacity 0.85 MGH (3800 cum/hour) at a total head of 45 mtr.

17.0 FORCED VENTILATION MOTOR

Because of location of the pump room below the ground level, forced draft is to be brought into the pump room with the help of axial flow fan. Size of the fan will be 8500 CMPH with diameter of 600 mm. The motors are to be fixed on the wall with proper opening. Fixing should be by angles and anti-theft caging is to be provided. The motors should be totally enclosed type and suitable for all weather.

18.0 CABLE TRAY

Page 291: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

170

Cable trays shall be ladder type, fabricated out of mild steel/slotted angles and flats of required width as per design. Bends shall be prefabricated and the cable tray shall be primed and painted with shade RL-7035. Suitable provision shall be made where a tray crosses expansion joints. The width of the tray shall allow for a suitable separation between cables. The design shall allow for adequate bending reducers for the sizes of cables. The tray shall be suspended from the concrete slab by means of approved steel hangers spaced at a distance of not more than 10 mts. Suitable bushes shall be provided where cables pass through apertures in the tray. Cable must be securely fixed to the tray with fasteners. In routling, necessary barriers and spacing shall be maintained for cables of different voltages in case they lie side by side. Telephone cables shall cross the power cables only at about right angle and these two shall not run in close proximity. Full details of the tray shall be approved by the site engineer before fabrication. Earth continuity shall be maintained between each section of cable tray and each total run of tray shall be effectively bonded to the nearest earth continuity conductor. All nuts and bolts used shall be of galvanized steel.

19.0H.O.T. CRANE

19.1 SCOPE OF WORK:

(i) Supply of one number 10/5 tonne capacity H.O.T Crane.

(ii) Supply of DSL 30 metre.

(iii) Supply of lifting Slings.

(iv) Supply of for Maintenance Spares.

(v) Supply of 4 sets of Maintenance Manual, drawings of spare parts and Structural work in hard copy and soft copy in AUTOCAD format.

19.1.1 The specifications cover the design, manufacture, supply, installation, testing and commissioning of one HOT crane to following parameters

(i) Capacity: 10/5 T (ii) Type: Conventional Double Girder HOTC (iii) Main Hoist: 10 T

Page 292: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

171

(iv) Auxiliary Hoist: 5 T (v) Span: 12.0 m approximately. (vi) Crane Control: Cabin control (vi) Speed- Main Hoist: 3.15 M/Min. Aux. Hoist 8.0 M/Min Long Travel40.0 M/Min Cross travel: 21.0 M/Min

19.2. DESIGN

19.2.1 The cranes shall be designed, manufactured, erected and tested generally in accordance with the following specifications:

i) IS:3177-1999 (latest) - Indian Standard Code of Practice for electric overhead Travelling cranes.

(ii) IS:807-1976 (or latest) - Indian Standard Code of Practice for design, manufacture, erection and testing (structural portion) of cranes and hoists.

19.2.2 The stipulations in these specifications are complementary to those set out in the Indian Standards Specifications - 3177& 807 mentioned above. If any of the conditions mentioned in these specifications is at variance with those of the ISS, the technical specifications here under shall prevail.

19.3 PURPOSE FOR WHICH REQUIRED

19.3.1 Capability. The cranes should be capable of:

(i) Hoisting, i.e. lifting and lowering of all loads upto the maximum specified working load at different specified speeds

(ii) Travelling and traversing at specified speeds in both loaded and unloaded conditions.

(iii) Working in the non air-conditioned environment with temperature in range of 0 - 50 degree centigrade , humidity upto 98 % and dusty atmosphere continuously in double shift working without any adverse effect on life.

19.4. RIGIDITY CONTROL SAFETY

19.4.1 The cranes should be rigid, robust and of sturdy construction

19.4.2 Crane control should be conveniently located and should provide distinct speed zones of different notch positions. The various controls

Page 293: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

172

should be suitably interlocked to prevent accidental movement of the crane.

19.4.3 Suitable limit switches, one each for long and cross travel and two each for main and auxiliary hoists, should be provided to stop the crane and prevent over-travel of various moving parts of the crane.

19.4.4 Electrical interlocks should be so provided that the two operations of traversing and travelling can be performed simultaneously, but while hoisting it is not possible to undertake either traversing or travelling.

19.4.5 Suitable buffers should be provided to prevent over travel of the crane mechanism in both longitudinal and cross traverse directions.

19.4.6 Suitable guards or enclosures should be provided on the crane to prevent inadvertent contact with down shop leads, or any other exposed electrical conductors and cables.

19.4.7 Suitable isolation switches and stop buttons should be provided to isolate the electric supply for maintenance, or in the event of an emergency. Dead man’s handle must also be provided in cabin-operated cranes.

19.4.8 A safety hand railing of tubular construction should be provided on bridge footwalks, end carriages, staircases, the landing in the cabin, trolley and any other places where access has been provided. Railings should not be less than 1000 mm high with an intermediate member at a height of around 500mm.

19.4.9 All sheaves should be provided with rigid guards to retain the ropes in the grooves. Guard should fit close to the flange and should have a clearance between the sheaves and inside the guard of not more than 3 mm

19.5 STRUCTURAL DETAILS

19.5.1 The crane bridge should comprise of double girders of the plate box type. The bridge girders of each crane shall consist of two main girders in box section and of welded construction supported on two end carriages designed to carry safety the full rated load of the crane without undue vertical or lateral deflections or vibration. For welded construction and mild steel for structural members shall be of fusion wieldable quality and classes of weld should be clearly specified in designing and fatigue condition.

19.5.2 Structural steel for fabrication of crane bridge girders, end carriages and trolley frame work shall conform to IS: 2062-Grade B.

Page 294: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

173

19.5.3 The girders shall be notched at each end and seat angles shall be either riveted or welded to the girders to provide a connection to the end trucks. The girders shall be connected to the top, side and bottom of the end trucks by means of machine fit bolts and large heavy gusset plates to prevent the crane showing on the truck.

19.5.4 The bridge girders shall be designed to IS-807-1976, IS800-1984 and welding should conform to IS:1024-1979 or any approved equivalent foreign standards. Working stresses shall in no case exceed the allowable stresses specified in the relevant IS. The maximum stresses adopted for design of the bridge shall be clearly indicated on the design computations. The maximum deflection or the girder should not exceed the limit specified in IS:807-1976. Camber shall be provided as per the code. The ratio of effective length “L” of compression flange of the girder to the breadth “B” and the ratio of the effective length to the least radius of gyration of compression members shall not exceed the limits specified in IS:807-1976.

19.5.5 The bridge girders shall be provided with trolley rails and also with cast or structural steel stops, mounted separately.

19.5.6 In the main bridge girders, in addition to the required full length diaphragms, short diaphragms should be inserted wherever required to transmit the trolley wheel load to the web plates and to limit the maximum stress in the trolley rail to safe permissible limits. All diaphragms must bear against the top flange. Steel plates used for bridge girders and diaphragms shall conform to IS 2062.

19.5.7 Connections in general should be as per Clause 26 of IS-800(latest). Blackbolts should not be used in the main structure of the crane, only bright bolts with ground stems being permissible. Bolts used in shear should be fitted into reamed holes.

19.5.8 The calculated strength of rivetted joints, or joints made by High Strength Friction Grip (HSFG) bolts should not be less than the calculated net strength of the member. The calculated strength of other bolted joints in structural members should not be less than the net strength of the member plus 25%.

19.5.9 The supplier should have sound infrastructural capabilities , good working system and practice for fabrication and machining of various structural components of EOT cranes. Some of the important requirements are listed below

19.5.9.1 All welding shall be carried out under the overall supervision of a welding Engineer/Supervisor specially trained in welding. The welding

Page 295: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

174

shall prepare the welding procedure in accordance with IS 9595-1980 “Recommendation for Metal Arc welding of Carbon Manganese steels”. In addition the exact welding sequence to be followed for typical locations and shall obtain design engineer’s approval to the same. The welding Engineer/Supervisor shall also be responsible for actual implementation of the above mentioned approved welding procedure.

19.5.9.2 Details of edge preparation for welding shall be in accordance with IS 9595-1980 “Recommendation for Metal Arc welding of carbon steel and carbon manganese steels.

19.5.9.3 Automatic/Semi Automatic submerged Arc/Gas shielded shall be carried out according to IS or other International Specification.

19.5.9.4 Welders engaged in fabrication shall be subjected to approval tests in accordance with IS specification no. 7318 (part –I) “Approval tests for welders when welding procedure approval is not required-Part I fusion welding of steel”

19.5.9.5 All welding equipment and accessories should meet the requirements of the corresponding Indian Standard specification (or International Specifications where IS specification do not exist). The contractor shall be responsible for satisfying the Inspecting officer that all welding equipments and accessories being used meet these requirements.

19.5.9.6 Electrodes and wire flux combination used for fabrication should be from the makes of only M/s Esab India Ltd./ M/s Advani Orlikon ltd. / M/s L&T or any other equivalent make subject to approval of KMC.

19.5.9.7 Welding shall be performed in an approved and workman like manner. All welds shall be homogenous and show physical properties similar to those of parent metal. Finished welds shall be perfectly free from all defects such as porosity, burnt metal, inclusion etc. and shall present a smooth appearance.

19.5.9.8 When the welded joints are inspected no defects specially due to use of equipment and /or filler material shall be accepted. After welding the welded parts or assemblies should correspond to the dimensions required as mentioned in drawings.

19.5.9.9 All butt welds in tension zones and circumferential welds for rope drum shall be 100% “Radiographed” and defective welding shall be rectified properly and made good accordingly. A copy of the

Page 296: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

175

Radiography test report should be submitted at the time of inspection.

19.5.9.10 25% spot Radiographic test on compression zone welds, longitudinal seam welds for the rope drum shall be carried out. For fillet welds visual and dye penetration test shall be done.

19.5.9.11 The box girders should be so constructed as to eliminate any possibility of accumulation of water or oil inside them. Special care should be taken with cranes for outdoor use to eliminate depressed areas or openings where water may accumulate and lead to corrosion.

19.6. END CARRIAGES

19.6.1 End carriage shall be fabricated from rolled steel sections and plates with adequate diaphragms and stiffeners in the form of rigid box construction. End carriages shall be so designed so as to distribute the load evenly between the wheels from each bridge girder. Material used shall be steel to IS:2062 (latest).

19.6.2 The wheel base shall not be less than 1/5th of span. End carriage sections are connected to the girders by means of turn fitted bolts/friction grip bolts.

19.6.3 End carriages should be designed to be strong enough to resist all stresses likely to be imposed upon them under varied service conditions, including collision with other cranes or stops. The length of the end carriages should be such that no other part of the crane is damaged in the event of a collision.

19.6.4 In the End carriages suitable stiffening diaphragms should be provided wherever required. The material used should be to IS:2062(latest). If more than two wheels are required, either compensating end carriage or suitable link and pin arrangement should be provided for connecting the two bogies.

19.6.5 Suitable jacking pads should be provided on each end carriage for jacking up the crane while changing track wheels. These jacking pads should not interfere with replacement of track wheels.

19.6.6 The end carriages should be fitted with suitable safety stops to prevent the crane from falling more than 25mm in the event of breakage of track wheel, bogie or axle. These safety stops should not interfere with the removal of track wheels.

19.7. RAILS

Page 297: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

176

19.7.1 Standard crane rails should be used for Cross Travel and along the pump house travell and shall be available indigenously. Bridge rails should be fastened by suitable clamps spaced not more than 1000mm apart, with welded alignment blocks between every two clamps such that the distance of a clamp from any adjacent alignment block is not more than 500mm. Welding of Bars and Billets directly on the girder top is not accepted. Rail stops rivetted or bolted or welded should be provided to prevent creep in the longitudinal direction. Bidder should indicate size of standard rails and supply the same along with rail support brackets / girders etc as may be required.

19.7.2 Suitable wearing plates should be provided under the trolley rails. The wearing plates should be 10mm thick. The wear plates should be 10-12mm less in width than the base of the rails so that the welds on the wear plates do not project beyond the rail. Wearing plate should not be considered in the strength calculation of bridge girders. In case of square/ rectangular bars wearing plates may not be used.

19.7.3 All rail joint edge preparation shall be maintained at 45 degree cut instead of straight edge joints.

19.8 RAIL WHEELS

19.8.1 The rail wheels shall preferably be double-flanged with tapered tread type. They shall be capable of taking misalignments in span as specified at clause 25 of these Specifications. It shall be possible to withdraw the truck wheels readily.

19.8.2 Wheel axles may be of either stationary or rotating type. If they are of stationary type they shall be prevented from turning in the truck/trolley by means of key plate fitted into a milled slot in the end of axle. Axle shall be made from carbon steel, heat-treated, accurately machined and ground to size to receive self-aligning roller bearings. The bearings shall be so located that there is an equal loading of each bearing.

19.8.3 All wheels should be live axle type as per IPSS design having tread and flange hardness 320 BHN to 350 BHN, from material to specification EN-28M. Minimum wheel dia. selected should be 630 irrespective of wheel load.

19.8.4 All bearings should be from SKF / TIMCAN / NBC.

19.9. OPERATOR’S CABIN

Page 298: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

177

19.9.1 The operator’s cabin should be of sufficiently rigid metal frame construction and should be connected to the bridge girder by means of bolts or rivets in shear.

19.9.2 The cabin should be fixed type, built from rolled steel angles, plates and M.S. Sheets welded together. Unless otherwise specified it should be fitted at one end of the crane opposite the down shop lead side, and shall be so placed that the operator has an unobstructed view of the load and surroundings.

19.9.3 The cabin should have sufficient space for easy movement of the operator, with minimum dimensions of 1.5 m x 1.5 m. It should be of the open type.

19.9.4 The cabin floor should be extended to form a landing platform with a steel stairway to provide access to the footwalk above.

19.9.5 The layout of controls should be such that the crane can be operated from a seated position. The controller handles should be conveniently located within easy reach of the operator.

19.9.6 Fully adjustable padded seat, rubber matting, suitable fan and lighting arrangement should be provided inside the driver’s cabin. One fire extinguisher for extinguishing any electrical fire should be provided in the operator’s cabin, or at a suitable location in the case of pendant control.

19.10. ROPE DRUMS

19.10.1 The hoisting drum shall be fabricated from mild steel plates to IS : 2062 (latest) with machined grooves and will be stress relieved, and having sufficient strength to sustain the crushing and bending loads arising from the pulley of the rope. Each drum shall have required machine grooves smoothly finished and have sufficient length to accommodate total length of rope in a single layer. The overlapping of the rope when the hook is in its hoist position shall not be allowed. Grooves for two dead drums are provided at the end of the drum in addition to two grooves for fixing of rope and one groove for extension of rope.

19.10.2 Pipes will be an acceptable alternative. The steel used shall be to IS:2062-1984(or latest) quality. The rope drum shall be stress relieved after fabrication. T-joints shall be radiographically checked.

19.10.3 The drum shall be designed to take the entire length of the rope in a single layer. Free extra turns as specified in IS:3177 shall also be provided. The drum shall be flanged at both ends.

Page 299: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

178

19.10.4 Cranes shall be designed with 4 number of rope falls.

19.11. WIRE ROPES

19.11.1 Wire ropes shall be of round, standard, improved plough steel, uncoated; pre formed with independent centre, regular lay of type and standing best suited to the application. They shall conform to IS:2266. (Specification of steel wire ropes for general engineering purposes) or approved equivalent. The wire rope shall be of sufficient length to accommodate the lift and to provide at least three (3) extra turns of each part on the hoisting drum, in addition to adequate length of rope for attaching to the drums. The allowable maximum stress in any part of the wire rope shall be based on a minimum factor of safety of six (6) in relation to its minimum ultimate tensile strength. Bidders should offer wire ropes of USHA MARTIN/ FORT WILLIAMS/ BOMBAY wire rope makes.

19.12. GEARING

19.12.1 The gearing in all motions should be of suitable case-carburising low carbon alloy steels and should conform to relevant Indian/International standards. They shall generally be in accordance with IS:4460-1967 (latest edition). All gears and pinions must be made from forged blanks only. All gears should be hardened and profile ground for longer life and silent operation. The minimum surface hardness of pinions and gears should be in the range of 55-60 HRC. The hardness of gears should be less than that of pinions and difference in hardness should be atleast 4 HRC.

19.12.2 Worm wheels and bevel gears must not be used. At all stages only helical gears should be used, except in planetary gear-boxes which can be spur type. Overhung or split gears and pinions should not be used.

19.12.3 The gear shall be single helical type. Provision shall be made to absorb the heavy thrust set up in the shafts, when single helical gears are used. No split gear shall be allowed. All joints of gearboxes and bearing housing in the gearboxes shall be machined and necessary renewable seals shall be provided. Necessary drain plugs, oil filling plugs, oil level gauges, inspection covers and lifting lugs shall be provided. The gearbox should be Mild steel fabricated construction and stress relieved. The number of teeth, diameter of pitch and the material of the gears shall be stamped on a nameplate on the gearbox. Preferably triple reduction gears shall be used on hoisting

Page 300: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

179

gears and double reduction gears on the traversing gears. All gears shall be mounted and keyed on raised short shafts.

19.13. GEAR BOXES

19.13.1 All gear boxes should be of fabricated design using IS-2062 Grade-B plates and should be horizontal split type. All gear boxes shall be oil tight and RTV sealant (Anabond-666) should be used for sealing. All gear shafts shall be supported in bearings mounted in the gear boxes. All gear boxes shall be stress relieved and the method of doing so shall be explained in detail in the offer. Gear boxes shall be provided with breather vents, easily accessible drain plugs, and a suitable oil level indicator such as a dip stick. Adequate radial clearances between the gear box inner surface and outside diameter of the gears shall be ensured and clearance proposed to be provided shall be indicated in the offer. The facial clearance between the inner surface of the gear box and the face of the nearest gear/pinions shall be at least 10mm.

19.14. DRIVES

19.14.1 The wheels of each end carriage should be driven by independent synchronized drive motors mounted near each end carriage.

19.14.2 All couplings of L.T. and C.T. drive shall be standard gear coupling of reputed make like FLEXITRON/CONCORD etc.

19.14.3 The motor, speed reducer unit and brakes shall be mounted on a common structural base supported from the bridge drive girder.

19.14.4 Trolley Drive Mechanism (C.T. Drive): The trolley drive mechanism shall be central drive system which shall consist of an electric motor driving one of the trolley wheel axles to which the two driving wheels(one set of wheels) shall be keyed by means of helical gear reductions. The gear shall be totally enclosed in a substantial oil tight housing. Wheel axles shall be made from carbon steel accurately machined and ground to size to receive the inner races of the roller bearings. The wheel shall be keyed to the axles. The trolley wheels shall be of double flanged type. Wheel axles shall be rotating axles roller bearings type. The roller bearings shall be mounted in steel forging bearings cartridges held in place by caps and through bolts. The bearing cartridges shall be designed to retain grease and exclude dirt. The bearings shall be split diagonally to relieve the cabin holding bolts from thrust.

19.14.5 The trolley shall be equipped with two hoist one main and one auxiliary, if necessary. The hoisting machinery shall drive the winding

Page 301: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

180

drum through enclosed gear boxes. The hoisting machinery shall consist of a separate electric motor for each hoist with two nos. electro-hydraulic thruster type brakes interposed in the hoisting gear train as close to the source of power as possible. It shall be of proper size to hold the hundred percent test load and control the speed lowering under all conditions so that the load is not lowered except under the power of the hoist motor.

19.14.6 Drawings of the trolley shall be submitted to the Engineer-in-charge for final approval.

19.15. BRAKES

19.15.1 Two nos. electro-hydraulic thruster type brakes shall be provided for both the bridge drive motors. The brakes shall be set at all times when the electric current is shut off from the crane and shall also be actuated by travel limiting stops which shall be provided at the end of the runway. When the current is supplied to the bridge drive motors, the brake shall automatically release and shall hold it open. The braking capacity in either direction shall be equal to the full load torque of the bridge drive motor. The brake wheel shall be made from IS 2707.

19.15.2 Two nos. EHT type brakes shall be provided for trolley drive motor. The brake shall come into operation when the power to drive motor is cut off or fails and shall have a capacity of at least 25% of the full load torque of the trolley drive motor. When in operation the EHT brake will be used for control similar to bridge drive brakes.

19.15.3 The following brakes (Two nos. in each case) shall be provided.

(a) Hoist (Main & Aux.) Thruster (b) Trolley TravelThruster (c) Bridge TravelThruster

19.15.3.1 Electro-hydraulic Thruster brakes shall be provided for all motions. Electro- Hydraulic thruster brake design shall be such that brake is applied during braking action in the “OFF” position and release when power is applied.

19.15.4 Any crane working outdoors should be provided with an additional brake for anchoring when it is left unattended or under stormy conditions. The storm brake together with the service brakes should be capable of holding the crane in position during stormy conditions. Wherever crane is working outdoor, the storm brake should be electro hydraulic thrustor type.

Page 302: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

181

19.15.5 The maximum braking torque to arrest long travel and cross traverse motions should not less than 100% of full load torque for each brake. For hoist motion, two brakes should be used and the braking torque for each brake should not be less than 125% of full load torque. One of the two hoist brakes shall be applied with a time lag of 3 seconds in relation to the first.

19.15.6 Double shoe brakes should be used for each drive. Brakes should be mounted on the input pinion shaft of all gear boxes. The brake shoe should be of hinged type. Brake levers should be forged and hinge pins should be provided with steel bushes at the bearing points.

19.15.7 Brake drums should be of forged or cast steel and should be completely machined. Brake drum diameter should be selected from preferred number series. Width of brake drum should be about 10mm more than the width of brake shoe on each side.

19.15.8 The cabin operated cranes shall also incorporate an additional foot operated LT brake.

19.16. LIFTING HOOK

19.16.1 The lifting hook for the main hoist shall be of C- type and should conform to the relevant Indian Standard Specs IS:3815 (latest) and IS 8610 (Latest). The hook should have thrust bearing to ensure free rotation of hook in loaded condition.

19.16.2 The Auxiliary lifting hooks for 5 Te capacity should be C- type and confirm to the relevant Indian Standard Specs IS:3815 (latest) and IS 8610 (Latest). The hook should have thrust bearing to ensure free rotation of hook in loaded condition.

19.16.3 All hooks shall be made of forged alloy steel properly heat-treated. All the bearings shall be totally enclosed dust proof and grease tight. Proof load test as per Indian Standard Specification shall be conducted, either in-house or from a recognised test house.

19.17. BUFFERS

19.17.1 Spring loaded or other suitable buffers should be fitted on the four corners of the crane also at the four ends of the bridge girders. Buffers should be rigidly bolted in place, preferably along the centre line of the crane rail or trolley rail as the case may be. All buffers should have sufficient energy absorbing capacity to stop the bridge or trolley in either direction when travelling at a speed of least 40%

Page 303: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

182

full load rated speed. Bridge buffers should have a contact surface of not less than 125mm diameter.

19.18. DIMENSIONAL TOLERANCES

19.18.1 The contractor should ensure that the crane manufactured and erected to the tolerances specified below:

(i) Span over L.T wheels + 6mm (ii) Diagonal on wheels + 5mm (iii) Long travel wheel alignment + 1mm (iv) Tilt of wheels or Balance Axle +1mm/1000mm (Horizontal & Vertical) (v) Trolley wheel gauge + 3mm (vi) Trolley track gauge +3mm (vii) Difference in height between trolley rails [H] for different

trolley track gauges(s) shall be within the following limits

‘S’ (mm) ‘H’ (mm)

Upto 2500 4 2500 to 4500 6 Above 4500 8

(viii) Speeds at full notch with rated load, voltage and frequency shall be as follows

[a] Travelling & Traversing + 10% / - 5% ¦ of [b] Hoisting + 10% / - 5% ¦ specified [c] Lowering + 25% / - 5% ¦ speed

19.18.2 Successful bidder should check the alignment of crane gantry before installation /erection of crane at site.

19.19. POWER SUPPLY CONDITIONS

19.19.1 Power shall be available at 415 volts, 3 phase, 50 Hz

19.19.1.1 The following voltages shall be used in the crane

1. 415 + 10% volts. 3 phase 50 +3%Hz, A.C For drive motors.

2. 230 + 10% volts. single phase 50 +3% Hz, A.C For lighting

3. 24 volts + 10%, single phase 50 Hz +3% A.C For hand lamp socket outlets

4. 110 volts + 10% single phase 50Hz +3% A.C For control circuit and for floor operated crane as required by the consignee.

The voltage 2,3 & 4 above shall be obtained through individual separate transformer units connected to 3 phase, 415 volts A.C.

Page 304: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

183

supply. The transformers to be obtained fromthe bidder shall be suitably mounted in Control Panel. All outlet shall be clearly indicated and marked respective voltage grade.

19.20. DOWN SHOP LEADS AND CURRENT COLLECTION GEAR

19.20.1 Shrouded Bus Bar Conductor shall be of M/s.INSUL-8 UK make or safe track brand of M/s. Sushil Engg. Corporation Mumbai and shall conform to the following:

19.20.2 The conductor system shall be finger safe to IP-21 with necessary supporting technical evidence of same and the conductor and material shall be of suitable metal (G.I., Copper, Stainless steel) insulated by a high impact gloss finish VR 935/2 PVC compound which shall have a step/groove shrouded all along its length for effective moulding of the conductor system.

19.20.3 The conductor shall be in 4.5 mtrs. length to be jointed with moulded joint of the same material as the conductor and these conductors shall be supported by way of a single piece moulding, four pole hanger with single bolt fixing.

19.20.4 The current collector arm should be of aluminium die cast totally insulated and the connection cable shall be fully enclosed and double insulated within the collector arm with a proven performance supported by documentary evidence.

19.20.5 Shrouded system shall be covered under extended warranty for a period of 36 months from the date of supply or 24 months from the date of commissioning whichever is later as against the standard warranty clause.

19.20.6 Rates for necessary wearing components for maintenance shall also be quoted by the bidders.

19.21. MOTORS

19.21.1 All crane motors should be of NGEF/ Siemens/ Kirloskar/ Crompton Greaves/ L&T / ABB/ GEC Make and with the exception of Creep Speed motor shall be of totally enclosed slip ring type and designed for 150 starts per hour. The creep speed motor should be of totally enclosed squirrel cage type designed for 150 starts per hour. All the motors shall be base mounted. The motors shall be suitable for heavy duty crane hoisting service having cyclic duty factor not less than 40% for class III cranes and 60% for class IV cranes. The type of enclosure shall be IP 55 for terminal box. The motors shall be suitable for 50 deg. C ambient temperature and 415V +/- 10%, 50

Page 305: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

184

cycle/second +/- 3%, 3 phase, 3 wire AC supply. The motors shall generally conform to IS 325 (latest) and shall be of 6 or 8 pole type. However, where IS specification is at variance with this specification, the provision made in this specification shall prevail.

19.21.2 Long travel motion with twin drive arrangement to be provided with necessary interlock for simultaneous starting. Speed control should be provided.

19.21.3 The winding shall be of copper wire specially insulated and impregnated to with stand moist tropical climate.

19.21.4 The motor shall be of adequate power, motor power requirement being computed as per Annexure ‘C’ of IS 3177 (latest). Detailed motor power calculations shall be given in the offer. The motor should be rated for class S-4 duty. Derating factor for temperature and voltage variation if any shall be taken into consideration as per recommendations of the motor manufacturers. Technical details of motors alongwith control gear and electrical accessories shall be given.

19.21.5 Type and routine test chart of motor selected shall be submitted to the inspecting authority during inspection.

19.21.6 Horse Power

The torque factor of longitudinal travel and cross traverse motors should be of the range of 1.3 to 1.5. The frame size of motor should be indicated in the offer. For selection of LT & CT motor sizes, longitudinal and cross traverse acceleration will be taken as 15 cm/sec.2 and 8cm /sec2 respectively.

19.21.7 All motors should be provided with insulation of class ‘B’ for stator and class ‘F’ for rotor. The maximum permissible winding temperatures measured by thermometer and resistance method shall not exceed 120 deg. C and 130 deg. C respectively for class ‘B’ and 155 deg. C and 165 deg. C for class ‘F’ insulation.

19.21.8 The pull out torque of the motors at rated voltage and frequency range shall be as per IS:3177 (latest).

19.21.9 Brush holder assembly shall be complete unit which can be easily replaced as a whole.

19.21.10 The motors speed reducer unit and brakes shall be mounted on a common structural base supported from bridge girder drive (Main Drive).

Page 306: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

185

19.22. CRANE CONTROL

19.22.1 The speed control of the several motions of the crane shall be by means of reversible magnetic type controllers operated by master control switches. Each magnetic controller shall incorporate sufficient contactors shall be provided with definite lag relays to protect the motors from accelerating rapidly at any sped and load. All contactors shall be selected as leas t50% higher than respective motor full load current to the specified mechanism duty cycle. Minimum rating of contactors shall be 30 amps.

19.23. CONTACTORS

19.23.1 All contactors shall be of AC 4 Class of duty with rating sufficiently higher than the full load current of the respective motors at the specified duty cycle. The directional contactors of all motions shall be suitably interlocked for correct sequence of operation. Electrical & mechanical life of the contactors shall be indicated. For AC 4 Class of duty Electrical life shall be minimum 2,00,000 cycles of operations.

19.23.2 The contactors shall have high contact reliability with preferably double break parallel bridge contact and facility of time saving termination.

19.23.3 All contactors shall be of ABB, Siemens, L&T and Cutler Hammer make. Test certificate of the manufacturers shall be submitted in support of life and rating of the contactors.

19.24. RESISTORS (for slip ring motors)

19.24.1 Resistors shall be adequately protected to prevent accidental contact.

19.24.2 The resistors shall be air-cooled, robust, heavy duty, Corrosion resistant stainless steel punched grid type. The resistance boxes shall be placed in racks or on the platform and shall be capable of independent removal of any selected box. Spacing recommended by the resistor manufacturer shall be maintained. The racks shall be robust in construction to withstand vibration due to crane operation. Wire wound resistors shall not be used on any motion of the crane.

19.24.3 All resistors shall be rated for 10 minutes continuous loading.

19.24.4 Resistors housing on cranes working in open yards shall be weather proof and on all cranes they shall be adequately protected. The electrical clearance between resistors and earthed metal shall not be less than 100mm. The actual clearance offered in the crane shall

Page 307: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

186

be indicated in the bid. Cable terminal arrangement shall be such that cable cores do not get loose due to vibration.

19.24.5 The temperature of resistors shall not exceed 415 degree C at specified duty.

19.25. CONTROL PANEL

19.25.1 All power and aux. contactors and individual overload relay shall be mounted in a sheet steel cubical with lockable hinged doors. The door hinges shall be of such type that during the repair works inside the panel the entire door can be lifted out and placed away enabling better access inside the panel. Each motion shall have its individual Panel and this provision shall be confirmed in the bid. However, common panel with separate compartment for each motion shall be acceptable. Interiors of panel shall be dust and vermin proof. For cranes working in open yards, all control panels shall be of fully weather proof type.

19.25.2 Panels shall be front wired with readily accessible terminal blocks for making connections in the external equipment. Panels shall be pre wired into terminal strip. Single core, copper conductor shall be used for control circuit wiring in the panel.

19.25.3 All contactors etc. shall be mounted securely in a vertical arrangement with the consideration of the vibrations encountered in the operation of cranes. The bottom most row of the equipment mounted inside the panel except terminals strips shall be at least 150 mm above the panel bottom cover to facilitate inspection and repairs. The actual clearance shall be indicated in the offer.

19.25.4 All the equipments shall be so mounted in panel as to enable its easy removal/replacement from the front.

19.25.5 The terminal strips shall be fixed inside the panel preferably in a horizontal manner leaving enough space underneath the strip for termination of cables in a convenient manner. Power and control terminals shall be segregated. Power terminals blocks shall be separated from each other by means of replaceable insulated spacers. Terminal block shall have adequate clearance to avoid tracking. A minimum of 20% spare terminals block shall be provided in terminals strips.

19.25.6 All equipments inside the panel shall have permanent identification labels in accordance with circuit diagram as also the power and control terminals. Terminal blocks shall be of robust and

Page 308: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

187

of such construction as to preclude possibility of cable connections getting loose during vibration on crane.

19.25.7 Sheet steel used for fabrication of panels shall have a minimum thickness of 2.0 mm. Panels shall be mounted such that bottom of panel is atleast 150mm above the floor.

19.25.8 The electrical clearance in air between all live parts of different polarity and voltage and between live parts and earth shall be not less than 75mm.

19.25.9 Contractor panels shall be well braced to the crane structure and each panel shall be provided with adequate number of lifting lugs.

19.26. LIGHTING

19.26.1 Lighting shall be provided in the driver’s cabin and in the staircase. Bulk head fittings with dust proof covers shall be used for the above areas. Four numbers underslung light of 250 watts with sodium vapour lamps with bottom member of the crane having integral lights which may be fitted in the recess and not left loose shall be provided for uniform floor illumination. Lighting transformers shall have 50% reserve capacity.

19.26.2 TOGGLE SWITCHES

19.26.2.1 Industrial toggle switches shall be used for lighting distribution

19.27. EARTHING

19.27.1 Earthing to the crane shall be effected through track rails crane structure. As such, all the electrical equipments mounted on crane shall be connected to the crane structure by means of earthing links. The crane structure in turn shall be made electrically continuous by providing jumpers over rivetted or bolted joints. Equipments fed by flexible cables shall be earthed by means of spare core provided in the flexible cable.

19.28DEAD MAN’ HANDLE

19.28.1 For cabin operated crane suitable dead man’s handle shall be provided which will stop the crane movement in case the operator neglects proper handling. Pendant control shall have spring loaded push buttons to return to off position to stop the crane movements as soon as the operator releases the thumb pressure on the button.

Page 309: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

188

19.29. ALARMS

19.29.1 Sufficient provision shall be made for alarm during the crane working. A foot operated gong shall be provided to caution to the workers. A continuous electronic flashing strobe light of 60 watt shall be provided at the suitable location so that it is visible from shop floor and also from the other crane in the same bay. Details of alarm system provided shall be explained in the offer.

20.0.BILGE PUMPS

Two nos. BILGE Pumps are required to be supplied and installed. Each Bilge Pump will be of centrifugal type, capable of delivering 500 GPH of clear cold water against a dynamic head of 60 ft. WC, and will be driven by suitably rated TEFC 400 Volts, 3-phase, 50 Hz AC Motor complete with 1.1 KV grade cable plus jointing foot valves, delivery ball valves priming funnels and cocks. 1CTP Switch & Fuse unit relay operated push button motor starter with motor protections, pipe connections, electric cable connection complete. Each motor pumps set shall be complete with bed plate coupling, holding down & grouting bolts and suitable pressure gauges. The tendered price for this item must include the cost of above as well as cost of supply and installation of all materials, associated equipments and labour involved to comply with the above detailed specification.

21.0HIGH MAST TOWER

The High Mast Tower should be Heavy duty hot dip galvanised 30 metre long of three sections having polygonal construction with the following details:-

a) galvanized brackets for mounting of electrical luminaries.

b) Suitable foundation with anchor bolts.

c) Able to withstand wind load of Red zone as per IS:875

d) Suitable device for automatic raising & lowering of luminaire

carriage for replacement or maintenance attention.

e) The winch & pulley system with wire rope of minimum diameter 8.0 mm.

Page 310: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

189

f) Heavy duty twin lamp flood light in die cast aluminium alloy housing with heat dissipating sink.

g) The luminaries to be provided with reflector for effective beam control

h) Suitable control gear box for 2 x 400 watt metal hallade lamps

i) Special trailing cable minimum two numbers of 5 core 4 sqmm.

copper for connection from bottom to top

j) Suitable pad locking arrangement

k) An outdoor type feeder pillar of sheet metal

l) Lantern carriage suitable for holding 24 nos. of fittings

m) Lightning arrestor

n) Double dome aviation obstruction light fittings with lamp. 22.0FIRE EXTINGHISHERS

Adequate nos. of Fire buckets and Fire Extinguishers must be provided & quality approved by the Fire services Department of the State Govt.

23.0DUCTING

The Pump room area lies below ground level. Thus a natural airflow in the area is not possible. Moreover, due to continues running of high capacity pumps and motors and also working of different panels and electrical machines the air will be hot. For proper working atmosphere draft has to be brought from outside. This will be distributed through ducting system. The ducts will be made of maximum 20 G MS sheet of size 600 mm x 600 mm and suspended on the roof through suitable hangers. Acoustic provision to be made within the ducts. Suitable bends and louvers are to be provided wherever necessary for entry of forced draft. 24.0TELECOMMUNICATION INFRASTRUCTURE The control building is a two storied building with the pump house located 8 metre below the ground level. The size of the pump room is

Page 311: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

190

approximately 33 metre x 12 metre. A large number of equipments both mechanical and electrical are housed in the pump room. Maintenance or breakdown attention to any of these equipments at any time may be called for. This will require deployment of specialized staff, tools & plants as also close liaison. Hence, a dedicated communication system connecting different spots with the control room operator is to be established. For this purpose, an intercom telecommunication system of 25 lines will be suitable. The following locations are proposed to be connected with the intercom telephones:- a) Control room operator : 2 no.s b) Panel room: 1 no. c) Transformation room : 1 no. d) Rest house : 1 no. e) Security : 2 nos. f) Pump room: 4 nos. The system will be operated with 48 volt D.C. system. The battery system of capacity 200 AH/110 volt is already available in the control room. The system should have access to a BSNL system and will thus be useful to be connected to outstations through inter connection. 25.0ILLUMINATION 25.1 Rest House & office. The 1st floor is meant for a rest room where other activities like, discussions; study of drawings & designs, preparation of reports inter-departmental exchange of ideas etc. could also be undertaken. Hence illumination in these rooms has been duly considered. An illumination level of 100 lux has been accordingly considered. In addition provision of geysers and air conditioning for the rest rooms have been considered. In addition to comfort in rest this will ensure healthy atmosphere and cool working place. Exhaust fan to remove obnoxious smell and reading light have also been considered. 25.2 Track side At the backside of the proposed pump house, the tracks of Circular Railway pass. The track lies about 11 metre away from the boundary wall of pump house. In order that unauthorized persons or undesirable elements can not make entry into the premises of the pump house from the rear side, it has been proposed to provide illumination of the Railway track side

Page 312: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

191

also. Rail type outdoor fittings Similar to Philips catalogue no. TRC 33/236 - twenty nos. have been considered. 25.3 Jetty area Approximate distance between pump house and jetty is about 40 mtr. Further the jetty will be 30 metre long space with a 3 metre wide path way. As entry to the jetty is required to be made any time including at dead night, illuminating the pathway and beconage lights on jetty to facilitate navigation has been considered. Since the jetty has no covered shed the FL lighting will be provided. For this 3 metre high M.S. poles will be welded on the railing of the pathway. Altogether 4 such poles have been considered. The fittings would be outdoor type water tight. Bidder in his commercial bid should include complete cost of cables, cable supporting trayes, switches, DBs, light posts fittings and all other accessories and mountings as may be required for illumination as per the satisfaction of engineer incharge.

Page 313: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

192

Section – 6

List of drawings

Page 314: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

193

THE KOLKATA MUNICIPAL CORPORATION CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT

PLANT” in Kolkata, West Bengal, India

LIST OF DRAWINGS

Sl.NO.

DRAWING NO. DETAILS

1 RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 1 of 6

Site Plan of proposed intake infrastructure at MA-ER GHAT (BAGHBAZAR).

2 RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 2 of 6

General Arrangement (Plan) of Pump house and intake Jetty at Ma-er ghat (BAGHBAZAR).

3 RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 3 of 6

General Arrangement (Elevation) of Intake Jetty at Ma-er ghat (baghbazar).

4 RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 4 of 6

Details of Pump house.

5 RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 5 of 6

General Arrangement and Layout of pipes supported on intake Jetty at MA-ER GHAT (BAGHBAZAR).

6. RITES/KOL/KMC/ MA-ER GHAT / Pump – Jetty / 01 /

09. Sheet 6 of 6

General Arrangement and schematic diagram of Pumps valves position.

(KEPT IN A SEPARATE FOLDER)

Page 315: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

194

Section - 7

CONDITIONS OF CONTRACT

Page 316: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

195

SECTION –7

CONDITIONS OF CONTRACT Definitions:

1. The Contract means the documents forming the tender and acceptance thereof and the formal agreement executed between the competent authority on behalf of the Employer and the Contractor, together with the documents referred to therein including these conditions, the specifications, design, drawings and instructions issued from time to time by the Engineer-in-charge and all these documents taken together, shall be deemed to form one Contract and shall be complementary to one another.

Meaning of Expressions

2. In the Contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them :

(i) The expression works or work shall, unless there be something

either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the Contract Contracted to be executed whether PERMANENT or permanent, and whether original, altered, substituted or additional.

(ii) The Site shall mean the land/or other places on, into or through which work is to be executed under the Contract or any adjacent land, path or street through which work is to be executed under the Contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the Contract.

(iii) The Contractor shall mean the individual, firm or company, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company.

(iv) The Employer means the organization as mentioned in Schedule `F' .

Page 317: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

196

(v) The Engineer-in-charge means the Engineer Officer of the Employer who shall supervise and be in-charge of the work and who shall sign the Contract on behalf of the Employer, as mentioned in Schedule 'F' here under.

(vi) The Engineer means the Engineer Officer of RITES Ltd., a Public Sector Undertaking under the Ministry of Railways to whom the Engineer-in-charge has entrusted as his authorised representative his responsibility to act on his behalf and perform any or all the functions of the Engineer-in-charge under the Contract.

(vii) Accepting Authority shall mean the authority mentioned in

Schedule 'F'. (viii) Excepted Risks are risks due to riots (other than those on account

of Contractor's employees), war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion revolution, insurrection, military or usurped power, any acts of Government, damages from aircraft, acts of God, such as earthquake, lightning and unprecedented floods, and other causes over which the Contractor has no control and accepted as such by the Accepting Authority or causes solely due to use or occupation by the Employer of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to the Employer's faulty design of works.

(ix) Market Rate shall be the rate as decided by the Engineer-in-charge on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule 'F' to cover all overheads and profits.

(x) Schedule (s) referred to in these conditions shall mean the relevant schedule (s) annexed to the tender papers or the Standard Schedule of Rates mentioned in Schedule 'F' hereunder, with the amendments thereto issued up to the date of receipt of the tender.

(xi) Specifications means the Technical specifications to be followed by the Contractor on the work to be executed.

(xii) Tendered value means the value of the entire work as stipulated in the letter of award.

Scope and Performance

Page 318: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

197

3. Where the context so requires, words imparting the singular only

also include the plural and vice versa. Any reference to masculine gender shall whenever required include feminine gender and vice versa.

Headings and Marginal Notes 4. Headings and Marginal notes to these General Conditions of

Contract shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract.

Documentation to be supplied to the Contractor 5. The Contractor shall be furnished free of cost one certified copy

of the Contract documents except printed and published Documents such as, CPWD standard specifications & applicable West Bengal PWD Schedule of Rates, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this Contract.

Works to be carried out 6. The work to be carried out under the Contract shall, except as

otherwise provided in these conditions, include all labour, materials, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. The descriptions given in the Schedule of Quantities (Schedule-A) shall, unless otherwise stated, be held to include wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and for the full and entire execution and completion of the work as aforesaid in accordance with good practice and recognized principles.

Sufficiency of Tender

Page 319: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

198

7. The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the

works and of the rates and prices quoted in the Schedule of Quantities, which rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the proper completion and maintenance of the works. Discrepancies and Adjustment of Errors 8. The several documents forming the Contract are to be taken as

mutually explanatory of one another, detailed drawings being followed in preference to small scaled drawings and figured dimensions in preference to scaled and Special Conditions in preference to General Conditions.

8.1 In the case of discrepancy between the Schedule of Quantities,

the Specifications and/or the Drawings, the following order of preference shall be observed :

(i) Description of Schedule of Quantities. (ii) Technical Specifications and Special Conditions. (iii) Drawings (iv) CPWD Specifications

(v) Indian Standard Specifications of BIS.

8. 2 If there are varying or conflicting provisions made in any one document forming part of the Contract, the Accepting Authority shall be the deciding authority with regard to the intention of the document and his decision shall be final and binding on the Contractor.

8. 3 Any error in description, quantity or rate in Schedule of quantities or any omission there from shall not vitiate the Contract or release the Contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the Contract.

Page 320: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

199

Signing of Contract

9) i) The successful tenderer /Contractor or, on acceptance of his

tender by the Accepting Authority shall, within 28 days from the Letter of Acceptance of the work sign the Contract consisting of Sections1 to 11 of Technical Bid and Schedules 1 to 3 of Financial Bid forming the tender set as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

ii) Each page of the Contract Agreement should be signed by the

Engineer-in-Charge and the Contractor's authorized signatory. If there are any corrections, cuttings, omissions, over writings, insertions etc (after issue of Tender Document) their number should be clearly mentioned on each page of the Contract Document before signing.

iii) No payment for the work done will be made to the Contractor till the Contract Agreement is signed by the Contractor and Performance Guarantee has been submitted by the Contractor.

10. Miscellaneous Conditions of Contract

(i)The Contractor whose tender is accepted will be required to submit an irrevocable Performance Guarantee of 5% (Five Percent) of the tendered amount in any of the forms stipulated in Clause 1 of Clauses of Contract. In addition, towards Security Deposit a sum at the rate of 5% of the gross amount of each running bill will be deducted till the sum along with the sum already deposited as Earnest Money will amount to Security Deposit of 5% of the tendered value of the work. (ii)On acceptance of the tender, the name of the accredited representative(s) of the Contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge. (iii) In case the tender for this work includes in addition to building work all other works such as sanitary and water supply installations, drainage installation, electrical work, landscaping work, roads and paths etc, the tenderer must associate himself

Page 321: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

200

with agencies of appropriate class/Government Licensed Agencies after prior approval of Engineer-in-Charge. (iv) The Contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so his failure will be a breach of the Contract and the Engineer-in-Charge / the Employer may in his discretion without prejudice to any other right or remedy available in law cancel the Contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

11.0 CONTRACTOR’S DEALINGS WITH ENGINEER-IN-CHARGE The Engineer being the Engineer Officer of RITES Ltd., shall function as the authorised representative of the Engineer-in-charge.

Page 322: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

201

Section - 8

CLAUSES OF CONTRACT

Page 323: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

202

CLAUSES OF CONTRACT CONTENTS

CLAUSE NO.

SUBJECT

1 Performance Guarantee

1 A Recovery of Security Deposit

2 Compensation for Delay

2 A Incentive for early completion

3 When Contract can be Determined

3 A Action in case of delay in start of work

4 Contractor liable to pay compensation even if action not taken under Clause 3

5 Time and extension for Delay

6 Measurement of work Done

7 Payment on intermediate Certificates to be regarded as Advances

8 Completion Certificate

8 A Contractor to keep Site Clean

8 B Completion Plans and Operating/Maintenance MANUAL to be submitted by the Contractor

9 Payment of Final Bill

9 A Payment of Contractor’s Bill to Banks

9 B Taxation

10 Materials obtained fromthe Employer

10 A Materials to be provided by the Contractor

10 B Secured Advance on Non-perishable Materials, Mobilisation Advance , Plant & Machinery Advance, Interest & Recovery

10 C Payment on Account of Increase in Prices/Wages due to Statutory Order (s) (Deleted)

10 CA

Payment due to variation in prices of materials after receipt of tender (Deleted)

10 CC

Payment due to increase/decrease in prices/wages after Receipt of Tender for Works

10 D Dismantled Material Employers’ Property

11 Work to be Executed in Accordance with Specifications, Drawings, Orders etc.

12 Deviations/Variations Extent and Pricing

13 Foreclosure of Contract due to Abandonment or Reduction in Scope of Work

Page 324: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

203

14 Deleted (Merged with Clause 3)

15 Suspension of Work

16 Action in case Work not done as per specifications

17 Contractor Liable for Damages, defects during maintenance period and Refund of Security Deposit

18 Contractor to Supply Tools & Plants etc.

18 A Recovery of Compensation paid to Workman

18 B Ensuring Payment and Amenities to Workers if Contractor fails

19 Labour Laws to be complied by the Contractor

19 A Employment of Under-age Labour

19 B Payment of wages

19 C Compliance with provisions in Safety Code

19 D Submission of Fortnightly Labour Report

19 E Compliance with the Rules on Health and Sanitary arrangements

19 F Maternity Benefits

19 G Action in case of Non-observance of Rules and Regulations

19 H Provision of Labour Camp with Amenities

19 I Compliance with instructions on removal from site of undesirable person

19 J Unauthorized occupation of building during construction

20 Minimum Wages Act to be complied with

21 Work not to be sublet, Action in case of insolvency & illegal Gratification etc.

22 Payment of Compensation

23 Changes in firm’s Constitution to be intimated

24 Execution of works under the Direction of the Engineer-in-Charge

25 Settlement of Disputes & Arbitration

26 Contractor to Indemnify the Employer against Patent Rights

27 Lump sum Provisions in Tender

28 Action where no Specifications are specified

29 With-holding and lien in respect of sums due from Contractor

29 A Lien in respect of claims in other Contracts

Page 325: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

204

CLAUSE NO.

SUBJECT

30 Employment of coal mining or controlled area labour not permissible

31 Unfiltered water supply required for the work

31 A Employer’s water supply, if available

32 Alternate water arrangements

33 Return of Surplus Materials

34 Hire of Plant & Machinery

35 Conditions relating to use of asphalt materials

36 Employment of Technical Staff and employees

37 Levy/Taxes payable by Contractor

38 Conditions for reimbursement of levy/taxes if levied after receipt of tenders

39 Termination of Contract on death of Contractor

40 If a relative working in the Employer’s Organisation then the Contractor not allowed to tender

41 No Gazetted Engineer to work as Contractor within one year of retirement

42 Return of material and recovery for excess material issued

43 Compensation during warlike situations

44 Apprentices Act provisions to be complied with

45 Release of Security Deposit after Labour Officer clearance

46.0 General Obligations of the Contractor

46.1 Contractor’s General Responsibilities

46.2 Giving Notices and Payment of Fees

46.3 Compliance with Statutes, Regulations, etc.

46.4 Fossils etc.

46.5 Opportunities for other Contractors

46.6 Interference with Traffic and adjoining properties

46.7 Highways Traffic

46.8 Watching and Lighting

46.9 Way leaves etc.

46.10 Site Office for the Employer

46.11 Electricity Supply required at the works

46.12 Land for Contractor’s Offices, Godown, Workshop

46.13 & 46.13A

Land for Labour Accommodation

46.14 Excavated Material

46.15 Production of vouchers etc by the Contractor

Page 326: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

205

46.16 Law governing the Contract

46.17 Court Jurisdiction

47.0 Insurances to be taken by the Contractor & Employer to be indemnified

47.1 Insurance of Works etc

47.2 Third Party Insurance

47.3 Workmen’s Insurance

47.4 Recovery from the Contractor

47.5 Shortfall in payment to Contracor by the Insurance Company

47.6 Insurance by Sub-Contractors

47.7 Period of Policies

47.8 Remedy on Contractor’s Failure to Insure

47.9 Damage to Persons and Property – Employer to be indemnified

47.10 Indemnity against all actions of Contractor

48.0 Safety and Security

48.1 Codes etc to be complied with

48.2 First Aid & Industrial Injuries

48.3 General Safety Rules

48.4 Accidents – Precautions at Worksite

48.5 Electrical Equipments - Precautions

48.6 Maintenance of Safety Devices

48.7 Personal Safety

48.8 Storing Fuel, Oil and Lubricant

48.9 Fire Extinguishing

48.10 Fire Precautions

48.11 Protection arrangements at work site

48.12 Safety Arrangements for labour

48.13 Safety MANUAL

48.14 Accidents - Reporting

48.15 Security Measures

48.16 Safety of Public Utilities

49 Quality Assurance

49.1 Submission of Quality Assurance MANUAL

49.2 Guidance in preparation

50.0 Ecological Balance

51.0 Execution of Works

51.1 Mobilisation

51.2 Setting out of Works

51.3 Boreholes and Explanatory Excavation

51.4 PERMANENT Works

Page 327: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

206

51.5 Plant, PERMANENT Works & Materials – Exclusive use

51.6 Use of Site only for Works

51.7 Name Board at Site

51.8 Site Drainage/Cleaning/Nuisance

51.9 Disposal of Rubbish

51.10 Shift Working

51.11 Urgent Repairs

51.12 Contractor to Search

52.0 Programme and Performance

52.1 Review of Programme

52.2 Progress Reports

52.3 Maintenance of Records & Registers

52.4 Site Co-ordination Meetings

52.5 Site Order Book

52.6 Progress Photographs

53.0 Inspection of Work

53.1 Site Access

53.2 Examination of Work before covering up

53.3 Uncovering and Making Opening

54.0 Quality Audit

55.0 Sample Floor

Modifications to Clause of Contracts

Page 328: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

207

CLAUSE NO.

SUBJECT

1 (I) Annexure – “A”, Form of Performance Security Bank Guarantee Bond

10A Annexure –“B-1”, Field Laboratory and Field Testing Instruments, List of Equipments for Field Testing Laboratory

10A Annexure-“B-2”, Special Conditions for Cement and Steel

10B (ii) Annexure- “C”, Proforma for Bank Guarantee for Mobilization Advance

10 B (iii) Annexure-“D”, Proforma for Hypothecation Deed for Plant & Machinery Advance

17 Annexure – “E-1”, Guarantee Bond in Respect of Water Proofing Works

17 Annexure – “E-2”, Guarantee Bond for Anti Termite Treatment Works

25 (3) Annexure – “F”, Form Of contractor’s Notice for Appointment of Arbitrator

47.9 Annexure – “G”, Indemnity Bond

Page 329: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

208

SECTION – 8

CLAUSES OF CONTRACT

Clauses 1 to 55 below are to be applied subject to “Modifications to Clauses of contract” listed at the end of this section 8 and the provisions in Special Conditions (Section 3) and Schedules A to F (Section-4) CLAUSE 1 Performance Guarantee (i) The Contractor shall submit an irrevocable PERFORMANCE

GUARANTEE of 5% (Five Per cent) of the tendered value in addition to other deposits mentioned elsewhere in the Contract for his proper performance of the Contract agreement, (not withstanding and/ or without prejudice to any other provisions in the Contract) within period specified in Schedule `F' from the date of issue of Letter of Acceptance. This period can be further extended by the Engineer-in-Charge up to a maximum period as specified in Schedule `F' on written request of the Contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Engineer-in-Charge. This guarantee shall be in the form of Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form given at Annexure ‘A’.

(ii) The Performance Guarantee shall be initially valid up to the

stipulated date of completion plus 60 days beyond that. In case the time for completion of work gets enlarged, the Contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the work by the competent authority, the performance guarantee shall be returned to the Contractor, without any interest.

(iii) The Engineer-in-charge shall not make a claim under the

Performance Guarantee except for amounts to which the Employer is entitled under the Contract (notwithstanding and/or without prejudice to any other provisions in the Contract agreement) in the event of :

Page 330: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

209

(a) Failure by the Contractor to extend the validity of the Performance

Guarantee as described herein above, in which event the Engineer-in-charge may claim the full amount of the Performance Guarantee.

(b) Failure by the Contractor to pay the Employer any amount due, either as agreed by the Contractor or determined under any of the Clauses/ Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer-in-charge.

(iv) In the event of the Contract being determined or rescinded

under provisions of any of the clause/condition of the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the Employer.

CLAUSE 1A Recovery of Security Deposit The person/persons whose tender(s) may be accepted (hereinafter called the Contractor) shall permit the Employer at the time of making any payment to him for work done under the Contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money will amount to Security Deposit of 5% of the tendered value of the work. Earnest Money shall be adjusted first with Security Deposit and further recovery of Security Deposit shall commence only when the upto date amount of Security Deposit starts exceeding the Earnest Money. Such deductions will be made and held by the Employer by way of Security Deposit unless he/ they has/ have deposited the amount of Security at the rate mentioned above in cash.

All compensations or the other sums of money payable by the Contractor under the terms of this Contract may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising there from, or from any sums which may be due to or may become due to the Contractor by the Employer on any account whatsoever and in the event of his Security Deposit being reduced by reason of any such

Page 331: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

210

deductions or sale as aforesaid, the Contractor shall within 10 days make good in cash or fixed deposit receipt tendered by the State Bank of India or by Scheduled banks endorsed in favour of the Engineer-in-Charge, any sum or sums which may have been deducted from, or raised by sale of his security deposit or any part thereof. The security deposit shall be collected from the running bills of the Contractor at the rates mentioned above and the Earnest Money deposited at the time of tenders will be treated as part of the Security Deposit. On completion of the whole work, the Security Deposit as deducted above may be released against bank guarantee issued by a scheduled bank. CLAUSE 2 Compensation for Delay If the Contractor fails to maintain the required progress in terms of clause 5 or to complete the work and clear the site on or before the Contract or extended date of completion, he shall, without prejudice to any other right or remedy available under the law to the Employer on account of such breach, pay as agreed compensation the amount calculated at the rates stipulated below as the authority specified in schedule 'F' (whose decision in writing shall be final and binding) may decide on the amount of tendered value of the work for every completed day/ month (as applicable) that the progress remains below that specified in Clause 5 or that the work remains incomplete. This will also apply to items or group of items for which a separate period of completion has been specified. Compensation for delay of work @1.50% of tendered value per month of delay to be computed on per day basis Provided always that the total amount of compensation for delay to be paid under this condition shall not exceed 10% of the Tendered Value of work or to the Tendered Value of the item or

Page 332: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

211

group of items of work for which a separate period of completion is originally given. The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other Contract with the employer. In case, the Contractor does not achieve a particular milestone mentioned in Schedule-F, or the rescheduled milestone(s) in terms of Clause 5.4, the amount shown against that milestone shall be withheld, to be adjusted against the compensation levied at the final grant of extension of time. Withholding of this amount on failure to achieve a milestone, shall be automatic without any notice to the Contractor. However, if the Contractor catches up with the progress of Work on the subsequent milestone(s), the withheld amount shall be released. In case the Contractor fails to make up for the delay in subsequent milestone(s), amount mentioned against each milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be payable on such withheld amount. CLAUSE 2A

Incentive for early completion In case, the Contractor completes the work ahead of scheduled completion time, a bonus @1% (one percent) of the tendered value per month computed on per day basis, shall be payable to the Contractor, subject to a maximum limit of 5% (five percent) of the tendered value. The amount of bonus, if payable, shall be paid along with final bill after completion of works. Provided always that provision of the Clause 2A shall be applicable only when so provided in ‘Schedule F’. CLAUSE 3 When Contract can be Determined Subject to other provisions contained in this clause the Engineer-in-Charge may, without prejudice to his any other rights or remedy against the Contractor in respect of any delay, inferior workmanship, any claims for damages and/ or any other provisions of this Contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the Contract in any of the following cases.

Page 333: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

212

(i) If the Contractor having been given by the Engineer-in-charge a notice in writing to rectify, reconstruct or replace any defective work

or that the work is being performed in an inefficient or otherwise

improper or unworkmanlike manner shall omit to comply with the requirement of such notice for the period of seven days thereafter.

(ii) If the Contractor has, without reasonable cause, suspended the

progress of the work or has failed to proceed with the work with due diligence so that in the opinion of the Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of seven days from the Engineer-in-charge.

(iii) If the Contractor fails to complete the work within the stipulated

date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer-in-charge.

(iv) If the Contractor persistently neglects to carry out his obligations

under the Contract and/or commits default in complying with any of the terms and conditions of the Contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer-in-Charge.

(v) If the Contractor shall offer or give or agree to give to any

person in the Employer service or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any action in relation to the obtaining or execution of this or any other Contract for the Employer .

(vi) If the Contractor shall enter into a Contract with the Employer in

connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless

Page 334: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

213

the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to the Accepting Authority/Engineer-in-Charge.

(vii) If the Contractor shall obtain a Contract with the Employer as a

result of wrong tendering or other non-bonafide methods of competitive tendering.

(viii) If the Contractor being an individual, or if a firm, any partner

thereof shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors.

(ix) If the Contractor being a company shall pass a resolution or the

court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the Court or the Creditor to appoint a receiver or a manager or which entitles the court to make a winding up order.

(x) If the Contractor shall suffer an execution being levied on his

goods and allow it to be continued for a period of 21 days. (xi) If the Contractor assigns, transfers, sublets (engagement of

labour on a piece-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof without the prior written approval of the Accepting Authority;

Page 335: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

214

When the Contractor has made himself liable for action under any of the cases aforesaid, the Engineer-in-charge, on behalf of the Employer, shall have powers : (a) To determine the Contract as aforesaid (of which termination

notice in writing to the Contractor under the hand of Engineer-in-Charge shall be conclusive evidence). Upon such determination, the Earnest Money Deposit, Security Deposit already recovered and Performance

Guarantee under the Contract shall be liable to be forfeited and shall be absolutely at the disposal of the Employer. (b) After giving notice to the Contractor to measure up the work of

the Contractor and to take such whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to another Contractor to complete the work. The Contractor, whose Contract is determined as above, shall not be allowed to participate in the tendering process for the balance work.

In the event of above courses being adopted by the Engineer-in-charge, the Contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the Contract. And in case action is taken under any of the provision aforesaid, the Contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this Contract unless and until the Engineer-in-Charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified. CLAUSE 3A Action in case of delay in start of work In case, the work cannot be started due to reasons not within the control of the Contractor within 1/8th of the stipulated time for completion of work, either party may close the Contract. In such eventuality, the Earnest Money deposit and the Performance

Page 336: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

215

Guarantee of the Contractor shall be refunded, but no payment on account of Interest, loss of profit or damages etc. shall be payable at all. CLUASE 4 Contractor liable to pay compensation even if action not taken under Clause 3 In any case in which any of the powers conferred upon the Engineer-in-Charge by Clause 3 thereof, shall have become exercisable and the same are not exercised, the non exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the Contractor and the liability of the Contractor for compensation shall remain unaffected. In the event of the Engineer-in-Charge putting in force all or any of the powers vested in him under the preceding clause he may, if he so desires after giving a notice in writing to the Contractor, take possession of (or at the sole discretion of the Engineer-in-Charge which shall be final and binding on the Contractor) use as on hire (the amount of the hire money being also in the final determination of the Engineer-in-Charge) all or any tools, plant, materials and stores, in or upon the works, or the site thereof belonging to the Contractor, or procured by the Contractor and intended to be used for the execution of the work/ or any part thereof, paying or allowing for the same in account at the Contract rates, or, in the case of these not being applicable, at current market rates to be certified by the Engineer-in-Charge, whose certificate thereof shall be final and binding on the Contractor, clerk of the works, foreman or other authorized agent to remove such tools, plant, materials or stores from the premises (within a time to be specified in such notice). In the event of the Contractor failing to comply with any such requisition, the Engineer-in-Charge may remove them at the Contractor's expense or sell them by auction or private sale on account of the Contractor and his risk in all respects and the certificate of the Engineer-in-Charge as to the expenses of any such removal and the amount of the proceeds and expenses of any such sale shall be final and conclusive against the Contractor. CLAUSE 5 Time and extension for Delay

The time allowed for execution of the works as specified in the Schedule 'F' or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of

Page 337: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

216

the works shall commence from such time period as mentioned in Letter of Acceptance or from the date of handing over of the site whichever is later. If the Contractor commits default in commencing the execution of the work as aforesaid, the Employer shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee absolutely. 5.1 As soon as possible after the Contract is concluded the

Contractor shall submit a Net work (PERT/CPM) Time and Progress Chart for each activity wise and milestone and get it approved by the Engineer-in-Charge. The Chart shall be prepared in direct relation to the time

stated in the Contract documents for completion of items of the

works. It shall indicate sequence of various activities of the phased requirement of plant and equipment to be deployed by the Contractor, the forecast of the dates of commencement and completion of various trades of sections of the work and may be amended as necessary by agreement between the Engineer-in-Charge and the Contractor within the limitations of time imposed in the Contract documents, and further to ensure good progress during the execution of the work, the Contractor shall in all cases in which the time allowed for any work, exceeds one month (save for special jobs for which a separate programme has been agreed upon) complete the work as per milestones given in Schedule 'F'"

5.1.1 Method of Working 1 The Contractor shall also submit to the Engineer-in-Charge for his

approval the Method Statement supported by the following information (a) A general tentative lay out plan of construction plant and

equipment for the execution of work within time period stipulated in schedule.

(b) Drawings showing the locations of major plants and other INFRASTRUCTURE which he proposes to put up at the site, including any changes in the general layout, at least 15 days prior to the commencement of the respective work.

Page 338: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

217

(c) Layout and details of PERMANENT works that the Contractor wants to carry out to fulfill his obligation under the Contract.

2 Within 7 days the Engineer-in-charge through the Engineer shall

give his approval to proceed with work with or without modification. However acceptance of programme and method of working as submitted by the Contractor or with any modification thereto by the Engineer-in-charge shall not relieve the Contractor of any of his contractual obligation.

3 All these programmes and plans submitted by the Contractor

and approved by the Engineer-in-charge shall become part of the Contract.

4. The acceptance of programmes as submitted by the

Contractor or with any modification thereto by the Engineer-in-charge shall not entitle the. Contractor for any extension of time unless delay, if any, is expressly sanctioned by the Engineer-in-charge.

(d) Plant Requirements The Contractor shall submit, with the programme and

method statement mentioned above a comprehensive plant schedule which shall include the dates of arrival on and removal from site of each major item of plants.

(e) Sufficiency of Resources The Contractor shall take upon himself the full and entire

responsibility for the sufficiency of plants, centering, scaffolding, timbering, machinery, tools and implements and generally for all means used for the fulfillment of the Contract notwithstanding any previous approval or recommendation that may have been given by the Engineer.

5.2 If the work (s) be delayed by :

(i) force majeure, or (ii) abnormally bad weather, or (iii) serious loss or damage by fire, or

Page 339: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

218

(iv) civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or

(v) delay on the part of other Contractors or tradesmen engaged by Engineer-in-Charge in executing work not forming part of the Contract, or

(vi) non-availability of stores, which are the responsibility of the Employer to supply or

(vii) non-availability or break down of tools and plant to be supplied or obtained fromthe Employer, or

(viii) any other cause which, in the absolute discretion of the Engineer-in-Charge is beyond the Contractor's control.

then upon the happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer-in-Charge but shall nevertheless use constantly his best

endeavours to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in-Charge to proceed with the works.

5.3 Request for rescheduling of Milestones and extension of time, to

be eligible for consideration, shall be made by the Contractor in writing within fourteen days of the happening of the event causing delay on the prescribed form. The Contractor may also, if practicable, indicate in such a request the period for which extension is desired.

5.4 In any such case the Engineer-in-Charge may give a fair and

reasonable extension of time and reschedule the milestones for completion of work. Such extension shall be communicated to the Contractor by the Engineer-in-Charge in writing, within 3 months of the date of receipt of such request. Non application by the Contractor for extension of time shall not be a bar for giving a fair and reasonable extension by the Engineer-in-Charge and this shall be binding on the Contractor.

CLAUSE 6 Measurement of Work Done

Page 340: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

219

Engineer-in-charge shall, except as otherwise provided, ascertain and determine by measurement the value in accordance with the Contract of work done. All measurement of all items having financial value shall be entered in Measurement Book and/or level field Book so that complete record is obtained of all works performed under the Contract. All measurements and levels shall be taken jointly by the Engineer-in-Charge or his authorized representative and by the Contractor or his authorized representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer-in-Charge and the Contractor or their representatives in token of their acceptance. If the Contractor objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by both the parties. Any measurement taken by the Engineer-in-Charge in the presence of the Contractor or in his absence after due notice has been given to him in consequence of objection made by the Contractor shall be final and binding on the Contractor, and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurement. If for any reason the Contractor or his authorized representative is not available and the work of recording measurements is suspended by the Engineer-in-Charge or his representative, the Engineer-in-Charge shall not entertain any claim from the Contractor for any loss or damages on this account. If the Contractor or his authorized representative does not remain present at the time of such measurements after the Contractor or his authorized representative has been given a notice in writing three (3) days in advance or fails to countersign or to record objection within a week from the date of the measurement, then such measurements recorded in his absence by the Engineer-in-Charge or his representative shall be deemed to be accepted by the Contractor. The Contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for measurements and recording levels.

Page 341: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

220

If any loss or damage happens to the works, or any part thereof, or materials or Plant for incorporation therein, during the period for which the Contractor is responsible for the care thereof, from any cause whatsoever, the Contractor shall, at his own cost, rectify such loss or damage so that the works conform in every respect with the provisions of the Contract to the satisfaction of the Engineer and Engineer-in-charge. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the specifications notwithstanding any provision in the relevant Standard Method of measurement or any general or local custom. In the case of items which are not covered by specifications, measurements shall be taken in accordance with the relevant standard method of measurements issued by the Bureau of Indian standards and if for any item no such standard is available then a mutually agreed method shall be followed. The Contractor shall give not less than seven days' notice to the Engineer-in-Charge or his authorized representative in-charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before the same is covered up or placed beyond the reach of measurement and shall not cover up and place beyond reach of measurement any work without consent in writing of the Engineer-in-charge or his authorized representative in-charge of the work who shall within the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of measurements without such notice having been given or the Engineer-in-Charge's consent being obtained in writing, the same shall be uncovered at the Contractor's expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. Engineer-in-Charge or his authorized representative may cause either themselves or through another office of the Employer to check the measurements recorded jointly or otherwise as aforesaid and all provisions stipulated herein above shall be applicable to such checking of measurements or levels.

Page 342: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

221

It is also a term of this Contract that recording of measurements of any item of work in the measurement book and/ or its payment in the interim, on account or final bill shall not be considered as conclusive evidence as to the sufficiency of any work or material to which it relates nor shall it relieve the Contractor from liabilities from any over measurement or defects noticed till completion of the defects liability period. CLAUSE 7

Payment on intermediate Certificates to be regarded as Advances No payment shall be made for work, estimated to cost Rupees One Lakh or less till after the whole of the work shall have been completed and certificate of completion given. For works estimated to cost over Rupees One Lakh, the interim or running account bills shall be submitted by the Contractor for the work executed on the basis of such recorded measurements on the format stipulated by the Engineer-in-Charge, in triplicate on or before the date of every month fixed for the same by the Engineer-in-Charge. The Contractor shall not be entitled to be paid any such interim payment if the gross work done together with net payment/ adjustment of advances for material collected, if any, since the last such payment is less than the amount specified in Schedule 'F', in which case the interim bill shall be prepared on the appointed date of the month after the requisite progress is achieved. The Engineer-in-Charge in his sole discretion may modify the periodicity of running bill from one month to such lesser/longer time as he considers appropriate, Engineer-in-Charge shall arrange to have the bill verified by taking or causing to be taken, where necessary, the requisite measurements of the work. In the event of the failure of the Contractor to submit the bills, Engineer-in-Charge shall prepare or cause to be prepared such bills in which event no claims whatsoever due to delays on payment including that of interest shall be payable to the Contractor. Payment on account of amount admissible shall be made by the Engineer-in-Charge certifying the sum to which the Contractor is considered entitled by way of interim payment at such rates as decided by the Engineer-in-Charge.

Page 343: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

222

Bill amount may be paid within 15 working days (excluding the day of submission) of presentation of the bill by the Contractor to the Engineer-in-Charge or his Engineer together with the account of the material issued by the Employer, or dismantled materials, if any. The time limit of 15 days mentioned above will be adhered to by the Engineer-in-Charge as far as possible and the contractor will not be entitled to any compensation or claims or damages by way of interest etc. in case of delay in payment. All such interim payments shall be regarded as payment by way of advances against that payment only and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the Engineer-in-Charge relating to the work done or materials delivered forming part of such payment, may be modified or corrected by any subsequent such certificate (s) or by the final certificate and shall not by itself be conclusive evidence that any work or materials to which it relates is/ are in accordance with the Contract and specifications. Any such interim payment or any part thereof shall not in any respect conclude, determine or affect in any way powers of the Engineer-in-Charge. under the Contract or any of such payments be treated as final settlement and adjustment of accounts or in anyway vary or affect the Contract. Pending consideration of extension of date of completion interim payments shall continue to be made as herein provided, without prejudice to the right of the Employer to take action under the terms of this Contract for delay in the completion of work, if the extension of date of completion is not granted by the competent authority. The Engineer-in-Charge in his sole discretion on receipt of written request from Contractor and on the basis of a certificate from the Engineer may make interim advance payments without detailed measurements for work done at 75% of the assessed value. The advance payments so allowed shall be adjusted in the subsequent interim bill by taking detailed measurements thereof. If at any stage, in the opinion of Engineer-in-Charge, it is found

Page 344: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

223

that the amount of interim advance payment claimed by the Contractor was excessive, this facility of interim advance payment shall be withdrawn.

CLAUSE 8

Completion Certificate Within ten days of the completion of the work, the Contractor shall give notice of such completion to the Engineer-in-Charge and within thirty days of the receipt of such notice the Engineer-in-Charge shall inspect the work and if there is no defect in the work shall furnish the Contractor with a final certificate of completion, otherwise a provisional certificate of physical completion indicating defects (a) to be rectified by the Contractor and/or (b) for which payment will be made at reduced rates, shall be issued. But no final certificate of completion shall be issued, nor shall the work be considered to be complete until the Contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitary arrangements required for his/ their work people on the site in connection with the execution of the works as shall have been erected or constructed by the Contractor (s) and cleaned off the dirt from all wood work, doors, windows, walls, floor or other parts of the building, in, upon, or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and not until the work shall have been measured by the Engineer-in-Charge. If the Contractor shall fail to comply with the requirements of this Clause as to removal of scaffolding, surplus materials and rubbish and all huts and sanitary arrangements as aforesaid and cleaning off dirt on or before the date fixed for the completion of work, the Engineer-in-Charge may at the expense of the Contractor remove such scaffolding, surplus materials and rubbish etc. and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and the Contractor shall have no claim in respect of scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof. CLAUSE 8A Contractor to keep Site Clean

Page 345: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

224

When the annual repairs and maintenance of works are carried out, the splashes and droppings from white washing, colour washing, painting etc. on walls, floor, windows, etc. shall be removed and the surface cleaned simultaneously with the completion of these items of work in the individual rooms, quarters or premises etc. where the work is done without waiting for the actual completion of all the other items of work in the Contract. In case the Contractor fails to comply with the requirements of this clause, the Engineer-in-charge shall have the right to get this work done at the cost of the Contractor either departmentally or through any other agency. Before taking such action the Engineer-in-Charge shall give ten days notice in writing to the Contractor. CLAUSE 8B Completion Plans and Operating /Maintenance MANUAL to be submitted by the Contractor The Contractor shall submit completion plans for all Civil, sanitary, plumbing and Structural Works as well as the plans as required vide CPWD General Specifications for Electrical Works (Part-1 internal) 2005 and (Part-II External) 1994 as applicable within thirty days of the completion of the work. The Contractor shall submit complete `record' drawings periodically corrected to show each and every change from working drawings, on tracings/reproducible/CDs, as directed by Engineer-in-Charge. In case the works include items which require specialized maintenance and/or Plant & Equipment which will require periodic maintenance, the Contractor shall supply along with the Completion Drawings three sets of operating/Maintenance MANUALs as required. In case, the Contractor fails to submit the completion plan and /or Operating/ Maintenance MANUAL, as aforesaid, he shall be liable to pay a sum equivalent to 2.5% of the value of the work subject to a ceiling of Rs.5 lakhs (Rupees Five lakhs only) as may be fixed by the Engineer-in-Charge and in this respect the decision of the Engineer-in-charge shall be final and binding on the Contractor. This obligation of the Contractor will be without prejudice to any other rights of the Employer. CLAUSE 9

Page 346: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

225

Payment of Final Bill The final bill shall be submitted by the Contractor in the same manner as specified in interim bills within three months of physical completion of work or within one month of the date of the final certificate of completion furnished by the Engineer-in-Charge whichever is earlier. No further claims shall be made by the Contractor after submission of the final bill and these shall be deemed to have been waived and extinguished. Payments of those items of the bill in respect of which there is no dispute and of items in dispute, for quantities and rates as approved by Engineer-in-Charge, will, as far as possible be made within the period specified herein under, the period being reckoned from the date of receipt of the bill by the Engineer-in-Charge or his authorized Engineer, complete with account of materials issued by the Employer and dismantled materials. (i) If the Tendered value of work is upto Rs.1Crore : 3 months (ii) If the Tendered value of work exceeds Rs.1 Crore : 6 months The Contractor will not however be entitled to any compensation or claims or damages by way of interest etc. in case of delay in payment. CLAUSE 9 A Payment of Contractor's Bill to Banks Payment due to the Contractor may, if so desired by him, be made to his bank, registered financial, co-operative or thrift societies or recognized financial institutions instead of direct to him provided that the Contractor furnishes to the Engineer-in-Charge (1) an authorization in the form of a legally valid document such as power of attorney conferring authority on the bank, registered financial, cooperative or thrift societies or recognized financial institutions to receive payments and (2) his own acceptance of the correctness of the amount made out as being due to him by the Employer or his signature on the bill or other claim preferred against the Employer before settlement by the Engineer-in-Charge of the account or claim by payment to the bank, registered financial, cooperative or thrift societies or

Page 347: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

226

recognized financial institutions. While the receipt given by such Bank; registered financial, cooperative or thrift societies or recognized financial institutions shall constitute a full and sufficient discharge for the payment, the Contractor shall whenever possible present his bills duly receipted and discharged through his Bank, registered financial, cooperative or thrift societies or recognized financial institutions. Nothing herein contained shall operate to create in favour of the bank; registered financial, cooperative or thrift societies or recognized institutions any rights or equities vis-a-vis the Employer. CLAUSE 9B - Taxation

Except for Service Tax for which provisions in Clause 37 will apply, the Contractor shall pay all works contract tax, sales tax, excise and customs duties and surcharge, cess, levy ,octroi, royalty etc. as the case may be payable in respect of all works, materials, equipment, plant and other things required for the Contract. The Contractor will be required to pay all taxes, duties levied by the Central and / or State Government and/ or local bodies on such part of his income in respect of the Contract as is chargeable therewith under the laws for the time being in force in India. The Contractor shall be liable to pay income tax on the emoluments of his staff and also be liable to pay company tax at the rate specified under the respective laws and regulations in India. In order that the Employer is kept informed about the Contractor’s taxations liabilities and payment and in order that payments to the Contractor are not affected, the Contractor has to provide, when required, certified copy of the Certificate from the Tax Department stating that the Contractor has paid the taxes to the satisfaction of the said Department or receipt confirming payment. All staff employed locally by the Contractor or his Sub-Contractors, suppliers or agents will be subject to the regulations governing the payment of personal and other taxation. The Contractor shall be

Page 348: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

227

deemed to have allowed in his Tender for any liabilities on his part in regard to this Sub-Clause. With reference to sub-clauses of this clause, the Contract Price shall be based upon taxation provisions existing under the laws / regulations of India / West Bengal. CLAUSE 10 Materials obtained fromthe Employer Materials which the Employer will supply are shown in Schedule 'B' which also stipulates quantum, place of issue and rate (s) to be charged in respect thereof. The Contractor shall be bound to procure them from the Engineer-in-Charge. As soon as the work is awarded, the Contractor shall finalise the programme for the completion of work as per clause 5 of this Contract and shall give his estimates of materials required on the basis of drawings/ or schedule of quantities of the work. The Contractor shall give in writing his requirement to the Engineer-in-Charge which shall be issued to him keeping in view the progress of work as assessed by the Engineer-in-Charge, in accordance with the agreed phased programme of work indicating monthly requirements of various materials. The Contractor shall place his indent in writing for issue of such materials at least 7 days in advance of his requirement. Such materials shall be supplied for the purpose of the Contract only and the value of the materials so supplied at the rates specified in the aforesaid schedule shall be set off or deducted, as and when materials are consumed in items of work (including normal wastage) for which payment is being made to the Contractor, from any sum then due or which may therefore become due to the Contractor under the Contract or otherwise or from the security deposit. At the time of submission of bills the Contractor shall certify that balance of materials supplied is available at site in original good condition. The Contractor shall submit alongwith every running bill (on account or interim bill) material-wise reconciliation statements supported by complete calculations reconciling total issue, total consumption and certified balance (diameter/ section-wise in the case of steel) and

Page 349: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

228

resulting variations and reasons therefore. Engineer-in-Charge shall (whose decision shall be final and binding on the Contractor) be within his rights to follow the procedure of recovery in Clause 42 at any stage of work if reconciliation is not found to be satisfactory. The Contractor shall bear the cost of getting the material issued, loading, transporting to site, unloading, storing under cover as required, cutting, assembling and joining the several parts together as necessary. Not withstanding anything to the contrary contained in any other clause of the Contract all stores/materials so supplied to the Contractor or procured with the assistance of the Employer shall remain the absolute property of the Employer and the Contractor shall be the trustee of the stores/ materials, and the said stores/ materials shall not be removed/ disposed off from the site of the work on any account and shall be at all times open to inspection by the Engineer-in-Charge or his authorized agent. Any such stores/materials remaining unused shall be returned to the Engineer-in-charge in as good a condition in which they were originally supplied at a place directed by him, at a place of issue or any other place specified by him as he shall require, but in case it is decided not to take back the stores/ materials the Contractor shall have no claim for compensation on any account of such stores/ materials so supplied to him as aforesaid and not used by him or for any wastage in or damage to in such stores/ materials. On being required to return the stores/ materials, the Contractor shall hand over the stores/ materials on being paid or credited such price as the Engineer-in-Charge shall determine, having due regard to the condition of the stores/ materials. The price allowed for credit to the Contractor, however, shall be at the prevailing market rate not exceeding the amount charged to him, excluding the storage charge, if any. The decision of the Engineer-in-Charge shall be final and conclusive. In the event of breach of the aforesaid condition, the Contractor shall in addition to throwing himself open to account for contravention of the terms of the license or permit and/or for criminal breach of trust, be liable to the Employer for all advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach. Provided that the Contractor shall in no case be entitled to any compensation or damages on account of any delay

Page 350: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

229

in supply or non-supply thereof all or any such materials and stores provided further that the Contractor shall be bound to execute the entire work if the materials are obtained fromthe Employer within the original scheduled time for completion of the work plus 50% thereof or scheduled time plus 6 months whichever is more if the time of completion of works exceeds 12 months but if a part of the materials only has been supplied within the aforesaid period then the Contractor shall be bound to do so much of the work as may be possible with the materials and stores supplied in the aforesaid period. For the completion of the rest of the work, the Contractor shall be entitled to such extension of time as may be determined by the Engineer-in-Charge whose decision in this regard shall be final and binding on the Contractor. The Contractor shall see that the required quantities of materials are got issued. Any such materials remaining unused and in perfectly good/ original condition at the time of completion or determination of the Contract shall be returned to the Engineer-in-Charge at the stores from which it was issued or at a place directed by him by a notice in writing. The Contractor shall not be entitled for loading, transporting, unloading and stacking of such unused material except for the extra lead, if any involved, beyond the original place of issue. CLAUSE 10A Materials to be provided by the Contractor The Contractor shall, at his own expense, provide all materials required for the works other than those which are stipulated to be obtained fromthe Employer. The Contractor shall, at his own expense and without delay, supply to the Engineer-in-Charge samples of materials to be used on the work and shall get these approved in advance. All such materials to be used on the work shall be in conformity with the specifications laid down or referred to in the Contract. The Contractor shall, if requested by the Engineer-in-charge furnish proof, to the satisfaction of the Engineer-in-Charge that the materials so comply. The Engineer-in-Charge shall within thirty days of supply of samples or within such further period as he may require intimate to

Page 351: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

230

the Contractor in writing whether samples are approved by him or not. If samples are not approved, the Contractor shall forthwith arrange to supply to the Engineer-in-Charge for his approval fresh samples complying with the specifications laid down in the Contract. When materials are required to be tested in accordance with specifications, approval of the Engineer-in-Charge shall be issued after the test results are received. The Contractor shall at his risk and cost submit the samples of materials to be tested or analysed and shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and materials finally accepted by the Engineer-in-Charge. The Contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of materials. The Contractor shall, at his risk and cost, make all arrangements and shall provide all INFRASTRUCTURE as the Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer-in-Charge and bear all Charges and cost of testing unless specifically provided for otherwise elsewhere in the Contract or specifications. The Engineer-in-Charge or his authorized representative shall at all times have access to the works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the works and the Contractor shall afford every facility and every assistance in obtaining the right to such access. The Engineer-in-Charge shall have full powers to require the removal from the premises of all materials which in his opinion are not in accordance with the specifications and in case of default the Engineer-in-Charge shall be at liberty to employ at the expense of the Contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The Engineer-in-Charge shall also have full powers to require other proper materials to be substituted thereof and in case of default the Engineer-in-Charge may cause

Page 352: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

231

the same to be supplied and all costs which may attend such removal and substitution shall be borne by the Contractor. The Contractor shall at his own expense, provide a material testing lab at the site for conducting routine field tests. The lab shall be equipped with the testing equipment as specified in Annexure ‘B-1’. The Contractor shall comply with special conditions relating to procurement, testing and storage of cement and steel as given in Annexure ‘B-2’. CLAUSE 10 B Secured Advance on Non-perishable Materials (i) Deleted Mobilisation Advance (ii) Mobilisation advance not exceeding 10% of the tendered value may be given, if requested by the Contractor in writing within one month of the order to commence the work. In such a case, the Contractor shall execute Bank Guarantee Bonds not exceeding five in number from a Scheduled Bank/ Nationalised Bank as per form given in Annexure `C', aggregating to the full amount of mobilisation advance including interest thereon @ 10% before such advance is released. Such advance shall be paid in two or more installments to be determined by the Engineer-in-Charge at his absolute discretion. The first installment of such advance shall be released by the Engineer-in-Charge to the Contractor on a request made by the Contractor to the Engineer-in-Charge in this behalf. The second and subsequent installments shall be released by the Engineer-in-Charge only after the Contractor furnishes a proof of the satisfactory utilization of the earlier installment to the entire satisfaction of the Engineer-in-Charge. Plant & Machinery Advance (iii) An advance for plant & machinery required for the work and brought to site by the Contractor may be given if requested by the Contractor in writing within one month of bringing such plant and

Page 353: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

232

machinery to site. Such advance shall be given on such plant and machinery, which in the opinion of the Engineer-in-Charge will add to the expeditious execution of work and improve the quality of work. The amount of advance shall be restricted to 5% of tender value. In the case of new plant and equipment to be purchased for the work the advance shall be restricted to 90% of the price of such new plant and equipment paid by the Contractor for which the Contractor shall produce evidence satisfactory to the Engineer-in-Charge. In the case of second hand and used plants and equipment, the amount of such advance shall be limited to 50% of the depreciated value of plant and equipment as may be decided by the Engineer-in-Charge. The Contractor shall, if so required by the Engineer-in-Charge, submit the statement of value of such old plant and equipment duly approved by a Registered Valuer recognized by the Central Board of Direct Taxes under the Income-Tax Act, 1961. No such advance shall be paid on any plant and equipment of perishable nature and on any plant and equipment of a value less than Rs.50,000/-. Seventy five per cent of such amount of advance shall be paid after the plant and equipment is brought to site and balance twenty five per cent on successfully commissioning the same. Leasing of equipment shall be considered at par with purchase of equipment and shall be covered by tripartite agreement with the following: 1.Leasing company which gives certificate of agreeing to lease

equipment to the Contractor. 2. Engineer-in-Charge, and 3. The Contractor. This advance shall further be subject to the condition that such plant and equipment (a) are considered by the Engineer-in-Charge to be necessary for the works; (b) and are in and are maintained in working order; (c) hypothecated to the Employer as per proforma of Hypothecation Deed given in Annexure `D', before the payment of advance is released. The Contractor shall not be permitted to remove from the site such hypothecated plant and equipment

Page 354: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

233

without the prior written permission of the Engineer-in-Charge. The Contractor shall be responsible for maintaining such plant and equipment in good working order during the entire period of hypothecation falling which such advance shall be entirely recovered in lump sum. The Contractor shall insure the Plant and machinery for which mobilization advance is sought and given, for a sum sufficient to provide for their replacement at site. Any amounts not recovered from the insurer will be borne by the Contractor. Interest & Recovery (iv) The mobilization advance and plant and machinery advance in (ii) & (iii) above bear simple interest at the rate of 10 per cent per annum and shall be calculated from the date of payment to the date of recovery, both days inclusive, on the outstanding amount of advance. Recovery of such sums advance shall be made by deduction from the Contractor's bill commencing after first fifteen percent of the gross value of the work is executed and paid or 25% of the stipulated period of Contract has elapsed, whichever occurs earlier on pro-rata percentage basis to the gross value of the work billed beyond 15% and/or elapse of stipulated period of Contract in such a way that the entire advance is recovered by the time eighty percent of the gross value of the Contract is executed and paid or 85% of the stipulated period of Contract has elapsed whichever occurs earlier together with interest due on the entire outstanding amount up to the date of recovery of the installment. Recovery of advance at any intermediate stage shall be effected, if necessary, by encashment of part Bank Guarantees if the appropriate pro-rata amount of advance is not available from the work done by the Contractor. v) If the circumstances are considered reasonable by the Engineer-in-Charge, the period mentioned in (ii) and (iii) for request by the Contractor in writing for grant of mobilization advance and Plant and Machinery advance may be extended in the discretion of the Engineer-in-Charge. vi) The said Bank guarantees for advances shall initially be made for the full amount and valid for the Contract period, and be kept

Page 355: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

234

renewed from time to time to cover the balance amount and likely period of complete recovery together with interest. Applicability of Clause 10 (B) (ii) to (vi) Provided always that provisions of Clause B (ii) to (vi) shall be applicable only when so provided in Schedule ‘F’. CLAUSE 10 C Payment on Account of Increase in Prices/ Wages due to Statutory Order (s) Deleted CLAUSE 10 CA Payment due to variation in prices of materials after receipt of tender Deleted CLAUSE 10 CC Payment due to increase/decrease in prices/wages after Receipt of Tender for Works (DELETED) CLAUSE 10D Dismantled Material Employers’ Property The Contractor shall treat all materials obtained during dismantling of a structure, excavation of the site for a work, etc. as the Employer's Property and such materials shall be disposed off to the best advantage of the Employer according to the instructions in writing issued by the Engineer-in-Charge. CLAUSE 11

Page 356: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

235

Work to be Executed in Accordance with Specifications, Drawings, Orders etc. The Contractor shall execute the whole and every part of the work in the most substantial and workman like manner both as regards materials and otherwise in every respect in strict accordance with the specifications. The Contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work signed by the Engineer-in-Charge and the Contractor shall be furnished free of charge one copy of the Contract documents together with specifications, designs, drawings and instructions as are not included in the standard specifications of Central Public works Department specified in Schedule 'F' or in any Bureau of Indian Standard or any other, published standard or code or, Schedule of Rates or any other printed publication referred to elsewhere in the Contract. Any reference made to the standards, specifications issued by the BIS and other similar organizations shall be deemed to include the latest edition of issue of such standards, specifications and bye-laws including all revisions, amendments and addenda subsequently issued. Where ISI Standards exist in respect of materials, then the materials shall in all respects comply with the relevant and current ISI. In such cases where ISI Specifications do not exist nearest equivalent International Standards/ Specifications will be followed. In absence of either the specified manufacturers' specifications shall be followed. In absence of all these, the Engineer's instructions shall be followed. If any ambiguity arises as to the meaning of any of portion of the specifications and drawings or as to execution or quality of any work or material or as to measurement of the works, the decision of the Engineer-in-Charge shall be final and binding on the Contractor. The Contractor shall comply with the provisions of the Contract and with the care and diligence execute and maintain the works and provide all labour and materials, tools and plants including for measurements and supervision of all works, structural plans and other things of PERMANENT or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the Contract. The

Page 357: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

236

Contractor shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction. CLAUSE 12 DEVIATIONS/VARIATIONS EXTENT AND PRICING The Engineer-in-Charge shall have power (i) to make alteration in, omissions from, additions to, or substitutions for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the Contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the Engineer-in-Charge and such alterations omissions, additions or substitutions shall form part of the Contract as if originally provided therein and any altered, additional or substituted work which the Contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the Contractor on the same conditions in all respects including price on which he agreed to do the main work except as hereafter provided. The Contractor shall not carry out any extra item or substituted item or quantity in excess of permitted deviation as stipulated in Schedule 'F' of items covered by Schedule of Quantities, without specific written approval of the Engineer-in-Charge. In all such cases, the Contractor shall advise the Engineer-in-Charge in writing as soon as he observes the necessity for execution of such item or excess quantity. 12.1 The time for completion of the works shall, in the event of any

deviations resulting in additional cost over the tendered

i)In the proportion which the additional cost of the altered, additional or substituted work, bears to the original tendered value plus ii)25% of the time calculated in (i) above or such further additional time as may be considered reasonable by the Engineer-in-Charge which decision shall be final and binding on the Contractor.

Page 358: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

237

12.2 Deviation, Extra items and Pricing In the case of extra item (s) the Contractor may within fifteen days of receipt of order or occurrence of the item (s) claim rates, supported by proper analysis, for the work and the Engineer-in-Charge shall within one month of the receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the Contractor, determine the rates on the basis of the market rates and the Contractor shall be paid in accordance with the rates so determined. Deviation, Substituted Items, Pricing In the case of substituted items, the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the following para. (a) If the market rate for the substituted item so determined is more

than the market rate of the agreement item (to be substituted) the rate payable to the Contractor for the substituted item shall be the rate for the agreement item (to be substituted) so increased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted).

(b) If the market rate for the substituted item so determined is less than the market rate of the agreement item (to be substituted) the rate payable to the Contractor for the substituted item shall be the rate for the agreement item (to be substituted) so decreased to the extent of the difference

between the market rates of substituted item and the

agreement item (to be substituted). Deviation, Deviated Quantities, Pricing In the case of Contract items, substituted items, Contract cum substituted items, which exceed the limit laid down in Schedule 'F', the Contractor may within fifteen days of receipt of order or occurrence of the excess, claim revision of the rates, supported by proper analysis, for the work in excess of the above mentioned limits, provided that if the rates so claimed are in excess of the rates

Page 359: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

238

specified in the schedule of quantities the Engineer-in-Charge shall within one month of receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the Contractor, determine the rates on the basis of the market rates and the Contractor shall be paid in accordance with the rates so determined. 12.3 The provisions of the preceding paragraph shall also apply to

the decrease in the rates of items for the work in excess of the limits laid down in Schedule 'F', and the Engineer-in-Charge shall after giving notice to the Contractor within one month of occurrence of the excess and after taking into consideration any reply received from him within fifteen days of the receipt of the notice, revise the rates for the work in question within one month of the expiry of the said period of fifteen days having regard to the market rates.

12.4 The Contractor shall send to the Engineer-in-Charge once every

three months an upto date account giving complete details of all claims for additional payments to which the Contractor may consider himself

entitled and of all additional work ordered by the Engineer-in-

Charge which he has executed during the preceding quarter failing which the Contractor shall be deemed to have waived his right. However, the Engineer-in-Charge may authorize consideration of such claims on merits.

12.5 For the purpose of operation of Schedule F except in cases

where there is a specific definition of Foundation in Schedule F the following works shall be treated as works relating to foundation.

i)For buildings, compound walls plinth level or 1.2 meters (4 feet) above ground level whichever is lower excluding items of flooring and DPC but including base concrete below the floors.

ii)For abutments, piers, retaining walls of culverts and bridges, walls of water reservoirs the bed of floor level.

iii)For retaining walls where floor level is not determinate 1.2 metres above the average ground level or bed level.

iv)For Roads all items of excavation and filling including treatment of sub-base.

Page 360: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

239

12.6 Any operation incidental or necessarily has to be in contemplation of tenderer while filing tender, or necessary for proper execution of the item included in the Schedule of quantities or in the schedule of rates mentioned above, whether or not, specifically indicated in the description of the item and the relevant specifications, shall be deemed to be included in the rates quoted by the tenderer or the rate given in the said schedule of rates, as the case may be. Nothing extra shall be admissible for such operations.

CLAUSE 13 Foreclosure of Contract due to Abandonment or Reduction in Scope of Work If at any time after acceptance of the tender the Employer shall decide to abandon or reduce the scope of the works for any reason whatsoever and hence not require the whole or any part of the works to be carried out, the Engineer-in-Charge shall give notice in writing to that effect to the Contractor and the Contractor shall act accordingly in the matter. The Contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works. The Contractor shall be paid at Contract rates full amount for works executed at site and, in addition, a reasonable amount as certified by the Engineer-in-Charge which decision shall be final and binding on the Contractor, for the items hereunder mentioned which could not be utilized on the work to the full extent in view of the foreclosure: i) Any expenditure incurred on preliminary site work, e.g.

PERMANENT access roads, PERMANENT labour huts, staff quarters and site office, storage accommodation and water storage tanks.

ii) The Employer shall have the option to take over Contractor's materials or any part thereof either brought to site or of which

Page 361: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

240

the Contractor is legally bound to accept delivery from suppliers (for incorporation in or incidental to the work) provided, however, the Employer shall be bound to take over the materials or such portions thereof as the Contractor does not desire to retain. For materials taken over or to be taken over by the Employer cost of such materials as detailed by Engineer-in-Charge shall be paid. The cost shall, however, take into account purchase price, cost of DRAWL & PUMPING and deterioration or damage which may have been caused to materials whilst in the custody of the Contractor.

iii) If any materials obtained fromthe Employer are rendered

surplus, the same except normal wastage shall be returned by the Contractor to the Employer at rates not exceeding those at which these were originally issued less allowance for any deterioration or damage which may have been caused whilst the materials were in the custody of the Contractor. In addition, cost of transporting such materials from site to the Employer's stores, if so required by the Employer shall be paid.

i) Reasonable compensation for transfer of T & P

from site to Contractor's permanent stores or to his other works, whichever is less. If T & P are not transported to either of the said places, no cost of DRAWL & PUMPING shall be payable.

v) Reasonable compensation for repatriation of Contractor's site

staff and imported labour to the extent necessary. The Contractor shall, if required by the Engineer-in-Charge furnish to him books of account, wage books, time sheets and other relevant documents and evidence as may be necessary to enable him to certify the reasonable amount payable under this condition. The reasonable amount of items on (i), (iv) and (v) above shall not be in excess of 2% of the cost of the work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as per accepted tender less the cost of work actually executed under the Contract and less the cost of Contractor's materials at site taken over by the Employer as per item (ii) above. Provided always that against

Page 362: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

241

any payments due to the Contractor on this account or otherwise, the Engineer-in-Charge shall be entitled to recover or be credited with any outstanding balances due from the Contractor for advance paid in respect of any tool, plants and materials and any other sums which at the date of termination were recoverable by the Employer from the Contractor under the terms of the Contract. CLAUSE 14 - Deleted (Merged with Clause 3). CLAUSE 15 Suspension of Work i) The Contractor shall, on receipt of the order in writing of the

Engineer-in-Charge, (whose decision shall be final and binding on the Contractor) suspend the progress of the works or any part thereof for such time and in such manner as the Engineer-in-Charge may consider necessary so as not to cause any damage or injury to the work already done or endanger the safety thereof for any of the following reasons : a) on account of any default on the part of the Contractor or; b) for proper execution of the works or part thereof for reasons

other than the default of the Contractor; or c) for safety of the works or part thereof.

The Contractor shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instruction given in that behalf by the Engineer-in-Charge. ii) If the suspension is ordered for reasons (b) and (c) in sub-para (i) above.

a)The Contractor shall be entitled to an extension of time equal to the period of every such suspension plus 25%, for completion of the item or group of items of work for which a separate period of completion is specified in the Contract and of which the suspended work forms a part, and;

b)If the total period of all such suspensions in respect of an item or group of items of work for which a separate period of completion is specified in the Contract exceeds thirty days, the Contractor shall, in addition, be entitled to such

Page 363: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

242

compensation as the Engineer-in-Charge may consider reasonable in respect of salaries and/ or wages paid by the Contractor to his employees and labour at site, remaining idle during the period of suspension, adding thereto 2% to cover indirect expenses of the Contractor. Provided the Contractor submits his claim supported by details to the Engineer-in-Charge within fifteen days of the expiry of the period of 30 days.

iii) If the works or part thereof is suspended on the orders of the

Engineer-in-Charge for more than three months at a time, except when suspension is ordered for reason (a) in sub-para (i) above, the Contractor may after receipt of such order serve a written notice on the Engineer-in-Charge requiring permission within fifteen days from receipt by the Engineer-in-Charge of the said notice, to proceed with the work or part thereof in regard to which progress has been suspended and if such permission is not granted within that time, the Contractor, if he intends to treat the suspension, where it affects only a part of the works as an omission of such part by the Employer or where it affects whole of the works, as an abandonment of the works by the Employer, shall within ten days of expiry of such period of 15 days give notice in writing of his intention to the Engineer-in-Charge. In the event of the

Contractor treating the suspension as an abandonment of the

Contract by the Employer, he shall have no claim to payment of any compensation on account of any

profit or advantage which he might have derived from the execution of the work in full but which he could not derive in consequence of the abandonment. He shall, however, be entitled to such compensation, as the Engineer-in-Charge may consider reasonable, in respect of salaries and/ or wages paid by him to his employees and labour at site, remaining idle in consequence adding to the total thereof 2% to cover indirect expenses of the Contractor provided the Contractor submits his claim supported by details to the Engineer-in-Charge within 30 days of the expiry of the period of 3 months.

Page 364: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

243

Provided, further that the Contractor shall not be entitled to claim any compensation from the Employer for the loss suffered by him on account of delay by the Employer in the supply of materials in Schedule 'B' where such delay is covered by difficulties relating to the supply of wagons, excepted risk including non-allotment of such materials by controlling authorities, acts of God, acts of enemies of the state/country or any reasonable cause beyond the control of the Employer.

CLAUSE 16 Action in case Work not done as per specifications All works under or in course of execution or executed in pursuance of the Contract shall at all times be open and accessible to the inspection and supervision of the Engineer-in-Charge, his authorized subordinates in charge of the work and all the superior officers, officer of the Quality Control Organization of the Employer or any organization engaged by the Employer for Quality Assurance and of the Chief Technical Examiner's Office, and the Contractor shall, at all times, during the usual working hours and at all other times at which reasonable notice of the visit of such officers has been given to the Contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing, present for that purpose. Orders given to the Contractor's agent shall be considered to have the same force as if they had been given to the Contractor himself. If it shall appear to the Engineer-in-Charge or his authorized subordinates incharge of the work or to the Chief Engineer-in-Charge of Quality Control or his subordinate officers or the officers of the organization engaged by the Employer for Quality Assurance or to the Chief Technical Examiner or his subordinate officers, that any work has been executed with unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance with the Contract, the Contractor shall, on demand in writing which shall be made within twelve months of the completion of the work from the

Page 365: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

244

Engineer-in-Charge specifying the work, materials or articles complained of notwithstanding that the same may have been passed, certified and paid for, forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost. In the event of his failing to do so within a period specified by the Engineer-in-Charge in his demand aforesaid, then the Contractor shall be liable to pay compensation at the same rate as under clause 2 of the Contract (for non-completion of the work in time) for this default. In such case the Engineer-in-Charge may not accept the item of work at the rates applicable under the Contract but may accept such items at reduced rates as the authority specified in Schedule `F' may consider reasonable during the preparation of on account bills or final bill if the item is so acceptable without detriment to the safety and utility of the item and the structure or he may reject the work outright without any payment and/or get it and other connected and incidental items rectified, or removed and re-executed at the risk and cost of the Contractor. Decision of the Engineer-in-Charge to be conveyed in writing in respect of the same will be final and binding on the Contractor. CLAUSE 17 Contractor Liable for Damages, defects during maintenance period and Refund of Security Deposit If the Contractor or his working people or servants shall break, deface, injure or destroy any part of building in which they may be working, or any building, road, road kerb, fence, enclosure, water pipe, cables, drains, electric or telephone post or wires, trees, grass or grassland, or cultivated ground contiguous to the premises on which the work or any part is being executed, or if any damage shall happen to the work while in progress, from any cause whatever or if any defect, shrinkage or other faults appear in the work within twelve months (six months in the case of work costing Rs. Ten lakhs and below except road work) after a certificate final or otherwise of its completion shall have been given by the Engineer-in-Charge as aforesaid arising out of defect or improper materials or workmanship, the Contractor shall

Page 366: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

245

upon receipt of a notice in writing on that behalf make the same good at his own expense or in default the Engineer-in-Charge shall cause the same to be made good by other workmen and deduct the expense from any sums that may be due or at any time thereafter may become due to the Contractor, or from his security deposit or the proceeds of sale thereof of a sufficient portion thereof. The security deposit of the Contractor shall not be refunded before the expiry of twelve months (six months in case of work costing Rs. Ten lakhs and below except road work) after the issue of the certificate final or otherwise, of completion of work, or till the final bill has been prepared and passed whichever is later. Provided that in the case of road work if in the opinion of the Engineer-in-Charge, half of the security deposit is sufficient to meet all liabilities of the Contractor under this Contract, half of the Security Deposit will be refundable after six months and the remaining half after twelve months of the issue of the said certificate of completion or till the final bill has been prepared and passed whichever is later. The specialized items of work such as Anti termite treatment, water proofing work, kiln seasoned and chemically treated wooden shutters etc.shall be entrusted to specialized firm or Registered Contractor who shall give specific guarantees that they shall be responsible for removal of any defect cropping up in these works executed by them within the Guarantee period. The form in which the Guarantee is to be executed by the Contractor on a stamp paper of the required value is at Annexures E1 & E2 respectively for Water Proofing Works and Anti Termite Treatment Works. The Contract shall not be considered as completed until a Maintenance Certificate shall have been signed by the Engineer-in-Charge and delivered to the Employer stating that the works have been completed and maintained to his satisfaction. The Maintenance Certificate shall be given by the Engineer-in-Charge within twenty eight days after the expiry of the Period of Maintenance as stipulated above or as soon thereafter as any works ordered during such period, shall have been completed to the satisfaction of the Engineer-in-Charge and full effect shall be given to this clause, notwithstanding any previous entry on the Works or taking the

Page 367: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

246

possession, working or using thereof or any part thereof by the Employer. In case of Maintenance and Operation works of E & M services, the security deposit deducted from the Contractor shall be refunded within one month from the date of final payment or within one month from the date of completion of the maintenance Contract whichever is earlier. CLAUSE 18 Contractor to Supply Tools & Plants etc. The Contractor shall provide at his own cost all materials (except such special materials if any, as may in accordance with the Contract be obtained fromthe Engineer-in-Charge's stores), machinery, tools and plants, appliances, implements, ladders, cordage, tackle, scaffolding and PERMANENT works required for the proper execution of the work, whether original, altered or substituted and whether included in the specification or other documents forming part of the Contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage therefore to and from the work. The Contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works and counting, weighing and assisting the measurement for examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-in-Charge at the expense of the Contractor and the expenses may be deducted, from any money due to the Contractor, under this Contract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of a sufficient portions thereof. List of mandatory machinery, Tools and Plants to be deployed at site shall be as specified in Schedule ‘F’.

Page 368: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

247

CLAUSE 18 A Recovery of Compensation paid to Workman In every case in which by virtue of the provisions sub-section (1) of Section 12 of the Workmen's Compensation Act, 1923, the Employer is obliged to pay compensation to a workman employed by the Contractor, in execution of the works, the Employer will recover from the Contractor the amount of the compensation so paid; and, without prejudice to the rights of the Employer under sub-section (2) of Section 12 of the said Act, the Employer shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by the Employer to the Contractor whether under this Contract or otherwise. The Employer shall not be bound to contest any claim made against it under sub-section (1) Section 12 of the said Act, except on the written request of the Contractor and upon his giving to the Employer full security for all costs for which the Employer might become liable in consequence of contesting such claim. CLAUSE 18 B Ensuring Payment and Amenities to Workers if Contractor fails In every case in which by virtue of the provisions of the Contract Labour (Regulation and Abolition) Act, 1970, and of the Contract Labour (Regulation and Abolition) Central Rules, 1971, the Employer is obliged to pay any amounts of wages to a workman employed by the Contractor in execution of the works, or to incur any expenditure in providing welfare and health amenities required to be provided under the above said Act and the rules under Clause 19H or under the RITES Contractor's Labour Regulations, or under the Rules framed by Government from time to time for the protection of health and sanitary arrangements for workers employed by the Employer's Contractors, the Employer will recover from the Contractor the amount of wages so paid or the amount of expenditure so incurred; and without prejudice to the rights of the Employer under sub-section (2) of Section 20, and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition) Act, 1970, the Employer shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by the Employer to the Contractor whether under this

Page 369: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

248

Contract or otherwise. The Employer shall not be bound to contest any claim made against it under sub-section (1) of Section 20, sub-section (4) of Section 21, of the said Act, except on the written request of the Contractor and upon his giving to the Employer full security for all costs for which the Employer might become liable in contesting such claim. CLAUSE 19 Labour Laws to be complied by the Contractor i) The Contractor shall obtain a valid licence under the Contract

Labour (R&A) Act, 1970 and the Contract Labour (Regulation and Abolition) Central rules 1971, before the commencement of the work, and continue to have a valid license until the completion of the work. The Contractor shall also abide by the provisions of the Child Labour (PrEOTibition and Regulation) Act, 1986.

ii) The Contractor shall also comply with the provisions of Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act 1996 and the rules made thereunder.

iii) The Contractor shall also comply with the Building and Other

Construction Worker's Welfare Cess Act, 1996 and Cess Rules 1998.

Any failure to fulfill these requirements shall attract the penal

provisions of this Contract arising out of the resultant non-execution of the work. CLAUSE 19 A Employment of Under-age Labour No labour below the age of fourteen years shall be employed on the work. CLAUSE 19 B Payment of wages : i) The Contractor shall pay to labour employed by him either

directly or through sub-Contractors, wages not less than fair wages as defined in the RITES Contractor's Labour Regulations or

Page 370: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

249

as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable.

ii) The Contractor shall, notwithstanding the provisions of any

Contract to the contrary, cause to be paid fair wage to labour indirectly engaged on the work, including any labour engaged by his sub-Contractors in connection with the said work, as if the labour had been immediately employed by him.

iii) In respect of all labour directly or indirectly employed in the

works for performance of the Contractor's part of this Contract, the Contractor shall comply with or cause to be complied with RITES Contractor's Labour Regulations from time to time in regard to payment of wages, wage period, deductions from wages, recovery of wages not paid and deductions unauthorisedly made, maintenance of wage books or wage slips, publication of scale of wages and other

terms of employment, inspection and submission of periodical

returns and all other matters of the like nature or as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable.

iv) a)The Engineer-in-Charge concerned shall have the right to

deduct from the moneys due to the Contractor any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the Contract for the benefit of the workers, non-payment of wages or of deductions made from his or their wages which are not justified by their terms of the Contract or non-observance of the Regulations. The decision of the Engineer-in-Charge on the amount to be deducted from the amount due to the Contractor shall be final and binding on the Contractor.

b)Under the provision of Minimum Wages (Central) Rules 1950,

the Contractor is bound to allow to the labours directly or indirectly employed in the works one day rest for 6 days continuous work and pay wages at the same rate as for duty. In

Page 371: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

250

the event of default, the Engineer-in-Charge shall have the right to deduct the sum or sums not paid on account of wages for weekly holidays to any labours and pay the same to the persons entitled thereto from any money due to the Contractor by the Engineer-in-Charge concerned. The decision of the Engineer-in-Charge on the amount to be deducted from the amount due to the Contractor shall be final and binding on the Contractor.

In the case of Union Territory of Delhi, however, as the all

inclusive minimum daily wages fixed under Notification of the Delhi Administration No.F.12 (162) MWO/DAB/43884-91 dated 31.12.1979 as amended from time to time are inclusive of wages for the weekly day of rest, the question of extra payment for weekly holiday would not arise.

v) The Contractor shall comply with the provisions of the Payment

of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen's Compensation Act,

1923, Industrial Disputes Act, 1947, Maternity Benefits Act, 1961,

Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act 1996, Building and Other Construction Worker's Welfare Cess Act, 1996 and the Contractor's Labour (Regulation and Abolition) Act 1970, or the modifications thereof or any other laws relating thereto and the rules made thereunder from time to time.

vi) The Contractor shall indemnify and keep indemnified the

Employer against payments to be made under and for the observance of the laws aforesaid and the RITES Contractor's Labour Regulations without prejudice to his right to claim indemnity from his sub-Contractors.

vii) The laws aforesaid shall be deemed to be a part of this

Contract and any breach thereof shall be deemed to be a breach of this Contract.

viii) Whatever is the minimum wage for the time being, or if the

wage payable is higher than such wage, such wage shall be paid by the Contractor to the workmen directly without the intervention of

Page 372: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

251

Jamadar and that Jamadar shall not be entitled to deduct or

recover any amount from the minimum wage payable to the workmen as and by way of commission or otherwise.

ix) The Contractor shall ensure that no amount by way of

commission or otherwise is deducted or recovered by the Jamadar from the wage of workmen.

x) The Contractor shall ensure that all employees are covered for

all social benefits viz PF, EPS, EDLI and ESI etc. xi) The Contractor shall submit proof of recovery and remittance of

EPF, EPS, EDLI and ESI etc. along with the monthly/running bill for the next month.

CLAUSE 19 C Compliance with provisions in Safety Code In respect of all labour directly or indirectly employed in the work for the performance of the Contractor's part of this Contract, the Contractor shall at his own expense arrange for the safety provisions as per the Employer’s Safety Code framed from time to time and shall at his own expense provide for all INFRASTRUCTURE in connection therewith. In case the Contractor fails to make arrangement and provide necessary INFRASTRUCTURE as aforesaid he shall be liable to pay a penalty of Rs.200/- for each default and in addition the Engineer-in-Charge shall be at liberty to make arrangement and provide INFRASTRUCTURE as aforesaid and recover the costs incurred in that behalf from the Contractor. CLAUSE 19 D Submission of Fortnightly Labour Report The Contractor shall submit by the 4th and 19th of every month, to the Engineer-in-Charge a true statement showing in respect of the second half of the preceding month and the first half of the current month respectively : 1) the number of labourers employed by him on the work,

Page 373: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

252

2) their working hours, 3) the wages paid to them, 4) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them, and 5) the number of female workers who have been allowed maternity benefit according to Clause 19F and the amount paid to them. Failing which the Contractor shall be liable to pay to the Employer a sum not exceeding Rs.200/- for each default or materially incorrect statement. The decision of the Engineer-in-Charge shall be final in deducting from any bill due to the Contractor the amount levied as fine and be binding on the Contractor. CLAUSE 19 E Compliance with the Rules on Health and Sanitary arrangements In respect of all labour directly or indirectly employed in the works for the performance of the Contractor's part of this Contract, the Contractor shall comply with or cause to be complied with all the rules framed by the Employer from time to time for the protection of health and sanitary arrangements for workers employed by the Employer and its Contractors. CLAUSE 19 F Maternity Benefits Leave and pay during leave shall be regulated as follows : 1. Leave : (i) in the case of delivery - maternity leave not exceeding 8 weeks, 4 weeks upto and including the day of delivery and 4 weeks following that day, (ii) in the case of miscarriage - upto 3 weeks from the date of miscarriage. 2. Pay : (i) in the case of delivery - leave pay during maternity leave will be at the rate of the women's average daily earnings, calculated on total

Page 374: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

253

wages earned on the days when full time work was done during a period of three months immediately preceding the date on which she gives notice that she expects to be confined or at the rate of Rupee one only a day whichever is greater. (ii) In the case of miscarriage - leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time work was done during a period of three months immediately preceding the date of such miscarriage. 3. Conditions for the grant of Maternity Leave : No maternity leave benefit shall be admissible to a woman unless she has been employed for a total period of not less than six months immediately preceding the date on which she proceeds on leave. 4. The Contractor shall maintain a register of Maternity (Benefit) in the Prescribed form as shown in Appendices I and II, in the Proforma of Registers attached to Contractor’s Labour Regulations (Section No.11) and the same shall be kept at the place of work. CLAUSE 19 G Action in case of Non-observance of Rules and Regulations In the event of the Contractor (s) committing a default or breach of any of the provisions of RITES' Contractor's Labour Regulations and Model Rules for the protection of health and sanitary arrangements for the workers as amended from time to time or furnishing any information or submitting or filing any statement under the provisions of the above Regulations and Rules which is materially incorrect, he/ they shall, without prejudice to any other liability, pay to the Employer a sum not exceeding Rs.200/- for every default, breach or furnishing, making, submitting, filing such materially incorrect statements and in the event of the Contractor(s) defaulting continuously in this respect, the penalty may be enhanced to Rs.200/- per day for each day of default subject to a maximum of 5 per cent of the estimated cost of the work put to tender. The decision of the Engineer-in-Charge shall be final and binding on the parties.

Page 375: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

254

Should it appear to the Engineer-in-Charge that the Contractor(s) is/ are not properly observing and complying with the provisions of the Employer’s Contractor's Labour Regulations and Model Rules and the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour (R & A) Central Rules 1971, for the protection of health and sanitary arrangements for work-people employed by the Contractor(s) (hereinafter referred as "the said Rules") the Engineer-in-Charge shall have power to give notice in writing to the Contractor (s) requiring that the said Rules be complied with and the amenities prescribed therein be provided to the work-people within a reasonable time to be specified in the notice. If the Contractor (s) shall fail within the period specified in the notice to comply with and observe the said Rules and to provide the amenities to the work-people as aforesaid, the Engineer-in-Charge shall have the power to provide the amenities hereinbefore mentioned at the cost of the Contractor (s). The Contractor(s) shall erect, make and maintain at his/their own expense and to approved standards all necessary huts and sanitary arrangements required for his/their work-people on the site in connection with the execution of the works, and if the same shall not have been erected or constructed, according to approved standards, the Engineer-in-Charge shall have power to give notice in writing to the Contractor(s) requiring that the said huts and sanitary arrangements be remodeled and/or reconstructed according to approved standards and if the Contractor (s) shall fail to remodel or reconstruct such huts and sanitary arrangements according to approved standards within the period specified in the notice, the Engineer-in-Charge shall have the power to remodel or reconstruct such huts and sanitary arrangements according to approved standards at the cost of the Contractor(s). CLAUSE 19 H Provision of Labour Camp with Amenities The Contractor (s) shall at his/their own cost provide his/their labour with a sufficient number of huts (hereinafter referred to as the camp) of the following specifications on a suitable plot of land to be approved by the Engineer-in-Charge.

Page 376: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

255

i) a) The minimum height of each hut at the eaves level shall be 2.10m (7ft.) and the floor area to be provided will be at the rate of 2.7 sq.m. (30 sq.ft.) for each member of the worker's family staying with the labourer. b)the Contractor(s) shall in addition construct suitable cooking places having at minimum area of 1.80m x 1.50m (6'x5') adjacent to the hut for each family. c) The Contractor(s) shall also construct PERMANENT latrines and urinals for the use of the labourers each on the scale of not less than four per each one hundred of the total strength, separate latrines and urinals being provided for women. d) The Contractor (s) shall construct sufficient number of bathing and washing places, one unit for every 25 persons residing in the camp. These bathing and washing places shall be suitably screened. ii) a) All the huts shall have walls of sun-dried or burnt bricks laid in mud mortar or other suitable local materials as may be approved by Engineer-in-Charge. In case of sun-dried bricks, the walls should be plastered with mud gobri on both sides. The floor may be kutcha but plastered with mud gobri and shall be at least 15 cm (6") above the surrounding ground. The roofs shall be laid with thatch or any other materials as may be approved by the Engineer-in-Charge and the Contractor shall ensure that throughout the period of their occupation the roofs remain water-tight. b) The Contractor(s) shall provide each hut with proper ventilation. c) All doors, windows, and ventilators shall be provided with suitable leaves for security purposes. d) There shall be kept an open space of at least 7.2m (8 yards) between the rows of huts which may be reduced to 6m (20 ft.) according to the availability of site with the approval of the Engineer-in-Charge. Back to back construction will be allowed. iii) Water Supply - The Contractor(s) shall provide adequate supply of water for the use of labourers. The provisions shall not be less than two gallons of pure and wholesome water per head per day for drinking purposes and three gallons of clean water per head per day for bathing and washing purposes. Where piped water supply is available, supply shall be at stand posts and where the supply is from well or river, tanks which may be of metal or masonry,

Page 377: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

256

shall be provided. The Contractor (s) shall also at his/their own cost make arrangements for laying pipe lines for water supply to his/ their labour camp from the existing mains wherever available, and shall pay all fees and charges therefor. iv) The site selected for the camp shall be high ground, removed from jungle. v) Disposal of Excreta - The Contractor (s) shall make necessary arrangements for the disposal of excreta from the latrines by trenching or incineration which shall be according to the requirements laid down by the Local Health Authorities. If trenching or incineration is not allowed the Contractor (s) shall make arrangements for the removal of the excreta through the Municipal Committee/authority and inform it about the number of labourers employed so that arrangements may be made by such committee/ authority for the removal of the excreta. All charges on this account shall be borne by the Contractor and paid direct by him to the Municipality/ authority. The Contractor shall provide one sweeper for every eight seats in case of dry system. vi) Drainage - The Contractor(s) shall provide efficient arrangements for draining away sullage water so as to keep the camp neat and tidy. vii) The Contractor(s) shall make necessary arrangements for keeping the camp area sufficiently lighted to avoid accidents to the workers. viii) Sanitation - The Contractor(s) shall make arrangements for conservancy and sanitation in the labour camps according to the rules of the Local Public Health and Medical Authorities. CLAUSE 19 I Compliance with instructions on removal from site of undesirable person The Engineer-in-Charge may require the Contractor to dismiss or remove from the site of the work any person or persons in the Contractors' employ upon the work who may be incompetent or misconduct himself and the Contractor shall forthwith comply with such requirements.

Page 378: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

257

CLAUSE 19 J Unauthorized occupation of building during construction It shall be the responsibility of the Contractor to see that the building under construction is not occupied by any body unauthorisedly during construction, and is handed over to the Engineer-in-Charge with vacant possession of complete building. If such building though completed is occupied illegally, then the Engineer-in-Charge shall have the option to refuse to accept the said building/ buildings in that position. Any delay in acceptance on this account will be treated as the delay in completion and for such delay a levy upto 5% of tendered value of work may be imposed by the Engineer-in-Charge whose decision shall be final both with regard to the justification and quantum and be binding on the Contractor. However, the Engineer-in-Charge, through a notice, may require the Contractor to remove the illegal occupation any time on or before construction and delivery. CLAUSE 20 Minimum Wages Act to be complied with The Contractor shall comply with all the provisions of the Minimum Wages Acts, 1948, and Contract Labour (Regulation and Abolition) Act, 1970, amended from time to time and rules framed thereunder and other labour laws affecting Contract labour that may be brought into force from time to time. CLAUSE 21 Work not to be sublet, Action in case of insolvency & Illegal Gratification etc. The Contract shall not be assigned or sublet without the written approval of the Engineer-in-Charge. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the Sub-Contractor and the Employer and

Page 379: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

258

shall not absolve the Contractor of any responsibility under the Contract. The execution of work by petty Contractors under the direct and personal Supervision of the Contractor or his agent shall not be deemed to be subletting under this Clause. And if the Contractor shall assign or sublet his Contract, or attempt to do so, or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly or indirectly, be given, promised or offered by the Contractor, or any of his servants or agent to any public officer or person in the employ of the Employer in any way relating to his office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the Contract, the Engineer-in-Charge on behalf of the Employer shall have power to adopt the course specified in Clause 3 hereof in the interest of the Employer and in the event of such course being adopted the consequences specified in the said Clause 3 shall ensue. CLAUSE 22 Payment of Compensation All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the Employer without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained. CLAUSE 23 Changes in firm's Constitution to be intimated Where the Contractor is a partnership firm, the previous approval in writing of the Engineer-in-Charge shall be obtained before any change is made in the constitution of the firm. Where the Contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the Contractor enters into any partnership agreement where under the partnership firm would have the right to carry out the works hereby undertaken by the Contractor. If previous approval as aforesaid is not obtained, the Contract shall be deemed to have been assigned

Page 380: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

259

in contravention of Clause 21 hereof and the same action may be taken, and the same consequences shall ensue as provided in the said Clause 21. CLAUSE 24 Execution of works under the Direction of the Engineer-in-Charge All works to be executed under the Contract shall be executed under the direction and subject to the approval in all respects of the Engineer-in-Charge who shall be entitled to direct at what point or points and in what manner they are to be commenced, and from time to time carried on. CLAUSE 25 Settlement of Disputes & Arbitration Except where otherwise provided in the Contract all questions and disputes relating to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the Contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter: 1) If the Contractor considers any work demanded of him to be

outside the requirements of the Contract, or disputes any drawings, record or decision given in writing by the Engineer on any matter in connection with or arising out of the Contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Engineer-in-Charge in writing for written instruction or decision. Thereupon, the Engineer-in-Charge shall give his written instructions or decision within a period of one month from the receipt of the Contractor's letter.

Page 381: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

260

If the Engineer-in-Charge fails to give his instructions or decision in writing within the aforesaid period or if the Contractor is dissatisfied with the instructions or decision of the Engineer-in-Charge, the Contractor may, within 15 days of the receipt of the Engineer-in-Charge decision, appeal to the Appellate Authority specified in Schedule 'F' who shall afford an opportunity to the Contractor to be heard, if the latter so desires, and to offer evidence in support of his appeal. The Appellate Authority shall give his decision within 30 days of receipt of Contractor's appeal. If the Contractor is dissatisfied with this decision, the Contractor shall within a period of 30 days from receipt of the decision, give notice in the Proforma at Annexure F to the Appointing Authority specified in Schedule 'F' for appointment of arbitrator failing which the said decision shall be

final binding and conclusive and not referable to adjudication by the arbitrator.

2) Except where the decision has become final, binding and

conclusive in terms of Sub Para (1) above, disputes or difference shall be referred for adjudication through arbitration by a sole arbitrator appointed by the Appointing Authority.

3) It is a term of this Contract that the party invoking arbitration

shall give a list of disputes with amount claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving reference to the rejection by the Appellate Authority of the appeal in the form at Annexure `F' It is a term of this Contract that "Excepted matters" or matters where the decision of the Engineer-in-Charge or any higher authority has been stipulated as "Final and Binding" in various Clauses of Contract, stand specifically excluded from the purview of Arbitration Clause.

It is also a term of this Contract that no person other than a

person appointed by such Appointing Authority as aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

It is also a term of this Contract that if the Contractor does not make any demand for appointment of arbitrator in respect of

Page 382: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

261

any claims in writing as aforesaid within 120 days of receiving the intimation from the Engineer-in-Charge that the final bill is ready for payment, the claim of the Contractor shall be deemed to have been waived and absolutely barred and the Employer shall be discharged and released of all liabilities under the Contract in respect of these claims.

4) Obligation during pendency of arbitration Work under the Contract shall unless otherwise directed by the Engineer-in-Charge continue during the Arbitration proceeding and no payment due or payable by the Employer shall be withheld on account of such proceedings, provided however, it shall be open for the Arbitrator to consider and decide whether or not such work should continue during arbitration proceedings. 5) Signing of "No Claim" certificate The Contractor shall not be entitled to make any claim whatsoever against the Employer under or by virtue of or arising out of the Contract, nor shall the Employer entertain or consider any such claim if made by the Contractor after he shall have signed a "No Claim Certificate" in favour of the Employer in such form as stipulated by the Employer, after the works are finally measured up. The Contractor shall be debarred from disputing the correctness of any item covered by the "No Claim Certificate" or demanding a reference to arbitration in respect thereof. 6) Parties to be impleaded in the arbitration proceedings - Deleted 7) The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or reenactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding under this clause. 8) It is also a term of this Contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute

Page 383: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

262

and claim referred to him and in all cases where the total amount of the claims by any party exceeds Rs.1,00,000/- the arbitrator shall give reasons for the award. 9) It is also a term of the Contract that where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made. 10) It is also a term of this Contract that the arbitrator shall indicate i) the Award amount payable on the date of award ii) the period within which it is to be paid and iii) Simple rate of interest applicable beyond the stipulated free period for making payment of Award amount. 11) It is also a term of the Contract that if any fees are payable to the arbitrator these shall be paid equally by both the parties. 12) It is also a term of the Contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid. CLAUSE 26 Contractor to Indemnify the Employer against Patent Rights The Contractor shall fully indemnify and keep indemnified the Employer against any action, claim or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights and shall pay any royalties which may be payable in respect of any article or part thereof included in the Contract. In the

Page 384: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

263

event of any claims made under or action brought against the Employer in respect of any such matters as aforesaid the Contractor shall be immediately notified thereof and the Contractor shall be at liberty, at his own expenses, to settle any dispute or to conduct any litigation that may arise therefrom, provided that the Contractor shall not be liable to indemnify the Employer if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by the Engineer-in-Charge in this behalf. CLAUSE 27 Lump sum Provisions in Tender When the estimate on which a tender is made includes lump sum in respect of parts of the work, the Contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this Contract for such items, or if the part of the work in question is not, in the opinion of the Engineer-in-Charge payable of measurement, the Engineer-in-Charge may at his discretion pay the lump sum amount entered in the estimate, and the certificate in writing of the Engineer-in-Charge shall be final and conclusive against the Contractor with regard to any sum or sums payable to him under the provisions of the Clause. CLAUSE 28 Action where no Specifications are specified In the case of any class of work for which there is no such specification as referred to in Clause 11, such work shall be carried out in accordance with the Bureau of Indian Standards Specifications. In case there is no such specification in Bureau of India Standards, the work shall be carried out as per manufacturer's specifications. In case there are no such specifications as required above, the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-Charge. CLAUSE 29 With-holding and lien in respect of sums due from Contractor

Page 385: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

264

i) Whenever any claim or claims for payment of a sum of money arises out of or under the Contract or against the Contractor, the Engineer-in-Charge or the Employer shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the Security Deposit and Performance Guarantee, if any deposited by the Contractor and for the purpose aforesaid, the Engineer-in-Charge or the Employer shall be entitled to withhold the Security deposit and performance guarantee, if any, furnished as the case may be and also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security deposit and performance guarantee, being insufficient to cover the claimed amount or amounts or if no security deposit and performance guarantee has been taken from the Contractor, the Engineer-in-Charge or the Employer shall be entitled to withhold and have a lien to retain to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which may at any time thereafter become payable to the Contractor under the same Contract or any other Contract with the Engineer-in-Charge of the Employer or any Contracting person through the Engineer-in-Charge pending finalisation of adjudication of any such claim. It is an agreed term of the Contract that the sum of money or moneys so withheld or retained under the lien referred by the Engineer-in-Charge or the Employer will be kept withheld or retained as such by the Engineer-in-Charge or the Employer till the claim arising out of or under the Contract is determined by the arbitrator (if the Contract is governed by the arbitration clause) or by the competent court, as the case may be and that the Contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the Contractor. For the purpose of this clause, where the Contractor is a partnership firm or a limited company, the Engineer-in-Charge or the Employer shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/ limited company as the case may be, whether in his individual capacity or otherwise.

Page 386: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

265

ii) The Employer shall have the right to cause an audit and technical examination of the works and the final bills of the Contractor including supporting vouchers, abstract, etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the Contract or any work claimed to have been done by him under the Contract and found not to have been executed, the Contractor shall be liable to refund the amount of over-payment and it shall be lawful for the Employer to recover the same from him in the manner prescribed in sub-clause (i) of this clause or in any other manner legally permissible; and if it is found that the Contractor was paid less than what was due to him under the Contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by the Employer to the Contractor, without any interest thereon whatsoever. Provided that the Employer shall not be entitled to recover any sum overpaid, nor the Contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between the Engineer-in-Charge on the one hand and the Contractor on the other under any term of the Contract permitting payment for work after assessment by the Engineer-in-Charge. CLAUSE 29 A Lien in respect of claims in other Contracts Any sum of money due and payable to the Contractor (including the security deposit and performance guarantee returnable to him) under the Contract may be withheld or retained by way of lien by the Engineer-in-Charge or the Employer or any other contracting person or persons through Engineer-in-Charge against any claim of the Engineer-in-Charge or the Employer or such other person or persons in respect of payment of a sum of money arising out of or under any other Contract made by the Contractor with the Engineer-in-Charge or the Employer or with such other person or persons.

Page 387: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

266

It is an agreed term of the Contract that the sum of money so withheld or retained under this clause by the Engineer-in-Charge or the Employer will be kept withheld or retained as such by the Engineer-in-Charge or the Employer till his claim arising out of the same Contract or any other Contract is either mutually settled or determined by the arbitration clause or by the competent court, as the case may be and that the Contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the Contractor. CLAUSE 30 Employment of coal mining or controlled area labour not permissible The Contractor shall not employ coal mining or controlled area labour falling under any category whatsoever on or in connection with the work or recruit labour from area within a radius of 32 km (20 miles) of the controlled area. Subject as above the Contractor shall employ imported labour only from area, from which import is permitted. Where ceiling price for imported labour has been fixed by State or Regional Labour Committees not more than that ceiling price shall be paid to the labour by the Contractor. The Contractor shall immediately remove any labourer who may be pointed out by the Engineer-in-Charge as being a coal mining or controlled area labourer. Failure to do so shall render the Contractor liable to pay to the Employer a sum calculated at the rate of Rs.10/- per day per labourer. The certificate of the Engineer-in-Charge about the number of coal mining or controlled area labourers and the number of days for which they worked shall be final and binding upon all parties to this Contract. It is declared and agreed between the parties that the aforesaid stipulation in this clause is one in which the public are interested within the meaning of the exception in Section 74 of Indian Contract Act, 1872. Explanation : Controlled Area means the following areas :

Page 388: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

267

Districts of Dhanbad, Hazaribagh, Jamtara-a Sub-division under Santhal Pargana Commissionery, Districts of Bankuara, Birbhum, Burdwan, District of Bilaspur. Any other area which may be declared a Controlled Area by or with the approval of the Central Government. CLAUSE 31 Unfiltered water supply required for the work The Contractor(s) shall make his/their own arrangements for water required for the work and nothing extra will be paid for the same. This will be subject to the following conditions. i) That the water used by the Contractor (s) shall be fit for construction purposes to the satisfaction of the Engineer-in-Charge. ii) The Engineer-in-Charge shall make alternative arrangements for supply of water at the risk and cost of Contractor (s) if the arrangements made by the Contractor(s) for procurement of water are in the opinion of the Engineer-in-Charge, unsatisfactory. CLAUSE 31 A Employer's water supply, if available Water if available may be supplied to the Contractor by the Employer subject to the following conditions : i)The water charges @1% shall be recovered on gross amount of the work done. ii)The Contractor (s) shall make his/their own arrangement of water connection and laying of pipelines from existing main of source of supply. iii)The employer does not guarantee to maintain uninterrupted supply of water and it will be incumbent on the Contractor(s) to make alternative arrangements for water at his/their own cost in the event of any PERMANENT break down in the Employer's water main so that the progress of his/their work is not held up for want of water. No claim of damage or refund of water charges will be entertained on account of such break down.

Page 389: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

268

CLAUSE 32 Alternate water arrangements i) Where there is no piped water supply arrangement and the water is taken by the Contractor from the wells or hand pump constructed by the Employer no charge shall be recovered from the Contractor on that account. The Contractor shall, however, d at such hours of the day that it does not interfere with the normal use for which the hand pumps and wells are intended. He will also be responsible for all damage and abnormal repairs arising out of his use, the cost of which shall be recoverable from him. The Engineer-in-Charge shall be the final authority to determine the cost recoverable from the Contractor on this account and his decision shall be final and binding on the Contractor. ii) The Contractor shall be allowed to construct PERMANENT wells in the Employer's land for taking water for construction purposes only after he has got permission of the Engineer-in-Charge in writing. No charges shall be recovered from the Contractor on this account, but the Contractor shall be required to provide necessary safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service lines. He shall be responsible for any accidents or damage caused due to construction and subsequent maintenance of the wells and shall restore the ground to its original condition after the wells are dismantled on completion of the work. CLAUSE 33 Return of Surplus Materials Notwithstanding anything contained to the contrary in this Contract, where any materials for the execution of the Contract are procured with the assistance of the Employer either by issue from the Employer's stocks or purchase made under orders or permits or licences issued by the Employer the Contractor shall hold the said materials economically and solely for the purpose of the Contract and not dispose of them without the written permission of the Employer and return, if required by the Engineer-in-Charge, all surplus or unserviceable materials that may be left with him after the

Page 390: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

269

completion of the Contract or at its termination for any reason whatsoever on being paid or credited such price as the Engineer-in-Charge shall determine having due regard to the condition of the materials. The price allowed to the Contractor however shall not exceed the amount charged to him excluding the element of storage charges. The decision of the Engineer-in-Charge shall be final and conclusive. In the event of breach of the aforesaid condition the Contractor shall in addition to throwing himself open to action for contravention of the terms of the licence or permit and/ or for criminal breach of trust, be liable to the Employer for all moneys, advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach. CLAUSE 34 Hire of Plant & Machinery i) The Contractor shall arrange at his own expense all tools, plant, machinery and equipment (hereinafter referred to as T & P) required for execution of the work except for the Plant & Machinery listed in Schedule 'C' and stipulated for issue to the Contractor. If the Contractor requires any item of T&P on hire from the T&P available with the Employer over and above the T&P stipulated for issue, the Employer will, if such item is available, hire it to the Contractor at rates to be agreed upon between him and the Engineer-in-Charge. In such a case all the conditions hereunder for issue of T&P shall also be applicable to such T&P as is agreed to be issued. ii) Plant and Machinery when supplied on hire charges shown in Schedule 'C' shall be made over and taken back at the Employer's equipment yard/ shed shown in Schedule 'C' and the Contractor shall bear the cost of carriage from the place of issue to the site of work and back. The Contractor shall be responsible to return the plant and machinery in the condition in which it was handed over to him, and he shall be responsible for all damage caused to the said plant and machinery at the site of work or elsewhere in operation or otherwise or during transit including damage to or loss of parts and for all losses due to his failure to return the same soon after the completion of the work for which it was issued. The Engineer-in-

Page 391: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

270

Charge shall be the sole judge to determine the liability of the Contractor and its extent in this regard and his decision shall be final and binding on the Contractor. iii) The plant and machinery as stipulated above will be issued as and when available and if required by the Contractor. The Contractor shall arrange his programme of work according to the availability of the plant and machinery and no claim, whatsoever, will be entertained from him for any delay in supply by the Employer. iv) The hire charges shall be recovered at the prescribed rates from and inclusive of the date the plant and machinery made over upto and inclusive of the date of the return in good order even though the same may not have been working for any cause except major breakdown due to no fault of the Contractor or faulty use requiring more than three working days continuously (excluding intervening holidays and Sundays) for bringing the plant in order. The Contractor shall immediately intimate in writing to the Engineer-in-Charge when any plant or machinery gets out of order requiring major repairs as aforesaid. The Engineer-in-Charge shall record the date and time of receipt of such intimation in the log sheet of the plant or machinery. Based on this if the major breakdown has occurred before lunch, period of major breakdown will be computed considering half a day's breakdown on the day of complaint. If the breakdown occurs post lunch, the period of major breakdown will be computed starting from the next working day. In case of any dispute under this clause the decision of the Engineer-in-Charge shall be final and binding on the Contractor. v) The hire charges shown above are for each day of 8 hours (inclusive of the one hour lunch break) or part thereof. vi) Hire charges will include service of operating staff as required and also supply of lubricating oil and stores for cleaning purposes. Power fuel of approved type, firewood, kerosene oil etc. for running the plant and machinery and also the full time chowkidar for guarding the plant and machinery against any loss or damage shall be arranged by the Contractor who shall be fully responsible for the safeguard and security of plant and machinery. The Contractor shall on or before the supply of plant and machinery sign an agreement indemnifying the Employer against any loss or damage caused to the plant and machinery either during transit or at site of work. vii) Ordinarily, no plant and machinery shall work for more than 8 hours a day inclusive of one hour lunch break. In case of an urgent

Page 392: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

271

work however, the Engineer-in-Charge may, at his discretion, allow the plant and machinery to be worked for more than normal period of 8 hours a day. In that case the hourly hire charges for over time to be borne by the Contractor shall be 50% more than the normal proportionate hourly charges (1/8th of the daily charges) subject to a minimum of half day's normal charges on any particular day. For working out hire charges for over time a period of half an hour and above will be charged as one hour and a period of less than half an hour will be ignored. viii) The Contractor shall release the plant and machinery every seventh day for periodical servicing and/ or wash out which may take about three to four hours or more. Hire charges for full day shall be recovered from the Contractor for the day of servicing/ wash out irrespective of the period employed in servicing. ix) The plant and machinery once issued to the Contractor shall not be returned by him on account of lack of arrangements of labour and materials, etc. on his part. The same will be returned only when they are required for major repairs or when in the opinion of the Engineer-in-Charge the work or a portion of work for which the same was issued is completed. x) Log Book for recording the hours of daily work for each of the plant and machinery supplied to the Contractor will be maintained by the Engineer-in-Charge and will be countersigned by the Contractor or his authorized agent daily. In case the Contractor contests the correctness of the entries and/or fails to sign the Log Book the decision of the Engineer-in-Charge shall be final and binding on him. Hire charges will be calculated according to the entries in the Log Book and will be binding on the Contractor. Recovery on account of hire charges for road rollers shall be made for the minimum number of days worked out on the assumption that a roller can consolidate per day maximum quantity of materials or area surfacing as will be advised to the Contractor by the Engineer-in-Charge at the time of hiring out the Road Roller. xi) In the case of concrete mixers, the Contractor shall arrange to get the hopper cleaned and the drum washed at the close of the work each day or each occasion. a) In case rollers for consolidation are employed by the Contractor himself log book for such rollers shall be maintained in the same manner as is done in the case of the Employer's rollers. Maximum quantity of any items to be consolidated for each roller

Page 393: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

272

day shall also be same as stipulated in Para x. For less use of rollers recovery for the less roller days shall be made at the stipulated issue rate. xii) The Contractor shall be responsible to return the plant and machinery in the condition in which it was handed over to him and he shall be responsible for all damage caused to the said plant and machinery at the site of work or elsewhere in operation or otherwise or during transit including damage to or loss of part, and for all losses due his failure to return the same soon after the completion of the work for which it was issued. The Engineer-in-charge shall be the sole judge to determine the liability of the Contractor and its extent in this regard and his decision shall be final and binding on the Contractor. xiii) The Contractor will be exempted from levy of any hire charges for the number of days he is called upon in writing by the Engineer-in-Charge to suspend execution of the work, provided the Employer's plant and machinery in question have, in fact, remained idle with the Contractor because of the suspension. xiv) In the event of the Contractor not requiring any item of plant and machinery issued by the Employer though not stipulated for issue in Schedule 'C', any time after taking delivery at the place of issue, he may return it after two days written notice or at any time without notice if he agrees to pay hire charges for two additional days without, in any way, affecting the right of the Engineer-in-Charge to use the said plant and machinery during the said period of two days as he likes including hiring out to a third party. CLAUSE 35 Condition relating to use of asphalt materials i) The Contractor undertakes to make arrangement for the supervision of the work by the firm supplying the tar or bitumen used. ii) The Contractor shall collect the total quantity of tar or bitumen required for the work as per standard formula, before the process of painting is started and shall hypothecate it to the Engineer-in-Charge. If any bitumen or tar remains unused on completion of the work on account of lesser use of materials in actual execution for reasons other than authorized changes of specification and abandonment of portion of work, a corresponding deduction

Page 394: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

273

equivalent to the cost of unused materials as determined by the Engineer-in-Charge shall be made and the material returned to the Contractor. Although the materials are hypothecated to the Employer, the Contractor undertakes the responsibility for their proper watch, safe custody and protection against all risks. The materials shall not be removed from site of work without the consent of the Engineer-in-Charge in writing. iii) The Contractor shall be responsible for rectifying defects noticed within a year from the date of completion of the work and the portion of the security deposit relating to asphalt work shall be refunded after the expiry of this period. CLAUSE 36 Employment of Technical Staff and employees Contractor's Superintendence, Supervision, Technical Staff & Employees. i) The Contractor shall provide all necessary superintendence during execution of the work and as long thereafter as may be necessary for proper fulfilling of the obligations under the Contract. The Contractor shall immediately after receiving letter of acceptance of the tender and before commencement of the work, intimate in writing to the Engineer-in-Charge the name, qualifications, experience, age, address and other particulars along with certificates, of the principal technical representative and deputy technical representative to be in charge of the work. Such qualifications and experience shall not be lower than those specified in Schedule 'F'. The Engineer-in-charge shall within five working days of receipt of such communication intimate in writing his approval or otherwise of such a representative to the Contractor. Any such approval may at any time be withdrawn and in case of such withdrawal the Contractor shall appoint another such representative according to the provisions of this clause. Decision of the Engineer-in-Charge shall be final and binding on the Contractor in this respect. Such a principal technical representative and deputy technical representative shall be appointed by the Contractor soon after receipt of the approval from Engineer-in-Charge and shall be available at site within fifteen days of start of work.

Page 395: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

274

All the provisions applicable to the principal technical representative under the Clause will also be applicable to other technical representative(s). The principal technical representative and/or other technical representative shall be present at the site of work for supervision at all times when any construction activity is in progress and also present himself/themselves as required to the Engineer-in-Charge and/or his representative to take instructions. Instructions given to the principal technical representative or other technical representative shall be deemed to have the same force as if these have been given to the Contractor. The principal technical representative and/or other technical representative shall be actually available at site fully during all stages of execution of work, during recording of measurement of works and whenever so required by the Engineer-in-Charge and shall also note down instructions conveyed by the Engineer-in-Charge or his designated representative in the site order book and shall affix his/their signature in token of noting down the instructions and in token of acceptance of measurements/test checked measurements. The representative shall not look after any other work. Substitutes duly approved by Engineer-in-charge in similar manner as aforesaid shall be provided in the event of absence of any of the representative by more than two days. If the Engineer-in-Charge, whose decision in this respect is final and binding on the Contractor, is convinced that no such technical representative is/are effectively appointed or is/ are effectively attending or fulfilling the provision of this clause, a recovery (non refundable) shall be effected from the Contractor as specified in para (iv) below and the decision of the Engineer-in-Charge as recorded in the site order book and measurement recorded/test checked in Measurement Books shall be final and binding on the Contractor. Further if the Contractor fails to appoint a suitable Principal / deputy technical representative or other technical representative and if such appointed persons are not effectively present or are absent by more than 2 days without duly approved substitutes or do not discharge their responsibilities satisfactorily, the Engineer-in-Charge shall have full powers to suspend the execution of the work until such date as another suitable technical representative is/are appointed and the Contractor shall be held responsible for the delay

Page 396: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

275

so caused to the work. The Contractor shall submit a certificate of employment of the technical representative (s) along with every on account bill/final bill and shall produce evidence if at any time so required by the Engineer-in-Charge. ii) The Contractor shall provide and employ on the site only such technical assistants as are skilled and experienced in their respective fields and such foremen and supervisory staff as are competent to give proper supervision to the work. The Contractor shall provide and employ skilled, semiskilled and unskilled labour as is necessary for proper and timely execution of the work. The Engineer-in-Charge shall be at liberty to object to and require the Contractor to remove from the works any person who in his opinion misconducts himself, or is incompetent or negligent in the performance of his duties or whose employment is otherwise considered by the Engineer-in-Charge to be undesirable. Such person shall not be employed again at works site without the written permission of the Engineer-in-Charge and the persons so removed shall be replaced as soon as possible by competent substitutes. (iii) Supporting Engineers For effective supervision of the Works, the Contractor must depute adequate number of technical assistants who are skilled and experienced in their respective callings. iv) Recovery for non deployment of Engineers Sl. No. Qualification Rate of recovery per month for non fulfilling provisions of Clause 36 (i) i) Project Manager Rs. 55,000/- ii) Deputy Project Manager Rs. 45,000/-

Page 397: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

276

CLAUSE 37 Levy/Taxes payable by Contractor The Contractor shall have valid registration with Excise Deptt. for Service Tax and with Works Contract Cell of Sales Tax Deptt. of the State and shall submit a copy of the same to the Engineer along with first running account bill. i) Sales Tax/VAT (except Service Tax) or any other Tax on materials,

Sales Tax on Works (if any) and Tax of any type on Labour Service Tax and Cess under "The Building and other Construction Workers Welfare Cess Act 1996 and Cess Rules 1998" in respect of this Contract shall be payable by the Contractor and the Employer, shall not entertain any claim whatsoever in this respect. However, in respect of Service Tax same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Employer after satisfying that it has been actually and genuinely paid by the Contractor.

ii) The Contractor shall deposit royalty and obtain necessary

permit for supply of the red bajri, stone, kankar, etc. from local authorities.

iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the Employer and does not any time become payable by the Contractor to the State Government or Local authorities in respect of any material used by the Contractor in the works then in such a case, it shall be lawful to the Employer and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the Contractor.

v) Tax Deduction at Source will be done by the Employer towards Income Tax, Sales Tax on works, Labour Welfare Cess and any other tax (except Service Tax) as required by law, from the Running Account and Final Bills.

vi) This clause covers only cases of imposition by statute of any new tax or levy.

Page 398: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

277

CLAUSE 38 Conditions for reimbursement of levy/taxes if levied after receipt of tenders i) All tendered rates shall be inclusive of all taxes and levies

(except Service Tax) payable under respective statutes. However, pursuant to the Constitution (46th Amendment) Act, 1982 if any further tax or levy is imposed by Statute, after the last stipulated date for the receipt of tender including extensions if any and the Contractor thereupon necessarily and properly pays such taxes/ levies the Contractor shall be reimbursed the amount so paid, provided such payment, if any, is not, in the opinion of the Engineer-in-Charge (whose decision shall be final and binding on the Contractor) attributable to delay in execution of work within the control of the Contractor.

ii) The Contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of the Employer and/or the Engineer-in-Charge and further shall furnish such other information/document as the Engineer-in-Charge may require from time to time.

ii) The Contractor shall, within a period of 30 days of the imposition

of any such further tax or levy, pursuant to the Constitution (Forty Sixth Amendment) Act 1982, give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition, together with all necessary information relating thereto.

iii) This clause covers only cases of imposition by statute of any new tax or levy.

CLAUSE 39 Termination of Contract on death of Contractor Without prejudice to any of the rights or remedies under this Contract if the Contractor dies, the Engineer-in-Charge on behalf of the

Page 399: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

278

Employer shall have the option of terminating the Contract without compensation to the Contractor. CLAUSE 40 If a relative working in the Employer's Organisation then the Contractor not allowed to tender The Contractor shall not be permitted to tender for works in the Employer's Unit (responsible for award and execution of Contracts) in which his near relative is posted as Associated Finance Officer between the grades Equivalent to Jr. Administrative and Assistant Officer levels or as an officer in any capacity between the grades Equivalent to Sr. Administrative Officer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted Officer or equivalent officers in the Employer's organization. Any breach of this condition by the Contractor would render him liable to be removed from the approved list of Contractors if any of this Employer. If however the Contractor is registered in any other department, he shall be debarred from tendering for any work under the Employer for any breach of this condition. NOTE : By the term "near relatives" is meant wife, husband, parents and grand parents, children and grand children, brothers and sisters, uncles, aunts and cousins and their corresponding in-laws. CLAUSE 41 No Gazetted Engineer to work as Contractor within one year of retirement No engineer of gazetted rank or other gazetted officer employed in engineering or administrative duties in an engineering department of the Employer shall work as a Contractor or employee of a Contractor for a period of one year after his retirement from the Employer's service without the previous permission of the Employer in writing. This Contract is liable to be cancelled if either the Contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the Employer as aforesaid,

Page 400: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

279

before submission of the tender or engagement in the Contractor's service, as the case may be. CLAUSE 42 Return of material and recovery for excess material issued i) After completion of the work and also at any intermediate stage in the event of non-reconciliation of materials issued, consumed and in balance - (see Clause 10), theoretical quantity of materials issued by the Employer for use in the work shall be calculated on the basis and method given herein under :

a) Quantity of cement & bitumen shall be calculated on the basis of quantity of cement & bitumen required for different items of work as shown in the Schedule of Rates mentioned in Schedule 'F'. In case any item is executed for which standard constants for the consumption of cement or bitumen are not available in the above mentioned schedule/ statement or cannot be derived from the same shall be calculated on the basis of standard formula to be laid down by the Engineer-in-Charge.

b) Theoretical quantity of steel reinforcement or structural steel sections shall be taken as the quantity required as per design or as authorized by Engineer-in-Charge, including authorized lappages, chairs etc. plus 3% wastage due to cutting into pieces, such theoretical quantity being determined and compared with the actual issues each diameter wise, section wise and category wise separately.

c) Theoretical quantity of GI & CI or other pipes, conduits, wires and cables, pig lead and GI/ MS sheets shall be taken as quantity actually required and measured plus 5% for wastage due to cutting into pieces (except in the case of GI/ MS sheets it shall be 10%) such determination and comparison being made diameter wise & category wise.

d) For any other material as per actual requirements. ii) Over the theoretical quantities of materials so computed a variation shall be allowed as specified in Schedule 'F'. The difference in the net quantities of material actually issued to the Contractor and the theoretical quantities including such authorized variation, if not

Page 401: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

280

returned by the Contractor or if not fully reconciled to the satisfaction of the Engineer-in-Charge within fifteen days of the issue of written notice by the Engineer-in-Charge to this effect shall be recovered at the rates specified in Schedule 'F', without prejudice to the provision of the relevant conditions regarding return of materials governing the Contract. Decision of Engineer-in-Charge in regard to theoretical quantities of materials, which should have been actually used as per the Annexure of the standard schedule of rates and recovery at rates specified in Schedule 'F', shall be final and binding on the Contractor. For non scheduled items, the decision of the Engineer-in-Charge regarding theoretical quantities of materials which should have been actually used, shall be final and binding on the Contractor. iii) The said action under this clause is without prejudice to the right of the Employer to take action against the Contractor under any other conditions of Contract for not doing the work according to the prescribed specifications. CLAUSE 43 Compensation during warlike situations The work (whether fully constructed or not) and all materials, machines, tools and plants, scaffolding, PERMANENT buildings and other things connected therewith shall be at the risk of the Contractor until the work has been delivered to the Engineer-in-Charge and a certificate from him to that effect obtained. In the event of the work or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequence of hostilities or warlike operation, the Contractor shall when ordered (in writing) by the Engineer-in-Charge to remove any debris from the site, collect and properly stack or remove in store all serviceable materials salvaged from the damaged work and shall be paid at the Contract rates in accordance with the provision of this agreement for the work of clearing the site of debris, stacking or removal of serviceable material and for reconstruction of all works ordered by the Engineer-in-Charge, such payment being in addition to compensation upto the value of the work originally executed before being damaged or destroyed and not paid for. In case of works damaged or destroyed but not already measured and paid

Page 402: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

281

for, the compensation shall be assessed by the Engineer-in-Charge. The Contractor shall be paid for the damages/ destruction suffered and for restoring the material at the rate based on analysis of rates tendered for in accordance with the provision of the Contract. The certificate of the Engineer-in-Charge regarding the quality and quantity of materials and the purpose for which they were collected shall be final and binding on all parties to this Contract. Provided always that no compensation shall be payable for any loss in consequence of hostilities or warlike operations (a) unless the Contractor had taken all such precautions against air raid as are deemed necessary by the ARP Officer or the Engineer-in-Charge (b) for any material etc. not on the site of the work or for any tools, plant, machinery, scaffolding, PERMANENT building and other things not intended for the work. In the event of the Contractor having to carry out reconstruction as aforesaid, he shall be allowed such extension of time for its completion as is considered reasonable by the Engineer-in-Charge. CLAUSE 44 Apprentices Act provisions to be complied with The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules and orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the Contract and the Engineer-in-Charge may, in his discretion, cancel the Contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. CLAUSE 45 Release of Security Deposit after Labour Officer clearance Security Deposit of the work shall not be refunded till the Contractor produces a clearance certificate from the Labour Officer. As soon as the work is virtually complete the Contractor shall apply for the clearance certificate to the Labour Officer under intimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the said

Page 403: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

282

communication, shall write to the Labour Officer to intimate if any complaint is pending against the Contractor in respect of the work. If no complaint is pending, on record till after 3 months after completion of the work and/or no communication is received from the Labour Officer to this effect till six months after the date of completion, it will be deemed to have received the clearance certificate and the Security Deposit will be released if otherwise due. ADDITIONAL CLAUSES OF CONTRACT 46.0 General Obligations of the Contractor 46.1 Contractor's General Responsibilities a) The Contractor shall, subject to the provisions of the Contract

and with due care and diligence, execute and maintain the Works and provide all labour, including the supervision thereof, materials, constructional plant and all other things, whether of a PERMANENT or permanent nature, required in and for such execution and maintenance, so far as the necessity for providing the same is specified in or is reasonably to be inferred from the Contract.

b) The Contractor shall take full responsibility for the adequacy, stability and safety of all site operations and methods of construction, provided that the Contractor shall not be responsible, except as may be expressly provided in the Contract, for the design or specification of the permanent works, or for the design or specification of any PERMANENT works prepared by the Employer.

c) The Contractor shall carry out all the works strictly in accordance with the drawings, details and instructions of the Engineer-in-Charge. In the opinion of the Engineer-in-Charge if any changes are to be made, the same shall be intimated in writing to the Contractor and the Contractor shall carry out the same. The Engineer-in-Charge's decision in this regard shall be final and not open to arbitration.

46.2 Giving Notices and Payment of Fees This Contract shall, in all respects, be construed and operated as an Indian Contract and shall be subject to Indian laws in force from time

Page 404: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

283

to time. The Contractor should conform to all laws of the land and the regulations and bye-laws of any local authority and of any water or lighting companies with whose systems the structure is proposed to be connected. The Contractor shall give all notices required by the said acts, regulations or bye-laws and pay all fees in connection therewith. The Contractor shall protect and indemnify the Employer against all claims or liabilities arising from his actions in violation of such laws, ordinances, regulations and bye- laws by him. The Engineer will repay or allow to the Contractor all such sums as the Engineer-in-Charge shall certify to have been properly payable by the Employer and paid by the Contractor in respect of such fees. 46.3 Compliance with Statutes, Regulations, etc. The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provisions of:

a) any National or State Statute, Ordinance or other Law, or any regulation, or byelaws of any local or other duly constituted authority in relation to the execution and completion of the works and the remedying of any defects therein, and

b) the rules and regulations of public bodies and companies whose property or rights are affected in anyway by the works,

and the contractor shall keep the Employer indemnified against all penalties and liabilities of every kind for breach of any such provisions. Provided always that the Employer shall be responsible for obtaining any planning , Zoning or other similar permission required for the works to proceed. 46.4 Fossils etc. All fossils, coins, articles of value or antiquity and structures and other remains or things of geological or archeological interest discovered on the site of the Works shall, as between the Employer and the Contractor, be deemed to be the absolute property of the Employer. The Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such article or thing and shall immediately upon discovery thereof, and, before removal, acquaint the Engineer of such discovery and carry out, at the expense of the Employer, the Engineer-in-Charge's orders as to the disposal of the same.

Page 405: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

284

46.5 Opportunities for other Contractors The Contractor shall, in accordance with the requirements of the Engineer, afford all reasonable opportunities for carrying out their work to any other Contractors employed by the Employer and their workmen and to the workmen of the Employer and of any other duly constituted authorities, who may be employed in the execution on or near the site of any work not included in the Contract or of any Contract which the Employer may enter into in connection with or ancillary to the Works. 46.6 Interference with Traffic and adjoining properties All operations necessary for the execution of the Works shall, so far as compliance with the requirements of the Contract permits, be carried on so as not to interfere unnecessarily or improperly with the convenience of the public, or the access to use and occupation of public or private roads and footpaths to or of properties whether in the possession of the Employer or of any other person. The Contractor shall save harmless and indemnify the Employer in respect of all claims, proceedings, damages, costs, charges and expenses whatsoever arising out of, or in relation to, any such matters in so far as the Contractor is responsible therefore. 46.7 Highways Traffic 46.7.1 Extraordinary Traffic The Contractor shall use every reasonable means to prevent any of the highways or bridges communicating with or on the routes to the Site from being damaged or injured by any traffic of the Contractor or any of his Sub-Contractors and, in particular, shall select routes, choose and use vehicles and restrict and distribute loads so that any such extraordinary traffic as will inevitably arise from the moving of plant and materials from and to the Site shall be limited, as far as reasonably possible, and so that no unnecessary damage or injury may be occasioned to such highways and bridges. 46.7.2 Special Loads

Page 406: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

285

Should it be found necessary for the Contractor to move one or more loads of constructional plants, machinery or pre-constructed units or parts of units of work over part of a highway or bridge, the moving whereof is likely to damage any highway or bridge unless special protection or strengthening is carried out, then the Contractor shall, before moving the load on to such a highway or bridge, give notice to the Engineer of the weight and other particulars of the load to be moved and his proposals for protecting or strengthening the said highway or bridge. Thereafter, within fourteen days, the Engineer shall direct, in writing the course of action for the Contractor. The Contractor shall be paid for the cost of the necessary modifications only if the specific items requiring such modification are provided in the Bills of quantities. 46.7.3 Settlement of Extraordinary Traffic Claims If during the execution of the works or at anytime thereafter, the Contractor shall receive any claim arising out of the execution of the Works, in respect of damage or injury to highways or bridges, he shall immediately report the same to the Engineer. The Contractor shall negotiate the settlement of and pay all sums due in respect of such claim and shall indemnify the Employer in respect thereof and in respect of all claims, proceedings, damages, costs, charges and expenses in relation thereto. 46.8 Watching and Lighting The Contractor shall in connection with the Works, provide and maintain at his own cost all lights, guards, fencing and watching when and where necessary or as required by the Engineer or by any duly constituted authority, for the protection of the Works, or for the safety and convenience of the public or others. 46.9 Way leaves etc. The Contractor shall bear all costs and charges for special or PERMANENT way leaves required by him in connection with access to the Site. The Contractor shall also provide at his own cost any additional accommodation outside the Site required by him for the purposes of the Works.

Page 407: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

286

46.10 Site Office for the Employer The Contractor will provide the following PERMANENT furnished accommodation for Engineer and his staff, at the site of work free of cost. • 2 rooms of size 12' x 14' each with CC flooring, AC sheet roof and

false ceiling - One room should be air-conditioned (2 ton capacity).

• 1 Toilet with wash basin • Sufficient lights ( 300 flux) and plug points • Fans • A small pantry of 6'x 6' size • Two tables of 2'6" x 5' size and one table of 5' x 9' size • 2 low-height executive cushion chairs and 10 visitors' chairs of

good quality. • 3 tables of 3' x 4' size and 6 caned steel chairs. On expiry of maintenance period, the Site office shall be dismantled and site cleared unless the Employer directs otherwise. The furniture will be returned to the Contractor at whatever condition they are on expiry of maintenance period. 46.11 Electricity Supply required at the works 46.11.1 Arrangement The Contractor shall make his own arrangement for Electricity required for the work and nothing extra will be paid for the same.

OR 46.11.1AElectric power, if available, may be made available for the work by the Employer at one or more points within the site or near the site on specified terms and conditions. The Contractor shall arrange at his own cost the necessary cabling/wiring, Switch Board and the switch gear etc and shall be responsible for their safe maintenance. Cost of Electricity supplied shall be fixed by the Employer from time to time. (Clause 46.11.1.A will be applicable only if so stipulated in Schedule F).

Page 408: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

287

46.11.2 Conditions a) Distribution arrangements shall be done by the Contractor at his cost as per approved layout. He shall provide required clearances for overhead lines to facilitate easy movement of machinery. These overhead lines shall be shifted and rerouted at the Contractor's cost during execution of work if the same are found to obstruct any other work of any agency working at site or requires to be shifted due to unforeseen reasons. b) On completion of the Work, the Contractor shall, to the satisfaction of the Engineer, remove all wiring installed by him and make good, any disturbance or damage done. c) The Contractor shall employ a certified and licenced Electrician for carrying out this work. 46.12 Land for Contractor's Offices, Godown, Workshop a) Subject to the availability, the Employer may allot at his own discretion and convenience land for the construction of the Contractor's site office, godowns, workshop and assembly yard near the site. Allotment of such land shall not confer any tenancy rights to the Contractor. The Contractor shall construct and maintain the same at his cost. All these PERMANENT works shall be well ventilated, lighted and provided with water, electricity and sanitary arrangement to the approval of the Engineer. b) The Contractor shall remove immediately on completion of the work such buildings and make good, to the satisfaction of the Engineer, all the damages sustained. c) The Contractor shall not use the land for any purpose other than that for or in connection with the Contract. d) In case the Contractor requires any land additional to what is made available/allotted to him, the Contractor shall make arrangements for the same at his own cost.

Page 409: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

288

46.13 Land for Labour Accommodation The Employer shall not provide any land for setting up of the Labour Camp and the Contractor shall make his own arrangements.

OR 46.13.A Subject to availability, on specific request of the Contractor, space for labour accommodation at site may be provided free of rent to the extent possible. However it will be the responsibility of the Contractor to look after all the requirements of the labour camp such as water, sanitation, health, lighting, general living condition and welfare. In case the Contractor requires any land additional to what is made available/ allotted to him, the Contractor shall make arrangements for the same at his own cost. (Clause 46.13.A will be applicable only if so stipulated in Schedule F). 46.14 Excavated Material The Contractor shall not sell or otherwise dispose of or remove except for the purpose of this Contract, the sand, store, clay, ballast, earth, rock or other substances or materials which may be obtained from any excavations made for the purpose of the works or any building or produce upon the site at the time of delivery of the possession thereof but all the substances, materials, buildings and produce shall be the property of the Employer. All such material, which in the opinion of the Engineer-in-Charge is useful, shall be stacked separately in regular stacks as directed by the Engineer-in-Charge. The Contractor may be permitted by the Engineer-in-Charge to use the same on mutually agreed payment terms. 46.15 Production Of vouchers etc by the Contractor i) The Contractor shall, whenever required produce or cause to be produced for examination by the Engineer-in-Charge any quotation, invoice, cost or other account, book of accounts, voucher, receipt, letter, memorandum, paper of writing or any copy of or extract from any such document and also furnish information

Page 410: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

289

and returns verified in such manner as may be required in any way relating to the execution of this Contract or relevant for verifying or ascertaining cost of execution of this Contract and the decision of the Engineer-in-Charge on the question of relevancy of any documents, information or return being final and binding on the parties. The Contractor shall similarly produce vouchers etc. if required to prove to the Engineer-in-Charge that the materials obtained fromhim, are in accordance with the specifications laid down in the Contract. ii) If any portion of the work in a Contract is being carried out by a Sub Contractor or any subsidiary or allied firm or Company in terms of permission granted under Clause 21 of Contract, the Engineer-in-Charge shall have power to secure the book of such sub Contractor or any subsidiary or allied firm or company through the Contractor and such book shall be open to the Engineer-in-Charge's inspection. iii) The obligations imposed by sub clause (i) and (ii) above are without prejudice to the obligations of the Contractor under any statute, rules or orders binding on the Contractor. 46.16 Law governing the Contract The Contract shall be governed by the law for the time being in force in the Republic of India. 46.17 Court Jurisdiction The Courts in the City as specified in `Schedule F' alone shall have the jurisdiction to entertain any application or other proceedings in respect of anything arising under this Agreement and any award or awards made by the Arbitrator hereunder shall be filed in the concerned Courts in the aforesaid City only. 47.0 INSURANCES TO BE TAKEN BY THE CONTRACTOR & EMPLOYER TO BE INDEMNIFIED 47.1 Insurance of Works etc

Page 411: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

290

47.1.1. The Contractor shall effect Contractor's all risk insurance policy (CAR policy) in the joint names of the Employer and the Contractor, the name of the former being placed first in the policy, covering the following : a) The works at the Contract price together with the materials for

incorporation in the Works at their replacement value. b) All plants and equipments and other things brought to the site

by the Contractor at their replacement value. c) Employer's building rented to the Contractor if the building or

part thereof is used by the Contractor for the purpose of storing or using materials of combustible nature, on which the decision of the Engineer-in-Charge shall be final and binding.

47.1.2 The insurance shall be against all losses or damages from whatever causes, other than excepted risks, as defined in Clause 2 of Conditions of Contract, for which the Contractor is responsible under the Contract. The insurance cover shall be for the period of Contract and also for the period of maintenance, for loss or damage arising from a cause prior to commencement of the period of maintenance, and for any loss or damage, occasioned by the Contractor in the course of any operations carried out for the purpose of complying with his obligations during Maintenance Period under Clause 17 of Clauses of Contract. 47.1.3 Such insurance shall be effected with an insurer and with terms approved by the Employer. The Contractor shall, whenever required, produce the policy or policies and the receipts for payment of the current premiums. 47.2 Third Party Insurance 47.2.1 Before commencing the execution of the Works, the Contractor shall insure against the liability for any material or physical damage, loss injury or death which may occur to any property or life including that of the Employer or to any person, including any employee of the Employer, by or arising out of the execution of the Works or in the carrying out of the Contract. The sum insured will be for an amount specified in `Schedule F'. After each occurrence, Contractor shall pay additional premium necessary to make

Page 412: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

291

insurance valid for four occurrences always The Insurance Policy should cover this amount at all times till issue of Completion Certificate by the Engineer-in-Charge. 47.2.2 Such insurance shall be effected with an insurer and its terms approved by the Employer. The Contractor shall, whenever required, produce before Engineer the policy or policies of insurance and the receipts of payment of the current premiums. 47.3 Workmen's Insurance 47.3.1 The Employer shall not be liable for any payment in respect of any damages or compensation payable according to law in respect or in consequence of any accident or injury or loss of life to any workman or other person in the employment of the Contractor or any sub-Contractor, except an accident or injury resulting from any act or default of the Employer, his agents or servants. The Contractor shall insure against such liability with an insurer approved by the Employer for a sum as per established norms during the entire period till completion of Period of Maintenance. 47.4 Recovery from the Contractor Without prejudice to the other rights of the Employer against the Contractor in respect of such default, the Employer shall be entitled to deduct from any sums payable to the Contractor the amount of any damages, compensation costs, charges and other expenses paid by the Employer and which are payable by the Contractor under this clause. 47.5 Shortfall in payment to Contractor by the Insurance Company In all cases where the Contractor has taken any insurances, he shall not be entitled to reimbursement by the Employer of any shortfall or deficiency in the amount payable by the Contractor towards settlement of claims and that paid by the insurer in settlement of same claim. 47.6 Insurance by Sub-Contractors

Page 413: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

292

Without prejudice to his liability under this clause the Contractor shall also cause all Sub-Contractors to effect, for their respective portions of the works, similar policies of insurance in accordance with the provisions of this clause and shall produce or cause to produce to the Employer such policies. The Contractor shall not permit a Sub-Contractor to commence work at the site unless the said insurance Policies are submitted. In the event of failure of the Sub-Contractor to take out such a policy of Insurance before commencing the works at the site, the Contractor shall be responsible for any claim or damage attributable to the said Sub-Contractor. 47.7 Period of Policies All the insurance covers mentioned above shall be kept alive during the complete period of the Contract until the Contractor obtains a Maintenance Certificate from the Employer as explained in Clause 17. 47.8 Remedy on Contractor's Failure to Insure If the Contractor shall fail to effect and keep in force the insurances referred to above, or any other insurance which he may be required to effect under the terms of the Contract, then and in any such case the Employer on advice of the Engineer-in-charge may effect and keep in force any such insurance and pay such premium or premiums as may be necessary for that purpose and from time to time deduct the amount so paid by the Employer as aforesaid from any moneys due or which may become due to the Contractor, or recover the same as debt due from the Contractor. 47.9 Damage to Persons and Property - Employer to be indemnified The Contractor shall indemnify the Employer against all losses and claims in respect of injuries or damages to any person or material or physical damage to any property whatsoever which may arise out of or in consequence of the execution and maintenance of the works and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto, except any compensation or damages for or with respect to :

Page 414: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

293

a) The permanent use or occupation of land by the works or any part thereof.

b) The right of the Employer to execute the works or any part

thereof on, over, under, in or through any land. c) Injuries or damage to persons or property caused by Excepted

risks or resulting from any act or neglect of the Employer, his agents, servants or other Contractors, not being employed by the Contractor or for or in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto. Where the injury or damage was contributed to by the Contractor, his servants or agents, such part of the compensation as may be just and equitable having regard to the extent of the responsibility of the Employer, his servant or agent or other Contractors, for the damage or injury.

A copy of the Format for Indemnity Bond is at Annexure G. 47.10 INDEMNITY AGAINST ALL ACTIONS OF CONTRACTOR

The Contractor shall hold and save harmless and indemnify the Employer from all actions, suits, proceedings, losses, costs, damages, charges, claims and demands of every nature and description brought against or recovered from the Employer and their employees by reason of any act or omission of the Contractor and / or his representative and / or his employees and / or his Sub-Contractors in the execution of the works or in the guarding of the same. All sums payable by the Employer by way of compensation under any of these conditions shall be recovered from the dues of the Contractor, without reference to the actual loss or damage sustained, and whether or not any damage shall have been sustained. 48.0 SAFETY AND SECURITY 48.1 Codes etc to be complied with The Contractor shall ensure and arrange at his cost fire and the safety provisions, as per safety code of the Employer. (Refer Section No. 9 of General Conditions of Contract), Indian Standards Institution, safety MANUALs of the Employer, if any, and such provisions as are locally in force from time to time for all labour,

Page 415: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

294

directly or indirectly employed in the works for performance of this Contract. The Contractor will indemnify the Employer from any consequence arising due to Contractor's failure in respect of safety provisions. Following Codes may be referred to in this connection : IS 5916 Safety code for construction involving use of hot bituminous materials. IS 7293 Safety code for working with construction machinery IS 7969 Safety code for handling and storage of building materials. IS 8989 Safety code for erection of concrete framed structures. IS 13415Protective barriers in and around buildings - Code of Safety IS 13416Preventive measures against hazards at work places - Recommendations (Parts - 1 to 5) 48.2 First Aid & Industrial Injuries 48.2.1 First aid INFRASTRUCTURE at easily accessible place shall be provided by the Contractor as per provisions of Labour Act or Rules of the Authority controlling the area where work is carried out. 48.2.2. The Contractor shall make arrangements with hospitals for ambulance service and for treatment of industrial injuries to meet eventualities leading to the need for such INFRASTRUCTURE. The Engineer shall be informed of their telephone numbers and addresses of the Hospitals. 48.2.3 Details of all critical industrial injuries shall be reported promptly to the Engineer. 48.2.4 Report shall cover type, nature, cause, physician's report and action for prevention of those types again. 48.3 General Safety Rules 48.3.1 Smoking within plant, restricted areas, closed areas, near storage place of lubricant oil and fuel etc. is strictly prEOTibited. 48.3.2 The Contractor shall erect and maintain barricades required in connection with his operation to guard or protect (a) Excavation (b) Hoisting/lifting

Page 416: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

295

(c) Slab openings (d) Hazardous areas (e) Employer's existing property likely to be subjected to damage by the Contractor's operations (f) Unloading spots 48.4 Accidents - Precautions at Worksite No materials on the sites shall be so stacked or placed as to cause danger or inconveniences to any person or to the public. The Contractor shall provide all necessary fencing and lights to protect the public from accidents and shall be bound to bear expenses of defense of every suit, action or other proceedings at law, that may be brought by any person, for injury sustained, owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit, action or proceeding, to any such person or which may, with the consent of the Contractor be paid to compromise any claim by any such person. 48.5 Electrical Equipments - Precautions All PERMANENT and permanent electrical installations, power distribution and supply required for execution of Work shall be carried out conforming to existing industrial and domestic safety rules and regulations. Important specific points to be noted are as under, (i) Meter room and main switches should be freely accessible at all

times and fully protected against all weather conditions. (ii) Power distribution system shall be identifiable with display

marking on switches. (iii) All power distribution shall be carried out with coated,

adequately insulated and of appropriate current/load rating cables. It shall be securely routed for this purpose. No loose, naked, hanging wires shall be permitted.

(iv) Over load protection devices shall be installed whenever and wherever heavy current/load consuming construction plant or machinery susceptible to hazard is in use and as directed by the Engineer-in-charge.

(v) Metallic plugs and sockets shall be used in field work. Switch board shall be in close proximity so as to have quick control over the supply.

Page 417: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

296

(vi) Proper and adequate earthing connection should be provided for all installations, plant and machinery and distribution system.

(vii) Hand lamps and inspection lamps shall be adequately insulated and guarded with wire mesh and should have proper plugs for use.

(viii) Security and illuminatory light shall be secured firmly and protected to withstand all weather conditions.

48.6 Maintenance of Safety Devices All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in a safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing and maintenance INFRASTRUCTURE shall be provided at or near places at work. 48.7 Personal Safety All necessary personal safety equipment as considered adequate by the Engineer shall be available for use of persons employed on the Site and maintained in a condition suitable for immediate use and the Contractor shall take adequate steps to ensure proper use of equipment by those concerned. (b) Workers employed on mixing asphalt materials, cement, and lime mortars/concrete shall be provided with protective footwear and protective gloves. (c) Those engaged in handling any materials which are injurious to eyes shall be provided with protective goggles. (d) Workers employed on erection works, etc. shall be provided with helmets, safety belts etc. (e) Workers employed on concrete finishing, welding, painting and other works above 2 metres height shall be provided with a suitable safety belt, as per Factory Rules of the locality. 48.8 Storing Fuel, Oil and Lubricant The Contractor shall take approval from the Safety Officer of the Employer for storing the lubricants, oil and fuel at site for running the machinery required for the construction.

Page 418: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

297

48.9 Fire Extinguishing Suitable, sufficient number of fire extinguishers for all types of fire, shall be provided at work site. In addition, sufficient number of fire buckets filled with water and sand shall also be provided. The fire fighting equipment as outlined above shall be dispersed in a suitable and purposeful manner. 48.10 Fire Precautions The Contractor shall comply with regulations of the controlling authority in force at the site of the works relating to the precautions to be taken against fire hazards. 48.11 Protection arrangements at work site Adequate protection against any form of damage or deterioration shall be provided for in all sections of the works. This shall include protective tapes, casings, guard rails and the likes, which shall be provided as necessary. Particular care shall be taken to protect finished surfaces during the execution of adjacent in-situ work. The Contractor shall carryout all steps necessary and comply with the directions and instructions of the Engineer to his satisfaction. 48.12 Safety Arrangements for labour The Contractor shall, at his own expense, arrange for the safety provisions as given above and as required by the Engineer, in respect of all labour directly or indirectly employed for performance of the work and shall provide all INFRASTRUCTURE in connection therewith. In case the Contractor fails to make arrangements to provide necessary INFRASTRUCTURE as aforesaid, the Engineer shall be entitled to do so and recover the cost thereof, from the Contractor. 48.13 Safety MANUAL The Contractor shall submit a Safety MANUAL indicating the safety measures proposed to be adopted in light of above provisions, for approval of the Engineer-in-Charge.

Page 419: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

298

48.14 Accidents - Reporting The Contractor shall, within twenty four (24) hours of the occurrence of any accident on, or about the Site, or in connection with the execution of the Works, report such accident to the Engineer and to the appropriate authority wherever such report is required by law. The Contractor will indemnify the Employer from all accident cases. 48.15 Security Measures The Contractor shall be responsible at his cost for security of Works for the duration of the Contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not limited to, maintenance of Law and order at site, provision of all lighting, guard, flagmen, and other measures necessary for protection of Works within the camps and elsewhere at site, for all materials delivered to the site and all persons employed in connection with the Works continuously throughout working and non-working periods including nights, Sundays, holidays, for the duration of the Contract. At work sites in close proximity of traffic corridors where public are likely to come close to the work area, suitable fencing as directed by the Engineer should be provided. 48.16 SAFETY OF PUBLIC AND UTILITIES

Existing road and watercourses or any other utility shall not be blocked, cut through, altered, diverted or obstructed in any way by the Contractor, except with the permission of the Engineer/ Consultant. During progress of work in any street or thoroughfare, the Contractor shall make adequate provision for the passage of traffic, for securing safe access to all premises approached from such street or thoroughfare and for any drainage. Water Supply, sewer lines, electrical, gas and telecommunication cables / wires etc. which may be interrupted by reason of execution of works shall be protected / diverted and maintained by the Contractor at its own cost as directed by the Engineer. Barriers, lights and other safeguards as prescribed by the Consultant / Engineer for

Page 420: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

299

the regulation of traffic including watchmen necessary to prevent accidents shall be provided by the Contractor at his own cost. The Contractor shall be responsible for taking all precautions to ensure safety of the public utilities and public in the vicinity of works and shall post such watchmen at his own cost as may, in the opinion of the Consultant/ Engineer or its representative, be necessary to comply with the regulations applying to the work and to ensure safety. Should the Contractor fail to implement the provisions as required in the above sub-clauses, the Engineer may provide necessary arrangements and the cost of the same shall be recovered from the Contractor’s payments / dues. 49. QUALITY ASSURANCE 49.1 Submission of Quality Assurance MANUAL The Contractor shall on receipt of Letter of Acceptance, or as soon thereafter as possible, but not later than one month, submit to the Engineer-in-Charge for his approval a Quality Assurance MANUAL for the Contract works involved. The MANUAL should cover the following items as minimum: i) Q.A. Plan for Basic Construction Materials indicating the details of tests to be undergone before use in works. ii) Q.A. Plan for site activities indicating the details of tests to be conducted at the various stages of construction for various activities. iii) In house/on site testing INFRASTRUCTURE to be developed for materials, site activities and calibration of equipments. iv) Site documents to be maintained including records of results of tests for materials and workmanship, inventory record on availability of vital materials and their consumption vis-à-vis design requirements, site inspection records, quality audit record, safety audit record, site progress record, etc. v) Check lists for source approval of materials etc., check lists for site activities and proforma for recording results of tests. vi) Method statements for important construction activities. 49.2 Guidance in preparation

Page 421: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

300

For guidance in the preparation of the MANUAL, the following printed Publications may be referred to : i) Quality Assurance MANUAL for Construction of Concrete Structures (Bridges & Flyovers) by C.P.W.D. ii) Compilation of Quality Assurance Circulars of C.P.W.D. 50.0 ECOLOGICAL BALANCE The Contractor shall maintain ecological balance by preventing deforestation, water pollution and defacing of natural landscape. The Contractor shall so conduct his construction operations as to prevent any avoidable destruction, scarring or defacing of natural surrounding in the vicinity of work. In respect of ecological balance, the Contractor shall observe the following instructions for which no extra payments will be made. (a) Where destruction, scarring, damage or defacing may occur as a result of operations relating to Permanent or PERMANENT Works, the same shall be repaired, replanted or other wise 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 Engineer. (b) All trees and shrubbery, which are not specifically required 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 or by their Employees/Workers. The removal of trees or shrubs will be permitted only after prior approval of the Engineer. 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 use of protective barriers or other methods approved by the Engineer. Trees shall not be used for anchorage. The Contractor shall be responsible for injuries to trees and shrubs caused by his operations and Employees/Workers. The terms "injury" shall include, without limitation, bruising, scarring, tearing and breaking of roots, trunks or branches. All injured trees and shrubs shall be restored as nearly practicable, without delay, to their original condition at Contractor's expense. (c) Where trees have to be necessarily cut for progressing PERMANENT or permanent works, the Contractor shall arrange for

Page 422: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

301

compensatory afforestation as may be required by Environmental Rules and Regulations. (d) In the conduct of construction activities and operation of equipments, the Contractor shall utilize such practicable methods and devices as are reasonably available to control, prevent and otherwise minimize air/ noise pollution. (e) Excessive emission of dust into the atmosphere will not be permitted during manufacture, handling and storage of concrete aggregates/fly ash/ earth/building materials and the Contractor shall use such methods and equipment as are necessary for collection and disposal or prevention of dust during these operations. The Contractor's method of storing and handling cement shall also include means of eliminating atmospheric discharge of dust. Equipment and vehicles that give objectionable emission of exhaust gases shall not be operated. Burning of materials resulting from cleaning of trees branches, combustible construction materials and rubbish may be permitted only when atmospheric conditions for burning are considered favourable. (f) Special care must be exercised in ensuring that the labour housed in labour camp within the work site area do not indulge in any activity like drinking alcEOTol, taking drugs etc and other activities that may affect the ecological balance such as cutting of shrubs for fuel, creating open air nuisance etc. 51.0 EXECUTION OF WORKS 51.1 Mobilisation Period of Mobilisation shall be 15 days counting from the stipulated date of start of work as mentioned in Letter of Acceptance by the Engineer-in-Charge. The Contractor shall carry out following activities within this period stated. He shall submit to the Engineer within 4 days of stipulated date of start, the proposed layout of locating offices, stores, godowns, yards, water, electric network etc. for approval of the Engineer. Minimum following activities shall be completed within the mobilization period of 15 days or such extended period as approved by the Engineer.

� Site office of the Contractor

Page 423: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

302

� Line out including establishing of grid line levels and its

approval from the Engineer. � Submitting list of proposed specialized sub-Contractors

as may be required for approval of the Engineer. � Tapping electric and water connections � One cement godown and steel yard � Obtaining insurance policies as per the Contract � Obtaining labour licences, as required � Obtaining approval of local authorities and complying

with any statutory requirements prior to actual start of work.

� Establishing water and electric network within site. � Submitting construction programme as detailed in

Clause 5 of Contract and its approval by the Engineer-in-Charge.

51.2 Setting out of Works The Contractor shall be responsible for the true and proper setting-out of the Works in relating to original points, lines and levels of reference given by the Engineer in writing and for the correctness, subject as above mentioned, of the position, levels, dimension and Pump house construction area & pipe laying route in the bank and river bed of all parts of the Works and for the provision of all necessary instruments, appliances and labour in connection therewith. If, at any time during the progress of the Works, any error shall appear or arise in the position, levels, dimensions or Pump house construction area & pipe laying route in the bank and river bed of any part of the Works, the Contractor, on being required so to do by the Engineer shall, at his own cost, rectify such error to the satisfaction of the Engineer. The checking of any setting-out or of any line or level by the Engineer shall not in any way relieve the Contractor of his responsibility for the correctness thereof and the Contractor shall carefully protect and preserve all bench-marks, sight-rails, pegs and other things used in setting-out the works. The Contractor shall use latest equipments like Total Station/Theodolite and Auto level etc for setting out the works. 51.3 Boreholes and Explanatory Excavation

Page 424: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

303

If, at any time during the execution of the Works, the Engineer shall require the Contractor to make boreholes or to carry out exploratory excavation, such requirement shall be ordered in writing and shall be deemed to be an Extra item for which payment shall be made by the Engineer in terms of Clause 12 of Contract. 51.4 PERMANENT Works 51.4.1 The Contractor is entirely responsible for the design, construction, maintenance and removal of all PERMANENT works employed in carrying out the Contract. Within a reasonable time (and in any case not less than fifteen days) before he intends to commence construction of any PERMANENT works, the Contractor shall submit full particulars including drawings of the same, for the approval of the Engineer. The Engineer's approval will in no way relieve the Contractor of his responsibility for the safety of the Works, operators, adjoining property, structures or services and compliance with appropriate regulations and codes of practice. Documents for PERMANENT works supporting adjoining buildings, property and public utilities and roads shall also be submitted to the appropriate authority for their approval if requested/required. 51.4.2 The PERMANENT works shall be designed and constructed in such a manner as to enable the permanent structures to be built around them without detriment to their effectiveness and due allowance will be deemed to have been made for all necessary adjustments thereto to enable the Works to proceed. 51.4.3 Timber shoring, boards, struts or similar items shall not be left in position upon completion of the Works without the written consent of the Engineer. 51.4.4 All services or utilities on or adjoining the site which are required to be maintained operational shall be protected from movement, subsidence or damage from any cause whatsoever by adequate PERMANENT props, struts, shores and protective screens to the approval of the Engineer and the agent of the service or utility. 51.4.5 The Contractor shall make safe and reinstate all areas affected by PERMANENT works.

Page 425: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

304

51.4.6 The Contractor shall use properly designed and manufactured steel staging platforms for carrying out work above 3.0m height. All required staging for supporting, centering, shuttering of beams, slab, masonry work, etc. shall be carried out strictly as per the Suppliers instructions or approved arrangement. It is to be noted that designing of such work shall be carried out by Contractor and shall be submitted for approval of the Engineer. No work above 3.0 m shall be permitted without compliance of this condition. 51.5 Plant, PERMANENT Works & Materials - Exclusive use All constructional plants, PERMANENT works and materials provided by the Contractor shall, when brought on to the site, be deemed to be exclusively intended for the execution of the Works and the Contractor shall not remove the same or any part thereof, except for the purpose of moving it from one part of the site to another, without the consent, in writing, of the Engineer, which shall not be unreasonably withheld. 51.6 Use of Site only for Works The Contractor shall not use any portion of the Site for purpose not connected with the works without the prior written approval of the Engineer. He shall maintain permanent and Site access roads free of spillage and shall not interfere with the flow of traffic. Also same shall apply to terraces and other developed areas. 51.7 Name Board at Site The Contractor shall prepare and display name board at site as per design approved by the Engineer. It shall have b Name of Project b Name of Employer b Name of Consulting Architect (if any) b Name of Project Management Consultant (if any) b Name of Contractor 51.8 Site Drainage/Cleaning/Nuisance 51.8.1 All water which may accumulate on the Site during the progress of the works or in trenches and excavation, shall be

Page 426: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

305

removed from the site to the satisfaction of the Engineer at the Contractor's cost. 51.8.2 The Site shall be maintained free from rubbish. Proper stacking of scaffolding materials, shuttering material, bricks/brick bats, steel pieces, etc. needed for work on day to day basis shall be organized., Heaps in unplanned manner and disorderly fashion shall not be permitted. The Engineer's decision in this matter shall be final. 51.8.3 The Contractor shall not, at any time, cause or permit any nuisance on the site or do anything which shall cause unnecessary disturbance or inconvenience to the Employer, tenants or occupants of other properties near the site and to the public in general. 51.9 Disposal of Rubbish (i) The Contractor shall cart away from site and deposit where directed by the Engineer all refuse, etc. arising from the Works both as it accumulates and at completion of the Works at the direction of the Engineer. (ii) It is the responsibility of the Contractor to obtain a certificate from the local authorities concerned to the effect that all rubbish arising out of Contractor's activities at the construction site or any other offsite activities borrow pits and/or disposal area (s) has been properly disposed off. 51.10 Shift Working The Contractor shall be allowed to work in three shifts with prior approval of the Engineer. 51.11 Urgent Repairs If, by reason of any accident or failure, or other event occurring to, in, or in connection with the Works or any part thereof, either during the execution of the Works or during the period of Maintenance, any remedial or other Work or repair shall, in the opinion of the Engineer, be urgently necessary for the safety of the Works and the Contractor is unable or unwilling at once to do such work or repair, the Employer may employ and pay other persons to carry out such work or repair as the Engineer may consider necessary. If the Work or repair so done by the Employer

Page 427: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

306

is work which, in the opinion of the Engineer, the Contractor was liable to do at his own expense under the Contract, all expenses properly incurred by the Employer in so doing shall be recoverable from the Contractor by the Employer or may be deducted by the Employer from any moneys due or which may become due to the Contractor. Provided always that the Engineer, shall, as soon after the occurrence of any such emergency as may be reasonably practicable, notify the Contractor thereof in writing. 51.12 Contractor to Search The Contractor shall, if required by the Engineer in writing, search under the directions of the Engineer for the cause of any defect, imperfection or fault appearing during the progress of the Works or within the Period of Maintenance (Defect Liability period). If such defect, imperfection or fault shall be one for which the Contractor is liable, the cost of the work carried out in searching as aforesaid shall be borne by the Contractor and he shall in such case repair, rectify and make good such defect, imperfection or fault at his own expense in accordance with the provisions of Clause 17 of Clauses of Contract. 52.0 PROGRAMME AND PERFORMANCE 52.1 Review of Programme If at any time it should appear to the Engineer that the actual progress of work does not conform to the approved programme the Contractor shall produce at the request of the Engineer, a revised programme showing modifications to the approved programme, necessary to ensure completion of the work within the time for completion stipulated in the Contract. The submission to and approval by the Engineer-in-Charge of such programme or the furnishing of such particulars shall not relieve the Contractor of any of his duties or responsibilities or obligations under the Contract. The Engineer-in-Charge shall have full power and authority during progress of work, to issue such instructions as may be necessary for the proper and adequate execution and maintenance of the Work. The Contractor shall carry out and be bound by the same.

Page 428: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

307

52.2 Progress Reports The Contractor shall submit periodic Progress Reports including coloured progress photographs as per the frequency and in the Proforma laid down by the Engineer indicating the details of actual Progress vis-à-vis planned progress of various components of work, for the period and up to end of the period, slippage if any, action proposed to be taken to pull back the arrears, deployment of machinery and plant, statement showing extra and substituted items submitted by Contractor and of any other item stipulated by the Engineer. 52.3 Maintenance of Records & Registers The Contractor shall maintain Registers and Records in the format laid down by the Engineer. These Registers and Records shall be open for inspection by the Employer/ Engineer-in-charge and Engineer at all times. An important Register to be maintained is the Hindrance Register which will be an essential document for dealing with applications for extension of time by the Contractor. 52.4 Site Co-ordination Meetings The Contractor will attend the Site Co-ordination Meetings with Engineer, the Consultant and other Contractors as fixed by the Engineer from time to time to discuss all issues relating to the works in general and progress and quality in particular. All costs incidental to such interaction shall be borne by the Contractor. 52.5 Site Order Book A site order book shall be kept at the site of the work. As far as possible, all orders regarding the works are to be entered in this book. All entries therein shall be signed by the Engineer or his representative and the Contractor or his representative. In important cases, the Engineer-in-charge will countersign the entries, which have been made. The site order book shall not be removed from the work site except with written permission of the Engineer and the Contractor or his representative shall be bound to take note of all instructions and directions meant for the Contractor as entered in the site order book without having to be called on separately to

Page 429: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

308

note them. The Contractor shall ensure compliance of the noting in site order book within three days of the noting. In case of failure to do so, the corresponding work shall be stopped and work already done shall not be accepted. 52.6 Progress Photographs During the Construction stage the Contractor shall take adequate number of coloured photographs showing the progress of various stages of the Work as directed by the Engineer. Size of photographs will be 125mm x 250 mm. Photographs shall be supplied with negatives to the Engineer. Each photograph shall be attested with date of photograph and location of work. These photographs shall be from locations as fixed by the Engineer at start of work. 53.0 INSPECTION OF WORK 53.1 Site Access 53.1.1 It is for the Contractor to provide safe and guarded access for the Engineer as detailed in the safety code, For inspection of works, the Contractor shall arrange at his cost required ladders, scaffolding materials, steel measuring tapes, plumb levels, theodolite or any other instrument required by the Engineer for his use at site. 53.1.2 The Engineer and any person authorized by him shall at all times have access to the Works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the Works and the Contractor shall afford every facility for and every assistance in or in obtaining the right to such access. 53.2 Examination of Work before covering up No works shall be covered up or put out of view without the approval of the Engineer and the Contractor shall afford full opportunity for the Engineer to examine and measure any Work which is about to be covered up or put out of view and to examine foundations before Permanent Work is placed thereon. The

Page 430: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

309

Contractor shall give due notice to the Engineer whenever any such Works or foundations are ready or about to be ready for examination and the Engineer shall, without unreasonable delay, unless he considers it unnecessary and advises the Contractor accordingly, attend for the purpose of examining and measuring such works or of examining such foundations. 53.3 Uncovering and Making Opening The Contractor shall uncover any part or parts of the Works or make openings in or through the same as the Engineer may from time to time direct and shall reinstate and make good such part or parts to the satisfaction of the Engineer. If any such part or parts have been covered up or put out of view after compliance with the requirement in Clause 53.2 above and are found to be executed in accordance with the Contract, the expenses of uncovering, making openings in or through, reinstating and making good the same shall be borne by the Employer, but in any other case all costs shall be borne by the Contractor. 54.0 QUALITY AUDIT The Employer may decide to conduct quality audit at regular intervals on the works done by the Contractor by way of Rebound hammer tests, etc. The Contractor will be required to provide logistic supports for such activities by way of arranging approaches, ladders, scaffoldings, manpower, etc. to the Employer for conducting such audits. No extra payment will be made on this account. 55.0 SAMPLE FLOOR The Contractor shall construct one sample floor/ unit in each type of flats/ non-residential building and get the same approved from Employer including approval of fittings, fixture, finishing items and colour scheme. Employer shall give approval for sample floor/ unit within fifteen days from the date of its completion in all respects including rectification of defects, if any. a) All fitments and fixtures used, such as electrical fittings, water

supply items, sanitary fittings, woodwork and joinery will be as per Contract agreement.

Page 431: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

310

b) The sample floor/unit shall act as a guideline for the construction and finishes of all other flats/floors/units.

c) The sample floor/unit shall be completed in all respects including all fittings and fixtures within a period as specified in

`Schedule F' from the date of start, failing which a penalty of Rs.

2000/- (Rupees Two Thousand Only) per day of delay shall be levied.

Provided always that provision of Clause 55 shall be applicable only when so provided in Schedule ‘F’.

MODIFICATIONS TO CLAUSES OF CONTRACT

1) CLAUSE 31A Employer’s Water Supply if available & CLAUSE 32 Alternate Water Arrangements Modified by Para 5.29 of Part 5 of Special Conditions (Section 3) on “Electricity & Water”. 2) CLAUSE 46.11.1 Electricity Supply required for the Works Arrangement To be read with Para 5.29 of Part 5 of Special Conditions (Section 3) on “Electricity and Water”. 3)CLAUSE 46.12 Land for Contractor’s Office, Godwon & Workshop

Modified by Para 5.23 of Part 5 of Special Conditions (Section 3) on “Site for Contractor’s Depot and Workshops”.

4) CLAUSE 46.14 Excavated Material

To be read with Para 5.22 of Part 5 of Special Conditions (Section 3) on “Disposal of Muck”.

5) Clause no.17 –Contrator liable for damages, details defects during

maintenance period and refund of security deposit Clause no.17 has been modified as under with respect to refund of security deposit. “60% of the Security Deposit shall be refunded after issue of the final certificate or after the final bill has been prepared and passed whichever is later. Balance 40% of the Security Deposit shall be refunded after successful operation of the Pump House for a period of two years from the date of

Page 432: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

311

commissioning. As indicated in clause 1 (a), on completion of the whole work the Security Deposit held in cash may be released against two Bank Guarantees issued by a Scheduled Bank for two varying periods one for 60% and another for 40%.”

Page 433: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

312

ANNEXURE A

(Refer Clause 1) Form of Performance Security Bank Guarantee Bond In consideration of the Employer having agreed under the terms and conditions of agreement No…………………………………… dated ………………. made between (hereinafter called the said Employer ) and ……………………………… (hereinafter called "the Contractor(s)") for the work ……………………………(herein after called the said agreement") the Contractor having agreed to production of a irrevocable bank guarantee for Rs. …………………. (Rupees ……………………. Only) as a Security/Guarantee for compliance of his obligations in accordance with the terms and conditions in the said agreement, 1. We …..……………………………………………. (hereinafter referred to as " the Bank” (indicate the Name of the Bank) hereby undertake to pay to the Employer an amount not exceeding Rs. ……………………………… (Rupees ………………………………………………only) on demand by the Employer. 2. We …………………….………………………… do hereby undertake to pay the (indicate the Name of the Bank) amounts due and payable under this guarantee without any demur, merely on a demand from the Employer by stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………………………. (Rupees ………………………………………….only). 3. We, the said Bank further under take to pay to the Employer any money so demanded not withstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any court or Tribunal relating there to our liabilities under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) shall have no claim against us for making such payment.

Page 434: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

313

4. We …………….……………………….. (indicate the Name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all dues of the Employer under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Employer certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor (s) accordingly discharges this guarantee. 5 We …………………..(indicate the Name of the Bank) further agree with the employer that the Employer shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Employer against the said Contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act of omission on the part of the Employer or any indulgence by the Employer to the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor (s). 7. This guarantee will neither be cancelled nor revoked by the Bank without the written authorization of the beneficiary, the Employer. For this purpose the beneficiary would inform the Bank of their authorized signatories together with the specimen signatures. 8. This guarantee shall be valid up to ………………………… unless extended on demand by the Employer. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs……………………. (Rupees ……………………………………. Only) and unless a claim in writing is lodged with us within six months of the date of expiry or the

Page 435: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

314

extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged. Dated the …………………….. day of ……………………….. for ……………………… (indicate the name of the Bank)". Note : To be put in sealed cover by Bank and addressed to the officer nominated by KMC.

Page 436: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

315

ANNEXURE B-1

(Refer Clause 10A)

FIELD LABORATORY AND FIELD TESTING INSTRUMENTS LIST OF EQUIPMENTS FOR FIELD TESTING LABORATORY

For Building Works

1. Balances (i)7 kg. to 10 kg. capacity, Semi-Self indicating type-Accuracy

10 gm. (ii)500 gm. Capacity, Semi-Self indicating type-Accuracy 1 gm. (iii)Pan Balance - 5 kg. capacity, accuracy 10 gm (iv)Platform Balance - 100 kg capacity 2. Ovens-Electricity operated, thermostatically controlled upto

110o C- Sensitivity 1oC. 3. Sieves : as per IS 460-1962. (i) I.S. Sieves - 450 mm internal dia of sizes 100mm, 80mm, 63mm,

50mm, 40mm, 25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm complete with lid and pan.

(ii)I.S. Sieves - 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable of shaking 200 mm and 300 mm dia sieves, manually operated with timing switch assembly.

5. Equipment for slump test-Slump Cone, Steel Plate, tamping rod, steel scale, scoop all as per IS : 7320.

6. Dial gauges 25mm travel - 0.01 mm/ division. Least count - 2 nos.

7. 100 tonnes compression testing machine, electrical-cum MANUALly operated.

8. Graduated measuring cylinders 200ml capacity - 3 Nos. 9. Enamel trays (for efflorosence test for bricks) (i) 300 mm x 250 mm x 40 mm - 2 nos. (ii)Circular plates of 250 mm dia - 4 nos. 10. Cube moulds for concrete 150 mm x 150 mm x 150 mm with

Base- 24 Nos. plate as per IS: 516 Cube moulds for cement 7.06 cm x 7.06 cm x

7.06 cm - 6 nos.

Page 437: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

316

11. Cube Vibrating Table Electricity operated with Table size 50 cm x 50 cm and 150 kg load carrying capacity - 1 No.

12. Unit weight measure IS:1199 - 1 No. 13. Pycnometer 1 litre capacity with 6mm dia at Apex - 2 Nos. ½ litre capacity - 2 Nos. 14. Vicat Apparatus with Dashpot complete as per IS : 5313 - 1 No. 15. Blaines' Air Permeability Apparatus Complete as per IS : 5516 - 1 No. 16. Tools for non-destructive testing of concrete. 17. Soil Testing equipment for Sieve Analysis and determination of

C.B.R.Value. FIELD TESTING INSTRUMENTS 1. Steel tapes - 3m 2. Vernier Calipers 3. Micrometer Screw 25mm gauge 4. A good quality plumb bob 5. Spirit minimum 30 cms long with 3 bubbles for horizontal /

vertical measurement 6. Wire gauge (circular type) disc 7. Foot rule 8. Long nylon thread 9. Rebound hammer for testing concrete 10. Dynamic penetrometer 11. Magnifying glass 12. Screw driver 30 cms long 13. Ball pen hammer, 100 gms. 14. Plastic bags for taking samples 15. Moisture meter for timber 16. Earth resistance tests : for Electrical Divisions 17. Meggar 18. Glass Beaker 100 cc

Page 438: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

317

ANNEXURE B-2

(Refer Clause 10A)

SPECIAL CONDITIONS FOR CEMENT AND STEEEL

A) Conditions for Cement

(i) No cement shall be obtained fromthe Employer. The

Contractor shall procure 43 grade (conforming to 8112) ordinary Portland cement or any other grade specified as required in the work, from approved manufacturers of cement.

(ii) The cement shall be in 50 Kg. bags and brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-charge at any time.

iii) The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the Contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the

Engineer or his authorized representative and the keys of the other lock shall remain with the Contractor. The Contractor shall be responsible for the watch and ward and safety of the cement godown. The Contractor shall facilitate the inspection of the cement godown by the Engineer at any time.

(iv) The cement shall be got tested by the Engineer and shall be used on work only, after test results have been received. The Contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the Contractor.

(v) Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer.

(vi) Damaged cement shall be removed from site immediately by the Contractor on receipt of a notice in writing from the Engineer. If he does not do so within three days of the receipt of such notice, the Engineer shall get it removed at the cost of the Contractor.

(vii) Day to day receipts and issue accounts of cement shall be maintained in the prescribed register and signed by the

Page 439: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

318

Contractor or his authorised agent. The theoretical consumption of Cement shall be worked out as per procedure prescribed in Clause 42 of the Contract and shall be covered by the conditions laid therein. In case the cement consumption is less than the theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made.

B) Conditions for Steel

(i) No steel shall be obtained fromthe Employer. The Contractor shall procure steel reinforcement bars conforming to relevant BIS codes from main producers as approved by the Ministry of Steel. The Contractor shall have to obtain, and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the Contractor does not conform to BIS codes, the same shall stand rejected and shall be removed from the site of work by the Contract at his cost within a week time from written orders from the Engineer to do so.

(ii) The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or more or as decided by the Engineer-in-charge.

(iii) The steel reinforcement shall be stored by the Contractor at site of work in such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes of lengths shall be stored separately to facilitate easy counting and checking.

(v) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall be cut from each size of bar at random at frequency not less than that specified below:

Size of bar For consignment below 100 tonnes

For consignment above 100 tonnes

Under 10mm dia bars

One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part

10 mm to 16 mm dia bars

One sample for each 35 tonnes or part there of

One sample for each 45 tonnes or part there of

Page 440: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

319

Over 16 mm dia bars

One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part tereof

(v) The Contractor shall supply free of charge the steel required for

testing. The cost of tests shall be borne by the Contractor. (vi) Steel brought to site and steel remaining unused shall not be

removed from site without the permission of the Engineer. (vii) Day to day receipts and issue accounts of steel shall be

maintained in the prescribed Register and signed by the Contractor or his authorized agent. The theoretical consumption of steel shall be worked out as per procedure prescribed in Clause 42 of the Contract and shall be covered by the conditions laid therein. In case the consumption is less than the theoretical consumption including permissible variations, recovery at the rate so prescribed shall be made.

C) Procedure for removal of rejected/ sub-standard material The following procedure should be followed in case of removal

or rejected/ sub-standard materials from the site of work. (i) Whenever any material brought by the Contractor to the site of

work is rejected, entry thereof should invariably be made in the site order book under the signature of the Engineer giving approximate quantity of such materials.

(ii) As soon as the material is removed, a certificate to that effect may be recorded by the Engineer against the original entry, giving the date of removal and mode or removal i.e. whether by truck, carts, or by MANUAL labour. If removal is by truck, the registration number of the truck should be recorded.

(ii) When it is not possible for the Engineer to be present at the site of work at the time of actual removal of the rejected/sub-standard materials from the site, the required certificate should be recorded by the representative of the Engineer and the Engineer should countersign the certificate recorded by his representative.

Page 441: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

320

ANNEXURE ‘C’ (Refer Clause 10B ii)

PROFORMA FOR BANK GUARANTEE FOR MOBILIZATION ADVANCE

(On Non-Judicial Stamp Paper of Appropriate Value) To, DIRECTOR GENERAL (W.S) KOLKATA MUNICIPAL CORPORATION. 1. In consideration of, _____ (hereinafter called "the Employer") (which expression shall unless repugnant to the subject or context include its successors and assigns) having agreed under the terms and conditions of the Contract Agreement No. _______ dated ___________ with * ______ in connection with the work of "____________________________ (hereinafter called "the said Contract") to make at the request of the Contractor a lump sum advance of Rs.______/- (Rupees ____________ only) for utilizing it for the purpose of the Contract on his furnishing a guarantee acceptable to the Employer, we, ______ Bank incorporated under _________ and having one of our branches at ___________________ (hereinafter referred to as "the said Bank") do hereby guarantee the due recovery by the Employer of this said advance with interest thereon as provided according to the terms and conditions of the Contract. If the said Contractor fails to utilize the said advance for the purpose of the Contract and / or the said advance together with Interest thereon as aforesaid is not fully recovered by the Employer, we, ___________ Bank hereby unconditionally and irrevocably undertake to pay to the Employer. on demand and without demur to the extent of the said sum of Rs. ________/- (Rupees ____________ only), any claim made by the Employer on us for the loss or damage caused to or suffered by the Employer by reason of the Employer not being able to recover in full the said sum of Rs. _____/- (Rupees ________________ only) with interest as aforesaid. 2. We, ___________ Bank further agree that the Employer shall be the sole judge of and as to whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by the Employer on account of the said advance together with interest not being recovered in full and the decision of the Employer that the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and

Page 442: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

321

as to the amount or amounts of loss or damage caused to or suffered by the Employer shall be final and binding on us. 3. We, the said Bank, further agree that the Guarantee herein contained shall remain in force and effect during the period that would be taken for the performance of the said Contract and till the said advance with interest has been fully recovered and its claims satisfied or discharged and till the Employer certifies that the said advance with interest has been fully recovered from the said Contractor, and accordingly shall have no claim under this Guarantee after 30 (thirty) days from the date of satisfactory completion of the said Contract (as per the mutually agreed Work Schedule) i.e. upto and inclusive of _______ (date) unless a notice of the claim under this Guarantee has been served on the Bank before the expiry of the said period i.e. _______ (date) in which case the same shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after the expiry of the said period. 4. The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time any of the powers exerciseable by it against the said Contractor and either to enforce or forbear from enforcing any of the terms and conditions governing the said Contract or the advance available to the Employer and the said Bank shall not be released from its liability under these presents by any exercise by the Employer of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor or any other forbearance, act or omission on the part of the Employer or any indulgence by the Employer to the said Contractor on any other matter or thing whatsoever which under the law relating to sureties would, but for this provision, have the effect of so releasing the Bank from its such liability. 5. It shall not be necessary for the Employer to proceed against the Contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank

Page 443: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

322

notwithstanding any security, which the Employer may have obtained or obtain from the Contractor shall at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the Employer in writing and agree that any change in the Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder. If any further extension of this Guarantee is required the same shall be extended to such required periods on receiving instructions from M/s.________________ on whose behalf this Guarantee is issued. Notwithstanding anything contained herein before our liability under this Guarantee is restricted to Rs._____ (Rupees ___________ only) together with interest ____. Our undertaking shall commence from the date of execution and shall remain in force upto ______ Dated this __________ day of _________ In presence of For and on behalf of (the Bank) WITNESS Signature ____________________________ 1.______________________ Name________________________________ 2.______________________ Designation ___________________________ Authorization No._______________________ Seal of the Bank ________________________ The above guarantee is accepted by the Employer ____________________ For the Employer (Name, Designation and Seal) ---NOTES *For Proprietary Concerns Shri _____________ son of ______________ resident of _____________________ _________________________ carrying on business under the name and style of _________ at _____________ (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives). *For Partnership Concerns

Page 444: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

323

M/s. ________________ a partnership firm with its office __________ (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the names of their partners being (i) Shri ______________________ S/o__________________________ (ii) Shri ______________________ S/o _________________________ etc. * For Companies M/s. ______________ a company under the Companies Act, 1956 and having its registered office at ____ in the State of _______ (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include its administrators, successors and assigns).

Page 445: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

324

ANNEXURE ‘D’ (Refer Clause 10B iii)

PROFORMA FOR HYPOTHECATION DEED FOR PLANT & MACHINERY

ADVANCE (On Non-judicial Stamp Paper of Appropriate values in the name of

the Contractor)

This Indenture made the _________ day of ________ BETWEEN * ____________ of the one part and ______ (hereinafter called "the Employer" which expression shall unless the context requires otherwise include his successors and assigns) of the other part. WHEREAS under Provision in Clause 10B (iii) of the Clauses of Contract of Agreement No.__________ dated_____ (hereinafter called the "Contract") between the Employer and the Contractor, the Contractor has applied to the Employer for an advance of Rs.______ (Rupees ___________ only) for Plant & Machinery described in the schedule hereto specifically acquired by the Contractor for the Works and brought to the site. AND WHEREAS one of the conditions on which the said Advance of Rs.__________ is to be granted by the Employer to the Contractor is that the Contractor shall hypothecate the plant and machinery described in the Schedule hereto in favour of the Employer as security for the due repayment of the said advance along with interest as due. AND WHEREAS the Contractor has represented that he is the Owner of the Plant and Machinery described in the Schedule hereto and the same is free from encumbrances. NOW THIS INDENTURE WITNESSETH THAT in pursuance of the said Contract and in consideration of the promises the Contractor doth hereby hypothecate, assign and transfer to the Employer the Plant and Machinery described in the Schedule hereto with the intent that the same shall remain and form security for repayment to the Employer of the said advance of Rs._____ together with the interest thereon at 10% per annum.

Page 446: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

325

1. The Contractor hereby agrees, declares and convenants with the Employer as follows:- a) The Contractor shall repay to the Employer the said Advance of Rs.________(Rupees __________________ only) together with Interest thereon as aforesaid by and agrees that the said Advance be recovered by the Employer by making deductions in the manner provided in Clause 10B(iv) of the Clauses of Contract. b) The Contractor has paid in full the purchase price of the Plant and Machinery described in the Schedule hereto and each and every one of them is the absolute property of the Contractor and that the same have not been sold, pledged, mortgaged or transferred or in any way dealt with by the Contractor. c) So long as any amount remains payable to the Employer by the Contractor in respect of the said Advance of Rs._____ and interest thereon the Contractor shall not sell, pledge, hypothecate, transfer part with or in any way deal with the Plant and Machinery described in the Schedule hereto. d) If the said advance of Rs._____ along with the interest as due shall not be repaid by the Contractor or recovered in the manner described above by the Employer by ________ (due date) due to any reason whatsoever or the said Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge, mortgage, transfer, par with or in any way deal with the said plant and machinery or any part thereof or the Contractor or any of the partners is adjudged insolvent or the Contractor firm is to be wound up or the Contractor makes any composition or arrangement with its creditors or the Contractor shall commit breach of any of the terms and conditions or covenants as herein contained or if any of the said plant and machinery or any other property whatsoever belonging to the Contractor has been sold or attached for a period of not less than 21 days in execution of the decree of any court for payment of money, the whole of the said advance of Rs._______ or such part thereof as may have remained unpaid or unrecovered together with interest thereon shall forthwith become due and payable. e) The Employer may on the happening of any of the events mentioned in the preceding clause (d) or in the event of the said advance and interest thereon or any part thereof becoming due and payable and has not been paid or recovered or cannot be

Page 447: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

326

recovered as provided in the said conditions, seize and take possession of the said plant and machinery (and either remain in possession thereof without removing the same or else may remove the same) and sell the said plant and machinery or any of them either by public auction or private Contract and may out of the sale proceeds retain the balance of the said advance and interest thereon remaining unpaid and unrecovered and all costs, charges and expenses and payments incurred or made in maintaining, defending or protecting the rights of the Employer hereunder and shall pay over the surplus, if any, to the Contractor. f) The Contractor shall at all times during the continuance of this security as stipulated in Para 2 below, the Contractor shall at his cost insure and keep insured the plant and machinery described in the Schedule hereto for the full value thereof in the joint names of the Contractor and the Employer with an insurance company to be approved by the Engineer-in-Charge against the risk of loss or damage from whatever cause arising other than the Excepted Risks. During the Continuance of the security the Contractor shall pay all premia and sums of money necessary for keeping such insurance alive and the insurance policy and receipts in original for premia paid shall be deposited with the Engineer-in-Charge. The Contractor shall assign all his rights, title and interest in the policy to the Employer. g) The Contractor shall not permit or suffer the said plant and machinery or any par thereof to be destroyed or damaged or used or to be used or to deteriorate in a greater degree than it would deteriorate by reasonable wear and tear thereof in the performance of the Contract. h) In the event of any damage or loss happening to the said plant and machinery or any part thereof from whatever cause other than the Excepted risks the Contractor shall forthwith have the same repaired or replaced as the case may be or arrange for payment of the entire amount recovered or to be recovered from the insurance company to the Employer towards the payment of the said advance of Rs._____ along with interest as due. 2. Upon repayment or recovery in full of the amount secured on account of this hypothecation deed the said plant and machinery

Page 448: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

327

secured hereunder shall stand released from hypothecation but this is without prejudice to the right of the Employer under any other conditions of the Contract.

SCHEDULE ABOVE REFERRED TO Sl.No. Particulars New or Nos. Purchase% of Col. 5Advance of Plant & Second price / sanctioned sanctioned Machinery hand considered in (Rs.) reasonable by Engineer- in-Charge 1 2 3 4 5 6 7 IN WITNESS WHEREOF the parties hereto have executed these presents on the day and year first above written. Signed and delivered Signed by Shri

________________ By the within named ______ (Contractor) (Name & Designation) _______________________________ ____________ In the presence of For and on behalf of

the Employer 1. ____________in the

presence of 2. 1. 2. *NOTES: *For Proprietary Concerns Shri _____________ son of ______________ resident of _____________________ _________________________ carrying on business under the name and style of _________ at _____________ (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives). * For Partnership Concerns M/s. ________________ a partnership firm with its office at (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include their heirs, executors,

Page 449: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

328

administrators and legal representatives); the names of their partners being i) Shri ______________________ S/o__________________________ ii) Shri ______________________ S/o _________________________ etc. *For Companies M/s. ______________ a company under the Companies Act, 1956 and having its registered office at in the State of _______ hereinafter called the said Contractor" which expression shall unless the context requires otherwise include its administrators, successors and assigns).

Page 450: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

329

ANNEXURE ‘E-1’ (Refer Clause 17)

GUARANTEE BOND IN RESPECT OF WATER PROOFING WORKS (On non judicial Stamp Paper of Rs. 10)

(NOT APPLICABLE)

Page 451: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

330

ANNEXURE ‘E-2’ (Refer Clause 17)

GUARANTEE BOND FOR ANTI TERMITE TREATMENT WORKS (On non judicial Stamp Paper of Rs. 10)

(NOT APPLICABLE)

Page 452: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

331

ANNEXURE ‘F’

(Refer Clause 25) FORM OFCONTRACTOR'S NOTICE FOR APPOINTMENT OF ARBITRATOR

To

(Accepting Authority) KOLKATA MUNICIPAL CORPORATION 5, S.N.BANERJEE ROAD KOLKATA 700 013. Dear Sir, In terms of clause 25 of the agreement, particulars of which are given below, I/ We hereby give notice to you to appoint an arbitrator for settlement of disputes mentioned below: 1. Name of applicant 2. Whether applicant is Individual / Prop. Firm / Partnership Firm / Ltd. co. 3. Full address of the applicant 4. Name of the work and Contract number in which arbitration sought 5. Designation of KMC Official who has signed the Contract 6. Contracted amount of the work 7. Date of Contract 8. Date of start of work 9. Stipulated date of completion of work 10. Actual date of completion of work (if completed) 11. Total number of claims made 12. Total amount claimed 13. Date of intimation of final bill (if work is completed) 14. Date of payment of final bill (if work is completed) 15. Amount of final bill (if work is completed) 16. Date of request made to Engineer-in-Charge for decision 17. Date of receipt of Engineer-in-Charge decision 18. Date of appeal to Appelate Authority. 19. Date of receipt of Appelate Authority decision Specimen signature of the applicant (only the person/authority who signed the Contract should sign)

Page 453: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

332

I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose following documents. 1. Statement of claims with amount claimed against each claim. 2. 3. 4.

Yours faithfully, (Signature)

Copy in duplicate to 1.----- Engineer-in-Charge, KMC

Page 454: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

333

ANNEXURE G

(Refer Clause 47.9) INDEMNITY BOND

(On Non-Judicial Stamp paper of appropriate value) Name of the work

KNOW all men by these presents that I/We _________________ (Name of Contractor with address) ____________ do hereby execute Indemnity Bond in favour of KOLKATA MUNICIPAL CORPORATION having their office at 5, S.N. BANERJEE ROAD, KOLKATA 700 013, (the Employer). On this ________ day of _______. WHEREAS i/We have entered into an Agreement with the (the Employer) for the work of “CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT,under Kolkata Municipal Corporation vide Contract No._________ THIS DEED WITNESSETH AS FOLLOWS: I/We, _______________ (Name of Contractor)_____________ hereby do indemnify and save harmless Kolkata Municipal Corporation having their office at , S.N. BANERJEE ROAD, KOLKATA 700 013 from 1. Any third party claims, civil or criminal complaints/liabilities site mishaps and other accidents or disputes and/or damages occurring or arising out of any mishaps at the site due to faulty work, negligence, faulty construction and/or for violating any law, rules and regulations in force, for the time being while executing/executed civil works by me/us. 2. Any damages, loss or expenses due to or resulting from any negligence or breach of duty on the part of me/us or any sub-Contractor/s if any, servants or agents. 3. Any claims by an employee of mine/ours or of sub-Contractors if any, under the workman compensation act and employers' Liability act, 1939 or any other law rules and regulations in force for the time being and any acts replacing and/or amending the same or any of the same as may be in force at the time and under any law in respect of injuries to persons or property arising out of and in the course of execution of the Contract work and/or arising out of and in the course of employment of any workman/employee.

Page 455: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

334

4. Any act or omission of mine/ours or sub-Contractor/s if any, our/their servants or agent which may involve any loss, damage, liability, civil or criminal action. IN WITNESS WHEREOF THE ______________________________ HAS SET HIS/THEIR HANDS ON THIS DAY OF _______________ SIGNED AND DELIVERED BY THE AFORESAID IN THE PRESENCE OF WITNESS: 1.______________ 2.______________

Page 456: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

335

Section – 9

SAFETY CODE

Page 457: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

336

SECTION - 9

SAFETY CODE 1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done form the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used, for carrying materials as well suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an inclination not steeper than to 1(1/4 horizontal and 1 vertical). 2. Scaffolding of staging more than 3.6 m (12 ft) above the ground or floor, swung or suspended from an overhead support or erected with stationary support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm (3 ft) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends there of with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure. 3. Working platforms, gangways and stairways should be so constructed that they should not sag unduly or unequally, and if the height of the plat form or the gangway or the stairway is more than 3.6 m (12 ft) above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in (2) above. 4 Every opening in the floor of a building or in a working platform shall be provided with suitable means to prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be 90 cm (3 ft). 5. Safe means of access shall be provided to all working platform and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9m. (30 ft)in length while the width between side rails in rung ladder shall in no case be less than 29 cm. (11 ”) for ladder upto and including 3m. (10 ft.)in length. For longer ladders, this width should be increased at least ” for each additional 30 cm. (1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites or work shall be so

Page 458: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

337

stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the contractor, be paid to compensate any claim by any such person. 6. Excavation and Trenching – All trenches 1.2m. (4ft.) or more in depth, shall at all times be supplied thereof, with at least one ladder for each 30 m. (100 ft) in length or fraction thereof, Ladder shall extend from bottom of the trench to at least 90 cm. (3 ft) above the surface of the ground. The side of the trenches which are 1.5 m.(5 ft.) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m. (5 ft.) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting shall be done. 7. Demolition – Before any demolition work in commenced and also during the progress of the work, (i) All roads and open areas adjacent to the work site shall either be closed or suitably protected. (ii) No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used by the operator shall remain electrically charged. (iii) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe. 8. All necessary personal safely equipment as considered adequate by the engineer-in-Charge should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those concerned: The following safety equipment shall invariably be provided.

Page 459: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

338

(i)Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with protective footwear and protective goggles. (ii) Those engaged in white washing and mixing or stacking of cement bags or any material which is injurious for the eyes, shall be provided with protective goggles. (iii) Those engaged in welding works shall be provided with welder’s protective eye-shields. (iv) Stone breaker shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. (v) When workers are employed in sewers and manholes, which are in active use, the contractors shall ensure that the manhole covers are opened and ventilated atleast for an hour before the workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident to the public. In addition, the contractor shall ensure that the following safety measure are adhered to: (a) Entry for workers into the line shall not be allowed except under supervision of the JE or any other higher officer. (b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours before any man is allowed to enter into the manhole for working inside. (c) Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper which changes colour in the presence of such gases and gives indication of their presence. (d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit. (e) Safety belt with rope should be provided to the workers. While working inside the manhole, such rope should be handled by two men standing outside to enable him to be pulled out during emergency. (f) The area should be barricaded or cordoned off by suitable means to avoid mishaps of any kind. Proper warning signs should be displayed for the safety of the public whenever cleaning works are undertaken during night or day. (g) No smoking or open flames shall be allowed near the blocked manhole being cleaned. (h) The malba obtained on account of cleaning of blocked manholes and sewer lines should be immediately removed to avoid accidents on account of slippery nature of the malba.

Page 460: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

339

(i)Workers should not be allowed to work inside the manhole continuously. He should be given rest intermittently. The Engineer-in-Charge may decide the time up to which a worker may be allowed to work continuously inside the manhole. (j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency. (k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for portable air blowers are recommended for ventilating the manholes. The motors for these shall be vapour proof and of totally enclosed type. Non sparking gas engines also could be used but they should be placed at least 2 meters away from the opening and on the leeward side protected from wind so that they will not be a source of friction on any inflammable gas that might be present. (l) The workers engaged for cleaning the manholes/sewers should be properly trained before allowing to work in the manhole. (m) The workers shall be provided with Gumboots or non sparking shoes bump helmets and gloves non sparking tools safely lights and gas masks and portable air blowers (when necessary). They must be supplied with barrier cream for anointing the limbs before working inside the sewer lines. (n) Workmen descending manhole shall try each ladder stop or rung carefully before putting his full weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well. (o) If a man has received a physical injury, he should be brought out of the sewer immediately and adequate medical aid should be provided to him. (p) The extent to which these precautions are to be taken will depend on individual situation but the decision of the Engineer-in-Charge regarding the steps to be taken in this regard in an individual case will be final. 9. The Contractor shall not employ women and men below the age of 18 on the work of painting with product containing lead in any form. Wherever men above the age of 18 are employed on the work of lead painting, the following principles must be observed for such use. (i) White lead, sulphate of lead or product containing these pigments, shall not be used in painting operations.

Page 461: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

340

(II)Measures shall be taken, wherever required in order to prevent danger arising from the application of a paint in the form of spray. (iii) Measures shall be taken, wherever practicable, to prevent danger arising out of or from dust caused by dry rubbing down and scraping. (iv)Adequate INFRASTRUCTURE shall be provided to enable working painters to wash during and on cessation of work. (v) Overall shall be worn by working painters during the whole of working period. (vi) Suitable arrangement shall be made to prevent clothing put off during working hours being spoiled by painting materials. (vii) Cases of lead poisonings and suspected lead poisoning shall be notified and shall be subsequently verified by medical man appointed by competent authority of KMC. (viii) KMC may require, when necessary medical examination of workers. (ix) Instructions with regard to special hygienic precautions to be taken in the painting trade shall be distributed to working painters. (x) Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray or a surface having lead paint is dry rubbed and scraped. (xi) Overall shall be obtained fromthe contractors in the workmen and adequate INFRASTRUCTURE shall be provided to enable the working painters to wash during and on the cessation of work. 10. When the work is done near any place where there is risk of drowning, all necessary equipments should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work. 11. Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform to the following standards for conditions: (i) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defects and shall be kept repaired and in good working order. (b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength, and free from patent defects.

Page 462: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

341

(ii)Every crane driver or hoisting appliance operator, shall be properly qualified and no person under the age of 21 years should be in charge of any hoisting machine including any scaffolding winch or give signals to operator. (iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in hoisting or as means of suspension the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of a hoisting machine having a variable safe working load each safe working load and the condition under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing. (iv) In case of the Employer’s machines, the safe working load shall be notified by the Electrical Engineer-in-Charge. As regards contractor’s machines the contractors shall notify the safe working load of the machine to the Engineer-in-Charge whenever he brings any machinery to site of work and get it verified by the Electrical Engineer concerned. 12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to the minimum the risk of accidental decent of the load. Adequate precautions should be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations which are already energized, insulating mats, wearing apparel, such as gloves sleeves and boots as may be necessary should be provided. The worker should not wear any rings, watches and carry keys or other materials which are good conductor of electricity. 13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing INFRASTRUCTURE should be provided at or near places of work. 14. These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spot. The person responsible for compliance of the safety code shall be named therein by the contractor.

Page 463: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

342

15. To ensure effective enforcement of the rules and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the Labour Officer or Engineer-in-Charge of the department or their representatives. 16. Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt the contractor from the operations of any other Act or Rule in force in the Republic of India.

Page 464: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

343

SECTION – 10

MODEL RULES FOR WORKERS

Page 465: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

344

SECTION - 10 MODEL RULES FOR THE PROTECTION OF

HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS

EMPLOYED BY KMC OR ITS CONTRACTORS

1. APPLICATION These rules shall apply to all buildings and construction works in charge of KMC in which twenty or more workers are ordinarily employed or are proposed to be employed in any day during the period during which the contract work is in progress. 2. DEFINITION Work place means a place where twenty or more workers are ordinarily employed in connection with construction work on any day during the period during which the contract work is in progress. 3. FIRST-AID INFRASTRUCTURE

(i)At every work place there shall be provided and maintained, so as to be easily accessible during working hours, first aid boxes at the rate of not less than one box for 150 contract labour or part there of ordinarily employed. (ii)The first-aid box shall be distinctly marked with a red cross on white back ground and shall contain the following equipment: (a)For work places in which the number of contract labour employed does not exceed 50– Each first-aid box shall contain the following equipments: 1. 6 small sterilized dressings. 2. 3 medium size sterlised dressings. 3. 3 large size strelised dressings. 4. 3 large sterilized burn dressings. 5. 1(30 ml). bottle containing a two percent alcEOTolic solution of

iodine.

Page 466: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

345

6. 1(30 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label.

7. 1 snakebite lancet. 8. 1 (930 gms) bottle of potassium permanganate crystals. 9. 1 pair scissors. 10. 1 copy of the fist-aid leaflet issued by the Director General.

Factory Advice Service and Labour Institutes, Government of India.

11. 1 bottle containing 100 tablets (each of 5 gms) of aspirin. 12. Ointment for burns. 13. A bottle of suitable surgical antiseptic solution.

(b) For work places in which the number of contract labour exceed 50. Each first-aid box shall contain the following equipments.

1. 12 small sterilised dressings. 2. 6 medium size sterilized dressings. 3. 6 large size streilised dressings. 4. 6 large size sterilised burn dressings. 5. 6 (15 gms) packets sterilized cotton wool. 6. 1 (60 ml.) bottle containing a two per cent alcEOTolic solution

iodine. 7. 1 (60 ml.) bottle containing salvolatile having the dose and mode

of administration indicated on the label. 8. 1 roll of adhesive plaster. 9. 1 snake bite lancet. 10. 1 (30 ml.) bottle of potassium permanganate crystals. 11. 1 pair scissors. 12. 1 copy of the first-aid leaflet issued by the Director General

Factory Advice Service and Labour Institutes/Government of India.

13. A bottle containing 100 tablets (each of 5 gms.) of aspirin. 14. Ointment for burns. 15. A bottle of suitable surgical antiseptic solution.

(iii)Adequate arrangements shall be made for immediate recoupment of the equipment when necessary.

(iv)Nothing except the prescribed contents shall be kept in the First-aid box.

Page 467: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

346

(v)The first-aid box shall be kept in charge of a responsible person who shall always be readily available during the working hours of the work place.

(vi)A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the work places where the number of contract labour employed is 150 or more.

(vii)In work places where the number of contract labour employed is 500 or more and hospital INFRASTRUCTURE are not available within easy distance from the works. First-aid posts shall be established and run by a trained compounder. The Compounder shall be on duty and shall be available at all hours when the workers are at work.

(viii)Where work places are situated in places which are not towns or cities, a suitable motor transport shall be kept readily available to carry injured person or persons suddenly taken ill to the nearest hospital. 4. DRINKING WATER

(i)In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking

(ii)Where drinking water is obtained from an intermittent public water supply, each work place shall be provided with storage where such drinking water shall be stored.

(iii)Every water supply or storage shall be at a distance of not less than 50 feet from any latrine drain or other source of pollution. Where water has to be drawn from an existing well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust and waterproof.

(iv)A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month.

Page 468: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

347

5. WASHING INFRASTRUCTURE

(i)In every work place adequate and suitable INFRASTRUCTURE for washing shall provided and maintained for the use of contract labour employed therein.

(ii)Separate and adequate cleaning INFRASTRUCTURE shall be provided for the use of male and female workers.

(iii)Such INFRASTRUCTURE shall be conveniently accessible and shall be kept in clean and hygienic condition. 6. LATRINES AND URINALS

(i)Latrines shall be provided in every work place on the following scale namely:

(a)Where female are employed there shall be at least one latrine for every 25 females.

(b)Where males are employed, there shall be at least one latrine for every 25 males. Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one latrine for 25 males or females as the case may be upto the first 100, and one for every 50 thereafter.

(ii)Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have a proper door and fastenings.

(iii)Construction of latrines: The inside walls shall be constructed of masonry or some suitable heat-resisting non absorbent materials and shall be cement washed inside and outside at least once a year. Latrines shall not be of a standard lower than borehole system.

(iv) (a)Where workers of both sexes are employed, there shall be displayed outside each block of latrine and urinal a notice in the language understood by the majority of the worker “for men only” or “for women only” as the case may be. (b)The notice shall also bear the figure of a man or of a woman, as the case may be.

Page 469: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

348

(v)There shall be at least one urinal for male workers upto 50 and one for female workers upto fifty employed at a time, provided that where the number of male or female workmen, as the case may be exceeds 500, it shall be a sufficient if there is one urinal for every 50 males or females upto the first 500 and one for every 100 or part thereafter.

(vi) (a)The latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary condition at all times. (b)Latrines and urinals other than those connected with a flush sewage system shall comply with the requirement of the Public Health Authorities.

(vii)Water shall be provided by means of tap or otherwise so as to be conveniently accessible in or near the latrines and urinals.

(viii)Disposal of excreta: Unless otherwise arranged for by the local sanitary authority, arrangements for proper disposal of excreta by incineration at the work place shall be made by means of a suitable incinerator. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm layer of waste or refuse and then covering it with a layer of earth for a fortnight (when it will manure).

(ix)The contractor shall at this own expense, carry out all instructions issued to him by the Engineer-in-Charge to effect proper disposal of night soil and other conservancy work in respect of the contractor’s workmen or employees on the site. The contractor shall be responsible for payment of any charges which may be leveled by Municipal of Cantonment Authority for execution of such on his behalf. 7. PROVISION OF SHELTER DURING REST At every place there shall be provided, free of cost, four suitable sheds, two for meals and the other two for rest separately for the use of men and women labour. The height of each shelter shall not be less than 3 meters (10 ft.) from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.6 sq.m. (6 sq. ft.) per head.

Page 470: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

349

Provided that the Engineer-in-Charge may permit subject to his satisfaction, a portion of the building under construction or other alternative accommodation to be used for the purpose. 8. CRECHES

(i)At every work place, at which 20 or more woman workers are ordinarily employed, there shall be provided two rooms of reasonable dimensions for the use of their children under the age of six years. One room shall be used as a play room for the children and the other as their bedroom. The rooms shall be constructed with specifications as per clause 19H (ii) a, b, & c.

(ii)The rooms shall be provided with suitable and sufficient openings for light and ventilation. There shall be adequate provision of sweepers to keep the places clean.

(iii)The contractor shall supply adequate number of toys and games in the play room and sufficient number of cots and beddings in the bed room.

(iv)The contractor shall provide one ayaa to look after the children in the creche when the number of women workers does not exceed 50 and 2 when the number of women workers exceed 50.

(v)The use of the rooms earmarked as creches shall be restricted to children, their attendants and mothers of the children. 9. CANTEENS

(i)In every work place where the work regarding the employment of contract labour is likely to continue for six months and where in contract labour numbering one hundred or more are ordinarily employed an adequate canteen shall be provided by the contractor for the use of such contract labour.

(ii)The canteen shall be maintained by the contractor in an efficient manner.

Page 471: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

350

(iii)The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing places separately for workers and utensils.

(iv)The canteen shall be sufficiently lighted at all times when any person has access to it.

(v)The floor shall be made of smooth and impervious materials and inside walls shall be lime-washed or colour washed at least once in each year. Provided that the inside walls of the kitchen shall be lime-washed every four months.

(vi)The premises of the canteen shall be maintained in a clean and sanitary condition.

(vii)Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause a nuisance.

(viii)Suitable arrangements shall be made for the collection and disposal for garbage.

(ix)The dining hall shall accommodate at a time 30 per cent of the contract labour working at a time.

(x)The floor area of the dining hall, excluding the area occupied by the service counter and any furniture except tables and chairs shall not be less than one square meter (10 sq. ft) per diner to be accommodated as prescribed in sub-Rule 9.

(xi) (a)A portion of the dining hall and service counter shall be partitioned off and reserved for women workers in proportion to their number. (b)Washing places for women shall be separate and screened to secure privacy.

(xii)Sufficient tables stools, chair or benches shall be available for the number of diners to be accommodated as prescribed in sub-Rule 9.

Page 472: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

351

(xiii)(a) 1. There shall be provided and maintained sufficient utensils crockery, furniture and any other equipments necessary for the efficient running of the canteen. 2.The furniture utensils and other equipment shall be maintained in a clean and hygienic condition. (b) 1.Suitable clean clothes for the employees serving in the canteen shall be provided and maintained. 2.A service counter, if provided, shall have top of smooth and impervious materials. 3.Suitable INFRASTRUCTURE including an adequate supply of hot water shall be provided for the cleaning of utensils and equipments.

(xiv)The food stuffs and other items to be served in the canteen shall be in conformity with the normal habits of the contract labour. (xv)The charges for food stuffs, beverages and any other items served in the canteen shall be based on ‘No profit, No loss’ and shall be conspicuously displayed in the canteen. (xvi)In arriving at the price of food stuffs, and other article served in the canteen, the following items shall not be taken into consideration as expenditure namely: (a)The rent of land and building. (b)The depreciation and maintenance charges for the building and equipments provided for the canteen. (c)The cost of purchase, repairs and replacement of equipments including furniture, crockery, cutlery and utensils. (d)The water charges and other charges incurred for lighting and ventilation. (e)The interest and amounts spent on the provision and maintenance of equipments provided for the canteen. (xvii)The accounts pertaining to the canteen shall be audited once every 12 months by registered accountants and auditors. 10. ANTI MALARIAL PRECAUTIONS The contractor shall at his own expense, conform to all anti-malaria instructions given to him by the Engineer-in-Charge including the filling up of any borrow pits which may have been dug by him. 11. The above rules shall be incorporated in the contracts and in notices inviting tenders and shall form an integral part of the contracts.

Page 473: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

352

12. AMENDMENTS KMC may, from time to time, add to or amend rules and issue directions, it may consider necessary for the purpose of removing any difficulty which may arise in the administration thereof.

Page 474: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

353

SECTION - 11

CONTRACTOR’s LABOUR

REGULATIONS

Page 475: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

354

SECTION - 11

CONTRACTOR’S LABOUR REGULATIONS

1. SHORT TITLE These regulations may be called KMC Contractor’s Labour Regulations 2. DEFINITIONS

(i) Workman means any person employed by KMC or its contractor directly or indirectly through a sub contractor with or without the knowledge of KMC to do any skilled, semiskilled or unskilled MANUAL supervisory, technical or clerical work for hire or reward, whether the terms of employment are expressed or implied but does not include any person :– (a) Who is employed mainly in a managerial or administrative capacity ; or

(a) Who, being employed in a supervisory capacity draws wages exceeding five hundred rupees per mensem or exercises either by the nature of the duties attached to the office or by reason of powers vested in him, functions mainly of managerial nature ; or

(c) Who is an out worker, that is to say, person to whom any article or materials are given out by or on behalf of the principal employers to be made up cleaned, washed, altered, ornamental finished, repaired adopted or otherwise processed for sale for the purpose of the trade or business of the principal employers and the process is to be carried out either in the home of the out worker or in some other premises, not being premises under the control and management of the principal employer. No person below the age of 14 years shall be employed to act as a workman. (ii) Fair Wages means whether for time or piece work fixed and notified under the provisions of the Minimum Wages Act from time to time. (iii) Contractors shall include every person who undertakes to produce a given result other than a mere supply of goods or articles

Page 476: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

355

of manufacture through contract labour or who supplies contract labour for any work and includes a subcontractor. (iv)Wages shall have the same meaning as defined in the Payment of Wages Act. 3. (i) Normally working hours of an adult employee should not exceed 9 hours a day. The working day shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day. (ii) When an adult worker is made to work for more than 9 hours on any day or for more than 48 hours in any week he shall be paid over time for the extra hours put in by him at double the ordinary rate of wages. (iii) (a) Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time irrespective of whether such worker is governed by the Minimum Wages Act or not. (b) Where the minimum wages prescribed by the Government under the Minimum Wages Act are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days. (c) Where contractor is permitted by the Engineer-in-Charge to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day on one of the five days immediately before or after the normal weekly holiday and pay wages to such workers for the work preformed on the normal weekly holiday at overtime rate. 4. DISPLAY OF NOTICE REGARDING WAGES ETC. The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clear and legible condition in conspicuous places on the work, notice in English and in the local Indian languages spoken by the majority of the workers giving the minimum rates of wages fixed under Minimum Wages Act, the actual wages being paid, the hours of work for which such wage are earned, wages periods, dates of payments of wages and other relevant information as per Appendix ‘III’.

Page 477: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

356

5. PAYMENT OF WAGES

(i)The contractor shall fix wage periods in respect of which wages shall be payable. (ii) No wage period shall exceed one month. (iii) The wages of every person employed as contract labour in an establishment or by a contractor where less than one thousand such persons are employed shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable. (iv) Where the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the expiry of the second working day form the day on which his employment is terminated. (v) All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the work is completed before the expiry of the wages period, final payment shall be made within 48 hours of the last working day. (vi) Wages due to every worker shall be paid to him direct or to other person authorised by him in this behalf. (vii) All wages shall be paid in current coin or currency or in both. (viii) Wages shall be paid without any deductions of any kind except those specified by the Central Government by general or special order in this behalf or permissible under the Payment of Wages Act 1956. (ix) A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Engineer-in-Charge under acknowledgement. (x) It shall be the duty of the contractor to ensure the disbursement of wages in the presence of the Junior Engineer or any other authorized representative of the Engineer-in-Charge who will be required to be present at the place and time of disbursement of wages by the contractor to workmen. (xi) The contractor shall obtain from the Junior Engineer or any other authorised representative of the Engineer-in-Charge as the case may be a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll” as the case be in the following form:

Page 478: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

357

“Certified that the amount shown in column No. ................................... has been paid to the workman concerned in my presence on ................. at ................ . 6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

(i) The wages of a worker shall be paid to him without any deduction of any kind except the following: (a) Fines. (b) Deductions for absence from duty i.e. from the place or the places where by the terms of his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent. (c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or for loss of money or any other deduction which he is required to account, where such damage or loss is directly attributable to his neglect or default. (d) Deduction for recovery of advances or for adjustment of overpayment of wages, advances granted shall be entered in a register. (e) Any other deduction which the Central Government may from time to time allow. (ii) No fines should be imposed on any worker save in respect of such acts and omissions on his part as have been approved of by the Chief Labour Commissioner. Note : An approved list of Acts and Omissions for which fines can be imposed is enclosed as Appendix -X (iii) No fines shall be imposed on a worker and no deduction for damage or loss shall be made for his wages until the worker has been given an opportunity of showing cause against such fines or deductions. (iv) The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to three praise in a rupee of the total wages, payable to him in respect of that wage period. (v) No fine imposed on any worker shall be recovered from him by installment, or after the expiry of sixty days from the date on which it was imposed. (vi) Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed. 7. LABOUR RECORDS

Page 479: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

358

(i)The contractor shall maintain a Register of persons employed on work on contract in Form XIII of CL (R & A) Central Rules 1971 (Appendix iv). (ii) The contractor shall maintain in Muster Roll register in respect of all workmen employed by him on the work under Contract in Form XVI of CL (R & A) Rules 1971 (Appendix V). (iii) The contractor shall maintain a Wage Register in respect of all workmen employed by him on the work under contract in Form XVII of the CL (R & A) Rules 1971 (Appendix VI). (iv) Register of accident – The contractor shall maintain a register of accidents in such form as may be convenient at the work place but the same shall include the following particulars. (a) Full particulars of the labourer who met with accident (b) Rate of wages (c) Sex (d) Age (e) Nature of accident and cause of accident (f) Time and date of accident (g) Date and time when admitted in Hospital (h) Date of discharge from the Hospital (i) Period of treatment and result of treatment

(j) Percentage of loss of earning capacity and disability as assessed by Medical Officer (k) Claim required to be paid under Workmen’s Compensation Act (l) Date of payment of compensation (m) Amount paid with details of the person to whom the same was paid (n) Authority by whom the compensation was assessed (o) Remarks (v) The contractor shall maintain a Register of fines in the Form XII of the CL (R & A) Rule 1971 (Appendix - XI)

The contractor shall display in a good condition and in a conspicuous place of work the approved list of acts and omissions for which fines can be imposed (Appendix- X) (vi) The contactor shall maintain a Register of deductions for damage or loss in Form XX of the CL (R & A) Rules 1971 (Appendix - XII)

Page 480: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

359

(vii) The contactor shall maintain a Register of deductions for damages or loss in Form XXIII of the CL (R & A) Rules 1971 (Appendix - XIII) (viii)The contractor shall maintain a Register of Overtime in Form XXIII if the CL (R & A) Rules 1971 (Appendix - XIV). 8. ATTENDANCE CARD-CUM WAGE SLIP

(i) The contractor shall issue an Attendance card-cum-wage slip to each workman employed by him in the specimen form at (Appendix-VII). (ii) The card shall be valid for each wage period. (iii) The contractor shall mark the attendance of each workman on the card twice each day, once at the commencement of the day and again after the rest interval, before he actually starts work. (iv) The card shall remain in possession of the worker during the wages period under reference. (v) The contractor shall complete the wage slip portion on the reverse of the card at least a day prior to the disbursement of wages in respect of the wages period under reference. (vi) The contractor shall obtain the signature or thumb impression of the worker on the wage slip at the time of disbursement of wages and retain the card with himself. 9. EMPLOYMENT CARD The contractor shall issue an Employment Card in Form XIV of the CL (R & A) Central Rules 1971 to each worker within three days of the employment of the worker (Appendix - VIII). 10. SERVICE CERTIFICATE On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service certificate in Form XV of the CL (R & A) Central Rules 1971 (Appendix - IX) 11. PRESERVATION OF LABOUR RECORDS All records required to be maintained under Regulations Nos. 6 & 7 shall be preserved in original for a period of three years from the

Page 481: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

360

date of last entries made in them and shall be made available for inspection by the Engineer-in-Charge or labour Officer or any other officers authorized by the Central Government or the Employer in this behalf. 12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR ENQUIRY The labour officer or any person authorized by central Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of Fair Wage Clause and the Provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor or subcontractor in regard to such provision. 13. REPORT OF LABOUR OFFICER The Labour officer or other persons authorised shall submit a report of result of his investigation or enquiry to the Site Engineer concerned indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and the wages and other dues be paid to the labourers concerned. In case an appeal is made by the contractor under Clause 14 of these regulations, actual payment to labourers will be made by the Site Engineer after the Engineer-in-Charge has given his decision on such appeal.

(i)The Site Engineer shall arrange payments to the labour concerned within 45 days from the receipt of the report from the Labour Officer or the Engineer-in-Charge as the case may be. 14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER Any person aggrieved by the decision and recommendations of the Labour Officer or other person so authorised may appeal against such decision to the Engineer-in-Charge concerned within 30 days from the date of decision, forwarding simultaneously a copy of his appeal, to the Site Engineer concerned but subject to such appeal the decision of the officer shall be final and binding upon the contractor. 15. PREOTIBITION REGARDING REPRESENTATION THROUGH LAWYER

Page 482: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

361

(i)A workman shall be entitled to be represented in any investigation or enquiry under these regulations by:

(a)An officer of a registered trade union of which he is a member (b)An officer of a federation of trade unions to which the trade union referred to in clause (a) is affiliated. (c)Where the employers is not a member of any registered trade union, by an officer of a registered trade union, connected with the industry in which the worker is employed or by any other workman employed in the industry in which the worker is employed. (ii) An employer shall be entitled to be represented in any investigation or enquiry under these regulations by: (a)An officer of an association of employers of which he is a member (b)An officer of a federation of associations of employers to which association referred to in clause (a) is affiliated. (c)Where the employer is not a member of any association of employers, by an officer of association of employers connected with the industry in which the employer is engaged or by any other employer, engaged in the industry in which the employer is engaged. (iii)No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry under these regulations. 16. INSPECTION OF BOOKS AND SLIPS The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received to the Labour Officer or any other person, authorized by the Central Government on his behalf. 17. SUBMISSIONS OF RETURNS The contractors shall submit periodical returns as may be specified from time to time. 18. AMENDMENTS The KMC may from time to time add to or amend the regulations and on any question as to the application/interpretation or effect

Page 483: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

362

of those regulations the decision of the Engineer-in-Charge concerned shall be final.

Page 484: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

363

Page 485: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

364

Page 486: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

365

Page 487: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

366

Page 488: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

367

Page 489: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

368

Page 490: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

369

Page 491: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

370

Page 492: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

371

Page 493: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

372

Page 494: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

373

Page 495: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

374

Page 496: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

375

Page 497: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

376

Page 498: DG ( WS ) / 102 (R ) / 2010-11 / KMC DATED 19.10.2010 ... · THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD ... Open Tender Notice No. DG (WS) ... about 30 metres with

Signature of the Tenderer

under Seal of the Firm

377


Recommended